Loading...
HomeMy WebLinkAboutContract 40096CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker and Wse Counties, Texas (the "CITY"), and Hayden Consultants, Inc., (the "ENGINEER"), for a PROJECT generally described as: Southwest Fort Worth Signal Timing. 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, 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. (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 City of Fort Worth, Texas Standard Agreement for Engineering I Related Design SQrvices 6.30.09 4,.V d�a94A . ]iaNAt 44Ud Page 1 of 15 CITY SECRETARY FT. WORTH, T 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. Amendments to Article IV, if any, are included in Attachment C. 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. 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 2 of 15 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. (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 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 3 of 15 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. 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. 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 In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 4 of 15 enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. (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 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. (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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 5 of 15 i. The CITY shall be included as an insured 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 by endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY 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. Pusiness 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 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, officersI 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 —the 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 6 of 15 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 delivered to the CITY prior to ENGINEER proceeding with the PROJECT. b. 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. 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 request required insurance documentation 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. 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. 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, City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 7 of 15 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 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. The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. ®isclosure 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. City of Fort Worih, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 8 of 15 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. 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. 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 9 of 15 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 prepared in accordance with Attachment D. 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. (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. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEEFR'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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 10 of 15 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. (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 I nsurance. (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. 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 6.30.09 Page 11 of 15 Amendments to Article Vl, if any, are included in Attachment C. ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. All designs, drawings, speccations, 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. (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 in 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 electronic data files and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 12 of 15 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. The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify, hold harmless, and defend the CITY against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control. Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 13 of 15 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. 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 14 of 15 Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A -Scope of Services Attachment B — Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Executed this the 7th day of April, 2010. ATTEST: Marty Hendrix City Secretary APPROVE Assistant C ATTEST: ContraCt Authorization City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 15 of 15 By: CITY OF FORT WORTH Assistant City Manager APPROVAL RECOMMENDED William A. �erkest, P.�., Director TPR' Department Hayden Consultants, Inc. President By: T. WORTH, TX r PROJECT UNDERSTANDING The CITY has requested that the ENGINEER complete the following services: Evaluate existing traffic signal operations and develop, implement, and fine-tune signal timing for the following twenty-six (26) locations in Fort Worth, referred to hereafter as the "project intersections": A. Altamesa 1. Altamesa at Hemphill 2. Altamesa at Sheridan 3. Altamesa at IH-35W Southbound Service Road 4. Altamesa at IH-35W Northbound Service Road 5. Altamesa at Alcon 6. Altamesa at Will Rogers 7. Altamesa at Oak Grove B. Hulen-Sycamore School 1. Hulen at Fire Station 26 2. Hulen at Wrigley Way 3. Hulen at Altamesa 4. Hulen at Kingswood 5. Hulen at Sycamore School (crossing coordination) 6. Hulen at Columbus Trail 7. Hulen at Risinger 8. Hulen at Chaparral Creek 9. Sycamore School at Cleburne 10. Sycamore School at McCart 11. Sycamore School at Meadowcreek 12. Sycamore School at Wagon Wheel 13. Sycamore School at Crowley 14. Sycamore School at Everman C. Sycamore School (East) 1. Sycamore School at Camelot 2. Sycamore School at Rockdale 3. Sycamore School at Sheridan 4. Sycamore School at IH-35W Southbound Service Road 5. Sycamore School at IH-35W Northbound Service Road In addition to the twenty-six (26), the current conditions will need to be modeled for the following three (3) "adjacent intersections", such that current operations can be considered in control group evaluation to consider relative benefits of coordinating adjacent project intersections with the signal timing plans already in place at these locations. A. Altamesa 1. Altamesa at Crowley 2. Altamesa at Camelot B. Hulen-Sycamore School 1. Hulen at Granbury The ENGINEER will perform the following scope of services. SCOPE OF SERVICES If services beyond those defined in this scope are required, the CITY and the ENGINEER shall attempt to negotiate a written amendment to this Agreement. The ENGINEER shall not proceed with work on any additional services prior to the CITY and ENGINEER executing a written amendment. The Scope of Services includes the following primary tasks. The ENGINEER is only responsible for those professional services that can be completed within the maximum contract amount specified in Attachment "B" (Compensation). If the CITY requests the ENGINEER to provide services that exceed the maximum contract amount specified in Attachment "B" or extend beyond the schedule specified in Attachment "D", an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Task 1 —Data Collection, Site Observations, and Meetings 1.1 Data Collection The ENGINEER will gather from the CITY the following data for each project intersection, and identified adjacent intersection: ® Current Condition and/or Previously created SynchroT"' signal timing data files (if available); • Current conditions QuicNet signal timing data; • Synchro Files for adjacent intersectios to be considered; • Digital Aerial photos in JPEG or other format that can be brought directly into SynchroT"' • Any count data gathered in the project area within the last 2 years; • Count data from previous timing efforts at adjacent (to be considered) intersections The ENGINEER will collect the following data for the project area: • Recording Machine Counts —Recording machine counts will consist of a combination of 7-day counts and 24-hour bi-directional volume counts. This data will be collected at a total of seven (7) locations in the project area. This will include Three (3) counts on Hulen, two (2) counts on Altamesa, and two (2) counts on Sycamore School. The specific locations of these counts will be approved by the City prior to collection of data. It is anticipated that these counts will include four (4) 7-day counts and three (3) 24-hour counts. ® Turning Movement Counts (4 two-hour counts) —Weekday turning movement counts will be collected during AM, Midday, and PM peak periods of typical weekdays (non -holiday Tuesday, Wednesday or Thursday). For the locations that are immediately adjacent to schools, afternoon school peaks will be counted instead of midday peaks. Saturday turning movement counts will be performed on a typical, non -holiday, weekend. Specific period of turning movement counts for each corridor will be based on data obtained from recording machine counts. • Travel Time Runs. "Before" and "After" travel time run data will be collected along the project corridors during the AM, Midday, PM, and Saturday peak periods. Such data will be collected and processed using PC -Travel software. • Digital Photography of Intersections —Digital photos will be taken of each approach to each study intersection. Photos will be taken from the approach, and opposite the approach, in order to capture an accurate record of hardware and geometric information for each intersection. • Initial Field Observation. Prior to our evaluation, the ENGINEER will conduct field observations within the project area during the AM, Midday, PM, and Saturday peak periods. 1.2 Meetings The ENGINEER will prepare for and attend the following meetings: • Up to four (4) meetings with the CITY to kick-off the project, review and discuss the proposed short-term and long-term operational improvements, and to discuss the recommended signal timing plans, and to receive final comments on draft final document. Task 2 —Recommendations for Operational Improvements This task involves the preparation and presentation of short-term and long-term operational improvements that the City should consider at the study intersections. This task will be performed in conjunction with Task 4 (Timing Plan Development). This task contains the following subtasks: 2.1 Short -Term Operational Improvement Recommendations The ENGINEER will determine which intersections will require short-term improvements in order to accomplish the objectives of the project. Such improvements may include (but are not limited to): ® Signal head replacements to support phasing changes; • Phasing changes (i.e. addition or removal of split phasing, changing the wiring and phasing scheme of the intersection); • Detector replacements or additions; and • Other low cost improvements such as signing (including changeable lane use signs) and striping modifications. The ENGINEER will document, by intersection, the specific signal modifications and/or other low-cost capital improvements that are needed. In addition, a meeting with the CITY will be held prior to development of finalized signal timing plans in Task 4 to discuss proposed short-term recommendations. CITY staff will advise the ENGINEER as to which short-term improvements will be implemented and should be included in the final signal timing plan development. 2.2 L.ong-Term ®perational Improvement Recommendations The ENGINEER will provide recommendations for long-term, higher cost improvements for each signalized intersection. Such improvements may include (but are not limited to) additional lanes, additional turn bays, and ADA ramp compliance. The ENGINEER will prepare a brief technical memorandum to document the recommended long-term improvements. A draft of this technical memorandum will be submitted electronically for review by the CITY. Upon receiving the CITY's comments, the ENGINEER will then submit a final technical memorandum. This document will become the basis for subsequent design efforts, which are not part of this scope. However, if appropriate based on the assumed implementation schedule, the agreed upon improvements will be incorporated into the signal timing modeling. Task 3 —Traffic Signal Warrants The ENGINEER will use data collected during Task 1 to perform quick traffic signal warrant analyses for each project intersection. The quick warrant analyses will consist of looking at the four-hour traffic signal warrants. It is assumed that additional side -street counts will be needed for the high -volume approach of up to three (3) intersections that may not meet the four-hour warrant. A draft technical memorandum will be submitted electronically for review by the CITY. Upon receiving the CITY's comments, the ENGINEER will then submit a final technical memorandum. Task 4 —Timing Plan Development 4.1 Basic Signal Controller Interval Timing The basic controller interval timing parameters (i.e., the minimum greens, the extensions, the vehicle yellows and all -reds, and the pedestrian clearances) are a function of the approach speeds and the roadway and intersection geometry (e.g., street widths, grades, and pedestrian crossing distances). For this project, all basic signal controller interval timing has been field verified and established by the CITY and incorporated into the field controllers. The ENGINEER will not be required to verify these parameters as part of this project. The ENGINEER will be required to incorporate these parameters into the SynchroTM models. If adjustments are required as part of timing development and/or implementation, this effort will be considered Additional Services. 4.2 Coordinated Timing Plan Development Timing for the project intersections may or may not be coordinated with adjacent corridors, and thus the reasoning behind analysis of the three (3) immediately adjacent intersections that could impact operations at project intersections and thus need to be considered when making initial decisions that will impact cycle lengths used during the project peak periods. Proposed cycle lengths and TOD plan schedules for each corridor will be determined by the ENGINEER. The following timing plans will be developed for this project: AM, MIDDAY, PM, and SATURDAY. AM plans will be developed for the typical AM peak period during the school year. The Midday plan will be developed to accommodate side -street volumes near schools, where additional side -street time may be needed after school lets out in the afternoon, but offsets will primarily be setup to favor operations during the midday peak period. This subtask is further broken down as follows: Develop Current Condition SynchroT"' Models Using the information gathered in previous tasks, the ENGINEER will develop the current condition SynchroTM model for each timing plan period identified above. These models will be used to summarize the existing (i.e., before) conditions. Development of Optimized Signal Timing Plan SynchroT"' Models Using the current conditions SynchroT^" models, the ENGINEER will create SynchooT"^ models for each time periods identified above. These models will have their timing plans (splits, offsets, phase sequence, etc.) optimized to maximize the bandwidth on the arterials and to keep side street delays to an appropriate level. The ENGINEER will perform an "on -screen" review of each plan as it was initially produced by means of the SynchroTM optimization. As an initial enhancement, the ENGINEER will make refinements that will improve the actual on -street progression. Such reviews and enhancements will be made by an experienced traffic signal timing engineer. Using these enhanced models, the ENGINEER will generate each of the new signal timing plans. 4.3 Review of Recommended Timing with CITY Staff Once the timing plans have been developed, the ENGINEER will schedule a meeting to pI esent the proposed timings to CITY staff. An LCD projector will be used to allow all meeting participants to view the time -space diagrams, flow diagrams, and SynchroTM/SimTraffic results on -screen. The ENGINEER will be prepared to present the following: • For each corridor, the proposed boundaries of the control groups including any surrounding signals that should be considered to be added to these control groups in the future; • For each intersection, the recommended timing plan data (which will include cycle length, offset, force -offs, phase sequence, and basic timing intervals); A summary of Synchro's measures of effectiveness for vehicle delay, stops, fuel consumption, and emissions; and, • Any obstacles to implementation that the ENGINEER foresees at that time. Through interactive discussion, consensus will be reached regarding modifications that should be made prior to implementation of the new timing plans. The ENGINEER will then finalize each timing plan, incorporating the changes that were agreed to during the review meeting. After the timing plans have been approved by I timing sheets will need to be prepared for each of the project intersections identified in the project understanding. For this project, it is anticipated that the CITY will develop the BI Tran QuickNETT"' timing sheets, from the recommended SynchroTM timing files, and install these timing plans in the local controllers at the project intersections. If it is determined that part or all of this responsibility will be assumed by the ENGINEER, this effort will be considered Additional Services. Task 5 —Timing Plan Field Fine -Tuning and Adjustments Once the new timing is downloaded by the CITY, the ENGINEER will provide qualified staff members for on -site fine-tuning assistance. The ENGINEER will observe the actual operation of the new timing plans and suggest minor adjustments to improve the operation. The ENGINEER will be expected to watch each of the timing plans that were developed for at least two days for all of the intersections along the corridor. It is assumed that CITY personnel may participate in this process, thereby gaining familiarity with the timing plans. Once CITY approval has been received, the QuicNETT"^ timing database and SvnchroTM timing models will need to be updated to reflect as -fine-tuned conditions. The ENGINEER will be responsible for developing the modified SynchroTM models to reflect the fine-tuned conditions, and providing the CITY with a list of modifications. The CITY will then use this information to modify the QuickNETTM files. Task 6 —Documentation The ENGINEER will prepare a summary report of the overall project, incorporating appropriate material from the previous tasks. The report will include tables that will provide overall summaries of the following: • Net changes in travel times, stops, and signal delay as actually measured by means of the before and after floating car travel time runs; and • Comparisons of before and after measures of effectiveness (MOEs) as estimate by the SynchroT"' model (whenever practical, nationally accepted standards for MOEs such as those established by the latest edition of the Highway Capacity Manual should be used for the comparisons). The ENGINEER will submit an electronic copy (PDF format) of the draft report. The ENGINEER will then meet with the CITY to receive comments. Following this meeting, the ENGINEER will submit a final version electronically. ATTACHMENT "B" COMPENSATION AND SCHEDULE SOUTHWEST FORT WORTH SIGNAL TIMING City Project No. I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $122,617.00 as summarized in Exhibit "134' Payment of the total lump sum fee shall be considered full compensation for the services described in Attachment A, for all labor materials, supplies, and equipment necessary to complete the project. B. The ENGINEER shall be paid monthly payments as described in Exhibit "B-1" Section 1 - Method of Payment. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the ENGINEER. II. Schedule Tasks and deliverables defined in the Scope of Services (Attachment A) shall be submitted in accordance with the Schedule, identified as "Attachment D". Rev 8-7-09 B-1 EXHIBIT "13-1" METHOD OF PAYMENT (Supplement to Attachment B) SOUTHWEST FORT WORTH SIGNAL TIMING City Project No. I. Method of Payment Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice from the ENGINEER outlining the estimated current percent complete of the total project. The aggregate of such monthly partial fee payments shall not exceed the effort related to specific tasks identified in the Scope of Services. Effort will be reported based on the major tasks identified in the Scope of Services (Attachment A), and the Schedule (Attachment D). 