HomeMy WebLinkAboutResolution - 5068 - Contract - Schrickel Rollins & Associates Inc - Engineering Services - 01/11/1996Resolution
January 11,
Item #13
RESOLUTION
I
No. 5068
1996
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to
execute for and on behalf of the City of Lubbock a Contract for Engineering Services and related
documents by and between the City of Lubbock and Schrickel, Rollins and Associates, Inc.,
attached hereto, which shall be spread upon the minutes of the Council and as spread upon the
minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein
in detail.
Passed by the City Council this 1 th day of � ia
AVID R. LANUSTON,
ATTEST:
I c�(-Xek� -
Betty M'Jofiiison, Civy Secretary
APPROVED AS TO CONTENT:
)�X
Ji Atn,'Director of Strategic Planning
APPROVED AS TO FORM:
A"a—wa'�6
Harold Willard, Assistant City Attorney
14W:da/ecdocs/c-schrUres
December 18, 1995
. tRRYIX 1996.
Resolution No. 5068
January 11, 1996
Item X613
Contract No.
CONTRACT FOR ENGINEERING SERVICES
STATE OF TEXAS
KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF LUBBOCK
THIS ENGINEERING CONTRACT, made, entered into and executed this I I th day of
January , I9 --L6-, by and between the Lubbock Urban Transportation Study, acting by and
through the City of Lubbock, Texas, with the approval of the City Council, hereinafter called the "City," and
Schrickel, Rollins and Associates, Inc., hereinafter called the "Engineer."
WITNESSETH
WHEREAS, the City desires to contract for architectural/engineering services concerning the
Broadway Streetscape.
AGREEMENT
NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants and
agreements herein contained, do mutually agree as follows:
The City agrees to employ the Engineer and the Engineer agrees to perform professional engineering
services in connection with the project as stated in the sections to follow and outlined hereinafter, and for
having rendered such services, the City agrees to pay to the Engineer compensation for these services as
mutually agreed. All services performed under this contract shall be performed under the direct supervision
of the City Manager, and/or his duly authorized representative. The Engineer will be advised, in writing,
of the City's representative.
si7i
ARTICLE 1
SCOPE OF SERVICES
A. Services of the City -
The City will furnish items as listed in Attachment A, attached hereto and made
a part of this engineering contract.
B. Services of the Engineer -
The Engineer will furnish engineering and/or surveying services as set forth in Attachment
A.
ARTICLE 2
NOTICE TO PROCEED
After execution of this contract, the Engineer shall not proceed with the work outlined under "Scope
of Services" until advised in writing by the City's representative to proceed. The City shall not be
responsible for any costs incurred by the Engineer prior to a written notice to proceed.
ARTICLE 3
CONTRACT PERIOD
The work under this contract shall terminate after satisfactory completion of all services and obligations
covered in this agreement and upon final acceptance thereof by the City and TxDOT unless otherwise
terminated pursuant to ARTICLE 12 - TERMINATION of contract.
ARTICLE 4
PROGRESS
The Engineer shall, from time to time during the progress of the work, confer with the City's
representative. The Engineer shall prepare and present such information and studies as may be pertinent
and necessary or as may be requested by the City's representative in order to evaluate features of the work.
At the request of the City's representative or the Engineer, conferences shall be held at the offices
of the City, or at other locations designated by the City's representative. These conferences shall also
include inspection of the Engineer's services and work when requested by the City's representative.
Since Federal Funds are to be used on this contract, the work will be subject to periodic review by
the Federal Highway Administration.
The Engineer shall prepare a "Project Schedule" shown as Attachment I3, attached hereto and made
a part of this contract. This schedule will be complete so that the Engineer's "Scope of Services" under this
contract can be accomplished within the specified time and the contract cost. This "Project Schedule" will
provide specific work sequence and definite review times by the City's representative and the Engineer of
the work performed.
The Engineer shall promptly advise the City's representative in writing of events which have a
significant impact upon the progress of the work, including: (1) problems, delays, adverse conditions which
will materially affect the ability to obtain program objectives, prevent the meeting of time schedules and
goals, or preclude the attainment of project work units by established time periods; and (2) favorable
developments or events which enable meeting the work goals sooner than anticipated or producing more
work units than originally projected.
Should the City's representative desire to suspend the work, but not terminate the contract, this
may be done by thirty (30) days' notice given by the City's representative in writing to that effect, and the
work may be reinstated and resumed in full force and effect upon receipt from the City's representative of
sixty (60) days' notice in writing to that effect.
All employees of the Engineer shall have such knowledge and experience as will enable them to
perform the dudes assigned to them. Any employee of the Engineer who, in the opinion of the City's
representative, is incompetent or whose conduct becomes detrimental to the work, shall immediately be
removed from association with the project.
5171 2
The Engineer certifies that it presently has adequate qualified personnel in its employment for
performance of the services required under this contract, or will be able to obtain such personnel from
sources other than the City.
The Engineer shall prepare and submit to the City's representative monthly progress reports (which
may include a bar graph) in sufficient detail to support the progress of the work and in support of vouchers
requesting monthly payments.
The Engineer shall furnish all equipment, materials and supplies required to perform its work under
this contract except as provided herein.
ARTICLE 5
CHANGES OF WORK
The Engineer shall make such revisions in the work included in this contract which has been
completed as are necessary to correct errors appearing therein when required to do so by the City's
representative. No additional compensation shall be paid for such revisions.
If the City's representative finds it necessary to request changes to previously satisfactorily
completed work or parts thereof, the Engineer shall make such revisions if requested and as directed by the
City's representative. This will be considered as additional work and paid for as specified under ARTICLE
6 - ADDITIONAL WORD,
ARTICLE 6
ADDITIONAL WORK
Work not specifically described under "Scope of Services" must be approved by supplemental
agreement to this contract by the City before it is undertaken by the Engineer. If the Engineer is of the
opinion that any work he has been directed to perform is beyond the scope of this agreement and
constitutes additional work, he shall promptly notify the City's representative in writing. In the event the
City's representative finds that such work does not constitute additional work, then he shall so advise the
Engineer in writing. The lump sum fee shall be adjusted if additional work is approved by supplemental
agreement and performed by the Engineer.
ARTICLE 7
COMPENSATION
The City shall pay and the Engineer agrees to accept in full compensation for the engineering
services performed under this contract, a lump sum fee not to exceed $193,000, fees as outlined below. The
Engineer will be paid this amount in accordance with Attachment C, attached hereto and made a part of
this contract.
The lump sum amount payable may be revised in the event of change of scope, increased or
decreased cost, complexity or character or work as determined by the City.
ARTICLE 8
METHOD OF PAYMENT
Payments to the Engineer for services rendered will be made monthly while the work is in progress
under this contract The Engineer will prepare and present to the City's representative a monthly progress
report and an itemized and certified invoice acceptable to him each month stating the percent completion
of the work accomplished during the month and also to date. Monthly payment of the lump sum fee will
be in proportion to the percent completion of the total work, but not to exceed the total lump sum amount
shown under ARTICLE 7 - COMPENSATION. The City shall reserve the right to withhold payment
pending verification of satisfactory work performed. The Engineer must submit adequate proof to the City's
representative that the task was completed. Upon receipt and approval of each statement, the City's
representative shall pay the amount which is due and payable within thirty (30) days' time.
The itemized and certified statements shall show the total amount earned to the date of submission.
and the amount due and payable as of the date of the current statement. Five percent (5%) shall be
withheld pending completion of work under this contract. Final payment of any money due should be made
to the Engineer after satisfactory completion of all services and obligations covered in this contract,
including acceptance of work by the City's representative. The release of the retainage does not relieve the
Engineer of the responsibility of correcting any errors and/or omissions resulting from its negligence.
ARTICLE 9
SUBCONTRACTORS
The Engineer shall not sublet or transfer any portion of the work under this contract unless
specifically approved in writing by the City's representative. Subcontractors shall comply with the
provisions of this contract. Any subcontract must be approved in writing by the City's representative prior
to the subcontractor's commencement of work.
No subcontract relieves the Engineer of any responsibilities under this contract.
ARTICLE 10
CIVIL RIGHTS COMPLIANCE
The Engineer shall comply with the regulations of the Department of Transportation (49CFR2I
and 23CFR 710.405) as they relate to nondiscrimination and Executive Order 11246, titled Equal
Employment Opportunity, as amended by Executive Order 11375 and as supplemented in Department of
Labor Regulations (41CFR60). See attached "CONTRACT ADDENDUM (NONDISCRIMINATION)."
ARTICLE I I
DISADVANTAGE/MINORITY BUSINESS ENTERPRISE REQUIREMENTS
The Engineer agrees to comply with the attached Special Provision.
ARTICLE 12
TERMINATION OF CONTRACT
The contract may be terminated by any of the following conditions:
(a) By mutual agreement and consent, in writing, of both parties thereto.
(b) By the City's representative by notice in writing to the Engineer as
consequence of failure by the Engineer to perform the services herein set
forth in a satisfactory manner and within the limits provided, with proper
allowances being made for circumstances beyond the control of the
Engineer.
5171 4
(c) By either party, upon the failure of the other party to fulfill its obligations
as set forth in the "Scope of Services."
(d) By the City's representative for reasons of his own (and not subject to the
mutual consent of the Engineer) upon not less than ten (10) days' written
notice to the Engineer.
(e) By satisfactory completion of all services and obligations described herein.
Should the City or the City's representative terminate this contract as herein provided, no fees other
than fees due and payable at the time of termination, shall thereafter be paid to the Engineer. In
determining the value of the work performed by the Engineer prior to termination, the City's representative
shall be the sole judge. Payment for work at termination will be based on work completed at that time.
Should the City's representative terminate this contract under ARTICLE 12 (d), the amount charged during
the ten-day notice period shall not exceed the amount charged during the preceding ten days.
If the Engineer defaults in performance of this contract or the City or the City's representative
terminates the contract for fault on the part of the Engineer, the City's representative will give consideration
to the actual costs incurred by the Engineer in performing work to date of default, the amount of work
required which was satisfactorily complete to date of default, the value of the work which is usable to the
City, the cost to the City of employing another firm to complete the work required and the time required
to do so, and other factors which affect the value to the City of the work performed at time of default.
The termination of this contract and payment of an amount in settlement as prescribed above shall
extinguish all rights, duties, obligations and liabilities of the City and the Engineer under this contract unless
otherwise stated. If the termination of this contract is due to the failure of the Engineer to fulfill its contract
obligations, the City may take over the project and prosecute the work to completion by contract or
otherwise. In such case, the Engineer shall be liable to the City for any additional cost occasioned the City
thereby.
ARTICLE 13
DISPUTES
Should disputes arise as to work under scope of services or additional work under this contract, they
shall be resolved in accordance with Title 43, Texas Administration Code, Section 1.68.
ARTICLE 14
OWNERSHIP OF DOCUMENTS
Upon completion or termination of this contract, all documents prepared by the Engineer or
furnished to the Engineer by the City or the City's representative shall be delivered to and become the
property of the City. All basic sketches, charts, calculations, plans, specifications and other data prepared
under this contract shall be made available, upon request, to the City's representative without restriction
or limitation on their further use. The Engineer may, at his own expense, have copies made of the
documents or any other data he has furnished the City's representative under this contract without
restriction or limitation on their further use by Engineer.
5171 5
ARTICLE 15
COMPLIANCE WITH LAWS
The Engineer shall comply with Federal, State and local laws, statutes, ordinances, rules and
regulations, and the orders and decrees of any courts, or administrative bodies or tribunal, in any matter
affecting the performance of this contract, including, without limitation, workers' compensation laws,
minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations.
ARTICLE 16
INDEMNIFICATION
The ;Engineer shall save harmless the City and its officers and employees from all claims and liability
due to activities of the Engineer, its agents or employees, performed under this contract and which result
from a negligent act or omission of the Engineer or of any person employed by the Engineer.
The Engineer shall also save harmless the City from any and all expense, including, but not limited
to, attorney fees which may be incurred by the City in litigation or otherwise resisting said claim or liability
which may be imposed on the City as a result of such activities by the Engineer, its agents or employees.
ARTICLE 17
ENGINEER'S WARRANT
The Engineer warrants that it has not employed or retained any company or persons, other than
a bona fide employee working solely for the Engineer, to solicit or secure this contract and that it has not
paid or agreed to pay any company or person, other than a bona fide employee working solely for the
Engineer, any fee, conunission, percentage, brokerage fee, gift or any other consideration, contingent upon
or resulting from the award or making of this contract. For breach or violation of this warranty, the City
shall have the right to annul this contract without liability or, in its discretion, to deduct from the contract
price or compensation, or other recover, the full amount of such fee, commission, percentage, brokerage fee,
gift or contingent fee.
ARTICLE 18
SUCCESSORS AND ASSIGNS
The City and the Engineer each binds itself, its successors, executors, administrators and assigns
to the other party to this agreement and to the successors, executors, administrators and assigns of such
other party in respect to all covenants of this agreement. Neither the City nor the Engineer shall assign,
sublet or transfer its interest in this agreement without written consent of the other.
ARTICLE 19
ENGINEER'S SEAL
The Engineer shall place its Texas Professional Engineer's seal of endorsement on all documents and
engineering data prepared in the performance of this contract.
5171 6
ARTICLE 20
INSPECTION OF ENGINEER'S BOOKS AND RECORDS
The City's representative shall, for the purpose of termination of the contract prior to completion,
have access to the books and records of the Engineer for the purpose of checking the amount of the work
performed by the Engineer at the time of contract termination. The Engineer shall maintain all books,
documents, papers, accounting records and other evidence pertaining to cost incurred and shall make such
materials available at its office during the contract period and for three years from the date of final payment
under the contract, for inspection by the City's representative, the Federal Highway Administration and the
U.S. Department of Transportation, Office of Inspector General. The Comptroller General of the United
States, or any of his duly authorized representatives, shall also have access to any books, documents, papers
and records of the Engineer which are directly pertinent to this contract for the purpose of making audits,
examinations, excerpts and transcriptions.
ARTICLE 21
INSURANCE
If the services to be provided by the Engineer, as shown in Attachment A, will involve activities
which are required by the City to be covered by insurance, such as work on the right of way, the Engineer
shall furnish the City's representative a completed Certificate of Insurance provided and approved by him
prior to beginning work under this contract.
ARTICLE 22
GRATUITIES
City policy mandates that employees of the City shall not accept any benefits, gifts or favors from
any person doing business or who, reasonably speaking, may do business with the City under this contract.
Any person doing business with or who may, reasonably speaking, do business with the City under this
contract may not make any offer of benefits, gifts or favors to City employees. Failure on the part of the
Engineer to adhere to this policy may result in the termination of this contract.
ARTICLE 23
DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION
The Engineer shall comply and certifies that it has complied with the attached Debarment
Certification.
ARTICLE 24
TEXAS FRANCHISE TAX CERTIFICATION
Pursuant to Article 2.45 of the Business Corporation Act, Texas Civil Statutes, which prohibits the
City from awarding a contract to a corporation that is delinquent in paying taxes under Chapter 171, Tax
Code, the Engineer hereby certifies that it is not delinquent in its Texas franchise tax payments, or that it
is exempt from, or not subject to, such a tax. A false statement concerning the corporation's franchise tax
status shall constitute grounds for cancellation of the contract at the sole option of the City or the City's
representative.
3171
.ARTICLE 25
SUSPENSION
Should the City's representative desire to suspend the work, but not terminate the contract, this
may be done by thirty (30) calendar days verbal notification followed by written confirmation from him
to that effect. The thirty day notice may be waived in writing by both parties. The work may be reinstated
and resumed in full force and effect within sixty (60) calendar days of receipt of written notice from the
City's representative to resume the work. The sixty day notice may be waived in writing by both parties.
The City assumes no liability for work performed or costs incurred prior to the date authorized by
the City's representative to begin work, during periods when work is suspended, or subsequent to the
contract completion date.
ARTICLE 26
SUPPLEMENTAL AGREEMENTS
The maximum amount payable under this contract may be modified by supplemental agreement
if the City determines that there has been a significant change in the scope and/or complexity or character
of the services to be performed. Compensation shall be as provided in Attachment C as hourly schedule
for services. No compensation will occur for supplemental work done prior to the full execution of a
supplemental agreement and authorization to proceed is granted by the City's representative.
ARTICLE 27
VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT
Violation of contract terms or breach of contract by the Engineer shall be grounds for termination
of the contract and any increased cost arising from the Engineer's default, breach of contract or violation
of contract terms shall be paid by the Engineer.
ARTICLE 28
ENGINEER'S RESPONSIBILITY
The Engineer shall be responsible for the accuracy of its work and shall promptly make necessary
revisions or corrections resulting from its errors, omissions or negligent acts without compensation. The
Engineer's responsibility for all questions arising from design errors and/or omissions will be determined by
the City's representative. The Engineer will not be relieved of the responsibility for subsequent correction
of any such errors or omissions or for clarification of any ambiguities until after the construction phase of
the project has been completed.
ARTICLE 29
LOBBYING CERTIFICATION
The Engineer shall comply with "Lobbying Certification/Disdosure Form" attached herein in federal
aid contracts in excess of $100,000 and subcontracts in excess of $50,000.
ARTICLE 30
CHILD SUPPORT STATEMENT
The Engineer warrants that the representations included in the Child Support Certification
submitted with the proposal to provide services are current and still valid. Any contract made with the
5171 8
delinquent obligor as defined in Family Code, Chapter 14, is invalid and subject to immediate termination.
The City will withhold payment to a provider who becomes a delinquent obligor at any time during the
contract period in accordance with Family Code Section 14.52.
ARTICLE 31
WARRANTIES OF SIGNATORY
The undersigned signatory or signatories for the Engineer hereby represent and warrant that the
signatory is an officer of the organization for which he has executed this contract and that he has full and
complete authority to enter into this contract on behalf of his firm. The above -stated representations and
warranties are made for the purpose of inducing the City to enter into this contract.
ARTICLE 32
INDEPENDENT CONTRACTOR
Notwithstanding anything contained in this agreement to the contrary, Engineer shall at all times
be and remain an independent contractor solely responsible for its own actions and those of its employees
and agents; and this agreement is not intended, nor should it be construed, as creating an employment
relationship between Engineer and the City.
IN WITNESS WHEREOF, the parties to this Contract for Engineering Services have signed or
their respective names to be signed to duplicate counterparts hereof on the 11 thday of January ,
I9 96
THE F IC, T THE ENGINEER12
Y
By:
David R Langsto , Mayor Signature
Title
Schrickel, Rollins and Associates, Inc.
Name of Firm
ATTEST:
Betty M. Johnson, tity Secre
AP OVED AS TO CONTENT:
)��
Ji Bert Director of Strategic Planning
APPROVED AS TO FORM:
arold Willard, Asst. City Attorney
Attachment A
Scope of Services
Lubbock - Broadway Streetscape
December 15, 1995
Scope of Project
The project is the master planning and design of improvements to the corridor within the right of way and
City -owned property alongside Broadway Street from University Avenue to Martin Luther King Boulevard.
Primary design elements are sidewalks, ramps, trails, landscape plantings, irrigation systems, medians,
benches and other site amenities.
The construction budget is $2,000,000.
2. Purpose of the Project
The primary purpose of the project is to reinforce Broadway Street as a major corridor by developing a
beautified "parkway" that will be an area of activity and development. The project will create a visual
corridor linking the Central Business District (CBD) with Texas Tech University on the west, and the
Canyon Lakes and East Lubbock on the east. The project must comply with the requirements set forth in
the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA), and the Surface Transportation
Program/Transportation Enhancement Program Agreement between the City of Lubbock and the Texas
Department of Transportation.
3. Topographic Survey/Base Sheet Preparation
Collect data and topographic information for the area within the right of way along Broadway from
University Avenue to Martin Luther King Boulevard. In the Mackenzie Park area (where no development
exists), only the north side of the street will be surveyed.
Scope
Location of the following horizontally and vertically.
A. Benchmarks, coordinate control points, and stations.
B. Backs of curbs.
C. Edges of paving, walks, plazas, curb ramps, etc.
D. Faces of buildings.
E. Existing utilities - above ground.
F. Tree and shrub locations.
G. Drainage structures.
H. Street lights.
1. Parking spaces.
Lubbock - Broadway Streetscape 517i
Scope of Services Page 1
Detailed surveys beyond the right of way line will be needed in four areas:
A. Mackenzie Park entry;
B. Pedestrian bridge location in Mackenzie Park;
C. Gateway plaza; and
D. The Fairgrounds entry.
The City of Lubbock will furnish the following data to be shown on the surveys:
A. Right of way lines.
B. Property lines.
C. Setback lines.
D. Easements.
E. Street use licenses and ROW encroachments.
F. Signs and traffic signals.
G. Existing underground utilities.
The survey will be to TxDOT standards in metric scale on 2204 -inch sheets. The contour interval will be
0.2 meters except in areas with steep slopes, i.e., Mackenzie Park.
4. Geotechnical Investigation
At ten to twelve locations selected by the Engineer, and approved by the City, soil investigations will be
conducted by an independent Geotechnical Engineer selected by the Engineer.
5. Data Gathering/Field Observation
The Engineer will reconnoiter the site, observe the existing development adjacent to the site, conduct a an
on -the -ground photo survey and site analysis, identify major design elements, and gather data at the site
that will impact the design.
6. Program Definition
The Engineer will meet and coordinate with the City's representative and others as necessary to clearly
define the program including:
• Exact facility requirements
• Maintenance considerations
• Access considerations
• Security considerations
• Design approaches
• Utilities availability
7. Master Plan
The Engineer will provide landscape/site development plans of Broadway Street from University Avenue
to Martin Luther King Boulevard, with emphasis on the utilitarian needs of pedestrians and visual
enhancement of the corridor by developing a parkway to connect the CBD with Texas Tech on the west,
and Canyon Lakes and East Lubbock on the east.
Lubbock - Broadway Streetsca a 5171
Scope of Services Page 2
Corridor improvements will include (but are not limited to) the following as far as the budget allows:
• Trees
• Tree grates
• Drip irrigation system
• Antique style light poles
• Arbor/trellis at Gateway Plaza
• Review and update existing design of perimeter fence at Gateway Plaza
• Landscaped medians and/or replace brick paving at Avenue Q
• Consideration of deletion of selected parking spaces to create pedestrian niches in landscaped
islands
• New entry development at Mackenzie Park
• Fairgrounds entry considerations
• Addition of park benches and waste receptacles at selected areas
• Sidewalk and/or paving additions for continuous access for total length of project on north
side only
• Pedestrian bridge at Mackenzie Park
• Accessible curb ramps where necessary at all intersections
• Design coordination with LP&L on conversion of overhead utilities to underground.
• Possible utility adjustments.
*Not included in scope of 1STEA funding.
Tasks
The Engineers will prepare the Master Plan for the entire area from University Drive to Martin
Luther ding Boulevard.
The Master Plan will be limited to the budget of $2,000,000.
The Engineer will hold monthly meetings with the City's representative and other designated
representatives throughout the Master Plan development to communicate progress and discuss
pertinent issues. The Master Plan will be revised at the direction of the City's representative. A rough
cost estimate will be prepared at the completion of the Master Plan.
The Master Plan drawing will be a camera-ready graphic.
8. Construction Documents
Based on the approved Master Plan and any further adjustments in the scope and quality of the project or
in the construction budget authorized by the City, construction documents consisting of drawings and
specifications will set forth in detail the requirements for the construction of the project. The Engineer will
advise the City's representative of any adjustments to previous estimates of construction cost indicated by
changes in requirements or general market conditions.
Documents and estimates of construction cost will be submitted by the Engineer to the City's representative
at intervals of 50% and 100% of completion for review. The City's representative will respond with written
Lubbock - Broadway Streetscape 517i
Scope of Services Page 3
comments advising any changes to be made. Specifications will be written to reference TxDOT standard
specifications.
9. Compute Quantities, Flans Estimate, Specifications, General Notes, Etc.
The Engineer will prepare a list of construction bid items and compute estimated quantities. The estimated
cost of construction will be computed based on current unit prices and estimated quantities.
General notes, specifications and special provisions which are applicable to the project will be provided by
the Engineer.
10. Construction Schedule
The Engineer will prepare a detailed flow chart of the construction schedule to determine the approximate
time (working days), based on the TxDOT standard definition of a working day, required for construction
of the project.
11. Construction Phase
The Engineer will attend the prebid and preconstruction conferences.
12. Additional Services
The Engineer will provide services not identified in this Scope of Services upon receipt of authorization from
the City's representative. Additional Services will be provided on an hourly rate basis with a mutually
agreed "not to exceed" total. Such Additional Services may include the following or other services:
Design
A. Design of facilities beyond the original scope and/or budget identified in the description of
services.
B. Additional surveying beyond that identified in the scope of Basic Services.
C. Establishment of the boundary lines.
D. Design of Signalization Systems and/or traffic studies relating to Broadway.
E. Representation in arbitration, mediation, litigation, depositions or similar legal processes.
F. Hydrology and hydraulics studies.
G. Environmental assessment or environmental impact study.
H. Location of underground utilities.
Construction
A. Preparation of Change Orders as required which expand the original Scope of Services.
B. Site observation visits.
Lubbock - Broadway Streetscape 5 1 7i
Scope of Services Page 4
13. Reimbursable Expenses
The following items, if provided, shall be considered reimbursable or additional to this contract.
A. Permit or filing fees.
B. Printing and other reproduction costs beyond those set forth in this contract.
C. Special courier services.
Lubbock - Broadway Streetsca e 517i
Scope of Services Page 5
Attachment B
Project Schedule
Lubbock - Broadway Streetscape
December 15, 1995
1. Nov. 17, 1995 - City complete the service contract between the City and SRA. City submit.
service contract to TxDOT for approval.
2.. Jan. 11, 1996 - TxDOT approve the service contract between the City and SRA.
3. Feb. 8, 1996 - City Council approve the service contract between the City and SRA.
4. Feb. 15, 1996 - City and SRA execute service contract.
S. Feb. 27, 1996 - SRA begin survey and geotechnical investigation.
6. Apr. 10, 1996 - SRA begin Master Plan.
• Three committeeJpublic meetings to be scheduled during master plan.
7. May 22, 1996 - SRA complete Master Plan.
8. Jun. 7, 1996 - City and TxDOT approve Master Plan.
9. Jun. 12, 1996 - SRA begin Contract Documents.
10, Aug. 2I, 1996 - 50 percent review.
11. Oct. 30, 1996 - 100 percent review.
12. Nov. 13, 1996 - SRA complete revisions to construction plans and specifications and deliver to
City.
13. Nov. 15, 1996 - City deliver construction plans and specifications to TxDOT.
14. Apr. 15, 1997 - Contract bidding (letting date) and award contract (5 months minimum).
Lubbock - Broadway Streetscape 5171
Project Schedule Page I
Attachment C
Compensation
Lubbock - Broadway Streetscape
December 15, 1995
Compensation to the Engineer shall be as follows:
(1) Topographic Survey/Base Sheet Preparation
(allowance not to exceed) ........................... $40,200
(2) Geotechnical Investigations (,Allowance not to exceed) ........... 10,800
(3) Master Plan ........................................... 25,500
(4) Contract Documents
(a) Streetscape........................................ 97,000
(b) ,Antique Lighting Design * ............................ 17,500
(5) Reimbursable Expenses, approximate (Allowance not to exceed) ..... 2,000
Texas Board of Licensing and Regulation Plan Review ........ 425
Overnight Delivery Allowance ........................... 500
Printing/Photography Allowance ....................... 1,075
$2,000
*Not included in scope of ISTEA funding.
Lubbock - Broadway Streetsca e 517i
Compensation Page 1
SCHEDULE OF CHARGES- 1995
BILLABLE SALARY RATE & EXPENSE CHARGES
RANGE OF BILLABLE SALARY RATE
CLASSIFICATION: LOW HIGH
PRINCIPAL
$ 107
$ 131
ASSOCIATE
89
99
SENIOR ENGINEER
83
98
ENGINEER III
71
82
ENGINEER II
55
71
ENGINEER 1
47
55
SENIOR LANDSCAPE ARCHITECT
75
96
LANDSCAPE ARCHITECT III
64
75
LANDSCAPE ARCHITECT II
49
64
LANDSCAPE ARCHITECT 1
41
49
SENIOR PLANNER
81
99
PLANNER
64
81
ARCHITECT
69
80
DESIGNER
66
75
SURVEY COORDINATOR
52
62
SENIOR ENGINEERING TECHNICIAN
46
55
ENGINEERING TECHNICIAN
37
51
PLANNING TECHNICIAN
33
50
PRODUCTION COORDINATOR
63
75
DRAFTSMAN III
47
55
DRAFTSMAN 11
37
47
DRAFTSMAN[
30
39
SENIOR SECRETARY
33
50
SECRETARYIWORD PROCESSOR
28
39
CLERK
24
32
The ranges and individual salaries are adjusted annually
OTHER SERVICES (invoiced at rate shown):
COMPUTER PLOTTING SERVICES (in house):
Four Man Field Party
$951hour
Three Man Field Party
851hour
Two Man Field Party
75/hour
PC CAD Station
$12/hour
PC Station
8/hour
PRINTING SERVICES (in house):
COMPUTER PLOTTING SERVICES (in house):
BLACK INK ON COLOR ON MYLAR FILM
SQ. FT. PER ORDER BLUE LINE MYLAR SIZE
BONDNELLUM BONONELLUM OF INK PLOT
PRICE VARIES ACCORDING TO SIZE OF ORDER up to 11"x17"
$ 10.50 $ 13.00 $ 13.50
24"x36"
11.00 15.50 21.00
6 $3.70 $10.00 30"x42"
12.50 22.00 27.00
1 1 1 oversize add
2.50/SF 3.50/SF 4.50/SF
100 25.71 139.00
101-200 0.18/S.F. 1.301S.F.
201-300 0.14/S.F. 1.25/S.F.
301-1000 0.13/S.F. 1.20/S.F.
1001 -up 0.11.SY. 1.15/S.F.
In-house Xerox copies provided at $0.07 per singEe side copy or $0.14 per doub{e side copy.
OTHER DIRECT EXPENSES:
Otherdimd expenses are reimbursed at actual cost times a multiplier of 1.10. They include outside printing and reproductions expense, communication expense, travel, transportation and
subsidence away from Arlington and other miscellaneous expenses directly related to the work, including costs of laboratory analysis, tests, and other work required to be done by independent
persons other than staff members.
SRA -1
Attachment D
Project Team
Lubbock - Broadway Streetscape
December 15, 1995
Percent of Services
ENGINEER: 66%
Schrickel, Rollins and Associates, Inc.
1161 Corporate Drive West, Suite 200
Arlington, Texas 76006
• Project Manager - Victor Baxter
• Landscape Architects - Lisa Woolsey, Dudley Raymond
• Civil Engineer - Sanford LaHue, P.E.
*GEOTECHNICAL ENGINEER: 5%
Terra -Mar, Inc.
2679 Lombardy Lane
Dallas, Texas 75220
• Geotechnical Engineer - Mark Farrow, F.E.
*SURVEYOR: 19%
High Tech Land and GPS Surveyors, Inc.
3330 70th Street, Suite 202
Lubbock, Texas 79413
*ELECTRICAL ENGINEER: 7%
H.G.E. Inc
11520 N. Central Expressway, Suite 228
Dallas, Texas 75243-6608
• Electrical Engineer - Michael Johns, P.E.
IRRIGATION DESIGNER 3%
Terry Little
16835 Addison Road, Suite 103
Dallas, Texas 75248
*D.B.E.
DBE PARTICIPATION (APPROXIMATE)
31%
Lubbock - Broadway Streetscape 5 i 7i
Project Team Page 1
Attachment E
Civil Rights Compliance
Lubbock - Broadway Streetscape
December 15, 1995
During the performance of this contract, Schrickel, Rollins and Associates, Inc., for itself, its assignees and
successors in interest (hereinafter referred to as the "Engineer"), agrees as follows:
(1) Compliance with Regulations: The Engineer shall comply with the Regulations relative to
nondiscrimination in Federally -assisted programs of the U.S. Department of Transportation, Title 49,
Code of Federal Regulations, Part 21, and Title 23, Code of Federal Regulations, Part 710.405(b), as
they may be amended from time to time (hereinafter referred to as the Regulations), which are herein
incorporated by reference and made a part of this contract.
(2) Nondiscrimination: The Engineer, with regard to the work performed by him during the contract,
shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention
of subcontractors, including procurements of materials and leases of equipment. The Engineer shall not
participate either directly or indirectly in the discrimination prohibited by Section 21.5 and Part
710.405(6) of the Regulations, including employment practices when the contract covers a program set
forth in Appendix B of the Regulations.
(3) Solicitations for Subcontracts Including Procurements of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the Engineer for work to be
performed under a subcontract, including procurements of materials or leases of equipment, each
potential subcontractor or supplier shall be notified by the Engineer of the Engineers obligations under
this contract and the Regulations relative to nondiscrimination on the grounds of race, color, sex, or
national origin.
(4) Information and Reports: The Engineer shall provide all information and reports required by the
Regulations, or directives issued pursuant thereto, and shall permit access to his books, records,
accounts, other sources of information, and his facilities as may be determined by the City of Lubbock
or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations
or directives. Where any information required of the Engineer is in the exclusive possession of another
who fails or refuses to furnish this information, the Engineer shall so certify to the City of Lubbock or
the Federal Highway Administration, as appropriate, and shall set forth what efforts he has made to
obtain the information.
(5) Sanctions for Noncompliance: In the event of the Engineer's noncompliance with the
nondiscrimination provisions of this contract, the City of Lubbock 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) Incorporation 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 City of Lubbock or the federal Highway
Administration may direct as a means of enforcing such provisions including sanctions for
noncompliance provided, however, that in the event an Engineer becomes involved in, or is threatened
with, litigation with a subcontractor or supplier as a result of such direction, the Engineer may request
the City of Lubbock enter into such litigation to protect the interests of the City, and, in addition, the
Engineer may request the United States to enter into such litigation to protect the interests of the
United States.
Lubbock - Broadway Streetscape 5 1 7i
Civil Rights Compliance Page I
CERTIFICATION OF THE CITY OF LUBBOCK
I hereby certify that I am the Mayor of the City, and that the
above consulting firm or its representative has not been required, directly or indirectly as an express or
implied condition in connection with obtaining or carrying out this agreement to:
(a) employ or retain, or agree to employ or retain, any firm or person, or
(b) pay, or agree to pay, to any firm, person or organization, any fee, contribution, donation
or consideration of any kind;
except as here expressly state
I acknowledge that this certificate is to b(
Department of Transportation, in connection
highway funds, and is subject to applicable S'
January 11, 1996
(Date)
s17i
;ton
CERTIFICATION OF CONSULTANT
I hereby certify that I am the -FkZ1S1QE5"- and duly authorized representative
of the firm of Schrickel, Rollins and Associates, Inc., whose address is 1161 Corporate Drive West, Suite
200, Arlington, Texas 76006, and that neither I nor the above firm I here represent has:
(a) employed or retained for a commission, percentage, brokerage, contingent fee or other
consideration any firm or person (other than a bona fide employee working solely for me or the above
consultant) to solicit or secure this agreement;
(b) meed, as an express or implied condition for obtaining this contract, to employ or retain
the services of any firm or person in connection with carrying out the agreement; or
(c) paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee
working solely for me or the above consultant) any fee, contribution, donation or consideration of any kind
for, or in connection with, procuring or carrying out the agreement;
except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the City and the Federal Highway Administration,
U.S. Department of Transportation, in connection with this agreement involving participation of Federal -
Aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil.
(Date) (Signature)
51A
DEBARMENT CERTIFICATION
A. Schrickel, Rollins and Associates, Inc., certifies to the best of its knowledge and belief, that it and
its Principals.
1. Are not presently debarred, suspended, proposed for debarment, declared ineligible or
voluntarily excluded from covered transactions by any federal department or agency;
2. Have not within a three-year period preceding this proposal been convicted of or had a civil
judgment rendered against them for commission of a 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 a
commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,
making false statement, or receiving stolen property;
3. Are not presently indicted or otherwise criminally or civilly charged by a governmental
entity* with cornmission of any of the offenses enumerated in paragraph (A)(2) of this
certification; and
4. Have not within a three-year period preceding this application/proposal had one or more
public transactions* terminated for cause or default.
B. Where Schrickel, Rollins and Associates, Inc., is unable to certify to any of the statements in this
certification, an explanation will be attached to the certification.
*federal, state, or local
Schrickel, Rollins and Associate ,Inc.
fes'-r��v
Title
Date
NIM
LOBBYING CERTIFICATION
for Contracts. Grants, Loans and Cooperative Agreements
The undersigned certifies to the best of his or her knowledge and belief, that;
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, in connection with the awarding of any federal contract, the snaking
of any federal grant, the snaking of any federal loan, 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 cooperative 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, subgrants and contracts under
grants, loans and cooperative agreements) and that all subrecipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Subrnission 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.
Sch ickel, Rollins and Associates, Inc.
�/0 eJ r
Title
Date
Aiwhlll:l/s
PRODUCER
COBLE-CRAVENS INSURANCE AGENCY, INC
202 E. BORDER, SUITE 201
P. O. BOX 429
ARLINGTON, TX 76004
INSURED
Schrickel, Rollins and Assoc.
1161 Corporate Drive
Suite 200
Arlington, TX 76006
ISSUE DATE (MM/DD/YY}
n 05/02/95
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES NOTAMEND, (EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY A Fireman I s Fund
LETTER
COMPANY D Fireman's Fund
LEITER
COMPANY C Texas Work Comp Insurance Fund
LETTER
COMPANY D CONTINENTAL CASUALTY CO
LETTER
COMPANY E
LETTER
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
r=v11 r Icinkrc Akin rn&IMITlnAIC nG CI Fr.114 vnl If`IFC I IMITR SHOWN MAY HAVF RFFN RFI)LJCFD BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM1DDt1`Y)
POLICY EXPIRATION
DATE (MM/DD/1'Y)
LIMITS
A
GENERALLIABILITY
GENERAL AGGREGATE S 1, 000,000
PRODUCTS-COMPIOPAGG. S
X CO_MMERCIALGENERAL LIAHIUTY
S67MXX805936250
05/05/94
05/05/95
PERSONAL & ADV. INJURY $ 1,000, 000
CLAIMS MADE lil OCCUR.
EACH OCCURRENCE S 1,000,000
OWNER'S & CONTRACTOR'S PROT.
FIRE DAMAGE (Any one fire) $ 50,000
MED.EJ(PENSE(Anyoneperscn) S 5,000
B
AUTOMOBILE
LIABILITY
ANY AUTO
S67MXAS0150646
05/05/95
05 f 05 j96
COMBINED SINGLE
LIMIT $ 1.000, 000
X
BODILY INJURY $
(Per person)
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident) $
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE $
GARAGE LIABILITY
EXCESS LIABILITY
EACH OCCURRENCE S
AGGREGATE S
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
C
STATUTORY LIMITS
EACH ACCIDENT S _ 11000,000
WORKER'S COMPENSATION
TSF10098903
05J05J95
05/05/96
DISEASE --POLICY UM&T $ 11 0 0 0, 0 0 0
AND
EMPLOYERS' LIABILITY
i
jDISEASE--EACH EMPLOYEE $ 1,000,000
D
OTHER
[X]PROFESSIONAL LIABILI
AAE008233490
12/12/94
12/12/95
LIMIT OF 1,000,000
LIABILITY
DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLESI8PECIAL ITEMS
PROFESSIONAL LIABILITY LIMIT AGGREGATE IS APPLICABLE TO ENTIRE POLICY
TERM.
.... ,..„ _
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
LAURA RITCHIE-BUYER MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
CITY OF LUBBOCK LIABILITY OF ANY KIND UPON T OMPANY, ITS AGEREPRVqENTATIVES,
1625 13TH ST., ROOM L-04 AUTHORIZED REPRESENTATIVE
LUBBOCK, TX 79401 �+�'