Loading...
HomeMy WebLinkAboutContract 27174CONY��C� � ,� _%' � '' CITY OF' FORT WORTH, TEXAS SYAMDARD AGREEIVIENT FOR EiVGIh1�CERlf�G S��VECES This AGREEMENT is between the City of Fort Worth (kl�e "CITY"), and Transystems Corporation, Inc., (the "ENGINEER"}, for a PR4JECTS generally described as engineering services for the des�gn of new traffic signal at Meacham Blvd. & N. Sylvania Ave. and Altamesa Blvd, - Dirks Rd. & Granbury Rd. Article I 5cope of Services A. The Scape of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms af Payment Payments ta the ENGINEER will be made as follows: A. lnvoice and Payment (�) The ENGWEER shall provide the CITY sufficient docurner�#ation to reasonably substantiate the invaices. (2) Manthly in�aices will be under #his AGR�EMENT receipt. issued by the ENGW��R for all wor�c perFormed ln�oices are du� and payable within 30 days of (3) Upon completion of services enumerated in Article I, the final paymeni of any balance will be due wsthin 3Q days of receipt of the final jnvoice. (4) In the event of a disputed or contesied billing, only that partion so cantested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercis� reasonabieness in cor�testing any bill or partion thereof. No interest will accrue an any cantested portian of tt�e bi�lir�g untii mutuaEly resolued. (5) If t�e CITY fa�is ta make paym�nt in full to the ENGINEER for billings contested in gaod faith within 60 days of the amount due, the �NGfNEER may, after giving seven (7) days' written natice to CITY, suspend services under this AGREEMENT until paid in full, including interest. ln the event of suspension of s�rvices, the ENGINEER shall have no liabiiity ta CITY for delays or damages caused the CITY because of s�ch susp�nsion of s�rvices. r4rticle IV U������� ���L L �� -1- ��:~I�s , � Uu� ' � :'���f��f�M ��7 :7. � �t Obligations of the ENGINEER Amendments to Articie IV, if any, are included in Attachment C. !�. General The ENGINEER will serve as the CITY's professional 'engineering representative under this Agreement, p�oviding professional engineering consultation and advice and furnishing custamary services incidental thereto. �. Standard of Care The standard of care a�plicable to the ENGINEER's services will be t�e degree of skill and diligence normally employed in #he State ofi Texas by professio�al engineers or consul#ants p�rForming the sam� or similar s�nrices at the time such SeNices are �el�o�rrled. C. SubsurFace In�estigations {1) The ENGINEER shall advise the ClTY with regard to the necessity for subcontracf work such as special surveys, tests, test borings, or ather s�bsurface investigaiiflns in conn�ction with d�si�n and �ngine�ring work to be performed hereunder. The ENGINEER shall also advise the CITY eoncerning the �esults of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigatians, t�e actual characteristics may vary signifiicantly between successive test paints and sample intervals and at lacatians other than where observations, explaration, and investigations have been made. Because of �he inherent unc�rtainties in subsurface evaluations, changed ar unanticipated underground conditions may oceur that could affect the total PROJECT cost andbr execufion. These conditions and cas#lexecutian effects are not the responsibili#y of the ENGINEER. D. Preparatian of �ngineering Drawings The ENGINEER will provic�e to the CITY the original drawings of all plans in ink on reproducible plasfic film sheets, or as otherwise appro�ed by CITY, which shall become the properky of the CITY. CITY may use such drawings in any manner it desires; provided, howev�r, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. _2.. „` E. Engineering Persannel at Construction Site {1) The presence or dufies of the ENGINEER's personnel at a construction sit�, whether as a�-site representatives or otherwise, do nat make fhe ENGINEER or its personne! in any way responsible for those duties that belong to the CITY andlor the CITY's construction contractors or oth�r entities, and do r�ot relieve the canstruction contracfiors or any ather entity of their obligations, duties, and responsibilities, including, but nat fimited to, all construction methods, means, techniques, sequences, and procedures necessary for coar�inating and completing all portians of the construction work in accordance with the Contract Documents and any healfh or safety precautions required by such construction work. The ENGINEER and its personnef have no authority to exercise any controf over any construction contractor ar other entity or their emplayees in connection with their work or any F�ealth or safety precautions. (2) Except �fl the exfent of specific site visits expressly detailed and set farth in Attachment A, the ENGWEER or its persar�nel shall have no abligation or responsi�ility to visit the constructian site to become familiar with the pragress or qua�ity of the completed wark on fihe PROJ�CT or to determine, in general, if the work on the PROJECT is being perFormed in a manner indicating that the PROJECT, when carnpleted, will be in accardance with the Contract Dvcuments, nor shall anything in the Cantract Documenis or k1�e agreemenf between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive ar continuous on-site inspecfions to discover latent defects in the work or otherwise check the quality or quantity af the work on the PROJECT. If, for any reason, the ENGINEER should make an on-site abservation(s), on tt�e basis af such an-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any devia�ion frorri the Contract Documents coming ta the actual no�ic� of ENGINEER regarding the PROJECT. (3) When professional certification or performance or characteristics of materiais, systems or equipment is reasonabfy required to perform the servic�s s�t forkh in th� Scope of Servic�s, th� ENGINEER shail be ent�tled to rely upon such certificatian to establish materials, systems or equipment and performance criteria to be required in the Cantract Dacuments. F. Construction P�'ogress Paymenfis Recorr�mendations by the ENGINEER ta khe C1TY far periodic construction progress payments to the construction contractor will be �aased on the ENGINEER's knowledge, information, and belief from selectiv� sampling and observation that the wark has progressed to #he point indicated. Such recommenclations do not represent that continuous or detailed examinations have been made by the ENGINEER to asceriain that the construction confractor has completed the work in exact accordance with the Contract Documents; that the fina[ work will be acceptable in all respects; that the ENGINEER has made an examinatian to ascertain how or far what purpose the cansfruction contractar has used the moneys paid; that title to any of the work, mater�als, ar equipment has passed to the CITY free and clear nf ]iens, claims, security interests, or -3- encumbrances; or that there are not other matters at issu� b�tween the CITY and the constr�ction contractar thaf affect tE�e amaunt that should be paid. G. Record Drawings Record drawings, if required, will �e prepared, in part, on the basis of information compiled and furnished by others, and may not always represenf the exact location, type of various compon�nts, or exact manner in whicfi the PROJECT was finally conskructed. The ENGINEER is not responsible for any errors or omissians in the information from others that is incflrporated into the record drawings. H. Right to Audit (1 } ENGINEER agrees that the CITY shall, unti{ the expiration of three (3) years after final payment under this cantract, have access to and #he right to �xamin� and photocopy any directly }�ertit�ent books, dacuments, papers and records of the ENGINEER involving trar�sackions relating to this con#ract. ENGiN�ER agrees that the C1TY shall have access during normal working hours ta all necessary �NGINE�R facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance wifh the provisians of this section. The CITY shall give ENGINEER reasonab[e advance notice o# intended audits. (2) ENGfNEER further agrees ta include in all its subconsuitant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shal{, until the expiration flf three (3) years after final payment under the subcontract, ha�e access to and the right fo examine and ph�tocapy any directly pertinent baoks, documents, papers and records of such subconsultant, involving transactions to fhe subcontract, and fur�her, that the CiTY shall hava access during normal workfng hours to all necessary subconsultant faciii#ies, and shall �e pra�ided adequate and appropriat� wor�C space, in order to conduct audits in compliance with khe provisians of khis article together with subsection (3} hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultar�t agree #o photacopy such documents as may �e requesied by the CITY. The CITY agrees to reirnburse ENGINEER for fhe cost of copies at khe rate published in ki�e Texas Administrative Code in effect as of fhe time copying is perFormed. I. ENGINL�ER'S Insurance (1) Insurance eoverage and limits: ENGINEER shall provide to the CITY cer�tficate(s) of insurance documenting policies of the follow�ng coverage at minimum limifs which are ta be in effect priar to cammencement of wark on the PROJECT: Commercial General Liability $1,OQO,ODD each occurrence $1,000,000 aggregate -4- Autamobile Liability $1,004,000 each accident (or reasonably equivalent limits of coverage if written or� a split limits basis). � Coverage sl�alf be on any vehicle used in the caurse of the PROJECT. Worker's Compensation Coverage A: statutory limits Coverage B: $1 D0,004 eaeh accident $504,000 disease — palicy limit $1 Q�,OQO disease — each employee Professional L.iability $1,Q00,40Q each claimlannual aggregate (2) Certificates af insurance evidencing that the ENGI�IEER has obtained all required insurance sf�all be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be enforced to name the CITY an Additiona[ insured th�reor�, as its interests may appear. The terrn CITY shall include its employees, officers, afficials, agents, and �olunteers as respeets the contracted services. (b) Certificate(s) of insurance shall documenk that insurance coverages specifi�d accarding ta Section i. (1) ar�d I. (2) af ihis AGREEMENT are pravided under applicable policies documented thereon. (c) Any failure an documentafion requirements, part of the CfTY to request -required insurance shall not constitute a waiver of the insurance {d) A minirnum of thirty (30) days notice of car�cellation, non-ren�wai or material change in co�erage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. �uch �errns shall be endorsed anto ENGfNEER's lnsurance policies. NQtice shall be sent to fihe respective Departrnent Director (by name), City of Fo�t Worth, 1004 Throckmorton, Fort Warth, Texas 76102. (e) [nsurers for all policies must be authorized to dc 5tate of Texas or be ofherwise approved by the insurers sha11 be acceptable to the CITY in terms strength and solvency. business in the CITY; and, such of their financial (f) Deductible limits, or sel# insured retentions, affecting insurance required herein may be accep#able to the CITY at its sole discretion; and, in lieu of kraditional insurance, any alternative coverage maintained through insurance paols ar risk reiention groups rnust be also approved. Dedicated fir�ancial resources or lekters ofi credit may also be acceptable to the CITY. -5- (g) Applicable policies shall each be endnrse� with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h} The C1TY shall �e entitled, upon its request and withaut incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the �NGINEER rrzay be required ta provide proof of insurance premium payments. (i) The Commercial General Liability insurance policy shalf ha�e no exclusions by endorsements unless such are a�proved by the CITY. {j} The Professional Liability insurance policy, if written on a claims made basis shal! be maintained by the ENGINE�R for a minimum two (2) year period subse�uent to the term of the respective PROJECT contract with the CITY unless such coverage is provide� the ENGINEER on an occu�rence basis. (k} The CITY shalE not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood , that ir�surance cost is an all�wable com�onent of ENGINEER's overhead. (l) A11 insurance required in Sectian I., except for the Prof�ss{onal Liability insurance policy, shall be w�itten on an occurrence basis in arder ta be appro�ed by the CiTY. {m} Subconsultants ta th� ENGfNEER shall be required by the ENGINEER to maintain the same o� reasanabfy equivalent insurance coverage as requirad for the ENGINEER. When insurance ca�erage is majntained by subcar�sultants, ENGINEER shall provide CITY with documentation thereofi on a ce�kificate of insurance. Notwithstanding anything ta the contrary contained herein, in th� event a subconsulfant's insurance coverage is cance[ed or terminated, such cancellation or terminatian shall not constitute a breach by ENGINEER of the Agreement. J. Indep�ndent Consultant The ENGINEER agrees t� perForm all services as an i�dependent consulfant and not as a subcontractor, agent, or employe� of th� CITY. K. Disclosure The ENGINEER acknowledges to the CITY that it has ma�e full disclosure in writing of any existing conflicts of interest or patential conflicts of interest, including persanal financial interest, direcf or indirect, in praperty abutting the proposed PROJECT and business relationships with abutting property awners. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest which develop subsequent to the sigr�ing of this contract and prio� to final payment under the contract, -b- L. Asba�tos or Hazardaus Su�stances �1) If asbestos ar hazardous substanees in any form are encount�red or st�spected, the �NGINEER will stop its awn work in the affected portions of the PROJEGT to p�rmjt testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the ENGINEER will, if req�ested, assist the CiTY in abtaining the services af a qualified subcon#racfor to manage t�e remediation activities of the PR4JECT. Ni. Permitting Authorities — pesign Changes If permitting authorities require design changes 50 �5 to comply with published design criteria andlar current engineeri�g practice standards which fhe ENGINEER shauld have been aware of at the time this Agreement was ex�cuted, the �NGINE�R shall revise plans and specifications, as required, at its own cost and exp�nse. However, if design changes are required due to the changes in the permitting authorities' published desi�n criteria andlor prac�ice standards criteria wf�ich are published after #he date of this Agreement which the ENGINEER cauld not ha�e been reasonable aware of, the ENGINEER shall natify the C1TY flf suct� changes and an adjustment in campensation will be made through an amendment to this AGREEMENT. Article V Olaliga4ions of the City Arr�endments ta Arkicle V, ifi any, are included in Attachment C. A. Cityn�urnished Data The CITY will make available to the ENGINEER afl technical data in the CITY's possessiort relating to the ENGlNEER's 5@NICES on the PROJECT. The ENGINEER may rely upon the accuracy, timefiness, and completeness of the information provided by the CITY. �. Access to �acilities and Property The C1TY will make its facilifies accessible to the ENGINE�R as required for the ENGINEER's perfnrmance af ifs ser�ices and wil[ provide la�or and safety equipment as required by the ENGINEER for such access. The C�TY will perform, at no cast ta the ENGINEER, such tests of equipment, machinery, pipel�nes, and otf�er components of t1�e CITY's Facilities as may be required in eonnectian with the ENGINEER's servjces. The GITY will be responsibfe #or afl acts of the CITY's personnel. -7- C. n � �. C. H. Advertisements, Permits, and Access Unless otherwise agreed ta jn the Scope of Services, the GITY will abtain, arrange, and pay for all advertisemenks far bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-af-way, and access necessary for the ENGINE�R's services or PROJ�CT construction. Timely Re�iew The C1TY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, ar�d other documents; abtain advice of an attnrney, insurance counselor, accountant, auditor, band and financial advisors, and other consultants as the CITY deems appropriate; and render in writir�g decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment D. Prompt Notice The CITY will give prompt notice to t�e ENGINEER whenever C[TY observes or becomes aware of any d���lapment that affiects the scope or timing of the �NGINEER's SBNICeS flr of any defec# in the war�C of the �NGIN��R or canstructian contractors. A►sbestas mr bazardous Substances and Indemnification {1) To the maximum extent permitked by faw, the CITY will indemnify and release ENGINEER and its officers, employees, and subcontractors fram ail claims, damages, losses, and costs, including, but not limited to, attorney's faes and litigation expenses arising out of or relating to the presence, discharge, release, ar escape of hazardous substances, contaminants, or asbestas on or from the PROJECT. Nothing contained herein shall be construe� to require the CITY to levy, assess or collect ar�y tax to fund this indemnification. (2) The indemnificatian and release required above shall not apply in the event the discharge, release ar escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if such �azardous substance, cantaminant or asbestos is brought anto the PROJECT by ENGIN�ER. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisians of Arkjcle IV.E. regarding the ENGINEER's Personnel at Canstruct�on Si�e, ar�d provisions providing cantractor indernnification of the CITY and the ENGINE�R far contractor`s negligence. Contractor Claims and Third-Party L�eneficiaries (1) The CITY agrees to include #�ha following cla�se in al� contrac�s with const�uction confractors and equipment or maierials suppli�rs: �:� "Contracfors, subcontractors and equipment and materials suppliers on the PR4JECT, or their surekies, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractars, far any claim arising ouf of, in connection with, or resulting from the engineering services perfarmed. Only tl�e CITY will be the beneficiary of any underkaking by the ENGINEER." (2) This AGREEM�NT gives n� right or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiafiies. (3} The CITY will include in each agreement it ent�rs into with any ather entity ar person r�garding fhe PROJECT a provisEon that such entify or �erson shall have no third-party �eneficiary rights under ihis AGREEMENT. (4) Nothing contained in this section V.H. shall be construed as a waiver af any right the C{TY has ta bring a claim against �NGINEER. CI�1('s Ensurance (1) The C1TY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY w[II enst�re that BuiEders Riskllnstailation insurance is maintained at the replac�ment cost value of the PRO.IECT. The CITY may provide ENGINEER a copy of the policy ar documentation of such on a certifica#e of insurance. (3) The CITY wi[I specify fhat the Builders Riskllnstallation insurance shall k�e comprehensive in coverage ap�ra�riate tQ the PROJECT risks. J. Litigation possistartce The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, doc�ment, bring, d�fend, or assist in litigati�n undertaken or defended by th� CITY. ln the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended ar a separate agreement will be negotiated befween the parties. K. Additional Wor�, Changes in Wor�C, Supplemenfal Agreements If the ENGINEER js of the opir�ion that any work it has been directed ta perfarm is beyond the scope of this agreement and constitutes extra work, it shall promptly notifiy the C1TY in writing. In the event ihe CITY finds that such. work does constitute extra work and exceeds the maximum amou�t payable, the CITY shall sa ad�ise the �NGINEER anc� a written suppl�m�ntai agreement will be executed beiween the parkies as pravided in this Article. The ENGINEER shall not perform any praposed additianal wark or incur any additional costs prior to fhe executian, �y both parties, o# a supplemental agr��ment. The CITY shall not be responsible for actions by the ENGINEER or any costs incurred by the ENGINEER relating to additional work nat directly assoeiated with the performance of #he work authorized in this contract or as amended. -9- if the CITY finds it necessary to request changes to previausly satisfactorily completed work or parts thereaf which involve changes to the original scope of services or character of wark under th� contract, the Engineer shall make such revisians if reques#ed and as directed by the C1TY. This wil! be considered as additional work and paid for as specifiec{ in this Article. The ENGWEER sha�l make such revisions ta the wark authorized in this con�ract which has�been completed as are necessary to correct errars appearing therein, when requir�d to do sa by the CITY. No additionaE compensation shall be paid for this wark. The terms of this contract �nay be modified by supplemental agreement if the CITY determines that there has been a significani change in (1) the scope, complexity or character of the services to qe performed as nated in Attachment A, 5ection I.; or (2) the duration of the work. Additional comper�sation, if appropriate, shall be identified. In the event the CiTY �ecides that additianal services, as noted in Attachment A, S�ction II, are required, specifiic scope(s) of serviees a�rd appropriate compensation shafl be determ�ned. Both parties must execute any supplemental agreem�nt. It is d�stinctly understood and agreed that no claim for extra work done or materials furnished shall be rr�ade by the ENGINEER until full execution of the supplemental agreement and authorization to proceed is granted by the CITY. The CITY reserves the right to withhold payment pending verification of satisfactary work perFormed. Article VI General �ega[ Pra�isio�t� Amendments to Article VI, irF any, are includ�d in Attachrtlent C. A. Authorization to Proceed ENGINEER shall be authorized to praceed with this AGREEMENT upon receipt of a wri#ten Notic� to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specificatians, documents, and other work products of k�e ENGINEER, wheth�r in hard copy or in electronic for�n, are instruments of service for this PROJECT, whether the PROJECT is corr3pleted or not. Reus�, change, or alteratian by the CiTY or by athers acting through or on behalf of the CITY of any such instruments af service without the written permission of the ENGINEER will be at the CITY's sole ris�C. The final designs, drawings, specifications and documents shall be owned by the CfTY. -10- c. �❑ Fqrce Majeure The ENGINEER is not respansible far damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyand the cantrol of the ENGINEER. Termination (1) This AGREEMENT may be terminated only by the City for canvenience on 30 days' written notice. This AGREEMENT may be terminated by eifher the CITY or the ENGINEER for cause if either party fails substantially to perfarm through no fault af ihe other and does not commence carrection of such nonperfflrmance within fi�e (5) days of written notice and diligently camplete the correction thereafter. (2) 1# this AGREEMENT is terminated far the convenience of the CITY, the ENG[NEER will be paid for termination expenses as follaws: (a} Cast of reproducfian af parkaal or complete studies, p�ans, specificatians ar other forms of ENGINEER's work product; (b) 4ut-of-packet expenses microfilm, el�ctronic data services; for purchasing stnrage containers, fil�s, and other data storag� supplies or (c) The time requirements for the ENG{NEER's persannel to docurrient the work underway at the time khe CITY's termination for convenience so that the wark effart is suitable for long time starage. E. F. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CiTY an itemizad statement af all termination ex�enses. The C1TY's approval will be obtained in writing priar to proc�eding with termination setvices. Suspensian, Delay, or Int�rruption to Work The CITY may suspend, delay, or interru�t th� ser�ic�s of the ENGINEER for the convenience of the CITY. In the event af such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedufe, commitment and cost of the ENGINE�R's persor�nel and subcontractors, and ENGINEER's compensatian will be made. lndemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, CbSt, or expense claimed by third parties for property damag� and �odily injury, including d�ath, caused solely �y the negligence �r willful misconduct o# the ENGINEER, its employees, officers, and subcontractors in connection wit� the PR4JECT. -1 t- (2) if the negligence ar willful misconduct of both the ENGINE�R and the CITY (or a person id�ntified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in propartion to their relative degrees of negligenc� or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011 {4) (Vernon Supplement 1996}. G. Assi�nment Neither party will assign all or any parfi of this AGREEMENT without the prior written consant of the other party, b. Inferpretation Lirnitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply ta afl the different theories af recovery, �nc[uding breach of contract or warranty, tor� includirtg negligence, strict or statuiory liability, or any other cause of action, �xcept for wiliful miscanduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties means the CITY ar�d the ENGiNEER, and their afficers, emplayees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity ofi fhis AGREEMENT, its interpretation and perFormanc�, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant Counfy, Texas. J. Alternate Dispute �esol�tion (1) All ckaims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or ir� cannection with this AGREEMENT or fhe PRO�ECT, or any breach of any obligation or duty o# CITY or ENGINEER hereunder, will be submitted to mediation. If inediation is unsuccessful, the claim, dispute or ather matter �n questians shall be submitted ta arbitration if both parties acting reasonabky agree that the amount of the dispute is likely to be less than $5D,Q00, exclusive af attorn�y'S fEf'S, COSfS alld EX�]Ei1SB5. Arbitra�ion shall be in accordance with the Construction Industry Arbifration Rules af the Americar� Arbifration Association or other applicable rules of the Association then in effect. Any award rer�dered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgement may b� entered th�reon irr any caurt having jurisdiction, and will nat be subject to a�peal or modification excep# to the e>ctent permitted by Sectians 10 and � 1 of the Fe�eral Arbitratian Act {9 U.S.C. Sectio�s 1� and 19) {2) Any award greater than $50,a00, exclusive af atto�ney's fees, costs and ex}�enses, may be litigated by either party on a de novo basis. Tha award shall become final ninety (90) days from the date same is issued. If litigation is fil�d by either party within said ninety {90} day period, the award shall become nul! and void and shall not be used by either party far any purpose in the litigatian. -12- K. Severability and Survi�al If any of the provisians cantained in t�is AGREEMENT are held for any reason to be invalid, illegal, �r unenforceable in any respect, such invalidity, illegality, or unenforceabiliiy will no# affeet any other provis3an, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable pravision had never been contained herein. Art�cles V.F., VI.B, VI.D, Vl.H, and VI.J shall survive termination of this AGREEMENT for any cause. ' L. Obser�e and Comply ENGINEER shall at all time abserve 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 wark hereunder, and shall observe and comply with all orders, laws, ordinances and regulatians which may exist or may be enacted later by governing bodies �arring jurisciiction or authority for such enactment. No plea of misunderstanding or ignorance thereaf shall be cor�sidered. ENGINEER agrees to defend, indemnify and hold harmless CfTY and all of its officers, agents and employees from and agains# all clair�s or fiability arising out of the violafion of any such order, law, ordinance, or regulation, whe#f�er i# be by itself or its employees. -13- Ar�icle VII Afitachments, Schedule�, artd Signatures This AGREEM�NT, ineluding its attachments and schedules, constitutes the entire AGREEMENT, s�persedes al[ priar written or oral understandings, and may only be changed by a written amendment executed by both par�ies. The foElowing attachments and schedules are hereby mad� a part of this AGREEMENT. Attachment A— Scope of Services Attachment B — Compensa�iar� EXECUTED on this the , � �Ls4_ Caunty, Texas. ATTEST: i'�'(,�.� �Glori Pearsnn Cify 5eeretary ��_V� APPROVED AS TO FORM AND GALITY Gary St�in rger Assistant City Attorney ATT�ST: �� I _ "►-_i,— /L�c t r _ , � eon�ract 1�uthori�et�c�n C�B�� day of .�_���_ '_ � ,,_,.=; ��r, in Fort Worth, Tarrant CITY OF FORT W4RTH �,;'1 r � �� r 51�,,� � f� � �i M�ike Graomer ` Assistant City Manager APPROVAL RECOMMENDED �� �� H�Malanga, P.E., �irer,k�� Transportation and Public Wor�s TRAN ORPORATfON Raul�Per�(,�, P.E� Vice President -14- � ���U��Q� US�V��� � C9� �[������ !� �i��'M. �. _ . �_.. _, �lttachrnent �A SCOP� OF SERVICES TRAFFIC SIGNA,� D�SIGIV S�RVICES FOR: (1) Meacham �I�d. l N. Svl�ania Ave. (aj Alfamesa �tvd. 1 Dirks Rd. — GranburV Rd. IA� FORT WORTFi, i�XAS PftOJ�Ci PAFtAM�TERS The following assumptians per�ain to the provision of Basic Services: A. The PROJ�CT will consist af t�e following acti�ities, as reqUested by the CITY: Task 1.0 Traffic signal designs and special s�ecificatians (if required) for the following intersections: Intersection Na.1: iVl�acham �Ivd. l N. Svlvania Ave. Interseciion No. 2: Altamesa �Irrd. l Dirks Rd. -- Cranbury Rd. PROJECT is located within the City of Fork Worth, Texas. B. R�cord Drawings prepared by others (CITY or representative, TxDOT) will be used as the basis far any designs associated with the PROJECT. lt is assumed that no CADD files will be available and all base files will be recreated from hard copies of record drawings made a�aila�le by the CITY. C. All intersections will be prepared separately to allow packaging in construction contracts to be determined by the C1TY. The plans, standards and any speeial speciffcations will be prepared using Englisl� units. D. Existing specifications and standards supplied by the CITY will be used for design plans, unless otherwise requested by the CiTY in writing. Th�se incfude: � City of Fort Worth Transportatian and Public Works "Traffic Signal Design Guidefines, July 2q01". •°Traffic Signai Plan MicrostatinnT"" Guicielines", symbal librariss, and sample border layouts. � Example plan set ill�strating desired format for each type of plan sheet to be developed by the Engineer. � Example Specificatiflns and Contract Documents illustrating traffic signal specifications. E. CITY vvill provide traffic accident data for up ta three years, if available. F. CfTY will provide determination fo� pravisian of a cable TV drop a�d 4pticam equipment. G. CITY will r�view plans and provide recommendations in a timely manner. A- i . H. All intersections will be designed to accommodate existing ar future pedestrian activity, including sidewalk ramps, crosswalks, push buttans, and �edestrian heads as requested by the CITY. l. The following items will not be required by ENGINEER, but will be sup�lied �y the CITY or its representative to produce a complete set af plans construction bid use. � Co�er Sheet � Estimate Summary Sheet � General Nofes Sheet o Standard Detail Sheets J. All intersectian designs will be completed within 45 calendar days after fhe CITY issues the Noiice to Proceed. iASK 1.D YRAF�IC SIGiVAL DLSIGNS The following items will apply for each intarsectian described above. This table sp�ciFies tf�e requiremen� for the cons�ltant to provide the fallowing tasks within this project: Inters�ction 1 Yes No ❑ � � � ❑ �❑ A. Ge�eral Tasks Intersection 2 Yes No ❑ � Cansultant collects 24-haur approach counts. � ❑ Cansultant callects peak nour turning mo�em�nt cou�ts. f� � Consultant perfarms capaci#y analysis. ❑ Consultant prepares existing condi�ions layout. 1. Collect all available existing record drawings and file information of the intersections firom CITY files, This should include bt�t not be limited to existing T['VI! traffie signal plans, data in traffic signal file, location fi4e, Dept. of Engin�ering recard raadway plans, Development Dept. right-af-way informatian, Water Dept. utility maps, and if applicable, TxDOT roadway plans. 2. If noted above, collect 24-hour approach counts for each approach. 3. If noked above, callect peak hour turning movement caunts for at least three peak �eriods (peak periods may be determir�ed following the 24-hour approach cou�ts) including pedestrians. The peak period counts shall be �ight consecuti�e 15-minute periods at typical peak periods: A.M. 7a.m.-9 a.m., NOON: 11:30 a.m. — 1:30 p.m., P.M. 4:30 p.m. — 6:30 p.m. A-2 4. Prepare accidenfi diagram for lat�st 3 years of data from accident repor�s, if sup�lied by the CITY. 5. If noted above, for intersections currently signalized, an existing conditions diagram will be prepared. 6. Create base plan sheets far signal plans from record drawings. 7. Cansultant shall meet with City's representative af each intersectiart for the site investigation. P�rform reconnaissance of the intersections with respect to visibl�, above-ground features to c�nfirm record drawings and determine existing pavement widths, lane configurations and traffic cantrol de�ices. Locate pawer s�rvice and CATV. Determine all utility locations from site investigation and existing City and State plans. 8. If noted abave, perForm capacity analysis indicating level of service far each movement at the intersect�on. A capacity analysis report using the SynchroT"" analysis software is preferred, however other capacity methods are acceptable. 9. Evaluate and design phasing with consideration of capabifities af current City controller har�ware and software operation functions. 10. Prepare and s�bmit a"shar� report" to City for review and approval. The report shali include: � a discussion of current conditions, layaut diagram of intersection, ph�to-lag of intersection approaches; o recommendations far signal design, phasing, and �peratians; o address any unusual conditions and provide recomm�ndations to resolve these conditions; . traffic counts; � collision diagram; and � capacity analysis. Provide a separate report for each intersection. 91. PS&E for the above work shall be prepared in accordance wifh the applicable requirements fc�r City afi Fort Worth plans, details, specifications, standards, and man�als. The consultant should identify any design exce�tions to City of Fark Worth Standards in the desi�n phase. B. Plan �evelo�ment Tasks - Deliverables 1. D�velo� construction pla� sheets including: Existing Conditions Layouf (fior currently signaGzed intersectians) showing traffie signal poles, detectar loops, illumination, conduit runs, wiring diagram, and signa[ face locations. A-3 � Traffic Signal Design Lay�out st�owing existing utilities, propased traffic signal pales and mastarms, �pedestria� signal pales, pedestrian sig�als, cantrollers, signal heads, street lights, detector loops or other detectors, conduit, �round �oxes, power sources, cahle television cannections, wiring diagrams, pavement markings, signal phasing p�an, hazard id�ntification beacons, Opticom phase selectars, and all other items required for the complete construction af the signals. � Signing & Markings Layout showing existing signs, prapQsed 51Lj115, existing striping, and proposed striping. � Sidewal�Z F�amp Layout showing existing and proposed s�dewalks and ramps. o Geometric Modification Layout {if app{icable) showing intersectian im�rovemenks and demolition items. C1TY will prepare record drawings following the campletion of the construction based upon information provided by the Cantractor. 1. Develop quantity es#imate and engineer's estimate of probabfe cost spreads�eets pr�par�d in Micrasoft Excel for each intersection. 2, Review General Nates, traffic signal specifications, and Standard Generaf Provisions supplied by the CITY far applicabifity and modify (if necessary) for the respective intersectians. 3. Review Meetinct�: twfl m�etings with the CITY are anticipated. The first meeting following the submission of the "short repart", and a secand following the submission of the nearly compieted final plar�s. It is anticipated fhat all signal projects of the Engineer will be covered in the sam� me�tings. 5. Preliminary pians: provide three sets of 11" x 17° paper drawings — incl�ading q�aantity estimate spr�adsheet and any r�visians for ltem 3 a�o�e. 6. Final plans: provide one set of 11" x 17" myEar drawings. Provide three sets of 11" x 1 T' pa�er drawings. Provide CD of MicroStatian electronic files. A-4 Attachment � COMPENSAT�OR� The Enginaer shall of the lump sum Attachment A for SeNices. be compensated a tota! lump sum fee af $14,950 far the pro�ect. Payment fee shall be considered full compensation for the s�rvices described in all labor, materials, supplies, and equipment necessary io camplete the If applicable, significant design of geometric mo�ifications wilf be cflnsidered additianal services and b�yond ti�e lump sum amount described above. A fee for this additianal service will be negotiated as a supplemental agreement. The Engineer shall submit monthEy invaices to the City �or afl work performed �nder this agreement set forth in Arkicle III, Terms of Payment. The monthly invaices wll contain the City of Fori Worth contract number, project r�am�, a deseriptifln of the tasks performed far that particular montf�, percent complete for each kask, amount budgeted for each task, portion af budget amaunt exp�nded, previous biAing totals, and tofals for invaice. :