11. Progress Reports A. The ENGINEER shall submit to the designated representative of the Director of the Department of Transportation and Public Works monthly progress reports covering all phases of Study in the format required by the City. Rev 8-7-09 B-2 EXHIBIT "13-3" (Supplement to Attachment B) Engineering Services for: SOUTHWEST FORT WORTH SIGNAL TIMING FORT WORTH, TEXAS City Project No. SUMMARY OF TOTAL PROJECT FEES Consulting Firm OTTME Prime Responsibility Amount Prime Consultant: Hayden Consultants, Inc. 95,499.00 77.9 Proposed M/WBE Sub -Consultants Amount GRAM Traffic Counting, Inc. 23,618400 19.2 Savant Group, Inc. 3,500.00 2.9 Non-M/WBE Consultants: NONE Project Description Traffic Engineering City M/WBE Goal Scope of Services Signal Timing $122, 617.00 $27,118.00 Percent 22.1 Rev 8-7-09 B-3 0 V ._000 o ;-00000 oo � :. FO S . ;; O O O O " (6 :' (O V' N N ' U _ 'C N ;',. U `. �.. o o .,. .O ''. f0 fD U a Q ':. 0 0 0 o r o H � oo v v � w O o _ � c o 2 ❑ � ' O Q 'H U ° � � ._ W e— o - a °� o N _.- N G w �000 o �-.00000 -,;oc C 'rn 1 p, F- � • C � W j 1 1 O O _ �,. 1 � '..'.� M M j 'U j C j a :' 1 0 y C f it _.: 2 t A N Y O � �;' V �NC C � '.: ^^C, W '� :'� C t �fX ai ¢ o `v `�W�f o � ry ��� J � y = KJ C O 1 L d� +y-. C L U N Q .�.i d LL � o � Q <..Q D f0 .- M C (Q N � �� � J W � ° � ' i— � m dim > > L a�io EI.� � E �'� � °> � � E � °' N O E w m m t y �-� cis` > —y€E v';C � � o ., o o° c m' O � �`-'E �d�o � V C Z v v '.-. O E=a ���� �'W L LL y U � N 01 ° �' y� Q A, > > y i% ° c� a .'Q. d d t°. i L w y.." '+ G� �3 From yo .:E� ;� E 1 W Cn F � � O O y y > � C C l0 , C U U° .� _. Y Q� d' :�.Q ace �N �'-.N I"" N L� r •� y `� i C O F .q nS Z U m d' = O > a ~ � a � O _ m N � �O r m m U m M U y '° � W v E � � c_ C � ° � A � � m Y to °y 30 �� �E � c m 2 y 41 N E C C N N L O (0 � � U l0 � F— N � y LL C O N C C ° F- F-' W � � y ° > O � �,., i� � ° ° � mLS o mow. N � (%1 � � W 'O L ~ N. �% y N O V U h N N fb m, E� a°iU m 0 77 E -- 'o y�i a Na N UQp7U� W LL � Q N 'S m .- 'o O md�a A� � � 'a a h r C:u' C G t0 C U w �� Engineering • SOUTHWEST FORT WORTH SIGNAL TIMING City Project No. 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 ENGINEER or ENGINEER's employees. Rev 02-10-09 The ENGINEER will complete the scope of services outlined in ATTACHMENT "A" according to the following schedule: 1 Data Collection 2 Recommendation of Operational Improvements 3 Quick Traffic Signal Warrant Analyses 4 Timing Plan Development • Coordinated Timing Plan Development and Presentation to CITY Staff ® Modified Timing Plans Submitted 5 Timing Sheet Development (HCI in support role) 6 Timing Plan Field Fine -Tuning and Adjustments i Documentation Schedule Within four weeks after NTP Within four weeks after the completion of Task 1 Within two weeks after the completion of Task 1 Within six weeks after receiving comments related to Task 2 Within one week after presentation to CITY staff; and receiving comments related to proposed timing plans performeA by City Staff, within 3 weeks of receiving modified timing files Within four weeks following field implementation. Within two weeks after the completion of "after" travel time runs �`•�i is 1i: iI r /I■I� _I �Iis aQlrif „I ;iommot I - :•.�_ l tip' tt +ra�AJt i ,J. 1 rl,'il"-'.� ' IS /I■I� _I �Iis aQlrif „I ;iommot I - :•.�_ l tip' tt +ra�AJt i ,J. 1 rl,'il"-'.� ' IS M&C Review Page 1 of 1 COUNCIL ACTION: Approved on 4/6/2010 Official site of the City of Fort Worth, Texas FORT ��QRTIi DATE: 4/6/2010 REFERENCE NO.: **C-24148 LOG NAME: 20HAYDEN2010 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize an Engineering Services Agreement in the Amount of $122,617.00 with Hayden Consultants, Inc., for Signal Timing Along Hulen Street, Sycamore School Road and Altamesa Boulevard (COUNCIL DISTRICTS 6 and 8) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering service agreement in the amount of $122,617.00 with Hayden Consultants, Inc., to improve signal timing and synchronization along Hulen Street, Sycamore School Road and Altamesa Boulevard. DISCUSSION: Hayden Consultants, Inc., was selected by a consultant committee to evaluate and prepare signal timing plans for the following three corridors consisting of 26 traffic signals: Hulen Street- from Cranbury Road to Chaparral Creek intersection. Sycamore School Road- from Hulen Street to IH-35W intersection. Altamesa Boulevard- from Hemphill Street to Oak Grove intersection. Synchronizing the traffic signals will reduce the number of stops and idling time at these traffic signals and it will improve the mobility and air quality by decreasing gasoline consumption and emissions. Hayden Consultants, Inc., is in compliance with the City's M/WBE Ordinance by committing 22 percent. The City goal on this project is 18 percent. The traffic signals included in this project are in COUNCIL DISTRICTS 6 and 8. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of the Grants Fund. TO Fund/Account/Centers Submitted for City Manager's Office b� Originating Department Head: Additional Information Contact: ATTACHMENTS HAY D E N_S I G NAL_O PS_03. pdf FROM Fund/Account/Centers GR76 531200 020302296 070 $122.617.00 Fernando Costa (6122) William Verkest (7801) George Behmanesh (7914) http://apps.cfwnet.org/council�acket/mc review.asp?ID=13314&councildate=4/6/2010 4/14/2010