Loading...
HomeMy WebLinkAboutContract 26945 CITY SECRETARY r CONTRACT NO. CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), Carter & Rcg ss, Inc.. (the "ENGINEER"), for a PROJECT generally described as: Engineering Services for a New Interchange at IH-35W and North Tarrant Parkway. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The ENGINEER shall provide the CITY sufficient documentation to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until p 3id i! ftill, ' terest. In the event of suspension of services, t INOW ill have Dri Eli no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwisea proves CITY, which shall become the property of the CITY. CITY ma qh wvii s in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. 3 O FRCI AU �U Aff R(MEAdy TEX. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others,and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. H. Minority and Woman Business Enterprise (M/WBE) Participation In accord with City of Fort Worth Ordinance No. 11923, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. I. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of four (4) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working ENGINEER facilities and shall be provi ppeRMPn appropriate workspace in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of four (4) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3)hereof. CITY shall give subconsultant reasonable advance notice of intended audits . (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. J. ENGINEER's Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits which are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the PROJECT. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability $1,000,000 each claim/annual aggregate (2) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverage specified according to items section K.(1) and K.(2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non- payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (f) Deductible limits, or self insured retentions, affecting insurance required herein shall be acceptable to the CITY in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The City shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the ENGINEER may be required to provide proof of insurance premium payments. Q c"E G' 11G��1l RT �01K l;r;_,�9 fa. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions. Q) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the ENGINEER for a minimum two (2) year period subsequent to the term of the respective PROJECT contract with the CITY unless such coverage is provided the ENGINEER on an occurrence basis. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood that insurance cost is an allowable component of ENGINEER's overhead. (1) All insurance required in section K., except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When subconsultants maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement. K. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. L. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. M. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. N. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data The CITY will make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services and will provide labor and safety equipment as required by the ENGINEER for such access. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. 8 OJ (,C BAS 1C °'E��u P o (I N tZ('1jrG'Mi'l'� C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights- of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment A. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances and Indemnification (1) To the maximum extent permitted by law, the CITY will indemnify and release ENGINEER and its officers, employees, and subcontractors from all claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation expenses arising out of or relating to the presence, discharge, release, or escape of hazardous substances, contaminants, or asbestos on or from the PROJECT. Nothing contained herein shall be construed to require the CITY to levy, assess or collect any tax to fund this indemnification. (2) The indemnification and release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER'S negligence or if such hazardous substance, contaminant or asbestos is brought onto the PROJECT by ENGINEER. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. 9 DrA 01°��i� rwE aPD,DD �a VU�'�ItlallD �l5(/�� H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT 10 <0G���INA shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The final designs, drawings, specifications and documents shall be owned by the CITY. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. 11 �f ( 8�I E QOE((�OQDD f��r *,, c�LSUGi1 N (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: (a) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; (b) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; (c) The time requirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). am 12 G. Assignment Neither party will assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation 0 FF[ �Aa L P1 E('�j V1@ R O)u THa Val K. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. L. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. 5FF� �A,� I",IEC�PDD 14 Iv�VUrtll" U'�LRIPU HoK(of'IHP VU. Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B - Compensation Attachment C -Amendments to Standard Agreement for Engineering Services A EST: CITY OF FOR W TH % By: Gloria Pearny -a'J-��+ Mike Groomer City Secret Assistant City Manager APPROVED AS TO FORM APPROVAL RECOMMENDED AND LEGALITY Gary Steinberger A Hugo A. Malanga, P.E., Director Assistant City Attorney Transportation and Public Works ATTEST: CARTER ESS, INC. y: F Evans, P. Senior Vice-President contract Authorization 17-10 -ci Date 0FRINAA L PEND U Ua ^,C�tl U� UL�LUa Attachment A SCOPE OF SERVICES IH 35 W at North Tarrant Parkway Interchange Bridge, Ramps and Frontage Roads (0.75 miles south to 0.6 miles north of North Tarrant Parkway) This contract provides for design and preparation of two (2) project plan sets. The project includes the IH 35W/North Tarrant Parkway (NTP) ramps, interchange, and frontage roads from 0.75 miles south to 0.6 miles north of NTP. 1. FIELD SURVEYING AND PHOTOGRAMMETRY (Function Code 150): A. Establishing the project horizontal control, vertical control network, centerline of lH 35W, horizontal and vertical locations for soil borings and centerline of intersection streets was completed in the previous NTP contract. B. Perform topographic surveys to increase the existing topographic coverage due to changes in the project limits. Determine the horizontal and vertical (if applicable) location of topographic features, including: 1. Paving, curbs, medians, driveways, sidewalks. 2. Signs, poles, post. 3. Drainage structures (including details). 4. Apparent utility features (fire hydrants, manholes, valves, junction boxes, etc.) C. Cross-Sections 1. IH 35W -Revise cross-sections as necessary throughout the project length due to change in project limits. Additional sections will be taken at significant breaks in grade or at other locations that will influence design activities. Cross-sections will extend 25 feet beyond the ROW lines. 2. Specific Utilities -after determination of possible conflicting utility elements, detailed surveys will be made to determine the specific location of these utilities. This scope of work does not include the task of field locating and exposing underground utilities, but does include coordination with utility companies for locating utilities. 2. PROJECT MANAGEMENT: A. Coordinate the project with the City and TxDOT during the development of the final design. Iir))F TVA �E RID H\JOB\9610351NT\PROPOSAL\SCOPEOFSERVICES\96103501.SS1.DOC 1 une 19,2001 FIN -MIX B. - Perform general administration duties, including: coordination with subconsultants; preparation of invoices; scheduling; record keeping and; file management. C. Attend up to three(3)meetings with officials from the City,TxDOT,utility companies, railroad companies, municipalities, counties, and other governmental agencies. D. Oversee quality assurance and quality control (QA/QC) program. Each scheduled submittal of plans to the City or TxDOT shall receive QA/QC. E. All work will be performed in accordance with Standard Specifications for Construction of Highways, Streets, and Bridges (TxDOT), the Hydraulic Manual (TxDOT), and TxDOT Standard Construction Details. F. All work will be performed in English using the Bentley Microstation CAD format. Plan sheets will be 11"x 17"size, scaled to 1 inch = 100 ft. 3. ROADWAY DESIGN (Function Code 160): A. Coordinate with the City and TxDOT for pavement design and prepare typical roadway sections. Obtain City and TxDOT approval. B. Match the existing horizontal and vertical alignment of NTP, east of IH 35W. C. Develop horizontal and vertical alignments for intersecting streets and driveways. D. Develop an earthwork analysis to determine cut and fill quantities and provide final design cross sections at 50-foot intervals. Cross sections shall utilize a 1"=2' horizontal and 1"=1'vertical scale and shall be delivered in sheetform 11"x 17"size. E. Consult with the City and TxDOT on geotechnical information obtained from core holes and testing pertaining to embankment stability and settlement, pavement design, bridges,retaining walls,temporary shoring,special sign structures and other engineering matters as may be applicable to the project. Incorporate geotechnical information into plans. F. Prepare roadway plans,profiles and typical sections; bridge layout and bridge plans. The plans shall consist of the following sheets: Title Typical Sections Removal Plans Horizontal Control Plans Paving Plan and Profiles Intersection Details and Grading Plans Ramp Profiles Street and Driveway Profiles Miscellaneous Paving Details Bridge Layouts Bridge Plans Traffic Control Plans IUf�FICIA' EILSI�U(�L' INN Sr�i�"'RAVVY H\JOB\961035INT\PROPOSAL\SCOPEOFSERVICES\96103501.SS1.DOc 2 (o Ji8 i�(l�uf ' ,20 1 Traffic Signal Plans Utilities are to be adjusted by others prior to letting and are not to be a part of fee for reimbursement. 4. DRAINAGE DESIGN (Function Code 161): The project elements include inlet placement, storm sewer design, drainage structure design, erosion control, stormwater pollution prevention plan, and hydraulic analysis. The work is further defined below: A. Prepare overall drainage area map, showing existing contours, proposed drainage patterns and outfall locations. Overall drainage maps shall be prepared based on available topographic mapping and field observations. B. Establish inlet and manhole locations. C. Establish drainage outfall locations. D. Design storm sewer systems and prepare storm sewer plan and profile sheets with supporting hydraulic data sheets. E. Prepare drainage plans for the proposed improvements, including the following sheets: Drainage Summary Sheets Drainage Area Maps Hydraulic Data Drainage Plan and Profiles Storm Water Pollution Prevention Plan Drainage Details F. Coordinate drainage designs with existing and proposed utility designs in the corridor. 5. SIGNING, MARKINGS AND SIGNALIZATION (Function Code 162): A. Prepare guide sign details including support details, if required. B. Prepare traffic signal warrants for the NTP at IH 35W south bound and north bound frontage roads. D. Prepare signing, marking, and signalization plans, including the following sheets: Summary of Signs Signing, Delineation and Pavement Markings Guide Sign Layouts (If required) Final signal layouts, details and foundation designs E. Traffic Signal Designs. MAHUOB\9610351NT\PROPOSAL\SCOPEOFSERVICES\96103501.SS1.DOC 3 rRo Ju e 19,2001 1. -Prepare base plan from survey and proposed design for the following intersections: IH 35W Southbound Frontage Road at North Tarrant Parkway IH 35W Northbound Frontage Road at North Tarrant Parkway 2. Transmit base sheets to utility service providers with request for identification and location of all utilities in and around the intersection. Add utilities identified by service providers to base sheets. 3. Develop construction plan sheets showing traffic signal poles,detector loops, conduit runs, wiring diagram, and signal face locations. Develop plan view sheets showing traffic signal indications, poles, and any traffic control signs to be mounted on the traffic signal. Develop wiring diagram sheet showing the number and type of electric wire runs between the signal controller and indications. Develop traffic signal phasing based on projected traffic counts developed during schematic design. Develop quantity estimate sheet. 4. It is understood that the project will include intersections controlled by TxDOT. It is assumed for the purpose of this proposal that the existing specifications used by TxDOT will be used for all intersection design plans. F. Work items not included in this scope of services: 1. Confirm power source and prepare adjustment required for electric service. 2. Intersection manual turning movement counts or 24-hour intersection tube counts that may be required. 3. Analysis(Synchro,PASSER,TRANSYT-7F,etc)for determination of splits or cycle lengths. 4. Field adjustments to Traffic Signal Timing Plans. 6. MISCELLANEOUS STRUCTURES (Function Code 163): A. Geotechnical Testing The Engineer will provide geotechnical testing for pavement and structure design. B. Work Items Not Included in This Scope of Services 1. Retaining Walls. 2. Sound Barrier Walls. 3. Overhead Sign Structures. 4. Falling Weight Deflectometer testing and analysis. 7. TRAFFIC CONTROL PLAN (Function Code 163): Cft RUN H\JOB\9610351N-RPROPOSAL\SCOPEOFSERVICES\96103501.SS1.DOC 4 Ro RV '�9 f5ine 1 ,2001 A. - Prepare schematic construction sequencing and written narrative and submit to the City and TxDOT for review. B. Refine schematic construction sequencing and written narrative. C. Prepare 65% complete traffic control plans and submit to the City and TxDOT for approval. The traffic control plans shall consider and detail the following items: construction sequencing; traffic flow patterns; traffic control devices; signing; pavement markings;drainage;constructability requirements;and identify locations of temporary retaining walls as may be required during construction. The traffic control plans shall maintain, to the maximum extent possible, the quality of existing traffic operations, and minimize the number of traffic moves. D. Refine traffic control plans and narrative based on City and TxDOT comments and prepare details, typical sections, traffic control devices, signing, and pavement markings. E. Prepare summary of temporary pavement markings and traffic control devices. F. Design temporary drainage to replace existing drainage disturbed by construction activities or to drain detour pavement. Prepare required profiles. G. Perform a preliminary construction schedule to determine the approximate duration of each phase of construction. H. The traffic control plans shall consist of the following sheets: Suggested Construction Sequencing and Traffic Control Plans Miscellaneous Traffic Control Details Traffic Control Quantity Summary Detour Pavement Design I. Work items not included in this scope of services: 1. Temporary shoring. B. MISCELLANEOUS ROADWAY (Function Code 163): A. Illumination: 1. Summarize illumination quantities. 2. Work items not included in this scope of services: a) Confirmation of power sources. b) Preparation of illumination layouts, electrical circuit layouts, details and illumination foundation design. C) Design or plan preparation for temporary illumination facilities necessary for construction activities and temporary detours. '�'r��'��l�',,�� SPK-uG�C HUOB\9610351N11PROPOSAL\SCOPEOFSERVICES\96103501.SS1.Doc 5 une 19,2001 B. _ Prepare Stormwater Pollution Prevention Plans (SW3P) C. Prepare National Pollutant Discharge Elimination System (NPDES) permit. D. Prepare Quantities, Summaries and Cost Estimate. E. Prepare Special Provisions and Special Specifications. F. Coordinate production of General Notes through the City and TxDOT. G. Prepare Traffic Signal Warrant Exhibits. H. Work items not included in this scope of services: 1. Schematic design revisions and/or preparation. 2. Interchange Justification Report revisions and/or preparation 3. Landscaping and irrigation plans. I. PS&E Submittal Preparation and Reviews: 1. 35% Review: Submit three (3) sets of preliminary plans to the City and TxDOT for review and comments. The submittal will include typical sections, plan & profiles for all alignments, preliminary bridge layouts, and overall drainage map. 2. 65% Review: Submit three (3) sets of preliminary plans to the City and TxDOT for review and comments. The submittal will include typical sections, plan&profiles for all alignments, completed bridge layouts, drainage details and hydraulic data. 3. 95% Review: Submit six(6)sets of review plans to the City and TxDOT for review and comments. The submittal will include completed plans including specifications, general notes and quantities. 4. 100% Submittal: Submit one(1)set of mylar originals and up to ten(10)sets of prints of plans, specifications and estimate. 5. Deliverables Provide the City and TxDOT with an electronic deliverable graphic tape of substantially complete design documents (excluding standard drawings)for this project. This tape shall be in an Intergraph Microstation format or formats that are compatible with the computer system used by the City and TxDOT. 9. STRUCTURE LAYOUTS AND DESIGN (Function Code 170): A. Verify bent locations and coordinate structure type and span lengths with the City and TxDOT. (D ODD HUOB\9610351NT\PROPOSAL\SCOPEOFSERVICES\96103501.SS1.DOC 6 rO�V�`���` =,L� iptt�19 2001 B. - Prepare preliminary typical sections and layouts for the bridge as directed by the City and TxDOT. Submit preliminary layouts to the City and TxDOT for approval. C. Prepare final bridge layouts incorporating City and TxDOT comments and details. D. Prepare preliminary bridge structure design and construction documents for review by the City and TxDOT. E. Incorporating the review comments of the City and TxDOT, prepare final bridge structure design and construction documents. F. Prepare summary of bridge quantities. 10. RIGHT-OF-WAY DATA AND UTILITY COORDINATION (Function Code 130): This contract scope of services does not include right-of-way mapping. The right-of-way requirements for this project will be estimated,mapped,and included for acquisition as part of the North Tarrant Parkway- Phase 2 roadway design project. A. Obtain right of entry documentation for private property requiring surveying. B. Provide the City with required right-of-way and easement limits. C. Coordinate with the City to determine existing and proposed utilities which are located within the limits of the project. D. Furnish roadway and drainage plans, profiles, sections and other pertinent design data to the City for distribution to utility agencies for their review, comments and design considerations. Only plans that have any bearing on said utility agencies shall be furnished and only after certain completion milestones have been achieved. These milestones are: 1. After receiving the City and TxDOT approval for the design schematic. 2. After the construction plans have been reviewed by the City and TxDOT at the 65% complete submittal. 3. After the construction plans have been reviewed by the City and TxDOT at the 95% complete submittal. E. This Scope of Work does not include the task of field locating and exposing underground utilities, but does include coordination with utility companies for locating utilities. cru ur "�";F1� G�17 UeFlo HUOB\9610351NT1PROPOSAL\SCOPEOFSERVICES\96103501.SS1.DOC 7 ne 19,2001 Attachment B COMPENSATION The Engineer shall be compensated a total lump sum fee of$706,992 for the project. Payment of the lump sum fee shall be considered full compensation for the services described in Attachment A for all labor, materials, supplies, and equipment necessary to complete the services. The Engineer shall submit monthly invoices to the City for all work performed under this agreement set forth in Article III, Terms of Payment. The monthly invoices will contain a description of the tasks performed for that particular month, percent complete for each task, amount budgeted for each task, portion of budget amount expended, previous bil ing totals, and totals for invoice. The following is a list of all of the firms and their fees in the contract: Carter & Burgess 1) NTP/IH 35W Interchange $ 368,682 2) NTP Additional Scope of Services $ 140,913 Non-Labor Expenses 2,649 TOTAL $ 512,244 M/WBE PARTICIPATION —27.5% Garcia &Associates NTP/IH 35W—Survey, Roadway and Drainage Design $ 160,380 Non-Labor Expenses 867 TOTAL $ 161,247 Othon, Inc. NTP Environmental Update 15,750 TOTAL $ 15,750 Terra-Mar, Inc. NTP/IH 35W Interchange - Geotechnical 14,520 TOTAL $ 14,520 Trevino and Associates, Inc. NTP/IH 35W Interchange—Plans Reproduction 3,231 TOTAL $ 3,231 GRAND TOTAL $ 706,992 k VA Q0 Y H:UOB\961035INT\PROPOSAL\SCOPEOFSERVICES\IH35WNTP.DOC 10 0,)P J NE 18,2001 Attachment C SPECIAL PROVISIONS CONSULTING ENGINEERING CONTRACTS • Changes of Work: The Engineer shall make such revisions in the work included in this contract which has been completed as are necessary to correct errors appearing therein when required to do so by the City without undue delays and additional cost to the City. If the City finds it necessary to request changes to previously satisfactorily completed work or parts thereof, the Engineer shall make such revisions if requested and as directed by the City. This will be considered as additional work and paid for as specified under Additional Work. • Additional Work: Work not specifically described under "Scope of Services" must be approved by supplemental agreement to this contract by the City before it is undertaken by the Engineer. If the Engineer is of the opinion that any work he has been directed to perform is beyond the scope of this agreement and constitutes extra work, he shall promptly notify the City in writing. In the event the City finds that such work does constitute extra work, then the City shall so advise the Engineer, in writing, and shall provide extra compensation to the Engineer for doing this work on the same basis as covered under Compensation and as provided under a supplemental agreement. The lump sum fee shall be adjusted if additional work is approved by supplemental agreement and performed by the Engineer. • Cost principals must be based on the provisions of 48 CFR Chapter 1, Part 31 Federal Acquisition Regulation (FAR 31). C-1 u Leo J^'ll:'�O lly �l7q�o City of Fort Worth, Texas avagor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 7/10/01 **C-18648 1 20CARTER 1 of 2 SUBJECT ENGINEERING SERVICES AGREEMENT WITH CARTER & BURGESS, INC. TO PREPARE PLANS AND SPECIFICATIONS FOR A CONGRESSIONAL HIGH PRIORITY PROJECT FOR A NEW INTERCHANGE AT IH-35W AND NORTH TARRANT PARKWAY RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering services agreement with Carter & Burgess, Inc. to prepare plans and specifications for a Congressional High Priority project for a new interchange at IH-35W and North Tarrant Parkway for a lump sum fee of $706,992. The City will be reimbursed 80% of the costs by the Texas Department of Transportation (TxDOT) to prepare the plans and specifications. DISCUSSION: On June 5, 2001 (M&C G-13261), the City Council approved a resolution authorizing execution of a Local Transportation Project Advance Funding Agreement with TxDOT for a Congressional High Priority project for a new interchange at IH-35W and North Tarrant Parkway. The City's portion of funding for this project was included in the Underfunded Critical Capital Projects Report presented to and endorsed by the City Council on December 12, 2000. The final design plans for the roadway are 95% complete. TxDOT anticipates a letting for construction in December 2001. In order for the roadway to connect to the interstate, a new interchange needs to be constructed at IH-35W and North Tarrant Parkway. Attached is a map that illustrates the location of the new interchange. Under the terms of the TxDOT agreement, the scope of work for the new interchange at IH-35W and North Tarrant Parkway consists of the following: • TxDOT will fund 100% of the construction of the North Tarrant Parkway bridge over IH-35W including approaches; and • The City will fund 100% of the construction of the ramps and frontage roads above the fixed amount of federal funding which is $5,385,453, less all applicable preliminary engineering charges for the development of the plans, specifications, and estimates package; and • The City will provide the plans, specifications, and estimates package for construction of the interchange including the bridge, ramps, and frontage roads; and • The City will be reimbursed 80% for the development of the plans, specifications, and estimates package; and • The City's share of this project, estimated to be $931,918, will be considered for reimbursement by the proposed IH-35/Dell Tax Increment Financing District as that program is further developed. City of Fort Worth, Texas 4tayor And Council Communicaflon DATE REFERENCE NUMBER LOG NAME PAGE 7/10/01 **C-18648 20CARTER 2 of 2 SUBJECT ENGINEERING SERVICES AGREEMENT WITH CARTER & BURGESS, INC. TO PREPARE PLANS AND SPECIFICATIONS FOR A CONGRESSIONAL HIGH PRIORITY PROJECT FOR A NEW INTERCHANGE AT IH-35W AND NORTH TARRANT PARKWAY Carter & Burgess, Inc. was selected by the City to prepare the plans and specifications for the project. The lump sum fee for the project is $706,992. Staff considers this fee to be fair and reasonable for the scope of services to be performed, Carter & Burgess, Inc. is in compliance with the City's M/WBE Ordinance by committing to 28% M/WBE participation. The City's goal on this project is 28%. The project is located in COUNCIL DISTRICTS 2 and 4, Mapsco 35B. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. MG:k Submitted for City Manager's FUND I ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) APPROVED Mike Groomer 6140 CITY COUNCt Originating Department Head: v Hugo Malanga 7801 (from) �t1L 10 2001 Additional Information Contact: C115 531200 020115021218 $706,992.00 City Se=etary of*6 City of Fort Worth.Texas Hugo Malanga 7801