HomeMy WebLinkAboutContract 47440 CITY SECRETAW
CONTRACT NO.
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR PROFESSIONAL SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality
(the "CITY'), and Gerry de Camp. P.E., PTOE, authorized to do business in Texas, an
independent contractor ("Consultant"), for a PROJECT generally described as: Traffic Signal
Operations Engineering, Traffic Signal Timing Plan Development for Special Projects.
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 Traffic Signal Operations Engineering, Traffic
Signal Timing Plan Development for Special Projects.
(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 $35,000.00 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
all claims or liabilities under this Agreement for anything related to, done, or furnished in
connection with the services for which payment is made, including any act or omission of
the City in connection with such services.
OFFICIAL RECORD
City of Fort Worth,Texas CITY SECRETARY
Standard Agreement for Professional Services
Revision oDate:9/24/2014 FT. WORTH, TX
Article III
Term
Unless terminated pursuant to the terms herein, this Agreement shall be for a term of twenty-
four (24) months, beginning upon the date of its execution, or until the completion of the
subject matter contemplated herein, whichever occurs first.
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 9
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,
Traffic Management Division Attention: Ali Mozdbar, P.E., 5001 James Avenue,
Suite 301, Fort Worth, TX 76115, 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 9
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.
i. Consultant's insurance policies shall each be endorsed to provide that such
insurance is primary protection and any self-funded or commercial coverage
maintained by City shall not be called upon to contribute to loss recovery.
j. In the course of the Agreement, Consultant shall report, in a timely manner, to
City's officially designated contract administrator any known loss occurrence which
could give rise to a liability claim or lawsuit or which could result in a property loss.
k. Consultant's liability shall not be limited to the specified amounts of insurance
required herein.
I. Upon the request of City, Consultant shall provide complete copies of all
insurance policies required by these Agreement documents.
Article VII
Transfer or Assignment
City and Consultant each bind themselves, and their lawful successors and assigns, to this
Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer
any interest in this Agreement without prior written consent of the City.
Article VIII
Termination of Contract
(1) City may terminate this Agreement for its convenience on 30 days' written notice.
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:9/24/2014
Page 4 of 9
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
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 9
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
Citv of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:9/24/2014
Page 6 of 9
and revised this Agreement and that the normal rule of construction to the effect that any
ambiguities are to be resolved against the drafting party must not be employed in the
interpretation of this Agreement or any amendments or exhibits hereto.
Article 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'. Transportation and Public Works, Traffic Management Division
5001 James Avenue, Suite 301
Fort Worth, Texas 76115
Consultant:
Gerry de Camp
Attn: Gerry de Camp, P.E., PTOE
1127 Eldridge Pkwy, #300-148
Houston, TX 77077-1771
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:912412014
Page 7 of 9
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:9/24/2014
Page 8 of 9
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 the2deday o , 2014/
BY: BY:
CITY OF FORT WORTH ENGINEER
Gerry de Camp
Jesus J. Chapa Gerry de Camp, P.E.
Assistant City )Manager Owner/Traffic Signal Engineer
Date: `"/ >� Date:_7�Y lri Q w
APPROVAL RECOMMENDED:
ZBy: W. lJ
Douglas M Wiersig, P.E.
Director, Transportation and Public W Krks
APPROVED AS TO FORM AND LEGALITY M&C No.:
By: M&C Date:
Douglas W. Black
Assistant City Attorney
ATTEST: Q� 0000
N.
°
V s�
a J.
City Secretary �° °°°°°
City of Fort Worth,Texas OFFICIAL RECORD
Standard Agreement for Professional Services
Revision Date:9/24/2014 CITY SECRETARY
Page 9 of 9
FT.WORTH,TX
ATTACHMENT "A"
Scope for Traffic Signal Operations Engineering, Traffic Signal Timing Plan Development for
Special Projects
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 engineering consultant will provide task efforts in the following areas on an as-needed
basis as directed by the city project manager. The work will primarily involve the timing and
operations of City of Fort Worth traffic signal equipment, i.e. Type 170E controllers, BiTrans
233 software, and BiTrans QuicNet software, and/or Type 2070 controllers running Intelight
MaxTime software. The work may also involve other traffic signal control equipment in use
or under investigation. As much as practical, include staff in efforts below for the purpose of
training and staff hands-on use of development and field implementation.
