Loading...
HomeMy WebLinkAboutContract 55193 CSC No.55193 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ARCHITECTURAL PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality ("CITY"), and ARCHITEXAS — Architecture, Planning and Historic Preservation, Inc., authorized to do business in Texas, ("ARCHITECT"), for a PROJECT generally described as: Old Handley Road Overpass HAER Level II. Article I Scope of Services The Scope of Services is set forth in Attachment A. Article II Compensation and Term of Agreement A. The ARCHITECT's compensation shall be in the amount up to $17,400.00 as set forth in Attachment B. B. Unless otherwise terminated pursuant to Article VI. D. herein, this Agreement shall be for a term beginning upon 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. Article III Terms of Payment Payments to the ARCHITECT will be made as follows: A. Invoice and Payment (1) The ARCHITECT shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ARCHITECT 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 City of Fort Worth,Texas Standard Agreement for Architectural and Related Design Services OFFICIAL RECORD Revised Date:11.17.17 Standard Form Revised for this Agreement Page 1 of 15 CITY SECRETARY FT.WORTH,TX 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 ARCHITECT for billings contested in good faith within 60 days of the amount due, the ARCHITECT may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ARCHITECT shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the ARCHITECT Amendments to Article IV, if any, are included in Attachment C. A. General The ARCHITECT will serve as the CITY's professional representative under this Agreement, providing professional architecture consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The ARCHITECT shall perform its services: (1) with the professional skill and care ordinarily provided by competent architects practicing in the same or similar locality and under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent architect. C. Subsurface Investigations (1) The ARCHITECT 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 architectural work to be performed hereunder. The ARCHITECT shall also advise the CITY concerning the results of same. Such surveys, City of Fort Worth,Texas Standard Agreement for Architectural and Related Design Services Revised Date:11.17.17 Standard Form Revised for this Agreement Page 2 of 15 tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) D. Preparation of Architectural Drawings The ARCHITECT will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ARCHITECT shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site— Intentionally Deleted F. Opinions of Probable Cost, Financial Considerations, and Schedules — Intentionally Deleted G. Construction Progress Payments— Intentionally Deleted H. Record Drawings— Intentionally Deleted I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation — Intentionally Deleted J. Right to Audit (1) ARCHITECT agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ARCHITECT involving transactions relating to this contract. ARCHITECT agrees that the CITY shall have access during normal working hours to all necessary ARCHITECT 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 ARCHITECT reasonable advance notice of intended audits. (2) — Intentionally Deleted (3) ARCHITECT and sub consultant, if any, agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ARCHITECT for the cost of copies at the rate published in the City of Fort Worth,Texas Standard Agreement for Architectural and Related Design Services Revised Date:11.17.17 Standard Form Revised for this Agreement Page 3 of 15 Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ARCHITECT'S INSURANCE a. Commercial General Liability — the ARCHITECT shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an additional insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self- insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless the CITY specifically approves such exclusions in writing. ii. ARCHITECT waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ARCHITECT shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the architect owns no vehicles, coverage for hired or non-owned is acceptable. i. ARCHITECT waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ARCHITECT pursuant to this agreement or under any applicable auto physical damage coverage. City of Fort Worth,Texas Standard Agreement for Architectural and Related Design Services Revised Date:11.17.17 Standard Form Revised for this Agreement Page 4 of 15 c. Workers' Compensation — ARCHITECT shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ARCHITECT waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ARCHITECT pursuant to this agreement. d. Professional Liability—ARCHITECT shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ARCHITECT has obtained all required insurance shall be attached to this AGREEMENT prior to its execution. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, subject to any defense provided by the policy, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days' notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days' notice shall be acceptable in the event of non-payment of premium. Notice shall be City of Fort Worth,Texas Standard Agreement for Architectural and Related Design Services Revised Date:11.17.17 Standard Form Revised for this Agreement Page 5 of 15 sent to the respective Department Director (by name), City of Fort Worth, 200 Texas St., Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of AN or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self-insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at its sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ARCHITECT's insurance policies including endorsements thereto and, at the CITY's discretion; the ARCHITECT may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ARCHITECT shall be required by the ARCHITECT to maintain the same or reasonably equivalent insurance coverage as required for the ARCHITECT. When sub consultants/subcontractors maintain insurance coverage, ARCHITECT shall provide CITY with documentation thereof on a certificate of insurance. City of Fort Worth,Texas Standard Agreement for Architectural and Related Design Services Revised Date:11.17.17 Standard Form Revised for this Agreement Page 6 of 15 L. Independent Consultant The ARCHITECT agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior shall not apply. M. Disclosure The ARCHITECT 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 ARCHITECT 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 ARCHITECT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ARCHITECT to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes— Intentionally Deleted P. Schedule ARCHITECT shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ARCHITECT may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. City of Fort Worth,Texas Standard Agreement for Architectural and Related Design Services Revised Date:11.17.17 Standard Form Revised for this Agreement Page 7 of 15 B. Access to Facilities and Property The CITY will make its facilities accessible to the ARCHITECT as required for the ARCHITECT's performance of its services. The CITY will perform, at no cost to the ARCHITECT, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ARCHITECT'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 ARCHITECT's services or PROJECT construction. D. Timely Review The CITY will examine the ARCHITECT's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ARCHITECT whenever CITY observes or becomes aware of any development that affects the scope or timing of the ARCHITECT's services or of any defect in the work of the ARCHITECT or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ARCHITECT will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ARCHITECT 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 ARCHITECT from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos City of Fort Worth,Texas Standard Agreement for Architectural and Related Design Services Revised Date:11.17.17 Standard Form Revised for this Agreement Page 8 of 15 is a result of ARCHITECT's negligence or if ARCHITECT 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 ARCHITECT's Personnel at Construction Site, and provisions providing for contractor indemnification of the CITY and the ARCHITECT for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ARCHITECT, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the architectural services performed. Only the CITY will be the beneficiary of any undertaking by the ARCHITECT." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ARCHITECT and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ARCHITECT. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY may secure Builders Risk/installation insurance at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. City of Fort Worth,Texas Standard Agreement for Architectural and Related Design Services Revised Date:11.17.17 Standard Form Revised for this Agreement Page 9 of 15 J. Litigation Assistance The Scope of Services does not include costs of the ARCHITECT 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 ARCHITECT, 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 ARCHITECT'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 ARCHITECT 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 ARCHITECT, 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 ARCHITECT will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. City of Fort Worth,Texas Standard Agreement for Architectural and Related Design Services Revised Date:11.17.17 Standard Form Revised for this Agreement Page 10 of 15 C. Force Majeure The ARCHITECT 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 ARCHITECT that prevent ARCHITECT's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated a.) by the City for its convenience upon 30 days' written notice to ARCHITECT. b.) by either the CITY or the ARCHITECT for cause 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 this AGREEMENT is terminated for the convenience of the City, the ARCHITECT will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ARCHITECT'S work product; b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c.) The time requirements for the ARCHITECT'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ARCHITECT 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 ARCHITECT 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 ARCHITECT's personnel and subcontractors, and ARCHITECT's compensation will be made. City of Fort Worth,Texas Standard Agreement for Architectural and Related Design Services Revised Date:11.17.17 Standard Form Revised for this Agreement Page 11 of 15 F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ARCHITECT shall indemnify or hold harmless the CITY against liability for any damage committed by the ARCHITECT or ARCHITECT's agent, consultant under contract, or another entity over which the ARCHITECT exercises control to the extent that the damage is caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ARCHITECT's liability. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. 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. I. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. J. Observe and Comply ARCHITECT 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. ARCHITECT 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, City of Fort Worth,Texas Standard Agreement for Architectural and Related Design Services Revised Date:11.17.17 Standard Form Revised for this Agreement Page 12 of 15 ordinance, or regulation, whether it be by itself or its employees. K. Immigration Nationality Act ARCHITECT 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, ARCHITECT shall provide CITY with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. ARCHITECT 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 ARCHITECT employee who is not legally eligible to perform such services. ARCHITECT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ARCHITECT, ARCHITECT'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ARCHITECT, shall have the right to immediately terminate this Agreement for violations of this provision by ARCHITECT. L. Prohibition On Contracts With Companies Boycotting Israel ARCHITECT acknowledges that in accordance with Chapter 2270 of the Texas Government Code, 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, ARCHITECT certifies that ARCHITECT'S signature provides written verification to the CITY that ARCHITECT: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. 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: City of Fort Worth,Texas Standard Agreement for Architectural and Related Design Services Revised Date:11.17.17 Standard Form Revised for this Agreement Page 13 of 15 Attachment A- Scope of Services Attachment B - Compensation 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 ARCHITECT ARCHITEXAS — Architecture, Planningng Dana Bu� and Historic Preservation, Inc. Dana Burghdoff an 21,202117:24 CST) Dana Burghdoff Assistant City Manager Craig Mede(Jan 14,202110:04 CST) Craig Melde Date: Jan 21,2021 Principal Date: .tan 14,2021 APPROVAL RECOMMENDED: By:William J / William Johnson Director, Transportation & Public Works 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 requirements. xar' uG IWAOV Tariciul IsTarn(Jan14,202110:09CST) Tariqul Islam Project Manager APPROVED AS TO FORM AND LEGALITY 8ee"Ir, By:Mack(Jan 21,20211T:08 CST) Douglas W. Black Sr. Assistant City Attorney City of Fort Worth,Texas Standard Agreement for Architectural and Related Design Services OFFICIAL RECORD Revised Date:11.17.17 Standard Form Revised for this Agreement Page 14 of 15 CITY SECRETARY FT.WORTH,TX ATTEST: �- '11n �ao�oF00 ORroad Form 1295 No. 2021-703867 �D��D`l GD C2s 0 �0 'for Ronald P.Gonzales(Jan 22,202111:46 CST) �~o° odd Mary J. Kayser �00 * M&C No.: City Secretary �aaan n000000 d M&C Date: City of Fort Worth,Texas Standard Agreement for Architectural and Related Design Services OFFICIAL RECORD Revised Date:11.17.17 Standard Form Revised for this Agreement Page 15 of 15 CITY SECRETARY FT.WORTH,TX ATTACHMENT "A" Scope for Architectural Design Related Services for Street Improvements The scope set forth herein defines the work to be performed by the ARCHITECT in completing the project. Both the CITY and ARCHITECT have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE Historic American Engineering Record (HAER) Level II documentation of the Old Handley Road Overpass in Fort Worth, Texas. WORK TO BE PERFORMED Task 1. Design Management Task 2. Historic American Engineering Record (HAER) Documentation TASK 1. DOCUMENTATION MANAGEMENT. ARCHITECT will manage the work outlined in this scope to ensure efficient and effective use of ARCHITECT's and CITY's time and resources. ARCHITECT 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. Managing the Team will: • Lead, manage and direct documentation team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct and document biweekly project update meetings with CITY Project Manager • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 4 • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design • Personnel Identification: When conducting site visits to the project location, the ARCHITECT or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS N/A DELIVERABLES A. Monthly invoices B. Baseline design schedule TASK 2. HAER DOCUMENTATION (100%) The HAER Documentation shall be submitted to CITY per the approved Project Schedule. The purpose of the HAER Documentation is for the ARCHITECT historically and physically record the Old Handley Road Overpass according to HAER Level II Standards except as specifically described in this agreement. ARCHITECT will develop the HAER Documentation as follows. 2.1. Historical evaluation • Research and obtain existing drawings if available and photographically reproduce on mylar. Owner to provide current topography. Historic drawings may be utilized in lieu of field drawings if of adequate quality. • The Historical Evaluation efforts will also include research and documentation of the history of the Old Handley Road Overpass based on available information.. 