Loading...
HomeMy WebLinkAboutContract 46753 CITY SECRETARY CITY OF FORT WORTH, TEXAS CONTRACT NO. 4GI _ STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and DUNAWAY ASSOCIATES, L.P., authorized to do business in Texas, an independent contractor ("Consultant"), for a PROJECT generally described as: WAH- Pershing Drainage Study. Article I Scope of Services (1) Consultant hereby agrees to perform as an independent contractor the services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with WAH-Pershing Drainage Study. (2) Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Consultant or its subconsultants, subcontractors and/or suppliers that has not been ordered in writing. It is specifically agreed that Consultant shall not be compensated for any alleged additional work resulting from oral orders of any person. Article II Compensation Consultant shall be compensated in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". However the total fee paid by the City shall not exceed a total of $41,100 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly. The Consultant shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from M all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of M the City in connection with such services. 0 N O C.7'v City of Fort Worth,Texas OFFICIAL.RECORD Standard Agreement for Professional Services CITY SECRETARY Revision Date:9/24/2014 Page 1 of 8 FT.WORTH,TX Article III Term Unless terminated pursuant to the terms herein, this Agreement shall be for a term of one year from the effective date or the full expenditure of the Compensation, whichever occurs later. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant shall have exclusive control of and the exclusive right to control the details of its work to be performed hereunder and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondent superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence and Indemnification (1) Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. (2) In accordance with Texas Local Government Code Section 271.904, the Consultant 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 Consultant or Consultant's agent, consultant under contract, or another entity over which the Consultant's exercises control. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 2 of 8 Article VI Insurance (1) Consultant shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Consultant allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Consultant may elect to add any subconsultant as an additional insured under its liability policies. Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease -each employee (2) Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be delivered to the Transportation and Public Works, Storm Water Division, Attention: Steve Eubanks, 1000 Throckmorton, Fort Worth, TX 76102, prior to commencement of work. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 3 of 8 e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. g. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. h. City shall not be responsible for the direct payment of insurance premium costs for Consultant's insurance. L Consultant's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. j. In the course of the Agreement, Consultant shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. k. Consultant's liability shall not be limited to the specified amounts of insurance required herein. I. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. Article VII Transfer or Assignment City and Consultant each bind themselves, and their lawful successors and assigns, to this Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. Article Vlll Termination of Contract (1) City may terminate this Agreement for its convenience on 30 days' written notice. Either the City or the Consultant for cause may terminate this Agreement if either Party fails substantially to perform through no fault of the other and does not City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 4 of 8 commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter (2) If City chooses to terminate this Agreement under Article 8, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article 2 of this Agreement and Exhibit "B" attached hereto and incorporated herein. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. Article IX Right to Audit (1) Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such sub-consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub- consultant facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any sub-consultant reasonable advance notice of intended audit. (3) Consultant and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 5 of 8 Article X Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Consultant acknowledges the MBE and SBE goals established for this Agreement and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Consultant may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. Article XI Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article XII Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XIII Contract Construction The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:912412014 Page 6 of 8 interpretation of this Agreement or any amendments or exhibits hereto. Article XIV Severability The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XV Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Steve Eubanks Transportation and Public Works, Storm Water Division 1000 Throckmorton Street Fort Worth, Texas 76102 Consultant: Dunaway Associates, L.P. Attn: Michael J. Dellies, P.E. 550 Bailey Avenue, Suite 400 Fort Worth, TX 76107 Article XVI Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 7 of 8 Article XVII Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. Executed and effective this the tqk�% day of qUAL, 20(� BY: BY: CITY OF FORT WORTH ENGINEER Duna y Asso ' P. Fernando Costa Thomas S. Galbreath, ASLA Assistant City Manager President Date: 6 ! Date: APPROVAL RECOMMENDED: G113 By: _ L'�' 0 , 11 -1. Douglas W iersig, Ph.D., P.E. Director, Transportation and Public Works APPROVED AS TO FORM AND LEGALITY M&C No.: WA By: M&C Date: f-�,, r Jc 'a.