Loading...
HomeMy WebLinkAboutContract 46120 CITY SECRETAW CITY OF FORT WORTH, TEXAS CONTRACT ®• STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and TranSystems Corporation dba TranSystems Corporation Consultants, authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: Mark IV Parkway Final Design and Construction Services. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation shall be in the amount of$98,585.00 as set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services [01FIFICIAL ��'®��PMO Official Release Date:1/28/2013 Page 1 of 16 u V 5)ECR�+pE,pT RY Fir.Wo OR U H9 TX (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 the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 2 of 16 (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. 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 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 3 of 16 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 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 4 of 16 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 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 5 of 16 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. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. 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 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 6 of 16 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 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 specified in this agreement are provided under applicable policies documented thereon. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 7 of 16 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 Throckmorton, 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. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 8 of 16 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 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 9 of 16 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 10 of 16 D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule 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 contractor's 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 11 of 16 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." (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; City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 13 of 16 b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time 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' 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 14 of 16 I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. J. 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 observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B— Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 15 of 16 Attachment E - Location Map Executed and effective this the -/J-�'Lday oKj'&2014. BY: BY: CITY OF FORT WORTH ENGINEER TranSystems Corporation dba TranSystems Corporation Consultants Fernando Costa , , aul Pena II, PE Assistant City Manager Principal /Senior Vice President Date: &-4z¢ Date: APPROVAL RECOMMENDED: By: l ci Douglas Wiersig, PE Director, TPW APPROVED AS TO FORM AND M&C No.: 24-d y$ LEGALITY M&C Date: By: Douglas W. Black Assistant City Attorney ATTEST: 0 $ o Mary J. KaY City Secretary OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas FT.WORTHo TX Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 Page 16 of 16 ATTACHMENT A SCOPE OF SERVICES Final Design and Construction Services Mark IV Parkway in North Fort Worth FORT WORTH, TEXAS PROJECT UNDERSTANDING The ENGINEER understands that the CITY is requesting professional services for the final design and construction services for arterial improvements in North Fort Worth. The project generally consists of the preparation of final construction plans, bid documents, bid phase services and construction services for the following improvements: 1. Mark IV Parkway from the Westbound Frontage Road of IH-820 to Cantrell Samson — Approximately 2800 LF of NB Mark IV Parkway and 900 LF of Cantrell-Sansom including sidewalk and crossing improvements along Cantrell-Sansom from Deerfoot Trail to Lionfish Way. The project will also include project management, roadway and drainage improvements, signs and markings, traffic control, and bidding and meetings. SCOPE OF SERVICES If services beyond those defined in this scope are required, the CITY and ENGINEER shall attempt to negotiate a written amendment to this Agreement. ENGINEER shall not proceed with work on any additional services prior to the CITY and ENGINEER executing a written amendment. The Scope of Services includes the following primary tasks: • Task 1 - Project Management • Task 2 - Design Survey • Task 3—Subsurface Utility Engineering • Task 4- Final Plans and Specifications • Task 5 - Miscellaneous Services • Task 6 - Construction Services Task 1 - Project Management Project management will occur throughout the duration of the Project. The ENGINEER will provide the following project management services: • Managing the Project Team • Coordinate with survey subconsultant. • Prepare monthly invoice and status reports to be and e-mailed to the project team (CITY and Engineer's staff). • Prepare and update project schedule. • Conduct progress meetings to monitor the development of the project. Provide status plan set, via Buzzsaw, every two (2) weeks. • The ENGINEER will prepare for and attend up to: o Twelve (12) meetings with the CITY regarding