Loading...
HomeMy WebLinkAboutContract 53923 CSC No.53923 CITY OF FORT WORTH, TEXAS Mph 26 202� STANDARD AGREEMENT FOR 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 ("Consultant"), for a PROJECT generally described as: Vision Zero High Injury Network. Article I Scope of Services (1) Consultant hereby agrees to perform the professional services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with the City of Fort Worth's Vision Zero High Injury Network. (2) Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Consultant or its subconsultants, subcontractors and/or suppliers that has not been ordered in writing. It is specifically agreed that Consultant shall not be compensated for any alleged additional work resulting from oral orders of any person. Article II Compensation Consultant shall be compensated an amount up to $41,500.00 in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". The Consultant shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. Article III Term Unless terminated pursuant to Article VIII herein, this Agreement shall be for a term beginning on 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. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 1 of 9 i Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant shall have exclusive control of and the exclusive right to control the details of the work to be performed hereunder and of all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondeat superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence and Indemnification (1) Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. (2) THE CONSULTANT, AT NO COST TO THE CITY, AGREES TO DEFEND, INDEMNIFY AND HOLD THE CITY, ITS OFFICERS, AGENTS SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY CONSULTANT'S BREACH OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER THAN THE CITI0 OR SUBCONTRACTORS, RELATED TO THE PERFORMANCE OR NON- PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY TERMINATION OR EXPIRATION OF THIS AGREEMENT. Article VI Insurance (1) Consultant shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Consultant allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Consultant may elect to add any subconsultant as an additional insured under its liability policies. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 2 of 9 Commercial General Liability $1,000,000 each occurrence $2,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease -each employee (2) Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be attached to this Agreement prior to its execution. c. Any failure on part of the City to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. g. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 3 of 9 h. City shall not be responsible for the direct payment of insurance premium costs for Consultant's insurance. i. Consultant's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. j. In the course of the Agreement, Consultant shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. k. Consultant's liability shall not be limited to the specified amounts of insurance required herein. I. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. Article VII Transfer or Assignment City and Consultant each bind themselves, and their lawful successors and assigns, to this Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. Article VIII Termination of Contract (1) a. City may terminate this Agreement for its convenience on 30 days' written notice to Consultant. b. Either the City or the Consultant, for cause, may terminate this Agreement if either party fails substantially to perform through no fault of the other and 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 City chooses to terminate this Agreement, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article II of this Agreement and Exhibit "B" attached hereto and incorporated herein. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 4 of 9 Article IX Right to Audit (1) Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such sub-consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub- consultant facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any sub-consultant reasonable advance notice of intended audit. (3) Consultant and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. Article X Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accordance with the City's 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. Consultant acknowledges the MBE and SBE goals established for this Agreement and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Consultant may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. Article XI Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 5 of 9 thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article XII Immigration Nationality Act Consultant 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, Consultant shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Consultant 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 Consultant employee who is not legally eligible to perform such services. CONSULTANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Consultant, shall have the right to immediately terminate this Agreement for violations of this provision by Consultant. Article XIII Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XIV 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 exhibits hereto. Article XV 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 City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 6 of 9 Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XVI Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Tanya Brooks 5000 James Avenue Fort Worth, Texas 76115 Consultant: Kimley-Horn and Associates, Inc. Attn: Brian Shamburger, P.E., PTOE 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 Article XVII Prohibition On Contracts With Companies Boycotting Israel Consultant acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the 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, Consultant certifies that Consultant's signature provides written verification to the City that Consultant: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. Article XVIII Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11,07.17 Page 7 of 9 Article XIX Attachments, Schedules and Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. 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 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 CONSULTANT Kimley-Horn and Associates, Inc. EDocuSigned by: 15AK4i$Lf.YAGI!%dff' Dana BUrghdoff( y 18,2 n1B5 AOOAFFdF9 Dana Burghdoff Scott R.Arnold, P.E. Assistant City Manager Vice President Date: May 18, 2020 Date: 5/4/2020 APPROVAL RECOMMENDED: By: Wuaro Jol nson(May 16,2020) William M. Johnson Director, Transportation and Public Works Department City of Fort Worth,Texas Standard Agreement for Professional Services EFT. Revision Date:1 1.07.17 AL RECORD Page 8 of 9 SECRETARY WORTH, TX 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 Form 1295 No. NA requirements. S- M&C No.: NA S- ao� Tanya r oks M&C Date: NA Assist Director Transportation & Public Works Department APPROVED AS TO FORM AND LEGALITY ATTEST: :��;: � ••,.���`� Sap- By: DBtack(May 18,2020) Douglas W. Black Mary J. Kayser Assistant City Attorney City Secretary City of Fort Worth,Texas ---- - Standard Agreement for Professional Services Revision Date:11.07.17 OFFICW PFi, ..f Page 9 of 9 L L CITY SECRETARY f r ATTACHMENT "A" Scope for Vision Zero High-Iniury Network 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 assist the CITY in the preparation of the Vision Zero High- Injury Network. On November 19, 2019, Fort Worth City Council adopted a Vision Zero resolution supporting the creation of a Vision Zero Policy and Strategic Action Plan. Crash data analysis and identification of roadways with the highest concentrations of fatalities and serious injuries are two critical tasks for development of a policy and strategic action plan. The objectives of this scope include: 1. Propose and document a methodology to identify Fort Worth's High-Injury Network based on national best practices. 2. Develop a GIS shapefile of Fort Worth's High-Injury Network based on 2015-2019 Texas Department of Transportation Crash Record Information System (CRIS) data. WORK TO BE PERFORMED TASK 1. METHODOLOGY DEVELOPMENT ENGINEER will assist the CITY in the development of a methodology to identify the CITY's High-Injury Network. This will include the following: - Meetings: ENGINEER will meet with CITY staff for three (3) meetings during methodology development. These include: o Kick-off o Methodology Review— Review of comparison city research o Finalization of methodology - Document Review: o Review previous plans developed by the CITY that include safety as a priority o Recently completed roadway improvement projects by the CITY o Research up to five (5) Vision Zero High Injury Network Development Processes o Summarize research in a best practices memo - Data Collection: Review data to be utilized in the proposed methodology. Specific data to be considered: o CRIS data from 2015-2019 o GIS data: ■ Existing roadway network City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 3 ■ Roadway functional classification ■ Intersection control type ■ Bicycle facilities ■ Transit routes and stops ■ Posted speed limits ■ Schools ■ Parks o Traffic volume data (ADT) ■ Recent ■ Travel demand model (if possible) ■ Approximate volumes for the rest of the network based on roadway hierarchy o City Asset Management Data Deliverable(s): • Existing Plans, Projects, and Best Practices Memo TASK 2. ANALYSIS AND GIS DEVELOPMENT ENGINEER will complete the following analysis and development of GIS data, and coordinate with the CITY. This will include the following: - GIS Model Development: the ENGINEER will use the GIS and collision data to develop a model of the transportation network within GIS. A GIS tool will be used for the analysis process. - Develop Crash Rates for the CITY Roadway Network: In addition to identifying areas where the highest number of collisions have occurred, the ENGINEER will calculate crash rates for the CITY. The CITY will determine the inclusion of intersections with TXDOT or County facilities in the analysis process. o Crash rates by facility: ■ Intersections based on control type • Signalized • Unsignalized • Roundabout ■ Roadway segments (based on functional classification) • Arterial • Collector • Local ■ The ENGINEER will work with the CITY to establish statistical thresholds of the crash rates as critical for each segment and intersection. ■ The difference between actual and critical rates can be used to estimate relative risk faced by users of a given intersection or segment. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 2 of 3 - Collision Type Statistical Analysis: The ENGINEER will determine the typical collision type mix for each of the functional classifications and intersection control types and highlight significant results. The analysis will also identify the number of collisions for each factor, and the probability that any excess is not random occurrence. o Categories for analysis include: ■ Injury Type: • Fatal • Fatal + Serious Injury ■ Collision Type: • Broadside • Rear-End • Sideswipe • Head-On • Single Vehicle (run off road,fixed object, parked vehicle, other) ■ Active Transportation User Type: • Bicycle • Pedestrian ■ Road/Other Conditions: • Wet/Slippery Road • Nighttime ■ Behavioral Types: • Collisions Involving Alcohol/Drugs • Collisions Involving Driver Inattention • Collisions Involving Speeding/Aggressive Driving o The ENGINEER will rank sites including all roadway segments and intersections with 3+ collisions by both the total number of collisions and the critical crash rate. Deliverable(s): • GIS Shapefiles database • Roadway Crash Analysis Memo (including rankings) 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: • Development of Safety Projects • Countermeasure Selections City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 3 of 3 ATTACHMENT B COMPENSATION Professional Services for Vision Zero High-Injury Network Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated in an hourly amount not-to-exceed $41,500 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 $255 Quality Control Manager $240 Senior Project Manager $210 Project Manager $180 Project Engineer IV $165 EIT III $145 EIT II $135 EIT 1 $130 LA/LP Professional VI $185 LA/LP Professional V $175 LA/LP Professional IV $165 LA/LP Analyst III $140 LA/LP Analyst II $130 LA/LP Analyst 1 $125 Environmental Professional VI $190 Environmental Professional V $180 Environmental Professional IV $160 Environmental Analyst III $135 Environmental Analyst II $130 Environmental Analyst 1 $125 RPLS-Surveyor $185 CADD Operator $115 CADD Designer $160 Project Accountant $160 Administrative $95 Intern $85 City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION 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%). 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. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION 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. IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Kimley-Horn and Vision Zero High-Injury $41,500.00 100.00% Associates, Inc. Network Proposed MBE/SBE Sub-Consultants Non-MBE/SBE Consultants TOTAL $41,500.00 100% Project Number & Name Total Fee MBE/SBE Fee MBE/SBE Vision Zero High-Injury Network $41,500.00 $0.00 0.00% City MBE/SBE Goal = n/a Consultant Committed Goal = n/a City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 4 B-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 4 of 4 B-4 Professional Services Payment Request Project Manager: ChalmaSt Louis Summary Project: Vision Zero High-Injury Network City Project#: City Sec Number. consultant instructions: FIII In green cells Including Invoice Number,Fram and To Dates and the Included worksheets. Company Name:Klmley-Horn and Associates.Inc. When your Invoice Is complete.save and close,start Bu-and Add p your Invoice to the Consultant folder within Projects folder. Consultant's PM: C.Brian Shamburger,P.E„PTOE email: bdm.shamburger@kimley.horn.cor Vendor Invoice#: Office Address;a01 Cherry Street Unit 11Sulte 1300Fort Worth,TX76102 Payment Request#: Telephone: 617339-2245 From Date: Fax: 617-335s070 To Date: Invoice Date: Remit Address:P.O.Box 951640 Dallas,Texas 75395-1640 Agreement Agreement Amendment Amountto Amount Percent ($)Invoiced Current Remaining Sheet FAC and Work Type Description Amount Amount Date Spent Spent Previously Invoice Balance Work Type 1 M Ion Zero High-Injury Network 1 $41.500.001 $41,500.00 $41.500.00 Work Type 2 Work Type 3 Work Type 4 Work Type 5 Work Type 6 Totals This Payment Request 4$1soo.00 $41soo.00 $41soo.00 Overall Percentage Spent: Professional Services Payment Request Project Manager: Chelsea St Louis Project: Vision Zero High-Injury Network City Project#: Work Type Desc: Vision Zero High-Injury Network consultant Instructions: City Sao Number: FIII In green cells Including Percent Complete and Invoiced Previously Ouanitles Purchase order. When your Invoice Is complete,save and close,smrt B—saw and Add your Invoice to the Consultant folder within Projects folder. Name: Kimley-Horn and Associates,Inc. Consultant's PM: C,Bnan Shamburger,P.E.,PTOE email: brim.shemburger@Wmley-horn com Vendor Invoice#: Office Address',Bo,Cherry Street,Unit 11Sulte 130OFort Wcrth,TX76102 Payment Request#: Telephone: 617-339-2245 From Date: Fax: 617-335-5070 To Date: Invoice Date: Remit Address:P.O.Box 551640[Dallas.Texas 75395.1640 Pay Items Agreement Agreement Amendment Amendment Amountto Amount Percent ($)Invoiced Current Remaining Description Amount Number Amount Date Sent Spent Previously Invoice Balance 31-Conceptual Design 541,500A0 $41,500.00 $41,500.00 Totals This Unit: $41,5000000 $41,500,00 Overall Percentage Spent: Kimley-Hom and Associates,Inc.817-339-2245 817-335-5070 Invoice Merry Street,unit Suite 1300 P.O.Box 951640 Fort Worth TX 7 102 Dallas,Texas 75395-1640 Consultant Project No. CFW Project Manager Chelsea St.Louis Proj.Invoice No. Invoice date: Consultant's Project Manager: C.Brian shamburger,P.E.,PTOE Consultants email: bdan.shamburger@kimley-hom.com Period From Date To Date Name of Project: City Secretary Contract#: Vision Zero High-Injury Network P.O.Number: Labor Cateciory Name Hours Rate /hr Amount Project Director 255.00 $0.00 Senior Project Manager 210.00 $0.00 Project Manager 180.00 $0.00 Project Engineer IV 165.00 S0.00 EIT III 145.00 S0.00 Planner EIT II 135.00 S0.00 EIT I 130.00 $0.00 Administrative 95.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Total Labor 0.0 $0.00 Subcontract Service Subcontractor Subtotal $0.00 10 Percent Markup on Subcontract Sendces $0.00 Nonlabor Ex enses Nonlabor Expense Subtotal $0.00 Total Expenses(Subcontract Services+Markup+Nonlabor Expenses) $0.00 TOTAL DUE THIS INVOICE $0.00 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Professional Services for Vision Zero High-Injury Network No changes 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 reauires a Tier 1 schedule as defined herein and in the City's Schedule Guidance _Document. The preliminary detailed applications will be submitted to TxDOT by August 5 2019 provided the ENGINEER receives the materials that the CITY is responsible for as detailed in Attachment A, by Tuly 31 2019. 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, City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 1 of 2 • Coordination issues the CITY should be aware of or can assist with, • 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