Loading...
HomeMy WebLinkAboutContract 33778 C i T `( StCRETAR'Y CONTRACT NO. CITY OF FORT WORTH,TEXAS STANDARD AGREEMENT 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: Nature Center Improvement Plans (2004 CIP) 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 (I) The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. (2) Monthly invoices will be issued by the ENGINEER 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 paid in full, including interest. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. 06 A10 :29 I N p 1 ;"!x :11 rtivi,.�1 07-20- �9� �:...�.��n.U;J i 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. 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 i -2- �33Ruf9L 6 � 1 narN^I�`YH, EKE 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 the 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 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. -3- CITY R ''9011TH, UEXI 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 are incorporated into the record drawings. I. Minority and Woman Business Enterprise (M/WBE) participation In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance 13471, 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. 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 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 three (3) years after final payment under the subcontract, have access OR-4 n , rLR^'1 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 photo copy 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, 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. -5- v 1C:I (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. (1) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless such are approved by the CITY. (j) 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. Urf �MCNHRUY R 7 4 (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 insurance coverage is maintained by subconsultants,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. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. 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, which develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (l) 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 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. U- SPAY Article V Obligations of the City 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. 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 ,ali ciai �rNN 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 N.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 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. -9- DFW�IMA IM"NJ CRY V FT. ?*?�,1_) Tw, TEK. (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 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 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 -10- , ,. 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). G. Assignment Neither party will assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation p REli 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 it 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. 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 VLJ. shall survive termination of this AGREEMENT for any cause. L. Observe and Comply ENGINEER shall at all times observe and comply with all federal an {J� s F, `-,I „, 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 made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B—Summary of Design Fees ATTEST: Y OF FO NORTH f)c\ a��A Marty Hendrix Lib y Watson City Secretary Assistant City Manager APPROVED AS TO FORM AND LEGS LITY Assista i Attorn y Randle Harw d, Actin i ctor 4LJ ✓ Parks and Community Services Department AT EST: ENGINEER, Corporate Secretary Princip4l , Teague Nall and Perkins -13- Contract huthorizatioR 02"FFICUUI BUD URI Rf-AETIARY Bate YO til pVNiMH, TEX, ATTACHMENT A i� TEACUE NALL AND PERKINS AUTHORIZATION FOR PROFESSIONAL SERVICES Project Name: FORT WORTH NATURE CENTER IMPROVEMENTS (2004 CAPITAL IMPROVEMENT PROGRAM) TNP Project Number: FTW-06518 Client: City of Fort Worth Parks and Community Services Department 4200 South Freeway, Suite 2200 Fort Worth, Texas 76115-1499 Attn: Mr. Eric Seebock, Senior Landscape Architect City of Fort Worth Parks and Community Services Department (the Client) hereby requests and authorizes Teague Nall and Perkins, Inc., (the Consultant) to perform the following services for The Fort Worth Nature Center& Refuge, 9601 Fossil Ridge Road, Fort Worth, Texas 76135: SCOPE OF BASIC SERVICES Project Description: The primary purpose of this project is to develop Construction Document Plans, Specifications, and Estimates that will provide guidance to a contractor to bid and install site improvements as further described below for the Fort Worth Nature Center and Refuge in Fort Worth, Texas. The Consultant will coordinate his efforts with the client's representative as necessary. The Consultant shall provide the following professional services (Basic Services) necessary for the development of the Project. Landscape Architecture and Engineering Services 1. The Construction budget for this project has been provided by the city to be estimated at $341,000.00. This is divided between $122,000 allocated for road/parking improvements, $130,000 allocated for boardwalk replacement and $89,000 allocated for walk and trail replacement. The following three projects are as follows: Project A— Road/Parking Improvements Project B— Boardwalk Replacement Project C—Walk and Trail Replacement 2. Design criteria for Project A - Road/Parking Improvements: A. Preparation of construction documents for the parking area at the main visitor center. Both the upper level closest to the center and the lower level public parking area are to be included. The existing public parking area is to be expanded to the south. The main emphasis of this design is to incorporate a "green parking" theme, which may include Professional Services Agreement for the Fort Worth Nature Center and Refuge Page 2 of 5 City of Fort Worth,Parks and Community Services Department permeable paving and/or a bioretention/filtration system. B. Preparation of conceptual horizontal layout documents for the parking area at the Prairie Dog Town. C. Preparation of conceptual horizontal layout documents for the Hay Barn road and parking area. 3. Design criteria for Project B - Boardwalk Replacement A. Preparation of construction documents for the replacement of the failed section of the existing boardwalk. Design is to take into account the use of non-evasive and ecologically friendly construction materials. B. Preparation of conceptual layout and detail documents for the remaining boardwalk and pavilion replacement. 4. Design criteria for Project C -Walk and Trail Replacement A. Preparation of construction documents for the replacement of Limestone Ledge Trail, in addition to information/directional kiosks at(6) major trailhead locations. Construction materials to be approved by client prior to beginning of construction documents. Kiosk locations include the main visitor center, Prairie Dog parking, boardwalk, Greer Island and the Cross Timbers levee. General items: 1. The FWPACS will make available for Consultant use any existing site plans/construction documents for assistance in site assessment design. 2. No public meetings are required at this time. 3. Consultant will be responsible for preparing TDLR paperwork and provide appropriate fees for review and inspection by TDLR. 4. Consultant will be responsible for determining all necessary permits including but not limited to a Storm Water Pollution Prevention Plan (SWPPP), Floodplain, etc, and executing requirements for obtaining permits. 5. Specific materials to be used on these projects will be made available during initial project meeting. 6. Consultant to provide construction administration services based upon the duration and complexity of each of the three projects. 7. Under this contract the Consultant will complete topographic survey information. The City of Fort Worth Department of Engineering survey requirements have been reviewed and will be adhered to. 8. All plans will include topographic layout at a scale suitable for a 22"x 34" sheet format. 9. Consultant to prepare as-built base drawings as part of the scope of services to be utilized by the general contractor. Professional Services Agreement for the Fort Worth Nature Center and Refuge Page 3 of 5 City of Fort Worth,Parks and Community Services Department 10. Using data collected the Consultant will field-verify existing conditions and study site for proposed conditions. A team of two (2) people will conduct one field visit. 11. One (1) landscape design concept (30%) will be prepared in sketch form (as noted in above scope) that conveys the overall design idea that may be presented to client for input and consensus to move to design development documents. It is anticipated to make one (1) presentation to FWPACS staff that will include each of the projects as noted. 12. The Consultant will prepare a preliminary opinion of probable construction cost at 30%, 60% and 90% construction document stages with preparation of a final opinion of probable construction cost at 100% delivered with plans and specifications. 13. Consultant shall be in attendance for the pre-bid and pre-construction meetings to be scheduled by Client. 14. Construction observation is planned for site visits once every two weeks for a 3-month duration, not to exceed six (6) visits. Project Schedule: 1. Notice to Proceed 2. 30% Design Concept /Design Development 6 Weeks 3. City Review 1 Week 4. 60% Design Development 5 Weeks 5. City Review 1 Week 6. 90% Design Development 4 Weeks 7. City Review 2 Weeks 8. 100% Final 3 Weeks 22 Weeks ol,p .i5�1 t ATTACHMENT B SUMMARY OF DESIGN FEES Compensation: 1. Basic Services: The Client agrees to compensate on a lump sum basis the Consultant as follows: a. Consultant services associated with preparing the construction plans and documents shall be in accordance with the following breakdown. The Consultant's services are further outlined in Attachment A noted as Landscape Architectural and Engineering services. i. Landscape Architectural and Engineering services. $51,800 (Fifty One Thousand Eight Hundred Dollars). ii. The Consultant Fee breakdown is as follows: 1. Prime Consultant Landscape Architectural and Civil Services $30,300 (Thirty Thousand Three Hundred Dollars). 2. Prime Consultant Topographic Survey Services $6,000 Six Thousand Dollars). 3. Sub Consultant CAD Production Services $5,400 (Five Thousand Four Hundred Dollars). 4. Sub Consultant Geotechnical Services $4,300 (Four Thousand Three Hundred Dollars). 5. Sub Consultant Environmental Services $3,500 (Three Thousand Five Hundred Dollars). 6. Reproduction / Printing Services $1,300 (One Thousand Three Hundred Dollars). 7. TDLR Review and Inspection Services $1,000 (One Thousand Dollars). TOTAL NOT-TO-EXCEED $51,800 (Fifty One Thousand Eight Hundred Dollars). 2. Basic Services shall be billed monthly based on the percentage of work complete. Professional Services Agreement for the Fort Worth Nature Center and Refuge Page 5 of 5 City of Fort Worth,Parks and Community Services Department Standard Rate Schedule for Reimbursable / Multiplier Contracts Effective January 1, 2006 to December 31, 2006 Engineering/Technical From To Principal $145 - $220 Per Hour Project Manager $110 - $150 Per Hour IT Consultant $120 - $140 Per Hour Senior Engineer $80 - $150 Per Hour Engineer $70 - $120 Per Hour Landscape Architect/Planner $80 - $130 Per Hour Designer $80 - $95 Per Hour Senior Designer $110 - $130 Per Hour CAD Technician $50 - $75 Per Hour Senior CAD Technician $70 - $90 Per Hour IT Technician $70 - $80 Per Hour Clerical $45 - $65 Per Hour Resident Project Representative $70 - $90 Per Hour Surveying Survey Office Manager $145 - $155 R.P.L.S. $100 - $130 Senior Survey Technician $70 - $85 Junior Survey Technician $55 - $70 2-Person Field Crew w/Equipment $100 3-Person Field Crew w/Equipment $110 4-Person Field Crew w/Equipment $135 1-Person G.P.S. Crew w/Equipment $110 2-Person G.P.S. Crew w/Equipment $130 3-Person G.P.S. Crew w/Equipment $150 1-Person Robotic Crew w/Equipment $90 2-Person Robotic Crew w/Equipment $110 Direct Cost Reimbursables Photocopies $0.10/page letter and legal size bond paper, B&W $0.20/page 11"x 17"size bond paper, B&W $2.00/page 22"x 34"and larger bond paper or vellum, B&W Plots $1.00/page 11"x 17"size bond paper, B&W $2.00/page 11"x 17"size bond paper, color $4.00/page 22"x34" and larger bond paper or vellum, B&W $6.00/page 22"x34" and larger bond paper or vellum, color $6.00/page 22"x34"and larger mylar or acetate, B&W Mileage $0.445/mile All Subcontracted and outsourced services billed at rates comparable to TNP's billing rates shown above. ` Rates shown are for calendar year 2006 and are subject to change in subsequent years. Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/11/2006 DATE: Tuesday, July 11, 2006 LOG NAME: 808OTNPNC REFERENCE NO.: **C-21557 SUBJECT: Authorize the Execution of a Professional Services Agreement with Teague Nall and Perkins for Road and Parking, Boardwalk Pavilion, and Walk and Trail Improvements at the Fort Worth Nature Center and Refuge (FWNCR) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a professional services agreement with Teague Nall and Perkins in the amount of $51,800.00 for the design and preparation of construction documents for road and parking lot improvements, boardwalk replacement, and walk and trail replacement at various locations within the FWNCR. DISCUSSION: The 2004 Capital Improvement Program (CIP) Proposition One: Street and Storm Sewer Improvement Projects allocated $5,050,000.00 for funding at twenty three parking lot and road replacement projects in community parks sites of which $153,000 is allocated for the FWNCR. In addition, Proposition Two: Parks, Recreation, and Community Services Improvements allocated $1,429,700.00 for funding of walk and trail replacements at ten parks sites with $ 280,000 allocated for the Nature Center boardwalk replacement Phase I and replacement of trails as determined by Nature Center staff. The total budget for this project amounts to $433,000. Teague Nall and Perkins has proposed to perform the design work, preparation of construction documents and subsequent construction observation services for a lump sum of $51,800.00. Staff considers this fee to be fair and reasonable for the scope of services proposed. Final construction documents for improvements shall be completed and submitted for City staff review no later than October 2006. Construction is anticipated to begin in June 2007 and be completed by November 2007. M/WBE - Teague Nall and Perkins is in compliance with the City M/WBE Ordinance by committing to 20% M/WBE participation. The City's goal on this project is 20%. The Fort Worth Nature Center and Refuge is located in COUNCIL DISTRICT 7 and serves all citizens. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund and Park Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C200 531200 801370037230 $18,000.00 C280 531200 801490037230 $20,800.00 http://www.cfwnet.org/council_packet/Reports/mc_print.asp 11/1/2006 Page 2 of 2 C280 531200 801500037230 $13,000.00 Submitted for City Manager's Office by: Libby Watson (6199) Originating Department Head: Randle Harwood (Acting) (5704) Additional Information Contact: Mike Ficke (5746) http://www.cfwnet.org/council_packet/Reports/mc_print.asp 11/1/2006