HomeMy WebLinkAbout95-892 03-28-1995Resolution No. 95-892
AUTHORIZING THE EXECUTION OF A CONRACT FOR
ENGINEERING SERVICES WITH TEAGUE, NALL AND
PERKINS, CONSULTING ENGINEERS, IN THE AMOUNT OF
$202,496.00 FOR THE DESIGN OF PAVING AND DRAINAGE
IMPROVEMENTS TO WESTPARK WAY; AUTHORIZING THE
EXECUTION OF CHANGE ORDERS OR SUPPLEMENTAL
AGREEMENTS TO THE CONTRACT FOR AMOUNTS NOT TO
EXCEED $50,000.
WHEREAS, the Texas Department of Transportation ( TxDOT) and the City of Euless desire
improvements to Westpark Way from S.H. 183 to S.H. 10, hereinafter identified as the
"Project "; and
WHEREAS, the TxDOT and the City of Euless have executed a Surface Transportation Program
- Metropolitan Mobility Rehabilitation (STP -MM) agreement governing the development and
construction of the project; and
WHEREAS, the City of Euless is responsible for the preparation of the design documentation,
acquiring the necessary right -of -way, accomplishing utility adjustments and other items for the
Project; and;
WHEREAS, the City of Euless has negotiated a Contract For Engineering Services with Teague,
Nall and Perkins, Consulting Engineers in the lump sum amount of $202,496.00, hereinafter
identified as the "Contract "; and
WHEREAS, the TxDOT share of funding for the Contract is eighty percent (80%) of the
Contract amount; and
WHEREAS, the Contract negotiations were accomplished in accordance with TxDOT
requirements and TxDOT has issued a letter recommending the City of Euless proceed with
execution of the Contract; and
WHEREAS, the City of Euless anticipates revisions to the Scope of Services and Schedule
included in the Contract;
NOW, THEREFORE, BE IT RESOLVED that the Euless City Council hereby accepts the
terms of the Contract negotiated with Teague, Nall and Perkins, Consulting Engineers, and
authorizes the City Manager of the City of Euless to execute the Contract in the amount of
$202,496.00 in the name of the City of Euless, "Copy attached hereto labelled as Exhibit A. ",
and to execute change orders or supplemental agreements to the Contract for amounts not to
exceed a total of $50,000.
APPROVED AND ADOPTED at a regular meeting of the City Council of the City of Euless,
Texas on the 28th day of March , 1995, by a vote of 7 ayes,
o nays and 0 abstentions.
ATTEST:
iff
�1 / / /ia/ L. <<
Susan rim, C C, City Secretary
APPROVED:
012Lia,
Mary Litt Saleh, Mayor
EXHIBIT "A"
Contract No. 95ISTEA1
CONTRACT FOR ENGINEERING SERVICES
CITY OF EULESS )(
KNOW ALL MEN BY THESE PRESENTS
COUNTY OF TARRANT )(
THIS ENGINEERING CONTRACT, made, entered into and executed this 28thday of March _ 1995,
by and between the City of Euless, Texas, acting by and through the City Manager, with the approval of the City
Council, hereinafter called the "City," and Teague Nall and Perkins, Inc., hereinafter called the "Engineer."
WITNESSETH
WHEREAS, the City desires to contract for engineering services concerning paving and drainage
improvements to Westpark Way between State Highway 10 and Parkview Drive.
A GREEMENT
NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants and agreements
herein contained, do mutually agree as follows:
The City agrees to employ the Engineer and the Engineer agrees to perform professional engineering
services in connection with the project as stated in the sections to follow and outlined hereinafter, and for having
rendered such services, the City agrees to pay to the Engineer compensation for these services as mutually agreed.
All services performed under this contract shall be performed under the direct supervision of the City Manager,
and/or his duly authorized representative. The Engineer will be advised, in writing, of the City's representative.
