HomeMy WebLinkAboutContract 34800 CITY SECRETARY
CONTRACT NO.
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING SERVICES
This AGREEMENT is between the City of Fort Worth (the "CITY"), and Kimley-
Horn and Associates, Inc. (the "ENGINEER"), for a PROJECT generally described as:
Traffic Signal Designs for SH 121/Southwest 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 ENGIk1\4F may, after
giving 7 days' written notice to CITY, suspend services ' ,
AGREEMENT until paid in full, including interest. In th W01"muey
suspension of services, the ENGINEER shall have no liability
;`rys,1G��j U TRAFFIC SIGNAL DESIGNS ' u�'@�ll HEX.
FOR SH 121/SOUTHWEST PARKWAY
ORIGINAL
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
2
TRAFFIC SIGNAL DESIGNS
FOR SH 121/SOUTHWEST PARKWAY
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.
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.
3
TRAFFIC SIGNAL DESIGNS
FOR SH 121/SOUTHWEST PARKWAY
(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. 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 Woman Business Enterprise (M/WBE)
participation
lss3o
In accord with City of Fort Worth Ordinance No. i33599; 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
TRAFFIC SIGNAL DESIGNS 4 w r
FOR SH 121/SOUTHWEST PARKWAY v ���~ ���1A11 P V
r.a:n r U
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 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) 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 subcon-
sultant 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
5
TRAFFIC SIGNAL DESIGNS
FOR SH 121/SOUTHWEST PARKWAY
Automobile Liability
$1,000,000 each accident on a combined single limit
or
$250,000 Property Damage
$500,000 Bodily Injury per person per occurrence
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.
Workers 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. Under no
circumstances shall a "claims-made and reported policy or provision" be
acceptable to the City.
(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.
6
TRAFFIC SIGNAL DESIGNS
FOR SH 121/SOUTHWEST PARKWAY
(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 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 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.
TRAFFIC SIGNAL DESIGNS 7 6 PRO
FOR SH 121/SOUTHWEST PARKWAY 3 CITY cSMi!�(U
(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 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 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 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.
8
TRAFFIC SIGNAL DESIGNS
FOR SH 121/SOUTHWEST PARKWAY
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.
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.
TRAFFIC SIGNAL DESIGNS 9
FOR SH 121/SOUTHWEST PARKWAY � ����
R :'' UK.
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 escape of hazardous substances, contaminants, or asbestos is a
result of ENGINEER's negligence or if ENGINEER brings such hazardous
substance, contaminant or asbestos onto the project.
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 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.
10
TRAFFIC SIGNAL DESIGNS
FOR SH 121/SOUTHWEST PARKWAY
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 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
11
TRAFFIC SIGNAL DESIGNS
FOR SH 121/SOUTHWEST PARKWAY
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.
(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
ENGINEERS personnel and subcontractors, and ENGINEER's compensation will
be made.
12
TRAFFIC SIGNAL DESIGNS ^„ �t I; a• Cj1'n
FOR SH 121/SOUTHWEST PARKWAY
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 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 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
13
TRAFFIC SIGNAL DESIGNS
FOR SH 121/SOUTHWEST PARKWAY
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.
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.
(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)
14
TRAFFIC SIGNAL DESIGNS
FOR SH 121/SOUTHWEST PARKWAY
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 the Standard Agreement
Attachment D — Schedule
Executed this the Wday of , 20_M.
ATTEST: CITY OF FORT WORTH
f—NY-\&d=a"11 By:
Marty Hendrix 0 Ma'`e A. Ott
City Secretary Assistant City Manager
APPROVED AS TO FORM APPROVAL RECOMMENDED:
AND LEGALITY
� G
Robert D. Goode, P.E., Director
Assistant Uty Attorney Transportation/Public Works Dept.
AT ST: Kimley-Horn and Associates, Inc.