► Assistant City Attorney ATTEST: '000 ,.o %0 ° Mary J. Kayser m$ °_ City Secretary °�°°°oma°°S°° , EXA OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Agreement for Professional Services Revision Date:9/24/2014 FT.WORTH,TX Page 8 of 8 ATTACHMENT "A" Scope of Services for WAH-Pershing Ave. Drainage Study 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. Under this scope, "ENGINEER" is expanded to include any sub- consultant, including surveyor, employed or contracted by the ENGINEER. OBJECTIVE The objective of this project will be to develop a two-dimensional flow model of the Western Arlington Heights (WAH) area in the vicinity of Pershing Avenue in order to quantify the impact of proposed drainage improvements. The analysis will also include an evaluation of whether detention can be used as a storm water management solution to avoid migrating the WAH flooding problem downstream to the shopping center at the southwest corner of Interstate Highway 30 and Hulen Street, which has limited capacity. DETAILED SCOPE OF WORK 1. Data Collection/Project Coordination — Dunaway will assemble data at the project onset and coordinate with CITY throughout the project duration. a. Data Collection — Dunaway will request/review from Client information pertinent to the project, including: i. 2009 LI DAR topographic data ii. GIS data showing the location of its existing utilities (water, sanitary sewer, storm drain) iii. As-built drawings of existing storm drain systems within the project area iv. Data generated by ANA Consultants, LLC for Pershing Avenue area storm drain improvements b. Site Visit — Dunaway will perform a visit to the site to observe the existing conditions at the project site. C. Coordination Meetings — Dunaway will attend up to four (4) coordination meetings throughout the project duration to confirm the objectives of the project, discuss key issues related to the project, progress being made and issues that may arise, obtain concurrence regarding potential solutions, and to discuss the findings of the analysis. 2. Conceptual Storm Water Modeling— Dunaway will develop an InfoWorks ICM model for the purpose of evaluating conceptual storm water improvements within the project area. The hydraulic model will include surface flow components in areas where storm water exceeds the available open channel and/or closed system capacities. a. 2D Mesh Development — A digital terrain model (DTM) of the project area will be developed and used to generate a 2D mesh for the InfoWorks ICM model. b. Model Refinement— Existing storm drain systems (pipes, channels, etc.)will be added to the ICM model and the 2D mesh adjusted to more accurately reflect the existing conditions at the project site. C. Storm Water Management Scenario — Using the ICM model, develop three (3) conceptual storm water management scenarios: i. "Pre-project' conditions with inlets prior to the recentimprovements, ii. "Post-project' conditions with upsized inlets, iii. Existing conditions with proposed ANA improvements, and iv. Detention option with a pond downstream of the existing storm drain beneath Interstate Highway 30 to mitigate possible adverse impacts at the shopping center at IH-30 and Hulen. 3. Report — Dunaway will prepare a brief letter report summarizing the assumptions made, methodologies used, and conclusions reached during the storm water modeling. Assumptions • The conceptual storm water improvement scenario will include a detention facility at southwest corner of IH-30 and Sanguinet Street. For the purposes of the conceptual analysis, it will be assumed that the property(ies) needed for the detention facility will be available. • The improvement scenarios will include underground storm drain systems to convey storm water to the detention facility location. The storm drain system configuration will be high- level and conceptual in nature, detailed enough only to provide a general understanding of what would be needed for the desired flood protection levels. It is assumed that there is ample room (horizontally and vertically) for new storm drain pipes within the existing street rights-of-way. • Detailed design/refinements to the storm water improvement scenarios developed for this project are not included in this scope of services. The development of detailed storm drain design will be performed at a later date. • The estimated costs for the storm water improvement scenarios will be conceptual in nature and will only include costs for excavation of the detention area and the possible storm drain pipes. Costs for other items typically associated with storm drain projects will not be specifically identified, but will be included in the contingencies for the project. Deliverables • Letter report summarizing the finding of the conceptual regional storm water analysis. The conceptual storm water report shall be submitted to CITY per the approved Project Schedule. • Digital data and models. Only those services specifically mentioned in the Scope of Work section are offered as part of this proposal. ATTACHMENT B COMPENSATION WAH-Pershing Ave. Drainage Study Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $41,100 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 II - Method of Payment. II. 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 III. 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. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department, Steve Eubanks, P.E., 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 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Dunaway Associates 2D Storm Water Modeling $41,100 100% Proposed MBE/SBE Sub-Consultants Non-MBE/SBE Consultants TOTAL $ 41,100 100% Project Number & Name Total Fee MBE/SBE Fee MBE/SBE $ $ City MBE/SBE Goal = 0 % Consultant Committed Goal = 0 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 3 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 # ea ( ; E0 cm d � > , J / 00 � £ & as | ; 22 WE / f aK o E § / � o< ■ U. ■ � k s ! § § § � » - ƒ l , o = ! 26 �J 0 cm � E� § tk - ;� 2 � � § ® e 10 U3 $ - j 2 g k � _ / ! & 0 c » k a ■ � a o ■ ; ! a ©2 U. E § 3a L U ; ' �L \ c 22 §(2b § ° $ (DoeU. a (D ■ m 0 $ $ 2 CL © 9 J9 c < IL a. E 2 kk / � � � ca a �� 2 \ ■ LL. ra + a $ � © ! E 9 f05 $ 0 ■ E z � � r >. 0 ° a §\ ; COL COL COL| CL a mak § ■�� 1 L. # § § ; �eo � = . . 0 � a ab U Q u>a��_ 1 ■ , rrr �■ \)\ j J� $ 0 J / 02 k2 IL ) o CL ` � ■ ; ! ( $ IL � k° " E ! | 2« u ] $ a & E 0 � ! ae § � # k ` IL 2 ! g t§! OE ( kk \ 4 & 2 ] u \ - k ! _ ! § ! > u ; ) [ = |2 ! !EE m ! ! 2 |! !E § � 7 ! § ( = .t cm- �k § U) ) 2 cr \ k f f c < ® § � ( uJ � - - ) � - - k ® U) ! © $C? t 4\a Q § ■ § ; E CL r § k 30 X00 # § ). ; § CL cis 2 0 ' �� E / - 2 § a' 7 � saaCca \ , . a! Ik 4L lop ir ERSHED ry �� • } , .• - •; R4�MCn r -i"i��'i. ,# a yr s M� a„ II r 1 - POSSIBLE ' • • • db *•�' + c . �e • Ci. w PROJECT • • a• �r�{ WAH (Pershing) Drainage Study June s,.Y #€mak+. ,,� 1 �. w � � M •1. -- 15 ' �t • s - 1 5001,000 LegendMatershed DUNAWAY ,.: i x .