HomeMy WebLinkAbout1997-296ORDINANCE NO "/ / —
AN ORDINANCE AUTHORIZING THE CITY MANAGER TO ENTER INTO A PROFES-
SIONAL� SERVICES CONTRACT WITH HALFF ASSOCIATES, INC TO PROVIDE PRO-
FESSIONAL ENGINEERING SERVICES FOR THE DENTON RAIL -TRAIL PROJECT,
AUTHORIZING THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EF-
FECTIVE DATE
THE COUNCIL OF THE CITY OF DENTON, TEXAS HEREBY ORDAINS
SECTION I That the City Manager is hereby authorized to enter into a professional
services contract with Halff Associates, Inc to provide professional engineering services for the
Denton Rail -Trail project, a copy of which is attached hereto and incorporated by reference
herein
SECTION II That the City Manager is authorized to expend funds as required by the
attached contract
SECTION III That this ordinance shall become effective immediately upon its passage
and approval
PASSED AND APPROVED this the _Lday of & f t9her , 1997
geOn 114 4 q go .
ATTEST
JENNIFER WALTERS, CITY SECRETARY
114
TO LEGAL FORM
E WOMORMALFF ASSOC ORD
DATE OCTOBER 7, 1997
TO Mayor and Members of the City Council
FROM Kathy DuBose, Assistant City Manager of Finance
SUBJECT RFSP # 2016-ARCHITECTURAL / ENGINEERING SERVICES - DENTON
BRANCH RAIL -TRAIL
RECOMMENDATION: We recommend this professional services contract for the Architectural/Engineering
Services for design and construction review of the Denton Rail to Trail be awarded to Halff Associates, Inc ,
in the not to exceed amount of $55,294 00
SUMMARY. This contract for professional services includes the architectural/engineenng design of the
Denton Rail -Trail Proaect The project consists of converting approximately 8 miles of abandoned railroad
track into a 10' wide hike/bike trail The trail runs from Hickory Street in Denton to Burl Road in Corinth and
was purchased in June of 1993 Included in the scope of services are the decking of seven railroad trestles,
one new bridge, trail signage and other amenities The trail will be constructed of crushed limestone and
granite All design and construction must be done in accordance with Texas Department of Transportation
(TXDOT) standards Halff Associates, Inc will prepare environmental assessments, perform all field work
and alignment of the facility, provide professional services for preparation of specifications and bid
documents, coordinate utility relocations, file formal progress reports with the City of Denton, review
construction activities and all other services or activities required of the architect/engineer for successful
completion of the project
PROS DEPARTMENTS OR GROUPS AFFECTED: Parks and Recreation Department, Rail -
Trail project and TXDOT
FISCAL. IMPACT. Funds for this project are part of an Intermodal Surface Transportation Efficiency
(ISTEA) grant from the Federal Government and Administered by the Texas Department of Transportation
The City of Denton was awarded this 80% Federal / 20% Local grant in April 1994
Approximately $87,000 00 was set aside as the City of Denton share for professional services and construction
cost Total grant was $435,000 00
Attachment List of Firms Responding
Respectfully submitted
uJo
Kai e
Assistant Ci Manager of Finance
Approved
Name Tom D Shaw, C P
Title Purchasing Agent
Z M.TC0140.1
FIRMS RESPONDING TO RFSP # 2016
Halff Associates
Dallas, Texas
Armstrong Berger, Inc
Dallas, Texas
Post, Buckley, Schuh and Jernigan, Inc
Dallas, Texas
3
PROFESSIONAL SERVICES AGREEMENT
FOR DENTON RAIL -TRAIL PROJECT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT is made and entered into as of the 7 day of
OCTOBaR , 1997, by and between the City of Denton, a Texas
Municipal Corporation, with its principal office at 215 E McKinney
Street, Denton, Denton County, Texas 76201, hereinafter called
"OWNER" and Halff Associates, Inc , with its corporate office at
8618 Northwest Plaza Drive, Dallas, Texas 75225, hereinafter called
the "CONSULTANT", acting herein, by and through their duly
authorized representatives
WITNESSETH, that in consideration of the covenants and
agreements herein contained, the parties hereto do mutually agree
as follows
ARTICLE I
EMPLOYMENT OF CONSULTANT
The OWNER hereby contracts with CONSULTANT, as an independent
contractor, and the CONSULTANT hereby agrees to perform the
services herein in connection with the Project as stated in the
sections to follow, with diligence and in accordance with the
professional standards customarily obtained for such services in
the State of Texas The professional services set out herein are
in connection with the following described project
The eight (8) mile long Denton Rail -Trail Project from Hickory
Street in Denton to Burl Road in Corinth
ARTICLE II
SCOPE OF SERVICES
The CONSULTANT shall perform the following services in a
professional manner
A The CONSULTANT shall perform all those services as necessary
and as described in the OWNER's Request for Proposal Denton
Branch Rail Trail RFSP 2016 request, which is attached hereto
and made a part hereof as Exhibit "A" as if written word for
word herein
B To perform all those services set forth in CONSULTANT's
Proposal and Scope of Work dated July 17, 1997, which proposal
is attached hereto and made a part hereof as Exhibit "B,"
including Exhibit "B-1," as if written word for word herein
C CONSULTANT shall perform all those services set forth in
individual task orders which shall be attached to this Agree-
ment and made a part hereof for all purposes as separate
agreements
D If there is any conflict between the terms of this Agreement
and the exhibits attached to this Agreement, the terms and
conditions of this Agreement will control over the terms and
conditions of the attached exhibits or task orders
ARTICLE III
ADDITIONAL SERVICES
Additional services to be performed by the CONSULTANT, if
authorized by the OWNER, through its City Council and after being
negotiated by the respective parties, which are not included in the
above -described Basic Services, are described as follows
A During the course of the Project, as requested by OWNER, the
CONSULTANT will be available to accompany OWNER's personnel
when meeting with the Texas Natural Resource Conservation
Commission, U S Environmental Protection Agency, or other
regulatory agencies The CONSULTANT will assist OWNER's
personnel on an as -needed basis in preparing compliance
schedules, progress reports, and providing general technical
support for the OWNER's compliance efforts
B Assisting OWNER or Contractor in the defense or prosecution of
litigation in connection with or in addition to those services
contemplated by this Agreement Such services, if any, shall
be furnished by CONSULTANT on a fee basis negotiated by the re-
spective parties outside of and in addition to this Agreement
C Sampling, testing, or analysis beyond that specifically
included in Basic Services
D Preparing copies of Computer Aided Drafting (CAD) electronic
data bases, drawings, or files for the OWNER's use in a future
CAD system
E Preparing applications and supporting documents for government
grants, loans, or planning advances and providing data for
detailed applications
F Appearing before regulatory agencies or courts as an expert
witness in any litigation with third parties or condemnation
proceedings arising from the development or construction of the
Project, including the preparation of engineering data and
reports for assistance to the OWNER
G Providing geotechnical investigations for the site, including
soil borings, related analyses, and recommendations
PAGE 2
ARTICLE IV
PERIOD OF SERVICE
This Agreement shall become effective upon execution of this
Agreement by the OWNER and the CONSULTANT and upon issue of a
notice to proceed by the OWNER, and shall remain in force for the
period which may reasonably be required for the completion of the
Pro)ect, including Additional Services, if any, and any required
extensions approved by the OWNER This Agreement may be sooner
terminated in accordance with the provisions hereof Time is of
the essence in this Agreement The CONSULTANT shall make all
reasonable efforts to complete the services set forth herein as
expeditiously as possible and to meet the schedule established by
the OWNER, acting through its City Manager or his designee
ARTICLE V
COMPENSATION
A COMPENSATION TERMS
1 "Subcontract Expense" is defined as expenses incurred by
the CONSULTANT in employment of others in outside firms for
services in the nature of Trail planning and design
2 "Direct Non -Labor Expense" is defined as that expense
incurred by the CONSULTANT for supplies, transportation and
equipment, travel, communications, subsistence, and lodging
away from home, and similar incidental expenses incurred in
connection with a particular work order or task
B BILLING AND PAYMENT
For and in consideration of the professional services to be
performed by the CONSULTANT herein, the OWNER agrees to pay,
based on the cost estimate detail at an hourly rate shown in
Exhibit "C" which is attached hereto and made a part of this
Agreement as if written word for word herein, a total fee,
including reimbursement for direct non -labor expenses not to
exceed $55,294
Partial payments to the CONSULTANT will be made on the basis of
detailed monthly statements rendered to and approved by the
OWNER through its City Manager or his designee, however, under
no circumstances shall any monthly statement for services
exceed the value of the work performed at the time a statement
is rendered The OWNER may withhold the final 5% of the
Agreement amount until completion of the Pro3ect
Nothing contained in this Article shall require the OWNER to
pay for any work which is unsatisfactory, as reasonably deter-
mined by the City Manager or his designee, or which is not
submitted in compliance with the terms of this Agreement The
OWNER shall not be required to make any payments to the CONSUL-
TANT when the CONSULTANT is in default under this Agreement
PAGE 3
It is specifically understood and agreed that the CONSULTANT
shall not be authorized to undertake any work pursuant to this
Agreement which would require additional payments by the OWNER
for any charge, expense, or reimbursement above the maximum not
to exceed fee as stated, without first having obtained written
authorization from the OWNER The CONSULTANT shall not proceed
to perform the services listed in Article III "Additional
Services," without obtaining prior written authorization from
the OWNER
C ADDITIONAL SERVICES
For additional services authorized in writing by the OWNER in
Article III, the CONSULTANT shall be paid based on the Schedule
of Charges at an hourly rate shown in Exhibit "C" Payments
for additional services shall be due and payable upon submis-
sion by the CONSULTANT, and shall be in accordance with Subsec-
tion B hereof Statements shall not be submitted more fre-
quently than monthly
D PAYMENT
If the OWNER fails to make payments due the CONSULTANT for
services and expenses within sixty (60) days after receipt of
the CONSULTANT's undisputed statement thereof, the amounts due
the CONSULTANT will be increased by the rate of one percent
(l%-) per month from the said sixtieth (60th) day, and, in
addition, the CONSULTANT may, after giving seven (7) days'
written notice to the OWNER, suspend services under this
Agreement until the CONSULTANT has been paid in full all
amounts due for services, expenses, and charges, provided,
however, nothing herein shall require the OWNER to pay the late
charge of one percent (1%) set forth herein if the OWNER
reasonably determines that the work is unsatisfactory, in
accordance with this Article V "Compensation "
ARTICLE VI
OBSERVATION AND REVIEW OF THE WORK
The CONSULTANT will exercise reasonable care and due diligence
in discovering and promptly reporting to the OWNER any defects or
deficiencies in the work of the CONSULTANT or any subcontractors or
subconsultants
ARTICLE VII
OWNERSHIP OF DOCUMENTS
All documents prepared or furnished by the CONSULTANT (and
CONSULTANT's subcontractors or subconsultants) pursuant to this
Agreement are instruments of service, and shall become the property
of the OWNER upon the termination of this Agreement The CONSUL-
TANT is entitled to retain copies of all such documents The
documents prepared and furnished by the CONSULTANT are intended
only to be applicable to this Project, and OWNER's use of these
documents for other projects shall be at OWNER's sole risk and
PAGE 4
expense in the event the OWNER uses any of the information or
materials developed pursuant to this Agreement for another project
or for other purposes than specified herein, CONSULTANT is released
from any and all liability relating to their use in that project
ARTICLE VIII
INDEPENDENT CONTRACTOR
CONSULTANT shall provide services to OWNER as an independent
contractor, not as an employee of the OWNER CONSULTANT shall not
have or claim any right arising from employee status
ARTICLE IX
INDEMNITY AGREE
The CONSULTANT shall indemnify and save and hold harmless the
OWNER and its officers, agents, and employees from and against any
and all liability, claims, demands, damages, losses, and expenses,
including, but not limited to court costs and reasonable attorney
fees incurred by the OWNER, and including, without limitation,
damages for bodily and personal injury, death and property damage,
resulting from the negligent acts or omissions of the CONSULTANT or
its officers, shareholders, agents, or employees in the execution,
operation, or performance of this Agreement
Nothing in this Agreement shall be construed to create a
liability to any person who is not a party to this Agreement, and
nothing herein shall waive any of the parties' defenses, both at
law or equity, to any claim, cause of action, or litigation filed
by anyone not a party to this Agreement, including the defense of
governmental immunity, which defenses are hereby expressly
reserved
ARTICLE X
INSURANCE
During the performance of the services under this Agreement,
CONSULTANT shall maintain the following insurance with an insurance
company licensed to do business in the State of Texas by the State
Insurance Commission or any successor agency that has a rating with
Best Rate Carriers of at least an A- or above
A Comprehensive General Liability Insurance with bodily injury
limits of not less than $500,000 for each occurrence and not
less than $500,000 in the aggregate, and with property damage
limits of not less than $100,000 for each occurrence and not
less than $100,000 in the aggregate
B Automobile Liability Insurance with bodily injury limits of not
less than $500,000 for each person and not less than $500,000
for each accident, and with property damage limits for not less
than $100,000 for each accident
C Worker's Compensation Insurance in accordance with statutory
requirements, and Employers' Liability Insurance with limits of
PAGE 5
not less than $100,000 for each accident
D Professional Liability Insurance with limits of not less than
$1,000,000 annual aggregate
E The CONSULTANT shall furnish insurance certificates or insur-
ance policies at the OWNER's request to evidence such
coverages The insurance policies shall name the OWNER as an
additional insured on all such policies, and shall contain a
provision that such insurance shall not be canceled or modified
without 30 days prior written notice to OWNER and CONSULTANT
In such event, the CONSULTANT shall, prior to the effective
date of the change or cancellation, serve substitute policies
furnishing the same coverage
ARTICLE XI
ARBITRATION AND ALTERNATE DISPUTE RESOLUTION
The parties may agree to settle any disputes under this
Agreement by submitting the dispute to arbitration or other means
of alternate dispute resolution, such as mediation No arbitration
or alternate dispute resolution arising out of or relating to this
Agreement, involving one party's disagreement, may include the
other party to the disagreement without the other's approval
ARTICLE XII
TERMINATION OF AGREEMENT
A Notwithstanding any other provision of this Agreement, either
party may terminate by giving thirty (30) days advance written
notice to the other party
B This Agreement may be terminated in whole or in part in the
event of either party substantially failing to fulfill its
obligations under this Agreement No such termination will be
affected unless the other party is given (1) written notice
(delivered by certified mail, return receipt requested) of
intent to terminate and setting forth the reasons specifying
the nonperformance, and not less than 30 calendar days to cure
the failure, and (2) an opportunity for consultation with the
terminating party prior to termination
C If the Agreement is terminated prior to completion of the ser-
vices to be provided hereunder, CONSULTANT shall immediately
cease all services and shall render a final invoice for
services to the OWNER within 30 days after the date of termina-
tion The OWNER shall pay CONSULTANT for all services properly
rendered and satisfactorily performed and for reimbursable
expenses incurred prior to the date of termination, in ac-
cordance with Article V "Compensation" Should the OWNER sub-
sequently contract with a new consultant for the continuation
of services on the Pro3ect, CONSULTANT shall cooperate in
providing information The CONSULTANT shall turn over all
documents prepared or furnished by CONSULTANT pursuant to this
Agreement to the OWNER on or before the date of termination,
PAGE 6
but may maintain copies of such documents for its use
ARTICLE XIII
RESPONSIBILITY FOR CLAIMS AND LIABILITIES
Approval by the OWNER shall not constitute, nor be deemed a
release of the responsibility and liability of the CONSULTANT, its
employees, associates, agents, subcontractors, and subconsultants
for the accuracy and competency of their designs or other work, nor
shall such approval be deemed to be an assumption of such responsi-
bility by the OWNER for any defect in the design or other work
prepared by the CONSULTANT, its employees, subcontractors, agents,
and consultants
ARTICLE XIV
NOTICES
All notices, communications, and reports required or permitted
under this Agreement shall be personally delivered or mailed to the
respective parties by depositing same in the United States mail at
the address shown below, certified mail, return receipt requested,
UPS, or Federal Express, unless otherwise specified herein Mailed
notices shall be deemed communicated as of three days mailing
To CONSULTANT
To OWNER
Halff Associates City of Denton
ATTN Jim Carillo, AICP, ASLA ATTN Ed Hodney, Director of
8616 Northwest Plaza Drive Parks & Recreation
Dallas, Texas 75225 215 E McKinney
Denton, Texas 76201
All notices shall be deemed effective upon receipt by the
sending party of documentation indicating delivery to receiving
party, including, without limitation, by certified mail, return
receipt requested
ARTICLE XV
ENTIRE AGREEM'
This Agreement, consisting of 11 pages and 2 exhibits,
constitutes the complete and final expression of the Agreement of
the parties, and is intended as a complete and exclusive statement
of the terms of their agreements, and supersedes all prior con-
temporaneous offers, promises, representations, negotiations,
discussions, communications, and agreements which may have been
made in connection with the subject matter hereof
ARTICLE XVI
SEVERABILITY
If any provision(s) of this Agreement is found or deemed by a
court of competent jurisdiction to be invalid or unenforceable, it
shall be considered severable from the remainder of this Agreement
and shall not cause the remainder to be invalid or unenforceable
PAGE 7
In such event, the parties shall work together to reform this
Agreement by replacing such stricken provision(s) with a valid and
enforceable provision which comes as close as possible to express-
ing the intention of the stricken provision Determination of the
original intent of the stricken provision shall be a function of
the intent believed by both parties If the parties cannot resolve
the question of the original intent the Agreement shall be enforced
without applying such stricken provision If such stricken
provision(s) cannot be deleted without resulting in undue burden to
one or more party to the Agreement, then a third party arbiter,
selection of whom is mutually agreed by both parties to the
Agreement, shall provide a final and enforceable provision(s) that
will be incorporated in this Agreement If the parties cannot
agree on a third party arbiter, both parties will name one arbiter,
and the named arbiters will select a third arbiter, which panel of
arbiters will make the final decision required herein
ARTICLE XVII
LIANCE WITH LAWS
The CONSULTANT shall comply with all federal, state, and local
laws, rules, regulations, and ordinances applicable to the services
covered hereunder as they read at the time the services are
performed
ARTICLE XVIII
DISCRIMINATION PROH
In performing the services required hereunder, the CONSULTANT
shall not discriminate against any person on the basis of race,
color, religion, sex, national origin or ancestry, age, or physical
handicap
ARTICLE XIX
PERSONNEL
A The CONSULTANT represents that it has or will secure, at its
own expense, all personnel required to perform all the services
required under this Agreement Such personnel shall not be
employees or officers of, or have any contractual relations
with the OWNER CONSULTANT shall inform the OWNER of any
conflict of interest or potential conflict of interest that may
arise during the term of this Agreement
B All services required hereunder will be performed by the
CONSULTANT or under its supervision All personnel engaged in
work shall be qualified, and shall be authorized and permitted
under state and local laws to perform such services
ARTICLE XX
ASSIGNABILITY
The CONSULTANT shall not assign any interest in this Agreement,
and shall not transfer any interest in this Agreement (whether by
assignment, novation, or otherwise) without the prior written
PAGE 8
consent of the OWNER
ARTICLE XXI
MODIFICATION
No waiver or modification of this Agreement or of any covenant,
condition, or limitation herein contained shall be valid unless in
writing and duly executed by the party to be charged therewith, and
no evidence of any waiver or modification shall be offered or
received in evidence in any proceeding arising between the parties
hereto out of or affecting this Agreement, or the rights or
obligations of the parties hereunder, and unless such waiver or
modification is in writing and duly executed, and the parties
further agree that the provisions of this section will not be
waived unless as herein set forth
ARTICLE XXII
MISCELLANEOUS
A The following exhibits are attached to and made a part of this
Agreement (list exhibits)
B CONSULTANT agrees that OWNER shall, until the expiration of
three (3) years after the final payment under this Agreement,
have access to and the right to examine any directly pertinent
books, documents, papers, and records of the CONSULTANT involv-
ing transactions relating to this Agreement CONSULTANT agrees
that OWNER shall have access during normal working hours to all
necessary CONSULTANT facilities and shall be provided adequate
and appropriate working space in order to conduct audits in
compliance with this section OWNER shall give CONSULTANT
reasonable advance notice of intended audits
C Venue of any suit or cause of action under this Agreement shall
lie exclusively in Denton County, Texas This Agreement shall
be construed in accordance with the laws of the State of Texas
D For the purpose of this Agreement, the key persons who will
perform most of this work hereunder shall be Jim Carrillo, who
shall be CONSULTANT's Project Manager who shall not be changed
without prior OWNER approval However, nothing herein shall
limit CONSULTANT from using any other qualified and competent
members of its firm to perform the services required herein
E CONSULTANT shall commence, carry on, and complete any and all
projects with all applicable dispatch, in a sound, economical,
efficient manner and in accordance with the provisions hereof
CONSULTANT shall use its best efforts to insure that the work
involved is properly coordinated with related work being
carried on by OWNER
F The OWNER shall assist the CONSULTANT by placing at the
CONSULTANT's disposal all available information pertinent to
the Project, including previous reports, any other data
relative to the Project, and arranging for the access thereto,
PAGE 9
and make all provisions for the CONSULTANT to enter in or upon
public and private property as required for the CONSULTANT to
perform services under this Agreement
G The captions of this Agreement are for informational purposes
only, and shall not in any way affect the substantive terms or
conditions of this Agreement
IN WITNESS HEREOF, the City of Denton, Texas has caused this
Agreement to be executed by its duly authorized City Manager, and
CONSULTANT has executed this Agreement through iss duly authorized
undersigned officer on this the �a1` day of
19_
CITY OF DENTON, TEXAS
ATTEST
JENNIFER WALTERS, CITY SECRETARY
HERBERT L
TO LEGAL FORM
PROUTY, CITY ATTORNEY
By
PAGE 10
TED BENAVIDES, CITY MANAGER
CONSULTANT
By �c�7 Y 21L
Name L K H N Z
Title e) errs�h�a opr1rer
Exhibit A
REQUEST FOR PROPOSALS
• '7
CITY OF DENTON
DEPARTMENT OF PARKS AND RECREATION
Description of Proposed Facility:
Denton Branch Rail Trail and Historical Depot renovation The City of Denton acquired eight
miles of railroad right-of-way and an 1880s railroad freight station for the purposes of creating
an alternate transportation mode for bicyclists and pedestrians The right-of-way extends from
near downtown Denton at Hickory Street and Railroad Avenue southeast to a point north of
Swisher Road in the City of Corinth. This right-of-way parallels I-35E
The project is in two parts:
(1) Depot Renovation of the 1880 freight depot at its new location on an undetermined
location at the head of the trail The renovation will include exterior items as roof, windows,
doors, plumbing and electric
(2) Trail Design and construct a 10 (ten) foot hike/bike trail on an eight -mile abandoned
railroad right-of-way This will include decking seven railroad trestles with planking and safety
railing, one new bridge, trail signage and other user amenities The trail will be constructed
from crusted limestone and granite
The total project budget for construction is $348,000 00 for both parts All design and
construction is to be done in accordance with Texas Department of Transportation's (TXDOT)
latest Standard Spec(ftcation for Construction of Highways, Streets and Bridges and American
Association of State Highway and Transportation Official's (AASHTO) Guide for Development
of Bicycle Facilities
REQUEST FOR PROPOSALS
DENTON BRANCH RAILS TO TRAILS PROJECT
Generalized Summary of Services to be Provided by the Consultant
The intent of this request is to enter into a professional services contract with a Registered
Professional Engineer in the State of Texas with a qualified staff for the environmental
assessment, complete design, plan development, specification assemblage, construction cost
estimate and easement/right-of-way map and legal description preparation for the Denton Branch
Rail Trail Project
The consultant must have a demonstrated high level of expertise in the analysis, design and plan
preparation for trail (pedestrian, non-motonzed) systems
Solicitation of input from various utility companies and a clear understanding of physical
conditions is required Design work should be coordinated with various entities to insure
proposed facilities can be implemented within the construction budget
The prime consultant will be required to perform a minimum of thirty (30%) percent of the work
necessary for this project
Consultants selected for interviews must provide a list and description of other projects that the
project manager is assigned, in addition to projects proposed The project manager may not be
changed without prior City approval
The consultant will be required to closely adhere to the preliminary work schedule for the
respective project as shown on page 7
Services to be Provided by the City
The City of Denton Parks and Recreation Department will provide upon request to the
consultant
1 Available park maps which illustrate various improvements within their boundaries
2 Assistance in retrieving as built drawings of various City infrastructure items, i e ,
sanitary sewer lines, existing bridges and street facilities
3 Benchmark elevations and descriptions for vertical control
4 Available horizontal control points
5 Data and/or reports that the City of Denton Parks and Recreation Department has on file
concerning these projects
Page 1 of 12
6 Aerial photographs (contact prints) as available through the Denton Appraisal District
The City of Denton Parks and Recreation Department or appropriate City departments will
provide
1 Coordination of project approval with all reviewing agencies, TXDOT and the Federal
Highways Administration (FHWA)
2 Conduct all public meetings and hearings with assistance from consultant and be the
primary contact for all inquiries concerning the project
3 Negotiate with all private landowners for any easements or right-of-ways
4 Assist the consultant, as necessary, in order to obtain the required data and information
from other local, regional, State and Federal agencies
5 Provide the consultant with timely review and decisions necessary in order to permit
Services To Be Provided By the Consultant
The consultant will be responsible for providing the following work tasks or services
1 Prepare an environmental assessment in accordance with TXDOT and FHWA
requirements Cultural Resources investigation will be performed by TXDOT
representative
2 Perform all necessary field work, analysis and design to establish alignment of proposed
facility.
3 Prepare public meeting and hearing displays and assist in the technical presentation of
these displays
4 Document the public hearing by
a Audio recording
b Transcribed verbatim record of proceedings
5 Prepare necessary written responses to questions received at the public hearing and
prepare the public hearing summary and analysis
6 Provide professional services required for the design and preparation of plans,
specifications and estimates (PS&E) The exact limits of the PS&E will be determined
during the design phase and will include appropriate transitions where required to connect
existing facilities, i e , streets, walkways, bridges
Page 2 of 12
7 The consultant shall collect, review and evaluate all of the available existing data
pertaining to the project and prepare the PS&E in accordance with the requirements and
policies of the TXDOT
The consultant shall design to avoid conflicts with or minimize major relocation of
utilities
9 Provide design field surveys for this project as necessary
10 Determine the need for easements and/or right-of-ways and furnish this information to
the City. After approval by the City, the consultant shall then prepare easement or right-
of-way maps and appropriate instruments of conveyance These instruments shall be
signed, sealed, and dated by a Texas Registered Public Surveyor
11 The consultant will be required to meet with the designated City representative on a
regularly scheduled basis to report on progress A typewritten progress report will be
required, together with evidence of the work accomplished during the period since the
previous report A bar chart indicating the percentage of completion of each task will
also be required Formal progress reports with bar charts will be required on a monthly
basis
12 Prepare a detailed contract time estimate work sheet to determine the approximate time
(working days), based on the TXDOT standard definition of a working day, requited for
construction of the contract for which the consultant is providing complete engineering
services
13 The engineering services for design and preparation of plans and specifications will
include determination of full and detailed provisions for scheduling of construction work
and detailed traffic control plan, if necessary during the construction period A narrative
sequencing shall be included with the traffic control plan and in the Special Provisions
for the project
14 The consultant will provide all services necessary for the work except the before
mentioned services specifically identified under "Services to be Provided by the City "
Contract Constraints and Conditions
The project will be developed in the metric units
This contract shall attempt to use historically under-utilized businesses All businesses must be
certified by the TXDOT at the time of proposal submittal
The construction plans to be prepared by the consultant for these projects will contain all of the
required plans and details pertaining to grading, paving, layouts, drainage, storm sewer, storm
Page 3 of 12
water pollution plan, signing, pavement marking, storm water pollution prevention plan (SW3P),
and all details necessary for construction
PS&E for the above work shall be prepared in accordance with the applicable requirements of
TXDOT specifications, standards, and manuals and Association of State Highway and
Transportation Official's (AASHTO) Guide for Development of Bicycle Facilities Whenever
possible, the TXDOT's standard drawings, standard specifications, or previously approved
special provisions and/or special specifications will be used If a special provision and/or special
specification must be developed for this project, the provider shall develop it in the TXDOT
format and, to the extent possible, incorporate references to approved TXDOT test procedures
Any design exceptions to TXDOT standards should be requested in writing by the consultant
The engineering work on these projects will be performed and may be inspected by the City in
the offices of the Engineer, except for the field work which shall be performed on -site
Prior to negotiation of the professional services contract the selected consultant will be required
to provide a "Prenegotiation Audit " The consultant shall submit this prenegotiation audit to
provide the necessary data to assure that the consultant has an acceptable accounting system,
adequate and proper justification of the various rates charged to perform work and is aware of
the TXDOT's cost eligibility and documentation requirements The consultant will be given the
option of submitting a recent independently performed audit
PROPOSED FORMAT
Proposal Requirements
The proposal shall be limited in length as noted below Information presented in the proposal
will be used to evaluate the professional services consultant and determine the consultants which
will be asked to interview Additional pages over the maximum total shown will not be
considered in the evaluation and may be cause to reject the proposal
The following outlines information which should be transmitted in the proposal and
recommended number of pages
Introductory Letter (4 Pages)
Letter should clearly state which project or projects the consultant is submitting a proposal
This section of the proposal should include professional qualifications, office location,
number of years in business and team composition
Project Manager/Project Team (4 Pages)
This section should highlight the experience of the project manager, project team, and ability
to commitment of resources
Project Scope (3 Pages Per Project)
The proposal should 1) demonstrate an understanding of the scope of services, 2) address
proposed approach to complete the scope, 3) address appropriate Federal/State/Local
Page 4 of 12
regulations and policies, and 4) identify information to be gathered or obtained Any work
on similar type projects should be listed to validate this understanding
Familiarity with Applicable Rules and Regulations (3 Pages)
The proposal should indicate, through past experience of the consultant or team, that they
possess sufficient knowledge of governmental regulations, appropriate codes, and
professional standards
Ability to Meet Schedules (1 Page)
The consultant must demonstrate that sufficient and knowledgeable staff are available to
successfully meet the schedules proposed by the City of Denton
DBE Status (1 Page)
The proposal must demonstrate the consultant's plan to utilize DBE services for this federally
funded project A DBE firm must be certified by TXDOT (for Federal Highway
Administration)
Maximum total pages 16
Number of pages per section may vary depending on the nature of the project, but must total
no more than the before mentioned limits, excluding appendices The following appendix
items are allowable within the maximum pages as noted
• Project Team Resumes (2 Pages/Person)
• References (3 Pages)
• Debarment Certification (I Page/Consultant or Sub -Consultant)
• Listing of similar projects performed in the last five (5) years Include date,
project names, locations, project manager, disciplines of work, construction budget,
and consultant fee (No limit on pages)
• Company Brochure (Optional)
NOTE: A page is considered to be letter size printed on one side, single-spaced with
characters no smaller than 12 point. All proposals submitted must contain rive (5) copies.
PROPOSAL/INTERVIEW EVALUATION PROCESS
Each proposal will be scored by a pre -interview selection committee comprised of
representatives from the City's Parks and Recreation Department, Department of Transportation
and Engineering and Purchasing Department The top four (4) scorers will be notified of
qualification for the interview process
Page 5 of 12
Proposal Evaluation Criteria
The pre -interview selection committee will score each of the proposals based on the following
scale
SCORE QUALIFICATION LEVEL
0 Does not meet qualifications
1 Meets minimum qualifications
3 Meets preferred qualifications
5 Exceeds preferred qualifications
It is necessary that the consultant know the minimum and preferred criteria used to evaluate their
proposal, so they may determine if they possess the qualifications/expenence necessary for the
proposed project
• Professional Qualifications of Team
The firm should provide information on their business, applicable certifications or
recognition, and other pertinent information that demonstrates their qualifications to
perform the contract Also provide education, training, certification, awards, etc , for
individual employees including employees of sub -consultants Within the last five (5)
years, the consultant and any proposed sub -consultant should have experience in
performing similar contracts for the City of Denton, TXDOT or other clients
Performance records on file with the City for contracts completed in the last five (5)
years, will be reviewed and considered The lack of an evaluation for prior City work
will not be held against a firm, and similar experience gained through other clients may
be substantiated by references
NOTE: The evaluation of this criteria will require that the team shall have completed at
least one (1) and preferably two (2) trail/park development project(s) within the last five
(5) years.
• Experience/Availability of Project Manager
The project manager must have adequate experience in managing projects of a similar
nature and scope, and shall be a Professional Engineer, Architect or Landscape Architect
registered in the State of Texas The project manager's resume must be included in an
appendix
NOTE: The evaluation of this criteria will require that the project manager have as a
minimum two (2) years or preferably five (5) years, experience managing train/park
development projects.
• Experience of Project Team/Ability to Commit Resources
The consultant should designate experienced professional and technical staff to
competently and efficiently perform the work, either through their own personnel, sub -
consultants, or commitment to hire additional staff The proposal should identify the
project team composition, project leadership, reporting responsibilities, and address how
Page 6 of 12
sub -consultants will fit into the management structure The proposal should include
consultants in an appendix, which presents up to five (5) years work experience of the
firm, and individual experience gained under other employers Information should
include sub -consultant's records as well Resumes of the key design team members,
limited to two (2) pages per person, are included in an appendix
NOTE: The evaluation of this criteria will require that each team member have as a
minimum two (2) years or preferably five (5) years experience working on train/park
development projects.
• Understanding of Scope
The Proposal should include the following
- Demonstrate an understanding of the scope of services
- Address proposed approach to complete the scope
- Address appropriate Federal/State/Local regulations and policies
- Identify information to be gathered or obtained
Any work on similar type projects should be listed to validate this understanding
NOTE: The evaluation of this criteria shall require that the proposal as a minimum
demonstrate an understanding of scope of services and address appropriate
Federal/State/Local regulations and policies; or preferably, demonstrate an understanding
of the scope of services, address proposed approach to complete the scope, address
appropriate Federal/State/Local regulations and policies, and identity information to be
gathered or obtained.
• Familiarity with Applicable Rules and Regulations
The proposal should indicate, through past experience of the consultant or sub -consultant
that they possess sufficient knowledge of governmental regulations, appropriate codes and
professional standards
NOTE: The evaluation of this criteria shall be based on the Performance Evaluation
completed by previous clients and provided in the proposal package. As a minimum,
projects requiring the complexity similar to those being proposed which have been
undertaken by the design team, should be demonstrated.
• Ability to Meet Proposed Schedule
The consultant must demonstrate that sufficient and knowledgeable staff are available to
successfully meet the schedules proposed by the City
NOTE: The criteria will be evaluated based on a work and resource schedule developed
by the consultant to meet the project schedule with assurances that required staffing levels
are available.
Page 7 of 12
• DBE Status
The consultant must demonstrate the plan to utilize DBE services, either through prime
consultant services or sub -consultant services, to meet or exceed the project goal of
twenty (20%) percent participation
The weighing of each criteria as it relates to the particular project is shown in the following
evaluation form
Interview Selection Qualification Rating % of Importance Score
Criteria Level Ranee Score Importance
1 Professional Qualifications 0-5 X 10%
2 Experience of Project Team 0-5 X 25 %
3 Expenence/Availability of
Project Manager 0-5 X 10%
4 Understanding of Project 0-5 X 20%
5 Familiarity with Applicable
Rules and Regulations 0-5 X 5 %
6 Ability to Meet Proposed
Schedule 0-5 X 15 %
7 DBE Status 0-5 X 15%
TOTAL 100% _
Interview Evaluation Criteria
The interview committee will be comprised of representatives from the City's Parks and
Recreation Department, Department of Engineering and Transportation, and Purchasing
Department The score determined by the pre -interview selection committee will represent forty
(40%) percent of the overall scoring system while the interview committee's score will account
for sixty (60%) percent of the total rating score The interview committee's scoring will be
based upon the following criteria and scale
Score Qualification Level
0 Does not meet qualifications
1 Meets minimum qualifications
3 Meets preferred qualifications
5 Exceeds preferred qualifications
Page 8 of 12
Understanding of Scope
The consultant must demonstrate a thorough understanding of the tasks involved in the
scope of work outlined in the PFP, applicable rules, regulations and codes, and special
information to be gathered The consultant's project manager must be able to
communicate and exchange ideas and information in an effective manner
NOTE: The evaluation criteria will be based on questions related to tasks defined in
"Services to be Provided by the Consultant." To meet minimum qualifications, the
consultant must demonstrate a thorough understanding of seventy (70%) percent of the task
related questions as posed by the interview committee. A preferred rating will require
ninety (90%) percent understanding of the aforementioned tasks.
Experience of Project Manager/Team (Including Sub -Consultants)
The project manager must demonstrate adequate experience in managing projects of a
similar nature and scope, and must be available to commit appropriate hours and
supervision to the contract
The consultant must demonstrate that the proposed project team composition and project
leadership, is capable of successfully completing the contract
NOTE: The evaluation criteria for this requirement will be as a minimum two
(2) years, or five (5) years preferred, of credible experience as established through
the interview process.
Ability to Commit Resources to Meet the Proposed Schedule
The consultant must demonstrate that sufficient and knowledgeable staff are available,
or will be available upon commencement of the contract, to successfully meet the
schedules proposed by the City The consultant is required to disclose the Project
Manager's current assigned commitments and commitments in proposals under review
in order to evaluate time available for dedication to the contract
NOTE: This criteria will be evaluated based on evidence demonstrated during the
Interview process that sufficient resources are available to meet schedules proposed by the
City for a minimum performance or to exceed proposed City schedules for a preferred
rating.
Page 9 of 12
The weighing of each criteria as it relates to the particular project is shown in the following
evaluation form
Selection
Qualification
Criteria
Level Ranee
1 Understanding of Scope
0-5
2 Experience of Project
Manager/Team
(Including Sub -consultants) 0-5
3 Ability to Commit
Resources to Meet
Proposed Schedule
0-5
Rating
Score % of Importance
X 50%
X 25 %
X 25 %
Total Interview Score
0
Overall Evaluation Scoring
The selection of the top consultant proposal and interview presentation will be calculated on
the following format
Proposal Score
Interview Score
0-5
0-5
Page 10 of 12
X 40 %
X 60 %
Total Score
SUMMARY
Each proposal must be submitted no later than February 20, 1997 at 2 p m Submittals should
be mailed or delivered to the City of Denton, Purchasing Department, 901-B Texas Street,
Denton, TX 76201, Attention Robert K Tickner
Please submit five (5) copies of your proposal.
A pre -proposal meeting will be held at 2 p m February 11, 1997 at the Denton City Hall,
215 E McKinney Street, Civil Defense Conference Room
Each proposal should include the recommended information and completed debarment
certifications for each provider on your team
Should you have any questions, please contact Bob Tickner, Superintendent of Parks at
817-566-8275
AMroFW
Page 11 of 12
DEBARMENT CERTIFICATION
(Negotiated Contracts)
(1) The CONSULTANT certifies to the best of its knowledge and belief, that it and its
principals
suspended, proposed for debarment,federal declaredineligible
or
(a) Are not presently debarred, Pe
or voluntarily excluded from covered transactions by any
agency,
nod preceding this proposal been convicted of or had
(b) Have not within a rendered
in performing a public transaction
a civil Judgment rendered against them for o��ns o° � f fraud or a criminal offense
or
in connection with obtaining, attempting
or contract under a public transactton, violation of federalfalsification anor destruction titrust statues of
commission of embezzlement, theft, forgery, bnbery,
records, making false statements, or receiving stolen property,
Are not presently indicted for or otherwise criminally or civilly charged by a
(c) of the offenses enumerated m paragraph
governmentalof ths certification, and commission of any
(1)(b) sal had one or
(d) Have not within a three-year period preceding this fault non/prop°
more public transactions* terminated for cause or default any
State agency for
Have not been disciplined or issued a formal reprimand by
(e) past Years
professional accreditation within the p nts in this certification,
unable to certify to any of the stateme
(2) uchrCONSULTANT shall attach an explanation to this certification
*Federal, state or local
Name of Firm
Signature of Certifying Official
Title
Date
Page 12 of 12
S;E Halff Associates
ENGINEERS • ARCHITECTS • SCIENTISTS
PLANNERS• SURVEYORS
EXHIBIT ' B'
SCOPE OF WORK
Denton Rail Trail
A Segment of the Trinity Trails
from Hickory Street to near Burl Road
forthe
City of Denton
INTRODUCTION
The City of Denton has received transportation enhancement funding from the Texas Department
of Transportation (TxDOT) for the construction of a pedestrian and bicycle trail The project area
is defined as
Approximately 8 miles of trail along the abandoned MKT Railroad alignment, from
Hickory Street in Downtown Denton south/southeast to near Burl Road
The scope of work for the proposed project is as follows
BASIC SERVICES
Task 1.0 Project Data Collection
1.1 Prepare schematic base mapping for the project area
• Regional level base mapping from available TxDOT digital mapping at 120,000
(approximately 1"=1600') scale
• Planning base map in digital form at 1 500 meter scale (1"= 40'+/-), prepared from
existing surveys, utility maps and railroad R O W mapping as available
• Detail mapping as necessary for specific areas at 1200 scale (1 "= 16'+/-)
(note scales may vary depending on available mapping)
12 Assemble available Information on trail corridor, including
• Existing utilities in trail corridor, including water, sewer, storm drainage, electrical,
gas, telephone, cable TV, etc (utility information to be provided by the City of
Denton)
• Previous City of Denton trail studies, design concepts, Enhancement Funding
Exhibit B - Scope of Services Page 1 07/17/97
Halff Associates
ENGINEERS • ARCHITECTS • SCIENTISTS
PLANNERS• SURVEYORS
application, Park Master Plans, etc
Trinity Trails mapping, studies, etc
1.3 Review existing ownership lines and applicable jurisdiction lines, easements, rights -
of -way, etc from available existing information (based on adjacent ownership information
to be provided by the City of Denton)
14 Identify existing corridor features which will impact trail alignment, such as
• vegetation,
• adjacent side -slope,
• current uses in rail corridor and adjacent areas,
• street intersections,
• surface utilities,
• other existing features as applicable
15 Identify key area land uses - Identify and map land uses adjacent to the corridor
which may generate trips along the trail, such as nearby schools, the Central
Business District (CBD), parks, recreational facilities, retail areas, major employers,
etc
16 Review and map existing and future potential connections to trail corridor
Incorporate city-wide trail master planning data as applicable
17 Prepare opportunities and constraints exhibits - Prepare exhibit at an area -
wide scale to illustrate opportunities and constraints associated with the trail
corridors
Task 2,0 Environmental Assessment and Cultural Resources Review
21 Conduct preliminary review of trail corridor for potential environmental
hazards Review findings with City of Denton staff Recommend potential to seek
categorical exclusion or need to conduct further evaluations
Z2 Letter requesting Categorical Exclusion status for project - prepare letter
report requesting categorical exclusion status for project Review with TxDOT,
Fish & Wildlife and other governmental entities as necessary Assist City of
Denton in addressing specific comments as necessary Submission of the Letter
Report may be done after a specific trail alignment and location in the corridor is
selected
23 Cultural Resources Assessment - Assist City of Denton in placing the project on
Exhibit B - Scope of Services Page 2 07/17/97
Halff Associates
ENGINEERS • ARCHITECTS • SCIENTISTS
PLANNERS -SURVEYORS
TxDOT's schedule for a cultural resources assessment
Task 3.0 Schematic Design
31 Prepare target design criteria for trail sections - Base on AASHTO and North Central
Texas Council of Governments (NCTCOG) specifications, including
• trail width and shoulder dimensions,
• preferred bridge width and rail heights
• curvature,
• cross slope,
• preferred street crossing locations,
• criteria for maximum adjacent side -slope,
32 Develop concept level solution for trail design - Prepare concept level sketches
for
• Develop concept trail alignments on 1 200/1 500 scale maps, with typical
sections
• Develop conceptual crossing, signage and visibility recommendations for major
intersections
• Conduct structural review of existing bridges, and recommend structural
solutions
• Develop conceptual bridge crossing solution for drainage channel near Martin
Street
• Develop conceptual plan and section alternatives for trestles
• Develop conceptual arrangement for project termini at Hickory Street and
Swisher Road
3.3 Review alignments and conceptual solutions with City of Denton staff -
Review with City of Denton and TxDOT staff, and modify as appropriate per review
comments
34 Schematic Level Statement of Probable Cost - Develop preliminary construction
statement of probable cost, based on proposed alignment and selected
treatments
Task 4 - Public Input
41 Prepare exhibits for public meeting - Prepare plan, section and presentation
materials for public meeting Prepare handout materials for meeting Placement
of advertisement(s) and notification for the meeting will be the responsibility of the
Exhibit B - Scope of Services Page 3 07/17/97
Halff Associates
ENGINEERS • ARCHITECTS • SCIENTISTS
PLANNERS• SURVEYORS
City of Denton
42 Conduct public meeting to present schematic alignment and receive public
input - Conduct informal initial "open house" format prior to beginning of the
meeting Conduct second portion of meeting with presentation and review and
public comment Document meeting in audio format
43 Prepare summary of meeting results - prepare written summary of meeting,
including public comments and questions
44 Prepare written responses to questions and comments raised in public
meeting - Prepare responses in letter format, with question or comment shown
before response
Task 5 - Preparation of Schematic Level Submission
51 Prepare Schematic submission packet - Refine concept level drawings and
prepare schematic review set packet for submission to TOOT for review and
comment
5.2 Review with City and TxDOT staff - Conduct a review meeting with City and
TOOT staff Deliver up to five sets of schematic level plans for review by TOOT
53 Respond to TxDOT Comments - Review TOOT comments during the review
period with City of Denton Staff and respond to comments as necessary
Task 6 Survey for Design
61 Determine where surveying is required - Review schematic drawings and other
available information and determine locations where on the ground surrey data is
required The majority of the corridor will not be surveyed as part of this basic
scope of work The basic scope of work provides for up to 40 hours of surveying
by a two man crew, including travel time Items to be surveyed (subject to change
as more detailed study occurs) include
• Cross sections at critical points
• Location of significant trees impacted by the trail alignment only at intersections
• Significant low points along the corridor
• Street elevations and major features at key major intersections
• Centerline grades along the rail R O W for 30' to 50' at the approaches to each
intersection
Exhibit B - Scope of Services Page 4 07/17/97
Halff Associates
ENGINEERS • ARCHITECTS • SCIENTISTS
PLANNERS• SURVEYORS
62 Review scope of surveying required with City of Denton staff
6.3 Conduct survey- conduct on the ground survey
Task 7 Final Plans/Specifications
71 Incorporate survey data Into base mapping - assemble and incorporate survey
data gathered in task 6 0 into the base files to be used in the preparation of final
drawings
7.2 Prepare constructlon plans - Prepare plans and typical sections at 1200
(1"=166') 1 500 (1"=41 T) and 1 1000 (1"= 83') scales as appropriate (Note
scales may vary based on available base Information) Profiles will not be
prepared except as required at the approaches to Intersections
73 Design signage and pavement markings - Design pavement markings and
signing according to Texas Manual of Uniform Traffic Control Devices (TMUTCD)
requirements
74 Typical Details - Prepare typical trail, trestle and new bridge details as required
Where feasible, use typical bridge decking and rail details developed for the
Mineral Wells or other rails to trails projects Note that bridge repair and
modification detailing may utilize photographs with notes to specify points to repair
Drawings of each bridge may not be included in the construction drawings The
scope shown assumes that the existing bridges will not be widened beyond the 10'
width of the trail, additional widening may require additional fees
7.5 Landscaping and Amenity plans - as required for buffering or enhancement,
prepare landscaping plans for trail corridor, using Xeriscape techniques wherever
possible
76 Assemble and modify, as necessary, TxDOT standard sheets -Prepare
specification data notes, quantity summaries, and pay item data in TxDOT ASCII
format (if required)
7.7 Traffic control and Stonnwater pollution prevention plans - prepare traffic
control and SWP3 (stormwater pollution prevention) plan per TxDOT standards as
appropriate Traffic plans will not be prepared for each intersection, but will
reference the Texas Department of Transportation Traffic Control Standard Sheets
and the Texas Manual on Uniform Control Devices for Streets and Highways with
Part 6 for traffic flow during construction Stormwater pollution plans will utilize
standard detail sheets
Exhibit B . Scope of Services Page 5 07/17/97
101 Halff Associates
ENGINEERS - ARCHITECTS - SCIENTISTS
PLANNERS -SURVEYORS
78 Final Cost Estimate - Revise statement of probable cost based on final drawings
Review with City of Denton staff
79 Submit plans to City staff, TxDOT for final review Incorporate or address
review comments
710 Submit final plans and specifications to City and TxDOT A reproducible set of
drawings, along with an original set of specifications shall be submitted to the City of
Denton In addition, all constriction drawings generated on CADD shall be delivered
on diskette or CD form to the City of Denton If required, an additional original set of
the plans and specifications can be delivered to TxDOT Pnnting of bid packages will
be performed by TxDOT or by the City of Denton, and is not included in this scope of
services
Exhibit 8 - Scope of Services Page 6 07/17/97
8818 NORTHWEST PLAZA DR2\ E
Halff Associates DALLAS TEXAS i 52Z^
(214) 739 0004
FAX (214) 739 0055
ENGINEERS • ARCHITECTS • SCIENTISTS
PLANNERS • SURVEYORS
SCOPE OF WORK ASSUMPTIONS
The items listed below are services which are not currently foreseen as being required to
design the proposed trail, and are not included in the basic services scope of work
These items can be provided as additional services at an additional cost should they be
required Assumptions related to the services required are also shown below
1 No Storm inlet relocations are anticipated in the project, and if needed will be
considered an additional service Minor new culverts for area drainage will be
included on an as -needed basis No other utility relocations will be designed as
part of this project
2 Plans will be prepared in metric format, with English unit dimensions where
necessary for public review and understanding of the project
3 No submittals or coordination with the Federal Emergency Management Agency
(FEMA) are proposed
4 Postage and mailing of public meeting advertisement notice costs will be provided
by the City of Denton
5 Traffic signal design is not considered to be necessary at this time, and if deemed
necessary after further design will be considered an additional service
6 No wetland mitigation plans are proposed, and if required are an additional
service
7 As -built plans are considered an additional service If required, as -built plans will
be prepared by the Consultant on an as -needed basis, using documentation
provided by the TxDOT on -site inspector Time spent documenting as -built
changes will be billed on an hourly basis, and is not included in the basic services
scope of work (See special services scope of work)
8 No construction sequence or traffic count plans will be prepared by the Consultant
9 Geotechnical design is currently proposed only for the new bridge to be placed
near Martin Street Additional geotechnical work required as part of the project
can be provided as an additional service
10 If easements are required, the easement document language will be prepared by
City of Denton legal staff
11 Easement boundary sketch and metes and bounds illustration will be considered
as an additional service if required Easement illustrations will be based on plats
and abstracts provided by the City of Denton and the previous owner of the
property Abstract searches and title research is excluded from this proposal but
can be included as an additional service
12 The illustration of other access easements to the trail are excluded from this
proposal
13 Major repairs to the sub -structure of the railroad trestles are beyond the scope of
this proposal
DALLAS • FORT WORTH • HOUSTON • ARLINGTON - McALLEN CHICAGO
TRANSPORTATION • WATER RESOURCES • LAND DEVELOPMENT MUNICIPAL ENVIRONMENTAL - STRUCTURAL
Exhibit B - Scope OF%W tg ELECTRICAL • SURVEpriG�g GEOGRAPHIC INFORMATION SYSTEMS 07�17�7
CHITECTURE LANDS A R HITECTURE • PLANNING
Bp� Halff Associates
ENGINEERS • ARCHITECTS • SCIENTISTS
PLANNERS• SURVEYORS
EXHIBIT'C'
BASIS OF COMPENSATION
for
BASIC SERVICES SCOPE OF WORK
Denton Rail Trail
A Segment of the Trinity Trails
from Hickory Street to near Burl Road
forthe
City of Denton
Basic design and engineering services as described in Exhibit'B' will be provided on a time and materials
basis, with a maximum not to exceed fee as shown in the "Total Fees" below The amounts shown for each
task may vary during the course of the project, but the overall fee total shown will not be exceeded without
prior written authorization by the City of Denton Anticipated Expense amounts includes the services of a
geotechnical engineer, printing, delivery services, computer charges normally associated with production of
these services and reproduction of one original set of construction documents in digital form as specified in
the Scope of services The fee is summarized as follows
Basic Services Fees
10 Project Data Collection and Corridor Analysis $4,360
20 Environmental Assessment $2,400
30 Schematic Design $11,601
40 Public Input $3,290
50 Schematic Design Submittal $3,540
60 Survey for Design $3,550
70 Final Plans and Specifications $22,953
TOTAL FEES......... ............. $51,694
Anticipated Project Expenses $3,600
A The Consultant's Basic Services Fee will be provided on a basis of 3 00 times salaries for
time directly chargeable to the project Salaries are defined as the direct hourly pay scale of
engineers, planners, landscape architects, architects, draftspersons, stenographers,
surveyors, clerks, laborers, etc, for time directly chargeable to the project, without the
addition of fringes for social security contributions, unemployment and excise taxes,
employment compensation insurance, retirement benefits, medical and insurance benefits,
sick leave, vacation, and holiday pay applicable thereto The 3 00 multiplier includes all of
the Consultant's fringes, overhead costs and profit margin
Exhibit B - Scope of Services Page 8 07/17/97
101 Halff Associates
ENGINEERS • ARCHITECTS • SCIENTISTS
PLANNERS• SURVEYORS
B All direct non -labor expenses, including printing and reproduction costs, computer charges,
telegraph and telephone toll charges, etc will be charged at actual invoice cost times a
multiplier of 105 to cover accounting costs The amount shown for expenses is an estimate
only, and may vary
C The services of major sub -consultants, who will be retained by the Consultant on a pay -
when -paid basis and whose services are approved in advance by the City, will be charged at
actual invoice cost times a multiplier of 100 The budget includes $8,930 for trail planning
and design by Bowman -Melton Associates Inc, and $2,400 for geotechmcal sampling and
recommendations by Terra -Mar Inc
D Services will be billed monthly, based on the percentage of work completed
Exhibit 8 - Scope of Services Page 9 07/17/97
Halff Associates
ENGINEERS • ARCHITECTS • SCIENTISTS
PLANNERS• SURVEYORS
BASIS OF COMPENSATION
ADDITIONAL SERVICES SCOPE OF WORK
Additional services design and engineering Items, as required and as described in Exhibit
'13-1' will be provided on a time and materials basis Special Services tasks will not be
initiated without prior approval and written authorization by the City of Denton The
estimated fees for each will be determined when needed
All special services tasks will be performed on an hourly basis, per the hourly rates shown
below General hourly rates are as follows
Principal
$120 00
Protect Manager/Planner
$85 00
Trail Specialist
$80 00
Project Civil Engineer
$65 00
Project Structural Engineer
$80 00
Survey Field Crew
$85 00
Survey Engineer
$75 00
CADD Drafter
$50 00
Clerical
$35 00
All hourly rates are derived by multiplying the direct labor cost per category by a factor for
fringe labor costs such as social security, medical and retirement benefits, rent, other
overhead costs, marketing and profit
Exhibit B • Scope of Services Page 10 07/17/97
Halff Associates
ENGINEERS • ARCHITECTS • SCIENTISTS
PLANNERS• SURVEYORS
EXHIBIT 'B-1'
SCOPE OF SERVICES
ADDITIONAL SERVICES
Denton Rail Trail
A Segment of the Trinity Trails
from Hickory Street to near Burl Road
for the
City of Denton
The following engineering and surveying services can be provided by the Consultant on an as -needed basis
as special services The need for such services will be determined during the protect All special service
tasks will be provided on a time and material basis, with individual special services task totals not to exceed
the amounts shown below These services Include
Task A Survey for Design
A-1 Provide additional surveying as determined necessary during the schematic design phase of
the project, beyond the 40 hours of surveying included in the basic scope of services Items
to be surveyed will be determined
Task B Bidding Services
B-1 Assist TxDOT and the City of Denton staff in addressing contractor questions during bidding
process, and conduct pre -bid conference (meeting notification by City of Denton)
B-2 Assist City of Denton in evaluating bids Prepare bid comparison and written evaluation
Estimated Fee for Items B-1 and B-2 - $1,200
Exhibit B • Scope of Services Page 1 07/17/97
Halff Associates
ENGINEERS • ARCHITECTS • SCIENTISTS
PLANNERS• SURVEYORS
Task C Construction Related Services
C-1 Review shop drawings, test results and other construction -related data on an as -needed
basis Estimated Fee - $1,000
C-2 Conduct 6 site observation tours of the project during construction Prepare a written
summary of findings after each observation tour A total of 8 hours of time are required for
each observation tour and letter report Estimated Fee - $4,080
C-3 Conduct preliminary and final walk-through with contractor and provide written summary of
findings Estimated Fee - $1,200
C-4 Conduct regularly scheduled on -site inspection at key points in the Construction process
This scope provides for 15 hours of on -site inspection time per week over the estimated 16
week construction process Number of hours allocated to on -site inspection and construction
administration can be adjusted as required Inspection will be conducted by Halff Associates
engineers, landscape architects and inspection staff Estimated Fee - $12,000
Note - fees for section C are estimates only based on number of hours shown
Task D Railroad Depot Architectural and Site Design
D-1 Provide architectural, structural, mechanical, and site design services related to the
relocation and refurbishment of the Denton Rail Depot Provide schematic and construction
related drawings for the facility (if Included, detailed scope of services for depot will be
prepared as an amendment to this contract
Exhibit B • Scope of Services Page 2 07/17/97
DISCLOSURE OF LOBBYING ACTIVITIES App,oved by OMe
034a-00e6
Complete this form to disclose lobbying activities pursuant to 31 U S C 13S2
(See reverse for public burden disclosure )
1
Type of Federal Action
2 Status of Federal Action
3 ReportType
Qa contras
a s bid/offertappllatlon
® a lnittal flung
b grant
b initial
award
b material change
c. cooperative agreement
a post -award
For Material Change Only
d loan
year quarter
e loan guarantee
date of last report
f loanlmurance
4.
Name and Address of Reporting Entity
S B Reporting Entity In No 4 Is Subawardae. Enter Name and
® Prime ❑ Subawardee
Address of Prime
Tier#known
Halff Associates, Inc_
8616 Northwest Plaza Drive
Dallas, Texas 75225
congressional District, l(known Texas 26th
CongtessionalDktdc Nknown
6.
Federal Department Agency
7 Federal Program Name/Oesrriptron
City of Denton
Denton Rail Trail Project
TxDOT Denton Office District
CFDANumber. Happlicable
S.
federal Action Number.ifknown
9 Award Amount. If known
S 55,000
10
a Name and Address of lobbying Entity
b individuals Performing Services (Including address N
(if Indivkfua(lasename, fbstname,MI)
different from No 10a)
(lase name, fast name, MQ
None
None
latdech Dontabeatkm Sheet(d SFILL-A, d rlhceseary)
11
Amount of Payment (check all that apply)
1A Type of Payment (check all that apply)
S None ❑ actual ❑ planned
❑ a retainer
❑ b onetime tee
❑ c. commission
1i Form of Payment (check all that apply)
❑ a cash
❑ d contingentfee None
❑ b In4drid, spew nature None
❑ e deferred
❑ f other, specify*
value
14
Brief Description of Services Performed orto be Performed and Date(s) of Service. Including officer(s), employee(s), or Member(s)
contacted, for Payment indicated in kern 11
peach commission Shret(s) SFLLL-A drwcem Y)
IS
Continuation Sheet(s)SF-LLL•A attached ❑ Yes
No
16.
bdam.tlen nwaatad I"b Ne hems Is ouchorhed by side 31 u M
Signature
e.tarmism wawwrv.mloeuybq.a.luecl.ew.ualnrwm we
of Oat Upon which sedans, was platen by she tier above Wks* this
Print Name i;Ye Kuhn P
ua.Waa,onwu made or smrm! rota The, aod"" b Maine pwwant to
11 u.t t 13" Thh mho oral" M be ..pewee to the congress semi
Corporate Secretary
emWey a" WA be available her pubbt bopss,an Any pewee who red, 0
Title
Me W needed dtrdewn mall be wbeew W a w0 Mnah, N not Pen Nan
L10A00 and eel mew than 6 MAN la, w.h.vN raau.e
Telephone (214) 739-0094 Date 8/26/97
Federal Use Only
luMaN iermut
09/02/97 10 19 IP214 739 0095 HALFF ASSOCIATES
ljJ002i003
ATTACHMENT G
7xUOTform No 2010211tev 12-911 Previous editions of this form may not be used NOTE Copies of the endorsements listed
below are not required as attach
TEXAS ments to this certificate
DEPARTMENT OF TRANSPORTATION
C -RTIFICAI E OF INSURANCE _9
The named contractor shall not cornmente work until holshe has obtained the minimum insurance specified in Section a below and obtained
the foliowiny endossernants the Texas Department of Transportation as an Additional Insured for coverages 3 and 4 and a Walver of
Subrogation in favor of the same department under coverages 2 3 and 4 Only certificates of insurance published by this department are
acceptable as proof of insurance Commercial carriers certificates are unacceptable
SECTION I - IDENTIFICATION DATA
11 Insured Contractor's Name HALFF ASSOCIATES, IPC
12 StreetiMahng Address
861.6 NLtR71t4:RST PLAZA DRr VE
13 City DALLAS TEXAS 14 State 15 Zip 75225
16 Phona Number
Area Code ( 214 ) 739-0094
SECTION II - TYPE OF INSURANCE
Type Policy Effective Expiration Limits of Liability
Number Date Date Not Less Than
2 WORKERS' COMPENSATION
21 UB135D560-2 Z2�_t t_g7 23 Statutory - Texas
Endorsed with a Waiver of Subrogation in favor of the Texas Department of Transportation
3 COMMERCIAL GENERAL LIABILITY
Bodily Injury/Property 3 1 630135D56 3 2 7-t7_g7 3 3� off_ $325,000 combined
Damage occursingle limit each
occurrence and in the
aggregate
Endorsed with the Texas Department of Transportation as an Additional Insured and endorsed with a Waiver
of Subrogation in favor of the Texas Department of Transportation
4 TEXAS BUSINESS AUTOMOBILE POLICY S100,000 ea person
A Bodily Injury 41 CAP11S1561 _d d 2�_17_g7 4 39_
$300,000 ea occurrence
B Property Damage 44CAP135D561-1 45 7-19-97 467_17_ga __ S25,000ea occurrence
tndorsed with the Texas Department of Transportation as an Additional Insured and endorsed with a Waiver
of Subrogation on favor of the Texas Department of Transportation
5 UMBZELLAPOLICY(lfApplicable) S5,000L100
5 (CUP135D563-8 S Z 7-12-97 5 ,]7-qH
SECTION Ile - CERTIFICATION
This Certificate of Insurance neither affirmatively or negatively amends, extends or alters the coverage afforded by the above insurance policies
round by the Insurance company named below
Cancellation of the insurance policies shall not be made until THIRTY DAYS AFTER the undersigned agent or his/her company has tent written
notices bycertified mail to the contractor and the Texas Department of Tiamportation
THIS I$ TO CERTIFY to the Texas Department of Transportation, acting on behalf of the State of Texas that the insurance policies above meet all
the requirements stipulated above and such policies are in full force and effect
S 1 Name of insurance
SEE ATTACHN
6 7 Company Address
State
76 Authorized Agenni srnosur na Area Code (iL2-J_ d1_A3A_S---
RECEIVED TINE—.SEP 2 —10
7 I Name of Authorized Agent
BELL INSURANCE AGENCY
7 2 Agent $Address
2747 N. O'CONNOR 75 tip
..... 7 4 State
i ai gnatur I Au orized Agent
Date
--PRINT TINE—SEP 2 —10 191`11v -�
09/02/97 10 17 Y214 739 0095 11AL11 ASSOCIATES
Z003 003
A 1"fACHMLIV F
Answer to Section III - Certification
For Workers' Compensation
6 1 Travelers Insurance Company
6 2 P O Box 660055
6 3 Dallas
6 4 Tx
6 5 75266-0055
For Cormuerctal General Ltabtltty, Texas Business Automobile Policy and Umbrella
Policy
6 1 Travelers Insurance Company
62 P.O Box 660055
63 Dallas
64 TX
6 5 75266-0055
0
RECEIVED TINE SEP 2 10 18RM PRINT TIME 3EP 2 10 19AM
ATTACHMENT H
DISADVANTAGED BUSINESS ENTERPRISE
IN FEDERAL -AID ARCHITECTURAL/ENGINEERING CONTRACTS
1 PURPOSE The purpose of this attachment is to carry out the U S Department of Transportation's policy
of supporting the fullest possible participation of firths 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
(DB2s) as defined in 49 CFR Part 23, Subpart D and the Department's Disadvantaged Business Enterprise
Program, 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 and the Department's Disadvantaged Business Enterprise Program, apply to this contract
as follows
a The Architect/Engmeer agrees to insure that Disadvantaged Business Enterprises, as defined in 49 CFR
Part 23, Subpart D and the Department's Disadvantaged Business Enterprise Program, have the maximum
opportunity to participate in the performance of contracts and subcontracts fmanced in whole or in part with
Federal funds In this regard, the Archttect/Engineer shall take all necessary and reasonable steps to meet
the Disadvantaged Business Enterprise goal for this contract
b The Architect/Engmeer and any subprovider(s) 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 When submitting the contract for execution by the Department, the Archrtect/Engmeer specifies the name
of the eligible DBE subprovider(s) to be used on this project, the work to be performed by the
subprovider(s), and the estimated amount of subcontract(s), (Attachment H-1) Any substitutions or
changes to the DBE subcontract amount shall be subject to approval by the Department
d Failure to carry out the requirements set forth above shall constitute a breach of contract and, after the
notification of the U S Department of Transportation (DOT), may result in termination of the contract
by the Department, a deduction from the money due or to become due to the Archrtect/Engmeer, not as
a penalty but as damages to the Department's DBE program, or such other remedy or remedies as the
Department dims appropriate
a "Department" means the Texas Department of Transportation (TxDOT)
b "Federal -Aid Contract" is any contract between the Texas Department of Transportation and a
Architwt/Engmeer which is paid for in whole or in part with U S Department of Transportation (DOT)
financial assistance
c "Architect/Eagmcer" is any individual or company that provides engmeertng/architecmral services as
defined in Texas Government Code, Chapter 2254 Subchapter A
d "Joint Venture" means an association of two or more businesses to carry out a single business enterprise
for profit for which purpose they combine their property, capital, efforts, skills and knowledge
e "Disadvantaged Business Enterprise (DBE)" means a small business concern (1) which is at least 51 percent
owned by one or more socially and economically disadvantaged individuals, or in the case of any publicly
owned business, at least 51 percent of the stock of which is owned by one or more socially and
economically disadvantaged individuals, and, (2) whose management and daily business operations are
controlled by one or more of the socially and economically disadvantaged individuals who own it, as
certified by the Texas Department of Transportation
3/95
14 deb fed
"Small business concern" means a small business as defined pursuant to Section 3 of the Small Business
Act and relevant regulations promulgated pursuant thereto, except that a small business concern shall not
include any concern or group of concerns owned or controlled by the same socially and economically
disadvantaged individual or individuals (affiliates) which has annual average gross receipts in excess of
$2,500,000 over the previous three fiscal years The United States Secretary of Transportation shall adjust
this figure from time to time for inflation
"Socially and economically disadvantaged individuals" means those individuals who are citizens of the
United States (or lawfully admitted permanent residents), and who are Women, Black Americans, Hispanic
Americans, Native Americans, Aaran-Pacific Americans, Asian -Indian Americans, and any other minorities
or individuals found to be disadvantaged by the Small Business Administration pursuant to Section 8(a) of
the Small Business Act For convemence, these individuals and groups are referred to as "disadvantaged"
In this subpart The Department may make a rebuttable presumption that individuals in the following
groups are socially and economically disadvantaged
(1) "Black Americans," which includes persons having ongms in any of the Black racial groups of Africa,
(2) "Hispanic Americans," which includes persons of Mexican, Puerto Rican, Cuban, Central or South
American, or other Spanish or Portuguese culture or origin, regardless of race,
(3) "Native Americans," which includes persons who are American Indians, Eskimos, Aleuts, or Native
Hawaiians,
(4) "Asian -Pacific Americans," which includes persons whose ongins are from Japan, China, Taiwan,
Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the U S Trust Territories of the
Pacific and The Northern Marianas,
(5) "Asian -Indian Americans," which includes persons whose ongins are from India, Pakistan, and
Bangladesh, and
(6) Women
4 PERCENTAGE GOAL The goal for Disadvantaged Business Enterprise participation in the work to be
performed under this contract is a minimum 20 % of the contract amount
5 ARCHITECT/ENGINEER'S RESPONSIBILITIES A DBE prime can fulfill the DBE program requirements
a An Archttect/Engmeer who cannot meet the contract goal, in whole or in part, shall document the following
and any other efforts made as a "Good Faith Effort" to obtain DBE participation
(1) Written solicitation of DBEs, certified by the Department, capable of performing a portion of the
contract, located within the State of Texas and other states, as appropriate
(2) Efforts made to select work that could be performed by DBEs in order to increase the likelihood of
achieving the stated goal,
(3) Efforts to negotiate with DBEs for subprovider work including, as a minimum
(a) The names, addresses, and telephone numbers of DBEs that were contacted,
(b) A description of the information provided regarding the selected subprovider work,
(c) A statement of why agreements could not be reached with DBEs
(4) Reasons for rejecting a DBE's proposal must be explained
Note The Arclutect/Engmeer must not cause or allow subproviders to bid their services
3/95
2-4 deb fed
b The preceding information shall be submitted directly to the Chairman of the District or Division
Consultants Review Committee responsible for the project
c The Architect/Engineer shall make all reasonable efforts to honor commitments to DBE subproviders
named in the original commitment submitted under Section 2 c of this attachment Where the
Architect/Engmeer terminates or removes a DBE subprovider named in the initial commitment, the
Architect/Engmeer must demonstrate on a case -by -case basis to the satisfaction of the department that the
originally designated DBE was not able or willing to perform
d The Architect/Engineer shall make all reasonable efforts to replace a DBE subprovider that is unable or
unwilling to perform successfully with another DBE Any substitution of DBEs shall be subject to approval
by the department The Department may request a statement from the firm being replaced concerning its
replacement prior to approving the substitution
e The Architect/Engmeer shall designate a DBE liaison officer who will admimster the Architect/Engu=r
DBE program and who will be responsible for maintenance of records of efforts and contacts made to
subcontract with DBEs
f Architect/Engmeers are encouraged to investigate the services offered by banks owned and controlled by
disadvantaged individuals and to make use of these banks where feasible
6 ELIGIBILITY OF DBEs
a To ensure the Department's DBE program benefits only those firms owned and controlled by socially and
economically disadvantaged individuals, the Department will certify the eligibility of DBEs to perform
subcontract work on DOT financially assisted contracts
b This certification will be accomplished through the use of the appropriate certification schedule contained
in this Department's DBE program
c The Department publishes quarterly a Directory of Disadvantaged Business Enterprises containing the
names of firms that have been certified to be eligible to participate as DBEs on DOT financially assisted
contracts This Directory is available from the Department's Business Opportunity Program Office for
Architect/Engineer's information
d Only DBE firma certified at the time commitments are submitted are eligible to be used in the information
furnished by the Architect/Engmeer as required under Seaton 2 c above
e If during the course of the contract it becomes necessary to substitute another DBE firm for a firm named
in the information submitted by the Arclutea/Engmeer as required by Seaton 2 c above, then only DBE
firths certified at the time of the substitution will be considered eligible as a substitute firm
7 DETERMINATION OF DBE PARTICIPATION
A firm must be an eligible DBE and perform a professional or technical function relating to the project for the
total eligible dollar amount paid on the contract to apply toward fulfilling the DBE goal Proof of payment,
such as copies of cancelled checks, properly identifying the Department's contract number or project number
may be required to substantiate the payment, as deemed necessary by the Department
8 COMPLIANCE OF ARCHITECT/ENGINEER To ensure that DBE requirements of this U S DOT-asststed
contract are complied with, the Department will momtor the Archnea/Eagmeer's efforts to involve DBEs
during the performance of this contract This will be accomplished by a review of Progress Assessment
Reports (Attaclmteat H-2), submitted to the Department by the Architect/Engmeer indicating his progress in
achieving the DBE contract goal, and by compliance reviews conducted by the Department
The Architect/Engmeer shall receive credit toward the DBE goal based on actual payments to the DBE
subproviders The Architect/Engmeer shall notify the Business Opportunity Program Office if he/she withholds
or reduces payment to a DBE subprovider
3/95
34 deb fed
The Architect/Engmeer's request for substitutions of DBE subproviders shall be accompanied by a detailed
explanation which should substantiate the need for a substitution The Department may verify the explanation
with the DBE firm being replaced before giving approval of the substitution
An Architect/Engmeer's failure to meet the DBE goal and failure to demonstrate to the Departments
satisfaction, sufficient "Good Faith Effort" on his/her part to obtain DBE participation, shall constitute a breach
of contract In such a case, the Department reserves the right to terminate the contract, to deduct the amount
of DBE goal not accomplished by DBEs from the money due or to become due the Architect/Engmeer, not as
a penalty but as damages to the Department's DBE program, or such other remedy or remedies as the
Department deems appropriate
Maarsielifolva
After submission of the mttial commitment reported (Attachment H-1), required by Section 2 c of this
attachment, the ArchitecdEngmeer shall submit Progress Assessment Reports (Attachment H-2), after
contract work begins, on DBE involvement One copy of each report is to be sent to the Business
Opportunity Program Office of the Department, and one copy is to be submitted with the
Architect/Engineer's invoice These reports will be required until all DBE subprovider activity is
completed The Department may verify the amounts being reported as paid to DBEs by requesting copies
of cancelled checks paid to DBEs on a random basis
b DBE subproviders should be identified on the report by name, type of work being performed, the amount
of actual payment made to each during the billing period, cumulative payment amount and percentage of
the total contract amount Reports are required even when no DBE activity has occurred in a billing
period
c All such records must be retained for a period of three years following completion of the contract work,
and shall be available at reasonable times and places for inspection by authorized representatives of the
Department or the U S Department of Transportation
d Prior to receiving final payment, the Architect/Engmeer shall submit a Final Report (Attachment H-3),
detailing the DBE payments
3/95
4-4 deb fed
ATTACHMENT H-1
Texas Department of Transportation
Subprovider Monitoring System
Commitment Worksheet
Contract No
Federally Funded X State Funded _
Prune Provider Halff Associates, Inc.
Total Contract Amount $55 , 294
Assigned Goal 207 DBE
Subgrooider
hype of Work
Vendor ID # Cem5=100#
Arnount
(list all)
(if DBE)
1 Bowman -Melton
Trail Planning
VN 5106 NCTRCA
(17.3%)
Associates, Inc.
& Design
WFSD5340N0798
$9,558.00
2. MAS/TEK
Geotechnical
VN 5608 NCTRCA
Engineering
Exploration
BMSD6429Y1197
( 2.7%)
$1,500.00
CONTRACT TOTALS
Total DBE or HUB Commitment Dollars $ 11,058.00
Total DBE or HUB Commitment Percentages of Contract % 20.0
3/95
dbe hl
ATTACHMENT I
Lobbying Certification
for Contracts, Grants, Loans, and Cooperative Agreements
The undersigned certifies to the best of his or her knowledge and belief, that
(1) No federal appropriated funds have been paid or will be paid by or on behalf of
the undersigned, to any person for influencing or attempting to influence an officer
or employee of any federal agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with the awarding of
any federal contract, the making of any federal grant, the making of any federal loan,
the entering into of any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any federal contract, grant, loan, or
cooperative agreement
(2) If any funds other than federal appropriated funds have been paid or will be paid
to any person for influencing or attempting to influence an officer or employee of any
agency, a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with this federal contract, grant, loan, or coopera-
tive agreement, the undersigned shall complete and submit Standard Form - LLL,
"Disclosure Form to Report Lobbying," in accordance with its instructions
(3) The undersigned shall require that the language of this certification be included
in the award documents for all subawards at all tiers (including subcontracts, sub -
grants, and contracts under grants, loans, and cooperative agreements) and that all
subrecipients shall certify and disclosure accordingly.
This certification is a material representation of fact upon which reliance was placed
when this transaction was made or entered into. Submission of this certification is a
prerequisite for making or entering into this transaction imposed by Section 1352,
Title 31, U.S. Code. Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such failure.
Corporate Secretary
Title
Halff Associates, Inc
Agency
August 26, 1997
SDI I I'7
4 90
ATTACHMENT
CIVIL RIGHTS COMPLIANCE
During the performance of this contract, Halff Associates, Inc. for itself, its assignees and successors
in interest (hereinafter referred to as the "Engineer"), agrees as follows
(I) Compliance with Re lgu ations 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 herem 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 215 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 Enumment In all solicitations either by
competitive bidding or negotiation made by the Engineer for work to be performed under a subcontract, including
procurements 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 Texas Department of Transportation or the Federal Highway
Admimstration 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 Texas Department of Transportation 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 Texas Department of Transportation shall impose such contract sanctions as it or the Federal
Highway Administration may determine to be appropriate, including, but not limited to
(a) withholding of payments to the Engineer under the contract until the Engineer complies and/or
(b) cancellation, termination, or suspension of the contract, in whole or in part
(6) )corporation of Provisions 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
Texas Department of Transportation 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 Texas Department of Transportation to enter into such litigation to protect the interests of the State, and,
in addition, the Engineer may request the United States to enter into such litigation to protect the interests of the United
States
J-1 3/95
civnght
CHILD SUPPORT STATEMENT
FOR NEGOTIATED CONTRACTS AND GRANTS
The undersigned hereby swears and affirms under penalty of perjury under the laws of
the State of Texas, that neither the sole proprietor, partner, majority shareholder, or
substantial owner of an entity making an offer to enter into a TxDOT contract or applying
to receive a state -funded grant is a delinquent obligor who is 30 or more days delinquent
In paying child support under a court order or a written repayment agreement A
substantial owner is one who has at least ten percent interest In the firm
Pursuant to the provisions of Section 2 01, Subchapter B, Chapter 14, Family Code, any
sole proprietor, partner, majority shareholder, or substantial owner who is a delinquent
obligor is ineligible to submit an offer for a TxDOT contract or apply for a TxDOT-funded
grant until (1) all arrearages have been paid, or (2) the obligor is In compliance with a
written repayment agreement or court order as to any existing delinquency
The sworn statement Is a material representation of fact upon which reliance is placed
to determine the offeror's eligibility to receive a grant or to enter into a contract
Submission of this sworn statement Is a prerequisite for making or entering into a
contract with or receiving a grant from TxDOT
If at any time It is determined that the representations made herein by the undersigned
are false or In error, the contract or grant becomes null and void, and TxDOT shall avail
itself of remedies In equity and in law
' V""'"" Signed , Date August 26, 1997
On behalf of (Company) Halff Associates, Inc.
Before me, the undersigned authority, on this day personally appeared r e <52ri ')h h
, who, being dulyswom� upQ oath says that
he or she is qualffled and authorized to make this affidavit for and on behal/ of n I t A Aso c' `� s L n c ,
(Company), and Is fully cognizant of the facts herein set out
ACKNOWLEDGED, SUBSCRIBED AND SWORN TO before me the undo igned Notary Public,
on this day of 19—u to certify
which, witness my hand and seal of office
oary u c��aelotTexa
My Commission expires SVP�1i&000
CHFAIT11% 6 HLUERT
NOW Wbcc
$k t9 of Texas
,y� u My COn rrMcn Expires
3sptember 232000
3/95
childsup frm
DEBARMENT CERTIFICATION
(Negotiated Contracts)
(1) The CONSULTANT certifies to the best of its knowledge and belief that it and its
principals
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible
or voluntarily excluded from covered transactions by any tederal department or
agency,
(b) Have not within a three-year period preceding this proposal been convicted of or
had a civil judgment rendered against them for commission of fraud or a criminal
offense in connection with obtaining, attempting to obtain or performing a public*
transaction or contract under a public transaction, violation of federal or state
antitrust statutes or commission of embezzlement theft torgery, bribery,
falsification or destruction of records, making false statements or receiving stolen
property,
(c) Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity* with commission of any of the offenses enumerated in
paragraph (1)(b) or this certification, and
(d) Have not within a three-year period preceding this application/proposal had one or
more public transactions* terminated for cause or detault
(e) Have not been disciphned or issued a formal reprimand by any State agency for
professional accreditation within the past three years
(2) Where the CONSULTANT is unable to certify to any of the statements in this
certification, such CONSULTANT shall attach an explanation to this certification
* federal, state or local
14 mI g A ssac- ec" InC.
Name of Firms
Signatu of Certifying Official
CooroA"e S acre}
Title
Date
l-1 3/95
debar fm
Lower Tier Participant Debarment Certification
(Negotiated Contracts)
n)
being duly sworn
(insert name of camfymg official)
or under napg _ 1 of pperJu� official.)
laws of the United States, certifies that
neither etJ nor its
(insert name of lower tier participant)
principals arc presently
• debarred, suspended, proposed for debarment,
• declared ineligible,
• or voluntarily excluded from participation in this transaction
by any Federal department or agency
Where the above identified lower tier participant is unable to certify to any of
the above statements in this certification, such prospective participant shall
ndicate below to whom the exception applies, the initiating agency, and dates
of action
Exceptions will not necessarily result in denial of award, but will be considered
in determining contractor responsibility Providing false information may result
in criminal prosecution or administrative sanctions
EXCEPTIONS
Signature of Certifying Official
dam,'
Title
Date of Certification
See Reverse for Information
Form 1734 Lt debar fmr
Rev 4-89 -
is Bell Agency, Inc,
0. Box 140139
rving, Texas 75014-0159
Nalff Associates, Inc.
Attn:
8616 Northwest Plaza Dr.
Dallas, TX 73225
,;-"Yrava�ersAstna
A 11
ODMp�. Insurance
oomww
®CCLUaIONe AND OOINW1'If71VCr„o�tlWl�«I,'ouolMla
�PO�JOY
NN'mnlYa
lrLpY aRlIMVONI,
Uwe
I NPr OF maWaN10N
POUpT MINOR10
aYsaaAm
aATa ONWNrA'Y)
ipma LLI11rLLRY
1,80135D582-8
OMMULAQOPMATs
pROOU0fB.00mP/OpAim
s ,,
7
2A000,oU0
2A000t000
X COMM CIA arNr�tld LIArILIIV
o�1AB X ] 000�
PaRa0NA1 aAW "Rv
-la
s
11 000.000
A
07/12/1997
07/12/1998
"OommmNOe
1L,QQ0L000
OWNNR'aaaah"WI9R'9PRarl
,
. ,.... ..« .,,,, ,
riRaoAm�oNWna.aq
to
50,000
NaOafa e,,.
s
5,000
AYTOaOULLa WNLLNY
1
Oommmo swam Lter
to
d
1A000a000
fk Ynwo
AN
X ' AIIOWNNDAUMO
. -- , -
roalW aL1UAv
I a
A
rHmrOANON
ICAP135D561-1�80Nr0YLaDAU1or 4
07/12/1998
d•Y Peep
-
t„
-
WI
it NO"WN® AVION
�07/1T/1997
NONJU
M
I
� I
' r
�
�
I,PROP®ti'YOANNOB
a
O
ANAUTO I
i
O vtTWWAYIOONLn
1
GONAOe6N11T
a
' �
I
AooaaoATa
s
RWHOMINNNON
1 5r000 000
ivaassLMLLUY
A ik UNBRrLLAFORM ICUP13ODSOB-8
07/12/1997
07/12/1998
1AGGRISM,
«,5"000 000
' OTNNRTNANUhO POlen
X
NOWAMODWINaaTIWIANO .
' IWLWMOIWAINUtt i
D7/13/1997
07/13/1998
«
rLPAONACMWtr"
't 5001000
A W Nol �UB135D560-2
i
�W�Aee pgJOVLrii
a500,000
�THNPRO"No
op gepa o m.L
n 11.0 .MONLOVwx
s 500.000
' rot`essional Liability
I 510001000 Aggregate Limit
g r Claims Made AgNO08220958 107/09/1997107/09/19981 Deductible $100,000
armCi cupate Iio17Wr 78o=H ae s it oval insured to the above mentioned policies except
orkers compensation and Professional Liability - 30 day notice of cancellation is added except
0 days for non-payment
city OP Denton, Taxes
Purchasing Division
901-8 Texas Street
Denton, TX 76201
sNouLO ANY o! trraroue oraoluNrr wLmam ON ouWaaLLao ePlaRa
UPIHATIrN&AM THmNmF, TNN ON014 or MYVNLLNNOQAVORTO IML
30 VAYaNRWMNNT=TaTNrorRT MUNaLbmINANOtuTHNL PT,
eutlwLYRrTo wYLaurx NorgesNALL esosr xo osLgATwN oaLwlYrt
S/T d 69L ON mNuNnsNI T3a ' Wd6S E _ 4661 b AON