Loading...
HomeMy WebLinkAboutContract 53959 CSC No. 53959 �\�yoS,FCQ CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality ("CITY"), and Teague Nall and Perkins, Inc. (TNP), authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Sycamore Park Phase I Development. Article I Scope of Services The Scope of Services is set forth in Attachment A. Article II Compensation and Term of Agreement A. The ENGINEER's compensation shall be in the amount up to $ 144,000.00 as set forth in Attachment B. B. Unless otherwise terminated pursuant to Article VI. D. herein, this Agreement shall be for a term beginning upon the effective date, as described below, and shall continue until the expiration of the funds or completion of the subject matter contemplated herein, whichever occurs first. 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, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 1 of 17 OFM.BAL RECORD CITY ACRETARY FT. WORTH TX (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. 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. 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 ENGINEER shall perform its services: (1) with the professional skill and care ordinarily provided by competent engineers practicing in the same or similar locality and under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 2 of 17 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 mylar sheets and electronic files in .pdf format, 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 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 3 of 17 indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or this 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 the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (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. 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 4 of 17 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 Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity goals (Chapter 20, Article X of the City's Code of Ordinances a/k/a Ordinance No. 20020-12- 2011, as amended), the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Engineer acknowledges the MBE and SBE goals established for this contract and its accepted written commitment to MBE and SBE participation. 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 five (5) 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 five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 5 of 17 directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an additional insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self- insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless the CITY specifically approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 6 of 17 liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non-owned is acceptable. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation — ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability — ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be attached to this AGREEMENT prior to its execution. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, subject to any defense provided by the policy, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 7 of 17 c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. e. 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. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. 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. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date 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. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 8 of 17 final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. 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. The doctrine of respondeat superior shall not apply. 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 CITY may request the ENGINEER to assist 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 9 of 17 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. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data 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. 