Loading...
HomeMy WebLinkAboutContract 35255C�;ii"'( a�:�f��i�+��` �'� C;CJN���ACT NO , `r�.-z�.-- CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Kennedy Consulting, Ltd. (the "ENGINEER"), for a PROJECT generally described as: Engineering Services for a Value Engineering Study at the Dirks Road/Fort Worth & Western Railroad Crossing. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. 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 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 30 days of receipt. (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, includ�in�er�s#, —,In the event of �,�, ; 1 � J � ,� � �%. 5 ENGINEERING CONTR,4CT (REV 4/14/05) Page 1 of 15 � v��� ,��}j;%�;�4�� ''' � � � ORIGINAL `,� 'J : u t, S - :;; -:: ��,��r, ��;��^ � �f�, ::.����1:��,�� lu�,t� ! —_.—_._ _' 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 standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. 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 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 plastic film sheets, 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 ENGINEERING CONTR,4CT (REV 4/14/05) Page 2 of 15 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 e�ent 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 indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the 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, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (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 ENGINEERING CONTRACT (REV 4/14/05) Page 3rof 15 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 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 are incorporated into the record drawings. I. Minority and Woman Business Enterprise (MM/BE) 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. ENGINEER acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. 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. ENGINEERING CONTRACT (REV 4/14/05) Page 4 of 15 J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) 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 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 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. f:� (1) ENGINEER's Insurance Insurance coverage and limits: ENGINEER 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 $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 ENGINEERING CONTRACT (REV 4/14/05) Page 5 of 15 ��.���,,V,�,�.�,1-�, ��;`^��p.. � ' j j LI ,�' �J,,%"�. �( S ILir 0 I�:' �i'� '� `�V;'�;,^., r ,1F J, ��;i''!!i��1�� �I� •�� 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 PROJECT. 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 $2,000,000 aggregate Professional liability shall be written on a claims-made basis and shall contain a retroactive date prior to the date of the 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) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) 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. (b) Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. (c) Any failure on part of� the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of forty-five (45) 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 ENGINEER's insurance ENGINEERING CONTRACT (REV 4/14/05) Page 6 of 15 policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) 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. (f) 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. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) 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. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions. (j) 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. (k) 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. (I) 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. ENGINEERING CONTRACT (REV 4/14/05) Page 7 of 15 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. 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 ENGINEER will, if requested, assist the CITY 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 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. Article V Obligations of the CITY Amendments to Article V, if any, are included in Attachment C. A. CITY-Furnished Data ENGINEERING CONTRACT (REV 4/14/05) Page S of 15 The CITY will make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The 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 and will provide labor and safety equipment as required by the ENGINEER for such access. 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 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 in Attachment A. 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 ENGINEERING CONTRACT (REV 4/14/05) Page 9 of 15 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 contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. (1) �2) Contractor Claims and Third-Party Beneficiaries 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 of any undertaking by the ENGINEER." 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) � (1) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. CITY's Insurance The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/Installation insurance is maintained 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 ENGINEERING CONTRACT (REV 4/14/05) Page 10 of 15 c. �::,if � jI �rr:�� �-�n�1. � :i � �� � \,' 1 i'� '�: .� ;7 �J �C/ ���. li�' "���';' �5��'��1��'i�tl , 7 -�,,G,,jj 1U,, ;,;,�._..� a � `l�'�✓'�1:UUL'� ��2`�( uGti;o 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. 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. D. Termination ENGINEERING CONTRACT (REV 4/14/05) Page 11 of 15 (1) This AGREEMENT may be terminated only by the CITY for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. (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; b.) Out-of-pocket expenses for purchasing storage containers, microfilm, 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 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 PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative ��g�� af -_ i' ,-' � � f "' ,� f��� � v i ENGINEERING CONTR,4CT (REV 4/14/05) "'�'����"' ��� �' � r� ������'��'��`�� Pa e12of15 ;•,IIS'^ ;.-,5/=,,[:.:r�'/�a������ g � ��``� �'���',�i����:�1f�;, J 7 � .'' 1� �i' �I ,U; `I i.�. �''�( ��, � �: �,.�;�; 1�..��,.. negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. 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, Texas. J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If inediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose ENGINEERING CONTRACT (REV 4/14/05) Page 13 of 15 in the litigation. K. 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.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. L. 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. Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A- Scope of Services Attachment B - Compensation (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) ENGINEERING CONTRACT (REV 4/14/05) Page 14 of 15 ATTEST: 1 1 ` Marty Hendri City Secretary - -� `T � �vo r��� �������a�� APPROVED AS TO FORM ATTEST: � � '1M C• 5�'Cpl�¢,�. G 1,�loodr�a�.� , RE. ENGINEERING CONTRACT (REV 4/14/05) Page 15 of 15 APPROVAL RECOMMENDED: ���� Robert Goode, P.E., Director Transportation/Public Works KENNEDY CONSULTING, LTD. /; j : �_, i��'/>>.: 6 ,_ ; - �",-, i� � L c _ � l / %":i G7E.t��.�.�-c.r r`'�'3 �7'H�.�Z \ J , � �< G: �ict/�i s�-r-��` J;' I�evin Kennedy, P.E. `/ ;'',i_', ;_ � t. f_ i-s. <- �ry� /"' n �� 4 .;, '� ,'� r a n n-` -.�. '�'.J�'r'��::.��J-:�� r���-�l;s � i('� ';� '�ii =�c1� �r�r,% vu�� ��t':�����-`,!�:l ���e . - l., �� ^;n ���(''u��;�� `��� �1 u'� � Scope of Engineering Services Value Engineering Study Dirks Road / Fort Worth & Western Railroad Crossing Attachment A Scope of Services for Value Engineering Study Dirks Road / Fort Worth & Western Railroad Crossing Project Overview Attachment A April 13, 2007 First placed on the Fort Worth Metropolitan Area Thoroughfare Plan in 1962, SH 121/Southwest Parkway (SWP) has evolved to its current stage of development through the cooperative efforts of the North Texas Tollway Authority (NTTA), the City of Fort Worth (CoFW), and the Texas department of Transportation (TxDOT). SWP, from IH 30 to FM 1187, received a Record of Decision from the Federal Highway Administration and final Plans, Specifications, and Estimates are being prepared by NTTA in anticipation of construction lettings in early 2008. Dirks Road / Altamesa Boulevard (Dirks) is a planned six-lane divided urban roadway that crosses proposed SWP about 2.7 miles south of IH 20. Immediately east of SWP, Dirks crosses the Fort Worth & Western Railroad (FWWR). Dirks Road presently crosses the FWWR at an underpass grade separation, utilizing an existing railroad bridge. The existing bridge's size and associated drainage complications preclude its continued use as a grade separation structure for the future six-lane Dirks Road. Replacement of the crossing will be required to accommodate a widened Dirks Road. This VE study will review the alternatives, considering engineering criteria as well as the various goals, objectives, and constraints of the CoFW and FWWR. The purpose of the study is to gain consensus between the CoFW and FWWR for a recommended alternative so the widening of Dirks Road may be included as part of SWP (Section 4) construction. Kennedy Consulting, Ltd. 1 of 4 Scope of Engineering Services Value Engineering Study Dirks Road / Fort Worth & Western Railroad Crossing Value Engineering Process Attachment A April 13, 2007 VE is an organized application of technical knowledge directed at improving a project by evaluating options given a set of constraints, refining alternatives, and finding and eliminating unnecessary costs in a project while maintaining the project's intended purpose and goal. Value engineering studies are guided by an outline of the study methodology, typically consisting of four (4) primary phases, as described below. Phase 1. Investigation of Problem During the Investigation Phase of the VE Study, the following basic questions are addressed, such as: • What is it? • What does it do? • What must it do? • What is it worth? • What does it cost? By the end of the investigation phase, the critical issues of the project are identified and understood by the team members. At this point, issues which require further