HomeMy WebLinkAboutContract 35255C�;ii"'( a�:�f��i�+��` �'�
C;CJN���ACT NO , `r�.-z�.--
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING SERVICES
This AGREEMENT is between the City of Fort Worth (the "CITY"), and Kennedy
Consulting, Ltd. (the "ENGINEER"), for a PROJECT generally described as: Engineering
Services for a Value Engineering Study at the Dirks Road/Fort Worth & Western Railroad
Crossing.
Article I
Scope of Services
A. The Scope of Services is set forth in Attachment A.
Article II
Compensation
A. The ENGINEER's compensation is 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 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.
(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, includ�in�er�s#, —,In the event of
�,�, ; 1 �
J � ,� � �%. 5
ENGINEERING CONTR,4CT (REV 4/14/05)
Page 1 of 15 � v��� ,��}j;%�;�4�� ''' � � � ORIGINAL
`,� 'J : u t, S
- :;; -:: ��,��r, ��;��^
� �f�, ::.����1:��,�� lu�,t� !
—_.—_._ _'
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.
(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 plastic film sheets, 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
ENGINEERING CONTR,4CT (REV 4/14/05)
Page 2 of 15
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 e�ent 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
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, for any reason, the ENGINEER should
make an on-site observation(s), on the basis of such on-site observations, if
any, the ENGINEER shall endeavor to keep the CITY informed of any
deviation from the Contract Documents coming to the actual notice of
ENGINEER regarding the PROJECT.
(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
ENGINEERING CONTRACT (REV 4/14/05)
Page 3rof 15
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 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 are incorporated into the record drawings.
I. Minority and Woman Business Enterprise (MM/BE) Participation
In accord with City of Fort Worth Ordinance No. 15530, the CITY has goals for the
participation of minority business enterprises and woman business enterprises in
CITY contracts. ENGINEER acknowledges the M/WBE goal established for this
contract and its commitment to meet that goal. 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.
ENGINEERING CONTRACT (REV 4/14/05)
Page 4 of 15
J. Right to Audit
(1) ENGINEER agrees that the CITY shall, until the expiration of three (3) 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 three (3) years after final payment under
the subcontract, have access to and the right to examine and photocopy
any directly pertinent books, documents, papers and records of such
subconsultant, involving transactions to the subcontract, and further, that
the CITY shall have access � during normal working hours to all
subconsultant facilities, and shall be provided adequate and appropriate
work space, in order to conduct audits in compliance with the provisions of
this article together with subsection (3) hereof. CITY shall give
subconsultant reasonable advance notice of intended audits.
(3) ENGINEER and subconsultant agree to photocopy such documents as may
be requested by the CITY. The CITY agrees to reimburse ENGINEER for
the cost of copies at the rate published in the Texas Administrative Code in
effect as of the time copying is performed.
f:�
(1)
ENGINEER's Insurance
Insurance coverage and limits:
ENGINEER shall provide to the CITY certificate(s) of insurance
documenting policies of the following coverage at minimum limits that are to
be in effect prior to commencement of work on the PROJECT:
Commercial General Liability
$1,000,000 each occurrence
$2,000,000 aggregate
Automobile Liability
$1,000,000 each accident on a combined single limit or
$250,000 Property Damage
$500,000 Bodily Injury per person per occurrence
ENGINEERING CONTRACT (REV 4/14/05)
Page 5 of 15
��.���,,V,�,�.�,1-�, ��;`^��p..
� ' j j LI ,�' �J,,%"�. �( S ILir 0 I�:' �i'�
'� `�V;'�;,^., r ,1F J,
��;i''!!i��1�� �I� •��
A commercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned when said vehicle is used
in the course of the PROJECT.
Worker's Compensation
Coverage A: Statutory limits
Coverage B: Employer's Liability
$100,000 each accident
$500,000 disease - policy limit
$100,000 disease - each employee
Professional Liability
$1,000,000 each claim
$2,000,000 aggregate
Professional liability shall be written on a claims-made basis and 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) 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.
(a) 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.
