HomeMy WebLinkAboutContract 62789City of Fort Worth, Texas Falcon Way & Gulfstream Road Rehabilitation
Standard Agreement for Engineering Related Design Services Construction Management Services
Revised Date: 12-08-2023 City Project No. 105078
Page 1 of 15
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL
SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality
("CITY"), and Mead & Hunt, Inc., authorized to do business in Texas, ("ENGINEER"), for a
PROJECT generally described as: Construction Management Services for Falcon Way and
Gulfstream Road Rehabilitation – Project No. 105078.
Article I
Scope of Services
The Scope of Services is set forth in Attachment A.
Article II
Compensation
The ENGINEER's compensation shall be in the amount up to $99,955.00 as set forth
in Attachment B. Payment shall be considered full compensation for all labor (including all
benefits, overhead and markups), materials, supplies, and equipment necessary to
complete the Services.
Engineer shall provide monthly invoices to City. The Engineer shall provide the City
sufficient documentation, including but not limited to meeting the requirements set forth in
Attachment C to this AGREEMENT, to reasonably substantiate the invoices.
Payments for services rendered shall be made in accordance with the Texas
Prompt Payment Act (Texas Government Code Ch. 2251).
Acceptance by Engineer of said payment shall release City from all claims or
liabilities under this Agreement for anything related to, performed, or furnished in
connection with the Services for which payment is made, including any act or omission of
City in connection with such Services.
Article III
Term
Unless otherwise terminated pursuant to Article VI. D. herein, this Agreement shall
be for a term beginning upon the effective date, as described below, and shall continue
until the expiration of the funds or completion of the subject matter contemplated herein
pursuant to the schedule, whichever occurs first. Unless specifically otherwise amended,
the original term shall not exceed five years from the original effective date.
City of Fort Worth, Texas Falcon Way & Gulfstream Road Rehabilitation
Standard Agreement for Engineering Related Design Services Construction Management Services
Revised Date: 12-08-2023 City Project No. 105078
Page 2 of 15
Article IV
Obligations of the Engineer
A. General
The ENGINEER will serve as the CITY's professional engineering
representative under this Agreement, providing professional engineering
consultation and advice and furnishing customary services incidental thereto.
B. Standard of Care
The ENGINEER shall perform its services:
(1) render services with the ordinary degree of skill and care that would be
used by other reasonably competent practitioners of the same discipline
under similar circumstances and professional license at the same time and
in the same or similar locality; and
(2) in accordance with the agreed upon schedule.
C. Designation of Engineer’s Personnel
(1) The ENGINEER and CITY shall agree upon the designation of
the ENGINEER’s “Project Manager” prior to starting work on contract.
(2) ENGINEER shall inform CITY in writing of a proposed change
to their designated project manager prior to making the change or
immediately upon receiving notification that the designated project manager
is separating employment with the ENGINEER.
(3) ENGINEER shall provide resumes to the CITY of the
proposed replacement project manager(s), who shall have similar
qualifications and experience as the outgoing person, for review and
approval.
D. Subsurface Investigations
(1) The ENGINEER shall advise the CITY with regard to the necessity for
subcontract work such as special surveys, tests, test borings, or other
subsurface investigations in connection with design and engineering
work to be performed hereunder. The ENGINEER shall also advise the
CITY concerning the results 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 investigations,
the actual characteristics may vary significantly between successive
test points and sample intervals and at locations other than where
observations, exploration, and investigations have been made.
City of Fort Worth, Texas Falcon Way & Gulfstream Road Rehabilitation
Standard Agreement for Engineering Related Design Services Construction Management Services
Revised Date: 12-08-2023 City Project No. 105078
Page 3 of 15
Because of the inherent uncertainties in subsurface evaluations,
changed or unanticipated underground conditions may occur that could
affect the total PROJECT cost and/or execution. These conditions and
cost/execution effects are not the responsibility of the ENGINEER.
E. Preparation of Engineering Drawings
The ENGINEER will provide to the CITY the original drawings of all plans in
ink on reproducible mylar sheets and electronic files in .pdf format, or as
otherwise approved by CITY, which shall become the property of the CITY.
CITY may use such drawings in any manner it desires; provided, however,
that the ENGINEER shall not be liable for the use of such drawings for any
project other than the PROJECT described herein.
F. Engineer's Personnel at Construction Site
(1) The presence or duties of the ENGINEER's personnel at a construction site,
whether as on-site representatives or otherwise, do not make the ENGINEER
or its personnel in any way responsible for those duties that belong to the
CITY and/or the CITY's construction contractors or other entities, and do not
relieve the construction contractors or any other entity of their obligations,
duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for
coordinating and completing all portions of the construction work in
accordance with the contract documents and any health or safety precautions
required by such construction work. The ENGINEER and its personnel have
no authority to exercise any control over any construction contractor or other
entity or their employees in connection with their work or any health or safety
precautions.
(2) Except to the extent of specific site visits expressly detailed and set forth in
Attachment A, the ENGINEER or its personnel shall have no obligation or
responsibility to visit the construction site to become familiar with the progress
or quality of the completed work on the PROJECT or to determine, in general,
if the work on the PROJECT is being performed in a manner indicating that
the PROJECT, when completed, will be in accordance with the contract
documents, nor shall anything in the contract documents or this
AGREEMENT between CITY and ENGINEER be construed as requiring
ENGINEER to make exhaustive or continuous on-site inspections to discover
latent defects in the work or otherwise check the quality or quantity of the work
on the PROJECT. If the ENGINEER makes on-site observation(s) of a
deviation from the contract documents, the ENGINEER shall inform the CITY.
(3) When professional certification of performance or characteristics of materials,
systems or equipment is reasonably required to perform the services set forth
City of Fort Worth, Texas Falcon Way & Gulfstream Road Rehabilitation
Standard Agreement for Engineering Related Design Services Construction Management Services
Revised Date: 12-08-2023 City Project No. 105078
Page 4 of 15
in the Scope of Services, the ENGINEER shall be entitled to rely upon such
certification to establish materials, systems or equipment and performance
criteria to be required in the contract documents.
G. Opinions of Probable Cost, Financial Considerations, and Schedules
(1) The ENGINEER shall provide opinions of probable costs based on the
current available information at the time of preparation, in accordance
with Attachment A.
(2) In providing opinions of cost, financial analyses, economic feasibility
projections, and schedules for the PROJECT, the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation
or maintenance costs; competitive bidding procedures and market
conditions; time or quality of performance by third parties; quality, type,
management, or direction of operating personnel; and other economic
and operational factors that may materially affect the ultimate PROJECT
cost or schedule. Therefore, the ENGINEER makes no warranty that
the CITY's actual PROJECT costs, financial aspects, economic
feasibility, or schedules will not vary from the ENGINEER's opinions,
analyses, projections, or estimates.
