Loading...
HomeMy WebLinkAboutContract 45118 MY SECMARY CONTRACT NO., CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and GHD, Inc., authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: On-Call Roundabout Design Services. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article 11 Compensation A. The ENGINEER's compensation shall be in the amount of $200,000.00 as set forth in Attachment B. Article III Terms of Payment Unless terminated pursuant to the terms herein, this Agreement shall be for a term of two (2) years, beginning upon the date of its execution, or until the completion of the subject matter contemplated herein, whichever occurs first. Payments to the ENGINEER will be made as follows: rn ('"I '7-1 A. Invoice and Payment liz�: ri'l (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. med under this The ENGINEER will issue monthly invoices for all work performed............ City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Or-FICOAL RECORD, PMO Official Release Date:1/28/2013 Page 1 of 16 CITY 3E(,'RETA%JffY Ir"IT'R' 'Wif)RTHo 1% (3) Upon completion of services enumerated in Article 1, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 2 of 16 the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein and CITY shall indemnify and hold harmless ENGINEER from all claims, damages, losses and expenses including attorneys'fees arising out of or resulting therefrom. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 3 of 16 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 the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 1/28/2013 Page 4 of 16 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 is incorporated into the record drawings. I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Engineer acknowledges the MBE and SBE goals established for this contract and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of -five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28J2013 Page 5 of 16 CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. i. The CITY shall be included as an insured under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions by endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of "any auto", including owned, hired, and non-owned City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 6 of 16 autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non-owned is acceptable. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability — the ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. b. Applicable policies, except for Workers Compensation and Professional Liability, 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. c. Certificate(s) of insurance shall document that insurance coverage City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 1/28/2013 Page 7 of 16 specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Th rockmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 8 of 16 I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 9 of 16 published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights- of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 10 of 16 advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project, G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractors negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 11 of 16 (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY 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 shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 12 of 16 Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated 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 in 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 electronic data files and other data storage supplies or services; City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 13 of 16 C.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify, hold harmless, and defend the CITY against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control. 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/2812013 Page 14 of 16 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. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. K. Observe and Comply ENGINEER shall at all times endeavor to 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 V111 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 Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official ROease Date:1/28/2013 Page 15 of 16 Executed and effective this the/)/"#"1.-day o Z,) „ , 2Q&"", BY: BY: CITY OF FORT WORTH ENGINEER GHD Inc. Fernando Costa Mark Le g, P.E. Assistant City Manager Service Group Manager Date: Date: 090 /3 APPROVAL RECOMMENDED:—a4 By:_ U . U Doug Mersig, P.E. Director, Transportation YPublic Works APPROVED AS TO FORM AND LEGALITY M&C No.: L-2. _ S2-- - By: Rkk M&C Date: C D`o=u'g as act Assistant City Attorney ATTEST: �. .