Cole Webb
Assistant Secretary
Contrac Authorization
I
Date
TRAFFIC SIGNAL DESIGNS 15 N �14?�� �'� 1�
FOR SH 121/SOUTHWEST PARKWAY _,I N �❑���Y„�y
ATTACHMENT "A'
SCOPE OF SERVICES
TRAFFIC SIGNAL DESIGNS
FOR
SH 121/SOUTHWEST PARKWAY
FORT WORTH, TEXAS
PROJECT PARAMETERS
The following assumptions pertain to the provision of Basic Services:
A. The PROJECT will consist of the following activities, as requested by the CITY:
Proposed traffic signal design plans, quantities, and specifications for the following
fifteen (15) cross street and frontage road interchanges along SH 121/Southwest
Parkway:
1. Forest Park Blvd. — new signal and modification of existing signal
2. WB IH-30 Off-ramp & Parkview Dr. —new signal
3. University Dr. —new signal and modification of existing signal
4. Montgomery St. —new signal (diamond)
5. Edwards Ranch Rd. —new signal (diamond)
6. Arborlawn Blvd. — new signal (diamond)
7. SH 121 SB Frontage Rd. and SH-183 WB Frontage Rd. — new signal
8. SH 121 NB Frontage Rd. and SH-183 WB Frontage Rd. — new signal
9. Bryant Irvin Blvd. at SH-183—signal modification (diamond)
10. SH 121 SB Frontage Rd. and IH-20 EB Frontage Rd. — new signal
11. SH 121 NB Frontage Rd. and IH-20 WB Frontage Rd. —new signal
12. River Ranch Blvd. and IH-20 EB Frontage Rd. — new signal
13. Overton Ridge Blvd. —new signal (diamond)
14. Oakmont Blvd. —new signal (diamond)
15.Altamesa Blvd. / Dirks Rd. —new signal (diamond)
PROJECT is located within the City of Fort Worth, Texas.
B. Preliminary roadway, utility, and survey plans prepared by others (North Texas
Tollway Authority (NTTA) Section Design Engineers)will be used as the basis for
any designs associated with the PROJECT. It is assumed that Microstation CADD
files will be available and all base files will provided by the NTTA.
C. All intersections will be prepared to allow for multiple construction contracts to be
facilitated by NTTA. The plans, standards and any special specifications will be
prepared using English units.
D. Existing traffic signal specifications and standards furnished by the CITY will be used
for design plans, unless otherwise requested by the CITY and/or NTTA in writing.
TRAFFIC SIGNAL DESIGNS A-1
FOR SH 121/SOUTHWEST PARKWAY
These include:
- City of Fort Worth Transportation and Public Works "Traffic Signal Design
Guidelines, January, 2002".
- Example plan set illustrating desired format for each type of plan sheet to be
developed by the Engineer.
- Example City standard traffic signal construction details and specifications.
- Special traffic signal pole assembly detail sheets.
E. All Microstation CADD standards and level symbology will follow NTTA
requirements.
F. The CITY will provide determination for provision cable TV drops, vehicle detection,
and Opticom equipment.
G. The CITY will review plans and provide recommendations in a timely manner.
H. All intersections will be designed to accommodate existing or future pedestrian
activities, including sidewalk ramps, crosswalks, push buttons, and pedestrian heads
as requested by the CITY and NTTA.
E. The ENGINEER will furnish each NTTA Section Design Engineer the following items
to produce a complete set of construction plans for bidding purposes:
- Quantity Summary and Opinion of Probable Construction Cost
- General Notes
- Existing Conditions Layout (for currently signalized intersections)
- Traffic Signal Design Layout(per intersection)
- Signs and Markings Layout (per intersection)
- Traffic Signal Standard Detail Sheets (for each Section)
The ENGINEER assumes that the Sidewalk Ramp Layout and Geometric
Modification Layout sheets typically included in a CITY traffic signal design
construction plan set will be prepared by each NTTA Section Design Engineer.
TASK 1.0 TRAFFIC SIGNAL DESIGNS
A. The ENGINEER will prepare for and attend up to four kick-off meetings with the
CITY, the NTTA General Engineering Consultant(GEC), and each NTTA Section
Design Engineer.
B. The ENGINEER will obtain electronic copies of current preliminary interchange
layouts and traffic control plan layouts from each NTTA Section Design Engineer.
This should include but not be limited to the proposed roadway plans, right-of-way
information, and utility plans.
C. The ENGINEER will review the current interchange layouts and traffic control plan
layouts. As part of our review, the ENGINEER will coordinate the temporary signals
required for each phase of construction with the permanent signal layouts.
TRAFFIC SIGNAL DESIGNS A-2
FOR SH 121/SOUTHWEST PARKWAY
D. The ENGINEER will collect peak hour turning movement counts for peak periods
including pedestrians and heavy vehicles at the interchanges listed below. The peak
period counts shall be consecutive 15-minute periods at typical peak periods:
A.M. 7— a.m. 9 a.m., NOON: 11:30 a.m. — 1:30 p.m., P.M. 4:30 p.m.—6:30 p.m.
weekdays, and 2:00 p.m. —4:00 p.m. Saturday.
1. Forest Park Blvd.
2. University Dr.
3. Bryant Irvin Blvd. at SH-183
E. The ENGINEER will complete warrant studies for all project cross street
interchanges and frontage road interchanges along SH 121.Warrant studies will be
completed using the procedures outlined in the Texas Manual of Uniform Traffic
Control Devices (Texas MUTCD). The warrant studies will be completed using either
existing or projected peak hour traffic volumes developed as part of the SH
121/Southwest Parkway master planning project completed by the ENGINEER.
F. The ENGINEER will gather electronic copies of the current Synchro signal timing
models for the Forest Park Blvd., University Dr., and Bryant Irvin Blvd. interchanges
from the CITY. Each model will be used to determine the recommended signal
operations and phasing for each interchange.
G. The ENGINEER will determine the pedestrian, ADA, and ITS requirements for each
project intersection. The ENGINEER will evaluate the proposed layouts using the
CITY's SH 121 Master Plan and NTTA's corridor ITS Master Plan. If necessary, the
ENGINEER will coordinate with each Section Design Engineer to modify their layouts
to reflect the proposed pedestrian and ADA requirements.The ENGINEER will
coordinate with each Section Design Engineer's ITS consultant to locate the
proposed electrical service and ITS devices at each interchange. The ENGINEER
will meet with the CITY to identify the operational and connectivity requirements to
the various ITS devices at each interchange.
H. The ENGINEER will create base plan sheets for signal plans from the electronic
CADD files provided by each Section Design Engineer.
I. For current signalized intersections, the ENGINEER will prepare an existing
conditions diagram.
J. The ENGINEER will meet with the CITY to discuss the electric service,
communications, vehicle detection, and Opticom requirements at each interchange.
Since the majority of the interchanges are new, no field reconnaissance of the
intersections will be required. All existing and proposed utilities, pavement widths,
lane configurations, and traffic control devices will be determined based on the
design CADD files provided by each NTTA Section Design Engineer.
K. The ENGINEER will perform a capacity analysis indicating level of service for each
movement at each interchange. A capacity analysis report using the SynchroTm
analysis software is preferred; however other capacity methods are acceptable.
L. The ENGINEER will evaluate and design phasing with consideration of capabilities of
current City controller hardware and software operation functions.
TRAFFIC SIGNAL DESIGNS A-3
FOR SH 121/SOUTHWEST PARKWAY
M. The ENGINEER will prepare and submit a"short report"for each interchange to the
CITY for review and approval. The report will include:
- existing and/or projected traffic volumes;
- discussion of existing and proposed conditions;
- capacity analysis results;
- photo-log of interchange approaches (if applicable);
- recommendations for signal design, phasing, operations, illumination; and
pedestrian accommodations; and
- address any unusual conditions and provide recommendations to resolve these
conditions.
N. The ENGINEER will prepare for and attend a review meeting with the CITY to
receive and reach concurrence regarding the"short report" review comments.
O. The ENGINEER will prepare the 60% PS&E traffic signal designs for each project
interchange. Plans, specifications and estimates (PS&E)for the above work shall be
prepared in accordance with the applicable requirements for CITY and NTTA plans,
details, specifications, standards, and manuals. The ENGINEER will review the
general notes, traffic signal specifications, and standard general provisions supplied
by the CITY for applicability and modify(if necessary)for the respective
interchanges. The ENGINEER should identify any design exceptions to CITY
Standards in the 60% design phase. The ENGINEER will prepare and submit 60%
PS&E packages to the CITY and NTTA for review and comment. All PS&E
packages (11"x 17" paper copy)will be submitted via each NTTA Section Design
Engineer.
60% PS&E Deliverables
- Quantity Summary
- General Notes
- Existing Conditions Layout (for currently signalized intersections) showing
traffic signal poles, detector loops, illumination, conduit runs, wiring diagram, and
signal face locations.
- Traffic Signal Design Layout (per interchange)showing existing utilities,
permanent traffic signal poles and mast arms, pedestrian signal poles, pedestrian
signals,controller cabinet assemblies, signal heads, street lights, detector loops
or other detectors, conduit, ground boxes, power sources, communications
connections, wiring diagrams, pavement markings, signal phasing plan, hazard
identification beacons, Opticom equipment, and all other items required for the
complete construction of the signals.
- Signs and Markings Layout (per interchange)showing existing signs, proposed
signs, existing striping, and proposed striping.
- Traffic Signal Standard Detail Sheets (per each Section)
- Opinion of Probable Construction Cost
The CITY will prepare record drawings following the completion of the construction
based upon information provided by the Contractor.
TRAFFIC SIGNAL DESIGNS A-4
FOR SH 121/SOUTHWEST PARKWAY
P. The ENGINEER will prepare for and attend a review meeting with the CITY and
NTTA to receive and reach concurrence regarding the 60% PS&E review comments.
Q. The ENGINEER will incorporate review comments and submit 90% PS&E traffic
signal designs via each NTTA Section Design Engineer. The 90% PS&E deliverables
will include the same items listed in the 60% PS&E deliverables.
R. The ENGINEER will prepare for and attend a review meeting with the CITY and
NTTA to receive and reach concurrence regarding the 90% PS&E review comments.
S. The ENGINEER will incorporate review comments and submit 100% PS&E traffic
signal designs via each NTTA Section Design Engineer. The 100% PS&E
deliverables will include the same items listed in the 90% PS&E deliverables.
T. The ENGINEER will prepare for and attend a review meeting with the CITY and
NTTA to receive and reach concurrence regarding the 100% PS&E review
comments.
U. The ENGINEER will incorporate review comments and produce FINAL PS&E traffic
signal designs (11" x 17" mylar)via each NTTA Section Design Engineer. The FINAL
PS&E deliverables will include the same items listed in the 100% PS&E deliverables.
V. The ENGINEER will prepare and submit the quantity estimates and engineer's
opinion of probable construction cost spreadsheets prepared in Microsoft Excel for
each intersection.
W. The ENGINEER will provide the CITY a CD of the electronic Microstation traffic
signal design files, quantity estimates, and engineer's opinion of probable
construction costs for each interchange.
TRAFFIC SIGNAL DESIGNS A_5
FOR SH 121/SOUTHWEST PARKWAY
ATTACHMENT "B"
COMPENSATION
TRAFFIC SIGNAL DESIGNS
FOR
SH 121/SOUTHWEST PARKWAY
FORT WORTH,TEXAS
I. PROFESSIONAL ENGINEERING SERVICES
For all professional engineering services included in ATTACHMENT"A" (Scope of Services,
Traffic Signal Designs for SH 121/Southwest Parkway), the CITY agrees to pay the
ENGINEER a lump sum fee of$270,000.
11. BASIS FOR COMPENSATION
The CITY shall compensate the ENGINEER for the professional engineering services included
in ATTACHMENT "A" on a lump sum fee basis. The lump sum fee includes labor costs and
direct expenses identified in this contract(including the M/W BE subconsultants in the amount of
$42,300), as well as items such as in-house duplicating, printing, facsimile, local mileage,
telephone, postage, and computer expenses.
The ENGINEER shall be paid monthly based on statements submitted to the CITY for the work
accomplished during the preceding month. Monthly statements for lump sum services will be
based upon a reasonable estimation of percent complete.
TRAFFIC SIGNAL DESIGNS B-1
FOR SH 121/SOUTHWEST PARKWAY
ATTACHMENT"C"
AMENDMENTS TO STANDARD AGREEMENT
TRAFFIC SIGNAL DESIGNS
FOR
SH 121/SOUTHWEST PARKWAY
FORT WORTH,TEXAS
No modifications to the Standard Agreement were necessary for this project.
TRAFFIC SIGNAL DESIGNS C_1
FOR SH 121/SOUTHWEST PARKWAY
ATTACHMENT "D"
SCHEDULE
TRAFFIC SIGNAL DESIGNS
FOR
SH 121/SOUTHWEST PARKWAY
FORT WORTH, TEXAS
The ENGINEER will complete the scope of services outlined in ATTACHMENT"A" in
accordance with the current NTTA SH 121/Southwest Parkway PS&E submittal schedule.
TRAFFIC SIGNAL DESIGNS p_1
FOR SH 121/SOUTHWEST PARKWAY
ATTACHMENT "A"
SCOPE OF SERVICES
TRAFFIC SIGNAL DESIGNS
FOR
SH 121ISOUTHWEST PARKWAY
FORT WORTH, TEXAS
PROJECT PARAMETERS
The following assumptions pertain to the provision of Basic Services:
A. The PROJECT will consist of the following activities, as requested by the CITY:
Proposed traffic signal design plans, quantities, and specifications for the following
fifteen (15) cross street and frontage road interchanges along SH 121/Southwest
Parkway:
1. Forest Park Blvd. — new signal and modification of existing signal
2. WB IH-30 Off-ramp & Parkview Dr. —new signal
3. University Dr. —new signal and modification of existing signal
4. Montgomery St.—new signal (diamond)
5. Edwards Ranch Rd. —new signal (diamond)
6. Arborlawn Blvd. — new signal (diamond)
7. SH 121 SB Frontage Rd. and SH-183 WB Frontage Rd. — new signal
8. SH 121 NB Frontage Rd. and SH-183 WB Frontage Rd. —new signal
9. Bryant Irvin Blvd. at SH-183—signal modification (diamond)
10. SH 121 SB Frontage Rd. and IH-20 EB Frontage Rd. — new signal
11. SH 121 NB Frontage Rd. and IH-20 WB Frontage Rd. — new signal
12. River Ranch Blvd. and IH-20 EB Frontage Rd. —new signal
13. Overton Ridge Blvd. —new signal (diamond)
14. Oakmont Blvd. —new signal (diamond)
15.Altamesa Blvd. / Dirks Rd. —new signal (diamond)
PROJECT is located within the City of Fort Worth, Texas.
B. Preliminary roadway, utility, and survey plans prepared by others (North Texas
Tollway Authority (NTTA) Section Design Engineers)will be used as the basis for
any designs associated with the PROJECT. It is assumed that Microstation CADD
files will be available and all base files will provided by the NTTA.
C. All intersections will be prepared to allow for multiple construction contracts to be
facilitated by NTTA. The plans, standards and any special specifications will be
prepared using English units.
D. Existing traffic signal specifications and standards furnished by the CITY will be used
for design plans, unless otherwise requested by the CITY and/or NTTA in writing.
TRAFFIC SIGNAL DESIGNS A-1
FOR SH 121/SOUTHWEST PARKWAY
These include:
- City of Fort Worth Transportation and Public Works "Traffic Signal Design
Guidelines, January, 2002".
- Example plan set illustrating desired format for each type of plan sheet to be
developed by the Engineer.
- Example City standard traffic signal construction details and specifications.
- Special traffic signal pole assembly detail sheets.
E. All Microstation CADD standards and level symbology will follow NTTA
requirements.
F. The CITY will provide determination for provision cable TV drops, vehicle detection,
and Opticom equipment.
G. The CITY will review plans and provide recommendations in a timely manner.
H. All intersections will be designed to accommodate existing or future pedestrian
activities, including sidewalk ramps, crosswalks, push buttons, and pedestrian heads
as requested by the CITY and NTTA.
E. The ENGINEER will furnish each NTTA Section Design Engineer the following items
to produce a complete set of construction plans for bidding purposes:
- Quantity Summary and Opinion of Probable Construction Cost
- General Notes
- Existing Conditions Layout (for currently signalized intersections)
- Traffic Signal Design Layout (per intersection)
- Signs and Markings Layout (per intersection)
- Traffic Signal Standard Detail Sheets (for each Section)
The ENGINEER assumes that the Sidewalk Ramp Layout and Geometric
Modification Layout sheets typically included in a CITY traffic signal design
construction plan set will be prepared by each NTTA Section Design Engineer.
TASK 1.0 TRAFFIC SIGNAL DESIGNS
A. The ENGINEER will prepare for and attend up to four kick-off meetings with the
CITY, the NTTA General Engineering Consultant (GEC), and each NTTA Section
Design Engineer.