WORK TO BE PERFORMED
Task 1. Project Management
Task 2. Traffic Signal Timing Plan Development and Deployment
Task 3. Traffic Operation Analysis and Recommendation
Task 4. Review and Update Traffic Signal Timing Guidelines and Standards
Task 5. Train Staff on Traffic Signal Timing and Operations Best Practices
Task 6. Other Signal-Related Work as Assigned.
TASK 1. PROJECT MANAGEMENT.
ENGINEER will manage the work outlined in this scope to ensure efficient and effective use
of ENGINEER's and CITY's time and resources. ENGINEER will manage change,
communicate effectively, coordinate internally and externally as needed, and proactively
address issues with the CITY's Project Manager and others as necessary to make progress
on the work.
1.1. Communications and Reporting
• Attend meetings with CITY Project Manager as requested.
• Prepare invoices, in accordance with Attachment B to this Standard Agreement and
submit monthly in the format requested by the CITY.
• Prepare and submit monthly progress reports in the format provided by the respective
CITY Department.
• Coordinate with other agencies and entities as necessary for the proposed traffic
signal retiming and / or operational changes, and provide and obtain information
needed to prepare the traffic signal timing plans.
City of Fort Worth,Texas
Attachment A
PMO Release Date:07.23.2012
Page 1 of 6
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
TASK 2. TRAFFIC SIGNAL TIMING PLAN DEVELOPMENT AND DEPLOYMENT.
As part of the traffic signal timing plan development the ENGINEER will perform the
following tasks:
2.1. Data Collection
• Except where otherwise assigned for a specific project, direct visual observation and
analysis of existing field conditions as supplemented by any existing traffic volume
counts and controller timing data provided by the CITY will be adequate.
2.2 Prepare and Implement Timing Plans:
• Except where otherwise assigned for a specific project, direct manual coordination
pattern design using basic traffic engineering principles not requiring the use of any
Synchro or other computerized signal timing programs will be satisfactory.
• To the extent practical and with the approval of appropriate CITY staff members then
present, implementation and fine tuning of the proposed signal timing revisions may
proceed immediately following the initial observations of existing field conditions, or
as soon as efficient and practical thereafter.
2.3 Signal Sequence Improvements:
• Where the CITY or the ENGINEER identifies the desirability of a signal sequence
revision at a complex intersection requiring controller reconfiguration prior to field
implementation, the ENGINEER shall appropriately document and submit his
proposal to the CITY for its approval and arrangement of implementation.
• The ENGINEER shall attend and support the field implementation of his proposed
revised signal operation and provide all requested explanation of and training
thereon to CITY signal operations and/or maintenance staffs.
DELIVERABLES
A. Timing plan data as deployed in the field
B. Appropriate documentation of sequence revision proposals
TASK 3. TRAFFIC OPERATION ANALYSIS AND RECOMMENDATION.
When given a capacity improvement assignment for one or a group of adjacent signalized
intersections, the ENGINEER will perform the following tasks:
3.1 Data Collection:
City of Fort Worth,Texas
Attachment A
PMO Release Date:02.06.2015
Page 2 of 6
• The ENGINEER will assess the data collection needs of each assigned intersection
and prepare a data collection plan specifically for the corridor. Data collection efforts
will include the following:
• ENGINEER's analysis of existing turning movement counts provided by CITY
• Existing timing plan information -The ENGINEER will be provided hard copies of the
existing timing information for each signalized intersection from the CITY. The CITY
will provide their existing SYNCHRO model for the study corridor.
• Existing signal infrastructure —The ENGINEER will gather the following infrastructure
and hardware information at each signalized intersection as requisite to perform his
analysis:
• Presence and functionality of Pedestrian Signals and Pushbuttons
• Traffic Signal Head configuration
• Vehicle detection locations (stop line or setback by approach)
• Intersection geometrics —As requisite to perform his analysis, the ENGINEER will
record the intersection geometrics for each study location. Geometrics will include
the number of lanes per approach, permitted lane usage (left only, right only, shared
left and through, etc.), pedestrian crossing distances, and intersection widths (for
clearance calculations).
3.2 Conduct Baseline Analysis
• The baseline analysis will serve to identify key issues related to traffic operations at
the intersection. The following tasks will be accomplished as part of the baseline
analysis:
— Field Assessment —The ENGINEER will conduct a thorough field
evaluation of the intersection, including a review and verification of the
existing timing plans and observation of the existing traffic operations.
— Prepare any studies of signal cycle and queue lengths, delays, capacity
and critical lane analyses necessary to support ENGINEER's revision
proposal.
3.3 Prepare Timing Plans
• The ENGINEER will conduct an analysis of the intersections to determine basic
operations parameters. The analysis will result in recommendations for the following
operational parameters:
— Cycle Length —The ENGINEER will conduct an analysis of the critical
intersection(s) to determine the optimal cycle length for that intersection.
— Calculate Clearance Intervals and Pedestrian Intervals —The ENGINEER
will calculate, based on acceptable engineering standards, the clearance
intervals (yellow plus all red) and pedestrian crossing times (walk and
flashing don't walk).
City of Fort Worth,Texas
Attachment A
PMO Release Date:02.06.2015
Page 3 of 6
3.4 Fine-Tune Timing Plans
• Following implementation of the timing plans, the ENGINEER will work with CITY
Staff to fine-tune the splits and offsets for each new timing plans.
ASSUMPTIONS
• The ENGINEER will review the extended 24 hour counts collected to
determine the number of timing plans required.
• For preparation of timing plans, the ENGINEER will meet with the City to
review results of the data collection, field observations efforts, baseline
conditions, and preliminary timing plans. The ENGINEER shall incorporate
comments into the development of the final optimized timings for the
intersection(s).
• The ENGINEER shall meet with the CITY to discuss any related CITY
comments on the implemented improvements. Such comments shall be
appropriately incorporated in any requested final project documentation.
DELIVERABLES
A. Final timing plan sheets
B. Any related final documentation requested by CITY staff
TASK 4. UPDATE TRAFFIC SIGNAL TIMING GUIDELINES AND STANDARDS
As part of the review and update of traffic signal timing guidelines the ENGINEER will
perform the following tasks:
• The ENGINEER will review the current traffic signal timing guidelines and make
recommendations to expand, and /or improve to provide a more comprehensive guide
for traffic signal timing.
• The ENGINEER will make changes for use of current and proposed traffic signal
firmware advancements, including, but not limited to additional phases above the current
limit of eight; additional pedestrian phasing, etc.
• The ENGINEER will also review current requirements of the latest adopted version of
Manual on Uniform Traffic Control Devices and make recommendations to the
guidelines to include and meet the manual requirements, including but not limited to
flashing yellow arrow indications, pedestrian walk speeds, etc.
ASSUMPTIONS
• CITY shall provide the latest version of the Timing Guidelines in electronic format
that can be edited and changed.
City of Fort Worth,Texas
Attachment A
PMO Release Date:02.06.2015
Page 4 of 6
DELIVERABLES
A. The ENGINEER shall submit draft electronic copies with the proposed changes hi-
lighted for staff review. Staff will review and accept proposed changes before they
are finalized.
B. The ENGINEER will provide one final electronic version of the final revised traffic
signal timing guidelines.
C. As requested, the ENGINEER will provide appropriate technical memos of hardware
and software advancements or MUTCD practice recommendations.
TASK 5. TRAIN STAFF ON TRAFFIC SIGNAL TIMING AND OPERATIONS BEST
PRACTICES.
The ENGINEER will provide all requested training sessions to engineering, engineering
support and technical field staff on the following, but limited to, areas:
• Coordination timing plan programming;
• Flashing amber arrow indications;
• Phasing operations greater than eight vehicle phases and four pedestrian phases;
• Railroad & emergency vehicle pre-emption and bus priority operation;
• Special phasing operation programming.
ASSUMPTIONS
The CITY will make facilities available from which to conduct the training sessions. Training
sessions may be separated into separate sessions for the anticipated audience, e.g., field
technicians may be a taught a different class than from engineering staff.
DELIVERABLES
The ENGINEER shall prepare a slide presentation and prepare hand-outs for training
session attendees. (The CITY can make copies so as to minimize reproductive cost.)
TASK 6. OTHER SIGNAL RELATED WORK AS ASSIGNED.
Work: assigned under this task may include but not be limited to:
• Providing expert testimony and/or other litigation support for the CITY.
• Assisting with signal timing plan and signal sequence revision development and
deployment assigned by the CITY to other engineering consultants on other
contracts.
City of Fort Worth,Texas
Attachment A
PMO Release Date:02.06.2015
Page 5 of 6
• ENGINEER's retention of sub-consultants as requested or agreed to by CITY as
described in mutually accepted work order documents.
• ENGINEER's provision of minor incidental items of technical equipment at
appropriate CITY direction.
DELIVERABLES
As appropriate to the assignment and as directed in an authorizing written work order
accepted by the ENGINEER.
City of Fort Worth,Texas
Attachment A
PMO Release Date:02.06.2015
Page 6 of 6
ATTACHMENT B
COMPENSATION
Traffic Signal Operations Engineering, Traffic Signal Timing Plan
Development for Special Projects
I. Compensation
A. The ENGINEER shall be compensated a total fee not to exceed $35,000.00 as
summarized in Exhibit B-1 — Engineer Invoice and Section IV— Summary of Total
Project Fees. The total 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.
i. Labor Expenses. All labor expenses for Gerry de Camp, P.E., PTOE
shall be reimbursed at an hourly rate of $200.00 per hour. Labor rates for
other employees, if any, must be submitted to the CITY for approval prior to
beginning work.
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 the delivery of the work; plus applicable sales, use, value added, business
transfer, gross receipts, or other similar taxes.
iii. Subcontractor Expenses. Subcontract expenses and outside services
shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%).
iv. Budgets. ENGINEER will make reasonable efforts to complete the work
within the budget and will keep the City informed of progress toward that end
so that the budget or work effort can be adjusted if found necessary.
ENGINEER is not obligated to incur costs beyond the indicated budgets, as
may be adjusted, nor is the City obligated to pay ENGINEER beyond these
limits.
If ENGINEER projects, in the course of providing the necessary services, that
the PROJECT cost presented in Article 2 of this Agreement will be exceeded,
whether by change in scope of the project, increased costs or other conditions,
the ENGINEER shall immediately report such fact of 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.
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:5.19.2010
Page 1 of 4
B-1
ATTACHMENT B
COMPENSATION
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.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in each task order 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 monthly progress reports and
schedules in the format required by the City. Progress reports will include:
i. List of task orders in progress
ii. Hours spent on each
iii. % of task order complete
iv. Any relevant notes that might impact schedule or product
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:5.19.2010
Page 2 of 4
B-2
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility Fee Amount %
Prime Consultant
Gerry de Camp, P.E. Traffic signal operations $35,000.00 100
engineering and timing plan
development
Proposed M/WBE Sub-Consultants
Non-M/WBE Consultants
TOTAL $35,000.00 100%
Project Number& Name Total Fee M/WBE Fee M/WBE %
$ $ %
City MNVBE Goal = 0_% Consultant Committed Goal =_0 %
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:5.19.2010
Page 3 of 4
B-3
EXHIBIT"B-
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.
Professional Services Invoice
City Project#:
F/A/C:
City Sec Number:
Purchase Order:
Company Name I Gerry de Camp,P.E.PTOE
Consultant's PM:
Vendor Invoice#:
From Date:
To Date:
January 2016 Work Summary
Date Description Hours
Invoice
Totals: Hours:
@$200/hr
Previous Invoices:
Date: Invoice# Amount:
Total: $ -
Funds Remaining on
Contract:
Overall Percentage
Complete:
Submitted by:
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:5.19.2010
Page 4 of 4
B-4