2.2. Field Survey Base Drawings • Hand-drawn field survey base drawings of existing conditions to '/4-inch accuracy as per HAER Level II Standards. • Documentation using existing base drawings if available may be utilized in place of some hand drawings. 2.3. Electronic Drawings • Create electronic HAER level II drawings to include: title sheet, site plan, elevations, sections, details as required. • Produce four (4) digital high-resolution drawing sets in TIF and PDF on thumb drive. Produce four(4)full size drawing sets using archival materials including mylar and archival ink for submission to the following groups: a. Client, City of Fort Worth City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 2 of 4 b. Historic Bridge Foundation c. Fort Worth Public Library d. Historic Fort Worth Inc. 2.4. Digital Photography and Archival Printing • Provide high resolution digital RAW image files and professionally printed archival contact sheets meeting HAER resolution requirements. The following views to be provided: General views and setting, elevations, at least two perspective views, connection views as required, approach details. • Produce one set (4 total) of archival prints with labeling and contact sheet per group identified in Task 1.2 2.5. Written Report • Provide short-form report - Narrative history as required by HAER Level II. 2.6. Deposit Record • Architexas shall deposit the record with the Historic Bridge Foundation, the Fort Worth Public Library, and Historic Fort Worth Inc. as requested by the owner. ASSUMPTIONS • ARCHITECT will provide draft project deliverables in electronic format to the CITY for review and approval prior to the production of any printed materials. • Digital photography files do not meet the requirements of Library of Congress HAER submission but are readily accepted by state preservation offers. Large format print photography required for submission to the Library of Congress HAER program will be provided at the CITY's request at an additional expense. SEE "ADDITIONAL SERVICES"Attachment A • In the absence of CITY-provided topography, and at the CITY's request, a topographic map to HAER standards will be provided by a professional surveyor at an additional expense. SEE "ADDITIONAL SERVICES" • At the CITY's request, ARCHITECT will provide project documentation to the Library of Congress' HABS/HAER Collections. This assumes the CITY requests all services necessary to meet HAER requirements. "ADDITIONAL SERVICES" DELIVERABLES A. Digital and hard copy HAER Level II Drawings B. Digital and hard copy photography City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 3 of 4 C. Written HAER Level II Report ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES [INSTRUCTIONS to CITY Project Manager and ARCHITECT. This section is intended to clarify between the CITY and ARCHITECT typical items that may arise in the project that are explicitly not included in this Scope of Work, but may be added later at the written direction of the CITY.] Additional Services not included in the existing Scope of Services — CITY and ARCHITECT agree that the following services are beyond the Scope of Services described in the tasks above. However, ARCHITECT can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ARCHITECT 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: • Services related to development of the CITY's project financing and/or budget. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Large format photography, negatives, and contact sheets meeting Library of Congress standards. • Topography survey of area to meet HAER requirements • Submission to National Park Service's HAER Collection with Library of Congress City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 4 of 4 ATTACHMENT B COMPENSATION Design Services for Old Handley Road Overpass HAER Level II City Project No. 102919 Lump Sum Project I. Compensation A. The ARCHITECT shall be compensated a total lump sum fee of$ 17,400.00 as summarized in Exhibit B-1 — ARCHITECT Invoice and Section IV — Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ARCHITECT shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ARCHITECT monthly upon City's approval of an invoice prepared and submitted by the ARCHITECT in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ARCHITECT. III. Progress Reports A. The ARCHITECT shall prepare and submit to the designated representative of the Transportation and Public Works Department, monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Architexas HAER Documentation $17,400.00 100 Proposed MBE/SBE Sub-Consultants Non-MBE/SBE Consultants TOTAL $ 17,400.00 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE Old Handley Road Overpass HAER II $ 17,400.00 $ 0 0 % City MBE/SBE Goal = 0 % Consultant Committed Goal = 0 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 3 B-2 EXHIBIT "B-1" ARCHITECT INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 3 B-3 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 requirements. Tariqul Islam / T-", tf'G (� Name of Employee/Signature Project Manager Title ❑ This form is N/A as No City Funds are associated with this Contract Printed Name Signature ATTEST: k1-RO`l&� G0104�91 'for Ronald P.Gonzales(Jan 22,202111:46 CST) Mary J.Kayser,City Secretary OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX