Loading...
HomeMy WebLinkAboutContract 389011400 Maintenance Agreement - This Maintenance Agreement (Agreement") is made by and between the City of Fort Worth ( "City"), a home -rule municipal corporation located in Tarrant, Denton, and Wise Counties, Texas, having its principal office at 1000 Throckmorton, Fort Worth, Texas, and Railroad Signal International, LLC (RSI), a licensed Oklahoma corporation, having its principal office at 15110 East Pine Street, Tulsa, OK 74116, with reference to the following facts: A. On February 2, 2005 the City entered into an agreement with the Fort Worth and Western Railroad Company ("Railroad") whereby the Railroad granted the City an at -grade crossing at Museum Way and the City agreed to install and maintain the crossing and install and maintain warning signal devices to implement the Museum Way crossing and at the W. 7`" Crossing install and maintain warning signal devices, and at both crossings install and maintain "quiet zones" as that term is defined and regulated by Federal Railroad Administration, B. To fullfill its obligations under its agreement with the Railroad, the City seeks an independent contractor knowledgable in the maintenance of Warning, Signal Devices and Quiet Zone Devices. 1. Services to be provided by Contractor 11 Contractor agrees to maintain the at -grade crossings at Museum Way and W.7`�' Street, including highway -rail grade crossing warning systems and quiet -zone equipment once installed, as follows: Crossing signals -all testing, cleaning, painting, replacement of broken reflectors and lenses, signal, lamp replacement, bonding, primary battery replacement, storage battery maintenance, light aligmnent, bell maintenance, relay inspection and testing, cable inspection and testing, gate arm inspection, gate mechanism inspection, troubleshooting, ground test circuits, exit gate management system with integrated active vehicle detection, backup wayside horn system, and quiet zone confirmation signals. All such work shall be performed in accordance with 49CFR, Chapter II, Federal Railroad Administration (FRA). 1.2 Contractor's maintenance services shall conform to all applicable federal, state and local standards, including the testing and inspection by contractor of all such grade - crossing warning devices at thirty -day intervals, and shall include all tests and inspections as required --by 49 CFR Chapter II, part 234 G grade -crossing signal -system safety and Part 236, ;;-Rules, s4rds and Instruction governing the installation, inspection, irnaintcnance, and repair of signal and train control systems, devices, and appliances. . .. -: L ..'.._-' it .],. 2 .. FT. WORTH, TX These requirements shall include tests on cables and relays. All cables and relays that rail to meet FRA standards will be repaired or replaced by contractor. 1.3 If any piece of equipment to be maintained by Contractor is damaged or destroyed, Contractor shall promptly repair such equipment. However, if the cost of such repair• exceeds $500, and if the condition of the crossing warning signal system presents an immediate danger to the traveling public, Contractor shall take the followings steps in order: A. Promptly initiate efforts to warn highway users and railroad employees at the subject crossing as directed by 49 CFR Chapter Il, part 234. Continue such efforts until appropriate repairs have been made and the crossing warning system is functioning properly. B. Notify City immediately. C. Make a reasonable attempt to thoroughly diagnose and repair equipment before replacement of costly signal system components. D. Upon receiving direction from City concerning cost to make repairs, make such repairs in a timely manner. E. Notify City and FWWR that crossing warning system is functioning properly. 1.4 During the term of this Agreement, Contractor shall prepare and file with the appropriate government agencies all documentation required by such agencies in connection with the Signal and Crossing Systems. All FRA required forms shall be kept at Contractor's office in Tulsa, OK, with a copy of all reports forwarded to the City with the monthly invoices. 1.5 Contractor shall provide sufficient personnel and supplies in order for the services required pursuant to this Agreement to be performed 24 hours per day, 365 days per year. Contractor shall provide the City, the Railroad, and the Fort Worth Police Department the telephone number and such other contact information as may be requested in order that communication with Contractor can be maintained 24 hours per day. 2. Monthly Service Charges, Maintenance Materials and Supplies; Billing 2.1 Contractor shall furnish all maintenance materials and supplies consumed by Contractor in providing the maintenance services describe in the Agreement, whether such services are provided in response to damaged grade crossings, acts of God, or testing of cables and relays. Contractor shall provide the following materials with no mark-up: bonds, track connections, lenses, reflectors, signal bulbs, arrestors, fuses, and shear pins. All other consumable materials required by Contractor in rendering the maintenance services required hereunder will be billed at cost plus 10% handling charge. RAILROAD MAWTENANCE AGREEMEN"f Page Z of 8 In addition to the materials cost, if any, Contractor shall bill City for labor and shipping. All services, including materials, labor, and shipping shall be billed without tax. 2.2 Contractor shall submit invoices to City together with necessary supporting documents to substantiate the materials consumed and labor provided. City shall remit payment of invoices within 30 days from the date that the invoice is received. 2.3 Contractor shall end monthly billing statements, as formulated below, to the City on the 1 st business day of each month, for services provided during the previous month, commencing with the 1st day of the first month following the execution of this Agreement. The City shall pay such monthly bills in full within 30 days from the date the invoice and monthly FRA reports are received. 2.4 The monthly compensation fees for the services to be performed by Contractor shall be as follows: Highway -Rail Grade Crossing Warning System Maintenance: FWWR & Museum Way $625 per month FWWR & W 7th Street $625 per month Quiet Zone Device Maintenance FWWR &Museum Way FWWR & W 7th Street TOTAL/MONTH 3. Insurance Requirements $225 per month $225 per month $1, 700 3.1 At its own expense and during the term of this Agreement, Contractor shall maintain the following insurance: (a) Workers' Compensation Insurance providing Statutory Benefits under the Workers' Compensation Act of the State of Texas and/or any other state or Federal Law of Laws applicable to the contractor's employees performing the work under this instrument, and Employer's Liability Insurance of not less than $500,000 each accident, $500,000 each employee for disease and $500,000 limit for disease. (b) Comprehensive Automotive Liability Insurance providing limits to be not less than $2,000,000 per occurrence for bodily injury and property damage and $2,000,000 in the aggregate for all occurrences. If any part of the work is sublet, similar insurance shall be provided by or on behalf of the subcontractor(s) to cover their• operations. (c) Comprehensive General Liability Insurance providing limits to be not less than $2,000,000 per occurrence for bodily injury and property damage and RAILROAD MAINTF,NANCE AGREEMENT Paee3of4 $2,000,000 in the aggregate for all occurrences, If any part of the work is sublet, similar insurance shall be provided by or on behalf of the subcontractor(s) to cover their operations. (d) Contractors' Protective Liaty Insurance provng limits to be not less than $2,000,000 per occurrence for bodily injury and property damage and $2,000,000 in the aggregate for all occurrences. If any part of the work is sublet, similar insurance shall be provided by or on behalf of the subcontractor(s) to cover their operations. (e) Railroad Protective Liability Insurance (which includes Bodily Injury, Property Damage and Physical Damage Insurance) providing limits to be not less than $2,000,000 per occurrence for bodily injury and property damage and $6,000,000 in the aggregate for all occurrences. If any part of the work is sublet, similar insurance shall be provided by or on behalf of the subcontractor(s) to cover their operations. 3.2 Contractor shall comply with the following additional insurance requirements: a. All policies required hereunder shall be written on an "occurrence basis." b. The City and the Railroad, their officers, e>nployees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, Transportation and Public Works Department, 1000 Throckmorton Street, Fort Worth, TX 76102, before beginning any services required under this Agreement, c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non -renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non- payment of premium. 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 an equivalent measure of financial strength and solvency. RAILROAD MAINTENANCE AGREL'ML'NT Page 4 of 8 7 # s f. Deductible limits, or self -funded retention limits, on each policy must not exceed $ l 0,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, and in lieu of traditional insurance, the 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. h. All insurance policies required hereunder shall include a waiver of subrogation providing rights of recovery in favor of the City and the Railroad. i. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self4unded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of services being provided under this Agreement, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence that could give rise to a liability claim or lawsuit or that could result in a property loss. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the City's request, Conh-actor shall provide complete copies of all insurance policies required by these contract documents. n. Subcontractors shall be deemed agents of Contractor and are subject to the terms hereof. 3.3 Fort Worth and Western Railroad Insurance Requirements In addition to the City of Fort Worth insurance requirements listed above, the Contractor is required to satisfy the requirements of and execute the attached "Right of Entry Agreement" with the Fort Worth and Western Railroad (see Exhibit A). The Right of Entry Agreement contains the railroad's insurance requirements. RAILROAD MAINTENANCE AGREEMENT Page 5 of 8 4. Ternunation 4.1 This Agreement maybe Lem, hated by Contractor upon thirty -days written notice to the City for any of the following: (a) CitWY bankruptcy, insolvency, or assigmnent for the benefit of creditors; (b) City's failure to pay any amounts owed Conriactor under the terms of this Agreement, and such default continues for fifteen days after the date the payment was due. 4.2 This Agreement may be terminated by the City upon thirty -days written notice to Contractor if Contractor fails to perform reasonably satisfactorily under the terms and conditions of this Agreement, and City has given Contractor written notice itemizing the defects or deficiencies of Contractor 's performance and has given Contractor 45 days in which to cure the defects or deficiencies. 4.3 This Agreement may be terminated by the City for convenience and without cause upon 10 days written notice. 5. Indemnification Contractor also covenants and aln•ees to, and by these presents does hereby, fully indeinnify, hold harmless and defend the City, its officers, agents and employees fiom all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting fi•oin or in connection with the construction, design, performance or completion of any work to be performed by said Contractor, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work or on account of any act, intentional or otherwise, neglect or misconduct of said Contractor, its contractors, sub -contractors, officers, agents or employees, even if'such injuries, death, or damages are caused, in whole or in part, by the allezed ueglizence of the City, its officers, servants, or employees. It is understood that the foregoing is not intended to cover matters in which the City, its officers, employees or agents have been found to be negligent or grossly negligent or to have committed malfeasance. 6. Term This Agreement shall remain in full force and effect for a period of one year for the services to be rendered by Contractor hereunder. This Agreement shall renew for two additional one year periods. RAILROAD MAIN'PENANC'E AGREEMENT f age 6 of'8 7. Miscellaneous 7.1 Drug Testing. Contractor shall comply with FRA's drug and alcohol testing program. 7.2 Binding Effect. This Agreement shall inure to the benefit of and be binding upon the parties hereto and their respective successors, assigns, personal representatives, and heirs. No party, however, may assign this Agreement, or any portion thereof, to any person without the prior written consent, not to be unreasonably withheld, of the other party. 7.3 Governing Law. The provisions of this Agreement shall be governed by and construed in accordance with the laws of the State of Texas. Venue shall lie exclusively in any court of competent jurisdiction located in Tarrant County, Texas. 7.4 Notices. "Notice," except in Section 1.4, means a written notice required or permitted under this Agreement. For non -emergency notice, a notice shall be deemed given or sent when deposited, as certified mail or for overnight delivery, postage and fees prepaid, in the VnitedStates mails; when delivered to Federal Express, United Parcel Service, DHL Worldwide Express, or Airborne Express, for overnight delivery, charges prepaid or charged to the sender's account; when personally delivered to the recipient; when transmitted by electronically confirmed as having been successfully transmitted; or when delivered to the home or office of a recipient in the care of a person whom the sender has reason to believe will promptly communicate the notice to the recipient. Emergency notice may be given to the individuals listed below and such notice may be given by e-mail or facsimile with confirmation of delivery by return e-mail or telephone call. If to Fort Worth: Mr. Russell Wiles Department of Transportation and Public Works 1000 Throckmorton Fort Worth, Texas 76102 Russell.wiles@,,fortworth og v.org Telephone 817-392-7978 Facsi vile 817-392-2433 If to Contractor Ms•. Eddie Bu>-�is, President Railroad Signal International (RSI) 15110 East Pine Street Tulsa, OK 74116 nhoaiilandnaxailroadsianalinc. com Telephone 918 234-1522 Facsimile 918-234-1529 RAILROAD MAINTENANCE AGREEMENT Page 7 of8 7.5 Entire Agreement, This Agreement constitutes the entire agreement among the parties regarding the subject matter of this Agreement, and no previous statement, promise, agreement, inducement or representation, whether oral or written, shall be of any further force or effect unless expressly set forth herein. All parties acknowledge and agree that they have been advised of and had the opportunity to seek the advice of counsel of their own choosing regarding the terms of this Agreement and the advisability of executing it. All parties acknowledge and agree that they have each fully read and understood the terms of this Agreement. Should any part of this Agreement be held by a court of competent jurisdiction to be unenforceable or invalid, the remaining portions of this Agreement shall remain in full force and effect. In witness hereof, the following parties hereto have executed this Agreement on 17th of July, 2009. Approval Recommended: William erkest irector Transportation and Public Works ATTEST: City Secretary ATTEST: Corporate Secretary City of Fort Worth Fernando Costa Assistant City Manager Approved as to Fonn and Legality: Amy Rams�'y ' Assistant City Attorney Railroad Signal International, LLC: Eddie Burns, President OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX RAILROAD MAINTENANCE AGREEMENT Page 8 of 8 -