HomeMy WebLinkAboutContract 53923 CSC No.53923
CITY OF FORT WORTH, TEXAS
Mph 26 202� STANDARD AGREEMENT FOR PROFESSIONAL SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality
("City"), and Kimley-Horn and Associates, Inc., authorized to do business in Texas
("Consultant"), for a PROJECT generally described as: Vision Zero High Injury Network.
Article I
Scope of Services
(1) Consultant hereby agrees to perform the professional services set forth in the
Scope of Services attached hereto as Attachment "A". These services shall be
performed in connection with the City of Fort Worth's Vision Zero High Injury
Network.
(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 an amount up to $41,500.00 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".
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.
Article III
Term
Unless terminated pursuant to Article VIII herein, this Agreement shall be for a term
beginning on the effective date, as described below, and shall continue until the expiration of
the funds or completion of the subject matter contemplated herein, whichever occurs first.
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:11.07.17
Page 1 of 9
i
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 the work to be performed hereunder and of 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 respondeat 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) THE CONSULTANT, AT NO COST TO THE CITY, AGREES TO DEFEND,
INDEMNIFY AND HOLD THE CITY, ITS OFFICERS, AGENTS SERVANTS AND
EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS,
ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING, BUT NOT
LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING
ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY
RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING
DEATH, THAT MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY
CONSULTANT'S BREACH OF (i) ANY OF THE TERMS OR PROVISIONS OF
THIS AGREEMENT OR (ii) ANY NEGLIGENT ACT OR OMISSION OR
INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS,
ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER THAN THE CITI0 OR
SUBCONTRACTORS, RELATED TO THE PERFORMANCE OR NON-
PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE
ANY TERMINATION OR EXPIRATION OF THIS AGREEMENT.
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.
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:11.07.17
Page 2 of 9
Commercial General Liability
$1,000,000 each occurrence
$2,000,000 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 attached to this Agreement prior to its execution.
c. Any failure on part of the City to attach the required insurance documentation
hereto 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.
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.
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:11.07.17
Page 3 of 9
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) a. City may terminate this Agreement for its convenience on 30 days' written notice
to Consultant.
b. 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 the
nonperforming party does not commence correction of such nonperformance within
5 days' written notice or thereafter fails to diligently complete the correction.
(2) If City chooses to terminate this Agreement, 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 II 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.
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:11.07.17
Page 4 of 9
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.
Article X
Minority Business and Small Business Enterprise (MBE)(SBE) Participation
In accordance with the City's Business Diversity goals (Chapter 20, Article X of the City's
Code of Ordinances a/k/a 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
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:11.07.17
Page 5 of 9
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
Immigration Nationality Act
Consultant shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (1-9). Upon request by City, Consultant shall provide City with copies of all 1-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Consultant shall adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any
Consultant employee who is not legally eligible to perform such services. CONSULTANT
SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY
CONSULTANT, CONSULTANT'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR
LICENSEES. City, upon written notice to Consultant, shall have the right to immediately
terminate this Agreement for violations of this provision by Consultant.
Article XIII
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 XIV
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
interpretation of this Agreement or any amendments or exhibits hereto.
Article XV
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
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:11.07.17
Page 6 of 9
Agreement shall be construed as if such invalid or unconstitutional portion had never been
contained therein.
Article XVI
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: Tanya Brooks
5000 James Avenue
Fort Worth, Texas 76115
Consultant:
Kimley-Horn and Associates, Inc.
Attn: Brian Shamburger, P.E., PTOE
801 Cherry Street, Unit 11, Suite 1300
Fort Worth, Texas 76102
Article XVII
Prohibition On Contracts With Companies Boycotting Israel
Consultant acknowledges that in accordance with Chapter 2270 of the Texas Government
Code, the City is prohibited from entering into a contract with a company for goods or
services unless the contract contains a written verification from the company that it: (1)
does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The
terms "boycott Israel' and "company" shall have the meanings ascribed to those terms in
Section 808.001 of the Texas Government Code. By signing this contract, Consultant
certifies that Consultant's signature provides written verification to the City that
Consultant: (1) does not boycott Israel; and (2) will not boycott Israel during the
term of the contract.
Article XVIII
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:11,07.17
Page 7 of 9
Article XIX
Attachments, Schedules and 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.
The following attachments and schedules are hereby made a part of this Agreement:
Attachment A—Scope of Services
Attachment B—Compensation
Attachment C—Amendments to Standard Agreement for Engineering Services
Attachment D--Project Schedule
Duly executed by each party's designated representative to be effective on the date
subscribed by the City's designated Assistant City Manager.
BY: BY:
CITY OF FORT WORTH CONSULTANT
Kimley-Horn and Associates, Inc.
EDocuSigned by:
15AK4i$Lf.YAGI!%dff'
Dana BUrghdoff( y 18,2 n1B5 AOOAFFdF9
Dana Burghdoff Scott R.Arnold, P.E.
Assistant City Manager Vice President
Date: May 18, 2020 Date: 5/4/2020
APPROVAL RECOMMENDED:
By: Wuaro Jol nson(May 16,2020)
William M. Johnson
Director, Transportation and
Public Works Department
City of Fort Worth,Texas
Standard Agreement for Professional Services EFT.
Revision Date:1 1.07.17 AL RECORD
Page 8 of 9
SECRETARY
WORTH, TX
Contract Compliance Manager:
By signing, I acknowledge that I am the
person responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting Form 1295 No. NA
requirements.
S-
M&C No.: NA
S- ao�
Tanya r oks M&C Date: NA
Assist Director
Transportation & Public Works Department
APPROVED AS TO FORM AND LEGALITY ATTEST: :��;: � ••,.���`�
Sap-
By: DBtack(May 18,2020)
Douglas W. Black Mary J. Kayser
Assistant City Attorney City Secretary
City of Fort Worth,Texas ---- -
Standard Agreement for Professional Services
Revision Date:11.07.17 OFFICW PFi, ..f
Page 9 of 9 L L
CITY SECRETARY
f r
ATTACHMENT "A"
Scope for Vision Zero High-Iniury Network
The scope set forth herein defines the work to be performed by the ENGINEER in
completing the project. Both the CITY and ENGINEER have attempted to clearly define the
work to be performed and address the needs of the Project.
OBJECTIVE
The objective of this project is to assist the CITY in the preparation of the Vision Zero High-
Injury Network. On November 19, 2019, Fort Worth City Council adopted a Vision Zero
resolution supporting the creation of a Vision Zero Policy and Strategic Action Plan. Crash
data analysis and identification of roadways with the highest concentrations of fatalities and
serious injuries are two critical tasks for development of a policy and strategic action plan.
The objectives of this scope include:
1. Propose and document a methodology to identify Fort Worth's High-Injury Network
based on national best practices.
2. Develop a GIS shapefile of Fort Worth's High-Injury Network based on 2015-2019
Texas Department of Transportation Crash Record Information System (CRIS) data.
WORK TO BE PERFORMED
TASK 1. METHODOLOGY DEVELOPMENT
ENGINEER will assist the CITY in the development of a methodology to identify the CITY's
High-Injury Network. This will include the following:
- Meetings: ENGINEER will meet with CITY staff for three (3) meetings during
methodology development. These include:
o Kick-off
o Methodology Review— Review of comparison city research
o Finalization of methodology
- Document Review:
o Review previous plans developed by the CITY that include safety as a priority
o Recently completed roadway improvement projects by the CITY
o Research up to five (5) Vision Zero High Injury Network Development
Processes
o Summarize research in a best practices memo
- Data Collection: Review data to be utilized in the proposed methodology. Specific
data to be considered:
o CRIS data from 2015-2019
o GIS data:
■ Existing roadway network
City of Fort Worth,Texas
Attachment A
PMO Release Date:07.23.2012
Page 1 of 3
■ Roadway functional classification
■ Intersection control type
■ Bicycle facilities
■ Transit routes and stops
■ Posted speed limits
■ Schools
■ Parks
o Traffic volume data (ADT)
■ Recent
■ Travel demand model (if possible)
■ Approximate volumes for the rest of the network based on roadway
hierarchy
o City Asset Management Data
Deliverable(s):
• Existing Plans, Projects, and Best Practices Memo
TASK 2. ANALYSIS AND GIS DEVELOPMENT
ENGINEER will complete the following analysis and development of GIS data, and
coordinate with the CITY. This will include the following:
- GIS Model Development: the ENGINEER will use the GIS and collision data to
develop a model of the transportation network within GIS. A GIS tool will be used for
the analysis process.
- Develop Crash Rates for the CITY Roadway Network: In addition to identifying areas
where the highest number of collisions have occurred, the ENGINEER will calculate
crash rates for the CITY. The CITY will determine the inclusion of intersections with
TXDOT or County facilities in the analysis process.
o Crash rates by facility:
■ Intersections based on control type
• Signalized
• Unsignalized
• Roundabout
■ Roadway segments (based on functional classification)
• Arterial
• Collector
• Local
■ The ENGINEER will work with the CITY to establish statistical
thresholds of the crash rates as critical for each segment and
intersection.
■ The difference between actual and critical rates can be used to
estimate relative risk faced by users of a given intersection or
segment.
City of Fort Worth,Texas
Attachment A
PMO Release Date:02.06.2015
Page 2 of 3
- Collision Type Statistical Analysis: The ENGINEER will determine the typical collision
type mix for each of the functional classifications and intersection control types and
highlight significant results. The analysis will also identify the number of collisions for
each factor, and the probability that any excess is not random occurrence.
o Categories for analysis include:
■ Injury Type:
• Fatal
• Fatal + Serious Injury
■ Collision Type:
• Broadside
• Rear-End
• Sideswipe
• Head-On
• Single Vehicle (run off road,fixed object, parked vehicle,
other)
■ Active Transportation User Type:
• Bicycle
• Pedestrian
■ Road/Other Conditions:
• Wet/Slippery Road
• Nighttime
■ Behavioral Types:
• Collisions Involving Alcohol/Drugs
• Collisions Involving Driver Inattention
• Collisions Involving Speeding/Aggressive Driving
o The ENGINEER will rank sites including all roadway segments and
intersections with 3+ collisions by both the total number of collisions and the
critical crash rate.
Deliverable(s):
• GIS Shapefiles database
• Roadway Crash Analysis Memo (including rankings)
Additional Services not included in the existing Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
• Development of Safety Projects
• Countermeasure Selections
City of Fort Worth,Texas
Attachment A
PMO Release Date:02.06.2015
Page 3 of 3
ATTACHMENT B
COMPENSATION
Professional Services for
Vision Zero High-Injury Network
Time and Materials with Rate Schedule Project
I. Compensation
A. The ENGINEER shall be compensated in an hourly amount not-to-exceed
$41,500 for personnel time, non-labor expenses, and subcontract expenses in
performing services enumerated in Attachment A as follows:
i. Personnel Time. Personnel time shall be compensated based upon hours
worked directly in performing the PROJECT multiplied by the appropriate Labor
Category Rate for the ENGINEER's team member performing the work.
Labor Category Rate as presented in the rate schedule table below is the rate for
each labor category performing the work and includes all direct salaries,
overhead, and profit.
Labor Category Rate
$/hour
Project Director $255
Quality Control Manager $240
Senior Project Manager $210
Project Manager $180
Project Engineer IV $165
EIT III $145
EIT II $135
EIT 1 $130
LA/LP Professional VI $185
LA/LP Professional V $175
LA/LP Professional IV $165
LA/LP Analyst III $140
LA/LP Analyst II $130
LA/LP Analyst 1 $125
Environmental Professional VI $190
Environmental Professional V $180
Environmental Professional IV $160
Environmental Analyst III $135
Environmental Analyst II $130
Environmental Analyst 1 $125
RPLS-Surveyor $185
CADD Operator $115
CADD Designer $160
Project Accountant $160
Administrative $95
Intern $85
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:8.09.2012
Page 1 of 4
B-1
ATTACHMENT B
COMPENSATION
ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct
Expenses at invoice or internal office cost.
Direct Expenses (non-labor) include, but are not limited to, mileage, travel and
lodging expenses, mail, supplies, printing and reproduction services, other direct
expenses associated with delivery of the work; plus, applicable sales, use, value
added, business transfer, gross receipts, or other similar taxes.
iii. Subcontract Expenses. Subcontract expenses and outside services shall
be reimbursed at cost to ENGINEER plus a markup of ten percent (10%).
iv. Budgets. ENGINEER will make reasonable efforts to complete the work
within the budget and will keep the City informed of progress toward that end so
that the budget or work effort can be adjusted if found necessary.
ENGINEER is not obligated to incur costs beyond the indicated budgets, as may
be adjusted, nor is the City obligated to pay ENGINEER beyond these limits.
If ENGINEER projects, in the course of providing the necessary services, that the
PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether
by change in scope of the project, increased costs or other conditions, the
ENGINEER shall immediately report such fact to the City and, if so instructed by
the City, shall suspend all work hereunder.
When any budget has been increased, ENGINEER's excess costs expended prior
to such increase will be allowable to the same extent as if such costs had been
incurred after the approved increase.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. The ENGINEER shall be paid by the City based upon an invoice created on the
basis of statements prepared from the books and records of account of the
ENGINEER, based on the actual hours and costs expended by the ENGINEER
in performing the work.
B. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
C. ENGINEER shall prepare and submit invoices in the format and including content
as presented in Exhibit B-1.
D. Payment of invoices will be subject to certification by the City that such work has
been performed.
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:8.09.2012
Page 2 of 4
B-2
ATTACHMENT B
COMPENSATION
Ill. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Transportation and Public Works Department monthly progress reports and
schedules in the format required by the City.
IV. Summary of Total Project Fees
Firm Primary Responsibility Fee Amount %
Prime Consultant
Kimley-Horn and Vision Zero High-Injury $41,500.00 100.00%
Associates, Inc. Network
Proposed MBE/SBE Sub-Consultants
Non-MBE/SBE Consultants
TOTAL $41,500.00 100%
Project Number & Name Total Fee MBE/SBE Fee MBE/SBE
Vision Zero High-Injury Network $41,500.00 $0.00 0.00%
City MBE/SBE Goal = n/a Consultant Committed Goal = n/a
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:8.09.2012
Page 3 of 4
B-3
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across desired work types and work phases.
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:8.09.2012
Page 4 of 4
B-4
Professional Services Payment Request Project Manager: ChalmaSt Louis Summary
Project: Vision Zero High-Injury Network
City Project#:
City Sec Number. consultant instructions:
FIII In green cells Including Invoice Number,Fram and To Dates and the Included worksheets.
Company Name:Klmley-Horn and Associates.Inc. When your Invoice Is complete.save and close,start Bu-and Add p your Invoice to the
Consultant folder within Projects folder.
Consultant's PM: C.Brian Shamburger,P.E„PTOE email: bdm.shamburger@kimley.horn.cor
Vendor Invoice#: Office Address;a01 Cherry Street Unit 11Sulte 1300Fort Worth,TX76102
Payment Request#: Telephone: 617339-2245
From Date: Fax: 617-335s070
To Date:
Invoice Date: Remit Address:P.O.Box 951640 Dallas,Texas 75395-1640
Agreement
Agreement Amendment Amountto Amount Percent ($)Invoiced Current Remaining
Sheet FAC and Work Type Description Amount Amount Date Spent Spent Previously Invoice Balance
Work Type 1 M Ion Zero High-Injury Network 1 $41.500.001 $41,500.00 $41.500.00
Work Type 2
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Totals This Payment Request 4$1soo.00 $41soo.00 $41soo.00
Overall Percentage Spent:
Professional Services Payment Request Project Manager: Chelsea St Louis
Project: Vision Zero High-Injury Network
City Project#:
Work Type Desc: Vision Zero High-Injury Network consultant Instructions:
City Sao Number: FIII In green cells Including Percent Complete and Invoiced Previously Ouanitles
Purchase order. When your Invoice Is complete,save and close,smrt B—saw and Add your Invoice to the
Consultant folder within Projects folder.
Name: Kimley-Horn and Associates,Inc.
Consultant's PM: C,Bnan Shamburger,P.E.,PTOE email: brim.shemburger@Wmley-horn com
Vendor Invoice#: Office Address',Bo,Cherry Street,Unit 11Sulte 130OFort Wcrth,TX76102
Payment Request#: Telephone: 617-339-2245
From Date: Fax: 617-335-5070
To Date:
Invoice Date: Remit Address:P.O.Box 551640[Dallas.Texas 75395.1640
Pay Items
Agreement
Agreement Amendment Amendment Amountto Amount Percent ($)Invoiced Current Remaining
Description Amount Number Amount Date Sent Spent Previously Invoice Balance
31-Conceptual Design 541,500A0 $41,500.00 $41,500.00
Totals This Unit: $41,5000000 $41,500,00
Overall Percentage Spent:
Kimley-Hom and Associates,Inc.817-339-2245
817-335-5070 Invoice
Merry Street,unit Suite 1300 P.O.Box 951640
Fort Worth TX 7 102 Dallas,Texas 75395-1640
Consultant Project No.
CFW Project Manager Chelsea St.Louis Proj.Invoice No.
