Loading...
HomeMy WebLinkAboutContract 50091 4 C�TPACT NOCITY RM _ 1-- DEC 2 6 2017 CITY OF FORT WORTH, TEXAS CI�SSCP" 1pINDAR D AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality ("CITY"), and Kimley-Horn and Associates, Inc., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: 2014 Street Lighting Program Year 4. Article I Scope of Services The Scope of Services is set forth in Attachment A. Article II Compensation and Term of Agreement A. The ENGINEER's compensation shall be in the hourly, not-to-exceed amount of $359,221.00 as set forth in Attachment B. B. Unless otherwise terminated pursuant to Article VI. D. herein, this Agreement shall be for a term beginning upon the effective date, as described below, and shall continue until the expiration of the funds or completion of the subject matter contemplated herein, whichever occurs first. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 3 ei t. OFFICIAL.RECORD City of Fort Worth,Texas rrlSECRETARY Standard Agreement for Engineering Related Design Services Revised Date:11.17.1 Page 1 of 17 7 es 1�y nti TX (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The ENGINEER shall perform its services: (1) with the professional skill and care ordinarily provided by competent engineers practicing in the same or similar locality and under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 2 of 17 work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 3 of 17 indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or this AGREEMENT between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 4 of 17 the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity goals (Chapter 20, Article X of the City's Code of Ordinances a/k/a 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. Engineer acknowledges the MBE and SBE goals established for this contract 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 Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 5 of 17 directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (11 ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an additional insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self- insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless the CITY specifically approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 6 of 17 liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non-owned is acceptable. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation — ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability— ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be attached to this AGREEMENT prior to its execution. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, subject to any defense provided by the policy, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 7 of 17 c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 8 of 17 final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior shall not apply. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 9 of 17 changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights- of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 10 of 17 an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing for contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 11 of 17 of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY may secure Builders Risk/Installation insurance at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 12 of 17 Article VI General Legal Provisions Amendments to Article VI if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated a.) by the City for its convenience upon 30 days' written notice to ENGINEER. b.) by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days' written notice or thereafter fails to diligently complete the correction. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 13 of 17 b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; C.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECTs schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify or hold harmless the CITY against liability for any damage committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control to the extent that the damage is caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 14 of 17 Texas. I. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. J. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. K. Immigration Nationality Act ENGINEER shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by CITY, ENGINEER shall provide CITY with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. ENGINEER shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any ENGINEER employee who is not legally eligible to perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER, ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ENGINEER, shall have the right to immediately terminate this Agreement for violations of this provision by ENGINEER. L. Prohibition On Contracts With Companies Boycotting Israel ENGINEER acknowledges that in accordance with Chapter 2270 of the City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 15 of 17 Texas Government Code, CITY is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, ENGINEER certifies that ENGINEER'S signature provides written verification to the CITY that ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. 