HomeMy WebLinkAboutContract 26686 4 CITY SECRETgRy J
_
v l� CONTRACT �®TR �P
.
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING SERVICES
This AGREEMENT is between the City of Fort Worth (the "CITY"), and Huitt-Zollars, Inc.(the
"ENGINEER"), for a PROJECT generally described as: Engineering Services for Evans Avenue
Urban Design.
Article I
Scope of Services
A. The Scope of Services is set forth in Attachment A.
Article II
Compensation
A. The ENGINEER's compensation is set forth in Attachment B.
Article III
Terms of Payment
Payments to the ENGINEER will be made as follows:
A. Invoice and Payment
(1) The ENGINEER shall provide the CITY sufficient documentation to
reasonably substantiate the invoices.
(2) Monthly invoices will be issued by the ENGINEER for all work performed
under this AGREEMENT. Invoices are due and payable within 30 days of
receipt.
(3) Upon completion of services enumerated in Article 1, 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 the ENGINEER for billings
contested in good faith within 60 days of the amount due, the ENGINEER
may, after giving seven (7) days' written notice to CITY, suspend services
under this AGREEMENT until paid in full, including interest. In the event of
suspension of services, the ENGINEER shall have no liability to CITY for
delays or damages caused the CITY because of such suspension of
services.
ON���������Q/�
Article IV
Obligations of the ENGINEER
Amendments to Article IV, if any, are included in Attachment C.
A. General
The ENGINEER will serve as the CITY's professional engineering representative
under this Agreement, providing professional engineering consultation and advice
and furnishing customary services incidental thereto.
B. Standard of Care
The standard of care applicable to the ENGINEER's services will be the degree of
skill and diligence normally employed in the State of Texas by professional
engineers or consultants performing the same or similar services at the time such
services are performed.
C. Subsurface Investigations
(1) The ENGINEER shall advise the CITY with regard to the necessity for
subcontract work such as special surveys, tests, test borings, or other
subsurface investigations in connection with design and engineering work to
be performed hereunder. The ENGINEER shall also advise the CITY
concerning the results of same. Such surveys, tests, and investigations
shall be furnished by the CITY, unless otherwise specified in Attachment A.
(2) In soils, foundation, groundwater, and other subsurface investigations, the
actual characteristics may vary significantly between successive test points
and sample intervals and at locations other than where observations,
exploration, and investigations have been made. Because of the inherent
uncertainties in subsurface evaluations, changed or unanticipated
underground conditions may occur that could affect the total PROJECT cost
and/or execution. These conditions and cost/execution effects are not the
responsibility of the ENGINEER.
D. Preparation of Engineering Drawings
The ENGINEER will provide to the CITY the original drawings of all plans in ink on
reproducible plastic film sheets, or as otherwise approved by CITY, which shall
become the property of the CITY. CITY may use such drawings in any manner it
desires; provided, however, that the ENGINEER shall not be liable for the use of
such drawings for any project other than the PROJECT described herein.
E. Engineering Personnel at Construction Site
(1) The presence or duties of the ENGINEER's personnel at a construction site,
whether as on-site representatives or otherwise, do not make the
ENGINEER or its personnel in any way responsible for those duties that
belong to the CITY and/or the CITY's construction contractors or other
entities, and do not relieve the construction contractors or any other entity of
their obligations, duties, and responsibilities, including, but not limited to, all
construction methods, means, techniques, sequences, and procedures
necessary for coordinating and completing all portions of the construction
work in accordance with the Contract Documents and any health or safety
precautions required by such construction work. The ENGINEER and its
personnel have no authority to exercise any control over any construction
contractor or other entity or their employees in connection with their work or
any health or safety precautions.
(2) Except to the extent of specific site visits expressly detailed and set forth in
Attachment A, the ENGINEER or its personnel shall have no obligation or
responsibility to visit the construction site to become familiar with the
progress or quality of the completed work on the PROJECT or to determine,
in general, if the work on the PROJECT is being performed in a manner
indicating that the PROJECT, when completed, will be in accordance with
the Contract Documents, nor shall anything in the Contract Documents or
the agreement between CITY and ENGINEER be construed as requiring
ENGINEER to make exhaustive or continuous on-site inspections to
discover latent defects in the work or otherwise check the quality or quantity
of the work on the PROJECT. If, for any reason, the ENGINEER should
make an on-site observation(s), on the basis of such on-site observations, if
any, the ENGINEER shall endeavor to keep the CITY informed of any
deviation from the Contract Documents coming to the actual notice of
ENGINEER regarding the PROJECT.
(3) When professional certification or 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 qualify or performance by third parties; quality, type management,
or direction of operating personnel; and other economic and operational
factors that may materially affect the ultimate PROJECT cost or schedule.
Therefore, the ENGINEER makes no warranty that the CITY's actual
PROJECT costs, financial aspects, economic feasibility, or schedules will
not vary from the ENGINEER's opinions, analyses, projections, or
estimates.
G. Construction Progress Payments
Recommendations by the ENGINEER to the CITY for periodic construction
progress payments to the construction contractor will be based on the
ENGINEER's knowledge, information, and belief from selective sampling and
observation that the work has progressed to the point indicated. Such
recommendations do not represent that continuous or detailed examinations have
been made by the ENGINEER to ascertain that the construction contractor has
completed the work in exact accordance with the Contract Documents; that the final
work will be acceptable in all respects; that the ENGINEER has made an
examination to ascertain how or for what purpose the construction contractor has
used the moneys paid; that title to any of the work, materials, or equipment has
passed to the CITY free and clear of liens, claims, security interests, or
encumbrances; or that there are not other matters at issue between the CITY and
the construction contractor that affect the amount that should be paid.