1. Scone of Services. The Engineer will furnish engineering and/or surveying services as set
forth in Attachment A, "Scope of Services," attached hereto and made a part of this engineering contract.
2. Progress. After execution of this contract, the Engineer shall not proceed with the work
outlined under "Scope of Services" until advised in writing by the City to proceed. The work under this contract
shall be completed within 220 calendar days after authorization to proceed including 70 calendar days assumed for
review time (preliminary and final reviews) by the City and the Texas Department of Transportation, hereinafter
called "TxDOT." Unless extended by supplemental agreement, this contract shall terminate at the expiration of the
specified calendar days.
The Engineer shall, from time to time during the progress of the work, confer with the City. The Engineer
shall prepare and present such information and studies as may be pertinent and necessary or as may be requested
by the City in order to evaluate features of the work.
At the request of the City or the Engineer, conferences shall be provided at the Engineer's office, the office
of the City, or at other locations designated by the City. These conferences shall also include inspection of the
Engineer's services and work when requested by the City.
If Federal Funds are to be used on this contract, the work will be subject to periodic review by the Federal
Highway Administration.
1
The Engineer shall prepare a "Work Schedule" shown as Attachment B attached hereto and made a part
of this contract. This work schedule will be complete so that the Engineer's "Scope of Services" under this contract
can be accomplished within the specified time and the contract cost. This "Work Schedule" will provide specific
work sequence and definite review times by the City and the Engineer of the work performed.
Should the City desire to suspend the work, but not terminate the contract, this may be done by thirty (30)
days' notice given by the City in writing to that effect, and the work may be reinstated and resumed in full force
and effect upon receipt from the City of sixty (60) days' notice in writing to that effect.
All employees of the Engineer shall have such knowledge and experience as will enable them to perform
the duties assigned to them.
The Engineer certifies that he presently has adequate qualified personnel in his employment for performance
of the services required under this contract, or will be able to obtain such personnel from sources other than the City.
The Engineer shall prepare and submit to the City monthly progress reports (which may include a bar
graph) in sufficient detail to support the progress of the work and in support of voucher requesting monthly payment.
The Engineer shall furnish all equipment, materials and supplies required to perform his work under this
contract except as provided herein.
3. Changes of Work. The Engineer shall make such revisions in the work included in this
contract which has been completed as are necessary to correct errors appearing therein when required to do so by
the City. No additional compensation shall be paid nor additional time granted for this work.
If the City finds it necessary to request changes to previously satisfactorily completed work or parts thereof,
the Engineer shall make such revisions if requested and as directed by the City. This will be considered as
additional work and paid for as specified under Article 4. Additional Work.
4. Additional Work Work not specifically described under "Scope of Services" must be
approved by supplemental agreement to this contract by the City before it is undertaken by the Engineer. If the
Engineer is of the opinion that any work he has been directed to perform is beyond the scope of this agreement and
constitutes extra work, he shall promptly notify the City in writing. In the event the City finds that such work does
constitute extra work, then the City shall so advise the Engineer, in writing, and shall provide extra compensation
to the Engineer for doing this work on the same basis as covered under Article 5. Compensation and as provided
under a supplemental agreement. The lump sum fee shall be adjusted if additional work is approved by
supplemental agreement and performed by the Engineer.
5. Compensation. The City shall pay and the Engineer agrees to accept in full compensation for
the engineering services performed under this contract, fees as outlined below. The Engineer will be paid on the
basis of a lump sum amount in accordance with Attachment C.
The lump sum amount payable under this contract without modification of the contract is $202,496.00.
The Lump sum amount payable may be revised in the event of change of scope, increased cost, complexity or
character or work as authorized by the City.
6. Method of Payment. Payments to the Engineer for services rendered will be made monthly
while the work is in progress under this contract. The Engineer will prepare and present to the City a monthly
progress report and an itemized and certified invoice (Texas Department of Transportation Form 132, or an invoice
that is acceptable to the State) each month stating the percent completion of the work accomplished during the
month and also to date. Monthly payment of the lump sum fee will be in proportion to the percent completion of
the total work, but not to exceed the total lump sum amount shown under Article 5. Compensation. Percent
completion of the total work for monthly payments will be based on task completion and calculated on the basis
of the percent completion of man - hours, computer time, material testing, etc., required (and as indicated in
Attachment C) to do the task. The principles established in 48 CFR 31 governing the reasonableness and allocation
of costs shall be utilized. The City shall reserve the right to withhold payment pending verification of satisfactory
work performed. The Engineer must submit adequate proof to the City that the task was completed.
The itemized and certified statements shall show the total amount earned to the date of submission and the
amount due and payable as of the date of the current statement. No more than 95% of the total lump sum contract
amount shall be invoiced to the City until final approval of the plans and contract documents by the City and
TxDOT. Final payment of any money due should be made to the Engineer after satisfactory completion of all
services and obligations covered in this contract, including acceptance of work by the City. The release of the
retainage does not relieve the Engineer of the responsibility of correcting any errors and/or omissions resulting from
his negligence.
The original Form 132, or an invoice that is acceptable to the State, and four (4) copies should be submitted
directly to the City to expedite processing. Upon receipt and approval of each statement, the City shall pay the
amount which is due and payable within thirty (30) days' time.
7. Subletting. The Engineer shall not sublet or transfer any portion of the work under this
contract unless specifically approved in writing by the City. Subcontractors shall comply with the provisions of this
contract. All subcontracts shall be approved in writing by the City prior to the subcontractor's commencement of
work.
8. Civil Rights Compliance. The Engineer shall comply with the regulations of the
Department of Transportation (49CFR21 and 23CFR 710.405) as they relate to nondiscrimination; also, Executive
Order 11246 titled Equal Employment Opportunity as amended by Executive Order 11375 and as supplemented in
Department of Labor Regulation (41CFR60). See attached "Contract Addendum (Nondiscrimination)."
9. Disadvantaged/Minority Business Entemrise Requirements. The Engineer agrees to comply with
the attached Special Provision, "Disadvantaged Business Enterprise in Federal -Aid Consulting Engineering
Contracts."
10. Tennination of Contract. The contract may be terminated by any of the following conditions:
(a) By mutual agreement and consent of both parties thereto.
(b) By the City by notice in writing to the Engineer as
consequence of failure by the Engineer to perform the services
herein set forth in a satisfactory manner and within the limits
provided, with proper allowances being made for
circumstances beyond the control of the Engineer.
(c)
(d)
By either party, upon the failure of the other party to fulfill its
obligations as set forth in the "Scope of Services."
By the City for reasons of its own and not subject to the
mutual consent of the Engineer upon not less than thirty (30)
days' written notice to the Engineer.
(e) By satisfactory completion of all services and obligations
described herein.
3
Should the City terminate this contract as herein provided, no fees other than fees due and payable at the
time of termination, shall thereafter be paid to the Engineer. In determining the value of the work performed by
the Engineer prior to termination, the City shall be the sole judge. Payment for work at termination will be based
on work completed at that time. Should the City terminate this contract under Section 10 (d), the amount charged
during the thirty-day notice period shall not exceed the amount charged during the preceding thirty days.
If the Engineer defaults in performance of this contract or the City terminates the contract for fault on the
part of the Engineer, the City will give consideration to the actual costs incurred by the Engineer in performing work
to date of default, the amount of work required which was satisfactorily complete to date of default, the value of
the work which is usable to the City, the cost to the City of employing another firm to complete the work, required
and the time required to do so, and other factors which affect the value to the City of the work performed at time
of default.
The termination of this contract and payment of an amount in settlement as prescribed above shall
extinguish all rights, duties, obligations and liabilities of the City and the Engineer under this contract. If the
termination of this contract is due to the failure of the Engineer to fulfill his contract obligations, the City may take
over the project and prosecute the work to completion by contract or otherwise. In such case, the Engineer shall
be liable to the City for any additional cost occasioned the City thereby.
11. Disputes. The City shall issue necessary interpretations and clarifications of the Contract
Documents, and in connection therewith prepare work directive changes and change orders as required. All
directions and decisions of the City shall be final.
This Contract is executed in and performable in Tarrant County, Texas, and venue of any legal action upon,
arising under or in any way connected with this Contract shall lie in the courts of Tarrant County, Texas.
12. Ownership of Documents. Upon completion or termination of this contract, all documents
prepared by the Engineer or furnished to the Engineer by the City shall be delivered to and become the property
of the City. All basic sketches, charts, calculations, plans, specifications and other data prepared under this contract
shall be made available, upon request, to the City without restriction or limitation on their further use. The Engineer
may, at his own expense, have copies made of the documents or any other data he has furnished the State under
this contract without restriction or limitation on their further use by him.
13. Compliance with Laws. The Engineer shall comply with all applicable Federal, State and local
laws, statutes, ordinances, rules and regulations, and the orders and decrees of any courts, or administrative bodies
or tribunals in any matter affecting the performance of this contract, including, without limitation, workmen's
compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and
regulations. When required, the Engineer shall furnish the City with satisfactory proof of his general compliance
therewith.
14. City Indemnified. The Engineer shall save harmless the City from all claims and liability
due to activities of himself, his agents, or employees, performed under this contract and which result from negligent
acts, errors, and omissions of the Engineer or of any person employed by the Engineer. The Engineer shall also
save harmless the City from any and all expenses, including attorney fees which might be incurred by the State in
litigation or otherwise resisting said claim or liabilities which might be imposed on the City as the result of such
activities by the Engineer, his agents, or employees.
4
15. Engineer's Warrant. The Engineer warrants that he has not employed or retained any company
or persons, other than a bona fide employee working solely for the Engineer, to solicit or secure this contract and
that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for
the Engineer, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or
resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have
the right to annul this contract without liability or, in its discretion, to deduct from the contract price or
compensation, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or
contingent fee.
16. Successors and Assigns. The City and the Engineer each binds himself, his successors, executors,
administrators and assigns to the other party to this agreement and to the successors, executors, administrators, and
assigns of such other party in respect to all covenants of this agreement. Neither the City nor the Engineer shall
assign, sublet, or transfer his interest in this agreement without written consent of the other.
17. Engineer's Seal. The Engineer shall place his Texas Professional Engineer's seal of endorsement
on all documents and engineering data prepared in the performance of this contract.
18. Inspection of Engineer's Books and Records. The City shall, for purpose of termination of
the contract prior to completion, examine the books and records of the Engineer for the purpose of checking the
amount of the work performed by the Engineer at the time of contract termination. The Engineer shall maintain
all books, documents, papers, accounting records and other evidence pertaining to cost incurred and shall make such
materials available at their office during the contract period and for three years from the date of final payment under
the contract, for inspection by the City, the Federal Highway Administration and the U.S. Department of
Transportation, Office of Inspector General. The Comptroller General of the United States, or any of his duly
authorized representatives, shall have access to any books, documents, papers and records of the Engineer which
are directly pertinent to this contract for the purpose of making audits, examinations, excerpts and transcriptions.
19. Warranties of Signatory. The undersigned signatory or signatories for the Engineer hereby
represent and warrant that the signatory is an officer of the organization for which he has executed this contract and
that he has full and complete authority to enter into this contract on behalf of his firm. The above - stated
representations and warranties are made for the purpose of inducing the City to enter into this contract.
20. Insurance. If the services to be provided by the Engineer, as shown in Attachment A, will
involve activities which are required by the City to be covered by insurance, such as work on the right of way, the
Engineer shall furnish the City a completed Certificate of Insurance provided and approved by the City prior to
beginning work under this contract.