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. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A- Scope of Services Attachment B - Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 16 of 17 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH ENGINEER Kimley-Horn and Associates, Inc. Jesus J. Chapa Scott . Arnold, P.E. Assistant City Manager Assistant Secretary Date: 1A 'c)�- l 2 Date: 0 ecer~.b� lei a�17 APPRObAL RECOMMENDED: By: 44 1. �J- L'i , - Douglas6W. Wiersig, P.E. Director, Department of Tran portation and Public Works Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting req um ts. Clint Hoover, P.E. Senior Professional Engineer APPROVED AS TO FORM AND LEGALITY By: Doug as W. Black Assistant City Attorney ATTEST: Form 1295 No. 2017-282138 ORT ►/�,rQ Vary J. Kas M&C No.: C-28504 City Secreta �' v M&C Date: Dece City of Fort Worth,Texas * Tk"1�Q� OFFICIAL RECORD Standard Agreement for Engineering Relate ces CITE'SECRETARY Revised Date:11.17.17 Page 17 of 17 FT. WORTH,Tx ATTACHMENT "A" Scope for Engineering Design Related Services for 2014 Street Lighting Program Year 4 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE The objective of this project is to improve both vehicular and pedestrian safety at night by installing new street lights. The limits of this project are: - Diamond Hills Neighborhood Phases 1 and 2 o Area bounded by Long Avenue to the north, Hutchinson Street to the east, NE 28th Street to the south, and N. Main Street to the west. - North Hi Mount Neighborhood o Area bounded by Clarke Avenue to the north, Haskell Street to the east, Camp Bowie Boulevard to the south, and Virginia Place to the west. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design (30%) Task 3. Draft Final Design (90%) Task 4. Final Design Task 5. Construction Phase Services Task 6. Survey and Subsurface Utility Engineering Services TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 13 • Attend two (2) field meetings with CITY representatives, including Traffic Management, prior to the 30% and 90% submittals. • Conduct and document weekly project update meetings with CITY Project Manager. • Conduct review meetings with the CITY at the end of each design phase (30% and 90%). • Conduct and document biweekly design team meetings. • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Transportation and Public Works Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Prepare and submit a preliminary Project Risk Register, preliminary Stakeholder Register, and preliminary Project Communications Plan. CITY to modify and finalize. • Prepare monthly updates to the Total Project Budget Estimate (TPBE) spreadsheets and Project Risk Register. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design ASSUMPTIONS • One (1) pre-design project kickoff/chartering meeting • Two (2) field review meetings • Twenty (20) weekly project update meetings during design phase • Two (2) plan review meetings • Ten (10) biweekly design team meetings • Project design phase is anticipated to take five (5) months. • Project construction phase is anticipated to take eight (8) months. • Prepare thirteen (13) monthly updates of project status reports, MWBE forms, TPBE, risk register, and project schedule. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 2 of 13 DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress status reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form G. Monthly TPBE spreadsheet updates H. Monthly Project Risk Register updates I. Preliminary Project Risk Register, preliminary Stakeholder Register, and preliminary Project Communications Plan TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • Obtain the most recent IES photometric files from the lighting manufacturer to use in the photometric analysis to determine pole placement and spacing. • Meet with City, including Traffic Management, on site to determine available electrical service points • Meet with local electrical service provider to determine available power poles to obtain power from. • Coordinate with CITY to determine pole, arm, and fixture type for project. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 3 of 13 • Collect available aerial photography, as-built plans, Tarrant Appraisal District (TAD) ownership information, and field measurements to prepare the base map for the Diamond Hills Phase 1 and 2 projects. 2.2. Photometric Analysis • Perform photometric analysis utilizing the IES file obtained in Task 2.1 to determine optimum light pole spacing to meet the lighting guidelines in the latest version of the IES RP-08-14. • Evaluate light trespass into private property. • Export light pole locations, calculations points, and footcandle isolines to AutoCAD format. 2.3. The Conceptual Design (30%) Package shall include the following: • Cover and Index Sheets • General Notes Sheet • Existing Conditions Sheet: Show existing street lights, wood utility poles, signs, traffic control lights and street light removals. - Show existing roadway, curb lines, existing ROW, existing sidewalks, ramps, trees, fences, fire hydrants, mail boxes, driveways, utility poles, proposed street light pole placements, proposed electrical service points, existing drainage structures, and CITY owned franchise utilities. ■ For North Hi Mount, these will be shown using survey. ■ For Diamond Hills Phases 1 and 2, features will be shown on an aerial photograph only without survey. • Project Overview Sheets - Two viewports per sheet - Scale of 1" = 120' for 11" x 17" sheet - Show curb lines, existing ROW, existing sidewalks, ramps, trees, fire hydrants, mail boxes, driveways, wood utility poles, proposed street light pole locations, proposed electrical service points, existing drainage structures, City owned franchise utilities, street name labels, and distance between lights. • Proposed Street Lighting Layout Sheets - Two viewports per sheet - Scale of 1" = 60" for 11" x 17" sheet - Color coded calculation points (5' x 5' grid) within pavements labeled with footcandle values. - Legend showing footcandle definition for each color. - Chart showing proposed illuminance values (fc)for Average, Minimum, and Average/Minimum. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 4 of 13 Project control data. • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. • Documentation of key design decisions. • Engineer's Opinion of Probable Construction Cost (OPCC). 2.4. Public Meeting • After the 30% plans have been reviewed and approved by the CITY, the ENGINEER shall prepare project exhibits, and attend up to two (2) public meeting to help explain the proposed project to residents. • The CITY shall select a suitable location, prepare and mail the invitation letters to the affected customers. The ENGINEER shall coordinate with the CITY GIS staff to identify affected property owners/residents and develop a spreadsheet listing addresses of those to invite to the public meeting. ASSUMPTIONS • Two sets of street lighting plans will be prepared. One for North Hi Mount and one for Diamond Hills Phases 1 and 2. • Three (3) sets of 11" x 17" size plans will be delivered for the 30% design. • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • ENGINEER shall not proceed with Draft Final Design (90%) activities without written approval by the CITY of the Conceptual Design (30%) Package. • Up to two (2) public meetings to present the concept design. • Pole locations shall be set after CITY approval of the Conceptual Design (30%) Package. Significant changes to pole locations on future review may be considered additional services. • CITY will prepare and mail Public Meeting mailers and secure meeting location. DELIVERABLES A. Conceptual Design (30%) Package B. Public Meeting Exhibits City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 5 of 13 TASK 3. DRAFT FINAL DESIGN (90 PERCENT). Draft Final plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the draft final design (90%) of the infrastructure as follows. 3.1. Development of Draft Final Design Drawings and Specifications shall include the following: • Updated sheets previously stated in Task 2. • The proposed street lighting layout sheets shall have the calculation points and color legend removed. Proposed street light poles and ground boxes shall be labeled with stationing and offset and dimensioning from adjacent side streets or other permanent points of reference. • SUE plan drawings • Quantity Summary Sheet. • Design Charts Sheet including conduit and cable chart and street lighting summary sheet. • Applicable CITY standard detail sheets. • Excel spreadsheet for voltage drop calculations. • Opinion of Probable Construction Cost (OPCC). 3.2. Constructability Review • Prior to the 90 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.3. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 6 of 13 ASSUMPTIONS • Three sets of 11" x 17" size plans will be delivered for the 90% design. • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • Three (3) sets of full size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Draft Final Design plans. DELIVERABLES A. Draft Final Design drawings B. Utility Clearance drawings C. Excel spreadsheet for voltage drop calculations D. OPCC E. Completed City Checklists TASK 4. FINAL DESIGN AND FINAL PROJECT MANUAL DOCUMENTS (100 PERCENT). Upon approval of the Draft Final plans, ENGINEER will prepare construction plans as follows: • Final construction plans (100%) and Project Manual shall be submitted to CITY per the approved Project Schedule. • Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design OPCC with the 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • Three (3) sets of 11" x 17" size drawings and Three (3) Project Manuals will be delivered for the 100% Design package. • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. DELIVERABLES A. 100% construction plans and Project Manual B. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. C. Original cover mylar for the signatures of authorized CITY officials. D. Completed City Checklists City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 7 of 13 TASK 5. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 5.1. Construction Support • The ENGINEER will prepare up to two (2) task order packages for construction. The task order packages will include: cover/authorization sheet, project maps, quantity and estimate summary, and the signed and sealed plan sheets. The ENGINEER will assist the CITY in routing for signatures and uploading the executed task orders to BuzzSaw. • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend up to two (2) public meetings to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER will attend bi-weekly construction progress meeting during the duration of construction. The ENGINEER will prepare meeting notes with action items and construction progress photos and distribute these to the project team. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • The ENGINEER will prepare a Construction Communication Plan detailing procedures for communicating between Project Delivery Team members and Contractors. • The ENGINEER will attend up two (2) meetings with concerned citizens as needed. • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in Buzzsaw. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • The ENGINEER will revise plans as needed per CITY approved change orders. • The ENGINEER will coordinate with the TPW department as necessary. • The ENGINEER will coordinate with involved external agencies as needed. • The ENGINEER will update project schedules on a monthly basis, as stated in Task 1. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 8 of 13 • The ENGINEER will review and recommend approval of change orders submitted by the Contractor. • The ENGINEER will meet with the Project Delivery Team and Contractor on-site to review any field changes. • The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list. ASSUMPTIONS • Two (2) task order packages are assumed. • One (1) pre-construction meeting is assumed. • Up to (2) public meetings are assumed. • Sixteen (16) bi-weekly construction status meetings are assumed. • Eight (8) additional site visits are assumed. • Two (2) meetings with concerned citizens are assumed. • Three (3) submittal reviews are assumed. • Eight (8) RFI's are assumed. • Two (2) Change Orders are assumed. • One copy of full size (22"x34") mylars will be delivered to the CITY DELIVERABLES A. Task Order Packages B. Public meeting exhibits C. Meeting minutes with progress photos D. Construction Communication Plan E. Response to Contractor's Request for Information F. Review of Change Orders G. Review of shop drawings H. Final Punch List items City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 9 of 13 TASK 6. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 6.1. Design Survey • Survey limits are as follows: o North Hi Mount from: o Virginia Place from Camp Bowie Blvd to alley north of Clark Avenue o Belle Place from Camp Bowie Blvd to Clark Avenue o Madeline Place from Camp Bowie Blvd to Clark Avenue o Dorothy Lane from Camp Bowie Blvd to Clark Avenue o Clark Avenue from Victoria Place to Haskell St (Bertrose St.) o Survey from right-of-way line to gutter line in the vicinity of the proposed street light and conduit. o Diamond Hills Phase 1 and Phase 2: No survey will be collected. All design information will be shown on aerial photography provided by the CITY or available online sources. • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. • The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: — The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 10 of 13 6.2. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level B for the project limits of North Hi Mount as described below. The SUE shall be performed in accordance with CI/ASCE 38-02. Quality Level D • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level C (includes tasks as described for Quality Level D) • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. • Survey surface features of subsurface utility facilities or systems, if such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. • The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 11 of 13 Quality Level B (includes tasks as described for Quality Level C) • Select and apply appropriate surface geophysical method(s)to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. Quality Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • Provide paving thickness and type, where applicable. • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. ASSUMPTIONS • Level B SUE will be collected along the projects areas for North Hi Mount, within the parkway where proposed lights are to be installed. • Up to five (5) Level A SUE holes are assumed for the North Hi Mount project. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. C. SUE plan drawings sealed by a professional engineer registered in the State of Texas. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 12 of 13 ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services. • Performance of materials testing or specialty testing services. • Record Drawings, estimated fee of$8,000. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 13 of 13 ATTACHMENT B COMPENSATION 2014 Street Lighting Program Year 4 Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated in an hourly amount not-to-exceed $359,221.00 for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Rate ($/hour) Project Director $230 -$250 Project Manager $195 -$210 Sr. Project Engineer $165 - $185 Registered Professional Land Surveyor (RPLS) $175 - $190 Project Engineer/ Professional $150 - $165 EIT $115 - $130 CADD Designer $120 -$150 CADD Tech $100 - $115 Project Accountant $150 - $170 Administrative $85 -$100 Intern $70 - $80 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. Ill. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Kimley-Horn and Project management, design, $320,374.75 89.2% Associates, Inc. bidding, construction phase services Proposed MBE/SBE Sub-Consultants Gorrondona & Topographic survey and ROW $18,896.25 5.3% Associates, Inc. determination The Rios Group Subsurface Utility Engineering $19,950.00 5.5% Non-MBE/SBE Consultants TOTAL $359,221.00 100.0% Project Number & Name Total Fee MBE/SBE Fee MBE/SBEeta CPN 101263 —2014 Street Lighting $359,221.00 $38,846.00 10.8% Program Year 4 City MBE/SBE Goal = 10% Consultant Committed Goal = 11% City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 4 B-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 4 of 4 B-4 Professional Services Payment Request Project Manager: Jennifer Roberts,P.E. Summary Project: 2014 Street Lighting Program Year 4 City Project#: 101263 City Sec Number: Consultant Instructions: Fill In green cells Including Invoice Number,From and To Dates and the Included worksheets. Company Name: Kimley+lom and Associates,Inc. When your Invoice Is complete,save and close,start aumaw and Add your Invoice to the Consultant folder within Project's folder. Consultant's PM: Scott R.Arnold,P.E. email: scott.amold@klmley-hom.com Vendor Invoice#: Office Address 601 Cherry St,Unit 11Suke 95017ort Worth,TX 76102 Payment Request#: Telephone: 817-335-6511 From Date: Fax: 817-335-6070 To Date: Invoice Date: Remit Address P.O.Box 95164oD41as,Texas 75395-1640 Agreement Agreement Amendment Amountto Amount Percent ($)Invoiced Current Remaining Sheet FAC and Work Type Description Amount Amount Date Spent Spent Previously Invoice Balance Work Tye 1 Project Management and Design $329,036.0 $329,036. S329,D36. Work Tye 2 _ Construction Phase Services $30,185.00 $30,1 cc 185.0 Work Tye 3 Work Type 4 Work Type 5 Work Type 6 Totals This Payment Request $359.221.D0 $359.221.00 $359.221.00 Overall Percentage Spent: Kirnley-Horn and Associates,Inc.817-335-6511 817-335-5070 Invoice 801 Cherry St,Unit 11 P.O.Box 951640 Seim 950 TX 76102 Dallas,Texas 75395-1640 Port Wotlh Consultant Project No. CFW Project Manager Jennifer Rubens,P.E. Proj.Invoice No. Invoice date: Consultant's Project Manager; scan R.Anww,P.E. Consultant's email., smn.amold@kimlev-ham mm Period From Date To Date Name of Project: City Secretary Contract#: 2014 Street Lighting Program Year P.O.Number: Labor Category Name Hours Rate !hr Amount Prp ed Director 250.00 $0,00 Pro act Manager 210.00 $0.00 Sr.Prdaet.Er.;neer 185.00 $0,00 Pro'e41.Engineer 16500 $0.00 EIT 130,00 $0.00 Project Accountant 17000 $0,00 Administrative 1007 60.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 Total Labor 0.0 $0.00 Subcontract Seryice 70 o-raphlc Surve -Gortondonda&Associates,Inc. SUE The Rloa Group Subcontractor Subtotal $0.00 10 Pa—t Markup on Submnt—f So,,— @200 Non labor Expenses Nonlabor Expense Subtotal $0.00 Total Expenses(Subcontract Services+Markup+Nonlabor Expenses) $0.00 TOTAL DUE THIS INVOICE $0.00 Professional Services Payment Request Project Manager: Jennifer Roberts,P.E. Project: 2014 Street Lighting Program Year 4 City ProjectI 101263 Work Type Desc: Project Management and Desigl Consultant Instructions: F/A/C: City Sec Number: Fill in green cells Including Percent Complete and Invoiced Previously Quanitles Purchase Order: When your Invoice Is complete,save and close,start Buusaw and Add your Invoice to the Consultant folder within Project's folder. Name- Kimley-Horn and Associates,Inc. Consultant's PM: Scott R.Arnold,P.E. email: scott.ernold@kimley-hom.com Vendor Invoice#: Scott R.Arnold,P.E. Office Address 601 Cheng St,Unit 11Suite 950Fort Worth,TX 76102 Payment Request#: Telephone: 817-35-6511 From Date: Fax: 817-35-5070 To Date: Invoice Date: Remit Address.P.D.Box 95164oDallas.Texas 75395-1640 Pay Items Agreement Agreement Amendment Amendment Amount to Amount Percent (S)Invoiced Current Remaining Description Amount Number Amount Date Sent Spent Previously Invoice Bala—c 30-Desi n Kimley-Horn $286,305,40 52[15,3054 - .'s 41 's0-Design Gorronoona $20,785.8 $207656 ,ZsS G: 30-Design Rios Graup $21,945.0 $21;45CC $27,945.0 Totals This Unit: $329.036.00 $329.096.00 $329036.00 Overall Percentage Spent: Professional Services Payment Request Project Manager: Jennifer Roberts,P.E. Project: 2014 Street Lighting Program Year 4 City Project#: 101263 Work Type Desc: Construction Phase services Consultant Instructions: FIAIC: City Sec Number. Ful In green sena Including Percent Complete and Invoiced Previously Ouanitles Purchase Order: when your Invoice Is complete,cave and clone,start Bussaaw and Add your Invoice to the Consultant folder whhin Projects folder. Company Name: IOmley-Hom and Associates,Inc. Consultant's PM: Scott R.Arnold,P.E. email: scotarnoldQkimley-hom.com Vendor Invoice#: Office Address:801 Cherry St Urn 11Suae 950Fort Worth,TX 76102 Payment Request#: Telephone: e17-335-6511 From Date: Fax: 817-335-5070 To Date: Invoice Date: Remit Address:P.O.Box 95164ODeles,Texas 75395-1640 Pay Items Agreement Agreement Amendment Amendment Amount to Amount Percent (Ej Invoiced Current Remaining Description Amount Number Amount Date Sent Sent Previously Invoice Balance 60-Co t-fion Kimie-Horn $30.185.00 $301a5c $30185.00 Totals This Unit. $aale5oo $30.185.00 aao165o0 Overall Percentage Spent Level of Effort Spreadsheet TASKMOUR BREAKDOWN Design Services for 2014 Street Lighting Program Year 4 Ci Pro act No.101263 E.psk N Task Description Project Sr.Protect LaProfours Phx% t obi Labor s Total Expense En in EIT Acct Atlminls tt- T Cost Sub..... . en}avel Faes Coll Task Sub TMal rec$250 $21111 Zp E m$1.1 5166 $i J0 $110 $loo SBE N.-BE n Mane ement 0 69 iJ 13 $48,835 $0 $o §250 $0 $260 §60 086 Managing iM1e Teem 14D 10,4op $0 $8.400 Communications antl Re ort PmDefiign Ki-Meetingn $1,020 Fleltl meetln sw/TM a0 10 $3.400 $200 $20D $5.600 3 Weekly proleM progress meet nOs 120 ea 2D $1,95. to $1,350 ase(2 ea) $2,040 550 $50 12.09. 5 Bhweeklytee'm meetings 110'ee ph t3 $3025 5. 56,825 en1M1l in $3,260 $0 $9.260 Monthly pro$a s reports(13 ea $2,015 a0 $2616 les(19 ee) $$Io SD $1,4111 PreparascrelltlminamoP 5106 50 6185 a Slakeholtler Register 6950 $0 $950 preliminary Communications Plan 1 $950 $0 $950 to TPBE 119 ea7 $1,900 tt $1900 Pre ere monihl u 2 $1900 moMM1l re Mn91131 ea Re 13 $2225 SO $2.225 1.215 CooNinete with other tlepartmenle/oMletle 53,360 $0 $3950 2.0 Conte lual Desi n]o% 0 48 0 2 E94260 $o $100 EO $150 $94,400 2.1 ala Collection 1.Research antl obtain r $105 $0 $705 2.1.2 in lES files from menufeMu�eormM $130 $0 $130 Meal with Clfy to tletermine available eleclriwl seriva 4 $1,500 $26 $25 $1.605 Mee with i Mel-o It,ervlce ro $190 825 $25 $815 COII�M available-fo prepare beseemepa for Dlemmltl Hills Ph-1 antl 2 $1,450 $0 $1,450 2.2 P.-PM1olomeiric Anerysis 5 $21415 2.2 Pre re Conte ual-gs Packs a $58,250 Public Meeh-(2 ee) $9810 $100 $100 $3,910 rn 90% 0 49 ol 5121 0 $91,940 $0 $0 $60 $0 §50 §9}990 DraX onsirugion lens 9D% 4D 110 $93,150 Sp $93,150 12 C.:tluCldNIX Rev $2,120 $10 $52 $2.110 Ulgm'Clearance 1 4 $1470 $0 $1.471 final Desi n 100% It 2. 60 0 $42,350 $e o $0 $0 $0 $42,350 Final construction lane too 542.350 g0 $42,- C 1-Phase Services 0 32 112 2 $29460 EO EO §}Ts EO $126 §]p,18S 0 p 4 0 5.1 CoONrucf/oe$u ort -- 1.1 Task Ortler Peckegea f2 oto I 1 4 131,100 $0 $1,100 n lee $190 $25 $25 $815 3 PublicnMeefin s 2e el M- $50 $50 13.- eal 4o $8880 $400 $4DD $9,280 1.5$ite Visits Bee 33600 $100 $100 $aeon 5.1.6 Pre are ConMmclion Communication Plan $165 $0 $165 51T Meet with-.-h-Zea $94D $SD $50 $e90 .0 Review shop tlmwings 3aaah $1,140 $D $15. ,140 11 .9 RFPs 8-h l $2,27, $p 12 7. 5.1..C...dinate with City tleartmenis 4 11,160 g0 $1,160 i1 Review eeltl than es antl revise a $2,2To $50 $50 92,62. 5.1.12 A9entl Final WalkThroughwilh Cif Oso 11915 S5o $50 82.025 Surve antl Utili Test Holes 0 0 0 $1AM $30,046 $0 §0 §0 $38,848 E90 926 Sury $140 $18,096 $16096 $19,696 Level A/H SUE $740 $18,9511 $19950 $20690 Totals 0 D13Do 13 17 5916,316 $30,848 $0 §1,1>6 $0 540,021 $365.336 Su Mal Hours Total Labor $315,315 Trial Ex $40,021 MBSBE Submnsultant $38,046 Non=MBOSBE Submnaullanl $0 1.1 10% $ub Marku Mot-BE Participei' 198%1048% Clly of Fort Worth.T. Tptal Pro act Los[ §358,221 Level DEXort Supplement PMO l OffuaRelease Me:8.092012 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for 2014 Street Lighting Program Year 4 City Project No. 101263 No changes to the Standard Agreement are proposed. City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of 1 Consulting Contract Schedule Specifications FORT WORTH City of Fort Worth Capital Improvement Program Attachment D—Project Schedule This PROTECT requires a Tier 3 schedule as defined herein and in the City's Schedule Guidance Document. D1. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Agreement. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: — Primavera (Version 6.1 or later or approved by CITY) — Primavera Contractor(Version 6.1 or later or approved by CITY) — Microsoft Project(Version 2003/2007 or later or approved by CITY)(PHASING OUT) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the CONSULTANT's understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on CITY comments, if any,and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY's Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks,subtasks,and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities,key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points,including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the CITY's Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative that highlights the following,if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 1 of 2 • Other schedule-related issues that the CONSULTANT wishes to communicate to the CITY. D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CITY's current Schedule Guidance Document. D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D. CONSULTANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted in the time and manner required by Attachment D and the CITY's current Schedule Guidance Document. City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 2 of 2 2014 Stmt Lighting Program Year 4 DST WQ CPN 109263 ID a.k Nwne aWn SYxI FnW iMe,ezaxNz «+� t _ �.. fi°a�=_.xi�yd..a,.hnd�s�d:tet,� ufllnlbt,97�a�+f�Aknr�nx a�rsA ,.au"gin /ueus�-.es�.�an�61'`."r^�r M.� �vn' s1u I�w,� 1 z 7,xadwmPl d qday rueuz/SA Tueu3/Ib 1.x PyamM;.,n 3p.prlp,M4,upm4n[ 2wdry+ T..e 112118 Mon 11731/]8 d�.RaltnLxry DM4n Mdew Tue ln/U Thu 4n91L 3.1 To0o Survey 30tlaw Tue Uy1A Mon 2/W1A . 3 33.3VI4 D..W lPhmamN I 15drya hl/lVI. Mnn 3/Sf1A d 3.3.3g45uhmlbN Idry Tue3/6/18 Tue 3/6/1 6 33.30%5ubminal 3!fi .1 Ow nv 2drys Wed 311138 Ahu31871. T ` , 3.S.Puw Mn ft'. Sdry FX3/9118 —M' . 3.6.Publk M4etluq Pl t 3/9 103,4.W54pce1Fn SSdays M3d971A iThu3J19f1. 8 I � 3.6.fiDx0edgn3ubnN(tal ldry FX 3139/18 FX3j30/1A 30 � 3.4..fi994DniQn SubmilW 3n0 13 32.[ty P..— Sdrys Mand/2j. Pue l/3/Ie 11 i 13 38.Lmskrvcbhllity Redew 3A- WM 4JIJ. 4hu9/5J3. 32 i I N� 34.UMlty Clea,anae YOd4w Fn 4iH78 Thu0/19/38 33 11.1-1DtlQn add I--Oem Id- IIWIIA na 51]!18 ' 4.1.Oreft mnxm Nan plain 190%1 YO d— Fd 4/b/lt lhu a)19J]8 �Y3 A3.9Wi Deden SUAmd41 ldxy M4JSg238 Fr1aJ10/L ]5 � a1.9094 Dedy.Submiabd 4/A0 1 19 4.3.City Renew Iday -PWMon4J291i8 l2 0.4.Puhbc MeetlnQA3 Sdry —oil VJ. Tu04/341]. ]8 4Puhlk Meetl.g 42 Wn9 9.s.flnalcmnewman Rl.m ilemul Id- Tae4/M/SA MPna/3Dj18 1. .6.FMslPkn subs Mal lday T.S/I/U Tuc Slv,. N db.Final%en submiml 5y1 U 3.hid Ph,e Serv4xa Wd.w Wed SJy38 Men VII. - 23 11-1- Pda Task-11 Pe,k;e Idry Wed111- Wed-111 31 l L 6.2,8oute TaskDFtlttBu slQnemres 3tlry5 'IN 573/3. FrY S/a/18 Z3 �, 1 53.4sua Noticeb Pnaee3 b-Cmetrucflon Id, Mon VIIle Mon oils 34 611mue Noxc<bPbmad WCmuWcxm 5P I l6 i.mmbucl3on'➢hm3wvim l..d+w Tu95/AI9A Thu 1272)118 3T 4.1 Pre-Cmstruc,lon Meetlra Idry -SJA/1Q —W./1h 25 6.,.Pntorstruclbn MnWp 3n 1 28 fi.2.GnMmctlan SSS dew WbMj. Tue WWl, 2] 29 1.3.Minx last Wel6Threu68 Sday Wad Ww. Wad wyl). 2. 6.3.Pw ua WAik-T "h 13/11 ID 6.9.Address Punh Uff Items SOdaw Thu 32)13114 WPd 11r2fi/18 29 31 6.5 Firxl WalNThrOyh ldav Thu]3n1/Ib Thu9y2Tj18 30 65.flew WalkThmugh Y2(1T Pralaak,01YJIX-StllMule-FY2 LxF �Qi .amncy 1"�� nnaa u.wrow o.nm,nrry !�� We-mH C F:�a m.rvrs > M.io.inq�e. DaK Mon,1J11fl1 sox ...,.....,, agw.mmrz r—...— .1 �amns.awun t "• w.e s�mnymvoP 5.aaar ] vM.n Ki,de}�Hmn.+nd Assadrtaa,Inc Paget MAYOR AND COUNCIL COMMUNICATION MAP 2014 Street Lighting Program Year 4 - Diamond Hills Phase 1 and 2 • � i.a 4 • tl '/yw ■�� �w • .'Ari 'y' r p, 1P"" w.1 • W, 5020� s [ Nil r ti" i N #3 1 St�St° + t� N 3'I'd St 44, .N 2Ht St :.. r • .. ". • II r i ''*'4: " i r ..i ~ AO "'�►+. X500 3000 Ft Copyright 2016 City of Fort Worth. Unauthorized reproduction is a violation of applicable laws. This product is for informational purposes and may not have been prepared for or be suitable for legal,engineering,or surveying purposes. It does not represent an on-the-ground survey and represents only the approximate relative location of property boundaries. The City of Fort Worth assumes no responsibility for the accuracy of said data. .' r• y . ,r,. met i' �. �' +I♦ � ;�1 „� L Air D,*.I m 41 tcA,SA MIX UL .17 s * �, P•'■" sir �i .;;* � � • . � , - i -14 �x Kms. iYb✓� .!,"S ���• lei AP ..w a r n . AC, a 'r` 1 - C - �o�], CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll Complete Nos.1-4 and 6 it there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 it there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-282138 Kimley-Horn and Associates,Inc. Dallas,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 11/09/2017 being filed. City of Fort Worth,Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 101263 2014 Street Lighting Program Year 4 Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Atz,John Dallas,TX United States X Peed,Brooks Dallas,TX United States X Schiller,Mike Dallas,TX United States X Wilson,Mark Dallas,TX United States X 5 Check only if there Is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. El MIRIAM CASateofTeNPutrt;G,Stets pf Texas CommExpires 03.13.2021Notary ID 131041344 Signature of authorized agent of convating business entity ,N�` AFFIX NOTARY STAMP/SEAL ABOVE r1 u� ,� Sworn to and subscribed before me,by the said Rro) Wu WDA llt this the ��1 day of 20 ' to certify which,witness my hand and seal of office. SignAtufe ofo er administering oath Printed name of officer admin' tering oath Title of nfcer'administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1,0.3337 Page 1 of 2 Official site of the City of= r; N x— e_kas CITY COUNCIL AGENDA F H COUNCIL ACTION: Approved on 12/12/2017 REFERENCE202014 STREET DATE: 2/12/201 NO.: **C-28504 LOG NAME: LIGHTING PROGRAM YEAR 4 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Engineering Agreements with Lee Engineering, LLC, in an Amount Not to Exceed $158,901.58 and Kimley-Horn and Associates, Inc., in an Amount Not to Exceed $359,221.00 for the Design of Street Lighting Improvements (2014 BOND PROGRAM) (COUNCIL DISTRICTS 2, 3, 4 and 7) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of an Engineering Services Agreement with Lee Engineering, LLC, for the design of street lighting improvements along Overton Park Drive East from Bellaire Drive to Altura Court and along North Beach Street from Long Avenue to the Railroad Tracks in an amount not to exceed $158,901.58 (City Project No. 101263); and 2. Authorize the execution of an Engineering Services Agreement with Kimley-Horn and Associates, Inc., for the design of street lighting improvements in the Diamond Hill Neighborhood (Phases 1 and 2) and in the North Hi Mount Neighborhood in an amount not to exceed $359,221.00 (City Project No. 101263). DISCUSSION: This Mayor and Council Communication is to authorize Engineering Services Agreements with Lee Engineering, LLC and Kimley-Horn and Associates, Inc. for design of new street lights in four areas as part of the 2014 Bond Program. The four area are: 1. Overton Park Drive East from Bellaire Drive South to Ranier Court/ Altura Court, east of Hartwood Park (Lee Engineering). 2. North Beach Street from East Long Avenue/ Broadway Avenue to the railroad tracks approximately 0.4 miles to the north (Lee Engineering). 3. Diamond Hill Neighborhood Phases 1 and 2 is bounded by Long Avenue to the north, Hutchinson Street to the east, NE 28th Street to the south and North Main Street to the west. Diamond Hill Elementary School is within Phase 2 (Kimley-Horn). 4. North Hi Mount Neighborhood project is bound to the west by Virginia Place, to the south east by Camp Bowie Boulevard and Clark Avenue to the north (Kimley-Horn). The engineering firms recommended for contract award have been selected based on Transportation and Public Works' Request for Qualifications (RFQ) advertised in the Fort Worth Star-Telegram on January 5, 2017 and January 12, 2017. A portion of this project will include 2014 Bond Funds. Available resources within the General Fund will be used to provide interim financing for these expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official intent to reimburse, that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-05-2014) and subsequent actions. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=25398&councildate=l 2/12/2017 12/18/2017 M&C Review Page 2 of 2 M/WBE OFFICE— Both engineering contracts are in compliance with the City's BDE Ordinance. Lee Engineering, LLC, is in compliance with the City's BDE Ordinance by committing to 27 percent SBE participation. The City's SBE goal on this project is 25 percent. Kimley-Horn and Associates, Inc., is in compliance with the City's BIDE Ordinance by committing to 11 percent SBE participation. The City's SBE goal on this project is 10 percent. These projects are located in COUNCIL DISTRICTS 2, 3, 4 and 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget as appropriated of the 2014 Bond Fund. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year ChartField 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID I I ID Year Chartfield 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Lissette Acevedo (2722) ATTACHMENTS Form 1295 Kimley-Horn.pdf Form 1295 LEE Engineering.pdf Map 2014 Street Lighting Program Year 4 Diamond Hills P1 and 2.pdf Map 2014 Street Lighting Program Year 4 North Beach Street.pdf Map 2014 Street Lighting Program Year 4 North Hi Mount.pdf Map 2014 Street Lighting Program Year 4 Overton Park Drive East.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=25398&councildate=12/12/2017 12/18/2017