project status and coordination issues. Page 1 of 5 Task 2 - Design Surveys The ENGINEER will provide the following design survey services: • Ground survey to identify and locate existing topographic elements. The limits of survey shall include the following: o North side of Cantrell-Sansom from Deerfoot Trail to Lionfish Way. • The topographic survey shall include, but not limited to, locating all existing features such as water valves, curb & gutter, asphalt, sidewalks, medians, fences, driveways, storm & sewer manholes, storm inlets, storm outfalls, trees 4" and larger, tops and toes of slope, power poles, mailboxes, signs, telephone risers and other visible features. Cross-section shall be performed at all storm outfalls, being at face of culvert and 150 feet upstream and downstream of culvert. • Research and locate existing right-of-way. • Coordinate with franchise utility companies to locate and mark their utilities prior to performing the field survey. • Prepare digital terrain model (DTM). • Tie all public improvements to existing CITY monument system. • Prepare a final topographic drawing in digital format (including contours and breaklines) showing the features located in the field. Task 3 - Subsurface Utility Engineering (SUE) The scope of this proposal includes Quality Levels (QL) "A" and "B". The scope of work involves QL"B" designating of the utilities: • QL"A" -Ten (10) test holes to locate existing Atmos gas line. • QL"B" - North side of Cantrell-Sansom from Deerfoot Trail to Lionfish Way. Water, waste water, storm, telephone and street lighting facilities will be designated. SUE work required for this project will be performed in general accordance with the recommended practices and procedures described in ASCE Publication CI/ASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data). As described in the mentioned ASCE publication, four levels have been established to describe the quality of utility location and attribute information used on plans. The four quality levels are as follows: • Quality Level D (QL"D")— Information derived from existing records; • Quality Level C (QL"C) - QL"D" information supplemented with information obtained by surveying visible above-ground utility features such as valves, hydrants, meters, manhole covers, etc. • Quality Level B (QL"B") — Two-dimensional (x,y) information obtained through the application and interpretation of non-destructive surface geophysical methods. Also known as "designating" this quality level provides the approximate horizontal position of subsurface utilities within approximately one foot. • Quality Level A(QL"A")—Also known as "locating", this quality level provides precise three dimensional (x,y,z) information at critical locations by exposing specific utilities. Non- destructive vacuum excavation equipment is used to expose the utilities at specific points which are then tied down by survey. Page 2 of 5 It is the responsibility of the SUE provider to perform due-diligence with regard to records research (QL "D") and acquisition of available utility records. The due-diligence provided for this project will consist of reviewing the "As-Built" documents previously compiled by others. Utilities that are not identified through these efforts will be here forth referred to as "unknown" utilities. The defined work area will be scanned using electronic prospecting equipment to search for "unknown" utilities. TSC is not responsible for designating and locating these "unknown" utilities. Task 4— Final Plans and Specifications Final Design The ENGINEER will provide the following final design services upon acceptance of the 60% preliminary plans and 90% plans by the CITY. The ENGINEER shall prepare final plans at an appropriate scale on 11"x17" sheets. The ENGINEER shall also prepare contract documents, specifications, and special provisions. Final design shall include the following: • Detail and standard sheets for the related elements of the Project. • Prepare general notes. • Prepare contract documents including the following: • City of Fort Worth standard construction contract forms; • Notice to bidders; • Special instructions to bidders; • Bid form; • Performance bond; • Payment bond; • Maintenance bond; • Certificate of insurance; • General conditions; • Special provisions; and • Technical specifications. • An opinion of probable construction cost using recent average unit prices which are representative of similar types of construction in the local area. The ENGINEER has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. • Street addresses of all properties adjacent to Project. • Perform up to two (2) project site visits during final design. • Submit two one (1) set of .PDFs to the CITY. Submit five (5) sets of full-size final design plans to the CITY. Final Design submittal shall include the following: o Final Plans: ■ Cover sheet ■ Index sheet ■ Project control sheet ■ Removal sheets ■ Typical sections ■ Roadway plan sheets ■ Intersection layouts ■ Drainage area map ■ Drainage calculations • Storm drain plan and profile sheets • Illumination plans • Pavement marking and signing plan sheets • Erosion control sheets Page 3 of 5 • Signal sheets • Traffic control plans ■ City of Fort Worth standard detail sheets ■ Detail sheets ■ Cross section ■ Opinion of probable construction cost ■ Final iSWM checklists ■ Contract Documents. ■ Submittal of Final Construction documents for