(b) Certificate(s) of insurance shall document that insurance coverage
specified in this agreement are provided under applicable policies
documented thereon.
(c) Any failure on part of� the CITY to request required insurance
documentation shall not constitute a waiver of the insurance
requirements.
(d) A minimum of forty-five (45) 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.
Such terms shall be endorsed onto ENGINEER's insurance
ENGINEERING CONTRACT (REV 4/14/05)
Page 6 of 15
policies. Notice shall be sent to the respective Department Director
(by name), City of Fort Worth, 1000 Throckmorton, Fort Worth,
Texas 76102.
(e) Insurers for all policies must be authorized to do business in the
State of Texas and have a minimum rating of A: VII in the current
A.M. Best Key Rating Guide or have reasonably equivalent
financial strength and solvency to the satisfaction of Risk
Management.
(f) Deductible limits, or self insured retentions, affecting insurance
required herein shall be acceptable to the CITY in its sole
discretion; and, in lieu of traditional insurance, any alternative
coverage maintained through insurance pools or risk retention
groups must be also approved. Dedicated financial resources or
letters of credit may also be acceptable to the CITY.
(g) Applicable policies shall each be endorsed with a waiver of
subrogation in favor of the CITY as respects the PROJECT.
(h) 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.
(i) The Commercial General Liability insurance policy shall have no
exclusions by endorsements unless the CITY approves such
exclusions.
(j) For all lines of coverage underwritten on a claims-made basis,
other than Professional Liability, the retroactive date shall be
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) The CITY shall not be responsible for the direct payment of any
insurance premiums required by this agreement and all insurance
required in this section, with the exception of Professional Liability,
shall be written on an occurrence basis.
(I) 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.
ENGINEERING CONTRACT (REV 4/14/05)
Page 7 of 15
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 ENGINEER
will, if requested, assist the CITY 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 amendment
to this AGREEMENT.
Article V
Obligations of the CITY
Amendments to Article V, if any, are included in Attachment C.
A. CITY-Furnished Data
ENGINEERING CONTRACT (REV 4/14/05)
Page S of 15
The CITY will make available to the ENGINEER all technical data in the CITY's
possession relating to the ENGINEER's services on the PROJECT. The
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 and will provide labor and safety
equipment as required by the ENGINEER for such access. The CITY will perform,
at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and
other components of the CITY's facilities as may be required in connection with the
ENGINEER's services. The CITY will be responsible for all acts of the CITY's
personnel.
C. Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange,
and pay for all advertisements for bids; permits and licenses required by local,
state, or federal authorities; and land, easements, rights-of-way, and access
necessary for the ENGINEER's services or PROJECT construction.
D. Timely Review
The CITY will examine the ENGINEER's studies, reports, sketches, drawings,
specifications, proposals, and other documents; obtain advice of an attorney,
insurance counselor, accountant, auditor, bond and financial 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 in
Attachment A.
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
ENGINEERING CONTRACT (REV 4/14/05)
Page 9 of 15
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.
(1)
�2)
Contractor Claims and Third-Party Beneficiaries
The CITY agrees to include the following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractors, subcontractors and equipment and materials
suppliers on the PROJECT, or their sureties, shall maintain
no direct action against the ENGINEER, its officers,
employees, and subcontractors, for any claim arising out
of, in connection with, or resulting from the engineering
services performed. Only the CITY will be the beneficiary
of any undertaking by the ENGINEER."
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)
�
(1)
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.
CITY's Insurance
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
ENGINEERING CONTRACT (REV 4/14/05)
Page 10 of 15
c. �::,if � jI �rr:�� �-�n�1. �
:i � �� � \,' 1 i'� '�: .� ;7 �J �C/ ���. li�'
"���';' �5��'��1��'i�tl ,
7 -�,,G,,jj 1U,, ;,;,�._..�
a � `l�'�✓'�1:UUL'� ��2`�(
uGti;o
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.
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.
D. Termination
ENGINEERING CONTRACT (REV 4/14/05)
Page 11 of 15
(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 5 days of written notice and diligently complete
the correction thereafter.
