HomeMy WebLinkAboutContract 44630 CITYSECRUARY
CITY OF FORT WORTH, TEXAS CONMCT No.,
A
STANDARD AGREEMENT O " PROFESSIONAL SERVICES
This AGREEMENT is between the City of Port Worth, a Texas home-rule municipality
(the "CITY"),, and ourston Roundabout Engineering, Inc. a GHD Company), authorized to do
busi�noss in Texas, an independent contractor ("Consultant"), for a PROJECT ECT morally
described as high volume modern roundabout conceptual design.
Article I
Scope of Services
(1) consultant hereby agrees to e�rform as an independent contractor the services ,sot
forth in the Scope of Services attached hereto as Attachment "A". Those services
shall be performed in connection with the conceptual design of various high volume
roundabouts at select intersections.
(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 wri�ting�. It is specifically agreed that
Consultant shall not be compensated for any alleged additional work resulting, from
oral orders of any Corson.
ticle II
compensation
Consultant shall be compensated in accordance with the Fee Schedule shown in
Attachment "B". Payment shall be considered full compensation for all labor, materials,
supplies, and equipment necessary to complete the services described in Attachment "'A,".
However 'the total foe paid by the city shall not exceed a total of $45,000.00 unless the
City and the consultant mutually ,agree upon a fee amount foir additional services and
amend this Agreement accordingly.
The consultant shall provide monthly invoices to the City. Payment for services, rendered
shall be due within thirty 3 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 liabililties 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.
RFC�JVED
City of Fort Worth,Texas
Standard Agreement for Professional Services
l"Mo Official Release Cate: 1/28/20,13,
Page"l of 8 (),FFICIAL RECORD
CITY SOCRISTARY
FT WORT"o
RECEIVED
Article III
Term
Unless terminated pursuant to the terms herein, this Agreement, shall be for a term of ninety
(90) days, beginning upon the date of its execution, or until the completion of the su�bject
matter contempila,ted herein, whichever occurs first.
Article IV
Independent Contractor
Consultant shall operate hereunder as an independent contractor, and not as an officer,
agent; servant, or employee of the City. Consultant shall have exclusive controll of and the
exclusive right to, control the details of its work to be performed hereunder and all persons
performing same, and shall be solely responsible for the acts and omissions of its officers,
age ts, employees, contractors and subcontractors. The doctrine of respondent superior
shall not apply as between City and Consultant, its officers, agents, employees, contractors,
an subcontractors, and nothing herein shall be construed as creating a partnership, or joint
venture between City and Consultant.
Article V
Professional Competence and Indemnificabon
(1) Work performed by Consultant shall comply in all aspects with all applicable local,
state and federal laws and with all applicable rules and regulations promulgated by
the local, state and national boards, bureaus and agencies. Approval by the City
shall not constitute or be deemed to be a release of the responsibility and liability of
Consultant or its officers, agents, employees, contractors and subcontractors for the
accuracy and, competency of its services performed hereunder.
(2) In accordance with Texas Local Government Code Section, 27'1.9014, the
Consultant shall indernnify, hold harmless, and defend the City against
liabi'lit y for any damage caused by or resulting from an act of negligence,
intentional t+ rt, intelilectual property infringement, or failure to pay a
subcontractor or supplier, committed by the Consultant or Consultant's agent,
consultant under contract, or another entity over which the Consultant's
exercises, control.
City of Fort Worth,Texas
Standard Agreement for Professional Services
PM,O Official Release Date: 1/28/2013
Page 2 of 8
..................
Article VI
Insurance
(1) Consultant shall not commence work under thi's Agreement until it has, obtained all
insurance required under this Article and the City has approved such i�nsura,nce, nor
shall Consultant allow any subcontractor to commence work on its subcontract until
all similar insurance of the subcontractor has, been so obtained and approva,l given
by the City; provided, however, Consultant, may elect to add any sub consult ant as
an additional insured under its liability policies.
Commercial General Liability
$,11,0,00,000 each occurrence
$1 000,0100 aggregate
Automobile Liability
$11,000,000 each ac,c,idient (or reasonably equivalent, lira its of
coverage if written on, a split limits bas,is). Coverage shall be
on any vehicle used in the course of the Project.
Worker's Compensation
Coverage A: statutory limits
Coverage 13: $1,00,000 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 offilcers,, employees and servants shall
be endorsed as an additional insured on Consultant's insurance policies.
b. Certificates of i,nsurance shall be delivered to the Transportation and Public Works,
Attention.- Todd Estes,, PIE; 1000 Throckmorton St,., Second, Floor; Fort, Worth TX
761012, prior to commencement of work.
c. Any failure on part of the City to request requ,ired insurance documentation shall
not constitute a waiver of the insurance requirements specified herein'.
d. Each insurance policy shall be endorsed to provide the City a minimum thirty days
notice of cancellation, non-renewal, and/or material change in policy terms or
coverage. A ten days notice shall be acceptable in the event of non-payment of
premium.,
City of Fort Worth,Texas
Standard Agreement for Professional Services
PMO Official Release Date* 1/28/2013
Page 3 of 8
e. Insurers must be authorized to do lousiness in the State of Texas and have a
current A.M. Best rating of A.- V11 or equivalent measure of financial sitrengith and
s:olvency.
f. Other than worker's compensat,ion, insurance, in lieu of traditional insurance, city
may consider alternative coverage or risk treatment measures through, insurance
pools or risk retention groups. The City must approve in writing any alternative
coverage.
g. Workers' compensation insurance policy(s) covering employees employed on the
Project shall be, endorsed with a waiver of subrogation providing rights of recovery
in favor of the City.
h. City shall not be responsible for the direct payment of insurance premilulm, costs
for Consultant's in�su�rance.
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 firmly manner, to
City's offilcially 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 11 s liability, shall not be limited to the specified amounts of insurance
required herein.
1. Upon the request of City, Consultant shalil provide complete copies of all
insurance policies required, by these Agreement documents.,
Article Vill
Transfer or Assignment
City and Consultant each bind, themselves, and their lawful successors, and assigns, to this
4
Agreement. Consultant, its lawful successors and assigns,gns, shall not assign, sublet or transfer
any interest in this Agreement without prior written consent of the City.
Article Vill
Term inatimon of Contract
(1) City may terminate this Agreement for its convenience on 30 da,ys' wriften notice.
Either the City or the Consultant for cause may terminate this Agreement, if either
Party falls substantially to perform through no fault of the other and does not
City of Fort Worth,Texas
Standard Agreement for Professional Services
PMO Oifficial Release Date:1/28/2!013
Page 4 of 8
commence correct 1 ion of such nonperformance with 5 days of written notice and
diligently complete the correction thereafter,
(2), If City chooses to terminate this Agreement under Article 8, upon receipt of notice of
termination, Consultant shall discontinue services rendered up to the date of such
termination and City shall compensate Consultant based upon calculations in Article
2 of this Agreement and Exhibit "B" attached hereto and incorporated herein.,
(3) All reports, whether partial or complete, pir ured 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.
Adele IX
to A u dit
(1) Consultant agrees that the City shall, until the expiration of three (3) years after finial
payment under this Agreement, have access to and the right to examine any directly
pertinent books, documents, papers and records, of Consultant in lving 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 work,space in order to conduct audits in compliance with the provisions of
this section. City shall giive Consultant reasonable advance notice of intended audits.
(2) Consultant further agrees to include in all its subcontracts hereundery a provision, to
the effect that the subcontracting consultant agrees that the City shall, until the
expiraltion of three (3) years after final' payment under the subcontract, have access,
to and the right to examine any directly pertinent books, documents, papers and
records of such sub-consultant, involving transactions to the subcontract, and
further,, that City shall have access during normal working, hours to all sub-
consultant,facilities, and shall be provided adequate and appropriate work space in
order to conduct audits in compliance with the provisions of this article. City shall
give Consultant and any sub consultant reasonable advance notice of intended
audit.
(3) Consultant and sub-consultants agree to photocopy such documents as, may be
requested by the City. The City agrees to reimburse Consultant for the cost of copies
at the rate published in the Texas Administrative Code in effect as of the time, copying
is performed.
City of Fort Worth,Texas
Standard Agreement for Professional Services
PMO Official Release Date- 1/28/2013
Page 5 of 8
Article X
Minority Business and Small Business Enterprise (MBE)(SBE) Participation
In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-20111
as amended,, the City has goal's for the participation of minority business enterprises and/or
small business enterprises in City contracts. Consultant acknowledges the MBE and S
goals established for this Agreement and its accepted written commitment to MBE and S
participation., Any misrepresentation of facts (other than a negligent m i's rep resentatioln),
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 X1
Observe and Com�ply
Consultant shall at all times observe and comply with all federal, state, and local laws and
regulations and with all City ordinances and regulations which in any way affect this
Agreement and the work hereunder, and shall observe and comply with all orders, laws
ordinances and regulations which may exist or may be enacted later by governing bodies
having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance
thereof shall be considered. Consultant agrees to defend, indemnify ndemn,ify 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 X11
V'enue 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 Xill
Contract Construct'i'on
The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed
and revised this Agreement and that the norm,a,l rule of construction to the effect, that any
ambiguities are to be resolved against the drafting, party must not be employed in the
C,ity of Fort Worth,Texas
Standard Agreement for Professional Services
PMO Official Release Date:1/'28/2013
Page 6 of 8
interpretation of this Agreement or any amendments or exhibits hereto.
Aims le XI,V
Sever abillity
The, provisions of this Agreement are severable,, and, if any word, phrase, clause,
sentence, paragraph, section, or other part of this Agreement or the application thereof to
any person or circumstance shall ever be held by any court of competent Jurisdiction to be
invalid or unconstitutional for any reason, the remainder of this Agreement and the
application of such word, phrase, clause, sentence, paragraph, section, or other part of this
Agreement to other persons or circumstances shall not be affected thereby and this
Agreement shall be construed as if such invalid or unconstitutional portion had never been
contained therein.
Article XV
Notices
Notices to be provided hereunder shall be sufficient, if forwarded to the other Party by
hand-delivery or via U.S. Postal Service certified, mail return receipt, requested, postage
prepaid, to the address, of the other Party shown below:
City of Fort Worth
Transportation and Public Works
Infrastructure Design and Construction
Attn,- Todd Estes) P.E.
1000 Throckmorton Street
Fort Worth, Texas 76 102
Consultant:
Ourston Roundabout, Engineering, Inc. (a GHD Company)
Attn-. Mark Centers, P.E.,
5325 Wall Street, Suite 2305
Madison, Wisconsin 53718
Article XVI
Headings,
The headings contained herein, are for the convenience in reference and are not intended
to define or 111mit the scope of any provision of this Agreement,
City of Fort Worth,Texas
Standard Agreement for Professional Services
PIVIO,Official Release Date., 1/28/2013
Page 7 of 8
Article XV11
Counterparts
This Agreement may be executed in one or more counterparts and each counterpart shall,
for all purposes,, be deemed an original, but all such counterparts shall together constitute
but one and the same instrument.
Executed and effective this the/4,4---day o, 12013.
BY: BY:
CITY OF FORT WORTH ENGINEER X11111
Ourston, Roundabout Engineering, Inc.
Fernando Cosia,-P-. Mark Lenters(eO.E.
Assistant City Manager Service Group Manager
D a t e.- 711 Z//3 Date: io 0//Z J.-/- /
APPROVAL RECOMMENDED:
By: L
M
Doug �V prsig, P.E,.
Dire tor, 'Transportation & Public Works
APPROVED AS TO FORM AND LEGALITY M&C No.:
By: h"1114 (I /U t " il""I M&C Date:
Wet 6 n
Assistant City Attorney
Igloo
AV,
Ar ao_4 b
0. 10 O�
ATTEST:
A', .0
YA
Mary J. Kays
C�00000110
Yoh
cr
City Seetary o 4zt, I'll, 10�§'
tl:x1a,
City of Fort Worth,Texas OFFICIAL RECORD
Standard Agreement for Professional Services
PMO Official Release Date:1128120113 CffY SIECRETARY1
Page,8 of 8
X
FTvj WO"Hi TIX
ATTACHMENT "A"
TASKS TO BE PERFORMED
All of the work mentioned below shall be performed by ENGINEER for the following tasks:
TASK I Intersection of Fossil Creek and North Riverside (C,PN: 0181!0)
TASK 2 Intersection of Northern Cross and North Riverside (CP' 01 12
TASK 3 Intersection of Meacham and North Riverside (CPN 0181,2)
The scope set forth herein defines the work to be performed by the NGIN iidn
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.
Operatl'onal Analysels, (Capacity) Crash Analys*ls
0 Complete an operational analysis of the AM and PM peak hour forecasted traffic
volumes for the roundabout using ARCADY8.
Determine residual capacity of the roundabout.
9 Complete an operational analysis of the AM and PM peak hour forecasted traffic,
volumes for a comparable sig�nal using Synchro.
Crash Analysis
Review existing crash statistics and patterns at the intersections.
Complete crash predictions for the roundabout and signal options.
Early Progress Meeti ng (Site Visit)
The goal of this meeting will be to
• Address any questions and gain sensitivity about the intersection constraints and
opportunities.
• Constraints (utilities, RW, etc.)
Possible construction staging issues (road closure timing; and extents)
Possible land use changes that may adjust traffic projections, vehicles.
Considerations of interim/ultimate designs.,
Pedestrian desire lines — routes to, througi h, and leaving the intersection
Types of traffic (commuters, tourism, goods moveme�nt, cyclists, etc.)
Vehicle type (cars, S,U, trucks)
Conduct a field trip with City staff to, assess the existing intersections.
Confirm go or no-go for a roundabout at each location before completing the
remainder of tasks and scope for each conceptual design.
Roundabout Feasibility
We will objectively evaluate the feasibility of roundabo,uts, at each of the intersections
accounting for safety and operational benefits, impacts, to space, access, construction
staging and pedestrian needs.
Technical Memorandum
ENGINEER will complete a technical memorandum that documents the comparison of the
operational and crash i analysis for the signal and roundabout options. The goal of the
memorandum is to give the City, the confidence that they have chosen the right intersection
solution.
City of Fort"Forth,Texas
Attachment A
Fr Release Date.,07.23,2012
Page 1 of 3
10%
once ptuall Design
After reviewing the design context and analysis, ENGINEER will complete the preliminary
roundabout horizontal geometrics. The design will focus on-,
0 Size and location of circle
0 Alignment of approaches
9 Roundabout functionality by checking fast paths, vision angles, and phi angles
Accommodating design vehicle turning movements
• Bicycle and pedestrian accommodations
• Minimization of rig,ht-of-way impacts
• Way-finding needs
Conceptual level construction staging
Commun"Icationi and or Flow
i
ENGINEER will forward the, preliminary roundabout horizontal geometries to the City for
review and will conduct a web conference meeting: to discuss the roundabout design and
any possible changes the City may request.
TASKS TO BE PERFORMED
All of the work mentioned below shall be performed by ENGINEER for the following task,*
TASK 4 Intersection of Old Denton Rd. and Crawford Farms (CPN 01724)
Operational Analysi's (Capac"Ity)
0 Complete an operational analysis of the AM and PM peak hour forecasted traffic
I
volumes for the roundabout using ARCADlY8.
0 Determine residual capacity.,
01 Complete a technical memorandum documenting the operational analysis.
Prefliminary e& fin
ENGINEER will work with the City in completing the roundabout horizontal
geometrics., ENGINEER will conduct a web conference meeting to discuss the
proposed roundabout design. The design will focus on*
)-e Size and location of circle
Ali nmient of approaches
Roundabout functionality by checking fast paths, vision angles, and phi
angles
Accommodating design vehicle turning movements
)�> Bicycle and pedestrian accommodations
�o Minimization of right-of-way impacts
■ Review and provide design guidance on the conceptual vertical design.
City of Fort Worth,Texas
Attachimient A
Page 2 of 3
FinaIl Design - Review
E,NGI EVER will cwduct a peer review for each of the follilowing items for the final design of
the roundabout. ENGINEER will provide review colmimilents and conduct up to three web-
clonference meetings if necessary:
Ftali rizontal geornietrics
Final i�cal,l geometrics
Pavement, marking
Signing
■ Jointing
Lighting
Landscaping
Staging
Final Plan Review
City of Fort Work,Texas
Attachment A
Page 3 of 3
ATTACHMENT B
COMPENSATION
Design Services for
Conceptual Design of Modern Roundabouts
City Project N . 07124
City Prct Mho. 01810
City Project No. 018�12
Lump Sum Project
L Compensation
A. The ENGINEER shall be compensated a total lump sum fee of 1$451000.00 as
summarized in Exhibit B-1 — Engineer Invoice and Section IV— Summary of Total
Project Fees. The total lump sum fee shall be considered full compensation for
the services described in Attachment A, including all labor materials, supplies,
and equipment necessary to deliver the services.
B. The ENGINEER shall be paid monthly payments as described in Section 11 -
Method of Payment.
11. Met of Payment
A. Partial payment shall be made, to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-1, P,rogres,s, Reports as required in item 111. 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�l
be calculated from the progress schedule as required in Attachment D, to this
1
Standard Agreement and according tai current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
111. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Transportation and Public Works Department weekly progress reports in the
format required by the City.
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:E3,09,2012
Page 1 of 3
B-1
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
r Fir r � ...........
-Responsibility Fee Amount %
I.
Prime Consultant
Ourston es n
451000.010 1
q 00
D i ,
............
Proposed MBE/SBE Sub-Consultants
NJA
J
Non-MBE/S,BE Consultants
N/A
.............
TOTAL $ 45.1000.00 1000/.
Project Number & Name Total Fee MBE/SBE Fee MBE/SBE
S (01724 $12,010 —7
-Old Dien ton and Crawford Farm 0.00 N/A N/A
N. Riverside and Fossil Creek '1 10) 1,000.00 NA N/A
N. Riverside and Northern Cross (0 1 81 2) $111,110001.00 N/A N/A
N. Riverside and Meacham (01812) $11 X00.0 0J N/A N/A
%
CiCity" MIBE/S,B,E Goal = N!/A% Con�s,u�ltan,t Committed Goal N/A
City of Fort Wort,Texas
Attachment B;
PM O Oifficial Release,Date:8.09.2012
Page 2 of 3 B-2
EXHIBIT C613-119Y
ENGINEER INVOICE
(Supplement to Attachment B),
Insert required, invoice format following this page, including negotiated total budget and
allocations of budgets across work types and wolrk ph�aises.
City of Fort Worth,Texas
Attachment B
P Official Release Date-,8,09.2012
Page 3 of
w
E
13
0 •0
a
CL
cD
CL 0
R 0 .�
a a o
E o E E
c
M
E o
LL w
= m CL
C 0 E
>
`l
0
C�
t�
CL
C >
0 � 0 "
0 � Q
�w
U�
4s
0
',V u2
CL (D0 4= 0 m
LL W
w
4) z
0 c
C
CL Wi
cr CD
m
c'
I
L
CL UL
•
4), �
� 0C CL'
r. �• �0
o o o � '
LL