TDLR compliance. Additional Items • Combine Phase 1 (Cantrell-Sansom) and Phase 2 (Mark IV) plans, specifications and estimate into a single bid set. • Plans for sidewalk and crossing improvements along Cantrell-Sansom from Deerfoot Trail to Lionfish Way. • Revise SH 170 and Alta Vista plans to include concrete on south leg of intersection. Revise and resubmit plans to TxDOT for permit. Task 5 - Construction Services The ENGINEER shall: • Attend weekly on-site construction progress meetings, fourteen (14) total, with the Contractor and City Staff during the construction of the roundabout at Cantrell- Sansom and Mark IV Parkway. o Provide meeting minutes of each meeting summarizing construction progress, issues discussed and action items for all parties. • Attend bi-weekly on-site construction progress meetings, fourteen (14)total, with the Contractor and City Staff during the construction of the arterial portions of Cantrell- Sansom and Mark IV Parkway. o Provide meeting minutes of each meeting summarizing construction progress, issues discussed and action items for all parties. • Respond to Request for Information (RFI)from the contractor. o As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • Review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in Buzzsaw. Page 4 of 5 • Attend the "Final" project walk through and assist with preparation of final punch list. Task 6 — Miscellaneous Services Stakeholder Meetings The ENGINEER will prepare for and attend up to: • Seven (7) meetings with the project stakeholders. Public Meetings The ENGINEER will prepare for and attend up to: • Three (3) public meetings. Two during the design phase and one prior to the start of construction. Roundabout Landscape and Irrigation Plans The ENGINEER will prepare: • Landscape and irrigation plans for the central island of the proposed roundabout at Cantrell-Sansom and Mark IV Parkway. In accordance guidelines provided by Parks and Community Services (PACS) Additional Services Services below shall be considered additional and shall be performed on an individual basis upon authorization by the CITY. Such services shall include, but are not limited to, the following: 1. Additional Bidding Phase Services or more than one bid package 2. Additional geotechnical investigation and pavement design services. 3. Construction Contract Administration Services 4. Construction Staking 5. ROW and/or easement negotiation and acquisition 6. Redesign to reflect project scope changes requested by the CITY, required to address changed conditions or change in direction previously approved by the CITY, mandated by changing governmental laws, or necessitated by the CITY's acceptance of substitutions proposed by the Contractor 7. Environmental assessment, permitting, or remediation 8. Utility Relocation design beyond the improvements identified above 9. Additional plan submittals beyond the number identified above Page 5 of 5 ATTACHMENT B COMPENSATION Mark IV Parkway Final Design and Construction Services City Project No. 02261 Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated 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 2014 Rate 2015 Rate $/hour $/hour Principal $250.00 $250.00 Project Manager $205.00 $205.00 Senior Engineer $150.00 $150.00 Junior Engineer $120.00 $120.00 Cad Technician $80.00 $80.00 Administrative $75.00 $75.00 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%). City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION 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. III. 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 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount I % Prime Consultant TranSystems Project Managements, Final $73,525.00 74.6 Corporation Design, Public Meetings, Consultants Construction Services. Proposed MBE/SBE Sub-Consultants Rios Group Subsurface Utility Engineering $22,150.00 22.4 Gorrondona Topographic Survey $2,910.00 3.0 Non-MBE/SBE Consultants TOTAL $25,060.00 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE Mark IV Parkway Final Design and $98,585.00 $25,060.00 25.4% Construction Services City MBE/SBE Goal = 25% Consultant Committed Goal = 25% City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 4 B-3 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT MARK IV PARKWAY FINAL DESIGN AND CONSTRUCTION SERVICES CITY PROJECT NO. 02261 There are no changes to the Standard Agreement. City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page I of 1 ATTACHMENT "D" PROJECT SCHEDULE Mark IV Parkway Final Design and Construction Services City Project No. 02261 Final Design Services Final Plans December 9, 2014 Construction Services (estimated schedule) Start Construction May 5, 2015 Finish Construction February 26, 2016 City of Fort Worth,Texas Attachment D Page I of l 0 0 0 0 0 0 0 0 0 O O C C C C O C D 0 0 0 0 o a 0 0 0 0 0 o O o o O O O o 0 0 0 0 0 0 0 CD 0 0 0 0 0 -F; J O O O C 0 0 O O C 0 0 0 0 0 0 O O O C 6 6 L6 Lo C LO O Lo W N O O tfo 0 tt1 d- 1— N W N Co CO O O O O eq a CO N N co oc T O T I� V' 6i � 1` Co O r V 't vi � tx N cD oct N oo O O co 1— N N V 1� N to co M M oo N W � M T � IT W) GO oo N F- EY} 69 HT 69 69 o% 69 H} 69 QE)- (A 69 69 69 69 C!l EA 69 69 ce H-, 69 H> 69 69 69 Cf> O O t6 m m O O O N O W v C Y o) T co O N N u) O W (� m � VT CO N � J O F- fn O O O O N O Lo O ° O C I-- V �..