(2) If this AGREEMENT is terminated for the convenience of the CITY, the
ENGINEER will be paid for termination expenses as follows:
a.) Cost of reproduction of partial or complete studies, plans,
specifications or other forms of ENGINEER'S work product;
b.) Out-of-pocket expenses for purchasing storage containers,
microfilm, 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 the CITY'S termination for
convenience so that the work effort is suitable for long time storage.
(3) Prior to proceeding with termination services, the ENGINEER will submit to
the CITY an itemized statement of all termination expenses. The CITY'S
approval will be obtained in writing prior to proceeding with termination
services.
E. Suspension, Delay, or Interruption to Work
The CITY may suspend, delay, or interrupt the services of the ENGINEER for the
convenience of the CITY. In the event of such suspension, delay, or interruption,
an equitable adjustment in the PROJECT's schedule, commitment and cost of the
ENGINEER's personnel and subcontractors, and ENGINEER's compensation will
be made.
F. Indemnification
(1) The ENGINEER agrees to indemnify and defend the CITY from any loss,
cost, or expense claimed by third parties for property damage and bodily
injury, including death, caused solely by the negligence or willful misconduct
of the ENGINEER, its employees, officers, and subcontractors in
connection with the PROJECT.
(2) If the negligence or willful misconduct of both the ENGINEER and the CITY
(or a person identified above for whom each is liable) is a cause of such
damage or injury, the loss, cost, or expense shall be shared between the
ENGINEER and the CITY in proportion to their relative ��g�� af -_
i' ,-' � � f "' ,� f��� � v
i
ENGINEERING CONTR,4CT (REV 4/14/05) "'�'����"' ��� �' � r� ������'��'��`��
Pa e12of15 ;•,IIS'^ ;.-,5/=,,[:.:r�'/�a������
g � ��``� �'���',�i����:�1f�;,
J 7
� .'' 1� �i' �I ,U; `I i.�. �''�(
��, � �: �,.�;�; 1�..��,..
negligence or willful misconduct as determined pursuant to T.C.P. & R.
Code, section 33.011(4) (Vernon Supplement 1996).
G. Assignment
Neither party shall assign all or any part of this AGREEMENT without the prior
written consent of the other party.
H. Interpretation
Limitations on liability and indemnities in this AGREEMENT are business
understandings between the parties and shall apply to all the different theories of
recovery, including breach of contract or warranty, tort including negligence, strict
or statutory liability, or any other cause of action, except for willful misconduct or
gross negligence for limitations of liability and sole negligence for indemnification.
Parties mean the CITY and the ENGINEER, and their officers, employees, agents,
and subcontractors.
I. Jurisdiction
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. Alternate Dispute Resolution
(1) All claims, disputes, and other matters in question between the CITY and
ENGINEER arising out of, or in connection with this Agreement or the
PROJECT, or any breach of any obligation or duty of CITY or ENGINEER
hereunder, will be submitted to mediation. If inediation is unsuccessful, the
claim, dispute or other matter in question shall be submitted to arbitration if
both parties acting reasonably agree that the amount of the dispute is likely
to be less than $50,000, exclusive of attorney's fees, costs and expenses.
Arbitration shall be in accordance with the Construction Industry Arbitration
Rules of the American Arbitration Association or other applicable rules of
the Association then in effect. Any award rendered by the arbitrators less
than $50,000, exclusive of attorney's fees, costs and expenses, will be final,
judgment may be entered thereon in any court having jurisdiction, and will
not be subject to appeal or modification except to the extent permitted by
Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and
11).
(2) Any award greater than $50,000, exclusive of attorney's fees, costs and
expenses, may be litigated by either party on a de novo basis. The award
shall become final ninety (90) days from the date same is issued. If litigation
is filed by either party within said ninety (90) day period, the award shall
become null and void and shall not be used by either party for any purpose
ENGINEERING CONTRACT (REV 4/14/05)
Page 13 of 15
in the litigation.
K. 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.H., VI.I., and VI.J. shall survive
termination of this AGREEMENT for any cause.
L. 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
(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)
ENGINEERING CONTRACT (REV 4/14/05)
Page 14 of 15
ATTEST:
1 1 `
Marty Hendri
City Secretary - -� `T �
�vo r��� �������a��
APPROVED AS TO FORM
ATTEST:
� � '1M C•
5�'Cpl�¢,�. G 1,�loodr�a�.� , RE.
ENGINEERING CONTRACT (REV 4/14/05)
Page 15 of 15
APPROVAL RECOMMENDED:
����
Robert Goode, P.E., Director
Transportation/Public Works
KENNEDY CONSULTING, LTD.
/; j : �_, i��'/>>.: 6 ,_ ; - �",-, i� � L c _ �
l / %":i G7E.t��.�.�-c.r r`'�'3 �7'H�.�Z \
J
, � �< G: �ict/�i s�-r-��`
J;' I�evin Kennedy, P.E.
`/
;'',i_', ;_ � t. f_ i-s. <- �ry� /"'
n ��
4 .;, '� ,'� r a n n-` -.�.
'�'.J�'r'��::.��J-:�� r���-�l;s �
i('� ';� '�ii =�c1� �r�r,%
vu�� ��t':�����-`,!�:l
���e . - l., �� ^;n
���(''u��;�� `���
�1 u'� �
Scope of Engineering Services
Value Engineering Study
Dirks Road / Fort Worth & Western Railroad Crossing
Attachment A
Scope of Services
for
Value Engineering Study
Dirks Road / Fort Worth & Western Railroad Crossing
Project Overview
Attachment A
April 13, 2007
First placed on the Fort Worth Metropolitan Area Thoroughfare Plan in 1962, SH 121/Southwest
Parkway (SWP) has evolved to its current stage of development through the cooperative efforts
of the North Texas Tollway Authority (NTTA), the City of Fort Worth (CoFW), and the Texas
department of Transportation (TxDOT). SWP, from IH 30 to FM 1187, received a Record of
Decision from the Federal Highway Administration and final Plans, Specifications, and
Estimates are being prepared by NTTA in anticipation of construction lettings in early 2008.
Dirks Road / Altamesa Boulevard (Dirks) is a planned six-lane divided urban roadway that
crosses proposed SWP about 2.7 miles south of IH 20. Immediately east of SWP, Dirks
crosses the Fort Worth & Western Railroad (FWWR). Dirks Road presently crosses the FWWR
at an underpass grade separation, utilizing an existing railroad bridge. The existing bridge's
size and associated drainage complications preclude its continued use as a grade separation
structure for the future six-lane Dirks Road. Replacement of the crossing will be required to
accommodate a widened Dirks Road.
This VE study will review the alternatives, considering engineering criteria as well as the various
goals, objectives, and constraints of the CoFW and FWWR. The purpose of the study is to gain
consensus between the CoFW and FWWR for a recommended alternative so the widening of
Dirks Road may be included as part of SWP (Section 4) construction.
Kennedy Consulting, Ltd. 1 of 4
Scope of Engineering Services
Value Engineering Study
Dirks Road / Fort Worth & Western Railroad Crossing
Value Engineering Process
Attachment A
April 13, 2007
VE is an organized application of technical knowledge directed at improving a project by
evaluating options given a set of constraints, refining alternatives, and finding and eliminating
unnecessary costs in a project while maintaining the project's intended purpose and goal.
Value engineering studies are guided by an outline of the study methodology, typically
consisting of four (4) primary phases, as described below.
Phase 1. Investigation of Problem
During the Investigation Phase of the VE Study, the following basic questions are
addressed, such as:
• What is it?
• What does it do?
• What must it do?
• What is it worth?
• What does it cost?
By the end of the investigation phase, the critical issues of the project are identified
and understood by the team members. At this point, issues which require further
study are identified.
Phase 2. Speculation of Solutions
In this phase the team brainstorms to
fundamental problem the design is to solve
from further consideration at this point.
Phase 3. Evaluation of Solutions
identify all possible solutions to the
. No ideas are critiqued or eliminated
In this phase the best alternative solutions are identified and critiqued in terms of
advantages and disadvantages. A preferred alternative is identified or it is confirmed
that the currently proposed design is the best possible solution.
Phase 4. Development of Implementation Plan
During this phase, the team discusses how the preferred solution should be
implemented by the owner(s). A plan is developed and presented.
Presentation of Findings
The findings and recommendations of the VE study are summarized for use in the
VE Summary Report. Recommendations may also be presented to interested
parties in a formal presentation at some point following conclusion of the VE study.
, _
" 1 I l 1' � v�' J!! i�y
�����'�
I�'. �' �
a.U`6, _,��:"..'�.1l1.d
..,
; y;' ;�`�,'� `�,, ; �y
Kennedy Consulting, Ltd. 2 of 4
Scope of Engineering Services
Value Engineering Study
Dirks Road / Fort Worth & Western Railroad Crossing
Services to be provided by the City of Fort Worth
Attachment A
April 13, 2007
1. Provide available CoFW data and history pertinent to the project
2. Select VE study team members
3. Secure participation of a Carter & Burgess representative to attend VE workshop to
present project briefing and participate in evaluation based on previous work. C&B
representative shall also attend a coordination meeting prior to the VE study to present a
dry-run of the project briefing.
4. Provide a specific room dedicated to the team study for the study period with adequate
work tables and walls with space for flip charts, drawings, etc. Large training or
conference room with dry-erase board, projection screen, etc. is preferable.
5. Provide work space for sub-teams (breakout rooms or in same room if large enough)
6. Provide access to copy machine and other general office services, if needed.
7. Provide a vehicle with capacity for 12-15 adults for travel to/from project site
Services to be provided by the ENGINEER
The work to be performed under terms of this Agreement includes the facilitation of a Value
Engineering Study for the project described as Dirk Road / Fort Worth & Western Railroad
Crossing, as further defined below.
1. Preparation for Value Engineering Workshop
Based on data previously obtained and/or developed during their associated SWP
project with NTTA, the ENGINEER will develop project maps and compile the various
design data elements that may be useful during the course of the VE study. This
information will be utilized during the VE workshop to aid in the evaluation of the
speculative solutions. The ENGINEER will attend a coordination meeting with CoFW
and the C&B representative prior to the VE workshop.
2. Value Engineering Workshop
The ENGINEER will conduct a two-day Value Engineering Workshop. The workshop
will rely on information from the previous Dirks Road alternative investigation and the
preliminary schematic design developed by NTTA and the City of Fort Worth during
2006. The value engineering study will review functional criteria, construction costs,
typical sections, grade separation alternatives, access, safety, structural requirements,
traffic design elements, drainage, right-of-way requirements, constructability, and other
elements deemed to be critical or important. The duration of the workshop portion of the
study will be one day. The ENGINEER will each provide three (3) engineers for
technical support and coordination during the study.
3. VE Study Workbook and Summary Report
The ENGINEER will produce a VE Summary Report to document the team's actions and
recommendations. Ten (10) copies will be provided to the City of Fort Worth for
distribution to appropriate agencies or individuals.
Kennedy Consulting, Ltd. 3 of 4
Scope of Engineering Services
Value Engineering Study
Dirks Road / Fort Worth & Western Railroad Crossing
Draft Agenda
for
Dirks Road / Fort Worth & Western Railroad Crossing
Value Engineering Study
Attachment A
April 13, 2007
DAY ONE
VE Study Introduction
8:30 — 9:00 AM • Introduce study participants KCI
• Describe the study format and scope
Project Briefing
• History
• Goals and Constraints
• Nuances of Project Site
• Design Criteria & Design Standards
• Concepts Considered C & B
9:00 — 10:00 AM • Alternatives Analysis
• Critical Design Issues
• Discipline Breakdown (roadway, drainage,
structure, environmental, etc.)
• Description of Preferred Alternative
• Major Cost Items
10:00 — 11:30 AM Site Visit VE Study Team
11:30 AM — 1:00 PM Lunch
1:00 — 2:30 PM Brainstorming session to identify all possible VE Study Team,
solutions and constraints facilitated by KCI
2:30 — 5:00 PM Begin evaluation of solutions, preferred solution VE Study Team,
identified. facilitated by KCI
DAY TWO
8:30 — 10:00 AM Complete evaluation of solutions, preferred VE Study Team,
solution identified. facilitated by KCI
10:00 AM — Noon Develop implementation plan. Summarize VE VE Study Team,
Study Findings & Recommendations facilitated by KCI
Kennedy Consulting, Ltd. 4 of 4
Cost Proposal
Value Engineering Study
Dirks Road / Fort Worth Western Railroad Crossing
ATTACHMENT B
COST PROPOSAL
FOR
ENGINEERING SERVICES
FOR
VALUE ENGINEERING STUDY
KENNEDY CONSULTING, LTD.
DIRKS ROAD / FORT WORTH & WESTERN RAILROAD CROSSING
Attachment B
April 13, 2007
For services describe in the Scope of Services, we request the compensation as detailed below.
Cost breakdowns for engineering services and explanation of expenses for Kennedy Consulting, Inc.
(KCI), are shown on the following pages.
TOTAL COMPENSATION
Value Engineering Study
$ 20,925.25
Kennedy Consulting, Ltd. Page 1 of 2
m �
O
� N
L �
U
�6 =
aa
N
.�
�
IC
C
Q
Y
N
N
H
�
0
.�
�
�
C
'+�
R
v
w
.�
�
ia
V
�
�
7
0
�
C
lC
�
�
�
m
�
�
7
�
m
�
N
U
�
O
.�
�
c
d
�
� L
� Q
N �
`� o
� � LL
m
c
n o� m
o W o
d �
� Y
y �
U j �
�
C
�=+
�
N
C
O
U
T
�
N
C
C
G)
Y
0 0 0 0 0 0 0 0 0 0 0 0�� � �
y O i O O O O O O O O O O O N N N N
� O � O �fl O O O O O O � O O O O N
N y� 00 M N c'7 M O I� O I� N � O O O O N
F � f� � oO � N N m N � N � N M M OJ
lli (O (O N M N Oi O O
NF r � � N N
�
U
v�l e� v> u9 v� v� E» e» u3 w fn �E» E» v+ v� tn
I �
N O
� (0 CO I� N '7 V � N M N ONO ~
f�0 I--
� F � � � '
I a
i I
m =
V N N N
�� o O O O o O O O O
— O
U �
— I I
� �
c =
0
N O oJ N O N O O O � O N �
� � �
O 69
a`
R =
c �
O o
�Vl � 7 V O OD O O O N O N N
N �
N e-
O �
a
m �
c =
o °
'C y � N O (O 00 N N � � 00 N f�D
� O �
a` �`'
,. �, x
y rn a
•� C � N CD � � � V N V � M
a � � �
w
J J
.�-� .�-� .�. Q .-��
O O O O O O
7 � 7 ~ 7 �"'
(/1 fn fn Q' (/1 W
.c° r °a m � w
N
s s w g � a
� Q X
0 0 2, U x W
� � m Y W V
rn rn E � Y
c c £ y
� �
w w � C7
c c y
'm '� � m U
c6 �
N a a W W N �- ' m
� r O Gl N a p �
y L 3 7 N �
Y O � p > > � �
� � � W � � � �
o � o a � m a
p � p p O p ca
,� a w
o rn a� o� � a V �
c `m m �c o � E
a o- a= `o � w x o
.� � � ` � Y � N �
� O �
y c.o �� a � 3 X a x
❑ W � � � '� � o � � � a
� . L � Q � � N p '�
O
7 , � N � .� � � 3 . Q,' � � y � M
� C U @ G � Z` r�n � X� � m,
� � � � W Q N d �� �
�tn '� �O I � U � � � C � W � � N
w � O 7 -O � X � �p � —
� �o o- o �, c E a� c ii Z. �
n� a o m o F- .� � d
m
o�Q o'-o �-o I �n e a� m a�i , E a�
� � � C �7 C ` . a (Q O. (7 � i i
� ' 7 � N N (L
a U' O Q � Q o. � C� i d� N l� �
a m.n o �j � m a �;� o p�p m �
N M � a
i Ilii I�II
�
J
m
._
N
U
�
c
�
Y
ACORD CERTIFICATE OF LIABILITY INSURANCE DATE
Th, 04/13/2007
PRODUCER McLaughlin Brunson Insurance Agency, LLP THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
9535 Forest Lane HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Suite 118 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Dallas TX 75243 INSURERS AFFORDING COVERAGE
INSURED Kennedy Consulting Ltd. iNsuReR n: Travelers Indenmi Com an St. Paul
Kennedy Consulting, Inc. wsuReR e: Liber Insurance Underwriters, Inc.
1871 Harroun Ave., Suite 101 iNsuReR c: United States Fideli and Guaran Co. St. Paul
McKinney TX 75069 INSURER D:
INSURER E:
OVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
�R TYPE OF INSURANCE POLICY NUMBER PaLICY EFFECTIVE POLICY EXPIRATION LIMITS
GENERALLIABILITY BKO131O92S OZ�II�Z00% OZ�II�ZOOH EACHOCCURRENCE $ 1�000�000
X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE An one fire S I,OOO,OOO
CLAIMS MADE � OCCUR MED EXP An one erson S 1�>���
X Val. Papers-$750����. PERSONALBADVINJURY 5 1��������
LIMIT APPLIES PER:
POLICY � '
C AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
X NON-OWNEDAUTOS
AGE LIABILITY
ANY AUTO
BK01310925
ess unew�rv BK01310925
OCCUR � CLAIMS MADE
DEDUCTIBLE
WORKER5COMPENSATIONAND UBSS3GYE)49
EMPLOYERS' LIABILITY
�2�11�2��% ��2�11�Z��g
02/ 11 /2007 I 02/ 11 /200 8
�2�11�2��% ��2�11�20�g
COMBINED SINGLE LIMIT
(Ea acddent)
BODILY INJURY
(Perperson)
BODILY INJURY
(Per accident)
PROPERTY DAMAGE
(Per accident)
AUTO ONLY - EA ACCIDENT
OTHER THAN EA AC(
AUTO ONLY: .,.,
s 1,000,000
5
S
S
S
5
5
� 5,000,000
i ACCIDENT S SOO�OOO
4SE - EA EMPLOYE S SOO�OOO
4SE-POLICYLIMIT S SOO,OOO
B orHeRProfessional AEE197023-0107 02/11/2007 02/11/2008 $ 3,000,000 Per Claim/Aggregate
Liability
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESlEXCLU510NS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
RE: Dirks Road, FWWR VE Study, 3-16-07, City The claims inade profl liab coverage is the total agg limit for all claims
presented within the policy period & is subj to a ded. (Retroactive Date: 1/1/1998) City of Fort Worth is shown as an
additional insured with waiver of subrog. on the general, auto & umbrella liab. coverages as required by written contract. A
waiver of subrog. is shown in favor of the City of Fort Worth on the workers comp. as required by written contract.
CERTIFICATE HOLDER
City of Fort Worth - Transportation & Public Warks
Attn: Michael Weiss
1000 Throckmorton Street
Fort Worth TX 76102
ACORD 25-S (7/97)
CANCELLATION ur reuuc�ion �n cuverage oy enaursemen� 0
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILt�HdBE�h'd9Ri0 MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT;�tffifQlLtlR�ifT00-3�9kA1_L
-tMP09E-Nf}[iBtIOATlfPub9R-tlpBitFT1`f3F-Ahl1`tfiND�iPOk TiiEMt9HRER,yiSAt�fPoTS OR
-R£-PRESEPoifcTitlE9:
AUTHORIZED REPRESENTATIVE
�].ri7�.K-C-P_c. �. YVtEQ ��-c..v
7
OO ACORD CORPORATION 1988