21. Gratuities. City policy mandates that employees of the City shall not accept any benefits,
gifts or favors from any person doing business or who reasonably speaking may do business with the City under
this contract. The only exceptions allowed are ordinary business lunches and items that have received the advanced
written approval of the City Manager. Any person doing business with or who may reasonably speaking do business
with the City under this contract may not make any offer of benefits, gifts or favors to City employees, except as
mentioned hereinabove. Failure on the part of the Engineer to adhere to this policy may result in the termination
of this contract.
22. Debarment. Suspension and Disciplinary Action. The Engineer shall comply with the attached
Special Provision, "Debarment Certification (Negotiated Contracts)."
23. Texas Franchise Tax Ceitification. Pursuant to Article 2.45 of the Business Corporation
Act, Texas Civil Statutes, which prohibits the City from awarding a contract to a corporation that is delinquent in
paying taxes under Chapter 171, Tax Code, the Engineer hereby certifies that he is not delinquent in his Texas
franchise tax payments, or that he is exempt from, or not subject to, such a tax. A false statement concerning the
corporation's franchise tax status shall constitute grounds for cancellation of the contract at the sole option of the
City.
5
IN WITNESS WHEREOF, the parties to Contract for Engineering Services have signed or caused their
respective names to be signed to duplicate counterparts hereof on the 28th day of March
1995.
THE ENGINEER THE CITY OF EULESS, TEAS
BY:
Signature
Vice - President
Title
Teague Nall and Perkins. Inc.
Name of Firm
B
Tom Hart
Typed Name
Citv Manager
Title
March 28. 1995
Date
ATTEST:
City S etary
•
IN WITNESS WHEREOF, the parties to Contract for Engineering Services have signed or caused their
respective names to be signed to duplicate counterparts hereof on the 28th day of Mar ch
1995.
THE ENGINEER THE CITY OF EULESS, TE
BY: B
Signature
Vice - President
Tom Hart
Title Typed Name
Teague Nall and Perkins. Inc.
Name of Firm
6
City Manager
Title
March 28, 1995
Date
ATTEST:
IN WITNESS WHEREOF, the parties to Contract for Engineering ices have sig°,e,d or caused their
N
respective names to be signed to duplicate counterparts hereof on the c9 $ day of a rd-%
1995.
THE ENGINEER
BY:
gnature
Vice- President
Title
Teague Nall and Perkins. Inc.
Name of Firm
6
THE CITY OF EULESS, TEXAS
BY:
Typed Name
City Manager
Title
Date
ATTEST:
City Secretary
/`- CERTIFICATION OF CONSULTANT
I hereby certify that I am the Vice President and duly authorized representative of the firm of, Teague Nall and
Perkins, Inc., whose address is 220 W. Irving Blvd., Ste.2, Irving, Texas 75060,
and that neither I nor the above firm I here represent has:
(a) employed or retained for a commission, percentage, brokerage, contingent fee, or other
consideration, any firm or person (other than a bona fide employee working solely for me or the above consultant)
to solicit or secure this agreement;
(b) agreed, as an express or implied condition for obtaining this contract, to employ or retain the
services of any firm or person in connection with carrying out the agreement, or
(c) paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee
working solely for me or the above consultant) any fee, contribution, donation, or consideration of any kind for, or
in connection with, procuring or carrying out the agreement;
except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the City and the Federal Highway Administration, U.S.
Department of Transportation, in connection with this agreement involving participation of Federal -Aid highway
funds, and is subject to applicable State and Federal laws, both criminal and civil.
3 (2 4i (9 5/14.Q - a4--A w/1
(Date)
(Sign)
CERTIFICATION OF THE CITY OF EULESS
I hereby certify that I am the City Manager of the City, and that the above consulting firm or his representative has
not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying
out this agreement to:
(a)
employ or retain, or agree to employ or retain, any firm or person, or
(b) pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or
consideration of any kind;
except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished the Federal Highway Administration, U.S. Department of
Transportation, in connection with this agreement involving participation of Federal -Aid highway funds, and is
subject to applicable State and Federal laws, both criminal and civil.
March 28, 1995
8
CONTRACT ADDENDUM
l'` (NONDISCRIMINATION)
During the performance of this contract, Teague Nall and Perkins, Inc., for itself, its assignees and successors in
interest (hereinafter referred to as the "Engineer "), agrees as follows:
(1) Compliance with Regulations: The Engineer shall comply with the Regulations relative to
nondiscrimination in Federally - assisted programs of the U.S. Department of Transportation, Title 49, Code of Federal
Regulations, Part 21, and Title 23, Code of Federal Regulations, Part 710.405 (b), as they may be amended from
time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part
of this contract.
(2) Nondiscrimination: The Engineer, with regard to the work performed by him during the contract, shall
not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of subcontractors,
including procurements of materials and leases of equipment. The Engineer shall not participate either directly or
indirectly in the discrimination prohibited by Section 21.5 and Part 710.405 (b) of the Regulations, including
employment practices when the contract covers a program set forth in Appendix B of the Regulations.
(3) Solicitations for Subcontracts. Including Procurements of Materials and Equipment: In all solicitations
either by competitive bidding or negotiation made by the Engineer for work to be performed under a subcontract,
including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified
by the Engineer of the Engineer's obligations under this contract and the Regulations relative to nondiscrimination
on the grounds of race, color, sex, or national origin.
(4) Information and Reports: The Engineer shall provide all information and reports required by the
Regulations, or directives issued pursuant thereto, and shall permit access to his books, records, accounts, other
sources of information, and his facilities as may be determined by the City or the Federal Highway Administration
to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of the
Engineer is in the exclusive possession of another who fails or refuses to furnish this information, the Engineer shall
so certify to the City or the Federal Highway Administration, as appropriate, and shall set forth what efforts he has
made to obtain the information:
(5) Sanctions for Noncompliance: In the event of the Engineer's noncompliance with the nondiscrimination
provisions of this contract, the City shall impose such contract sanctions as it or the Federal Highway Administration
may determine to be appropriate, including, but not limited to:
(a)
(b)
withholding of payments to the Engineer under the contract until the Engineer
complies and/or
cancellation, termination, or suspension of the contract, in whole or in part
(6) Incorporation of Pmvisions: The Engineer shall include the provisions of paragraphs (1) through (6)
in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations
or directives issued pursuant thereto. The Engineer shall take such action with respect to any subcontract or
procurement as the City or the Federal Highway Administration may direct as a means of enforcing such provisions
including sanctions for noncompliance provided, however, that in the event an Engineer becomes involved in, or
is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Engineer may request
the City to enter into such litigation to protect the interests of the City; and, in addition, the Engineer may request
the United States to enter into such litigation to protect the interests of the United States.
SPECIAL PROVISION
DISADVANTAGED BUSINESS ENTERPRISE IN FEDERAL -AID
CONSULTING ENGINEERING CONTRACTS
PURPOSE The purpose of this Special Provision is to carry out the U. S. Department of Transportation's
policy of supporting the fullest possible participation of firms owned and controlled by socially and economically
disadvantaged individuals in U. S. Department of Transportation programs.
POLICY. It is the policy of the U. S. Department of Transportation that Disadvantaged Business Enterprises,
as defined 'in 49 CFR Part 23, Subpart D, shall have the maximum opportunity to participate in the performance of
contracts financed in whole or in part with Federal funds. Consequently, the Disadvantaged Business Enterprise
requirements of 49 CFR Part 23, Subpart D, apply to this contract as follows:
a. The Engineer agrees to ensure that Disadvantaged Business Enterprises (DBE),
as defined in 49 CFR Part 23, Subpart D, have the maximum opportunity to
participate in the performance of contracts and subcontracts financed in whole
or in part with Federal funds. In this regard, the Engineer shall take all
necessary and reasonable steps to meet the Disadvantaged Business Enterprise
goal for this contract.
b. The Engineer and any subconsultants shall not discriminate on the basis of race,
color, national origin or sex in the award and performance of contracts funded
in whole or in part with Federal funds.
c. These requirements shall be physically included in any subcontract.
d. Prior to issuance of a work order to the Engineer, the City will be furnished a
letter signed by an officer of the firm which specifies the name of the eligible
DBE' subconsultant(s) to be used on this project, the work to be performed by
the subconsultant(s), and the estimated amount of subcontract(s).
PERCENTAGE GOAL The percentage goal for Disadvantaged Business Enterprise participation in the work to
be performed under this contract is a minimum 15% of the contract amount.
Failure to carry out the requirements set forth above shall constitute a breach of contract and, after notification by
the City, may result in termination of the contract by the City or other such remedy as the City deems appropriate.
The City will certify the eligibility of the DBE.
10
SPECIAL PROVISION
DEBARMENT CERTIFICATION
(Negotiated Contracts)
By signing this contract, the Consultant, under penalty of perjury under the laws of the United States or the State
of Texas, certifies that, except as noted below, there has been no change in the Consultant's eligibility status from
that shown on the "Debarment Certification (Negotiated Contracts)" on file with the City and under which the
Consultant was authorized to submit a proposal for the work covered in this contract.
Exceptions will not necessarily result in withdrawal of award, but will be reviewed by the Department and, if
Federally- funded, by the Federal Highway Administration, and may result in rejection of the contract and/or
disqualification by the Department and/or debarment and suspension of the Consultant by the Federal Highway
Administration. For any exception noted, indicate below to whom it applies, initiating agency and dates of action.
Providing false information may result in criminal prosecution or administrative sanctions.
EXLEY'ilONS:
NONE
11
ATTACHMENT "A"
SCOPE OF SERVICES
WESTPARK WAY
1. Environmental Assessment
A. Data Collection and Evaluation
B. Archeological Study
C. Preparation of Environmental Assessment (EA)
D. Preparation for and Holding of Public Meeting
E. Revision and Submission of EA
2. Design/Field Surveys and R.O.W. /Easement Parcels
A. Right -of -Way /Easement Parcel Preparation
(1) research properties affected and obtain deeds.
(2) prepare right -of -way map including all instruments
for right -of -way and easement parcels.
(3) stake final right -of -way limits.
B. Utility Adjustments
(1) locate underground utilities vertically and
horizontally with excavation assistance from
affected utility companies and City of Euless (water
and sewer only).
C. Topographic Design Surveys
(1) establish horizontal and vertical control for project
including setting of project benchmarks.
(2) profile and cross - section existing street and related
side streets and drainageways.
(3) provide digital format AutoCAD files of all
topographic data (planimetrics and contours).
(4) provide control staking for contractor after bidding
of project.
3. Project Management and Coordination and Roadway/Drainage Design
A. Preliminary Design Engineering
(1) gather technical data.
(2) preliminary design of paving improvements.
(3) prepare paving plan- profile sheets.
(4) prepare drainage area map.
(5) preliminary design of drainage improvements.
(6) prepare drainage plan- profile sheets.
(7) prepare traffic signalization plans
(8) prepare street lighting plans
(9) prepare preliminary engineering report and cost
estimates.
(10) attend City staff work session and required citizen
meetings for plan review.
B. Final Design Engineering
(1) prepare construction details.
(2) prepare Storm Water Pollution Prevention Plan.
(3) prepare traffic control plan.
(4) prepare project specifications /contract documents.
(5) provide final design of roadway /drainage
construction plans.
(6) attend review work session regarding final
plans /spec's submittal.
(7) complete plan /spec revisions.
(8) prepare final design cost estimates.
C. Bidding
(1) submit plans /spec's /contract documents to TxDOT
for bidding.
TxDOT/b: \westatta
ATTACHMENT B
T H E-1,C 1 T Y 0 F
If SS
DESCRIPTION OF PROJECT TASKS
A. ENVIRONMENTAL ASSESSMENT
1. DATA GATHERING & SITE VISITS
2. PREPARE ENVIRONMENTAL ASSESSMENT
3. PUBLIC MEETING
4. SUBMIT ENVIRONMENTAL ASSESSMENT
5. FHA & TxDOT REVIEW
B. PRELIMINARY DESIGN PHASE
1. PRE - DESIGN CONFERENCE
2. TECHNICAL DATA GATHERING
3. PROVIDE DESIGN FIELD SURVEYS
4. ENGR. STUDY, LAYOUTS, ESTIMATES
& REPORT
5. CITY & TxDOT REVIEW
C. FINAL DESIGN PHASE
1. PREPARE FINAL DESIGN
2. DEED RESEARCH FOR ROW /EASEMENTS
3. PREPARE ROW /EASEMENT DOCUMENTS
4. FINAL CITY /TxDOT REVIEW
5. PREPARE FINAL PLANS & CONTRACT
DOCUMENTS
ENVIRONMENTAL ASSESSMENT
WORK SCHEDULE FOR
PRELIMINARY AND FINAL DESIGN ENGINEERING SERVICES
FOR
WESTPARK WAY PAVING & DRAINAGE IMPROVEMENT PROJECT
• (s.H. 10 TO PARKVIEW DRIVE)
TOTAL PROJECT TIME
220 CALENDAR DAYS
Emily
/ / /// // / / /// //
\ \ \ \ \ \ \ \ \\
l,\\\\\\ \\\\\\\\\\`
0
3
ENGR. DESIGN SERVICES (PREL. & DESIGN PHASES)
6
9 12 15 18 21
WEEKS FROM NOTICE TO PROCEED
24
27
30
LW rc TEAG UE L T NALL AND PERKINS
C O N S U I N G E N G I N E E R S
33
ATTACHMENT "C"
COMPENSATION
WESTPARK WAY
1. Environmental Assessment
Personnel
Principal
Environmental Planner
Project Engineer
Draftsman
Clerical
Estimated
Hours
20
80
60
60
20
Subtotal
Archeological Study
Subtotal Compensation
2. Design /Field Surveys and R.O.W. /Easement Parcels
Estimated
Personnel Hours
R.P.L.S
Technician
3 -Man Crew
Clerical
19
289
308
70
Billing Billing
Rate ($/HR ) Amount
$100 $ 2,000
$ 50 4,000
$ 45 2,700
$ 35 2,100
$ 30 600
$11,400
_ $ 2.000
_ $13,400
Billing
Rate ($ /HR)
$65
$45
$85
$20
Subtotal Compensation
Billing
Amount
$ 1,235
13,005
26,180
1.400
$41,820
C. Bidding
(1) submit plans /spec's /contract documents to TxDOT
for bidding.
Estimated Billing Billing
Personnel Hours Rate ($ /HR) Amount
Principal 168 $100 $ 16,800
Project Manager 792 $ 75 59,400
Project Engineers 610 $ 62 37,820
Technicians 636 $ 46 29,256
Clerical 80 $ 35 2,800
Printing /Repro. /Courier 1.200
Subtotal Fee Proposed = $147,276
The total fee proposal for all phases of the work effort required to prepare the plans,
specifications, contract documents, environmental assessment, field surveys, and right -of-
way /easement parcels is summarized as follows:
Environmental Assessment = $ 13,400
Field Surveys & R.O.W. /Esm't. Parcels* = $ 41,820
Design of Roadway /Drainage = $147.276
Total Fee Proposed = $202,496
*To be performed by DBE -
Gorrondona & Associates, Inc. (20.65%)
TxDOT/b:\westattc