�. ary J. Kays City Secretary City of Fort Worth,Texas OFFICIAL. RE!C ' Standard Agreement for Engineering Related Design Services � � PMO Official Release Date:1/28/2013 CITY SECRETARY IIR�a TAR Page 16 of 16 ATTACHMENT "A" Scope for On-Call Roundabout Design Services 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 the projects completed under the Task Order agreement is to improve traffic operations and improve safety by implementing modem roundabouts at selected project intersections. Work under this agreement includes, but is not limited to, project management, feasibility study for modem roundabouts, data collection, topographic survey, SUE, geotechnical investigation, right-of-way documentation, operational analysis, conceptual design for modern roundabouts, and contract documents for modem roundabouts, WORK TO BE PERFORMED ENGINEER hereby agrees to perform roundabout design services on a task order basis as may be requested by the CITY during the term of this AGREEMENT. Work under this agreement will be performed on a Work Authorization basis. The CITY will request services for each Work Authorization. The ENGINEER shall prepare scope, fee and schedule as necessary to perform the services requested for each Work Authorization within 10 working days of the CITY's request. Each Work Authorization shall include scope for services as Attachment "A". This scope will outline tasks required to complete the Work Authorization. For each task the scope shall include a detailed description of the task, outline any assumptions and list the required deliverables. Each Work Authorization shall include Attachment "B" detailing the compensation for the Work Authorization. Compensation will be based upon hours agreed to by the CITY and the ENGINEER for each Work Authorization. Compensation will be based on the Schedule of Rates in Attachment "B" of this agreement. The fee will include an estimate of reimbursable and sub-consultant cost for each Work Authorization. Compensation for each Work Authorization shall be Lump Sum. If the Work Authorization requires a schedule it shall be attached as Attachment"D". Each Work Authorization shall include Attachment"E" identify the project location. City of Fort Worth.Texas Attachment PMO Release Date:07.23.2012 Page 1 of 1 ATTACHMENT B COMPENSATION Design Services for On-Call Roundabout Design Services City Project No. (Designate per Task Order) I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $200,000.00 as summarized in Exhibit B-1 — Engineer Invoice and Section IV— Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section 11 - Method of Payment. 11. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item 111. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. Ill. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 2 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees I Firm Primary Responsibility Fee Amount Prime Consultant Proposed MBE/SBE Sub-Consultants Non-MBE/SBE Consultants TOTAL $ 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE City MBE/SBE Goal = N/A% Consultant Committed Goal % MBEYSBE Goals waived for this project as recommended by the Business Diversity Office and Approved by City Council on October 22, 2013. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 2 B-2 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 work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 3 B-3 S 0i E V 10 IG ma V Jf > > D U � 14 > t C>`! x 8 w a v C ? C. O m r Q a a o m � LL N GI w Y C � E � m d yEo E " � rn a mpyy ° LO) N N I'/ MR. all, /�/ E S i3 r C d m, /, %j/j'� C� > CL N N o �udx E ++ CL aEi l�L d cr // O. MINOR 01 M / I— C i C D % 'frii! to N ff� /// � � /,�� iii CL CL C d C ,cr p, O E .o cr N v d z c r ro a M v n a w O O° N E N a E O 0 d Y Y ~ Y Y Y LL ATTACHMENT Sicyl CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for On-Call Roundabout Design Services City Project No. (Designate per Task Order) No changes were made to the Standard Agreement. City of Fort Worth,Texas Attachment C PIVIO Release Date:06.19.2010 Page I of 1 Sd I kJAW QEPr OF State of Wisconsin 1096k PiSrIMUMONS DEPARTMENT OF FINANCIAL INSTITUTIONS 1UWVArt41SC'0,NSIN1 Division of Corporate & Consumer Services 183.1204 Wis. Stats. 2813 JON 25 AM 0- 0 1 -WAMMM- ARTICLES OF MERGER PLED, - 1. Non-Surviving Parties to the Merger: JUL - 2 2013 Company Name: Ours,ton Roundabout Engineering, Inc. I DEPOTMENT"DIF "n"VI 0l'u"1 N 5 V n C W Indicate (X) Limited Partnership (Ch. 179, Wis. Stats.) Organized under Entity Type Business Corporation (Ch. 180, Wis, Stats.)See Exception below the laws of ❑ Nonstock Corporation (Ch. 181, Wis. Stats.) Wisconsin 171 Limited Liability Company (Ch. 183, Wis. Stats.) (state or country) Does the above named non-surviving party have a fee simple ownership interest in any Wisconsin real estate? [_1 Yes E] No IMPORTANT: If you answer yes,the surviving entity is required to file a report with the Wisconsin Dept.of Revenue under sec. 73.14 of the Wis.Stats.within 60 days after the effective date of the merger. NOTE: Sec.73.14(2)(a)provides a penalty of$200 for each day that the report is late, not to exceed$7,500. You may access the form at:LM�L ?,r Company Name: ------------------—---- Indicate (X) ❑ Limited Partnership (Ch. 179, Wis. Stats.) Organized under Entity Type F-I Business Corporation (Ch. 180, Wis. Stats.) See Exception below the laws of ❑ Nonstock Corporation (Ch. 181, Wis. Stats.) ❑ Limited Liability Company (Ch. 183, Wis. Stats.) I I (state or country) Does the above named non-surviving party have a fee simple ownership Interest in any Wisconsin real estate? 