H. Construction Progress Payments
Recommendations by the ENGINEER to the CITY for periodic construction
progress payments to the construction contractor will be based on the
ENGINEER's knowledge, information, and belief from selective sampling and
observation that the work has progressed to the point indicated. Such
recommendations do not represent that continuous or detailed examinations
have been made by the ENGINEER to ascertain that the construction
contractor has completed the work in exact accordance with the contract
documents; that the final work will be acceptable in all respects; that the
ENGINEER has made an examination to ascertain how or for what purpose
the construction contractor has used the moneys paid; that title to any of the
work, materials, or equipment has passed to the CITY free and clear of liens,
claims, security interests, or encumbrances; or that there are no other matters
at issue between the CITY and the construction contractor that affect the
amount that should be paid.
I. Record Drawings
Record drawings, if required, will be prepared, in part, on the basis of
information compiled and furnished by others, and may not always represent
City of Fort Worth, Texas Falcon Way & Gulfstream Road Rehabilitation
Standard Agreement for Engineering Related Design Services Construction Management Services
Revised Date: 12-08-2023 City Project No. 105078
Page 5 of 15
the exact location, type of various components, or exact manner in which the
PROJECT was finally constructed. The ENGINEER is not responsible for any
errors or omissions in the information from others that is incorporated into the
record drawings.
J. Business Equity Participation
City has goals for the full and equitable participation of minority business
and/or women business enterprises in City contracts greater than
$100,000. In accordance with the City’s Business Equity Ordinance No.
25165-10-2021 (as codified in Chapter 20, Article X of the City’s Code of
Ordinances, as amended, and any relevant policy or guidance documents),
Engineer acknowledges the MBE and WBE goals established for this
Agreement and its execution of this Agreement is Engineer’s written
commitment to meet the prescribed MBE and WBE participation goals. Any
misrepresentation of facts (other than a negligent misrepresentation) and/or
the commission of fraud by the Engineer 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.
K. Right to Audit
(1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years
after final payment under this contract, have access to and the right to
examine and photocopy any directly pertinent books, documents, papers and
records of the ENGINEER involving transactions relating to this contract.
ENGINEER agrees that the CITY shall have access during normal working
hours to all necessary ENGINEER facilities and shall be provided adequate
and appropriate work space in order to conduct audits in compliance with the
provisions of this section. The CITY shall give ENGINEER reasonable
advance notice of intended audits.
(2) ENGINEER further agrees to include in all its subconsultant agreements
hereunder a provision to the effect that the subconsultant agrees that the CITY
shall, until the expiration of five (5) years after final payment under the
subcontract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of such
subconsultant, involving transactions to the subcontract, and further, that the
CITY shall have access during normal working hours to all subconsultant
facilities, and shall be provided adequate and appropriate work space, in order
to conduct audits in compliance with the provisions of this article together with
subsection (3) hereof. CITY shall give subconsultant reasonable advance
notice of intended audits.
(3) ENGINEER and subconsultant agree to reproduce such documents as may
City of Fort Worth, Texas Falcon Way & Gulfstream Road Rehabilitation
Standard Agreement for Engineering Related Design Services Construction Management Services
Revised Date: 12-08-2023 City Project No. 105078
Page 6 of 15
be requested by the CITY. The CITY agrees to reimburse ENGINEER for the
cost of hard copies at the rate published in the Texas Administrative Code in
effect as of the time copying is performed.
L. INSURANCE
Engineer shall not commence work under this Agreement until it has
obtained all insurance required under Attachment F and City has approved
such insurance.
M. Independent Consultant
The ENGINEER agrees to perform all services as an independent consultant
and not as a subcontractor, agent, or employee of the CITY. The doctrine
of respondeat superior shall not apply.
N. Disclosure
The ENGINEER acknowledges to the CITY that it has made full disclosure in
writing of any existing conflicts of interest or potential conflicts of interest,
including personal financial interest, direct or indirect, in property abutting the
proposed PROJECT and business relationships with abutting property cities.
The ENGINEER further acknowledges that it will make disclosure in writing of
any conflicts of interest that develop subsequent to the signing of this contract
and prior to final payment under the contract.
O. Asbestos or Hazardous Substances
(1) If asbestos or hazardous substances in any form are encountered or
suspected, the ENGINEER will stop its own work in the affected portions
of the PROJECT to permit testing and evaluation.
(2) If asbestos or other hazardous substances are suspected, the CITY may
request the ENGINEER to assist in obtaining the services of a qualified
subcontractor to manage the remediation activities of the PROJECT.
P. Permitting Authorities - Design Changes
If permitting authorities require design changes so as to comply with published
design criteria and/or current engineering practice standards which the
ENGINEER should have been aware of at the time this 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 permitting authorities' published design criteria and/or
practice standards criteria which are published after the date of this
Agreement which the ENGINEER could not have been reasonably aware of,
City of Fort Worth, Texas Falcon Way & Gulfstream Road Rehabilitation
Standard Agreement for Engineering Related Design Services Construction Management Services
Revised Date: 12-08-2023 City Project No. 105078
Page 7 of 15
the ENGINEER shall notify the CITY of such changes and an adjustment in
compensation will be made through an amendment to this AGREEMENT.
Q. Schedule
ENGINEER shall manage the PROJECT in accordance with the schedule
developed per Attachment C to this AGREEMENT.
Article V
Obligations of the City
A. City-Furnished Data
ENGINEER may rely upon the accuracy, timeliness, and completeness of the
information provided by the CITY.
B. Access to Facilities and Property
The CITY will make its facilities accessible to the ENGINEER as required for
the ENGINEER's performance of its services. The CITY will perform, at no
cost to the ENGINEER, such tests of equipment, machinery, pipelines, and
other components of the CITY's facilities as may be required in connection
with the ENGINEER's services. The CITY will be responsible for all acts of the
CITY's personnel.
C. Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services, the CITY will obtain,
arrange, and pay for all advertisements for bids; permits and licenses required
by local, state, or federal authorities; and land, easements, rights-of-way, and
access necessary for the ENGINEER's services or PROJECT construction.
D. Timely Review
The CITY will examine the ENGINEER's studies, reports, sketches, drawings,
specifications, proposals, and other documents; obtain advice of an attorney,
insurance counselor, accountant, auditor, bond and financial advisors, and
other consultants as the CITY deems appropriate; and render in writing
decisions required by the CITY in a timely manner in accordance with the
project schedule prepared in accordance with Attachment C.
E. Prompt Notice
The CITY will give prompt written notice to the ENGINEER whenever CITY
observes or becomes aware of any development that affects the scope or
City of Fort Worth, Texas Falcon Way & Gulfstream Road Rehabilitation
Standard Agreement for Engineering Related Design Services Construction Management Services
Revised Date: 12-08-2023 City Project No. 105078
Page 8 of 15
timing of the ENGINEER's services or of any defect in the work of the
ENGINEER or construction contractors.
F. Asbestos or Hazardous Substances Release.
(1) CITY acknowledges ENGINEER will perform part of the work at CITY's
facilities that may contain hazardous materials, including asbestos
containing materials, or conditions, and that ENGINEER had no prior
role in the generation, treatment, storage, or disposition of such
materials. In consideration of the associated risks that may give rise to
claims by third parties or employees of City, City hereby releases
ENGINEER from any damage or liability related to the presence of such
materials.
(2) The release required above shall not apply in the event the discharge,
release or escape of hazardous substances, contaminants, or asbestos is
a result of ENGINEER’s negligence or if ENGINEER brings such
hazardous substance, contaminant or asbestos onto the project.
G. Contractor Indemnification
The CITY agrees to include in all construction contracts the provisions of
Article IV.E. regarding the ENGINEER's Personnel at the construction site,
and provisions providing for contractor indemnification of the CITY and the
ENGINEER for contractor's negligence.
H. Contractor Claims and Third-Party Beneficiaries
(1) The CITY agrees to include the following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractors, subcontractors and equipment and materials
suppliers on the PROJECT, or their sureties, shall maintain
no direct action against the ENGINEER, its officers,
employees, and subcontractors, for any claim arising out of,
in connection with, or resulting from the engineering services
performed. Only the CITY will be the beneficiary of any
undertaking by the ENGINEER."
(2) This AGREEMENT gives no rights or benefits to anyone other than the CITY
and the ENGINEER and there are no third-party beneficiaries.
(3) The CITY will include in each agreement it enters into with any other entity or
person regarding the PROJECT a provision that such entity or person shall
have no third-party beneficiary rights under this Agreement.
City of Fort Worth, Texas Falcon Way & Gulfstream Road Rehabilitation
Standard Agreement for Engineering Related Design Services Construction Management Services
Revised Date: 12-08-2023 City Project No. 105078
Page 9 of 15
(4) Nothing contained in this Section H. shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER.
I. Litigation Assistance
The Scope of Services does not include costs of the ENGINEER for required
or requested assistance to support, prepare, document, bring, defend, or
assist in litigation undertaken or defended by the CITY. In the event CITY
requests such services of the ENGINEER, this AGREEMENT shall be
amended or a separate agreement will be negotiated between the parties.
J. Changes
The CITY may make or approve changes within the general Scope of
Services in this AGREEMENT. If such changes affect the ENGINEER's cost
of or time required for performance of the services, an equitable adjustment
will be made through an amendment to this AGREEMENT with appropriate
CITY approval.
Article VI
General Legal Provisions
A. Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT upon
receipt of a written Notice to Proceed from the CITY.
B. Reuse of Project Documents
All designs, drawings, specifications, documents, and other work products of
the ENGINEER, whether in hard copy or in electronic form, are instruments
of service for this PROJECT, whether the PROJECT is completed or not.
Reuse, change, or alteration by the CITY or by others acting through or on
behalf of the CITY of any such instruments of service without the written
permission of the ENGINEER will be at the CITY's sole risk. The CITY shall
own the final designs, drawings, specifications and documents.
City of Fort Worth, Texas Falcon Way & Gulfstream Road Rehabilitation
Standard Agreement for Engineering Related Design Services Construction Management Services
Revised Date: 12-08-2023 City Project No. 105078
Page 10 of 15
C. Force Majeure
CITY and ENGINEER shall exercise their best efforts to meet their
respective duties and obligations as set forth in this Agreement, but shall
not be held liable for any delay or omission in performance due to force
majeure or other causes beyond their reasonable control, including, but not
limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters,
epidemics/pandemics, wars, riots, material or labor restrictions by any
governmental authority and/or any other similar causes.
D. Termination
(1) This AGREEMENT may be terminated
a.) by the City for its convenience upon 30 days' written notice to
ENGINEER.
b.) by either the CITY or the ENGINEER for cause if either party fails
substantially to perform through no fault of the other and the
nonperforming party does not commence correction of such
nonperformance within 5 days’ written notice or thereafter fails to
diligently complete the correction.
(2) If this AGREEMENT is terminated for the convenience of the City, the
ENGINEER will be paid for termination expenses as follows:
a.) Reasonable cost of reproduction or electronic storage of partial or
complete studies, plans, specifications or other forms of ENGINEER'S
work product;
b.) The reasonable time requirements for the ENGINEER'S personnel to
document the work underway at the time of the CITY'S termination for
convenience so that the work effort is suitable for long time storage.
(3) Prior to proceeding with termination services, the ENGINEER will
submit to the CITY an itemized statement of all projected termination
expenses. The CITY'S approval shall be obtained in writing prior to
proceeding with termination services.
E. Suspension, Delay, or Interruption to Work
The CITY may suspend, delay, or interrupt the services of the ENGINEER for
the convenience of the CITY. In the event of such suspension, delay, or
interruption, an equitable adjustment in the PROJECT's schedule,
City of Fort Worth, Texas Falcon Way & Gulfstream Road Rehabilitation
Standard Agreement for Engineering Related Design Services Construction Management Services
Revised Date: 12-08-2023 City Project No. 105078
Page 11 of 15
commitment and cost of the ENGINEER's personnel and subcontractors, and
ENGINEER's compensation will be made.
F. Indemnification
The ENGINEER shall indemnify or hold harmless the CITY against
liability for any damage committed by the ENGINEER or ENGINEER’s
agent, consultant under contract, or another entity over which the
ENGINEER exercises control to the extent that the damage is caused by
or resulting from an act of negligence, intentional tort, intellectual
property infringement, or failure to pay a subcontractor or supplier.CITY
is entitled to recover its reasonable attorney’s fees in proportion to the
ENGINEER’s liability.
G. Assignment
ENGINEER shall not assign all or any part of this AGREEMENT without the
prior written consent of CITY.
H. Jurisdiction
The law of the State of Texas shall govern the validity of this AGREEMENT,
its interpretation and performance, and any other claims related to it. The
venue for any litigation related to this AGREEMENT shall be Tarrant County,
Texas.
I. Severability and Survival
If any of the provisions contained in this AGREEMENT are held for any reason
to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality,
or unenforceability will not affect any other provision, and this AGREEMENT
shall be construed as if such invalid, illegal, or unenforceable provision had
never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I.
shall survive termination of this AGREEMENT for any cause.
J. Observe and Comply
ENGINEER shall at all times observe and comply with all federal and State
laws and regulations and with all City ordinances and regulations which in any
way affect this AGREEMENT and the work hereunder, and shall observe and
comply with all orders, laws ordinances and regulations which may exist or
may be enacted later by governing bodies having jurisdiction or authority for
such enactment. No plea of misunderstanding or ignorance thereof shall be
considered. ENGINEER agrees to defend, indemnify and hold harmless
CITY and all of its officers, agents and employees from and against all
City of Fort Worth, Texas Falcon Way & Gulfstream Road Rehabilitation
Standard Agreement for Engineering Related Design Services Construction Management Services
Revised Date: 12-08-2023 City Project No. 105078
Page 12 of 15
claims or liability arising out of the violation of any such order, law,
ordinance, or regulation, whether it be by itself or its employees.