H. Record Drawings
Record drawings, if required, will be prepared, in part, on the basis of information
-compiled and furnished by others, and may not always represent the exact location,
type of various components, or exact manner in which the PROJECT was finally
constructed. The ENGINEER is not responsible for any errors or omissions in the
information from others that is incorporated into the record drawings.
1. Minority and Woman Business Enterprise (MIWBE) Participation
In accord with the City of Fort Worth Ordinance No. 11923, as amended by
Ordinance 13471, the CITY has goals for the participation of minority business
enterprises and woman business enterprises in CITY contracts. ENGINEER
acknowledges the M/WBE goal established for this contract and its commitment to
meet that goal. Any misrepresentation of facts (other than a negligent
misrepresentation) and/or the commission of fraud by the ENGINEER may result in
the termination of this agreement and debarment from participating in CITY
contracts for a period of time of not less than three (3) years.
J. Right to Audit
(1) ENGINEER agrees that the CITY shall, until the expiration of three (3) years
after final payment under this contract, have access to and the right to
examine and photocopy any directly pertinent books, documents, papers
and records of the ENGINEER involving transactions relating to this
contract. ENGINEER agrees that the CITY shall have access during normal
working hours to all necessary ENGINEER facilities and shall be provided
adequate and appropriate workspace in order to conduct audits in
compliance with the provisions of this section. The CITY shall give
ENGINEER reasonable advance notice of intended audits.
(2) ENGINEER further agrees to include in all its subconsultant agreements
hereunder a provision to the effect that the subconsultant agrees that the
CITY shall, until the expiration of three (3) years after final payment under
the subcontract, have access 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 necessary
subconsultant facilities, and shall be provided adequate and appropriate
work space, in order to conduct audits in compliance with the provisions of
this article together with subsection (3) hereof. CITY shall give
subconsultant reasonable advance notice of intended audits.
(3) ENGINEER and subconsultant agree to photocopy such documents as may
be requested by the CITY. The CITY agrees to reimburse ENGINEER for
the cost of copies at the rate published in the Texas Administrative Code in
effect as of the time copying is performed.
K. ENGINEER'S Insurance
(1) Insurance coverage and limits:
ENGINEER shall provide to the CITY certificate(s) of insurance documenting
policies of the following coverage at minimum limits which are to be in effect prior to
commencement of work on the PROJECT:
Commercial General Liability
$1,000,000 each occurrence
$1,000,000 aggregate
Automobile Liability
$1,000,000 each accident (or reasonably equivalent limits of coverage if written on
a split limits basis). Coverage shall be on any vehicle used in the course of the
PROJECT.
Worker's Compensation
Coverage A: statutory limits
Coverage B: $100,000 each accident
$500,000 disease— policy limit
$100,000 disease—each employee
Professional Liability
$1,000,000 each claim/annual aggregate
(2) Certificates of insurance evidencing that the ENGINEER has obtained all
required insurance shall be delivered to the CITY prior to ENGINEER
proceeding with the PROJECT.
(a) Applicable policies shall be enforced to name the CITY an Additional
insured thereon, as its interests may appear. The term CITY shall
include its employees, officers, officials,' agents, and volunteers as
respects the contracted services.
(b) Certificate(s) of insurance shall document that insurance coverages
specified according to Section K(1) and K(2) of this AGREEMENT
are provided under applicable policies documented thereon.
(c) Any failure on part of the CITY to request required insurance
documentation shall not constitute a waiver of the insurance
requirements.
(d) A minimum of thirty (30) days notice of cancellation, non-renewal or
material change in coverage shall be provided to the CITY. A ten
(10) days notice shall be acceptable in the event of non-payment of
premium. Such terms shall be endorsed onto ENGINEER's
Insurance policies. Notice shall be sent to the respective
Department Director (by name), City of Fort Worth, 1000
Throckmorton, Fort Worth, Texas 76102.
(e) Insurers for all policies must be -authorized to do business in the
State of Texas or be-otherwise approved by the CITY; and, such
insurers shall be acceptable to the CITY in terms of their financial
strength and solvency.
(f) Deductible limits, or self insured retentions, affecting insurance
required herein may be acceptable to the CITY at its sole discretion;
and, in lieu of traditional insurance, any alternative coverage
maintained through insurance pools or risk retention groups must be
also approved. Dedicated financial resources or letters of credit may
also be acceptable to the CITY.
(g) Applicable policies shall each be endorsed with a waiver of
subrogation in favor of the CITY as respects the PROJECT.
(h) The CITY shall be entitled, upon its request and without incurring
expense, to review the ENGINEER's insurance policies including
endorsements thereto and, at the CITY's discretion, the ENGINEER
may be required to provide proof of insurance premium payments.
The Commercial General Liability insurance policy shall have no
exclusions by endorsements unless such are approved by the CITY.
The Professional Liability insurance policy, if written on a claims
made basis shall be maintained by the ENGINEER for a minimum
two (2) year period subsequent to the term of the respective
PROJECT contract with the CITY unless such coverage is provided
the ENGINEER on an occurrence basis.
i
I
(k) The CITY shall not be responsible for the direct payment of any
insurance premiums required by this agreement. It is understood
that insurance cost is an allowable component of ENGINEER's
overhead.
(1) All insurance required in Section K., except for the Professional
Liability insurance policy, shall be written on an occurrence basis in
order to be approved by the CITY.
(m) Subconsultants to the ENGINEER shall be required by the
ENGINEER to maintain the same or reasonably equivalent
insurance coverage as required for the ENGINEER. When
insurance coverage is maintained by subconsultants, ENGINEER
shall provide CITY with documentation thereof on a certificate of
insurance. Notwithstanding anything to the contrary contained
herein, in the event a subconsultant's insurance coverage is
canceled or terminated, such cancellation or termination shall not
constitute a breach by ENGINEER of the Agreement.
L. Independent Consultant
The ENGINEER agrees to perform all services as an independent consultant and
not as a subcontractor, agent, or employee of the CITY.
M. Disclosure
The ENGINEER acknowledges to the CITY that it has made full disclosure in
writing of any existing conflicts of interest or potential conflicts of interest, including
personal financial interest, direct or indirect, in property abutting the proposed
PROJECT and business relationships with abutting property owners. The
ENGINEER further acknowledges that it will make disclosure in writing of any
conflicts of interest which develop subsequent to the signing of this contract and
prior to final payment under the contract.
N. Asbestos or Hazardous Substances
(1) If asbestos or hazardous substances in any form are encountered or
suspected, the ENGINEER will stop its own work in the affected portions of
the PROJECT to permit testing and evaluation.
(2) If asbestos or other hazardous substances are suspected, the ENGINEER
will, if requested, assist the CITY in obtaining the services of a qualified
subcontractor to manage the remediation activities of the PROJECT.
O. Permitting Authorities— Design Changes
If permitting authorities require design changes so as to comply with published
design criteria and/or current engineering practice standards which the ENGINEER
should have been aware of at the time this Agreement was executed, the
I
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 reasonable aware of, the ENGINEER shall notify the CITY of such
changes and an adjustment in compensation will be made through an amendment
to this AGREEMENT.
Article V
Obligations of the City
Amendments to Article V, if any, are included in Attachment C.
A. City-Furnished Data
The CITY will make available to the ENGINEER all technical data in the CITY's
possession relating to the ENGINEER's services on the PROJECT. The
ENGINEER may rely upon the accuracy, timeliness, and completeness of the
information provided by the CITY.
B. Access to Facilities and Property
The CITY will make its facilities accessible to the ENGINEER as required for the
ENGINEER's performance of its services and will provide labor and safety
equipment as required by the ENGINEER for such access. The CITY will perform,
at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and
other components of the CITY's facilities as may be required in connection with the
ENGINEER's services. The CITY will be responsible for all acts of the CITY's
personnel.
C. Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange,
and pay for all advertisements for bids; permits and licenses required by local,
state, or federal authorities; and land, easements, rights-of-way, and access
necessary for the ENGINEER's services or PROJECT construction.
D. Timely Review
The CITY will examine the ENGINEER's studies, reports, sketches, drawings,
specifications, proposals, and other documents; obtain advice of an attorney,
insurance counselor, accountant, auditor, bond and financial advisors, and other
consultants as the CITY deems appropriate; and render in writing decisions
required by the CITY in a timely manner in accordance with the project schedule in
Attachment D.
E. Prompt Notice
The CITY will give prompt notice to the ENGINEER whenever CITY observes or
becomes aware of any development that affects the scope or timing of the
ENGINEER's services or of any defect in the work of the ENGINEER or
construction contractors.
F. Asbestos or Hazardous Substances and Indemnification
(1) To the maximum extent permitted by law, the CITY will indemnify and
release ENGINEER and its officers, employees, and subcontractors from all
claims, damages, losses, and costs,*including, but not limited to, attorney's
fees and litigation expenses arising out of or relating to the presence,
discharge, release, or escape of hazardous substances, contaminants, or
asbestos on or from the PROJECT. Nothing contained herein shall be
construed to require the CITY to levy, assess or collect any tax to fund this
indemnification.
(2) The indemnification and release required above shall not apply in the event
the discharge, release or escape of hazardous substances, contaminants,
or asbestos is a result of ENGINEER's negligence or if such -hazardous
substance, contaminant or asbestos is brought onto the PROJECT by
ENGINEER.
G. Contractor Indemnification and Claims
The CITY agrees to include in all construction contracts the provisions of Article
IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions
providing contractor indemnification of the CITY and the ENGINEER for
contractor's negligence.
H. Contractor Claims and Third-Party Beneficiaries
(1) The CITY agrees to include the following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractors, subcontractors and equipment and materials suppliers on the
PROJECT, or their sureties, shall maintain no direct action against the
ENGINEER, its officers, employees, and subcontractors, for any claim
arising out of, in connection with, or resulting from the engineering services
performed. Only the CITY will be the beneficiary of any undertaking by the
ENGINEER."
(2) This AGREEMENT gives no right or benefits to anyone other than the CITY
and the ENGINEER and there are no third-party beneficiaries.
(3) The CITY will include in each agreement it enters into with any other entity
or person regarding the PROJECT a provision that such entity or person
shall have no third-party beneficiary rights under this AGREEMENT.
