Loading...
HomeMy WebLinkAboutContract 47928 RFcRETAW �I�sic Q 1t1N 272016 CONTRACT NO. OfDRr ,�,_ CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Texas Highway Products, LTD authorized to do business in Texas, an independent contractor ("Consultant"), for a PROJECT generally described as: Fort Worth Controller Configuration and Testing. Article I Scope of Services Consultant hereby agrees to perform as an independent contractor the services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with Fort Worth Controller Configuration and Testing. (1) Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Consultant or its subconsultants, subcontractors and/or suppliers that has not been ordered in writing. It is specifically agreed that Consultant shall not be compensated for any alleged additional work resulting from oral orders of any person. Article II Compensation Consultant shall be compensated in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". However the total fee paid by the City shall not exceed a total of $48,000.00 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly. The Consultant shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. C4 of Fort Worth Texas OFFICIAL RECORD Standard Agreement for Professiona'Services Revision Date 9124/2014 CITY SECRETARY Page 1 of 8 FT.WORTH TTX Article III Term Unless terminated pursuant to the terms herein, this Agreement shall be for a term of 180 days, beginning upon the date of its execution, or until the completion of the subject matter contemplated herein, whichever occurs first. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant shall have exclusive control of and the exclusive right to control the details of its work to be performed hereunder and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondent superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence and Indemnification (1) Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. (2) In accordance with Texas Local Government Code Section 271.904, the Consultant shall indemnify, hold harmless, and defend the City against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the Consultant or Consultant's agent, consultant under contract, or another entity over which the Consultant's exercises control. City of Fort Worth Texas Standard Agreement for Professional Sery ces Revision Date 912412014 Page 2 of 8 Article VI Insurance (1) Consultant shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Consultant allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Consultant may elect to add any subconsultant as an additional insured under its liability policies. Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease-policy limit $100,000 disease-each employee (2)Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be delivered to the, Attention :Transportation and Public Works-Traffic Management, 5001 James Ave., Fort Worth, TX 76115-3801, prior to commencement of work. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. City of Fort Worth,Texas Standard Agreement for Professional Services Revisbn Date 912412014 Page 3 of 8 e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. g. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. h. City shall not be responsible for the direct payment of insurance premium costs for Consultant's insurance. i. Consultant's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. j. In the course of the Agreement, Consultant shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. k. Consultant's liability shall not be limited to the specified amounts of insurance required herein. I. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. Article VII Transfer or Assignment City and Consultant each bind themselves, and their lawful successors and assigns, to this Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. Article VIII Termination of Contract (1) City may terminate this Agreement for its convenience on 30 days'written notice. Either the City or the Consultant for cause may terminate this Agreement if either Party fails substantially to perform through no fault of the other and does not City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date 9242014 Page 4 of 8 commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter (2) If City chooses to terminate this Agreement under Article 8, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article 2 of this Agreement and Exhibit"B" attached hereto and incorporated herein. (3)All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be fumished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. Article IX Right to Audit (1) Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such sub-consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub- consultant facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any sub-consultant reasonable advance notice of intended audit. (3) Consultant and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. City of fort Worth.Texas Standard Agreement for Professional Services Revision Date 812412014 Page 5 of 8 Article X Minority Business and Small Business Enterprise(MBE)(SBE) Participation In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Consultant acknowledges the MBE and SBE goals established for this Agreement and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Consultant may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three(3)years. Article XI Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Form 1295 Certification No. N/A Article XII Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XIII Contract Construction The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed City of Fort Worth.Texas Standard Agreement for Professional Services Revision Date W2412D14 Page 6 of 8 and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. Article XIV Severability The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XV Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Transportation & Public Works TPW-Traffic Management 5001 James Ave Ft Worth, Tx 76115-3801 Consultant: Texas Highway Products, LTD Attn: Darold R Cherry 1309 Clark St. Round Rock, Tx. 78681 Article XVI Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement City of fort Worth.Texas Standard Agreement for Professional Services Revision Date:9124/2014 Page 7 of 8 Article XVII Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. Executed and effective this the 21 day of June, 2016. BY. BY: CITY OF FORT WORTH ENGINEER Texas Highway Product, LTD (10 0 L" Aison C Palumbo, P.E. Jesus J. Chapa Date 06/21/2016 Assistant City Manager Darold R Cherry CEO/President Date: ^� 7 �/,� Date 06/21/2016 APP OVAL RECOMMENDED: CI W.Wiersig D r, TPW 4 APPROVED AS TO FORM AND LEGALITY M&C No.: N/A By:'!� MBC Date: N/A oug Black Assistant City Attorney ATTEST ser. ecreta �,,a,,,, ••� ,,, City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date 012 4 12 0 1 4 Page 8 or 8 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Texas Highway Products. LTD QUOTE Arl 1309 Clark St.,Round Rack,TX 78681 Q-1501877 it Phone-(512)255.7633 Fax:(512)255-7634 DATE:04J29J2016 www.trafficsignals.com ACCOUNT: PREPARED FOR PREPARED BY: Fort Worth,City of Ali Mozdbar Donnie Yazdchi 5001 James Ave.,Bldg 640 Email.ali.mozdbar@fortworthtexas.gov Email: Fort Worth,TX 76115 Phone:(817)709-1824 Phone:(512)255-7633 Fax: Fax:(512)255-7634 JOB SHIPPING METHOD SHIPPING TERMS I ESTIMATED DELIVERY PAYMENT DATE TERMS Fort Worth Configuration&Testing Best Way FOB Destination Net 30 ITEM K PRODUCT NAME DESCRIPTION CITY UNIT PRICE LINE TOTAL City of Fort Worth Configuration&Testing(Per Fort Worth Intersection)Upgrade Controller to latest Linux i on& Configuration Kernel and MaxTime Software,Monitor Key 240 g programmed for each Intersection,Startup and $200.00 $48,000.00 Testing power Cycling,Test all coordination Patterns, Test Preemption. Subtotal $48,000.00 Tax $0.00 Shipping ORDER TOTAL $48,000.00 QUOTES ARE VALID FOR 90 DAYS. PLEASE CONTACT US TO VERIFY PRICING IF YOUR QUOTE IS OLDER THAN 90 DAYS. PURCHASER TO VERIFY ALL QUANTITIES PRIOR TO PLACING ORDER. THANK YOU FOR YOUR BUSINESSI CI TX A02 10 11 TEXAS CERTIFICATE OF INSURANCE This certificate Is Issued for Informational purposes only. It certifies that the policies listed In this document have been Issued to the Named Insured. It does not grant any rights to any party nor can It be used,In any way, to modify coverage provided by such policies. Alteration of this certificate does not change the terms, exclusions or conditions of such policies. Coverage Is subject to the provisions of the policies, includlngany exclusions or conditions, regardless of the provisions of any other contract, such as between the certificate holder and the Named Insured. The limits shown below are the limits provided at the policy inception. Subse- quent paid claims may reduce these limits. Certificate Holder. Named Insured: CITY OF FT 1ORTH TRANSPORTATION AND TEXAS HIGHWAY PRODUCTS PUBLIC WORKS TPW-TRAFFIC SERVICE 1309 CLARY S: 5001 JMES AVE ROUND ROCK TX 78681-4232 FT WORTH, TX 76115-3801 Automobile Liability Insurer Name: Allstale County Mutual Insurance Company PolicyNumbor 640523263 1-Any Auto 2-Owned Autos Only 3-Owned Priv Pass Autos Only A-Owned Autos Other Than Priv. 5-Owned Autos Sub)ect to No 6-Owned Autos Subject to a Com pu.sory UM Law Pass.Autos Only Fault X 7-Specifically Described Autos 8-Hired Autos Only X 19-Non-owned Autos Only Policy Effective Date: 12-01-2015 Policy Expiration Date: 12-01-2016 Limits OfS 1,000,OOP Combined Single Limit(each accident) Insurance: BI Per Person BI Per Accident PD Per Accident Description of Orationsl LocaflonslVehiclesl Enclorsements/SpecialProvisions Interested Party Type: ADDITIONAL INSURED - T--;ER THIS CERTIFICATE DOES NOT GRANT ANY COVERAGE OR RIGHTS TO THE CERTIFICATE HOLDER IF TH IS CERTIFICATE INDICATES THAT THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED, THE POLICY(IES) MUST ETHER BE ENDORSED OR CONTAIN SPECIFIC LANGUAGE PROVIDING THE CERTIFICATE HOLDER WITH ADDITIONAL INSURED STATUS.THE CERTIF CATE HOLDER IS AN ADDITIONAL INSURED ONLY TO THE EXTENT INDICATED IN SUCH POLICY LANGUAGE OR ENDORSEMENT Producer. DAVID BAP.-LAY I143MLtICE AGEUCY Authorized Representative: Date:06-0'-1 Includes copyrighted material of InsLrance Services CHice,Inc.,with its permission CI TX A02 10 11 Allstate County Mutual Insurance Company Page 1 of 1 C.Y-a!e CODs Ac Ro bm CERTIFICATE OF LIABILITY INSURANCE °�'I'"""'°'�"�' 6/61201 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the pollcy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In Hou of such endorsement(s). PRODUCER NAME. GayiyII4C?O55 Marsh S McLennan Agency LLC P(pH1c,lr,,.ETu),713-780-E 1 BE �.Nt21254JL-6 aE 2500 City West Blvd.,Suite 2400 E4MIUL Houston TX 77042 INSURERISI AFFORDING COVERAGE NAIC M INSURERA:8Ud ogton-lasurance-f&mpany 31320_ INSURED TEXASHIGHWI INSURER B U5l[yJpSUL3 9410 Texas Highway Products INSURER rtford Casualty_lnsurance-Comp 9424 1309 Clark Street INSURERp :1-loo's of London Round Rock TX 78681 INSURER E• nce CoII}pariy INSURER F; COVERAGES CERTIFICATE NUMBER:59996800 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTVVITH STANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE 'ISSUED OR MAY PERTAIN, THE NSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POUC ES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS TSR TYPE OF INSURANCE ADOL SUER NUYYER YNaICY FFF YY�Y E P LIMITS A GENERALUAetLiTY Y Y 102BW34009 1213112015 12/3712016 EACHOCCURRENCE $1.000:000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES(Eegcwrence) $100,000 CLAIMS4MADE OCCUR MED EXP(Anyone arson $5000 PERSONAL t ADV INJURY $1.000,000 GENERAL AGGREGATE $2,00,000 GEN'.AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG f2 00 000 POLICY X MOT• E-1 LOC 5 — AUTOMOBIL!LIABILITY GO U b�t LIMIT e er�id-qnt} ANYAUTO BODILY INJURY(Par person) 5 ALLAUTOrNED AUTOS CHEDULED BODILY INJURY(Per accident) 5 HIRED AUTOS AUTOS PROPERTY DAMAGE S s e UMBRELLA UAB X OCCUR Y BE04a399978 1213112015 121]112016 EACH OCCURRENCE $5.000,000 EXCESS LMB CLAIMS-MADE AGGREGATE SS 000 000 DED RETENTION $ G' WORKERS COMPENSATION Y 61VVECN090t9 12/31/2015 11/]t2016 X wCSTATU IOTH AND EMPLOYERS'LIABILITY LE ANY PROPRIETORRMTNERIEXEC11TIVE Y r N E L EACH ACC DENT S1 000 Oo0 OFFICERAIE MBER EXCLUDED? N N I A (Mandanory M NH) E L DISEASE-EA EMPLOYE 51.000.000 I1 yea d1Knbe under OE RIPTION OF OPERATIONS below E L DISEASE -1 Irl L M:T 51.000.000 D PlolesslorlM Liability ME01007BD615 12/31/2015 12/312019 Eel:h Claim $1,000.000 E Prop" 61 SBQVN3341 12/3112015 121312016 Busi,leis Personat $520900 Property DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACCORD 101,Additional RenvaAu Schedule,U mon apace Is required) The policies include a blanket automatic additional insured endorsement that provides additional insured status to third parties only when there is a written contract that requires such status.Umbrella/Excess Liability contains follow form underlying coverage wording The policies include a blanket automatic waiver of subrogation endorsement that provides this only when there is a written contract that requires such The GL policy contains a special endorsement with Primary and Non Contributory wording and provides this only when there is a written contract that requires such. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Worth Transportation 8 Public Works TPW- THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Traffic Service ACCORDANCE WITH THE POLICY PROVISIONS. 5001 James Avenue Fort Worth TX 76115 AU [ZED REPRlSlNTATIVE 1 ®1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD