Loading...
HomeMy WebLinkAboutContract 27906(l, �� , t�.. ,�' .. .� , .; �,l�"Y ���:���A�Y �. �'r,'"`' �"''��� No. �� 1��� ci�r o� Fo�T wo�rH, r�x,�s SiAN�ARD AC��EM�NT F0�2 ENGlN�ERlNC SFRVICE5 This AGREEMENT is between the Gity ofi Fort Worth (the "CITY"}, and Transyst�rns Corporatian Consultants, (the "ENGINEER"), for a PROJ�CT generally described as Traffic Signal D�sign at Eight (8) Locatians. Ar�icle I Scope a# Services A. The Scope of Services is set farth in Attachment A. ,4rticle II Camper�satian A. The �NGINEER's compensation is set farkh in Attachment B. Articie III Terms af Payment Payments to the ENGINEER will be made as fallows: A. [nvoice anc! Payment (� ) The ENGINEER shall pravide the CITY sufficient documentaiion to reasonably substantiate the invoices: (2) In�oices will be issu�d by the ENGINEER for each worK arder task completed under t#�is AGREEMENT.' Invoices are due and payable within 30 days af receipt. (3) Upon completion of services enurr►erat�d in Article I, the final payment of any balance wilE be due within 30 days of receipt of the fina! invoice. (4) In the event af a�isputed or contested billing, only that partion so contested will be withheld from payment, and the undisputed portion will be paid. The GITY wili exercis� reasanableness in cantesting any bill or portion thereaf. No interest will acc�ue on any contested portion of the billing until mutually resolved. (5) If tl�e CfTY faEls to make paym�nt i� ful� to the �NGIN��R for billings contested in goad faith within fi0 days of the arnount due, the ENGINEER may, after giving seven (7) days' written notice to CITY, suspend services under this AGRE�MENT until paid in full, including interest. In t�a ever�t af st�spensioh of services,.the ENGINEER sha[I have no liability to CiTY for delays ar damages caused the CITY becaus� of such suspensian af services. _1_ � -��„�,:� . _. . . � . y�4 '�; . � ��� � �� � . �� �p ���I��' �, � ����;_ Arficle IV Obligations of �he �NGW�FR Amendments to Article IV, if any, aTe included in Attachment C. A. Generak The EMGlN�ER will Agreemenf, praviding incidental thereto. �, �. Q Standarc� of Care serve as the CfTY`s inspeci�on representati�e under fhis consultation and ad�ice and furnishing customary services The startdard of care applicable to the ENGINE�R's services will be the degree of skill and diligence normally emplayed in th� State af Texas by professianal engineers ar consultan#s per�arming the same or similar services at the tim� such services are perfarmed. Subs�arface fnvestigations (�) TE�e ENG[NEER shall advise the CiTY with regard fio the necessity for sUbcontract work such as special surveys, t�sts, test barings, or other subsurface inves#igations in cannection with design artd engineering work to be pertormed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, fests, and investigatians shall be furnished by tha CITY, unless otherwise s�ecified in Attachmen# A. (2) In soils, foundataan, groundwater, and other subsurface invesfiga#ions, fhe actual characteristics may �ary significantly between successive tesf points and sample intervals and at locations o�her than wh�re obser�ations, expl�ra#�on, and inv�stigations have been made. Because of the inherent uncertain#ies in subsurface e�a[uations, changad or unanticipated under�round conditions may occur that could affect tihe tatal PROJECT cost andlor execution. �hese condi#ians and c�stlexecution effects are not the responsibility ofi the ENGINEER. . Preparation of �ngineering Drawi.ngs The ENGINE�R will provide to the CI7Y the originaE drawings of all plans in ink on reproducfble plastic film sheets, if req�ired under the 5cope of Serviees, or as otherwise ap�roved by C1TY, which shall becam� #!�e �roperty of #he CiTY. C[TY may use s�ch drawings in any manner it d�sires; provided, however, that the ENGINEER si�aq not be liable for the use of s�ch drawings for any projecf other than the PROJECT described herei�. -z- E, �. �ngineering Personnel at Construction Site (1) The presence or d�ties of the ENGINEER's perso�nel at a constructior� site, whether as an-site represenfatives or otherwise, dn not ma[ce fhe ENGiNEER or its personnei in any way responsible for those duties tk�at b�lang to the CITY andlar the CITY's construction contraciars ar ather enfities, and do not refieve fF�e constructian contractars ar any other entity of their abligations, duties, and responsibilities, including, but nat limiied to, all construction me#hods, means, techniques, seque�ces, and procedures necessary for coordinating and completing all por�io�s of the canstrucfion work in accordance with the Contract Doeuments and any health or safety precautinns re�uired by such canstructian waric. (2) Except to the extent of specifie site visits expressly detaiied and s�t torth in At�achment A, the ENGINEER or its personnel shall have no obligation ar responsibility to visit the constnaction site ta becarne familiar with the progress or q�ality of fhe completed work on the PROJECT or ta detertnine, in general, if the work on the PROJECT is being performed in a manner indicating that the PRO,lECT, when campleted, wifl be in accordance wifh the Contract Documents, nor sha11 a�ything in the Cantract Docu�nents or the agreement betw�en CITY and ENGWEER be cor�strued as requiring ENGWEER tfl maice exhaus#ive or cantinuous on-site inspections to discover Eatent defects in the work ar atherwise check the quality or quantity af the wor[c on t�e PROJECT. If, for any reasor�, the ENGINEER sho�ld make an an-si#e observation{s), on the basis of such on-site observations, if any, fh� ENGINEER shafl endea�or to keep the CITY inforrned of any de�iation from the Contract Doct�ments coming to the actual notice of ENGINEER regarding the PRQJECT. (3) When profi�ssional certi#icatian or }��rformance or cha�acterisfics of ma�erials, sys#ems ar equipment is reasonably required to perform the s�rvices set forth in the Scope of Services, fhe ENGINEER shal� be entitled to rely upon such cer�i�catian to es�abfish mater[als, sysfems or equipment and pertormance criteria to be required in the Cor�tract Documents. Opinions of Prabable Cost, Financiaf Considerations, and Schedules (1) The ENGINEER shall provide apinions af praba6le C05f5 based an the curre�� a�aila�fe infarmatian at the time of pr�paratio�, in accardance with Attachment A. (2} In providing apinions af cost, financial anafyses, econamic feasibili#y projecfions, and schedules for the ['ROJECT, the �NGINEER has no cor�troi over cost or price of labor and materials; unknown or latent canditions of existing equipmenf or structures #hat may a�ect operation or maintenance costs; competitive bidding pracedures and market canditians; time ar qualify or perFormance by fhird parties, quality, type management, or direction of aperating personnel; facfors tha# may mate�ially affecf the Therefare, the ENGINE�R makes and other economic and operafional ulfimate PROJECT cast or scf�edule. na warranty fhat the CITY's actual -3- PROJECT costs, financial aspec#s, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction �rogr�ss �aymenfs Recommendations by the ENGINEER to the CITY for pariodic cnnstruction progress payments to #f�e cor�struction contractor will be �ased on fhe ENGIN�ER`s knowledge, infarma#ion, and belief from selective sampling and observation that th� work has progressed to the paint indicated, Such recommenda#�ons do not represent that cantinuous or detailed examinations have been mad� by the ENGINEER to ascertain thaf the construction contractor has completed the work in exact accorda�ce with the Coniract Documents; that the #inal work wil[ be acceptable in all respecfs; that the ENGINEER has made an examination to asc�rtain how or for what purpose fhe construction contractor l�as used the moneys paid; that title to any of the work, rr�aterials, ar equipmen� has passed ta the CITY free and clear of liens, claims, security interes#s, or encumbrances; or that tf�ere are not other mat�ers at issue between the CfTY and the constructian cantractor #hat affect fihe amount that should be paid. H. Recard Drawings Recc�rd drawings, if required, wili �e prepared, in part, on the basis af informatian corr3piled and furnished by others, and may no� always re�resent the exact locatian, type af various camponenis, or exact manr�er in which the PRQJECT was finally constructed. The �NGIN�ER is nat responsible for any errars or omissions in th� informatian from others that is incarparafed inta the record drawings. I. fV�inarity and Woman �usiness Enterprise {N11W��) Participa#ion In accord with the City of Fort Warth Ordinar�ce No. 11923, as amend�d by Ordi�ance �347�, the CITY has goals for the par�icipation of minority business enterprises and woman business enterprises in CITY contracts, ENGINEER acknawledges the MlWBE goal established �ar this contract and its commitment to meet that goaf, Any misrepresentation of facts (other than a negligent misrepr�sentation) andlar the commission of fraud by the ENGINEER may result in the termination of tY�is agreement and d�barment from participating in CITY contracts for a period af time of not less than three (3} years. J. Right to Audi� (� ) ENGIN��R agrees thaf the CfTY shali, until the expiration of three (3) years aft�r final paymenfi under this contrac#, have access to and the right to examine and photocopy any dir�ctfy perkinent books, documents, papers and recards of the �NGINEER invoi�ing transactions relating to this cantract, ENGINEER agrees that t�e CITY shalf have access durir�g narmal working hours to alf necessary ENGINEER facilities ar�d shall be provided adeq�ate and appropriate workspace in order to conduct audits in campliance with the provisions of this section. The CITY shall giv� ENGINEER reasor�able ad�ance notice of intended audits. �� (2) ENGINEER further agrees ta include in all its subcansultant agre�ments hereunder a provision to the efFect fhaf the subconsultant agrees that the CITY shall, until the expiration of three (3) years affer final payment ur�der the subcantract, have access to and the right to examine and phofocopy any directly pertinent baoks, dQcuments, papers and records of such subconsultant, Envolving transactions to the subcontraet, an� f�rther, that the CITY sha�l have access �uring r�ormal working hours fo all necessary subconsul#ant facilities, and shall be provided adequate and appropriaie work space, in order fo conduct audits in compliance with fha prtivisions of this article together with subsection (3} hereof. GTY shall give subconsultant reasanable a�vance natice of intended aUdits. (3) ENGINEER and subconsultant agree to phatocopy sueh documenfis as may be requested �y i�e CITY. The CITY agrees ta reimburse ENGiNEER for �he cost af capies at the rat� publisl�ed in the Texas Administra�ive Cacle in e�fect as of t�e #ime co�ying is pertormed. FC, �NGIN��R'S Insurance (1) Insurance coverage and iimits: ENGIN�ER shafl pr�vide to t�e CiTY certificate{s) af insurance doc�menting policies of the following coverage at minimum iimits which are to �e in effect priar t� comrn�ncerrtent of work on the PROJECT: Cammercial General l.iability $1,aoo,a04 each occurr�nce $1,000,400 aggregate Automobile L.iabili#y $1,OOO,Q00 �ach accident (or reasonably equiva�er�t limits ot caverage if wrifiten on a split limifs basis). Caverage shall be on any vehicle used in tha caurs� of the pR�JECT. Worker's Compensa#ion Go�erage A: statutory limits Coverage B: $�00,000 eacf� accident $5D0,000 disease — policy limit $100,Ofl0 diseas� — each �mploy�e ProfessEonal �iability • $'f,000,000 each c�aimlannua! aggregat� (2) Certificates of insurance evidencing that the ENGINEER has obtained all required ir�surance shal� be delivared to the CITY prior ta ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be enforced ta name the CITY an Additional insured therean, as its ini�r�sts may appear. The term CITY shall ir�cl�de its employees, officers, o�ficials, ager�ts, and vnf�[nteers as respects the cor�tracted services. -S- (b) Certificate(s) of insuranee shall doc�ment that insurance coverages specified according to Section J.(1) and J.(2} of this AGREEM�NT ar� provid�d u�d�r ap�licable policies documen#ed therean. (c) Any failure on part of the C[TY to req�es# required insurance �ocumentation shail not co�stit�te a waiver of the insurance requirements. (d} A rninimum of thirty (30) days natice of car�cellation, non-r�newal or materia! change in coverage shall be provid�d to the C[TY. A ten (�0) days notice shall be acceptable ir� the e�ent flf non-payment of premium. Such terms shall be endarsed anfio ENGINEER's Insurance . policies. Notice shal� be senf to the respeefive Department Director (by name}, City of Fart Worth, 1000 Throckmorton, For� Wortn, Texas 76102. {e) Insurers for all policies must be autho�ized to do �usiness in the Stat� of Texas or be otherwise a�prove� by the CITY; and, such insurers shal! be acceptable to ti�� CITY in t�rms of #heir financial str�ngfh and salvency. (fi) Deductibfe limits, or self insured retentions, affecfing insurance re�uired herein may be acceptable to the CITY at its sole discre#inn; and, in lie� of #radifional insurance, any aiternative coverage maintain�d through insurance pools ar risk retention graups must be also approved. Dedicated fiinancia! resources or letters of credit may also be acceptable to the CITY. (g} Applicable policies shall each be endors�d wit� a waiver of subrogatian in favor of the C1TY as respects the PRO.�ECT. (h} The GITY shall be enfitle�, upon its request and wfthout incurring expense, to review the �NGWEER's insurance policies inciuding endarsements thereta and, at the CITY's discretian, th� ENGINEER may be required to provide �roof of insurance premium payments. {i) The Commercial General Liabifity insurance policy shall have no exclusians by endorsements unless such are appraved by the CITY. (j} The Professional Liability insurance poficy, if written an a ciaims ma�e basis shall be maintained by the ENGINEER far a minimum two (2) year periad subsequent to the �erm of the respective PROJECT cantract with #he CITY unless suc� coverage is provi�ed the ENGIN�ER on an occ�arrence bas�s. (k) The CITY shalf nai be responsible for the direc# payment of any insurance premiums reguired by this agreement. [t is understoad that insurance cost is an allowable component of ENGINEER's ovefiead. -6- (I) AI[ insurance required in Section J., excepfi far the Prafessionaf �iability insurance policy, shalf be wri�ten an an occurrence basis in order.to be appraved by the CITY. (m) Subconsultants to tF�e ENGINE�R shall be required by ��e ENGINE�R ko maintair� fhe same or reasonabiy equivalent insurance coverage as required for the ENGINEER. When insurance coverage is maintained by subconsultants, ENGINEER shalf pr�vide C1TY wifh docUmentati�n thereof on a certificate of ir�surance. Natwithstanding anykhing to fhe cantrary cantained herein, in the event a subconsu�tant's insurance cov�rage is canceled or termit�ated, such cancellation or termir�ation shall nat constitute a breach by ENGINEER of the Ag�-eement. L. Independent Consulfanf The �NGINEER agrees to perforrn all services as an �ndependent consultant and not as a subcantractor, agent, or employee of the CITY. M. Disclasure The ENGINE�R acknowledges ta the CITY tha� it has made full disclasure in writing of any existing conflicts of interest or patential cor�flicts of inferest, including personal fina�cial interest, direct ar indirect, in property abutting the praposed PROJECT and business relationships with abutting property owners. The �NGINEER further acknowledges that it will mak� disclosure in writing of any conflfcts of interest which develop subsequent to tf�e signing of this contract and �rior fa final payment under fhe contract. N. Asiaestos or Hazardous Substances (1) I# asbestos or hazardo�s substances in any form are encauntered or suspectsd, the ENGINEER wi[I stop its own work in the affecied poriions af the PRO,]ECT to permit testing ar�d evaluatian. (2) If asbestos or other hazardaus substances are suspected, the ENGCNEER will, if requested, assist the C1TY in �btaining the services of a qualified subcontractor to manage the remediation activities af th� PROJECT. O. �erm�tting ,4uthorities — Design Changes If p�r'miffing authorifies require design changes so as to comply with publishec� design criteria ar�dlor current engineering practice standards which the �NGINE�R should have been aware of at the time t�is Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitiing authoriiies' published design criteria a�dlor prac�ice sta�dards criteria which are published after the date of this Agreement which the �NGINEER cou{d not have been reasonable aware of, the ENGINEER shall nofify the CITY of such changes and an adjustment in compensafian will be made through an amencEment tn this AGREEMENT. e►e Article V Obligations of fhe Ci4y A. Ci�y-Furr�ished Data The CITY will make available to the �NGINEER all technical data in the CITY's passessian rela#ing to the �NGIN�ER's services on the PROJECT. Th� ENGINEFR may rely upon the accuracy, timeliness, and complefeness a� the infarmation pra�ided by #he C�TY. �. Access to �aci[iti�s and �roperty The CITY will make its facilities accessible to the ENGINEER as required for the �NGINEER's �erforrnance of i�s services and will provide labor and safety equipment as required by #�e ENGINEER for such aceess. TF�e CITY will perForm, at no cost to the ENGINEER, such tests of equipm�nt, machinery, pipelines, and other components of the CITY's faci�ities as may be required in connection with the ENGINE�R's services. The CfTY will b� �esponsible for all acts af the CIiY's personnel. C. Ad�rertisements, Permits, and Access LJn[ess ofherwise agreed to in the Scope of Services, fhe CITY will ob�ain, ar�range, and pay for all advertisements far bids; permits and licenses required by local, state, or federal authflrities; and [and, easements, rights-of-way, a�d access necessary for the �NGINEER's services ar PROJECi construction. D. iimely Re�view The CITY wil! examine the ENGiNEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an at�orney, insurar�ce counse�ar, accaunfant, auditor, 6ond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timefy manner. �. Prampt Nofice T�e CITY will give prt�mpt notice to the ENGIN�ER whenever C[TY observes or becomes aware of any developme�t that affacts th� scape or timing of the ENGINE�R's services or af any defect in the work of the ENGINEER or consfr�c�ion contrac#ars. �. Asbestos or Hazardous Substances and Indemnification ('[ } To tf�e maximum extent permitted by law, the CITY will indemnify and release �NGINE�R and its officers, employees, and subcontractors fram all claims, �amages, losses, and costs, including, but not limited to, at#orney's fees and litiga#ifln expenses arising out of or reia�ir�g fo the presence, diseharge, release, or escape af hazar�ous substances, contaminants, or _g_ asbestos on or from �he PROJECT. Nothing eontained herein shall be construed to require the CI7Y fo fe�ry, assess or collect any tax to fund this ir�demnification. (2) The indemnificatian and reiease �equi�ed abo�e shall not appfy in the event the discharge, release or escape of hazar��us substances, contaminants, or asbestas is a resc�lt of ENGINEER's neg�igence or if such hazardaus substance, contamir�ant or asbestos is braught onto the PROJECT �y ENGINEER. G. Coniractor Indemnification and Craims The CITY agrees to include in al! cortstruction contracts the provisions of Article N.E. regar�ing the �NGINEER's Personnel at Consfruction 5ite, and pra�isions providing contractor indemnification of the C1TY and fhe ENGINEER far contractor's negligence. k. Contractior Claims and Yhird��ar�y Bene�'rciaries (1) The CITY agrees tti incl�de the faUow[ng clause in a!I contracts with canstruction cantraciors and equipment or maferia[s suppliers: "Contractors, subcontractars and ec�uipment and materials suppliers on the F'ROJEGT, or their sureties, shall maintain no direct action against the ENGINEER, its afficers, employees, and su�contract�rs, for any claim arising o�t of, in connection with, or resulting from the engineering s�rvices perfflrmed. Only the CITY wili 6e the benefiiciary of any undertaking by the ENGENEER." (2} This AGREEMENT gives na righf or benefits to anyone other than the CITY and the ENGINEER and there are no third-party b�neficiaries. (3} The CITY will incfude in eacY� agreement it enters into with any ather entity or perso€� regarding the PROJECT a provision that such entity ar person shall have no thirc[-par�y b�neficiary rights under this AGREEMENT. {4) Not�ing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. C17�Y's lnsurance (1) The CITY may maintain property insuranc� on certain pre-existing structures associat�d with the PRO.IECT. (2} The C1TY wili ensure that Builders Riskllnstallatiot� insurar�ce is mainfained at the replacement cast value of the PROJECT. The CfTY may pravide �NGINE�R a cflpy of fhe policy or documentafion af such on a certificate of ins�rance. (3) The CITY will specify that the Builders Riskllnstaf�atinn insurance shall be cnmprehe�sive in coverage appropriaie #a th� PROJECT risks. -9- J. Litigation �ssis#ance The Scape of Services does nat include costs of the ENGINEER �or required or req�rested assisiance to support, prepare, docum�nt, �ring, defend, or assist in litigation undertaken or defended by the CiTY. [n the event CITY r�quests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negofiated between the par�ies. K. Changes The CITY may make or a�prove changes witl�in fhe genera� Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of fhe services, an equitable ad�us�ment will be made through an amendment to fhis AGREEMENT with appropriafie CiTY appr�val. AorE�cl� VI Ceneral �egal Provisrons Amen�ments to Ar�icle VI, if any, are inc[uded in A#tachment C. A, Authori�a#ian to �roceed ENGINEER sh�ll be auihorized to proceed wifih this AGR�EMENT upor� receipt flf a written Notice to Proceed frarn #he CITY. B. Reuse a� Projecf �ocumenfs All designs, drawings, specifications, documents, and other work praducts of the ENGINEER, wf�ether in hard copy or in electranic farm, are instruments af service for this PROJECT, whetf�er the PROJECT as completed or not. R�us�, chan�e, or alteratian by th� C�TY ar by Qthers acting through ar an behaff of the CITY of any such instrume�ts of service without tf�e written permission o� the ENGINEER will be at the CITY's sale risk. The fnal designs, drawings, specifications and documents shali �e owned by fhe C�TY. C. �orce Ma�eure The ENGINEER is not responsible for damages or delay in per�ormance caused by acts af God, strikes, iockouts, accidents, or other evenfs beyond the control of the ENGINEER. �. Termina�ion {1) This AGREEMENT may be terminated only by the City for canve�ience on 3Q days' written r�otice, This AGREEMENT may be terrninated by either the GITY or the ENGIN�ER for cause if either party fails substantially ta perForm through r�o fault of tn� other and does not cammence correcfiion of such nonperformance within fi�e (5) days of written notice and diligently compl�t� the correction therea�ter. -lo- (2) If #his AGREEMEN�' is tsrminated for the cortvenience o# the CITY, the ENG{NEER will �e �aid for terminaiion expenses as follows: (a) Cosf of reproduction of partiaE or compiete studies, plans, specificaiions or other forms of ENGINEER's work product; (b} 4ut-of-packet expenses microfilm, electronic data SEI'VIC2S; for purchasing starage containers, fil�s, and otl�er data storage supplies or (c) The tim� requirements for the ENGINEER`s persannel to document the work underway at the time the CITY's termination far can�enience so that the work effo�t is suifable for long t9me storage. �. F. {;. {3) Prior to proceeding wifE� termination services, tt�e ENGINEER will submit to the CiTY a� itemized statement of all termination expenses. The CITY's approval will be obtained in writing priar to proceeding with termination services. Suspension, �elay, or Interruption #o Work The CITY may suspend, delay, or interrupt the services of the ENGINEER far fhe cflnvenience of the CITY. In the e�ent of such suspension, delay, t�r interru�tion, an equitable adjustment in the PROJECT's schedule, commitment and cQst of t}�� ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. indemnificatifln (1) The ENGINEER agrees to indemnify and daf�nd the CITY from any loss, cost, or expense claimed by third partie� for proper�y damage and bodi[y injury, including death, cause� so[ely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in co�nection with the PROJL�CT. (2) f# the negligence or wi�ffi�) misconduci of b�th th� ENGfNEER and the CITY (or a�erson �dentified above for whom each is liable) is a cause of suc� damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in pro�ortion ta their relative d��rees of negligence or willful misconduct as determined pursuant fa T.C.P. & R. Cade, section 33.011(4) (Vernon Supplement 199G}. Assignmen� Neither party will assign all or any part of this AGREEMENT without the priar written consent of fhe other patty. -11- F�. lnter�retatior� Limitations an liability and indemniiies in this AGREEMENT ar� business understandir�gs �etween the parties and shalE apply ta ali the different theories of recovery, including breach of cor�tract or warraniy, tort including n�gligence, strict or s#atutory liability, or any oth�r caus� �f actian, exce�t for will�ul misco�duct or gross negligence far limitations of lia�ility and sole negligence for indemnification. Parties means the CITY and the ENGiNEER, and their officers, employees, ag�nts, and subcontracfars. I. Jurisdiction The law of the Stafie af Texas shall gavern the validity af #his AGRE�ME�lT, its interpretafion ar�d performance, and any other claims related ta it. 7he venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. J. Al�ernate �ispu#e Resolution (1) All claims, dis�ufes, and other matt�rs in question between the CITY and ENGIN��R arising out of, ar in connection with this AGR�EMENT or the PROJECT, or any breach of ar�y obligation ar duty of CETY or �NG�NEER hereunder, will be submitted �o mediation. If inediation is unsuccessful, the cla�m, dispute ar oth�r ma�ter in questians shall be suE�mitted to arbitration if botli parties acti�g reasonably agree that the amount of fhe disptafie is like�y to be less than $5q,000, exclusi�e of at�orney's fees, cos�s and expenses. Arbitration shalf be in accordanc� wit� the Canstruction Indus#ry Arbitratian Rules of the American Arbitration Association or oth�r a�plieable rules a�F the Associa#ion then in effect. Any award rer�dered by the arbitrators less than�$�D,000, exclusive of attorney's fees, costs and expenses, will be final, judgemenfi may be entered thereon in any court having �urisdic#ion, and will nat be subject to appeal or modificatian except to fihe extent permitted by Sections 10 and 11 of tF�e Federal Arbitration Act (9 U.S.C. S�ctions 1� and 11.) {2) Any award greater than $50,OQ0, exclusive of attarney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award st�all become final ninety (90} days from t�e date same is issued. !f litigation is filed by eith�r par�y within said ninety (90) day period, the award s�ail become null and void and shall not be used by either party, far any purpase in the litigation. K. Se�erabi�ity and 5urvival If any af the provisions corrtained in fhis AGREEMENT are E�eld for any reasa� ta be invalid, illegal, ar unenfarceable in any respect, such invalidity, iilegaliiy, or unenforcea�ility will nflt affect any other provisian, and this AGREENiENT sha[I be construed as if such Ertva�i�, illegal, ar unenforceable provision �ad n�ver been contained h�rein. Articles V.F., VI.B, VI.D, VI.H, and VE.J sha[l survive termination o� this AGREEMENT for any caus�. - I 2- �.. Ohserve a�d Com�ly ENGINEER shal! at all time observe and comply with all federal and S#ate laws and regulations and with all CITY ordinances and regulatians which in ar�y way affect this AGREEMENT and tha wark hereunder, and shali o�serve and carr�ply with all ard�rs, laws, ordinances and regulations which may exist or rrtay be enacted later by gaverning bodies having jurisdiction or authority for such enactman#. Na plea of misunderstanding or ignorance thereof shalf be considered. �NGINEER agrees to defend, indemnify and hold harmless CfTY and all of its afficers, agents and employ�es fram and against �II claims or fiability arising out of the �ialation of any such order, faw, or�inance, or regulatian, whe�h�r ifi be by itself ar its emp[oye�s. Article VII Attachments, Sch�du[es, and 5ignatures This AGRE�MENT, inc[uc�i�g its attachments and schedules, canstitutes tt�s eniire AGREEMEIVT, supersedes a{I prior written ar oral understandings, and may only be changed �y a written amendm�nt exect�fed by bath parties. The following atfachments and scheduEes are hereby made a part of this AGREEMENT. At#achment A— Scope of Services Attachmeni B -- Compensation ATTEST: �� �loria Fearsor�� City Secr�fary ' CITY 4F F'ORT WORTH / ' -� - . � � � Marc tt Assis nf Cify Manager A['PROVED AS TO F�RM AND �EGALITY ��� �� � � Gary Steinberger Assistant City Attorney ATTEST: _ �`f� 1�,.� ��__ - - Contr�ct �uthorixation _ (, � �3 � � � `� ,_._ „_ — - Date —13— APPROVAL RECOMMENDED , . , �/� � �I � 1_ George Behmanesh, P.E., Int�rim Director Transportation and PubEic Works TRANSY T RPORATION Raul P na , .�. i � � ..,c�� + �I►'���� ��� I� ' � � 1.�.�,�� � �__ �_� :���� � Attachmenf A SCOp� O� S��iV�C�S �RA�F1C SICNAL ���ICN S�RVIC�S �OR: �iCbi VARiOIJS �OCAY[OAlS IN �OR�' W��ib, T�X�4S �ROJ�CT PARAIh�i���RS The faflowing assumptions pertain to the provis[on of Basic Services: A. The PROJECT will consist af the fallowing activities, as requested by the CITY: Task 1.Q Traffic sigr�al �esigns and special specificatians (ifi requir�d) for eight {8) intersections tha� are to be determined. PROJECT is located within the City of Fort Wor�h, Texas. B. Record Drawings prepared by others (CITY or represanta#ive, TxDOT) wi[I be used as the basis for any designs associat�d with the PROJECT. It is assumed that no CADD files will #�e avaifable and all base files will be recreafied from hard copies of record drawings made available by the CITY. C. All intersections wifl be pr�pared separately to al�ow packaging ir� construcfion contfacts to b� determined by the CITY. The plans, star�dards and any special specifications will be prepared using English units, D. Existing specifications and standards supplied by tf�e C]TY will be used for design plans, unless otherwise requested by the CITY in writir�g. These include: � City of �ort Worth Transportatian and Public Works "Traffic Signal Design Guidelines, January, 2D02". o"Traffic Signal Plan MicrostationT"" Guidelines", symbo� libraries, and sampl� border fayoUts. � Example plan set illustrating desired farmat for each type of pla� she�t to �e deveioped by the Engine�r. � Example Specifications an� Cantract Documents illustrating traffic signa[ specifications. E. CITY will provide traffic accfdent data for up to tt�ree years, if available. F. CiTY wil[ provide determination far provision af a cable TV drop and Opticom equ[pmer�t. G. C[TY wiU review plans and provide recomm�ndat��ns in a fimely manner. A-1 H. A[I intersections will be designed fio accommodate existing or future �edestrian acfi�ity, inc[u�ing sidewalk ramps, crosswalks, push buttons, and pedestrian heads as requested by the CfTY. I. The following items will not be required by ENG�NEER, but will be suppfied by the CITY or its represen#ative io produce a complete set of plans construction bid use. o Cover Sheet • Estimate Summary Sheet ti General Notes Sheet � Standard Defail Sheets J. All intersection designs wil! be completed within 45 caiendar days after #he C�TY issues the Task Work Order. i�►SK �.D TRA�`FIC SIGNAL DE51GN5 The following items w91{ apply for eac� intersection described above. This tabEe specifies the requirement for the consuftant fo pro�id� the following tasks within this project: Each Intersection Yes No ❑ �' � � ❑ �' � � A. General Tasks Cansultant collects 24-hour approaeh caunts. Consultant eollects peak hour turning movement counts, Consultant performs capacity analysis. Consultant prepares existing conditions layout. 1. Callect all available existir�g record drawings and file information of the intersections from CfTY files. This should inc�ude but not be limited to existing TPW traffic signal plans, data in traffic signal fil�, lacation file, Dept. of Engineering record roadway plans, Development Dept. right-flf-way information, Wat�r Dept. utility maps, and if applicable, TxDOT roadway plans. 2. lf noted above, collect 24-hour approach counts for eacY� approach. 3, If noted above, collect peak hour turning movement counts far peak periods (peak periods may be de#ermined following the 24-hour appraach counts) including pedestrians and heavy vehicles . The peak periad counts shalf be consecutive 15- minute periods at typical peak periads: A.M. 7a.m.-9 a.m., NOON: 11:3fl a.m. —`i:30 p.m,, P.M. 4:3D p.m. — 6:30 p.m. weekdays and 2:0� p.m. — 4:dOp.m. Saturday. A-2 4. Prepare accident diagram far latesf 3 years of data frorn accident reports, if supplied by the C1TY. 5. If noted abo�e, for inters�ctior�s currently signalized, an exisfing conditions diagram will �e prepared. 6. Create base plan sheets #or signal plans from record drawings. 7. Cons�{tant shall meet wi#1� Ciiy's representative at each intersection for the site investigation. Perfarm reconnaissance of th� intersections wi�h respect to visi�fe, abova-ground features ta confirm record drawings and detarmine existing pavement widths, lane configurations and traffic con�rol devices. Locate power service and CATV_ Oe�ermine all utility locafions from site investigation ar�d existir�g City and State plans. 8. If noted abor�e, perForm capacity analysis indicat[ng ievel of servica for eac� mavem�nf at the intersection. A capacity analysis report using tE�e SynchraT"" 'analysis software is preferred, nowever other capacity methods are acceptable. 9. Evaluate and design p[�asing with considerati�n af capabilities of current City contraller hardware and saftware operation functions. 10. Prepare and s�bmit a"short re�ort" �o Ciiy for re�i�w ar�d ap�roval. The repo� shall include: o a discussion of currenf conditions, layau� diagram of intersectior�, photo-log o� int�rs�ction approaches; • recommendations for signal design, phasing, and operations; • address any unusual condiiions and provide recommencEations to resalve these concfif[ans; o traffic counts; a collision diagram, and � ' capacity analysis. Pror�ide a separate report fo� each inters�ction. 11. PS&� for the above work shali be prepared in accordance with the applicable r�quirements for City of Fort Worth plar�s, d�tails, specifications, standards, ar�d manuafs. The consultant should identify any design exceptians to City of Fort Worth Standards En #he design phase. B. Plan Development Tasks - Deliverables �. Develop construcfion plan sheets fnciuding: �xisting Cor�di#ions �ayout (for currer�tly fraffic signa{ pa[es, detec�or loops, i�Iumination, signal face locafions. signalized intersections) shawing conduit runs, wiring diagram, and A-3 Traffic Signal Design �ayout showing existing utilities, propos�d traffic signal poles and mastarms, pedestrian sFgnal poles, pedestrian signals, controllers, signai heads, sireet ligh#s, detector loops ar ather d�tectors, conduit, ground boxes, power sourees, cable television connectians, wiring diagrams, pavement markings, signal phasing plan, hazard identification beacons, Op#icom phase seiec#ors, and all ofher items requfred for the complete construction of the sigr�als. 0 5igning & iVlar�cings �ayout shawing existing signs, propos�d signs, exist�ng striping, and proposed striping. � Sidewalk Ramp �ayaut sF�owing existing and prnposed sidewalks and ramps. � Ceornetric Madification Layout (if applicable} showing ir�tersection improvements and demolition items. CfTY wil[ prepare record d�awings foflowing the completiar� of the construction based �apon intarmatian provided by the Confractor. Deve�ap quantity estimate and engineer's estimate of probable cost spreadsheets prepared in Microsoft Exce� for each intersection. 2. Re�iew General Nates, traffic signal specifications, and Standard Generaf Pravisians supplied by the C[TY for applicability ar�d modify (if necessary} for the respective intersectians. 3. Review Meetin�s: twa meefings w[th the CiTY are anticipated. The first meeting foliawing the submission flf #he "short r�part", artd a second following the submissinn of the nearly completed final plans. It is anticipated that all sigr�al prajecfs o� the Engineer wil� be covered in fhe same meetings. 5. Preliminary alans: provide t[�ree sets of 11" x 17" �aper drawings — incl€�ding quantity estimate spreadsheet and any revisions far Item 3 above. fi. Finaf plans; pravide one set of 19" x 17" mylar drawEngs. Provide three sets of 11" x 17" paper drawi�gs. Provida CD of MicroStatian elecironic files. �A�K �.0 i1flfSC�LLAfV��U� ���►��'IC �OUf�TS 1. Callect t�trnit�g mavement counts at up ta 16 interseciian locations #a be requesfed. Collec# 24-hour bi-directional #ube machines counts a# up to 10 locations to be requestea. A. General #asks: Collect peak hour turning movemen� counts for at ��ast four peak periods including pedestr[ans and heavy vehicles. The peak period counts shall �e consecutive �5- A-4 minute periods at typical peak periods: A.M. 7a.m.-9 a.m., NQON: 11:3� a.m. — 1:30 p.rrt., P.M. 4:30 p.m. — 6:30 p.m. weekdays and 2:00 p.m. to 4:00 p.m. Safurday. 2. Collect 24-hour bi-directional t�be machine counts at up ta 10 locations to be requested. A. General tasks: Collect 24-hour bi-direcfional tube machine counts as requested. G�nerally these will be weekday counts. A hard copy and an electronic copy shall be provid�d. A-5 Attachmenfi � COMP�N5ATiON Tha Engineer shall be com�ensated a fee nat to exceed $72,500.Q0 for the project. TASK A: Paym�nt shall be made on a work order basis of $8,200 per Iacatiort. This work arder fee sha11 �e cansidered fulE compensation for the services described in Attachment A for all labor, materials, supplies, and equipment necessary to comp[ete the services per iocation. TASK B: Payment shaEl be made on a work order basis p�r lacation up a fee not to exceed $6,900.a0. This work order fee sha�l be considered full compensation for the services described in Attachmer�t A far all labor, materials, supplies, and equipment necessary to complete the services per location. If applicable, significant design of geometric madificatians will �e cor�sidered additEanal services and beyond the not to exce�d fee amount described above. A fee for this additiona[ service will be n�gatiated as a supplemental agreement. The Engineer shall subrr�it invoices per work order to the City for aEl wark performed under iF�is agr�ement set forth in Article ill, Terrns of Payme�t. The invoices will contai� the City of Fart Worth confract r�umber, wo�-k order number, intersection name, portion of praject b�dget am�unt expended, previaus billing iotals, and tatals for invoice. : C'ity o�`'�o�i T�TTo�th, Texas � �'I �i � - � � '� � � � I � � �� C��at���c���.o� QATE REFERENCE NUMBER LOG NAM� 7�3o�a2 **��19� s� zaTRa��ic pAGE 1 of 1 suB�ECT AWARD OF CONTRACT TO �f�.�'�ST�kS �O�GRATIC��I, I�LC� FOR TRAFF[C SIGNAL DESIGN AND DATA C�LLECTION SERVICES RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with TranSystems Corporatian, Inc. for traffic signal design and data collectian services in the amount of ��z,�ao. oiscUssioN: �n December 9 9, 2000, the City Council adopted a resolution authoriaing the issuance of $45 million in Certificates of Obli�ation to address critical capital projects which included $5 million in traffic signal improvement funds. To date, 60 traffic signals ha�e been constructed. During this period, various consultants were used to assisf City staff prepare construction plans. The �ase of pri�ate firms to assist City staff in traffic signal plan preparation allows the depa�tment fio continually meet the need for new traffic signals and to provide a high degree of service. This service supplements staff's efforts ta complete projects in a timely manner. Tf�us, two frms were selected to continue providing this service based on the quality ofi tl�eir work and lcnowledge af the City's design standards and practices. TranSystems Corporation, Inc. is one of these two firms. Design wark for new or reconstrucied tra�Fic signals will be issued on a work order basis for a cost of $8,2Q0 p�r intersection for a total of $65,600 for eight locations. The remaining funds of $6,90Q will be used for miscellaneous traffic data collect9an. The toial contract wil! not exceed $72,500. City staff considers this to be a fair an� equitable fee for ihe services pro�ided and recommends approval. TranSystems Corporation, Inc. is in comp[iance with the City's MNVBE Ordinance by committing to 15% MIWE3E participation. The City's goal on this project is 1a°/fl. F[SCAL INFORMATf4NJCERTIFIGATION: Ths Finance Directar certifies that funds are available in the current capital budget, as appropriated, of fhe Crifiical Projects Fund of the $45M Cer�ificates of Obligation program. MO:k Submitted for City Manager's Office by: Marc �tt Originating Department Head: G. Behmanesh (Acting) Additional Information Cantact: Mark Mathis � FUND I ACCOUNT I CENTER I AMOUNT � (to} � G122 I 7914 I (from) G116 531200 C116 539204 � 8775 I 0201 1 6031 9 73 $ 6,900.00 020116D31974 $65,600.00 CITY SECRE'�ARY APPRDVED 07/30/q2