(4) Nothing contained in this section V.H. shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER.
I. CITY's Insurance
(1) The CITY may maintain property insurance on certain pre-existing
structures associated with the PROJECT.
(2) The CITY will ensure that Builders Risk/Installation insurance is maintained
at the replacement cost value of the PROJECT. The CITY may provide
ENGINEER a copy of the policy or documentation of such on a certificate of
insurance.
(3) The CITY will specify that the Builders Risk/[nstallation insurance shall be
comprehensive in coverage appropriate to the PROJECT risks.
J. Litigation Assistance
The Scope of Services does not include costs of the ENGINEER for required or
requested assistance to support, prepare, document, bring, defend, or assist in
litigation undertaken or defended by the CITY. In the event CITY requests such
services of the ENGINEER, this AGREEMENT shall be amended or a separate
agreement will be negotiated between the parties.
K. Changes
The CITY may make or approve changes within the general Scope of Services in
this AGREEMENT. If such changes affect the ENGINEER's cost of or time
required for performance of the services, an equitable adjustment will be made
through an amendment to this AGREEMENT with appropriate CITY approval.
Article V1
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 final designs, drawings, specifications and documents
shall be owned by the CITY.
C. Force Majeure
The ENGINEER is not responsible for damages or delay in performance caused by
acts of God, strikes, lockouts, accidents, or other events beyond the control of the
ENGINEER.
D. Termination
(1) This AGREEMENT may be terminated only by the City for convenience on
30 days' written notice. This AGREEMENT may be terminated by either the
CITY or the ENGINEER for cause if either party fails substantially to
perform through no fault of the other and does not commence correction of
such nonperformance within five (5) days of written notice and diligently
complete the correction thereafter.
(2) If this AGREEMENT is terminated for the convenience of the CITY, the
ENGINEER will be paid for termination expenses as follows:
(a) Cost of reproduction of partial or complete studies, plans,
specifications or other forms of ENGINEER's work product;
(b) Out-of-pocket expenses for purchasing storage containers,
microfilm, electronic data files, and other data storage supplies or
services;
(c) The time requirements for the ENGINEER's personnel to document
the work underway at the time the CITY's termination for
convenience so that the work effort is suitable for long time storage.
(3) Prior to proceeding With termination services, the ENGINEER will submit to
the CITY an itemized statement of all termination expenses. The CITY's
approval will be obtained in writing prior to proceeding with termination
services.
E. Suspension, Delay, or Interruption to Work
The CITY may suspend, delay, or interrupt the services of the ENGINEER for the
convenience of the CITY. In the event of such suspension, delay, or interruption,
an equitable adjustment in the PROJECT's schedule, commitment and cost of the
ENGINEER's personnel and subcontractors, and ENGINEER's compensation will
be made.
F. Indemnification
(1) The ENGINEER agrees to indemnify and defend the CITY from any loss,
cost, or expense claimed by third parties for property damage and bodily
injury, including death, caused solely by the negligence or willful misconduct
of the ENGINEER, its employees, officers, and subcontractors in connection
with the PROJECT.
(2) If the negligence or willful misconduct of both the ENGINEER and the CITY
(or a person identified above for whom each is liable) is a cause of such
damage or injury, the loss, cost, or expense shall be shared between the
ENGINEER and the CITY in proportion to their relative degrees of
negligence or willful misconduct as determined pursuant to T.C.P. & R.
Code, section 33.011(4) (Vernon Supplement 1996).
G. Assignment
Neither party will assign all or any part of this AGREEMENT without the prior
written consent of the other party.
H. Interpretation
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 means the CITY and the ENGINEER, and their officers, employees, agents,
and subcontractors.
1. Jurisdiction
The law of the State of Texas shall govern the validity of this AGREEMENT, its
interpretation and performance, and any other claims related to it. The venue for
any litigation related to this AGREEMENT shall be Tarrant County, Texas.
J. Alternate Dispute Resolution
(1) All claims, disputes, and other matters in question between the CITY and
ENGINEER arising out of, or in connection with this AGREEMENT or the
PROJECT, or any breach of any obligation or duty of CITY or ENGINEER.
hereunder, will be submitted to mediation. If mediation is unsuccessful, the
claim, dispute or other matter in questions shall be submitted to arbitration if
both parties acting reasonably agree that the amount of the dispute is likely
to be less than $50,000, exclusive of attorney's fees, costs and expenses.
Arbitration shall be in accordance with the Construction Industry Arbitration
Rules of the American Arbitration Association or other applicable rules of
the Association then in effect. Any award rendered by the arbitrators less
than $50,000, exclusive of attorney's fees, costs and expenses, will be final,
judgement may be entered thereon in any court having jurisdiction, and will
not be subject to appeal or modification except to the extent permitted by
Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and
(2) Any award greater than $50,000, exclusive of attorney's fees, costs and
expenses, may be litigated by either party on a de novo basis. The award
shall become final ninety (90) days from the date same is issued. If
litigation is filed by either party within said ninety (90) day period, the award
shall become null and void and shall not be used by either party for any
purpose in the litigation.
K. Severability and Survival
If any of the provisions contained in this AGREEMENT are held for any reason to
be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or
unenforceability will not affect any other provision, and this AGREEMENT shall be
construed as if such invalid, illegal, or unenforceable provision had never been
contained herein. Articles V.F., VI.B, VID, VI.H, and VI.J shall survive termination
of this AGREEMENT for any cause.
