Loading...
HomeMy WebLinkAboutContract 34283CITY SECRETARYQ CONTRACT NO. STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § PROFESSIONAL SERVICES AGREEMENT This Agreement is made by the City of Fort Worth, Texas, a home rule municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas, hereinafter called "City", and The Landscape Alliance, hereafter called "Consultant". City and Consultant may be referred to herein individually as a party and collectively as the parties. PROJECT - Proposed South Central Community Center Site Assessment Study 2. SCOPE OF SERVICES — The Scope of Services is set forth in Attachment "A" hereto and incorporated herein. 3. COMPENSATION a) Consultant's compensation is set forth in Attachment `B" hereto and incorporated herein. The maximum amount to be paid to Consultant for all services rendered and all expenses incurred hereunder shall not exceed Forty-five Thousand Nine Hundred dollars ($45,900). b) Payments to Consultant will be made as follows: i. The Consultant shall provide the City sufficient documentation to reasonably substantiate the invoices. ii. The Consultant will issue monthly invoices for all work performed under this Agreement. Invoices are due and payable within 30 days of receipt. iii. Upon completion of services enumerated in Section 1 of this Agreement, the final payment of any balance will be due within 30 days of receipt of the final invoice. iv. 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. 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. v. If City fails to make payment in full to Consultant for billings contested in good faith within 60 days of the amount due, Consultant may, after giving 7 days' written notice to City, suspend services under this Agreement until paid in full, including interest. In the event of suspension of services, Consultant shall have no liability to City for delays or damages caused City because of such suspension of services. 4. STANDARD OF CARE - The standard of care applicable to Consultant's services will be the degree of skill and diligence normally employed in the State of Texas by professional consultants performing the same or similar services at the time such services are performed. 5. INDEPENDENT CONTRACTOR - Consultant shall perform all work and services hereunder as an independent contractor and not as an officer, agent or employee of the City. Consultant shall have exclusive control of, and the exclusive right to control, the details of the work performed hereunder and all persons performing same and shall be solely responsible for the acts and omissions of its agents, employees and subcontractors. Nothing herein shall be construed as creating a partnership or joint venture between the City and the Consultant, its agents, employees and subcontractors; and the doctrine of respondeat superior shall have no application as between the City and the Consultant. 6. DISCLOSURE - The Consultant 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. The Consultant further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this Agreement and prior to final payment under the Agreement. 7. PREPARATION OF DOCUMENTS - Consultant will provide City the original documents anticipated by the Scope of Work as described by Section 1 hereof. The documents shall become the property of the City. City may use such documents in any manner it desires; provided, however, that the Consultant shall not be liable for the use of such documents for any project other than the Project described herein. 8. MINORITY AND WOMAN BUSINESS ENTERPRISE (M/WBE) PARTICIPATION - In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Consultant acknowledges the M/WBE goal established for this Agreement and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by 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. 9. INSURANCE REQUIREMENTS - a) Consultant shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the Project: Commercial General Liability $1,000,000 each occurrence PERSONAL SERVICES CONTRACT The Landscape Alliance Page 2 of 8 $2,000,000 aggregate Automobile Liability $1,000,000 each accident on a combined single limit Or $250,000 Property Damage $500,000 Bodily Injury per person per occurrence A commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned when said vehicle is used in the course of the Proj ect. Worker's Compensation Coverage A: Statutory limits Coverage B: Employer's Liability $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability $1,000,000 each claim $1,000,000 aggregate Professional liability shall be written on a claims -made basis and shall contain a retroactive date prior to the date of the Agreement 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 Agreement. An annual certificate of insurance specifically referencing this project shall be submitted to the City for each year following completion of the Agreement. b) Certificates of insurance evidencing that the Consultant has obtained all required insurance shall be delivered to the City prior to Consultant proceeding with the Proj ect. i. Applicable policies shall be endorsed to name the City an Additional Insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. ii. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. iii. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements. PERSONAL SERVICES CONTRACT The Landscape Alliance Page 3 of 8 iv. 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. Such terms shall be endorsed onto Consultant's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. v. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A: VII in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. vi. Deductible limits, or self insured retentions, affecting insurance required herein shall be acceptable to the City in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also,be acceptable to the City. vii. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the City as respects the Project. viii. The City shall be entitled, upon its request and without incurring expense, to review the Consultant's insurance policies including endorsements thereto and, at the City's discretion, the Consultant may be required to provide proof of insurance premium payments. ix. The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the City approves such exclusions in writing. x. For all lines of coverage underwritten on a claims -made basis, other than Professional Liability, the retroactive date shall be 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. xi. The City shall not be responsible for the direct payment of any insurance premiums required by this agreement and all insurance required in this section, with the exception of Professional Liability, shall be written on an occurrence basis. c) Sub consultants and subcontractors to/of the Consultant shall be required by the Consultant to maintain the same or reasonably equivalent insurance coverage as required for the Consultant. When sub consultants/subcontractors maintain insurance coverage, Consultant shall provide City with documentation thereof on a certificate of insurance. PERSONAL SERVICES CONTRACT The Landscape Alliance Page 4 of 8 10. RIGHT TO AUDIT — a) 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 and photocopy any directly pertinent books, documents, papers and records of the Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary Consultant facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this Section. The City shall give Consultant reasonable advance notice of intended audits. b) Consultant 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 three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any 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 Section. City shall give subconsultant reasonable advance notice of intended audits. c) Consultant and subconsultant 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. 11. TERMINATION a) City may terminate this Agreement for any reason, at any time, with or without cause, or for the convenience of the City by thirty (30) days' notice in writing to Consultant. Upon the receipt of such notice, Consultant shall immediately discontinue all services, work, and investigative activities in connection with the performance of this Agreement and shall proceed to promptly complete all existing investigations and documents, as they are chargeable to this Agreement. If the City terminates this Agreement for convenience pursuant to this Section, the City shall pay Consultant for services actually and satisfactorily performed in accordance herewith prior to such termination, in accordance with a final statement submitted by Consultant documenting the performance of such work. Consultant shall not be entitled to lost or anticipated profits should City choose to exercise its option to terminate. PERSONAL SERVICES CONTRACT The Landscape Alliance Page 5 of 8 b) Upon termination of this Agreement for any reason, Consultant shall provide the City with copies of all documents, including but not limited to written summaries and investigative reports prepared under this Agreement. 12. INDEMNIFICATION - Consultant shall indemnify and hold the City and its officers, agents and employees harmless from any loss, damage liability or expense for damage to property and injuries, including death, to any person, including but not limited to officers, agents or employees of Consultant or subcontractors, which may arise out of any negligent act, error or omission in the performance of this Agreement. Consultant shall defend at his own expense any suits or other proceedings brought against the City, its officers, agents and employees, or any of them, resulting from such negligent act, error or omission; and shall pay all expenses and satisfy all judgments which may be incurred by or rendered against them or any of them in connection therewith resulting from such Consultant's negligent act, error or omission. 13. COMPLIANCE WITH LAW. Consultant, its officers, agents, employees, contractors and subcontractors, shall abide by and comply with all laws, federal, state and local, including the Charter and all ordinances, rules and regulations of the City. It is agreed and understood that, if City calls the attention of Consultant to any such violations on the part of Consultant, its officers, agents, employees, contractors or subcontractors, then Consultant shall immediately desist from and correct such violation. 14. PROHIBITION OF ASSIGNMENT - Neither party hereto shall assign, sublet or transfer their interest herein without the prior written consent of the other party, and any attempted assignment, sublease or transfer of all or any part hereof without such prior written consent shall be void. 15. CHOICE OF LAW, 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. 16. CONTRACT CONSTRUCTION. The parties acknowledge that each party and, if it so chooses, its counsel have reviewed 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 Attachments hereto. 17. NO THIRD -PARTY BENEFICIARIES. This Agreement shall inure only to the benefit of the parties hereto and third persons not privy hereto shall not, in any form or manner, be considered a third party beneficiary of this Agreement. Each party hereto shall be solely responsible for the fulfillment of its own contracts or commitments. PERSONAL SERVICES CONTRACT The Landscape Alliance Page 6 of 8 18. 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. 19. PARAGRAPH HEADINGS. The paragraph 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. 