Loading...
HomeMy WebLinkAboutContract 32378 CITY OF FORT WORTH, TEXAS STANDARD GREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Teague Nall and Perkins, (the "ENGINEER"), for a PROJECT generally described as the preliminary design of Golden Triangle Boulevard from IH-35W to US 377. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II 0 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 ,�ilthln 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMEl"!T until paid in full, including interest. In the event of suspension of services, the ENGINEER shall have no liability to CITY for ENGINEERING CONTRACT(REV 4/14/05) Page 1 of 15 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 otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings 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. ENGINEERING CONTRACT(REV 4/14/05) Page 2 of 15 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. 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 ENGINEERING CONTRACT(REV 4/14/05) Page 3 of 15 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. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. 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. I. Minority and VJornan Business Enterprise (M/WBE) participation In accord with City of Fort Worth Ordinance No. 15530, 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. ENGINEERING CONTRACT(REV 4/14/05) Page 4 of 15 J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) 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 hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space 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 three (3) +ears 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. K. 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 that are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $2,000,000 aggregate Automobile Liability $1,000,000 each accident on a combined single limit or $250,0G"j Property Damage $500,000 Bodily Injury per person per occurrence ENGINEERING CONTRACT(REV 4/14/05) Page 5 of 15 A commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned when said vehicle is used in the course of the PROJECT. Worker's Compensation Coverage A: Statutory limits Coverage B: Employer's Liability $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability $1,000,000 each claim $2,000,000 aggregate Professional liability shall be written on a claims-made basis and shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the City for each year following completion of the contract. (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 in 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 forty-five (45) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceplable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be ENGINEERING CONTRACT(REV 4/14/05) Page 6 of 15 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 and have a minimum rating of A: VII in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. (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. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions. 0) For all lines of coverage underwritten on a claims-made basis, other than Professional Liability, the retroactive date shall be coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement and all insurance required in this section, with the exception of Professional Liability, shall be written on an occurrence basis. (1) Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agree�s to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. ENGINEERING CONTRACT(REV 4/14/05) Page 7 of 15 M. 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. N. 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. O. Permitting AL!tiiorities - 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 wili make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The ENGINEER niay rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. ENGINEERING CONTRACT(REV 4/14/05) Page 6 of 15 B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's perforrnance 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. 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 Revie^,V 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 Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or esc�;pe of hazardous substances, contaminants, or asbestos is a result of ENGIrEER's negligence or if ENGINEER brings such hazardous substance, coli:aminant or asbestos onto the project. ENGINEERING CONTRACT(REV 4/14/05) Page 9 of 15 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. 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 EhJGINEER 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 InsuranC,e (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 replacernent 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. ENGINEERING CONTRACT(REV 4/14/05) Page 10 of 15 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 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 CITY shall own the final designs, drawings, specifications and documents. 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 ENGINEERING CONTRACT jREV 4/14/05) Page 11 of 15 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. (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). ENGINEERING CONTRACT WREN 4114105) Page 12 of 15 G. Assignment Neither party shall 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 Disputa 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. ENGINEERING CONTRACT(REV 4114105) Page 13 of 15 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 riot 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. 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 rnade a part of this AGREEMENT: Attachment A - Scope of Services Attachment B — Compensation Executed this the day of 20 (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) ENGINEERING CONTRACT(REV 4/14/05) Page 14 of 15 ATTEST: CITY F FORT WO H By: L Marty Hendrix A sistan Ci Manager City Secretary APPROVED AS TO FORM APPROVAL RECOMMENDED: AND LEGALITY Assistant qVAtGrney Robert Goode, P.E. Director, Transportation and Public ATTEST: ENGINEER works By: Contr ct Authorization Date _snm..�... ENGINEERING CONTRACT(REV 4/14/05) Page 15 of 15 ATTACHMENT A SCOPE OF SERVICES This scope of services is for a preliminary engineering study that will include appropriate road alignments, cross sections, surveying, construction cost estimates, a geotechnical investigation, public involvement assistance, and a preliminary schedule for implementation. The CITY intends to use 2004 CIP funding for the preliminary design of this project. It shall be the responsibility of the CONSULTANT to determine, understand and utilize current City and TxDOT design standards. All design plans shall be prepared by, or under the direct supervision of, a Texas licensed professional engineer who is a regular full-time employee of a firm registered in Texas. It shall be the responsibility of the CONSULTANT to provide a geometric schematic for this project consistent with the following Scope of Services: A. PROJECT MANAGEMENT: 1. Coordinate the project with the CITY, TxDOT and other affected organizations. 2. Perform general administration duties, including: coordination with subconsultants; preparation of invoices; scheduling; record keeping; and file management. 3. Attend meetings with officials from the CITY, TxDOT, utility companies, railroad companies, municipalities, and other governmental agencies. TNP will participate in regular progress meetings with the City to provide updates on the project. 4. Oversee a quality assurance and quality control (QA/QC) program. Each scheduled submittal of plans to the CITY and/or TxDOT shall receive QA/QC. All work shall be performed in accordance with the latest editions of the CITY and TxDOT standards. 5. All work shall be performed in English units using Microstation format. B. FIELD SURVEYING/R.O.W. PARCELS: 1. Establish horizontal and vertical control within project limits based on TxDOT and CITY of Fort Worth data. 2. Research property owners; obtain deeds, addresses, easements and other title information. Page 1 ATTACHMENT A SCOPE OF SERVICES 3. Establish the existing right-of-way lines, centerline and property lines along Golden Triangle Boulevard and side streets, including field ties of right-of-way monuments and offsite property corners, as necessary. 4. Perform topographic surveys determining the horizontal and vertical location of topographic features, including: a. Pavement, curbs, medians, driveways, and sidewalks. b. Signs, fences, poles, and posts. c. Drainage structures including inlets, manholes, headwalls, and channels. d. Utility features for fire hydrants, manholes, water valves, junction boxes, power poles; electrical boxes, transformers, telecommunications, traffic signal equipment, underground pipeline markers, utility flagging (if present), etc. 5. Establish cross-sections at 50-foot intervals throughout the project length. Additional sections shall be taken at significant breaks in grade or at other locations that shall influence design activities. Cross-sections shall extend 25 feet beyond the existing R.O.W. lines, within the project limits. a. Intersecting streets — Take cross-sections at the intervals described in the item above on all intersecting streets. Cross-sections shall extend a minimum 200 feet left and right of the existing R.O.W. of Golden Triangle Blvd. and include all limits of the project. b. Drainage courses — Take cross-sections at the intervals specified above along all drainage courses. Limits of sections shall be from 300 feet upstream to 300 feet downstream from the roadway R.O.W. intersected. 6. Obtain right of entry documentation for private property requiring surveying. 7. Prepare a map depicting the existing right-of-way of Golden Triangle Blvd. and the adjoining property lines. C. PRELIMINARY WETLANDS DETERMINATION: 1. Review USGS topographic map, soil survey and historical aerials. 2. Perform site reconnaissance to identify the presence or absence of criteria indicative of jurisdictional wetlands or other waters of the United States. Page 2 ATTACHMENT A SCOPE OF SERVICES 3. Prepare a report to include findings and conclusions. The report will indicate whether jurisdictional features are present, classify those features if present, and outline permitting options. The discussion of permitting issues will address the most applicable course of action for each feature encountered. D. PAVEMENT DESIGN ALTERNATIVES: A preliminary pavement design will be developed based upon traffic projections and a general knowledge of soil conditions in the project area. Multiple preliminary pavement designs may be generated, if applicable, to address schematic alternatives under consideration. The primary purpose for the preliminary pavement designs is to produce construction estimates for the schematic. v Subsurface exploration and laboratory testing is not included in the scope of services for the schematic. The geotechnical engineer's knowledge of the area conditions will be utilized during this phase. E. LEVEL OF SERVICE ANALYSIS 1. Data Collection 1.1 Perform AM and PM peak-hour turning movement counts at the following intersections with Golden Triangle Boulevard. ■ I.H. 35W northbound and southbound frontage roads ■ Old Denton Road ■ Beach Street ■ Alta Vista Road ■ U.S. 377 1.2 Request NCTCOG 2025 projections for the area along with population and employment information for the area. 2. Review of Data 2.1 Review the data collected in Task 1 with City Staff to determine existing trends and those that may change based upon future thoroughfares and growth in the area. 3. Projections 3.1 Project traffic to an agreed-upon horizon year based upon the existing counts and the NCTCOG 2025 volumes. 3.2 Develop volumes at intersections based upon the projections. 4. Analysis 4.1 Perform capacity analyses at each intersection using the existing traffic volume information to determine existing level of service. Page 3 ATTACHMENT A SCOPE OF SERVICES 4.2 Perform capacity analysis using traffic volumes projected for the horizon year to determine future level of service. 4.3 Determine necessary mitigation to achieve an acceptable level of service at the intersections. 4.4 Determine the number of lanes required to achieve an acceptable LOS for each segment of roadway based upon NCTCOG link capacity definitions. F. HYDRAULIC AND HYDROLOGIC ANALYSIS A hydrologic and hydraulic analysis will be performed to evaluate the effects of the roadway improvements on Big Bear Creek and, conversely, determine what effect the creek hydraulics have on the design of the roadway. For drainage crossings other than Big Bear Creek, only a preliminary / cursory sizing exercise is included for the schematic phase. The hydrology and hydraulic scope of services includes the following: 1. Data Collection a. Coordinate with FEMA and their contractor to obtain the latest models for Big Bear Creek. b. Site visit to walk channel and stake creek for areas of detailed survey. c. Collect and review hydrologic and hydraulic studies available from the City. 2. Hydrology a. Review FEMA Contractor's hydrology for Big Bear Creek b. Based on FEMA model, calculate hydrology for lesser return events for Big Bear Creek. c. Calculate preliminary / cursory discharge for sizing of crossing culverts at tributaries of Big Bear Creek. 3. Hydraulics a. Review FEMA Contractor's hydraulic model for Big Bear Creek. b. Analyze bridge hydraulics for crossing of Big Bear Creek. c. Assess impacts of roadway on floodway of Big Bear Creek. d. Evaluate channel modifications for Big Bear Creek. e. Calculate preliminary / cursory sizes of crossing culverts at tributaries of Big Bear Creek. 4. Report: The findings from the hydrologic and hydraulic analysis will be incorporated into a brief report. Page 4 ATTACHMENT A SCOPE OF SERVICES G. SCHEMATIC DESIGN SERVICES: 1. Collect and review the following information: a. CITY studies; b. TxDOT and Tarrant County information; c. Initial planning documents; v d. Existing utilities; e. Existing land use and zoning; f. Street plan/profile sheets; g. Existing topographic and aerial mapping to be acquired from the City of Fort Worth and, if necessary, the City of Keller; h. IH-35W and US 377 designs by TxDOT. 2. Develop a roadway and drainage design criteria document based on City and TxDOT design standards. 3. Prepare schematic alternatives to convey the roadway plan and profile, drainage plan, and estimated construction costs, including plans and comparisons of: a. Pavement design options; b. Level of Service analysis; c. Intersection configurations; d. Typical roadway sections; e. ROW requirements; f. Environmental considerations; g. Access Management (i.e., proposed median opening locations); h. Sequence of development (e.g., stage construction alternatives); and i. Costs. Page 5 ATTACHMENT A SCOPE OF SERVICES 4. Work with City Staff to select a preferred alternative. 5. Develop a Design Schematic based on the preferred alternative. The City might decide to apply for Federal participation in this project. Therefore, the Schematic should be prepared to meet TxDOT requirements. 6. Obtain approval of Design Schematic from CITY, and possibly TxDOT. H. PUBLIC INVOLVEMENT SERVICES: 1. Stage 1 Public Involvement Activities: During the early stage of the project it is important to communicate to the citizens and other stakeholders that the City is moving forward as scheduled with its commitment to improve Golden Triangle. Public involvement services to be provided include: a. Develop a mailing list of stakeholders, including adjacent property owners, area homeowner associations, business tenants, City officials, Keller ISD officials, Tarrant County officials, and City of Keller officials. b. Prepare an informational mailer to be distributed to mailing list described above. The contents of the informational mailer could also be placed on the City of Fort Worth website and the City of Fort Worth page in the Star-Telegram. 8. Stage 2 Public Involvement Activities: During the schematic development phase of the project, the Engineer will facilitate meetings with key stakeholders to discuss the various alternatives under consideration. Key stakeholders will include property owners; representatives from KISD, City of Keller and Tarrant County; and the presidents of area homeowner associations. 9. Stage 3 Public Involvement Activities: After selection of the Preferred Alternative, the Engineer will arrange and participate in a public meeting to present the Preferred Alternative to all stakeholders and interested parties. The meeting will afford the public all opportunity to provide input on the Preferred Alternative. Based upon the input received, the Engineer will assist the City in determining what, if any, changers to incorporate into the schematic. I. ADDITIONAL SERVICE: Upon successful completion of the preliminary engineering and a decision to proceed with the project, the Engineer may be asked to perform final engineering under an amendment to this contract. Page 6 O 1 I m !LL' m, R' �o m m m 0 I I I � o E m wpz-1 LLI + +II m SWw Nam d m H ' wQ ! I OW dC07� ._. E yyy5r N N d m Q eme � � „ ee � eege "eHe � e' ee � m "ee"" eeome "ee J,aS m c a m m o e ? e '2 n e n a ct e e 2 e a 'e e N e .o e Q e a CL A C 9 V z Lm C u�i a a qm o ; N W s '9 'W a16 ct _ o z p 31 0 0. z 12 .`_aNm ¢ '� .i � � av �-a` Fc� s`.'�':oe 4 EM - a 9 S m i ys $ w w a 7 ¢ n a D io a W 8 °° = 0 8 d� w" u� u 'n c4 m:a o d' oCI^.W z f IL a O N CD V O�- 'O•m.• m{^ do ATTACHMENT B COMPENSATION The CONSULTANT shall be compensated a total lump sum fee of $355,275 for the project. Payment of the lump sum 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 CONSULTANT 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 peiformed for that particular month, percent complete for each task, amount budgeted for each task, portion of budget amount expended, previous billing totals and total for invoice. Page 1 of City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/6/2005 DATE: Tuesday, September 06, 2005 LOG NAME: 20GOLDTRIANGLE REFERENCE NO.: **C-20954 SUBJECT: Authorize Execution of an Engineering Services Contract with Teague Nall and Perkins for the Design of Golden Triangle Boulevard from IH-35W to US 377 RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an Engineering Services Contract with Teague Nall and Perkins in the amount of $355,275.00 for the design of Golden Triangle Boulevard from IH-35W to to US 377. DISCUSSION: The engineering services contract is needed for the preparation of surveys, schematic plans and estimates for the construction of Golden Triangle Boulevard from IH-35W to US 377. Based upon review of written Statements of Qualifications and interviews, Teague Nall and Perkins was selected as the best qualified firm to perform this work. Teague Nall and Perkins has proposed to perform the necessary survey and schematic design for a lump sum fee of $355,275.00. City Staff considers this fee to be fair and reasonable for the scope of services to be performed. Teague Nall and Perkins is in compliance with the City's M/WBE Ordinance by committing to 34% M/WBE participation on this amendment. The City's goal on this project is 24%. This project is located in Council District 2, MAPSCO 21 L, M and R; 22 N, P, Q, L and M; and 23 J. HISTORY: The 2004 Capital Improvement Program (CIP) approved $7,300,000.00 for the design and construction of this project as a four-lane divided roadway. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the http://www.cfwnet.org/council_packet/Reports/mc_print.asp 9/20/200 Page 2 of Street Improvement fund. TO Fund/Account/Centers FROM Fund/AccountlCenters C200 531200 202230014030 $355,275.00 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: Robert Goode (7804) Additional Information Contact: Tom Leuschen (2442) http://www.cfwnet.org/council_packet/Reports/mc_print.asp 9/20/200