K.Contract Construction/No Waiver
The parties acknowledge that each Party and, if it so chooses, its counsel,
have reviewed and revised Agreement and that the normal rule of contract
construction, to the effect that any ambiguities are to be resolved against
the drafting party, must not be employed in the interpretation of Agreement
or any amendments or exhibits hereto.
The failure of CITY or ENGINEER to insist upon the performance of any
term or provision of this Agreement or to exercise any right granted herein
shall not constitute a waiver of CITY’s or ENGINEER’s respective right to
insist upon appropriate performance or to assert any such right on any
future occasion.
L.Immigration Nationality Act
ENGINEER shall verify the identity and employment eligibility of its
employees who perform work under this Agreement, including completing
the Employment Eligibility Verification Form (I-9). Upon request by CITY,
ENGINEER shall provide CITY with copies of all I-9 forms and supporting
eligibility documentation for each employee who performs work under this
Agreement. ENGINEER shall adhere to all Federal and State laws as well
as establish appropriate procedures and controls so that no services will be
performed by any ENGINEER employee who is not legally eligible to
perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD
CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES
DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER,
ENGINEER’S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR
LICENSEES. CITY, upon written notice to ENGINEER, shall have the right
to immediately terminate this Agreement for violations of this provision by
ENGINEER.
M.Prohibition On Contracts With Companies Boycotting Israel
ENGINEER unless a sole proprietor, acknowledges that in accordance with
Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or
more full time-employees and the contract value is $100,000 or more, the
City is prohibited from entering into a contract with a company for goods or
services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel
during the term of the contract. The terms “boycott Israel” and “company”
City of Fort Worth, Texas Falcon Way & Gulfstream Road Rehabilitation
Standard Agreement for Engineering Related Design Services Construction Management Services
Revised Date: 12-08-2023 City Project No. 105078
Page 13 of 15
shall have the meanings ascribed to those terms in Section 808.001 of the
Texas Government Code. By signing this contract, ENGINEER certifies
that ENGINEER’S signature provides written verification to the City
that if Chapter 2271, Texas Government Code applies, ENGINEER: (1)
does not boycott Israel; and (2) will not boycott Israel during the term
of the contract.
N. Prohibition on Boycotting Energy Companies
ENGINEER acknowledges that in accordance with Chapter 2276 of the
Texas Government Code, the CITY is prohibited from entering into a
contract for goods or services that has a value of $100,000 or more, which
will be paid wholly or partly from public funds of the City, with a company
(with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy
companies; and (2) will not boycott energy companies during the term of
the contract. The terms “boycott energy company” and “company” have the
meaning ascribed to those terms by Chapter 2276 of the Texas Government
Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, ENGINEER
certifies that ENGINEER’s signature provides written verification to
the CITY that ENGINEER: (1) does not boycott energy companies; and
(2) will not boycott energy companies during the term of this
Agreement.
O. Prohibition on Discrimination Against Firearm and Ammunition
Industries
ENGINEER acknowledges that except as otherwise provided by Chapter
2274 of the Texas Government Code, the CITY is prohibited from entering
into a contract for goods or services that has a value of $100,000 or more
which will be paid wholly or partly from public funds of the City, with a
company (with 10 or more full-time employees) unless the contract contains
a written verification from the company that it: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or
firearm trade association; and (2) will not discriminate during the term of the
contract against a firearm entity or firearm trade association. The terms
“discriminate,” “firearm entity” and “firearm trade association” have the
meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is
applicable to this Agreement, by signing this Agreement, ENGINEER
certifies that ENGINEER’s signature provides written verification to the
CITY that ENGINEER: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate against a firearm entity or
City of Fort Worth, Texas Falcon Way & Gulfstream Road Rehabilitation
Standard Agreement for Engineering Related Design Services Construction Management Services
Revised Date: 12-08-2023 City Project No. 105078
Page 14 of 15
firearm trade association during the term of this Agreement.
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, which supersedes all prior written or oral understandings, and may only be
changed by a written amendment executed by both parties. This AGREEMENT may be
executed in one or more counterparts and each counterpart shall, for all purposes, be
deemed an original, but all such counterparts shall together constitute but one and the
same instrument.
The following attachments and schedules are hereby made a part of this AGREEMENT:
Attachment A - Scope of Services
Attachment B - Compensation
Attachment C - Project Schedule
Attachment D - Location Map
Attachment E – Insurance Requirements
Duly executed by each party’s designated representative to be effective on the date
subscribed by the City’s designated Assistant City Manager.
(Signature page to follow)
City of Fort Worth, Texas Falcon Way & Gulfstream Road Rehabilitation
Standard Agreement for Engineering Related Design Services Construction Management Services
Revised Date: 12-08-2023 City Project No. 105078
Page 15 of 15
BY:
CITY OF FORT WORTH
BY:
ENGINEER
Valerie Washington
Assistant City Manager
Date:__________________
MEAD & HUNT, INC.
Jeremy Lee
Vice President
Date:____________________________
ATTEST:
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
By:
Roger Venables
Director, Aviation
APPROVED AS TO FORM AND LEGALITY
By:
Candace Pagliara
Assistant City Attorney
M&C No.:_ N/A____________
M&C Date:___N/A____________
Contract Compliance Manager:
By signing, I acknowledge that I am the person responsible for the monitoring and
administration of this contract, including ensuring all performance and reporting
requirements.
_______________________________
Katya Flores
Sr. Contract Compliance Specialist
ATTACHMENT A
M ea d SCOPE OF SERVICES
� lunt
2/3/2025
Tyler Dale
Capital Projects Manager
Cit of Fort Worth —Aviation Department
201 American Concourse Suite 330
Fort Worth, TX 76106
Subject: : FTW Perimeter Road CA services proposal
Dear Mr. Dale,
Mead & Hunt (Consultant) presents this scope of services for the Construction Administration of
the FTW Perimeter Road Rehabilitation project to Fort Worth Meacham International Airport - FTW
(Agent). Mead & Hunt performed the design of the Perimeter Road project. This scope of services
and format is based on the TxDOT template for construction administration services, with tasks
included or excluded as appropriate. The correlating fee estimate aligns with each line item for
scope of services.
A. Construction Phase
After written authorization to proceed with the Construction Phase, the Consultant shall:
Prepare for and conduct a preconstruction conference with representatives of the Agent,
the Contractor(s), and other interested parties. The Consultant shall prepare and distribute
a record of the preconstruction conference to the attendees within five (5) calendar days.
The Consultant will furnish the Contractor with an agenda or checklist of items that will be
addressed during the pre-paving conference. The Agent will coordinate attendance by
Tenants and ATCT.
2. Prepare the Construction Management Plan (CMP) and provide to the Resident Project
Representative (RPR) an electronic and hard copy (1). Include plans and addenda,
approved submittals, material testing guide, and communication plan.
3. Prepare for and conduct one meeting, prior to the start of construction, with airport users
and the Contractor to explain the construction project, delineate lines of authority, and
review the Construction Safety and Phasing Plan. This will occur during the preconstruction
conference.
4. Contractor will utilize horizontal control provided in the plan set to establish construction
staking.
5. Prepare for, attend, and conduct on-site construction progress meetings weekly for the 4-
week construction duration of the project. Attendees will be Consultant, RPR
Mead
� lunt
(Subconsultant), Contractor, and Owner. Prepare and distribute a record of the meetings to
the attendees within five (5) calendar days.
6. Flight check coordination with the FAA and related documents are not applicable to this
project.
7. As part of the weekly on-site construction meeting, perform a field walk as an experienced
and qualified design professional and observe the overall progress and aspects of the
Contractor(`s) work. Based on information obtained from the RPR, testing results, and these
visual observations, the Consultant shall determine if such work is proceeding per the
contract documents, plans, technical specifications, approved submittals, Advisory
Circulars, and in compliance with local and state requirements. The Consultant shall notify
the Agent and Contractor(s) of any defects or deficiencies in the work performed by the
Contractor(s) upon discovery. Within three (3) calendar days, the Consultant shall advise
the Agent and notify the Contractor(s) of corrective actions needed to bring the work into
compliance. Consultant shall provide minutes and photos to Agent of site visit with detailed
documentation within five (5) calendar days.
8. Consult with and advise the Agent, issue field instructions to the Contractor, prepare
change orders (no morethan 1 forthis project).
9. Prepare for and conduct a pre-paving meeting before HMAC placement, include:
Contractor, RPR, and testing labs. Review paving specification requirements and
procedures. The Consultant shall prepare and distribute a record of the meeting to all
attendees within five (5) calendar days. This meeting shall be held concurrently with the first
weekly construction meeting or the project kick-off ineeting.
10. Review: (a) samples; (b) catalog data; (c) schedules; (d) shop drawings; (e) laboratory, shop,
and mill tests of materials and equipment; (f) request for information; (g) submittals and,
other data submitted by the Contractor. Such reviews will be for conformance with the
design concept of the Project, compliance with the information given in the Agreement
documents, and specific project bid items requiring BuyAmerican and BuyAmerica
compliance. Compliances will be noted on the cover sheet of approved submittals. Provide
digital copies of the approved documents with comments and responses to the Agent,
Contractor, and Resident Project Representative within five (5) calendar days of approval.
Track all shop drawing submittals, reviews, and approvals. Provide the Agent, Contractor,
and Resident Project Representative with a copy of the submittal during the weekly
construction progress meeting.
Track Request for Information (RFI) submittals and responses. Provide the Agent,
Contractor, and Resident Project Representative with a copy of the RFI log during the
weekly construction progress meeting.
11. Submit to the Agent formal reports from the Laboratory of all tests and inspections
indicating, where applicable, compliance with the Project Specifications or other Contract
Mead
� lunt
Documents. Agent shall receive final reports within 3 working days of finalization of the
report. Such reports shall be complete and factual, citing the tests performed, methods
employed, values obtained, project area involved, and other pertinent data. These reports
shall be signed by a licensed professional engineer with expertise in the area for which the
report is made. Consultant's acceptance of out-of-tolerance material shall be noted and
should include justification such as references from General Provisions, industry standard
publications, etc., that support the decision.
12. Prepare and provide a Consultant's Recommendation for change orders to include the
following in a single PDF format (except for the Change Order Worksheet Exhibit):
• Justification of Change Order: What, Where and Why
• Price justification containing a fair and reasonable statement
• Contractor supporting documentation
• Plan sheets and Specifications, if required (new, removed, or modified)
• TxDOT Aviation Change Order Worksheet Exhibit 1(Excel format)
• After each change order execution, update the Contractor Pay Request Form and
Summary of Work Performed with revised items/quantities and submit them to
the Resident Project Representative and Agent's Project Manager.
13. Verify the accuracy and completeness of all Daily Work Reports, Buy America, and Buy
American documentation submitted bythe Contractor and verified bythe Resident Project
Representative before approval and payment to the Contractor. Prepare and/or confirm
monthly estimates for payment to the Contractor and furnish the Agent with any necessary
certifications/affidavits for payments to subcontractors and suppliers. Prepare the final
reconciliation change order before the Contractor's final pay request.
14. Conduct, in the company of the Contractor, Resident Project Representative, and Agent, a
final inspection of the Project for conformance with the design concept of the Project and
compliance with the Agreement documents, and approve, in writing, final acceptance of
the Project. The Consultant shall prepare and distribute electronic copies of the punch list
to the Agent and the Contractor within five (5) calendar days.
15. A lessons learned meeting with Agent will not be required.
16. Provide the Agent with a copy of the Consultant's final acceptance letter detailing 1-year
warranty activation and end dates to the Contractor.
17. Consultant's sub-consultant will provide a full time Resident Project Representative during
construction to monitor Contractor progress, CSPP compliance, compliance with the plans
and specifications, and coordinate quality assurance team members.
18. Consultant's sub-consultant will provide quality assurance material testing services.
Mead
� lunt
B. Closeout Phase
After written authorization to proceed with the Closeout Phase, the Consultant Shall submit all
items below to the Airport:
1. Liquidated damages negotiations with Contractor are not expected to occur.
2. Provide the Agent and Contractor with a signed copy of the final pay request (including an
affidavit of all bills paid).
3. Electronically provide the Agent the final test and quality control report.
The report shall include the following:
• PDF format cover letter summarizing all failed tests and reasons for accepting out-
of-tolerance material, including supporting documentation from General Provisions
and Industry standard publications that support the decision of any pay reduction
applied.
• Results of all tests performed are provided in a table format that includes
specification number, test date, report date, test name, ASTM testing procedure,
location, report number, test result, required acceptance limits, Test Pass/Fail,
retest, and remarks. Highlighting those tests that failed or did not meet the
applicable acceptance and the actions(s) taken.
• All testing reports organized by specification and report number in a PDF document.
4. Prepare and Furnish Agent one (1) electronic copy containing plan drawings in single file
PDF format at a minimum resolution of 400 dpi or a maximum sheet size of ANSI D(22" x
34") showing those changes made during the construction phase based on the marked-up
prints, drawings, change orders, and other data.
5. After receipt of construction as-built redlines from the Contractor, furnish Agent a geometry
data file in a computer-aided design and drafting (CADD) format to indicate items
completed during construction.
6. Electronically provide the Agent a copy of all approved catalog cuts, warranties,
maintenance data, parts lists, and names of equipment and materials suppliers.
7. Electronically provide the Agent with all approved submittals organized numerically by
specification in a single PDF format.
8. Electronically provide Agent material tickets of all incorporated materials in a single PDF
format organized numerically by specification.
9. As-built survey data is not required for this project.
10. Verify all Daily Construction Progress and Inspection Report Summaries are submitted by
the RPR and compliant with the Agent.
Mead
� lunt
11. Due to the linear nature of the project and area of disturbance being less than 1 acre, a
SWPPP, NOI, and NOT are not required. Therefore, no reporting is required. Consultant will
monitor Best Management Practices by the Contractor for compliance with the Plans and
Specifications.
12. Pavement strength change form(s) are not required for this project.
13. Prepare and furnish the Agent with the following items:
• Contractor Change Orders with all supporting documentation organized by change
order number in a single PDF document
• Contractor Pay requests with all supporting documentation organized by pay
request number
• Construction Photos in a single pdf document
• All Daily Construction Progress and Inspection Report Summaries are organized by
report number in a single PDF document.
• Engineer's letter of Final Acceptance
14. Inspect the Project before the expiration of anywarranty period and advise the Agent and
Contractor of any recommended action to be taken under the terms of any warranty.
15. The Consultant shall submit only one (1) pay request for the closeout phase upon
completion of all closeout tasks, except for the warranty period.
Contract duration: The construction project is expected to last 4 weeks. The RPR will be available
one (1) week prior to the start of construction to monitor Contractor mobilization and one (1) week
after construction for Contractor demobilization (total 6 weeks). Close out documentation will be
provided within one (1) month of receipt of final information from the Contractor.
Payment for services will be on a Time and Expense basis, determined bythe number of hours
worked, at the TxDOT-approved rate for the positions as shown in the attached spreadsheet.
The not-to-exceed cost for construction administration services is ninety-nine thousand, nine
hundred fifty-five dollars and zero cents ($99,955.00).
If you have any questions or require additional information, please contact me.
Sincerely,
MEAD & HUNT, Inc.
Chris Swonke, PE
Project Manager
Attachment/Enclosure: Attachment A- Construction Administration Fee Justification
ATTACHMENT B
COMPENSATION
Meacham International Airport
City of Fort Worth, Texas
Construction Administration Fee Justification
Rehabilitate Falcon Way and Gulfstream Road
Date:
Mead & Hunt Staff
Burdened Hourly Rate
Task descriptions
3-Feb-25
Project Technical Quality Administrative Engineer-in
Manager Advisor Manager Clerical Training II
$251.87 $288.81 $285.46 $117.54 $154.35
Construction Phase
1 Preconstruction Conference 4 4 4
2 Prepare the Construction Management Plan (CMP) and provide to the 1 1
Resident Pro'ed Re resentative (RPR
3 Meet with Contractor and air ort users 1 1 1
4 N/A
5 Conduct and schedule construction ro ress meetin s weekl Qt 5 10 5
6 N/A
7 Make visits to the site - concurrent with ro ress meetin s 5
8 Consult with and advise the Agent, issue field instructions to the 2 1 2 2
Contractor, re are chan e orders no more than 1 for this ro'ect .
9 Conduct a pre-paving meeting before HMAC and/or concrete placement 1 1 1
involvin the Contractor, RPR, and testin labs
10.1 Review: (a) samples; (b) catalog data; (c) schedules; (d) shop drawings; 1 2
(e) laboratory, shop, and mill tests of materials and equipmenY, (f) request
for information; (g) submittals and, other data submitted by the Contracto
10.2 Track all sho drawin submittals, reviews, and a rovals 2
10.3 Track all Re uest for Information RFI submittals and res onses 2
11 Submit to the Agent formal reports from the Laboratory of all tests and 2 2
inspections indicating, where applicable, compliance with the Project
S ecifications or other Contrad Documents
12 Prepare and provide a Consultant's Recommendation for any change 1 1 1
orders to include but not limited to the following in a single PDF format
exce t for Chan e Order Worksheet Exhibit 1
13 Verify the accuracy and completeness of all Daily Work Reports, Buy 2 2
America, and Buy American documentation submitted by the Contractor
and verified by the Resident Project Representative before approval and
a ment to the Contractor
14 Conduct, in the company of the Contractor, Resident Project 4 1
Re resentative, A ent, and the S onsor, a final ins ection of the Pro ect
15 N/A
16 Provide the Agent with a copy of the ConsultanPs final acceptance letter 1 2
detailing 1-year warranty activation and end dates to the Contractor
17 Provide the Sponsor a full time RPR for the duration of the contract,
including one week before NTP and one week after Substantial
Com letion - b sub-consultant
18 Provide the Sponsor quality assurance material testing - by sub-
consultant
Construction Phase hours (subtotal) 35 0 9 14 15
Closeout Phase
1 Li uidated dama ed ne otiations - N/A
2 Provide the Agent and ConVactor with a signed copy of the final pay 1 1
re uest includin an affidavit of all bills aid
3 Electronically provide the Agent and Sponsor the final test and quality 1 8 4
control re ort
4 Prepare and Furnish Agent and Sponsor one (1) electronic copy 1 2
containin lan drawin s in sin le file PDF format
5 Fumish Agent a geometry data file on a computer-aided design and 1 2
draftin CADD format
6 Electronically provide the Agent and Sponsor a copy of all approved 1 4
catalog cuts, warranties, maintenance data, parts lists, and names of
e ui ment and materials su liers
7 Electronically provide the Agent with all approved submittals organized 1 4
numericall b s ecification in a sin le PDF format
8 Electronically provide Agent material tickets of all incorporated materials 1 8
in a sin le PDF format
9 N/A
10 Verify all Daily Construction Progress and Inspection Report Summaries 1
are submitted and com liant with the A ent
11 Monitor erosion control and BMP conformance to the plans and
s ecifications - b Subconsultant
12 N/A
13 Prepare and fumish the Agent with the following items in the order shown 1 4 2
below
1. Contractor Change Orders with all supporting documentation organize
by change order number in a single PDF document
2. Contractor Pay requests with all supporting documentation organized
by pay request number
3. Construction Photos in a single pdf document
4. All Daily Construction Progress and Inspedion Report Summaries are
organized by report number in a single PDF document.
5. En ineer's letter of Final Acce tance
14 Inspect the Project before the expiration of any warranty period and 4
advise the Agent and Contractor of any recommended action to be taken
under the terms of an warrant
15 The Consultant shall submit only one (1) pay request for the closeout
phase upon completion of all closeout tasks, except for the warranty
eriod
Service / Item
Mileage (Current State Rate)
Lodging (Current State Rate)
Lodging (Taxes & Fees)
Meals (Current State Rate)
Air Travel - In State 2 Weeks Notice
Air Travel - In State Short Notice
Air Travel - Out of State 2 Weeks Notice
Air Travel - Out of State Short Notice
Parking
Rental Car
Rental Car Fuel
B/W 11x17
B/W 8.5x11
Color 11x17
Color 8.5x11
stimated Expenses
Project Cost Summary
Prime CA Cost
Subconsultants
Subconsultant mark-up (10%)
Expenses
Total Estimated Desian Fee
Gloseout Phase hours (subtotal)
Total hours
13
48
$12,089.76
Maximum Cost
$0.66
$98.00
$45.00
$59.00
$530.00
$950.00
$1, 000.00
$1, 500.00
$30.00
$100.00
$5.00
$0.25
$0.15
$1.25
$1.00
$23,571.87
$69,201.03
$6,920.10
$262.00
99 955.00
0
0
$0.00
Unit
mile
per day/person
per day/person
per day/person
each
each
each
each
per day/person
per day
gallon
each
each
each
each
0
9
$2,569.14
Quantity
400
0
0
0
0
0
0
0
0
0
0
0
0
0
0
29
43
$5,054.22
Total
$262.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$262.00
AGG (Matl Testing) $22,630.00
PMA (RPR) $46,571.03
10
25
$3,858.75
ATTACHMENT C
SCHEDULE
Anticipated Falcon Way Construction Schedule
City Council Approval for Const. Contract 3/25/2025
Construction/CA Contract Execution 4/18/2025
NTP for Mead & Hunt Construction Oversight 4/21/2025
Pre-Construction Meeting Week of 4/21/2025
Construction Start 5/5/2025
Construction Complete 5/30/2025
_ �'-' '''�ii�� '�` , ��-- r=r-� � �'�'s � � "
—����, _:._:�� � . ::.�"
, „=�; _ - - _ ��e� �
.
_- - . _: . z�SiO v
--
�� - _ _
_ �� --- m'_ - . ,�
�. � ,,;= _ �
. . ,1 ." x -� .,- . ; �ti • �� 'k. _. „` ; v� � , �
�Ik,t- �?:� dfar�Y . � .�. � .. . �, � - :�
�i° � �r , �� _ ,. . . . . . `,< . . . - � . ,
py,� �II�y��p r-
i��`?_ � RI'��lA��1 :4f/-iy. _�� I,l��' � � . �' � `` r` �
l !=l^t �
. . —_ w 4- . J , �N_1_ ..
- i _: r ' we-1'�, 4, i
: ,�__' • � - �. �'` tm
� � �.9 r;�
� �p °p t,. � y� �'-.��`s'
_ •
� Q -Q . � . ; � r
� � ;�
' - - ---- - -, y� � ' ,
' � �o,�� t�,, "'
,
� � � �, �
_ .� _ , ��:.� �� �
- ,.-- -�---- �� � ' �, . %- a �, _
,. �
��.-� � I� � � � , �� Q
_._ , �� _ ��
� . �, . 6�- . .: ,�, , ,}: � , :
�. Q � . _ �- � 'r
� _ =1 .- s z �t ` �
, t �t�� � Q i � �
a' �
r��' '��� � - . � -_ -. �f'!� � "- �
� _� ' e4g � ; �' 4 J ( �-�i
�' + � �
�� � # ^ �
,� a 1'
. ��" "�� y-�d' i, j�:' � j�j
� �.::..-.a r� ' � a t ,�' +' ,�'( t,il
.. _- .^�:`�i'�- ,,, �- �tk�`° ���' -fi���aya'sa �f i { �
�� '�
- AbC� � ' ��] , j.
�, � � � lrrt' � �l�q,� � �
�„"' � -- -.C__. . - -e _F.w i� �t�{��, ' 1
. _ , r . �i� 1�,�4:� , ,
'� << ` <F�� r` :i.
y' � y,` • ' �1.�
-i'-+>�. ��. `r� ` � '�"y � i -
� � �° �
'�t . )y Y4 � v�
� ' ,. 1 J � i' �s 1
�a� �}^r� • �F�':
,..�, - � f ,� .
� � _ �''. 1,: ��:��r} i� � � �i
Z � ?��� _;l _ ' p � , j � , t i
W 5 .o ` � �a`: rr `=D , ..� �.. _ ra�� a tA � �i; 1 4. �
� = 1 � . ��� �1 ' �� �;€; ,�kj� �
� ,. Li �J I , . !w j ��l � ' I
� t , � :�
�' ++ ` � � ' � � � �
V �� �;� ,
z
�; � �� � . � ,� � � �
Q � � > .�� ' �-
�: � p <`.'�'� � __,_ - , t��+�r' •,� " _ '�� � - / ' � , ;,
H J � � � .�� � � � '��; -�.,� ;,�� � k� �.
" � ,..� � _ _. - � � ab'02� �. _ _ _ :_ r, _:� . � ,.: ,
. . �. - �' .._ ' -... Vt. ' J
��. a ..�' �. , �
� � � � wd��ls�n� -��; _ . ';� _
- .r.- . -_: r ,-� . � .
. :.� ._ . - �t
, �, _ .."...._../'e'�;���..-: _rt ....� i';i�. r�'
, `� ! � - _ ::`� _ .. � ;%n _ - _ - . . ; � �" !�
,,. ::: .�< �Y j -- '
,� F',�y� � � � ` �A + ` 1 � ..
. ,y �"'"`X"r.s"-'�ra.�'�' - ' rR�. . ' � ��.�-
� .� f,, �. . . . . J�.�rw ' -V� . "�i1� r `'".-, .a� � �'. . .�
�.• � � -. � �j� v�,� j g r.
�N�. :.:�f7F.� � <.•. � �'{C�''� ��7 - p �'*.��:� �y�i�E���� �.• }, ��.
. � , .,* ^ '�r _, J I � �-�._ � � Q li! �
,L � I }' �
i
, ' � �� � �� � � - t�d -
� t _� � I a ' �. �-.�+�z �l
4
. ` !
� a--��:. '� ;c f O 'h,
� ' ��: .� ������;�. �� ; � _ ' ,,,,, } j�� ,������' � �
-�-= � .�
,� ;k� � :"' ' �=o� . �;c -'`' �" -Y..� �+: ! - Q
_ f j ��, � �, , j � LL �_ � �
- � ,.e. -.
i _ • , -
'�-
�r
--- G� 1 , �� • _� �, � �' , 3 t �'j
� �.]/(+ �. `N
� 1��!�_ �I I J,� ���� S �_� { I.Is�?� I��. I!. `
-r. ��. H i. �r� ��/ . - �� W fi I-.. �n jj:
' � � .. �' � � I j � � C'��
, I � ��i I� '�. � �I + �i6���'1'{ �f � a� .'� i' �. -�, {j�� ' 1 ���
�- 1 : �I I 1(�. -�3, . r.f
i �
' �,�� � � 1 i ` ,,,. �r. ' f i �,� 1' .
, �� . � �r�� , � '::i l
,, � � � �' �li° � r � � �+��' • � �� ��i � �'' �
I�T�` ,V i � 7 � � ' �� � �i:' 'r � i
:-:�i - � X: da �' �J � � � ! .■ � f-' , .('<i I. ;�, .,� `
�, � , � ��0 9� .��� � __ �i "a��.� '� . ��_', �i � � � y'
� � �� � � 1� . ���k� .
ri1� ,.+a` �. ♦ �� �� �..: j: �� ,
fi .
� 1
{ � I
-� � - " � � � �.�� II � � �,,�s� . ._�_ � w
_ �
a�,� a=
'� ��
� ;
�P� � , �
CFW Standard Insurance Requirements Page 1 of 3
Rev. 5.04.21
CITY OF FORT WORTH
STANDARD INSURANCE REQUIREMENTS
(1) INSURANCE LIMITS
a. Commercial General Liability Insured shall maintain commercial general
liability (CGL) and, if necessary, commercial umbrella insurance as follows:
$1,000,000 each occurrence
$2,000,000 aggregate
If such Commercial General Liability insurance contains a general aggregate
limit, it shall apply separately to this Project or location.
i. City shall be included as an additional insured with all rights of defense
under the CGL, using ISO additional insured endorsement or a
substitute providing equivalent coverage, and under the commercial
umbrella, if any. This insurance shall apply as primary insurance with
respect to any other insurance or self-insurance programs afforded to
City. The Commercial General Liability insurance policy shall have no
exclusions or endorsements that would alter or nullify:
premises/operations, products/completed operations, contractual,
personal injury, or advertising injury, which are normally contained
within the policy, unless City specifically approves such exclusions in
writing.
ii. Insured waives all rights against City and its agents, officers, directors
and employees for recovery of damages to the extent these damages
are covered by the commercial general liability or commercial umbrella
liability insurance maintained in accordance with Agreement.
b. Business Auto Insured shall maintain business auto liability and, if
necessary, commercial umbrella liability insurance as follows:
$1,000,000 each accident (or reasonably equivalent limits
of coverage if written on a split limits basis).
hired, and non-owned autos, when said vehicle is used in the course of
business and/or the Project. If Insured owns no vehicles, coverage for hired or
non-owned autos is acceptable.
Insured waives all rights against City and its agents, officers, directors and
employees for recovery of damages to the extent these damages are
covered by the business auto liability or commercial umbrella liability
insurance obtained by Insured pursuant to this Agreement or under any
applicable auto physical damage coverage.
CFW Standard Insurance Requirements Page 2 of 3
Rev. 5.04.21
c. Insured shall maintain workers compensation and
employer s liability insurance and, if necessary, commercial umbrella liability
insurance as follows:
Coverage A: statutory limits
Coverage B: $100,000 each accident
$500,000 disease - policy limit
$100,000 disease - each employee
Insured waives all rights against City and its agents, officers, directors and
employees for recovery of damages to the extent these damages are
umbrella insurance obtained by Insured pursuant to this Agreement.
d. Professional Liability (Errors & Omissions) Insured shall maintain
professional liability insurance as follows:
$1,000,000 - Each Claim Limit
$2,000,000 - Aggregate Limit
Professional Liability coverage may be provided through an endorsement to
the Commercial General Liability policy, or a separate policy specific to
Professional E&O. Either is acceptable if coverage meets all other
requirements. Coverage shall be written on a claims-made basis, and
maintained for the duration of the contractual agreement and for five (5) years
following completion of services provided. The policy shall contain a retroactive
date prior or equal to the Effective Date of the Agreement or the first date of
services to be performed, whichever is earlier. An annual certificate of insurance
shall be submitted to City to evidence coverage.
(2) GENERAL INSURANCE REQUIREMENTS
a. Certificates of insurance evidencing that Insured has obtained all required
insurance shall be attached to Agreement concurrent with its execution. Any
failure to attach the required insurance documentation hereto shall not
constitute a waiver of the insurance requirements.
b. Applicable policies shall be endorsed to name City as an Additional Insured,
as its interests may appear, and must afford the City the benefit of any
defense provided by the policy. The term City shall include its employees,
officers, officials, and agents as respects the contracted services. Applicable
policies shall each be endorsed with a waiver of subrogation in favor of City
with respect to the Project.
c. Certificate(s) of insurance shall document that insurance coverage limits
specified in this Agreement are provided under applicable policies
documented thereon. insurance policy(s) shall be endorsed to
provide that said insurance is primary protection and any self-funded or
CFW Standard Insurance Requirements Page 3 of 3
Rev. 5.04.21
commercial coverage maintained by City shall not be called upon to
contribute to loss recovery. liability shall not be limited to the
specified amounts of insurance required herein.
d.
insurance, City may consider alternative coverage or risk treatment
measures through insurance pools or risk retention groups. City must
approve in writing any alternative coverage for it to be accepted.
e.
in the event of non-payment of premium.
f. Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A:VII or equivalent measure of financial strength
and solvency .
g. Any deductible or self-insured retention in excess of $25,000 that would
change or alter the requirements herein is subject to approval in writing by
City, if coverage is not provided on a first-dollar basis. City, at its sole
discretion, may consent to alternative coverage maintained through insurance
pools or risk retention groups. Dedicated financial resources or letters of credit
may also be acceptable to City.
h. In the course of the Agreement, Insured shall report, in a timely manner, to
City's Risk Management Department with additional notice to the Contract
Compliance Manager, any known loss or occurrence which could give rise
to a liability claim or lawsuit against City or which could result in a property
loss.
i. City shall be entitled, upon its request and without incurring expense, to
review insurance policies including endorsements thereto and, at
City's discretion, Insured may be required to provide proof of insurance
premium payments.
j. Lines of coverage, other than Professional Liability, underwritten on a claims-
made basis, shall contain a retroactive date coincident with or prior to the date
of this Agreement. The certificate of insurance shall state both the retroactive
date and that the coverage is claims-made.
k. Coverages, whether written on an occurrence or claims-made basis, shall be
maintained without interruption nor restrictive modification or changes from
date of commencement of the Project until final payment and termination of
any coverage required to be maintained after final payments.
l. City shall not be responsible for the direct payment of any insurance
premiums required by Agreement.
m. Subcontractors of Insured shall be required by Insured to maintain the same
or reasonably equivalent insurance coverage as required for Insured. Upon
Insured shall provide City with documentation thereof.
Routing and Transmittal Slip
___________________________________
Department
DOCUMENT TITLE: __________________________________________
M&C______________ CPN______________ CSO #______________ DOC#______________
DOCUMENTS FOR CITY MANAGER’S SIGNTURE: All documents received from any and all City
Departments requesting City Manager’s signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review
and take the next steps.
NEEDS TO BE NOTARIZED:Yes No
RUSH:Yes No SAME DAY:Yes No NEXT DAY:Yes No
ROUTING TO CSO: Yes No
Action Required:
d
our Information
Signature/Routing and or Recording
Return to:Please call _____________________at ext._____ for pick up when completed. Thank you.
DATE: 2/1 /2025 INITIALS DATE OUT
TO:
1. Aaron Barth
2. Roger Venables
3. Candace Pagliara
4. Valerie Washington
5. Janette Goodall
6.
n Way & Gulfstream Road Rehab Construction Oversight
Aviation
Tyler Dale 541
X
X
X
105078