L. Observe and Comply
ENGINEER shall at all time 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.
i
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
ATTEST: CITY OF FORT W R H
By:
loria Pearso ,C� Jq_a Mike Groomer
City Secrets y Assistant City Manager
APPROVED AS TO FORM APPROVAL RECOMMENDED
AND LEGALITY
ary tein ger ug . Malanga, P.E., Director
Assistant City Attorney Transportation and Public Works
ATTEST: HUITT- L RS, INC.
Paul King, P.E.
Vic President
Contract Authorization
Date
-14-
Attachment A
SCOPE OF SERVICES
I. PROJECT DESCRIPTION AND UNDERSTANDING
The purpose of this project is to provide Public Involvement, schematic design, and
construction documents for the streetscape improvements for Evans Avenue from 1/2
block south of Rosedale Street to Terrell Avenue. Funds from an EDA grant will be used
for this project. The project includes a new streetscape for Evans Avenue to
accommodate pedestrian, bicycle, vehicular traffic, and public transit. The improvements
may include urban design elements such as street trees, benches, monuments, public
art, signage,-special paving, architectural features, central plaza, signalization, lighting,
landscape plantings, irrigation, and new vehicular paving. Some of the primary goals of
this project are to clearly define the edges of the district; direct visitors to the main
attractions featured in the district; and detail the improvements such that they are
consistent with the existing architecture and period style unique to the Heritage Center
District.
The scope of services is divided into seven major tasks including: survey / base mapping,
environmental documentation, traffic and wayfinding study, public involvement, schematic
design, construction documents, and bid phase services as detailed below in Section 11.
Section III defines work that may be required to complete the project, but are not services
provided in this contract. Should the occasion arise when the services are necessary for
the completion of the Evans project, supplemental agreement(s) will be executed with the
Engineer. Scope development and contract assumptions are summarized in Section IV.
Section V highlights services to be provided by the City of Fort Worth.
111. SERVICES TO BE PROVIDED BY THE ENGINEER
TASK 1.0 SURVEY/ BASE MAPPING
A. Topographic/Design Surveying
Establish horizontal and vertical control for the project based on the
TxDOT Rosedale Street Project.
2) Provide a topographic survey of Evans Avenue from 1/2 block
south of Rosedale Street to Terrell Street with the limits extending
approximately 15 feet beyond all existing buildings. The limits also
include Terrell Street, 1/z block east and west of Evans Avenue
intersection. The topographic survey shall extend 100 feet beyond
the curb returns on intersecting side streets. The survey shall
include locating all visible existing features including, but not limited
to, concrete, property corners, power poles, manholes with inverts,
asphalt, water valves, telephone risers, trees, fences, . curbs,
buildings, tops and toes of slopes, ditches, sidewalks, driveways,
lights and walls.
3) Deliverables shall include an AutoCAD R-14 digital file of the
features located in the field along with 1 foot interval contours, a
Page lofll
Digital Terrain Model, Evans Avenue right-of-way lines, property
ownership along the project, an ASCII file with coordinates of
points located in the field, a copy of the field notes and a hardcopy
of point coordinates.
TASK 2.0 ENVIRONMENTAL DOCUMENTATION
A. Environmental Assessment
The Engineer will prepare an Environmental Assessment (EA)
document formatted in Texas Department of Transportation (TxDOT)
Categorical Exclusion (CE) style for the project. Approximately fifteen
pages long, this document will include introduction, statement of
purpose and need, traffic information, design discussion, alternatives
analysis, ROW discussion, environmental justice, land use, prime and
unique farmlands, noise impacts, air quality, .soil survey, landscaping,
existing vegetation, wildlife, threatened/endangered species,
archaeology, historic structures, parklands, wetlands, water quality,
floodplains, permits, hazardous materials, construction impacts,
secondary/cumulative impacts, summary and conclusion.
The project will not increase motorized vehicle capacities of the Evans
corridor, therefore air and noise modeling will not be required for this
project.
A categorical exclusion is expected for this project therefore a finding
of no significant impacts will not be acquired and not considered as
part of services.
Project intent is to enhance cultural resources. Therefore ROW
acquisition of public parklands and recreation facilities is not expected
for this project and NEPA section 4(f) and 6(f) statements are not
included in scope of services.
The City of Fort Worth has completed a phase I environmental
investigation and the Engineer will include much of this information in
the completion of the EA for the Evans Avenue construction project.
TASK 3.0 TRAFFIC AND WAYFINDING STUDY
A. Traffic Studies
1.) The Engineer will obtain the Evans at Rosedale Street signal
warrant study from TxDOT
2.) The Engineer will prepare a separate traffic study of existing and
proposed conditions for Heritage Center based upon planning data
provided by the City. The Engineer will deliver an Executive
Summary to document the study findings.
Page 2 of 11
3.) The Engineer will prepare signal operations analysis using
Highway Capacity Software (HCS) version 3 of the intersections of
Evans Avenue at Terrell and Evans Avenue at Rosedale. The
Engineer will deliver an Executive Summary to document the study
findings.
B. Wayfinding Study
The Engineer will conduct a wayfinding study to determine the design,
location and size of new signage needed to direct visitors to the
Heritage Center.