1-1 Yes [] No IMPORTANT: If you answer yes,the surviving entity is required to file a report with the Wisconsin Dept.of Revenue under sec. 73.14 of the Wis.Stats.within 60 days after the effective date of the merger. NOTE:Sec.73.14(2)(a)provides a penalty of$200 for each day that the report is late, not to exceed$7,500. You may access the form at:bM.:j' 2,rgvenuewj.go Schedule more non-surviving parties as an additional page and indicate whether the non-surviving party has a fee simple ownership interest in any Wisconsin real estate, 2. Surviving Entity: Company Name:OD Inc. Indicate (X) ❑ Limited Partnership (Ch. 179, Wis. Stats.) Organized under Entity Type [91 Business Corporation (Ch. 180, Wis. Stats.) See Exception below the laws of ❑ Nonstock Corporation (Ch. 181, Wis. Stats.) California ❑ Limited Liability Company (Ch. 183, Wis. Stats.) I (state or country) EXCEPTION: If the merger involves only Chapter 180 business corporations, use form 2001. FILING FEE -$150.00 DFI/CORP/2000(R1 1/12) 3. Indicate below if the surviving entity is an indirect wholly owned subsidiary or parent: The surviving entity is a Domestic or Foreign Business Corporation that is an indirect wholly _owned subsidiary or parent and the merger was approved in accordance with sec. 180.11045 and the requirements of sec. 180.11045(2) have been satisfied. ❑ The surviving entity is not a Domestic or Foreign Business Corporation that is an indirect wholly owned subsidiary or parent. 4. The Plan of Merger included in this document was approved by each entity that is a party to the merger in the manner required by the laws applicable to each entity, and in accordance with ss. 180.1103, 180.1104, 181.1103, 181.1104 and 183.1202, if applicable. CONTINGENCY STATEMENT-The surviving entity of this merger is a domestic or foreign nonstock corporation. The Plan of Merger included in this document was approved by each entity that is a party to the merger in the manner required by the laws applicable to each entity, and in accordance with ss. 180.1103, 180.1104 and 183.1202, if applicable, and by a person other than the members or the board, if the approval of such person is required under s. 181.1103(2)(c). ❑ The approval of members is not required, and the Plan of Merger was approved by a sufficient vote of the board. ❑ The number of votes cast by each class of members to approve the Plan of Merger were sufficient for approval by that class. Membership Class Number of Memberships Number of Votes Entitled to be For Against Outstanding Cast (Append or attach the PLAN OF MERGER, (Optional Plan of Merger template on Pages 3 & 4) 5. (OPTIONAL) Effective Date and Time of Merger These articles of merger, when filed, shall be effective on July 1 (date) at 12°01'srn (time). (An effective date declared under this article may not be earlier than the date the document is delivered to the department for filing, nor more than 90 days after its delivery. If no effective date and time is declared, the effective date and time will be determined by ss. 179.11(2), 180.0123, 181.0123 or 183.0111,whichever section governs the surviving domestic entity.) 6. Executed on Z-K 1 U N ?0k'5 (date) by the surviving entity on behalf of all parties to the ` merger. J • l (Signature) Mark (X) below the title of the person executin zX document. TIED J. Duncan Findliay, For a limited partnership (Printed Name)JLL Title:❑General Partner - 2 21I13 og a corporation For a limited liability compan itle:❑President OR Secretary Title:El Member OR El Mana er DEPA�, ther officer title This document was drafted by: Not drafted in Wisconsin (Name the individual who drafted the document) DFI/CORP/2000(R11/12) 2 STATE OF H FILED 2 2013 PLAN OF MERGER I I This Plan of Merger (this "Plan") is adopted as of June 12, 2013, by the Board of Directors of GHD Inc., a California corporation ("Parent"), and the Board of Directors of Ourston Roundabout Engineering, Inc., a Wisconsin corporation, ("Subsidiary") In order to merge Ourston Roundabout Engineering, Inc. a wholly-owned subsidiary of Parent), with and Into Parent. ARTICLE 1-RECITALS Parent and Subsidiary desire to effect a statutory merger of Subsidiary into Parent In the manner set forth herein (the "Merger") as evidenced by the approval of the Board of Directors of Parent and Subsidiary of the Merger and the terms hereof. Both constituent corporations desire that the Merger be characterized as a reorganization described In Section 368 (a) (1)of the Internal Revenue Code of 1986,as amended. ARTICLE 11- MERGER PARTIES Section 2.1. Subsidiary. The name of the corporation proposing to merge with and into Parent is Ourston Roundabout Engineering, Inc., a Wisconsin corporation and wholly-owned subsidiary of Parent. Section 2.2. Parent. The name of the corporation with and Into which Subsidiary proposes to merge is GHD Inc., a California corporation, owning all the outstanding voting shares of Subsidiary. ARTICLE III -TERMS,CONDITIONS AND EFFECTIVE DATE OF MERGER Section 3.1. General. Upon the Effective Date(as hereinafter defined), Subsidiary shall merge with and into Parent,which shall survive the Merger and continue to be a corporation governed by the laws of the State of California, and the separate existence of Subsidiary shall cease. Section 3.1. Assumption of Liabilities, Ownership of Assets. As of the Effective Date of the Merger, Parent shall assume all liabilities of Subsidiary, and shall own all assets of Subsidiary. Section 3.2. Effective Date. The Merger shall become effective July 1, 2013 at 12:01 a.m. (the "Effective Date"). ARTICLE IV-TREATMENT OF SHARES OF SUBSIDIARY IN MERGER Upon the Effective Date, all outstanding shares of common stock of Subsidiary shall automatically and by operation of law be canceled and any certificates evidencing ownership of such shares shall be void and of no effect. ARTICLE V-CHARTER AND BYLAWS OF PARENT The Charter and the Bylaws of Parent shall remain the Charter and the Bylaws of the Parent following the Effective Date, unless and until the same shall be amended or repealed in accordance with the provisions thereof. ARTICLE VI -APPROVAL OF MERGER AND TERMINATION BY PARENT AND SUBSIDIARY Section 6.1. Corporate Approval, This Plan has been fully and duly approved by the Board of Directors of Parent and Subsidiary in accordance with the California Corporations Code and the Wisconsin Business Corporation Act. Section 6.2. Termination. At any time prior to the Effective Date,this Plan may be abandoned by the Board of Directors of Parent. In the event of such abandonment, this Plan shall become void,and neither Parent's nor Subsidiary's shareholders, directors or officers shall be liable in respect to such abandonment. IN WITNESS WHEREOF,this Plan is executed on behalf of Parent and Subsidiary on the date first set forth above. Parent Subsidiary GHD Inc. Ourston Roundabout Engineering, Inc. By: By: Richard N. Wankmuller Colin James Its: President Its: President Attest: Attest: A\ Its: Corporate Secretary Its: Corporate S na GUNM JUL 2 2013 NAWAL urn .B . . . . ' Fee simple ownership interest[lYea [lNo (for C>Fl use only) ARTICLES OFMERGER F l GH�DNnc. 7600 North 16th Street, Suite 205 Phoenix, AZ 85020 L J & Enter your return address within the bracket above. Phone number during the day: ( 602 ) ' INSTRUCTIONS(Ref. Sec.179.77, 180.11045, 180.1105, 181.1105, and 183.1204,Wis. Stats.for document content) Submit one original and one exact copy along with the required filing fee of$150.00 to the address listed below. Make checks payable to the"Department of Financial Institutions". Filing fee is non-refundable. Sign the document manually or otherwise allowed under sec. 179.14(ig)(c), 180.0103(16), 181.0103(23) or Mailing Address: Physical Address for Express Mail: Department of Financial Institutions Department of Financial Institutions Phone: 608-261-7577 Division of Corporate&Consumer Division of Corporate&Consumer FAX: 608-267-6813 Services Services TTY: 608-266-8818 P 0 Box 7846 201 W.Washington Ave—Suite 300 Madison Wl 53707-7846 Madison WI 53703 NOTICE: This form may be used to accomplish a filing required or permifted by statute to be made with the department. Information requested may be used for secondary purposes. This document Gan be made available in alternate formats upon request to qualifying individuals with disabilities. 1. Enter the company name, type of entity, and state of organization of each non-surviving party to the merger. Definitions of foreign entity types are set forth |noa. 17Q.O1(4). 1BO.O1O3(S). 181.O1O3(13)and 183.O1O2(8).Wis. Slats. Select yes or no to indicate whether the non-surviving party has a fee simple ownership interest in any Wisconsin real estate. See sec. 73.14 and 77.25.Wis. Stoba.. or contact the Wisconsin Department cf Revenue at (608)266-1594 for questions regarding fee simple ownership interest and the filing requirements with that department. 2. Enter the company name, type of entity, and state of organization of the surviving entity. 3. Indicate whether or not the surviving entity is a Domestic or Foreign Corporation that is an indirect wholly owned subsidiary orparent. See sec. 1BO.11O45(1)(b). Wis. Stab*.for definition. 4. This Article states the manner in which the Plan cf Merger was approved. If the surviving entity ism domestic or foreign nonstook corporation, complete the CONTINGENCY STATEMENT. Append or attach the Plan ofMerger. A Plan of Merge template ia available on pages 3 &4. Its use isoptional. 5. (Optional) |f the merger istotake effect at a time other than the close of business on the day the articles of merger are delivered bo the department for filing, state the effective date or date and time. Ao effective date may not beearlier than the date the document is delivered to the Department of Financial Institutions, nor a date more than 90 days after its delivery. G. Enter the date of execution and the name and title of the person signing the document. If, for example, the surviving entity ioa domestic limited liability company, the Articles of Merger would be signed bye Member or Manager of the limited liability company; if the surviving entity Is a corporation, by an officer of the corporation,etc. |f the document io executed in Wisconsin, sec. 182.D1(3)provides that it shall not ba filed unless the name ofthe person(individual)who drafted it is printed, typewritten or stamped thereon in a legible manner. |f the document}anot executed in VVisoone|n, enter that remark. DF|8C(JRP/2000(R11/12) 5 M&C Review Page lnf2 Official site of the City of Fort Worth,Texas CITY �� ���7��� ����00�����N ����U�0���^� __ - - __ _ _ - - --__~ � �.~~~~ ~~~~ ~ � COUNCIL ACTION: Approved mn1O/22/2013 2OEN(�|NEER|N(� GERV|{�EG F��F�F�E���E DATE: 10/22/2013 (�-2O524 L���� N��k8E^ /\(�RE�yN�NT �dC�'� ^ ' ROUNDABOUTS NOW PUBLIC CODE: C TTPE: NO CONSENT HEARING: SUBJECT: Authorize Execution of Engineering Services Agreements with Kimley-Horn and Associates, Inc., Freese and Nichols, Inc., Ours*on Roundabout Engineering Inc., and TranSystems Corporation Consultants in a Total Amount Not to Exceed $1,700,000.00, for the Design of Roundabout Intersections Over a Twenty-Four,Month Time Period (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of Engineering Gen/ioeo Agreements with 0rn|e NV M and AmSooiohea. Inc., in the amount of$500.000.00. Freese and Nichols, Inc., in the amount of$500,000.00, Ouraton Roundabout Engineering, Inc., in the amount of$200.000.00 and TronGvstems Corporation Consultants in the amount of$500,000.00, for Engineering Design and Professional Services relating to the design of general intersection improvements and roundabouts over a twenty-four month time period. DISCUSSION: The Department of Transportation and Public Works (TPVV), Infrastructure Design and Construction Division is responsible for coordinating and managing the design and construction of arterial rogdvvaye, neighborhood otnamta, and intersection improvements. As part of the intersection improvements prnQram, the construction of modern roundabouts is being considered at intersections planned for improvements. A ,mvimvv of the viability of roundabout at each intersection of concern requires a level of experience that few engineering consultants in Texas hove. As a result, the Request for Qualifications (RFC}) was advertised in April and May of this year to select firnno for design of roundabouts to be constructed over the next two-years. Sixteen firnno submitted Statements of Qualifications which were evaluated by e committee of five members representing TPVV. VVoter, and the Business Diversity Office. All submittals were ranked based upon project team experienue, design expehenCe, experience with the City of Fort VVorth. and fast-track project delivery experience. The result of this F{F{] process was the selection of Ourston Roundabout Engineering, Inc. to provide Quality Assurance and Quality Control for the City of Fort Worth and the selection of Kinn|ey'Horn and Associates, Inc., Freese and Nichols, Inc., and TrenSystenns Corporation Consultants to provide design Services for the construction of approved intersections warranting 8 modern roundabout. The proposed engineer services will be utilized over the next 24 months to provide design oen/ioea, feasibility ana|yeen, and construction phase assistance as needed for the purpose of constructing modern roundabouts. The first three roundabouts in this program will be located at the intersections of North Riverside and Fossil Creek, North Riverside and Northern Cross and North Riverside and Meacham. Engineering services for these three roundabouts will total $420.174.00. I\A8NBE (]fhoe - Avvaiver of the Qoo> for MBE/SBE subcontracting requirements was requested by the http://vvvvn/.fn,tvv0hhgov.0rp/couooil_pooket/nnc_rcviuvv.aop?}[)=l0|05&couocildate~~|0/... 11/1/2013 M&C Review Page 2 of 2 Department and approved by the I\AMBE Office for the contract with Ourston Roundabout Engineering, Inc., in accordance with the BDE Ordinance, because the purchase of goods and services from source(s) where subcontracting or supplier opportunities are negligible. Kimley-Horn and Associates, Inc., is in compliance with the City's BIDE Ordinance by committing to meet the MBE participation for this task order project. Freese and Nichols, Inc., is in compliance with the City's BDE Ordinance by committing to meet the MBE participation for this task order project. TranSystems Corporation Consultants is in compliance with the City's BDE Ordinance by committing to meet the MBE participation for this task order project. FISCAL INIFORIVIATIONXERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements 2004 Overruns Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C203 531200 204390218330 $133,004.00 C203 539120 204390218330 $135,350.00 C203 531200 204390218330 $157,820.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Douglas W. Wersig (7801) Additional Information Contact: Todd Estes (5448) ATTACHMENTS http://www.fortworthgov.org/counc'1 l _packet/rnc__review.asp?1 D=I 9105&counci[date=10/... 11/1/2013