� N N O 0 0 0 0 O o 0 0 0 0 0 0 0 0 0 0 cD 0 o O = W o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F- o0o C 000000 0000 00 io vi o ui N r Co N Co cD O O O O t0 N N W a0 6i O t` Co O �— V' t° tfJ .— N OC N U 0 Z co I— u M co co co N Oo 1` co O t` V � CO N M E EA CLJ 69 69 69 69 69 6f1 69 EA 69 H> 69 69 VT ER VL EFT ufl 69 E9 6q m N d m co co N co W N V Oo N V' O E in co Cl) rP O V d' N N V = N � W V C J u- u 0 F— 00 O N N V N O Cc 0- O W = y O fn W N N M CO V p F- tn L = T W d •2 v) va � V n °o to C O N N <t N N N V M N Co N o> C 69 o C c o � •� rn ca ° _ o N d U N CA = N T W m o L m Co O N Q) CL 00 o O N E Of o 0 o ° C N - O ° p w a`) cc o N 'n = u) N O = =O - W _T o ° m a o .m m a Z U W 8 N = " -o a`� � 11)c L N 12 N ro LL o m m ¢ o o •9 � .3 W O c c m in c O L d E ; cm O rn ca O rn p L N O O a- •- - L O N -o U_ c � O rn rF O d G O .0 U `O � c=6 N w -� E O O E Z •� E O w E O N N -NO N _ • 1 N E fn E N U = p�• c Cn W Q n-Co o c v 'm '� fl. O N 2 U W W C� N N L [y M O c N of a - U) CO '° c ( E m COO o T•o w -a (6 .= C O to a m c0 N c — fn = T Y = _ (T c zr O a� Z a� o ID °n aoi ' m a 3 to Q ca > > _o ? •- E c m o C ) am x n o m Cn m F- J J d W CO 0 0 Q � �i m � Fn m c a ) N ii U N M V 1-1 1 TranSystems Systems Bank of America Building 500 West 7th Street Suite 1100 Fort Worth,TX 76102 Tel 817 339 8950 Fax 817 336 2247 www.transystems.com September 16, 2014 Lissette Acevedo, P.E. Project Manager City of Fort Worth—Transportation and Public Works Infrastructure Design and Construction Division 1000 Throckmorton St., RM 266 Fort Worth, TX 76102 RE: Design Services Agreement for Mark IV Parkway-Final Design and Construction Services Dear Ms.Acevedo, Per your request we present this proposal for Mark IV Parkway Final Design and Construction Services. The work to be performed is related to the final design and construction for Mark IV Parkway from Cantrell- Sansom to IH-820 and Cantrell-Sansom from Deerfoot to Mark IV Parkway Supplemental design services: 1. Project Management $ 11,900.00 2. Final Plans and Specifications $ 25,110.00 3. Public and Stakeholder Meetings $ 9,305.00 Supplemental design services 146,115.00 Supplemental sub-consultant services: 1. Supplemental topographic survey—Deerfoot Trail to Lionfish Way $ 2,910.00 2. Level A SUE-Atmos gas line $ 14,750.00 3. Level B SUE- Deerfoot Trail to Lionfish Way $ 7,400.00 4. Landscape design—roundabout central island $ 7,500.00 Supplemental sub-consultant services 32 560.00 Construction phase services: 1. Weekly/Bi-weekly meetings $ 15,900.00 2. Respond to RFI's $ 3,560.00 Construction phase services JiaA60.00 Reimbursables $ 250.00 TOTAL $ 98,585.00 m C-) The work in this agreement includes 25.4% participation by SBE firms. If you have any questions, please rnfeel free to give me a call. I look forward to hearing from you. M ® Sincerely, CD T 0 City of Fort Worth, Texas Mayor and Council Communication ;COUNCIL ACTION: Approved on 10121/2014 DATE: Tuesday, October 21, 2014 REFERENCE NO.: **C-27048 LOG NAME: 20MARK IV PARKWAY-FINAL DESIGN SUBJECT: Authorize Execution of an Engineering Services Agreement as Part of the 2014 Bond Program with Transystems Corporation d/b/a Transystems Corporation Consultants, in an Amount Not to Exceed $98,585.00 for the Preparation of Construction Plans and Specifications for the Construction of Mark IV Parkway from Interstate Highway 820 to Cantrell-Sansom Road (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council authorize the execution of an Engineering Services Agreement as part of the 2014 Bond Program with Transystems Corporation d/b/a Transystems Corporation Consultants in the amount not to exceed $98,585.00 for the preparation of construction plans and specifications for the construction of Mark IV Parkway from IH 820 to Cantrell-Sansom Road. DISCUSSION: This Engineering Services Agreement will provide for construction documents and specifications, as well as bidding and construction phasing services for the construction of Mark IV Parkway from IH 820 to Cantrell-Sansom Road. The engineering and design work was prepared by TransSystems under a previously awarded contract, City Secretary Contract No. 42547, as amended. The project will bid in late 2014. This project is included in the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing for these expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official intent to reimburse that was adopted as part of the ordinance canvassing the bond election - Ordinance No. 21241-05-2014. M/WBE Office - TranSystems Corporation d/b/a TranSystems Corporation Consultants is in compliance with the City's BIDE Ordinance by committing to a 25 percent SBE participation. The City's goal on this project is 25 percent. This project is located in COUNCIL DISTRICT 2, Mapsco 49B and 49F. FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that funds are included in the Fiscal Year 2015 adopted Budget of the 2014 Bond Program per Ordinance 21457-09-2014 and funds are available in the General Fund to pay expenses which will be incurred on this contract until reimbursement can occur from the issuance of public securities. FUND CENTERS: Logname: 20MARK IV PARKWAY-FINAL DESIGN Page I of 2 TO Fund/Account/Centers FROM Fund/ACCOunt/Centers C210 531200 202230226130 $98.585.00 CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Todd Estes (5448) ATTACHMENTS 1. Compliance for TranSystems Corporation.pd (CFW Internal) 2. MARK IV 820-CANTRELLSANSOM ARTERIAL.pd (Public) Logname: 20MARK IV PARKWAY-FINAL DESIGN Page 2 of 2