TASK 4.0 PUBLIC INVOLVEMENT
A. Database Preparation
With information provided by the City of Fort Worth with regard to the
major stakeholders, advisory committee members, and interested
citizen groups, the Engineer will create and maintain a database for
use in the preparation of meeting announcement notices and
informational circulars for the project.
B. Meeting Announcement Notices
The Engineer will prepare meeting announcement notices to the major
stakeholders, advisory committee members, and interested citizen
groups as necessary prior to each scheduled public meeting.
C. Informational Circulars
The Engineer will prepare and distribute informational circulars to the
Major stakeholders, advisory committee members, and interested
citizen groups to inform them on the status of the project at -key
intervals throughout the duration of the project. Distribution will be by
direct mail and dissemination at public'meetings.
D. Public Meetings
The Engineer will conduct, two (2) public meetings to gather public
input for the design of the project. The Engineer will secure the
Southside Multipurpose Center for public meetings. Stakeholders will
be notified of the public meetings. The meeting will be documented
with flip chart notes, and photographs.
The Engineer will provide displays to convey schematic alternatives,
schedules, wayfinding features, and storyboard content at public
meetings.
E. Citizen Advisory Committee Meetings
Page 3 of 11
The Engineer will conduct one citizen advisory committee meeting to
present the preferred alternative schematic for committee consensus.
1) Develop and maintain a database of committee members.
2) Notify committee members of meetings.
3) Provide a meeting summary.
F Workgroup Committee Meetings
The Engineer will conduct eight (8) workgroup committee meetings to
gather input and identify the direction for the project. The workgroup
committee is to be comprised of City staff and designated Citizens
Advisory Committee members. Meetings are to be timed immediately
prior and after public meetings, or once monthly.
1) Develop and maintain a database of committee members.
2) Notify committee members of meetings.
3) Provide a meeting summary.
G. In addition:
1) Prepare monthly progress reports.
2) Assist with the posting of content for a project web page (linked to
either the TPW or Planning Dept. Web site). The Engineer will
provide text content and project images for hypertext markup
language coding by City personnel. The web page content will be
hosted on City webservers.
TASK 5.0 SCHEMATIC DESIGN
A. Schematic Alternative Plans
Based upon information gathered during Tasks 1 through 4, the
Engineer will prepare a maximum of two (2) schematic alternative
plans for the project that will follow City of Fort Worth Planning
Department guidelines for the Heritage Center. Each of the schematic
alternative plans will have an accompanying family of furnishings
reflecting a unique yet compatible architectural style. The schematic
alternative plans will be accompanied by a signage and wayfinding
exhibit identifying possible locations and styles for the signage system
consistent with each of the alternatives. The schematic alternative
plans will also illustrate alternatives to the street section, hardscape
amenities, and planting treatments. The schematic alternative plans
may be hand drawn, rendered exhibits for presentation, discussion,
and review purposes only. Included in the schematic design submittal
will be an alternatives analysis which narrates and illustrates period
architectural styles presented in the Evans project.
Page 4 of 11
B. The Engineer will prepare Urban Design guidelines based upon Evans
Avenue conditions. The Engineer will adapt portions of "Fort Worth
South Development Framework"to apply to Evans Avenue.
C. Opinions of Probable Construction Costs
The Engineer will prepare an opinion of probable construction costs
associated with each of the two (2) schematic alternative plans for the
project.
D. TxDOT Coordination
The Engineer will coordinate with Rosedale Street Project Team and
forward Evans schematics for TxDOT consideration.
E. Fort Worth Transportation Authority (FWTA) Coordination
The Engineer will forward the two (2) alternative plans for the project to
FWTA for review and comments to insure that the final project
incorporates all FWTA issues.
F Final Schematic Plan
Based upon information gathered from the environmental
investigations, traffic study, and public involvement phases, and with
direction received based upon the three schematic plan alternatives,
the Engineer will prepare one final schematic plan for the project which
will be referred to as the "preferred alternative" schematic. , The
preferred alternative will have a family of furnishings and wayfinding
system reflecting a unique architectural style. Once approved by the
Citizens Advisory Committee, the preferred alternative schematic will
serve as the basis upon which the construction documents will be
developed. The preferred alternative schematic will be a hand drawn,
rendered exhibit for presentation, discussion, and review purposes
only.
G. Story Board Research
The Engineer will interview four (4) citizens to be designated by the
City to record their interpretation of the Evans Avenue history.
H. Opinion of Probable Construction Costs
The Engineer will prepare an updated opinion of probable construction
costs associated with the improvements depicted on the preferred
alternative schematic. This opinion of probable construction costs will
serve as the benchmark for the construction budget associated with
the construction document package.