B. The ENGINEER will obtain electronic copies of current preliminary interchange
layouts and traffic control plan layouts from each NTTA Section Design Engineer.
This should include but not be limited to the proposed roadway plans, right-of-way
information, and utility plans.
C. The ENGINEER will review the current interchange layouts and traffic control plan
layouts. As part of our review, the ENGINEER will coordinate the temporary signals
required for each phase of construction with the permanent signal layouts.
TRAFFIC SIGNAL DESIGNS A-2
FOR SH 121/SOUTHWEST PARKWAY
D. The ENGINEER will collect peak hour turning movement counts for peak periods
including pedestrians and heavy vehicles at the interchanges listed below. The peak
period counts shall be consecutive 15-minute periods at typical peak periods:
A.M. 7 —a.m. 9 a.m., NOON: 11:30 a.m. — 1:30 p.m., P.M. 4:30 p.m. —6:30 p.m.
weekdays, and 2:00 p.m. —4:00 p.m. Saturday.
1. Forest Park Blvd.
2. University Dr.
3. Bryant Irvin Blvd. at SH-183
E. The ENGINEER will complete warrant studies for all project cross street
interchanges and frontage road interchanges along SH 121.Warrant studies will be
completed using the procedures outlined in the Texas Manual of Uniform Traffic
Control Devices (Texas MUTCD). The warrant studies will be completed using either
existing or projected peak hour traffic volumes developed as part of the SH
121/Southwest Parkway master planning project completed by the ENGINEER.
F. The ENGINEER will gather electronic copies of the current Synchro signal timing
models for the Forest Park Blvd., University Dr., and Bryant Irvin Blvd. interchanges
from the CITY. Each model will be used to determine the recommended signal
operations and phasing for each interchange.
G. The ENGINEER will determine the pedestrian, ADA, and ITS requirements for each
project intersection. The ENGINEER will evaluate the proposed layouts using the
CITY's SH 121 Master Plan and NTTA's corridor ITS Master Plan. If necessary, the
ENGINEER will coordinate with each Section Design Engineer to modify their layouts
to reflect the proposed pedestrian and ADA requirements. The ENGINEER will
coordinate with each Section Design Engineer's ITS consultant to locate the
proposed electrical service and ITS devices at each interchange. The ENGINEER
will meet with the CITY to identify the operational and connectivity requirements to
the various ITS devices at each interchange.
H. The ENGINEER will create base plan sheets for signal plans from the electronic
CADD files provided by each Section Design Engineer.
I. For current signalized intersections, the ENGINEER will prepare an existing
conditions diagram.
J. The ENGINEER will meet with the CITY to discuss the electric service,
communications, vehicle detection, and Opticom requirements at each interchange.
Since the majority of the interchanges are new, no field reconnaissance of the
intersections will be required. All existing and proposed utilities, pavement widths,
lane configurations, and traffic control devices will be determined based on the
design CADD files provided by each NTTA Section Design Engineer.
K. The ENGINEER will perform a capacity analysis indicating level of service for each
movement at each interchange. A capacity analysis report using the SynchroTm
analysis software is preferred; however other capacity methods are acceptable.
L. The ENGINEER will evaluate and design phasing with consideration of capabilities of
current City controller hardware and software operation functions.
TRAFFIC SIGNAL DESIGNS A-3
FOR SH 121/SOUTHWEST PARKWAY
M. The ENGINEER will prepare and submit a "short report"for each interchange to the
CITY for review and approval. The report will include:
- existing and/or projected traffic volumes;
- discussion of existing and proposed conditions;
- capacity analysis results;
- photo-log of interchange approaches (if applicable);
- recommendations for signal design, phasing, operations, illumination; and
pedestrian accommodations; and
- address any unusual conditions and provide recommendations to resolve these
conditions.
N. The ENGINEER will prepare for and attend a review meeting with the CITY to
receive and reach concurrence regarding the "short report" review comments.
O. The ENGINEER will prepare the 60% PS&E traffic signal designs for each project
interchange. Plans, specifications and estimates (PS&E)for the above work shall be
prepared in accordance with the applicable requirements for CITY and NTTA plans,
details, specifications, standards, and manuals. The ENGINEER will review the
general notes, traffic signal specifications, and standard general provisions supplied
by the CITY for applicability and modify (if necessary)for the respective
interchanges. The ENGINEER should identify any design exceptions to CITY
Standards in the 60% design phase. The ENGINEER will prepare and submit 60%
PS&E packages to the CITY and NTTA for review and comment. All PS&E
packages (11" x 17" paper copy) will be submitted via each NTTA Section Design
Engineer.