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 10 of 17 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 prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or 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 for 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 11 of 17 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 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 may secure Builders Risk/installation insurance 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 12 of 17 Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated a.) by the City for its convenience upon 30 days' written notice to ENGINEER. b.) by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days' written notice or thereafter fails to diligently complete the correction. (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; City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 13 of 17 b.) Out-of-pocket expenses for purchasing 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 of 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' compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify or hold harmless the CITY against liability for any damage committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control to the extent that the damage is caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. 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, City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 14 of 17 Texas. I. 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.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. J. 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. K. Immigration Nationality Act ENGINEER shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by CITY, ENGINEER shall provide CITY with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. ENGINEER shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any ENGINEER employee who is not legally eligible to perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER, ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ENGINEER, shall have the right to immediately terminate this Agreement for violations of this provision by ENGINEER. L. Prohibition On Contracts With Companies Boycotting Israel ENGINEER acknowledges that in accordance with Chapter 2270 of the City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 15 of 17 Texas Government Code, CITY is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, ENGINEER certifies that ENGINEER'S signature provides written verification to the CITY that ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A- Scope of Services Attachment B - Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Sycamore Park Master Plan & Phasing Plan Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH ENGINEER Teague Nall and Perkins, Inc. Digitally signed by William H.Smith wW William H. Smith O=TNP, N=WilliamH.Smithcom, O=TNP,CN=William H.Smith Valerie Washington(May 29,202011:06 CDT) Date:2020.05.26 11:26:19-05'00' Valerie Washington William H. Smith, ASLA Assistant City Manager Director of Landscape Architecture Date: May 29, 2020 Date: May 26, 2020 City of Fort Worth,Texas UFF90 L ECORL' Standard Agreement for Engineering Related Design Services �I SECRETARY Revised Date:11.17.17 Page 16 of 17 FT- WORTH,TX APPROVAL RECOMMENDED: David CreeK By: David Creek(May 27,2020 21:01 CDT) David Creek Acting Director, Park &Recreation Dept. Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. A� ' Jing Yang Project Manager APPROVED AS TO FORM AND LEGALITY M&C: 80 SYCAMORE PARK PHASE I ENGINEERING AGREEMENT Ordinance: 24161-04-2020 Date: Agenda Ready on May 21, 2020 n Ip I fD l av 24 161��w.:.ems By: DBlack(May 29,202010:52 CDT) Douglas W. Black Assistant City Attorn. � OFd �'. .. ATTEST: ✓9 s C3 Form 1295 No.2020-615525 Mary J. Kayser City Secretary �d •' `t .J`wf hT City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services ti'm i Revised Date:11.17.17 t FFICOAk RECORD i Page 17 of 17 tl 60 CITY SECRETARY FT. WORTH, TX .l City of Fort Worth, Texas Mayor and Council Communication DATE: 06/16/20 M&C FILE NUMBER: LOG NAME: 80SYCAMORE PARK PHASE I ENGINEERING AGREEMENT SUBJECT Authorize Execution of an Engineering Agreement in the Amount of$144,000.00 with Teague Nall and Perkins, Inc. for Engineering Professional Services of Sycamore Park Phase I Improvements (2018 Bond Program) (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize the execution of an Engineering Agreement in the amount of$144,000.00 with Teague Nall and Perkins, Inc. for engineering professional services of Sycamore Park Phase I improvements (City Project No. 102014). DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the execution of an engineering professional services agreement with Teague Nall and Perkins, Inc., (TNP), in the amount of$144,000.00. Project scope includes 100% engineering design and construction phase services for the Sycamore Park Phase I Project. On June 11, 2019, the City Council adopted Resolution No. 5098-06-2019 authorizing the City Manager to close 66 acres of Sycamore Creek Golf Course no later than September 30, 2019 and re-purpose the property into a traditional community park for the use and