20. ASSIGNMENT. Neither party hereto shall assign, sublet or transfer its interest herein without prior written consent of the other party, and any attempted assignment, sublease or transfer of all or any part hereof without such prior written consent shall be void. 21. NOTICES - Notices to be provided hereunder shall be sent to: If to City: Director, Parks and Community Services Dept City of Fort Worth 4200 South Freeway, Suite 2200 Fort Worth, Texas 76115-1499 PERSONAL SERVICES CONTRACT The Landscape Alliance Page 7 of 8 If to Consultant: The Landscape Alliance Attn: Gary Kutilek 951 W. Pipeline Rd., Suite I I I D Hurst, Texas 76065 [Signature Page Follows] I ki W'00d- EXECUTED in multiple originals on this, the, day of �j , 2006. The Landscape Alliance City 4 Fort Worth: Gary KutUje i by Watson President Assistant City Manager Recommended: Melody M' the 1, Acting Director Parks and Community Services Dept. Approved = s to Form and Legality: P4 y J. ey Assistant ity Attorney ATTEST: L4vi-�� Marty Hendrix City Secretary Date: 1 Authorizations PERSONAL SERVICES CONTRACT The Landscape Alliance Page 8 of 8 f u J The Landscape Alliance site planning landscape architecture irrigation June 27, 2006 Mike Ficke Parks and Community Services Department City of Fort Worth 4200 South Freeway, Suite 2200 Fort Worth, Texas 76115-1499 Re: Proposed Southside Community Center Dear Mike: I appreciate the opportunity to submit The Landscape Alliance's (TLA) proposal to provide professional services related to the proposed new Southside Community Center. It has been represented that the scope of services will be focused on a study to determine a favorable site or facility to develop a new Community Center. The resultant could be the development of a new building on an available site or could be the utilization of an existing facility which would be converted to fulfill spatial and programmed needs. The geographic study area is roughly bounded by Berry Street to the north, Granbury Drive / Cleburne Road to the west, Seminary Drive to the south, and I-35 to the east. It is further understood that the City has had conversations with members of the community, developed general guidelines for building and site requirements, and developed a preliminary budget for pursuing the project. It is assumed that all information the City has accumulated will be made available to TLA for its use in pursuing this project. The scope of the project will generally include: Data Collection and Analysis • Meetings with City staff to inventory available information and generate a project program defining the general requirements of the project site or facility. The methodology used in determining the type and location of the facility will be tailored to the specific needs of the area citizens. • Based on data provided by the City, base maps will be prepared at appropriate scales and coverage. • Preliminary investigations related to site availability, geographic placement and access to service area including public transportation and related public factors. TLA will review existing data, including existing facilities, programs, access, and policies related to the project requirements. • An area reconnaissance will be undertaken with City Staff to review preliminary options and opportunities. • TLA and City representatives will meet with parties which represent potentia r a 1 .,c facilities to initiate on site review of options and availability. 951 W. Pipeline Rd., Suite 111D, Hurst, Texas 76053 Metro: (817) 5 9-8909 ATTACHMENT A • TLA will conduct a public meeting to secure input and provide communication related to project direction. It is assumed that the City will be responsible for meeting coordination, publicity, and location. • TLA will conduct a work session with City representatives to discuss the findings of the data collection and analysis phases. Preliminary Site Selection Study • From findings reviewed in the work session at the end of the Data Collection and Analysis Phase, TLA will provide further evaluation of one or more preferred candidates. This analysis will include a concept scheme for undeveloped sites to determine the capability of sustaining developed needs. This would include spatial requirements likely for building, parking and related support improvements. • Existing facilities will be evaluated individually. TLA will assemble a project team including an Architect, Structural and MEP Engineer to provide an initial preliminary assessment of a candidate which includes an existing facility to be converted. Magee Architects will be utilized to assist TLA in this portion of the project if it is required. The preliminary assessment will evaluate spatial suitability, structural viability, and condition of MEP systems. The assessment will provide a diagramatic evaluation of spatial use and conversion with general estimates of conversion costs. The products of this study will not represent an exhaustive evaluation of existing conditions but will be formatted to provide an evaluation of opportunities and discover any obvious limitations which would impact the cost or viability of this facility as a candidate. Due to the cost of these evaluations, they are listed as individual costs within the fee portion of the proposal. • TLA will conduct a work session with City representatives to discuss the findings of Preliminary Site Selection Study. Final Site Selection Study • Based on findings of the Preliminary Selection Study, one site will be selected for final selection analysis. This site or facility will studied at an enhanced level. An undeveloped site, if selected, will be studied to determine probable costs of development and to develop schematic design of a typical building layout with parking and related facilities. An existing facility, if selected, will be revisited using the team utilized in the Preliminary Site Selection Study. This level of study will be more inclusive and thorough than those conducted in the preliminary phase. Schematic design will include spatial utilization, generalized conversion costs and condition of existing improvements. The design information and study report will provide a reliable basis for subsequent design of improvements. • TLA will conduct a presentation for the Park Board and/or City Council to communicate project findings. It is assumed that the City will be responsible for meeting coordination, publicity, and location. 951 W. Pipeline Rd., Suite 111D, Hurst, Texas 76053 Metro: (817) 589-8909 2 The Landscape Alliance site planning landscape architecture irrigation June 27, 2006 Mike Ficke Parks and Community Services Department City of Fort Worth 4200 South Freeway, Suite 2200 Fort Worth, Texas 76115-1499 Re: Professional Services Fees Dear Mike: In response to your request, we are forwarding the following anticipated breakdown of fees by discipline including participation by our MWBE team member. We have also included a brief description by phase of the MWBE role. It is understood that this information will be utilized to determine MWBE participation in the project. Phase Discipline Fee Data Collection and Analysis Prime Consultant $ 6,500.00 MWBE $ 1,350.00 Reproduction $ 250.00 Preliminary Site Selection Prime Consultant $ 5,400.00 (undeveloped site up to two sites) MWBE $ 750.00 Reproduction $ 250.00 Preliminary Site Selection Prime Consultant $ 2,400.00 (existing facility up to two sites) Architectural $ 6,000.00 MEP $ 2,000.00 Structural $ 2,000.00 MWBE $ 750.00 Reproduction $ 500.00 Final Site Selection Prime Consultant $ 3,000.00 (undeveloped site, one location) MWBE $ 1,000.00 Reproduction $ 500.00 Final Site Selection Prime Consultant $ 2,000.00 (existing facility, one location) Architectural $ 5,000.00 MEP $ 2,500.00 Structural $ 2,500.00 MWBE $ 750.00 Reproduction $ 500.00 TotalFees.............................................................................................................. $45,900.00 951 W. Pipeline Rd., Suite 111D, Hurst, Texas 76053 Metro: (817) 589-8909 ATTACHMENT B MWBE scope of services by phase is as follows: Data Collection and Analysis: Preparation of base maps of project study area and initial site options, assistance in collection of pertinent demographic and transportation data, and drafting of preliminary schemes. Preliminary Site Selection: Drafting of development options and assistance in presentation. (Undeveloped Site) Preliminary Site Selection: Drafting of development options and assistance in presentation. (Developed Site) Final Site Selection: Drafting of development options and assistance in presentation. (Undeveloped Site) Final Site Selection: Drafting of development options and assistance in presentation. It is our intent to utilize Precision Landscape and Irrigation Design in Irving, Texas as our MWBE participant (affidavit No. 16777 currently being processed). As referenced above, they will be involved in data collection, graphic production, and public presentations. Please call if you have any questions concerning any of the items herein or specifically omitted. Sincerely, The Landscape Alliance wclw� P Kutilek, RLA GPK/cb 951 W. Pipeline Rd., Suite 111D, Hurst, Texas 76053 Metro: (817) 589-8909 2 Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/12/2006 DATE: Tuesday, September 12, 2006 LOG NAME: 80SOUTHSIDECOM REFERENCE NO.: **C-21676 SUBJECT: Authorize Execution of a Professional Services Agreement with The Landscape Alliance to Conduct a Site Assessment for the Location of the Proposed South Central Community Center RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a professional services agreement with The Landscape Alliance in the amount of $45,900 to conduct assessment studies and make a recommendation for consideration of sites best suited for the future location of the proposed South Central Community Center. DISCUSSION: The 2004 Capital Improvement Program (CIP) allocated $7,500,000 for the design and construction of three new community centers to meet the needs of underserved neighborhoods, of which $2,500,000 was allocated for the location of a new community center in the south central area of Fort Worth. The south central area is geographically defined as Berry Street to the north, Granbury/Cleburne Road to the west; Seminary Drive to the south and 1-35 to the east. The scope of work will include a study to evaluate favorable sites or existing facilities to locate the new community center, which would meet spatial and programming needs. The selected consultant, The Landscape Alliance, has proposed to perform the site studies and make a recommendation to the Parks and Community Services Department (PACSD) as to the sites best suited for the community center location. The fee for this study is $45,900 which PACSD staff considers to be fair and reasonable for the scope of services proposed. Upon award of contract and issuance of Notice To Proceed, the study is expected to be completed by late Fall 2006. M/WBE - The Landscape Alliance is in compliance with the City's M/WBE Ordinance by committing 10% M/WBE participation. The City's goal on this project is 10%. The proposed site will be located in COUNCIL DISTRICT 9. ittp://www.cfwnet.org/council_packet/Reports/mc_print.asp 9/18/2006 Page 2 of 2 FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Park Improvements Fund. TO Fund/Account/Centers Submitted for City Manager's Office by: Oriainatina Department Head: Additional Information Contact: FROM Fund/Account/Centers C280 531200 809450013020 $45,900.00 Libby Watson (6183) Randle Harwood (Acting) (5704) Harold Pitchford (Acting) (5728) ittp://www.cfwnet.org/council_packet/Reports/mc_print.asp 9/18/2006