60% PS&E Deliverables
- Quantity Summary
- General Notes
- Existing Conditions Layout (for currently signalized intersections) showing
traffic signal poles, detector loops, illumination, conduit runs, wiring diagram, and
signal face locations.
- Traffic Signal Design Layout (per interchange) showing existing utilities,
permanent traffic signal poles and mast arms, pedestrian signal poles, pedestrian
signals, controller cabinet assemblies, signal heads, street lights, detector loops
or other detectors, conduit, ground boxes, power sources, communications
connections,wiring diagrams, pavement markings, signal phasing plan, hazard
identification beacons, Opticom equipment, and all other items required for the
complete construction of the signals.
- Signs and Markings Layout (per interchange) showing existing signs, proposed
signs, existing striping, and proposed striping.
- Traffic Signal Standard Detail Sheets (per each Section)
- Opinion of Probable Construction Cost
The CITY will prepare record drawings following the completion of the construction
based upon information provided by the Contractor.
TRAFFIC SIGNAL DESIGNS A-4
FOR SH 121/SOUTHWEST PARKWAY
P. The ENGINEER will prepare for and attend a review meeting with the CITY and
NTTA to receive and reach concurrence regarding the 60% PS&E review comments.
Q. The ENGINEER will incorporate review comments and submit 90% PS&E traffic
signal designs via each NTTA Section Design Engineer. The 90% PS&E deliverables
will include the same items listed in the 60% PS&E deliverables.
R. The ENGINEER will prepare for and attend a review meeting with the CITY and
NTTA to receive and reach concurrence regarding the 90% PS&E review comments.
S. The ENGINEER will incorporate review comments and submit 100% PS&E traffic
signal designs via each NTTA Section Design Engineer. The 100% PS&E
deliverables will include the same items listed in the 90% PS&E deliverables.
T. The ENGINEER will prepare for and attend a review meeting with the CITY and
NTTA to receive and reach concurrence regarding the 100% PS&E review
comments.
U. The ENGINEER will incorporate review comments and produce FINAL PS&E traffic
signal designs (11" x 17" mylar) via each NTTA Section Design Engineer. The FINAL
PS&E deliverables will include the same items listed in the 100% PS&E deliverables.
V. The ENGINEER will prepare and submit the quantity estimates and engineer's
opinion of probable construction cost spreadsheets prepared in Microsoft Excel for
each intersection.
W. The ENGINEER will provide the CITY a CD of the electronic Microstation traffic
signal design files, quantity estimates, and engineer's opinion of probable
construction costs for each interchange.
TRAFFIC SIGNAL DESIGNS A-5
FOR SH 121/SOUTHWEST PARKWAY
ATTACHMENT "B"
COMPENSATION
TRAFFIC SIGNAL DESIGNS
FOR
SH 121/SOUTHWEST PARKWAY
FORT WORTH,TEXAS
I. PROFESSIONAL ENGINEERING SERVICES
For all professional engineering services included in ATTACHMENT"A" (Scope of Services,
Traffic Signal Designs for SH 121/Southwest Parkway), the CITY agrees to pay the
ENGINEER a lump sum fee of$270,000.
II. BASIS FOR COMPENSATION
The CITY shall compensate the ENGINEER for the professional engineering services included
in ATTACHMENT "A" on a lump sum fee basis. The lump sum fee includes labor costs and
direct expenses identified in this contract(including the M/W BE subconsultants in the amount of
$42,300), as well as items such as in-house duplicating, printing, facsimile, local mileage,
telephone, postage, and computer expenses.
The ENGINEER shall be paid monthly based on statements submitted to the CITY for the work
accomplished during the preceding month. Monthly statements for lump sum services will be
based upon a reasonable estimation of percent complete.
TRAFFIC SIGNAL DESIGNS B_1
FOR SH 121/SOUTHWEST PARKWAY
ATTACHMENT "C"
AMENDMENTS TO STANDARD AGREEMENT
TRAFFIC SIGNAL DESIGNS
FOR
SH 121/SOUTHWEST PARKWAY
FORT WORTH,TEXAS
No modifications to the Standard Agreement were necessary for this project.