enjoyment of the general public. The original Sycamore Park, located south of the former golf course, contains approximately 88 acres and is one of the oldest parks in Fort Worth having been deeded to the City in 1909. With the closure and re-purposing of Sycamore Creek Golf Course, a master plan was necessary to plan for the integration and development of both properties into a 154 acre community park. The Sycamore Park Master Plan has been prepared by TNP and was endorsed by the Park& Recreation Advisory Board on February 26, 2020. The City allocated $1,050,000.00 in funding from the 2018 Bond program for road and parking lot repaving. Funds for this project are included in the 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 23209-05-2018) and subsequent actions taken by the Mayor and Council. TNP is in compliance with the City's BDE Ordinance by committing to 8% SBE participation on this agreement. The City's SBE goal on this project is 8%. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available, as previously appropriated, in the 2018 Bond Program Fund 2018GO Sycamore Park St Rehab project to support the approval of this recommendation and award of the contract. Prior to an expenditure being incurred, the Park & Recreation Department has the responsibility of verifying the availability of funds. Submitted for City Manager's Office by: Fernando Costa 6122 Originating Business Unit Head: David Creek 5704 Additional Information Contact: David Creek 5704 Attachment A Scope of Services Part 1 - PROJECT DESCRIPTION Existing Sycamore Park is located in southeast Fort Worth, inside of the Loop 820, north of E Rosedale St. and east of US-287. Sycamore Park is one of the oldest parks in Fort Worth and is approximately 88 acres. With the closure and re-purposing of 66 acres of the Sycamore Creek Golf Course, a master plan was finished and endorsed by Park & Recreation Advisory Board on February 26th to plan for the integration and development of both properties into a 154-acre community park. Sycamore Park master plan has reconsidered vehicular circulation (roads & parking), pedestrian circulation (trail system), park amenities and landscaping at both North and South Sycamore Park. Based on currently available funding, the master plan identifies the following vehicular road and parking in the South Sycamore Park that will be replaced and renovated in Phase I development: 1. Road & Parking Replacement A) Project Boundary Road & parking replacement will include the enhancement and replacement of deteriorated vehicular road, and large parking lot near the center of South Sycamore Park. (refer to attachment E phasing plan for accurate boundary). B) Construction Budget The construction budget of road & parking replacement is $1,050,000. Part 2 - PROJECT SCOPE Project scope of Sycamore Park Phase I Development includes 100% engineering design of the southern paving improvements, permit assistance, bid assistance and construction administration. ENGINEER shall design site elements based on existing Sycamore Park Master Plan, refer to Attachment E. Necessary adjustment can be made depending on existing site conditions and available funding. ENGINEER shall be responsible for performing the following basic tasks in the process of preparing engineering design: 1. Coordination/Management/Communication A) During design phase, ENGINEER shall attend one(1)project kick-off meeting, and three (3) milestone deliverables review meetings at 30%, 75%, and 100%. Attachment A Scope of Services Sycamore Park Phase I Development Date:04.23.2020 Page 1 of 6 ENGINEER shall also provide meeting minutes after each meeting for CITY approval. B) Lead and manage the ENGINEER and sub-consultant design team (geotechnical engineer, RAS, etc.)throughout the project, maintain SBE goal. C) During construction phase, ENGINEER shall attend one (1) pre-bid meeting, one (1) pre-construction meeting, one (1) on-site construction coordination/ status meetings per month during the period of construction phase as requested by CITY, and one (1) punch list walk through. D) Communicate regularly by phone and email with CITY staff. E) Coordinate with CITY arborist, utility companies and other agencies to solve potential existing trees, site utilities and easement conflict. 2. Data Review/Site Visit/Survey Map ENGINEER shall perform the following tasks: A) Gather and review available project data relevant to the project site as necessary for completion of the project. Relevant project data include, but not limited to the following: a. Google Earth aerial photography and mapping b. 1-foot interval topography c. FEMA Floodplain data d. Electric utilities, gas lines, water/wastewater and other information e. Property boundary and ROW/easement information B) Visit the project site to observe and photographically document existing conditions as necessary for completion of the project. C) Conduct all necessary site survey and production of survey drawings available in both hard copy and CAD format. Conduct necessary investigation and issuance of reports. Survey and investigation include the following: a. Site topography b. Floodplain c. Property boundary and ROW / easement (property ownership research and support for Right of Way / easement acquisition including production and issuance of meets and bounds for the use of City of Fort Worth.) d. Above ground and underground utilities e. Above ground physical structures f. Existing protected trees above 6" caliper within disturbed areas (tree species need to be identified) Attachment A Scope of Services Sycamore Park Phase I Development Date:04.23.2020 Page 2 of 6 g. Soil investigation and issuance of geotechnical reports D) Prepare a project survey map for the project site utilizing ENGINEER's gathered relevant survey data. The map shall be suitable for use in both 22 inch x 34 inch (full-size) and 11 inch x 17 inch (half size)format. E) Review ENGINEER's project data, base map, site analysis, and special services tasks data with city staff. Discuss anticipated alignment options and on-site field verification with CITY staff BEFORE proceeding with ENGINEER's final Alignment and Schematic Design tasks. 3. Geotechnical Services ENGINEER shall perform geotechnical survey, including subsurface drilling, and then prepare an engineering report to present the results of the field and laboratory data together with analyses of the results and pavement recommendations. 4. Design Deliverables (30%, 75% & 100% Design Drawings & Specifications) ENGINEER shall deliver design drawings and cost opinion documents at 30%, 75%, and 100% milestones, and specifications at 75%, and 100% milestone to the CITY on the dates set on project schedule. Drawing sheets and specifications shall use CITY design standard. ENGINEER's design plans shall be delivered to CITY in electronic format and suitable for use in both 22 inch x 34 inch (full-size) and 11 inch x 17 inch (half size)format with black and white line work. After receiving final comments from CITY about each milestone deliverables, ENGINEER shall update drawings and deliver the final drawing package to CITY. Besides the anticipated improvements mentioned below, ENGINEER's design plans shall also contain the following base information: a. Project name, street address, and lot and block description. b. Date, scale, north point, and the names, addresses, and telephone numbers (if readily available) of each property owner and the person preparing the plan. c. Location of existing boundary lines and ROW (with proposed property/easement acquisitions marked and with ownership data summary table on each sheet). d. Approximate centerlines of existing water courses and the location of the floodplain; the approximate location of significant drainage features; and the location of existing and proposed streets and alleys, driveways, and sidewalks on or adjacent to the lot. e. Location of centerlines of overhead and underground utility lines within and adjacent to the site, and the location of all utilities, utility easements, including the location of utility poles, generators, and equipment. f. Location of visibility triangles if applicable. Attachment A Scope of Services Sycamore Park Phase I Development Date:04.23.2020 Page 3 of 6 A) 30% Schematic Design 30% design development documents shall include, at a minimum, the following sheets, in order shown below: a. Cover sheet b. General notes sheet c. Preliminary summary of quantities sheet d. Overall site plan (with key map and references to plan sheets as noted below) e. Engineering plans (erosion control, utilities, traffic control, etc.) f. Protected tree removal & site demolition plans (protected tree removal schedules and tree protection fence location) g. Site plans (location and layout of anticipated improvements). B) 75% Design Development 75% design development documents shall include, at a minimum, the following sheets, in order shown below: a. Cover sheet b. General notes sheet c. Preliminary summary of quantities sheet d. Engineering plans (erosion control, utilities, traffic control, etc.) e. Protected tree removal & site demolition plans (protected tree removal schedules and tree protection fence location) f. Site plan, layout&materials plans(locations of all improvements, materials call out, general dimensions of improvements and landscapes) g. Grading plans (1-foot interval contour lines showing grading of site, spot elevations at major site structures and improvements) h. Planting plans (complete description of new plant materials, including names locations, quantities, and sizes at installation, heights, spread, and spacing) i. Plan enlargements, sections and elevations (at 75% finish level) j. Engineering and landscape details (at 75% finish level) k. Technical specifications for all site improvements following CITY standards (outline only) C) 100% Construction Document and 100% Bid Package 100% construction documents shall include, at a minimum, the following sheets, in order shown below: a. Cover sheet b. General notes sheet c. Summary of quantities sheet d. Engineering plans (erosion control, utilities, traffic control, paving etc.) e. Protected tree removal &site demolition plans (include protected tree removal schedules and tree protection fence location) f. Site plan and layout plans (locations of all improvements and complete dimensions of improvements). g. Materials plans (materials call out and notes; can be combined with Layout plans). Attachment A Scope of Services Sycamore Park Phase I Development Date:04.23.2020 Page 4 of 6 h. Grading plans (1-feet interval contour lines showing grading of site, spot elevations at major site structures and improvements, drainage area calculations and erosion control by civil) i. Planting plans (complete description of new plant materials, including names locations, quantities, and sizes at installation, heights, spread, and spacing) j. Irrigation plans k. Plan enlargements, sections and elevations (at 100% finish level). I. Engineering and landscape details (at 100% finish level) m. Construction-site temporary elements plan (access points, circulation routes, equipment and material storage locations, power and water connections, and project sign locations) n. Technical specifications for all site improvements following CITY standards ENGINEER's 100% construction design drawings shall include a sealed & signed Mylar cover sheet and sealed & signed construction document package (both hardcopy and electronic version) for bid. ENGINEER shall incorporate any remaining comments from CITY regarding 75% construction document package before the final submittal of 100% package. 4. Opinion of Probable Construction Cost ENGINEER shall provide cost estimate at each of the delivery milestone as described above. ENGINEER's opinion of probable construction cost shall be based on the quantities indicated on the ENGINEER's plans and on unit prices current at the time of the cost opinion preparation. ENGINEER shall control the design to keep the construction cost under project budget. 5. State Accessibility Plan Review Upon completion of 100% Plan submittal, the ENGINEER shall submit plans and specifications to a Registered Accessibility Specialist (RAS)for review. 6. Bid and Negotiation Upon the completion of 100% construction documents, ENGINEER shall process to assist CITY in the selection of qualified contractor to complete the project. ENGINEER's tasks are as follows: A) Post (make available) and maintain all required bidding documents for a bid package as directed by CITY; B) Prepare and submit written responses to bidder requests for information (RFI's). Preparation of any addenda to the Contract Documents as may be required during the bidding or negotiating process; C) Attend one pre-bid conference and/or site visits, in support of the CITY; D) Evaluation and assessment of bids or negotiated proposals; E) Propose and/or evaluate value engineering with respect to cost implications and effect on quality and/or scope of the work. 7. Construction Administration Attachment A Scope of Services Sycamore Park Phase I Development Date:04.23.2020 Page 5 of 6 ENGINEER's shall perform the following tasks: A) Attend one (1) pre-construction meeting in support of the CITY; B) Review shop drawings and contractor submittals as they relate to the overall site development and general conformance of the design as set forth by the contract documents; C) Assist in the review of substitutions, contractor schedule reports and pay requests; D) Attend on-site construction coordination/status meetings as requested by CITY (maximum 1 per month)during construction phase of the project; E) Provide a written report of each site visit, including a summary of any corrective work to be performed; F) Participate in final walk-through, keep notes, and provide a punch list of construction items requiring corrective action prior to the contractor's final pay request and CITY's acceptance. Part 3. PROJECT SCHEDULE The CITY anticipates the following schedule for ENGINEER's completion of Phase I engineering design and the construction of Phase I development (Refer to Attachment D — Project Schedule): Engineering design of Phase I development May 2020 - January 2021 Construction of Phase I development May 2021 - December 2022 Part 4. COMPENSATION Refer to Attachment B - Compensation Part 5. CLARIFICATIONS AND EXCLUSIONS Services and work products by ENGINEER beyond those specifically described above are not included in the project unless mutually agreed to by CITY and ENGINEER in writing prior to performance of such services. Attachment A Scope of Services Sycamore Park Phase I Development Date:04.23.2020 Page 6 of 6 Attachment B Compensation The services described in Attachment A Scope of Services shall be provided for a total lump sum fee of$144,000 (One Hundred Forty-Four Thousand Dollars). The overall fee total shown shall not be exceeded without prior written authorization from the CITY. Payment for the services described in Attachment A Scope of Services shall be invoiced to the CITY on a monthly basis, based upon percentage completed for each task. Below is a fee breakdown by task for the services described in Attachment A Scope of Services: Sycamore Park Phase I Development Task Fee Professional Services 1. Coordination/Management/Communication $ 14,635.00 2. Data Review/Site Visit/Base Map $ 30,405.00 3. Geotechnical Services $ 4,000.00 4. Engineering Services $ 62,168.00 5. Landscape Design Services $ 11,767.00 6. State Accessibility Plan Review $ 1,500.00 7. Bid and Construction Administration $ 19,525.00 Total Fee for Services $144,000.00 Attachment B Compensation Sycamore Park Phase I Development Date:04.23.2020 Page 1 of 1 Attachment C Amendments to Standard Agreement for Engineering Related Professional Services (No amendments are required.) Attachment C Amendments Sycamore Park Phase I Development Date:04.17.2020 Page 1 of 1 Attachment D Schedule The project is anticipated to be completed within Nineteen (19) months. Shown below is the anticipated project schedule breakdown by task: Sycamore Park Phase I Development Task Date Design Phase: 1. Coordination/Management/Communication N/A 2. Data Review/Site Visit/Survey Map 06.30.2020 3. 30% Design Deliverable 08.11.2020 4. 30% Review Meeting 09.08.2020 5. 75% Design Deliverable 10.13.2020 6. 75% Review Meeting 11.10.2020 7. 100% Design Deliverable 12.08.2020 8. 100% Review Meeting 01.05.2021 Total Project Design Duration 8 Months Construction Phase: 1. Bid and Negotiation 04.27.2021 2. Construction Phase 12.22.2021 Total Project Construction Duration 11 Months Attachment D Schedule Sycamore Park Phase I Development Date:04.23.2020 Page 1 of 1 U S a I a W W Z iNy iNy � ac z 0 0 a N N � N N M O m m O1 e e e ---------------------- O ---------- --- _ O �p z C p z O °° m m W 3 rn m m m O a a t I I O N N' d N y ID ID A O o a o a a a a a a N N N fwN• M O O O O O O O O O O O . O O O O O O - _ u 1Z IZ( IZ( IZ( • IZ( f3 � � > > • � � � � = m � � ? ? � a � � N l i l i V � IZ( IZ( o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o e o 0 0 N ^ Ol a Ol N N N N N � a CD CD ? a a O O c O c c ? e• e• � � � � N N M M �J 3 3 3 3 O 9 9 a a a 9 a a a a a a 9 a a a a a y a a a a 9 9 a a a a a a a a y a a a � m m P r N M N imp N N fC � N N V r M N m m ❑ N a E E Y3 m a m E m a_ N F • E c • m • d E a m f7 X X a X X a a a a y m @ c m x m '= .oM.. m m C C m a m' m m' 2 • m m M. o a o o m m o o a W m @ x g'. ❑ 3 m ❑ ❑ ; "�' If cm .. m d K iai =' • `-0 a o x y d ci a d ❑ z z m g c - " > z 0a ¢ ci a e a co y £ fax C7 Z .S > r c c > > a a d dS O Ti a z • o v7 • m • °a! ❑ ❑ • a Ti rr Ti ? m ❑ c o r p Y • K 2 u �. .m o c E E K a c c 7 m v d d a C) 2 U m 3 Cd' E w _m 3 Tt o $ d o 0 0 �' _E �' w m �' oo K a 2 ❑ 2 L �. m 'o o m 'd o dap i z $ a w z o ❑ ❑ ❑ iei = a a r` ap � LL LL 0 a a a a o ❑ ❑ o a Z ❑ IONZyy�� C7 0 L) a LL z m L7 x Z. 0 01 W ❑ N M V m m m Ol O N M v N m LV Ol LR vN N N N N N N N N M M M M M M M M Coma Attachment E Sycamore Park Master Plan MASTER PLAN - LEGEND l{ VI �� 1_1 ':y rITrC]]WYIINCNT Tom. T 13 11l STIr0Qtl � L `-�' 0 P,vn LILXi 5-J L1} fIRIIPF TPdY[flMFlv'Tf.Y iYS TAT T.1Yrtx rPNn �, tr .'vL.�.}3..,. m } 3 - • f �rilY1_W11�F}xWLLY WJL4L fi• F- : '� �, .. � U4xIC H�4�a�wllprr s � F NUFRE PRgNE 1WE;5 u51WPfi14 4'T L -PPARxIQ6OT 9 LL 11 ALlA11FRATThY1JliTFR Ff5Hn1N1 Ri NI RL AT€ r (• id i ,� '.. T �E i9 w5�rv3 PVYITM9'In9iP:�Trri M1Gv"e•Il10 41 i� n R�o�nxo Nulx�rurA�xul¢ou Lalxa v`. r °j+ — 1R F10..IW5LLY GHL65 NAl.N LLIfHLI PAP � - k-:f VQU7x1 Srf0CBICRLb " �-Y"•{''I• 5 F 19 MATI.119E C0xPT nesla'L:,nx"vu4'w�ew+st •"' -"�a�'�� iT N.1rBRpM g6'.RSi 6.12'.Rfi �'S}PAL •4. ' �iP unlf wuae exner'YxxxLWexT -1 tY•+. - � I lam/ SH41L R4Nx lATNY NIrRJn YlM danR,-wn I ?"` r �� I'=�'ia• _ e�u3.lxa�!aR�ao LOT lr'.w"era� �y�y?.r�" F•_. - r -`--" � � 1:3] EUSiIXG 6YLRLG6 '"TJfI �,. I:ILj [:9.¢NIxL PuolIC c4LxTs sP."6 * V }'TJ1I.L01WNIIHN FENCE IR a W No 'r Yy � i�9Ul]LLldi E#�TrA L§iCQE wl� ,lac; R ,.. yid � -• .. - } i i - u i Via. le s r K Y L -r 91. ,• _ ° ri r t Attachment E Project Location Map Sycamore Park Phase I Development Date:04.17.2020 Page 1 of 2 Phase I Development Plan LEGEND iz NATIVE PLANTING0 INTERACTIVE LEARNING P 13 EXISTING PARKS MAINTENANCE BUILIDING PICNIC TABLE 14 PROPOSED CROSSWALK CONNECTION FITNESS EQUIPMENT 15 YOUTH SOCCER FIELD RESTRQOM G MULTI-USE COURT(TENIIe ekE ;KILTSALU VDLLEYaALL) PAVILION 17 PLAYGROUND 2-51YRS R 5-12 YRS FUTURE TRAIL CONNECTION TO TRT 1B RENOVATED WPA BUILDINf'i FOR CONCESSIONS QSOFT SURFACE TRAIL 8 LARGE PARK ENTRY MONUMENT 101 HIKEMIKE TRAIL 20 SMALL PARK ENTRY MONUMENT ENHANCED MPROVED®RIDGE 21 EXISTING SPRAY GROUND ICONIC HILLTOP PAVILION 2F EXISTING PLAYGROUND i 6 Y EXISTING TRAILS F3CI_GTINfi COMMIJNITY rFNTFR 7 ){ ` NATIVE PRAiRIEAREA EXISTINQ PARKING LOT1inW"+i4�i�y '� MULTI-USE LAWN 26 EXISTING GALLFI ELDS S'TRAIL 26 EX13TING f UDLIG EVENTS SPACE 0 ii] NEW LIGHTED PARKING LOT l f 8'TALL CHAIN LINK PENCE 11130 0 100 a00 111 ENLARGED STROMI4+ATER POND WI 806 PLANTS AT EDGE 20 DEMOLISH EXISTING,BRIDGE i E VIGKERY EL4ID • 14 14 i•. f"tits. - iiy 20 20 ` 1 o 1526 "V 24 z0 i 9 J� PHASE 1 SCOPE OF WORK - 1' t`1�• 1s f NEW ROAD AND PARKING � 25 24" 5 '.. 25 _ 25 r1 f 24 25 _ 25 i 24 Attachment E Project Location Map Sycamore Park Phase I Development Date:04.17.2020 Page 2 of 2 City of Fort Worth, Texas Mayor and Council Communication DATE: 06/16/20 M&C FILE NUMBER: M&C 20-0386 LOG NAME: 80SYCAMORE PARK PHASE I ENGINEERING AGREEMENT SUBJECT Authorize Execution of an Engineering Agreement in the Amount of$144,000.00 with Teague Nall and Perkins, Inc.for Engineering Professional Services of Sycamore Park Phase I Improvements(2018 Bond Program)(COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize the execution of an Engineering Agreement in the amount of$144,000.00 with Teague Nall and Perkins, Inc.for engineering professional services of Sycamore Park Phase I improvements(City Project No. 102014). DISCUSSION: The purpose of this Mayor and Council Communication(M&C)is to authorize the execution of an engineering professional services agreement with Teague Nall and Perkins, Inc.,(TNP),in the amount of$144,000.00.Project scope includes 100%engineering design and construction phase services for the Sycamore Park Phase I Project. On June 11,2019,the City Council adopted Resolution No.5098-06-2019 authorizing the City Manager to close 66 acres of Sycamore Creek Golf Course no later than September 30,2019 and re-purpose the property into a traditional community park for the use and enjoyment of the general public. The original Sycamore Park, located south of the former golf course,contains approximately 88 acres and is one of the oldest parks in Fort Worth having been deeded to the City in 1909.With the closure and re-purposing of Sycamore Creek Golf Course,a master plan was necessary to plan for the integration and development of both properties into a 154 acre community park. The Sycamore Park Master Plan has been prepared by TNP and was endorsed by the Park&Recreation Advisory Board on February 26,2020. The City allocated$1,050,000.00 in funding from the 2018 Bond program for road and parking lot repaving. Funds for this project are included in the 2018 Bond Program.Available resources within the General Fund will be used to provide interim financing until debt is issued.Once debt associated with the project is sold,bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election(Ordinance No.23209- 05-2018)and subsequent actions taken by the Mayor and Council. TNP is in compliance with the City's BDE Ordinance by committing to 8%SBE participation on this agreement.The City's SBE goal on this project is 8%. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available,as previously appropriated, in the 2018 Bond Program Fund 2018GO Sycamore Park St Rehab project to support the approval of this recommendation and award of the contract. Prior to an expenditure being incurred,the Park& Recreation Department has the responsibility of verifying the availability of funds. Submitted for City Manager's Office by. Fernando Costa 6122 Originating Business Unit Head: David Creek 5704 Additional Information Contact: David Creek 5704