Page-5 of 11
TASK 6.0 CONSTRUCTION DOCUMENTS
A. Detailed Design
The Engineer will provide detailed design for the following aspects of
the project:
1) Utility Design
a) Sewer
b) Water
2) Demolition Plan
3) Pavement Design
a) Street alignment
b) Driveway details
c) Sidewalk details
d) Plaza configuration
e) Special paving patterning
f) Paver inset details
g) Pedestrian ramp details
h) Curb and gutter details
i) Tree grate collar details
4) Signal Design
a) Signal pole selection
b) Vendor information
c) Applicable general notes
d) Specification
5) Storm Sewer System
a) Drainage area layouts
b) Hydrology and hydraulic computations
c) Storm sewer design computations
d) Plan and profile
e) Storm water pollution prevention plan
D Miscellaneous storm sewer details
6) Site grading
a) Street sections
b) Top of curb elevations
c) Sidewalk spot grades
d) Plaza spot grades
e) ADA access ramps
7) Monuments
a) Entry monument locations
8) Public Art
a) Sculpture location layout
Page 6 of 11
9) Signage and Wayfinding
a) Signage location and layout
b) Signage style and format
10) Lighting
a) Vehicular lighting layout
b) Pedestrian lighting layout
c) Landscape lighting layout
d) Lighting conduit layout
e) Electrical schedules
f) Fixture selections
g) Lighting pole selections
h) Lighting pole foundations
11) Landscape Planting
a) Street tree layout
b) Planting beds at entry monuments
c) Planting beds associated with plaza
d) Tree grate details
e) Planting details
12) Irrigation System
a) Head layout
b) Piping layout
c) Valve layout and system zoning
d) Controller layout
e) Meter and connection details
D Backflow prevention details
g) Irrigation equipment details
13) Construction Sequence and Traffic Control
a) Narrative
b) Construction phase layouts
c) Traffic control details
14) Furniture System and plaza layout
a) Bench layout
b) Trash receptacle layout
c) Bicycle rack layout
d) Planting container layout
e) Drinking fountain layout
D Table/ chair set layout
g) Furniture connection and foundation details
h) Kiosks
B. Construction Documents
Based upon the approved final schematic plan, the Engineer will
prepare the construction drawings, general notes, estimate and
specifications necessary to bid the improvements for the project. The
Page 7 of I I
following are anticipated to be included in the construction document
package:
1) Cover Sheet
2) Site Plan
3) Demolition / Site Preparation Plan
4) Grading Plans
5) Drainage Plan
6) Storm Drain Profiles
7) Storm Drain Details
8) Storm Water Pollution Prevention Plan
9) Paving Plans
10) Paving Details
11) Layout and Dimensioning Plans
12) Site Utilities /Water Plan
13) Water and Sanitary Details
14) Sequence of Construction Narrative
15) Traffic Control Layouts
16) Signage Plan
17) Signage Details
18) Site lighting Plan
19) Electrical Schedules and Details
20) Planting Plans
21) Planting Details
22) Irrigation Plans
23) Irrigation Details
24) Furniture Plan and Schedule
25) Specification Booklet
26) Project Meeting Notes
27) Construction General Notes
The Engineer will submit the construction document package at 30%,
90%, and 100% completion to the City of Fort Worth for review and
comment. Along with each submission, the opinion of probable
construction costs will be updated based upon any necessary
modifications to the design of the project. At the conclusion of the
Construction Document Phase, the Engineer will provide the City of
Fort Worth with the following:
1) AUTOCAD-14 digital copies of all Construction Drawings
2) Project Technical Specifications on bond paper
3) Project Technical Specifications in Microsoft Word format, (Office
97 version or later) digital copies
4) Bond copies of the Opinions of Probable Construction Costs
A representative from the Engineer will meet with the City of Fort
Worth Staff to present the Construction Document Packages at 100%
completion.
C. TDLR Submission
Page 8 of 11
Upon completion of the construction documents, the Engineer will
submit the package to Texas Department of Licensing and Regulation
(TDLR) for Americans with Disabilities Act (ADA) review.
D. Geotechnical Soils Investigation and Report
The Engineer will provide a geotechnical soils report for use in the
design of the improvements for the project. The geotechnical soils
report will include multiple borings along Evans Avenue and other key
locations within the design area. The soils information gathered in the
borings will be extracted and studied by an Engineer, and
recommendations will be made with regard to structural systems and
necessary soil modifications for the project.
TASK 7.0 BID PHASE
A. Pre-bid Meeting
One representative from the Engineer will attend and/or conduct the
pre-bid meeting as required by the City of Fort Worth.
B. Addendum
During the course of the bid phase, the Engineer. will prepare
addendum as needed for distribution by the City of Fort Worth, and will
coordinate the delivery of plan sets to plan rooms.
C. Bid Opening
One representative from the Engineer will attend the bid-opening
meeting and record the construction bids submitted for the project.
D. Bid Tabulation
Upon completion of the bid-opening meeting, the Engineer will prepare
a spreadsheet to tabulate the bids for the project.
E. Contractor References and Recommendation
Upon completion of the bid tabulation, the Engineer will call the
references submitted by the contractors submitting the two lowest bids
to establish a qualified bidder for the project. Based upon the
verification of a qualified bidder on the project, the Engineer will draft a
letter to the City of Fort Worth recommending the award of the
construction contract.
Page 9 of 11
Ill. ADDITIONAL SERVICES
A. Permits
Antiquities Permit — Since two historic structures are located within
150' of project ROW, the Engineer will prepare a Historical Cultural
Resources Survey of the project and secure an Antiquities Permit from
the State Historical Preservation Office (SHPO).
B. Construction Administration Services
C. Field Staking of Proposed Improvements
D. Obtaining a finding of no significant impacts or categorical exclusion for
environmental assessment.
E. Traffic Studies that involve forecasting pedestrian and vehicular traffic
die to land use change.
IV. ASSUMPTIONS
A. This scope of services is limited to the meetings and presentations
described herein. All other meetings or presentations requested by the
City staff will be considered additional services.
B. This scope of services assumes that upon approval of the final
schematic plan (preferred alternative) for the project, additional design
concepts and related re-design efforts will be considered additional
services.
C. This scope of services is limited to the design alternatives and
submissions described herein. All additional design alternatives and
submissions requested or required by the City of Fort Worth will be
considered additional services.
D. Should the City of Fort Worth decide to request additional services
beyond the scope as defined within this document, Huitt-Zollars, Inc.
will negotiate the additional fees with the City of Fort Worth Staff based
upon the effort involved in completing said additional services.
V. SERVICES TO BE PROVIDED BY THE CITY
The Transportation/Public Works Department or Planning Department will provide
upon request to the consultant:
A. Available street maps which illustrate various improvements in the
area.
B. Assistance in retrieving as-built drawings of various City infrastructure
items, i.e. water, sanitary sewer, drainage, and street facilities.
C. Benchmark elevations and descriptions for vertical control.
D. Available horizontal control points.
E. Data and/or reports that are in City of Fort Worth files concerning this
project.
Page 10 of I I
F. Aerial photographs as available form the North Texas Consortium.
G. 1998 Tarrant Appraisal lot and block maps.
H. Coordinate project approval with the City of Fort Worth.
I. Conduct all public meetings with assistance from the consultant and be
the primary contact for all inquiries concerning the project.
J. Negotiate with all private landowners for any easements or rights-of-
ways.
K. Assist the consultant, as necessary, in order to obtain the required
data and information from other local, regional, State and Federal
agencies.
L. Provide the consultant with timely review and decisions as necessary.
M. Provide public addressing (PA) sound systems for public meetings.
N. Provide postage for mailings of project information to general public.
O. Provide planning data for traffic forecast preparation by the Engineer.
This data will cover all of Heritage Center and consist of projected land
use/zoning, densities, and daily trips generated per land use type.
Page 11 of 11
Attachment B
COMPENSATION
The Engineer shall be compensated a total lump sum fee of$236,564 for the project. Payment of
the 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 services.
The Engineer shall submit monthly invoices to the City for all work performed under this
agreement set forth in Article 111, Terms of Payment. The monthly invoices will contain a
description of the tasks performed for that particular month, percent complete for each task,
amount budgeted for each task, portion of budget amount expended, previous billing totals, and
totals for invoice.
City of Fort Worth, Texas
"apor dond Council comalunication
DATE REFERENCE NUMBER LOG NAME PAGE
3/27/01 C-'18525 20URBAN 1 of 2
SUBJECT ENGINEERING SERVICES AGREEMENT WITH HUITT-ZOLLARS, INC. FOR EVANS
AVENUE URBAN DESIGN
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the City Manager to transfer $236,564 from the Community Development Block Grant
(CDBG) unprogrammed funds for use on the Evans Avenue Urban Design Project; and
2. Authorize the City Manager to execute an engineering services agreement with Huitt-Zollars, Inc. to
prepare construction plans and specifications for the Evans Avenue Urban Design Project from
Rosedale Street to Terrell Avenue for a lump sum fee of$236,564.
DISCUSSION:
On January 11, 2000 (M&C G-12784), the City Council authorized the City Manager to apply for a grant
in the amount of $1,500,000 from the Economic Development Administration for the Heritage Center.
The City's participation for the grant is in the amount of $813,000, with CDBG unprogrammed funds
recommended as the funding source for the design phase. This total funding of $2,013,000 will be
used to reconstruct Evans Avenue from Rosedale Street to Terrell Avenue with urban design elements
including trees, plantings, irrigation, benches, monuments, art, signage, enhanced paving, and lighting.
Two public meetings are planned to involve the surrounding neighborhood in the design process. Staff
has been coordinating with the Heritage Center Advisory Committee regarding the development of this
project. A work group from this committee will be involved with the preparation of this project.
This project will be coordinated with the Texas Department of Transportation for the widening of East
Rosedale Street from IH-35W to U.S. 287.
Huitt-Zollars, Inc. was selected by the City to prepare plans and specifications for the project. Its lump
sum fee for the project is $236,564. Staff considers this fee to be fair and reasonable for the scope of
services to be performed.
Huitt-Zollars, Inc. is in compliance with the City's M/WBE Ordinance by committing to 20% M/VVBE
participation. The City's goal on this project is 20%.
A public. comment period was held from November 3, 2000, through December 3, 2000, in accordance
with Title 14-,'Part 91.105 of the Code of Federal Regulations as an amendment to the Consolidated
Action Plan adopted by the City for FY2000-2001.
The'project is located in COUNCIL DISTRICT 8, Mapsco 77K.
i
i
City of Fort Worth, Texas
'4aMMUn*Catj0n
"near and ^ARLUne*1
DATE REFERENCE NUMBER LOG NAME PAGE
3/27/01 C-18525 20URBAN 2 of 2
SUBJECT ENGINEERING SERVICES AGREEMENT WITH HUITT-ZOLLARS, INC. FOR EVANS
AVENUE URBAN DESIGN
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that funds are available in the current capital budget, as appropriated, of
the Grants Fund.
i
MG:k
I
Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY
Office by: (to)
Mike Groomer 6140 APPROVED
Originating Department Head: CITY COUNCIL
Hugo Malanga 7800 (from) MAR 27 2DQ9
Additional Information Contact: GR76 539120 013206127830 $236,564.00
VIty'3e=Qitaxq oI the
Hugo Malanga 7800 tb.:kX813