TRAFFIC SIGNAL DESIGNS C_1
FOR SH 121/SOUTHWEST PARKWAY
ATTACHMENT "D"
SCHEDULE
TRAFFIC SIGNAL DESIGNS
FOR
SH 121/SOUTHWEST PARKWAY
FORT WORTH, TEXAS
The ENGINEER will complete the scope of services outlined in ATTACHMENT"A" in
accordance with the current NTTA SH 121/Southwest Parkway PS&E submittal schedule.
TRAFFIC SIGNAL DESIGNS p_1
FOR SH 121/SOUTHWEST PARKWAY
rage 1 012
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 1/9/2007 - Ordinance No. 17355-01-2007
DATE: Tuesday, January 09, 2007
LOG NAME: 20SH121TSIGNAL REFERENCE NO.: **C-21920
SUBJECT:
Authorize Execution of an Interlocal Agreement with North Texas Tollway Authority and an
Agreement for Engineering Services with Kimley-Horn & Associates, Inc., for the Preparation of
Plans, Specifications and Estimates for Traffic Signals along SH-1 21/Southwest Parkway and Adopt
Appropriation Ordinance
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the City Manager to execute an Interlocal Agreement (ILA) with the North Texas Tollway
Authority (NTTA) in the amount of $280,000 to share the cost of the preparation of construction plans,
specifications and estimates (PS&E) for traffic signals along the SH-1 21/Southwest Parkway.
2. Authorize the City Manager to execute an Agreement for Engineering Services with Kimley-Horn &
Associates, Inc., in the amount of $270,000 for the preparation of PS&E for traffic signals along the SH-121/
Southwest Parkway subject to the execution of the Interlocal Agreement with the North Texas Tollway
Authority.
3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Grant Fund by $280,000.
DISCUSSION:
NTTA staff has asked City staff to manage the development of traffic signal construction plans for the SH-
121 / Southwest Parkway corridor through Fort Worth. NTTA does not have traffic signal design or
construction standards and the maintenance of the future traffic signals along the corridor will be the
responsibility of the City. The attached ILA with NTTA provides for the City to be fully reimbursed in an
amount not to exceed $280,000 for the consultant services to prepare traffic signal PS&E.
The following locations are included in the ILA for new traffic signals or modifications to existing:
1. Forest Park Boulevard — new signal and modification of existing signal
2. WB IH-30 Off-ramp & Parkview Drive— new signal
3. University Drive— new signal and modification of existing signal
4. Montgomery Street— new signal (diamond)
5. Edwards Ranch Road — new signal (diamond)
6. Arborlawn Boulevard — new signal (diamond)
7. SH-121 SB Frontage Road and SH-183 WB Frontage Road — new signal
8. SH-121 NB Frontage Road and SH-183 WB Frontage Road — new signal
9. Bryant Irvin Boulevard at SH-183 —signal modification (diamond)
10. SH-121 SB Frontage Road and IH-20 EB Frontage Road — new signal
11. SH-121 NB Frontage Road and IH-20 WB Frontage Road — new signal
http://www.cfwnet.org/council_packet/Reports/mc_print.asp 2/8/2007
Page 2 of 2
12. River Ranch Boulevard and I1-1-20 EB Frontage Road —new signal
13. Overton Ridge Boulevard —new signal (diamond)
14. Oakmont Boulevard —new signal (diamond)
15. Altamesa Boulevard/Dirks Road —new signal (diamond)
The Transportation and Public Works Department will be responsible for the collection of these funds.
This project is located in COUNCIL DISTRICTS 3, 6 & 9.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that upon approval of above recommendations and adoption of the attached
appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Grant
Fund.
TO Fund/Account/Centers FROM Fund/Account/Centers
GR76 451969 020460XXX000 $280,000.00 GR76 539120 020460XXX010 $280,000.00
GR76 539120 020460XXX010 $280,000.00
Submitted for City Manager's Office by: Marc Ott (6122)
Originating Department Head: Robert Goode (7801)
Additional Information Contact: Mark Mathis (7861)
http://www.cfwnet.org/council_packet/Reports/mc_print.asp 2/8/2007