Invoice date:
Consultant's Project Manager: C.Brian shamburger,P.E.,PTOE
Consultants email: bdan.shamburger@kimley-hom.com Period From Date
To Date
Name of Project: City Secretary Contract#:
Vision Zero High-Injury Network P.O.Number:
Labor Cateciory Name Hours Rate /hr Amount
Project Director 255.00 $0.00
Senior Project Manager 210.00 $0.00
Project Manager 180.00 $0.00
Project Engineer IV 165.00 S0.00
EIT III 145.00 S0.00
Planner EIT II 135.00 S0.00
EIT I 130.00 $0.00
Administrative 95.00 $0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Total Labor 0.0 $0.00
Subcontract Service
Subcontractor Subtotal $0.00
10 Percent Markup on Subcontract Sendces $0.00
Nonlabor Ex enses
Nonlabor Expense Subtotal $0.00
Total Expenses(Subcontract Services+Markup+Nonlabor Expenses) $0.00
TOTAL DUE THIS INVOICE $0.00
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Professional Services for
Vision Zero High-Injury Network
No changes are proposed.
City of Fort Worth,Texas
Attachment C
PMO Release Date:05.19.2010
Page 1 of 1
Consulting Contract Schedule Specifications.
FORT WORTH
City of Fort Worth Capital Improvement Program
Attachment D -Project Schedule
This PROTECT reauires a Tier 1 schedule as defined herein and in the City's Schedule Guidance
_Document. The preliminary detailed applications will be submitted to TxDOT by August 5 2019
provided the ENGINEER receives the materials that the CITY is responsible for as detailed in
Attachment A, by Tuly 31 2019.
D1. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall
prepare schedules for consulting services that meet the requirements described in this
specification, showing by Critical Path Method (CPM) the planned sequence and timing of
the Work associated with the Agreement. All submittals shall be submitted in PDF format,
and schedule files shall also be submitted in native file format (i.e. file formats associated
with the scheduling software). The approved scheduling software systems for creating the
schedule files are:
- Primavera (Version 6.1 or later or approved by CITY)
- Primavera Contractor (Version 6.1 or later or approved by CITY)
- Microsoft Project(Version 2003/2007 or later or approved by CITY)(PHASING OUT)
D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, the
CONSULTANT shall develop, submit and review the draft detailed baseline consulting
services schedule with the CITY to demonstrate the CONSULTANT's understanding of the
Agreement requirements and approach for performing the work. The CONSULTANT will
prepare the final detailed baseline consulting services schedule based on CITY comments,if
any,and submit to the CITY no later than the submittal of the first project invoice.
The following guidelines shall be adhered to in preparing the baseline schedule, and as
described in further detail in the CITY's Schedule Guidance Document.
a. The scope shall be subdivided by work breakdown structure (WBS) representing the
tasks,subtasks, and activities associated with delivering the work.
b. The schedule shall accurately describe the major work activities, key milestones, and
dependencies/relationships as appropriate to the work.
c. The schedule should include appropriate meetings, review periods, critical decision
points,including third party utility dependencies and reviewing agencies.
D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare
and submit monthly to the CITY for approval the updated schedule in accordance with D1
and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses,
the CONSULTANT shall enter into the schedule and record actual progress as described in
the CITY's Schedule Guidance Document.
The updated schedule submittal shall also include a concise schedule narrative that
highlights the following,if appropriate and applicable:
• Changes in the critical path,
• Expected schedule changes,
• Potential delays,
• Opportunities to expedite the schedule,
City of Fort Worth,Texas
Attachment D
PMO Release Date:02.15.2011
Page 1 of 2
• Coordination issues the CITY should be aware of or can assist with,
• Other schedule-related issues that the CONSULTANT wishes to communicate to the
CITY.
D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work
accomplished falls behind that scheduled due to factors within the CONSULTANT's
control, the CONSULTANT shall take such action as necessary to improve the progress of
the Work. In addition, the CITY may require the CONSULTANT to submit a revised
schedule demonstrating the proposed plan to make up the delay in schedule progress and
to ensure completion of the Work within the allotted Agreement time.
D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS:
The requirements for the schedule are determined based on the nature and needs of the
project. The schedule tier for this project is stated at the top of this document.
CONSULTANT shall submit each schedule relying on the CITY's current Schedule
Guidance Document.
D6. SCHEDULE SUBMITTAL AND PAYMENT:
As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information
required by Attachment D. CONSULTANT's monthly invoices will not be accepted and
processed for payment without monthly schedule updates that are submitted in the time
and manner required by Attachment D and the CITY's current Schedule Guidance
Document.
City of Fort Worth,Texas
Attachment D
PMO Release Date:02.15.2011
Page 2 of 2