study are identified. Phase 2. Speculation of Solutions In this phase the team brainstorms to fundamental problem the design is to solve from further consideration at this point. Phase 3. Evaluation of Solutions identify all possible solutions to the . No ideas are critiqued or eliminated In this phase the best alternative solutions are identified and critiqued in terms of advantages and disadvantages. A preferred alternative is identified or it is confirmed that the currently proposed design is the best possible solution. Phase 4. Development of Implementation Plan During this phase, the team discusses how the preferred solution should be implemented by the owner(s). A plan is developed and presented. Presentation of Findings The findings and recommendations of the VE study are summarized for use in the VE Summary Report. Recommendations may also be presented to interested parties in a formal presentation at some point following conclusion of the VE study. , _ " 1 I l 1' � v�' J!! i�y �����'� I�'. �' � a.U`6, _,��:"..'�.1l1.d .., ; y;' ;�`�,'� `�,, ; �y Kennedy Consulting, Ltd. 2 of 4 Scope of Engineering Services Value Engineering Study Dirks Road / Fort Worth & Western Railroad Crossing Services to be provided by the City of Fort Worth Attachment A April 13, 2007 1. Provide available CoFW data and history pertinent to the project 2. Select VE study team members 3. Secure participation of a Carter & Burgess representative to attend VE workshop to present project briefing and participate in evaluation based on previous work. C&B representative shall also attend a coordination meeting prior to the VE study to present a dry-run of the project briefing. 4. Provide a specific room dedicated to the team study for the study period with adequate work tables and walls with space for flip charts, drawings, etc. Large training or conference room with dry-erase board, projection screen, etc. is preferable. 5. Provide work space for sub-teams (breakout rooms or in same room if large enough) 6. Provide access to copy machine and other general office services, if needed. 7. Provide a vehicle with capacity for 12-15 adults for travel to/from project site Services to be provided by the ENGINEER The work to be performed under terms of this Agreement includes the facilitation of a Value Engineering Study for the project described as Dirk Road / Fort Worth & Western Railroad Crossing, as further defined below. 1. Preparation for Value Engineering Workshop Based on data previously obtained and/or developed during their associated SWP project with NTTA, the ENGINEER will develop project maps and compile the various design data elements that may be useful during the course of the VE study. This information will be utilized during the VE workshop to aid in the evaluation of the speculative solutions. The ENGINEER will attend a coordination meeting with CoFW and the C&B representative prior to the VE workshop. 2. Value Engineering Workshop The ENGINEER will conduct a two-day Value Engineering Workshop. The workshop will rely on information from the previous Dirks Road alternative investigation and the preliminary schematic design developed by NTTA and the City of Fort Worth during 2006. The value engineering study will review functional criteria, construction costs, typical sections, grade separation alternatives, access, safety, structural requirements, traffic design elements, drainage, right-of-way requirements, constructability, and other elements deemed to be critical or important. The duration of the workshop portion of the study will be one day. The ENGINEER will each provide three (3) engineers for technical support and coordination during the study. 3. VE Study Workbook and Summary Report The ENGINEER will produce a VE Summary Report to document the team's actions and recommendations. Ten (10) copies will be provided to the City of Fort Worth for distribution to appropriate agencies or individuals. Kennedy Consulting, Ltd. 3 of 4 Scope of Engineering Services Value Engineering Study Dirks Road / Fort Worth & Western Railroad Crossing Draft Agenda for Dirks Road / Fort Worth & Western Railroad Crossing Value Engineering Study Attachment A April 13, 2007 DAY ONE VE Study Introduction 8:30 — 9:00 AM • Introduce study participants KCI • Describe the study format and scope Project Briefing • History • Goals and Constraints • Nuances of Project Site • Design Criteria & Design Standards • Concepts Considered C & B 9:00 — 10:00 AM • Alternatives Analysis • Critical Design Issues • Discipline Breakdown (roadway, drainage, structure, environmental, etc.) • Description of Preferred Alternative • Major Cost Items 10:00 — 11:30 AM Site Visit VE Study Team 11:30 AM — 1:00 PM Lunch 1:00 — 2:30 PM Brainstorming session to identify all possible VE Study Team, solutions and constraints facilitated by KCI 2:30 — 5:00 PM Begin evaluation of solutions, preferred solution VE Study Team, identified. facilitated by KCI DAY TWO 8:30 — 10:00 AM Complete evaluation of solutions, preferred VE Study Team, solution identified. facilitated by KCI 10:00 AM — Noon Develop implementation plan. Summarize VE VE Study Team, Study Findings & Recommendations facilitated by KCI Kennedy Consulting, Ltd. 4 of 4 Cost Proposal Value Engineering Study Dirks Road / Fort Worth Western Railroad Crossing ATTACHMENT B COST PROPOSAL FOR ENGINEERING SERVICES FOR VALUE ENGINEERING STUDY KENNEDY CONSULTING, LTD. DIRKS ROAD / FORT WORTH & WESTERN RAILROAD CROSSING Attachment B April 13, 2007 For services describe in the Scope of Services, we request the compensation as detailed below. Cost breakdowns for engineering services and explanation of expenses for Kennedy Consulting, Inc. (KCI), are shown on the following pages. TOTAL COMPENSATION Value Engineering Study $ 20,925.25 Kennedy Consulting, Ltd. Page 1 of 2 m � O � N L � U �6 = aa N .� � IC C Q Y N N H � 0 .� � � C '+� R v w .� � ia V � � 7 0 � C lC � � � m � � 7 � m � N U � O .� � c d � � L � Q N � `� o � � LL m c n o� m o W o d � � Y y � U j � � C �=+ � N C O U T � N C C G) Y 0 0 0 0 0 0 0 0 0 0 0 0�� � � y O i O O O O O O O O O O O N N N N � O � O �fl O O O O O O � O O O O N N y� 00 M N c'7 M O I� O I� N � O O O O N F � f� � oO � N N m N � N � N M M OJ lli (O (O N M N Oi O O NF r � � N N � U v�l e� v> u9 v� v� E» e» u3 w fn �E» E» v+ v� tn I � N O � (0 CO I� N '7 V � N M N ONO ~ f�0 I-- � F � � � ' I a i I m = V N N N �� o O O O o O O O O — O U � — I I � � c = 0 N O oJ N O N O O O � O N � � � � O 69 a` R = c � O o �Vl � 7 V O OD O O O N O N N N � N e- O � a m � c = o ° 'C y � N O (O 00 N N � � 00 N f�D � O � a` �`' ,. �, x y rn a •� C � N CD � � � V N V � M a � � � w J J .�-� .�-� .�. Q .-�� O O O O O O 7 � 7 ~ 7 �"' (/1 fn fn Q' (/1 W .c° r °a m � w N s s w g � a � Q X 0 0 2, U x W � � m Y W V rn rn E � Y c c £ y � � w w � C7 c c y 'm '� � m U c6 � N a a W W N �- ' m � r O Gl N a p � y L 3 7 N � Y O � p > > � � � � � W � � � � o � o a � m a p � p p O p ca ,� a w o rn a� o� � a V � c `m m �c o � E a o- a= `o � w x o .� � � ` � Y � N � � O � y c.o �� a � 3 X a x ❑ W � � � '� � o � � � a � . L � Q � � N p '� O 7 , � N � .� � � 3 . Q,' � � y � M � C U @ G � Z` r�n � X� � m, � � � � W Q N d �� � �tn '� �O I � U � � � C � W � � N w � O 7 -O � X � �p � — � �o o- o �, c E a� c ii Z. � n� a o m o F- .� � d m o�Q o'-o �-o I �n e a� m a�i , E a� � � � C �7 C ` . a (Q O. (7 � i i � ' 7 � N N (L a U' O Q � Q o. � C� i d� N l� � a m.n o �j � m a �;� o p�p m � N M � a i Ilii I�II � J m ._ N U � c � Y ACORD CERTIFICATE OF LIABILITY INSURANCE DATE Th, 04/13/2007 PRODUCER McLaughlin Brunson Insurance Agency, LLP THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 9535 Forest Lane HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Suite 118 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dallas TX 75243 INSURERS AFFORDING COVERAGE INSURED Kennedy Consulting Ltd. iNsuReR n: Travelers Indenmi Com an St. Paul Kennedy Consulting, Inc. wsuReR e: Liber Insurance Underwriters, Inc. 1871 Harroun Ave., Suite 101 iNsuReR c: United States Fideli and Guaran Co. St. Paul McKinney TX 75069 INSURER D: INSURER E: OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. �R TYPE OF INSURANCE POLICY NUMBER PaLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERALLIABILITY BKO131O92S OZ�II�Z00% OZ�II�ZOOH EACHOCCURRENCE $ 1�000�000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE An one fire S I,OOO,OOO CLAIMS MADE � OCCUR MED EXP An one erson S 1�>��� X Val. Papers-$750����. PERSONALBADVINJURY 5 1�������� LIMIT APPLIES PER: POLICY � ' C AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON-OWNEDAUTOS AGE LIABILITY ANY AUTO BK01310925 ess unew�rv BK01310925 OCCUR � CLAIMS MADE DEDUCTIBLE WORKER5COMPENSATIONAND UBSS3GYE)49 EMPLOYERS' LIABILITY �2�11�2��% ��2�11�Z��g 02/ 11 /2007 I 02/ 11 /200 8 �2�11�2��% ��2�11�20�g COMBINED SINGLE LIMIT (Ea acddent) BODILY INJURY (Perperson) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT OTHER THAN EA AC( AUTO ONLY: .,., s 1,000,000 5 S S S 5 5 � 5,000,000 i ACCIDENT S SOO�OOO 4SE - EA EMPLOYE S SOO�OOO 4SE-POLICYLIMIT S SOO,OOO B orHeRProfessional AEE197023-0107 02/11/2007 02/11/2008 $ 3,000,000 Per Claim/Aggregate Liability DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESlEXCLU510NS ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE: Dirks Road, FWWR VE Study, 3-16-07, City The claims inade profl liab coverage is the total agg limit for all claims presented within the policy period & is subj to a ded. (Retroactive Date: 1/1/1998) City of Fort Worth is shown as an additional insured with waiver of subrog. on the general, auto & umbrella liab. coverages as required by written contract. A waiver of subrog. is shown in favor of the City of Fort Worth on the workers comp. as required by written contract. CERTIFICATE HOLDER City of Fort Worth - Transportation & Public Warks Attn: Michael Weiss 1000 Throckmorton Street Fort Worth TX 76102 ACORD 25-S (7/97) CANCELLATION ur reuuc�ion �n cuverage oy enaursemen� 0 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILt�HdBE�h'd9Ri0 MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT;�tffifQlLtlR�ifT00-3�9kA1_L -tMP09E-Nf}[iBtIOATlfPub9R-tlpBitFT1`f3F-Ahl1`tfiND�iPOk TiiEMt9HRER,yiSAt�fPoTS OR -R£-PRESEPoifcTitlE9: AUTHORIZED REPRESENTATIVE �].ri7�.K-C-P_c. �. YVtEQ ��-c..v 7 OO ACORD CORPORATION 1988