Loading...
HomeMy WebLinkAboutContract 63870City Secretary Contract No. 63870 FORT WORTHg NON-EXCLUSIVE VENDOR SERVICES AGREEMENT This NON-EXCLUSIVE VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation, and SWA Group ("Vendor"), each individually referred to as a "party" and collectively referred to as the "parties." 1. Scone of Services. Vendor will provide engineering, landscape architecture, and design services for City's identified Neighborhood Improvement Program (NIP) areas on an as -needed basis ("Services"), as set forth in more detail in Exhibit "A," attached hereto and incorporated herein for all purposes. 2. Term. This Agreement begins on August 11, 2025 ("Effective Date") and expires on August 10, 2026 ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). City will have the option, in its sole discretion, to renew this Agreement under the same terms and conditions, for up to two (2) one-year renewal option(s) (each a "Renewal Term"). 3. Compensation. City will pay Vendor in accordance with the provisions of this Agreement, including Exhibit `B," which is attached hereto and incorporated herein for all purposes. Total compensation under this non-exclusive Agreement will not exceed eight hundred and twenty-five thousand Dollars ($825,000.00). The Vendor acknowledges that this is a non-exclusive agreement and there is no guarantee of any specific amount of purchase. Further, Vendor recognizes that the amount stated above is the total amount of funds available, collectively, for any Vendor that enters into an agreement with the City under the relevant M&C or cooperative agreement and that once the full amount has been exhausted, whether individually or collectively, funds have therefore been exhausted under this Agreement as well. Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 3.1 Addendum - Statement of Work. When Services are requested, Vendor will provide City with an applicable Statement of Work. Each Statement of Work will: (1) identify the NIP area to be serviced; (2) list the Services requested by City under Exhibit A; (3) identify the projected timeframe necessary for completion of Services; and (4) identify the estimated cost of Services, including any costs related to Additional Services and/or Reimbursable Costs identified in Exhibit B. Each Statement of Work must be approved by the City, signed by both parties, and filed as an addendum to this Agreement. No additional services will be provided by the Vendor in the identified NIP area unless the City requests and approved in writing additional cost of such services. 3.2 The Vendor will issue monthly invoices for all work performed under this Agreement. Invoices will be submitted no later than the 20th day following the end of the month Vendor Services Agreement OFFICIAL RECORD Page 1 of 16 CITY SECRETARY FT. WORTH, TX City Secretary Contract No. and sent to suaalierinvoicesa.fortworthtexas.gov. Invoices are due and payable within 30 days of receipt. Invoices should identify the relevant Statement of Work, provide an itemized list of the Services provided (including the hours worked and the hourly rate charged), and detail any costs related to Additional Services and/or Reimbursable Costs identified in Exhibit B. If the City requires additional reasonable documentation, it will request the same promptly after receiving the above -described information, and the Vendor will provide such additional reasonable documentation to the extent the same is available. 3.3 On full and final completion of the Services, Vendor will submit a final invoice, and City will pay any balance due within 30 days of receipt of such invoice. 3.4 In the event of a disputed or contested billing, only the portion being contested will be withheld from payment, and the undisputed portion will be paid. City will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until the contest has been mutually resolved. 3.5 For contested billings, the City shall make payment in full to Vendor within 60 days of the date the contested matter is resolved. If City fails to make such payment, Vendor may, after giving 7 days' written notice to City, suspend services under this Agreement until paid in full, including interest calculated from the date the billing contest was resolved. In the event of suspension of services, Vendor will have no liability to City for delays or damages caused to City because of such suspension of services. 4. Termination. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-annropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Oblis_ ations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination and Vendor will continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor will return all City provided data to City in a machine-readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. Vendor Services Agreement Page 2 of 16 City Secretary Contract No. 5.2 Confidential Information. Vendor, for itself and its officers, agents and employees, agrees that it will treat all information provided to it by City ("City Information") as confidential and will not disclose any such information to a third party without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor must notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. ffight to Audit. Vendor agrees that City will, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City will give Vendor reasonable advance notice of intended audits. 7. Indenendent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a Co -employer or a Joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City. Vendor will be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees, contractors, or contractors. Liabilitv and Indemnification. 8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, Vendor Services Agreement Page 3 of 16 City Secretary Contract No. INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION -VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTSAND EMPLOYEES, FROMAND AGAINSTANYAND ALL CLAIMS OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTYDAMAGE OR LOSS (INCL UDINGALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCL UDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay will not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor will have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City will have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City will have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor will fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses will not eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted, Vendor will, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non -infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally suitable, compatible, and functionally equivalent non -infringing software and/or documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. Vendor Services Agreement Page 4 of 16 City Secretary Contract No. ASSignment and Subcontracting. 9.1 Assianment. Vendor will not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee will execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage will be on any hired and non -owned vehicles used by Vendor, or its employees, in the course of providing Services under this Agreement. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed Employers' liability $100,000 - Bodily Injury by accident; each accident/occurrence $100,000 - Bodily Injury by disease; each employee $500,000 - Bodily Injury by disease; policy limit (d) Professional Liability: $1,000,000 - Each Claim Limit $1,000,000 - Aggregate Limit Vendor Services Agreement Page 5 of 16 City Secretary Contract No. Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate Professional Liability policy specific to the type of professional services provided hereunder. Either is acceptable if coverage meets all other requirements. Coverage must be claims - made, and maintained for the duration of the contractual agreement and for two (2) years following completion of Vendor's services provided. An annual certificate of insurance must be submitted to City to evidence coverage. 10.2 General Reauirements (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, pursuant to standard ISO forms CG 20 10 and CG 20 37. The term City includes its employees, officers, officials, and volunteers in respect to the contracted services. (b) The workers' compensation policy must include a Waiver of Subrogation (Right of Recovery) to the extent a loss is covered. (c) A minimum of Thirty (30) days' notice of cancellation or non -renewal of coverage must be provided to City. Ten (10) days' notice will be acceptable in the event of non-payment of premium. Notice must be sent to the Risk Manager, City of Fort Worth, 100 Fort Worth Trail, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. This notice requirement shall only be applicable as to the policies for which the City is named as an Additional Insured, which for the sake of clarity is only Vendor's commercial general liability and automobile liability policies as stated in Section 10.2(a). (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. (e) Any failure on the part of City to request the required insurance documentation as set forth in paragraph (f) below will not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Comuliance with Laws. Ordinances. Rules and Regulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the Vendor Services Agreement Page 6 of 16 City Secretary Contract No. performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement will be conclusively determined to have been delivered when (1) hand -delivered to the other parry, its agents, employees, servants or representatives or (2) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 With copy to Fort Worth City Attorney's Office at same address To VENDOR: SWA Group Zane Busbee, Managing Principal 2001 Irving Boulevard, Ste 157 Dallas, TX 75207 14. Solicitation of Emnlovees. Neither City nor Vendor will, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law / Venue. This Agreement will be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 18. Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be affected or impaired. 19. Force Maieure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission Vendor Services Agreement Page 7 of 16 City Secretary Contract No. in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States; civil disturbances; other national or regional emergencies; or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each parry and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this Agreement or its Exhibits. 22. Amendments / Modifications / Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Counteruarts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. 24. Warranty of Services. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's option, Vendor will either (a) use commercially reasonable efforts to re -perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 25. Immigration Nationalitv Act. Vendor must 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, Vendor will provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement for violations of this provision by Vendor. Vendor Services Agreement Page 8 of 16 City Secretary Contract No. 26. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation that are created, published, displayed, or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product will be considered a "work -made - for -hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof, is not considered a "work -made -for -hire" within the meaning of the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 27. Signature Authoritv. The person signing this Agreement hereby warrants that they have the legal authority to execute this Agreement on behalf of the respective parry, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Vendor. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Change in Comnanv Name or Ownership. Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 29. No Bovcott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, 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" has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. 30. Prohibition on Bovcottine Energv Companies. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to 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. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 31. Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor Vendor Services Agreement Page 9 of 16 City Secretary Contract No. acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to 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. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to City that Vendor: (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 firearm trade association during the term of this Agreement. 32. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions (e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. 33. Entirety of Agreement. This Agreement contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. (signature page follows) Vendor Services Agreement Page 10 of 16 City Secretary Contract No. ACCEPTED AND AGREED: CITY OF FORT WORTH: Naga 3,gi-q 0ll By: Dana Rurghdoff (Lila 2j, M?-, 14-?'-Je CDT] Name: Dana Burghdoff Title: Assistant City Manager Date: 8/26/2025 APPROVAL RECOMMENDED: "/17prow"i"176"s By: Kacey Thomas (Aug 21, 202515:50:53 CDT) Name: Kacey Thomas Title: Director, Neighborhood Services Date: 08/21/2025 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. By: e1-ot►fiqu4Brolwn Moore Name: Letitia Brown -Moore Title: Assistant Director, Neighborhood Services Date: 08/08/2025 APPROVED AS TO FORM AND LEGALITY: By: uJ, ATTEST:% F FORr°QQQ p o 09 Name: Jessika Williams o~� °''o ono o=d Title: Assistant City Attorney Date: 08/26/2025 By: lI`�w CONTRACT AUTHORIZATION: Name: Jannette Goodall M&C• 25-0587 Title: City Secretary Form 1295: 2025-1311432 Date: 08/26/2025 VENDOR: SWA Group By: Zane Busbee (Aug 7. 202513:45:00 CDT] Name: Zane Busbee Title: Managing Principal Date: 08/07/2025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Vendor Services Agreement Page 11 of 16 City Secretary Contract No. EXHIBIT A SCOPE OF SERVICES Vendor will provide engineering, landscape architecture, and design services for City's identified Neighborhood Improvement Program (NIP) areas on an as -needed basis. Services will initially be used for the following three NIP areas: Fairhaven, Seminary, and Worth Heights- with each neighborhood's project total design fee estimated to be up to $275,000.00 per project. However, Services may be provided in any NIP area identified by City of Fort Worth Resolution or Mayor and Council Communication. Available Services by Vendor include the following, but will be determined and approved by City in a mutually agreed upon Statement of Work with Vendor (see Section 3.1 of the Agreement) at the time Services are requested: The following outline represents a potential scope of services, which may be adapted or refined based on the specific needs and available funding of each individual project. The scope of any given project shall be mutually determined by the Vendor and the City, and tailored to align with the funding allocated for that project. Not all listed tasks may be required, applicable, or financially feasible. The ability to proceed with any project is contingent upon the availability of adequate funding resources; in the absence of such funding, the project may be modified, delayed, or not undertaken: 1. Existing Conditions Review & Needs Assessment (Vendor) A. Vendor shall analyze and review available neighborhood infrastructure data (street lighting, sidewalks, streetscapes, traffic calming, park improvements). B. Vendor shall perform on -site observations to supplement the available existing conditions data. C. Vendor shall assist city staff with identification of needs assessment to identify and rank the improvement projects. 2. Pre -Design A. Vendor shall prepare inventory and analysis reflecting opportunities and constraints for each site B. Vendor shall identify appropriate project team subconsultants based on project specific needs. C. Vendor shall identify any potential special services that may be required. D. Vendor shall complete Topographic and Boundary Surveys as may be required. E. Vendor shall identify requirements for Geotechnical Engineering Report. 3. Community Engagement Support F. Vendor shall attend neighborhood block parties organized by the City for community feedback and engagement. G. Vendor shall assist the Neighborhood Program Coordinator in gathering resident input on project priorities, including the collection and organization of survey responses. H. The City shall lead the development and implementation of community engagement efforts. The Vendor shall assist the City in preparing visual aids and supporting materials to enhance public understanding and Vendor Services Agreement Page 12 of 16 City Secretary Contract No. participation in the engagement process. Costs associated with the printing or production of these materials shall be considered reimbursable expenses (example, oversized printed boards, leaflets, informational handouts, etc.). 4. Design & Engineering Services A. Vendor shall develop preliminary concept plans and recommendations for neighborhood improvement projects in collaboration with TPW and PARD. B. Vendor shall provide detailed design documentation at 30% (Schematic Design), 60% (Design Development), and 90% (Construction Documents) levels of completion for review and approval by appropriate stakeholders. This will be followed by issuance of Bid Documents (Construction Documents) and Project Manual after final Opinion of Probable Construction Cost (OPCC) is approved by the City. C. Vendor will provide OPCC for City review/approval at each phase of completion (30%-60%-90%). City understands that not all phases or deliverables may be required dependent on project specific needs. D. Vendor shall ensure to the best of it's ability that all designs adhere to local standards and address specific neighborhood needs as identified in the engagement process. E. Vendor shall be responsible for submitting plans for TAS/ADA review and coordinating any required inspections by a Registered Accessibility Specialist (RAS). All costs and fees associated with these reviews and inspections shall be considered reimbursable expenses. . F. Vendor shall provide permit documents (drawings, details, studies, etc.), as needed, for applicable permits (Utility, Building, etc.). G. Vendor will submit appropriate regulatory plan submittals as may be required to the City for project specific needs. 5. Project Reporting & Documentation A. The City shall lead the collection and maintenance of detailed records related to community feedback, survey data, and design adjustments, with the support and assistance of the Vendor A/E as needed. . B. The City shall be responsible for preparing and submitting progress reports that document community engagement activities, survey results, design updates, and cost estimates, with input and assistance from the Vendor as appropriate.. 6. Bidding A. Vendor will support the City with Bidding Assistance, including development of Bid Forms and Project Manuals that may be required. B. Vendor shall review and comment on Requests for Information from bidders and issue addendums. C. Vendor shall assist the Client in reviewing bidder's qualifications. 7. Construction Phase Support Services Vendor Services Agreement Page 13 of 16 City Secretary Contract No. A. Vendor shall review shop drawings & submittals for approval. B. Vendor shall review and approve pay applications. C. Vendor shall observe contractors' work to verify conformance with the plans and specifications. D. Vendor will perform final observation report including identification of punch list items. E. Vendor will provide record drawings if required (based on BFI's, Addenda, and Contractor provided redlines of changes made in the field). Vendor Services Agreement Page 14 of 16 City Secretary Contract No. EXHIBIT B PAYMENT SCHEDULE FEES FOR PROFESSIONAL SERVICES Services outlined under the Scope of Services found in Exhibit A or under Additional Services shall be provided on an hourly basis. Estimated not -to -exceed hourly fees, by phase or task, shall be determined and mutually agreed upon during the development of the Statement of Work, in accordance with Section 3.1 of this agreement, for any project assigned to the Vendor. The following principal(s) are committed to this project: Principals Rate / Hour Busbee $341 Strawn $236 Other principals, if used on this project, have rates ranging from $220 to $355 an hour. These rates are applicable for six months from the date of the Agreement for Professional Services but may be increased subsequently with written notice. Current staff rates range between $91 and $207. *Fixed rate charges are not anticipated under this Agreement. However, it is understood by the City that certain tasks may require billing on a fixed -fee basis. For example, and not limited to, if a topographic survey is required to facilitate design and engineering, such services shall be invoiced as a lump sum based on the defined scope of work. As the complete scope and extent of future projects have not yet been determined, fixed -fee items cannot be itemized at this time and will instead be outlined and mutually agreed upon in subsequent Statements of Work before any services are performed. ADDITIONAL SERVICES *Must be approved by City in the applicable Statement of Work prior to work being performed* Additional Services are any services not included within the contract scope and include but are not limited to: A. Making planning surveys, feasibility studies, and special analyses of the Client's needs to clarify requirements for project programming. B. Master planning. C. Site planning. D. Preparation of technical sections of specifications in other than Construction Specifications Institute (CSI) format. E. Revisions and changes in drawings, specifications or other documents when such revisions are inconsistent with approvals or instructions previously given by the Client; required by the enactment or revision of codes, laws or regulations subsequent to the preparation of such documents; or the preparation of alternates or deductive change orders requested by the Client. F. Repackaging or modifications to plans due to changes by other consultants following completion of Vendor Services Agreement Page 15 of 16 City Secretary Contract No. SWA's 100% construction documents. G. Plan preparation for and construction observation of portions of a project let on a segregated bid basis or to be phased during construction. H. Services with respect to replacement of any work damaged during construction. I. Services required as a result of the default or insolvency of contractor. J. Preparation of as -built drawings, record drawings or of measured drawings of existing conditions. K. Providing prolonged construction observation should the construction time be substantially extended through no fault of SWA. L. Providing services if, in Guaranteed Maximum Price (GMP) projects, the construction budget for SWA scope items is reduced through no fault of SWA. M. Providing services if, in "fast -track" projects, revisions to design or construction documents are required because of prior construction commitments or changes required in the construction process or phasing outside the control of SWA. N. Cost of review as to form of lenders documents, certifications and consents to assignment requested of SWA during the term of this Agreement. O. Fees for additional consultants not included in SWA's Basic Services and retained with the approval of the Client. P. In-house professional photography or drone photography. Q. 3D printing. REIMBURSABLE COSTS *Must be approved by City in the applicable Statement of Work prior to work being performed* Reimbursable costs shall be reimbursed at cost plus ten percent (10%) and are not included in the Fee for Professional Services. Reimbursable costs include, but are not limited to, those listed below: • Printing and Reproduction • Preparation of Record Drawings • Postage and Delivery Services • TDLR/Independent Provider Review and Inspection- direct cost of services and reproduction of plans Vendor Services Agreement Page 16 of 16 6/25/25, 11:27 AM M&C Review CITY COUNCIL AGENDA Create New From This M&C DATE: 6/24/2025 REFERENCE NO.. CODE: G TYPE: Official site of the City of Fort Worth, Texas FORT WORTH **M&C 25- LOG NAME: 19NIP-ENGINEERING & 0587 DESIGN CONSENT PUBLIC NO HEARING: SUBJECT. (CD 5, CD 9 and CD 11) Authorize Execution of a Professional Service Agreement with Parkhill Smith & Cooper and SWA Group for Engineering and Design Services Related to the Neighborhood Improvement Program in a Collective Amount Up to $825,000.00 RECOMMENDATION: It is recommended that the City Council authorize execution of a Professional Service Agreement with Parkhill Smith & Cooper and SWA Group for engineering and design services related to the Neighborhood Improvement Program in a collective total amount up to $825,000.00. DISCUSSION: The City of Fort Worth has selected two multi -discipline consultants to support the Neighborhood Improvement Program (NIP) in developing and implementing neighborhood -specific projects for the Transportation and Public Works Department (TPWD) and the Park & Recreation Department (PARD). The primary goal is to improve the capital delivery capacity for both departments. The awarded firms will be responsible for delivering the following services: 1. Existing Conditions Review and Needs Assessment 2. Design and Engineering Services 3. Project Reporting and Documentation 4. Bidding Process Support 5. Construction Support 6. Community Engagement Support The Request for Qualifications (RFQ) was advertised on January 23, 2025, and March 31, 2025, in the Fort Worth Star Telegram. The following responses were received and later reviewed and scored by staff members of the Neighborhood Services Department (NSD), TPW, and PARD. The table reflects the final rankings based on the established evaluation criteria. Ranking Proposers Score Order 1 Parkhill Smith & Cooper 271 2 SWA Group 266 2 Olsson, Inc. 263 4 Bennett Partners Architecture Interiors 258 Planning, Inc. apps.cfwnet.org/council_packet/mc review.asp?ID=33448&councildate=6/24/2025 1/3 6/25/25, 11:27 AM M&C Review Evaluation Criteria Olsson, Parkhill Bennett Partners SWA Inc. Architecture Group Interiors Planning, Inc. Experience & 27 29 25 26 Methodology for Analysis Approach, Expertise 29 29 26 29 & Capacity Experience: 27 25 25 27 Planning, Designing & Implementation Experience: Design 26 27 26 28 & Engineering Team's Project 26 26 24 25 Management Capacity, Administration & Reporting Team's Relevant 26 27 26 27 Experience Experience in Fort 24 25 26 26 Worth with Community Engagement Projects Principle, Project 26 27 26 26 Manager & Local Staff Roles, Dedication, Etc Staff: Quantity, 26 28 26 27 Location, Availability, Conflicts & Subcontractors Thoughts on 26 28 28 25 History, Current Times & Future of Fort Worth TOTALS 263 271 258 266 The collective total cos: of these contracts will be an amount up to $825,000.00 for the lifetime of the Agreements. The services will initially be used for the following three NIP areas: Fairhaven, Seminary, and Worth Heights- with each neighborhood's project costs estimated up to $275,000.00. However, services may be provided in any NIP area identified by Resolution or Mayor and Council Communication. With Council approval the contracts are expected to start in July of 2025. The agreements shall be effective upon execution and shall remain in effect for one year, with an option to renew for up to an additional two years. An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. apps.cfwnet.org/council_packet/mc review.asp?ID=33448&councildate=6/24/2025 2/3 6/25/25, 11:27 AM M&C Review The City's Business Equity goal on this Design/Build project is 12.76\% on design phase, and 25\% on construction phase. SWA Group, Inc. and Parkhill, Smith, & Cooper, Inc., have agreed/committed to utilize 12.76\% business equity participation on the design phase, and 25\% business equity participation on the construction phase. The final Business Equity goal on the construction percentage can be adjusted once Guaranteed Maximum Price has been finalized. Any changes in subcontractors will be reviewed by the Business Equity Division. Funding is budgeted in the General Capital Projects Fund for the Neighborhood Service Department. The Fairhaven, Seminary, and Worth Heights NIP areas are located in COUNCIL DISTRICTS 5, 9 and 11. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects Fund for the SE24 Design & Eng Firm, WH24 Design & Eng Firm and NIP2025-Design & Eng projects to support the approval of the above recommendation and execution of the agreement. Prior to any expenditure being incurred, the Neighborhood Services Department has the responsibility to validate the availability of funds. TO Fund I Department I Account Project Program Activity Budget Reference # I Amount ID ID I I Year (Chartfield 2) FROM Fund I Department Account Project ID I ID Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: ATTACHMENTS Program I Activity I Budget Year Dana Burghdoff (5804) Kacey Bess (8187) Reference # Amount (Chartfield 2) Letitia Brown Moore (7756) 19NIP-ENGINEERING & DESIGN fends avail.docx (CFW Internal) NIP -Compliance Memo .pdf (CFW Internal) NIP -Form 1295 - Parkhill.pdf (CFW Internal) NIP BID TABIJLATION.docx (CFW Internal) NIP FID TABLE.xlsx (CFW Internal) NIP Map Fairhaven District 11.pdf (Public) NIP Map Seminarv- District 9.Ddf (Public) NIP Map Worth Heiahts - District 8.pdf (Public) SWA Form 1295.Ddf (CFW Internal) apps.cfwnet.org/council_packet/mc review.asp?ID=33448&councildate=6/24/2025 3/3 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number: of business. 2025-1311432 SWA group Dallas, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/19/2025 being filed. City Of Fort Worth Date Acknowledged: 05/19/2025 g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 25-0053 Landscape Architecture, Civil Engineering, Community Engagement, Architectural 4 Name of Interested Party 5 Check only if there is NO Interested Party 6 UNSWORN DECLARATION My name is My address is (street) ❑X City, State, Country (place of business) declare under penalty of perjury that the foregoing is true and correct Executed in County, State of , and my date of birth is Nature of interest (check applicable) Controlling Intermediary (city) (state) (zip code) (country) on the day of 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.0.e02d6221