Loading...
HomeMy WebLinkAboutContract 64137City of Fort Worth, Texas HSIP Traffic Singal Improvements at FM 156 at Chaplin Drive Standard Agreement for Engineering Related Design Services CPN 104410 Revised Date: August 18, 2025 Page 1 of 14 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 Kimley-Horn & Associates, INc., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: HSIP Traffic Si al Improvements at FM 156 at Chaplin Drive – Project No. 104410. Article I Scope of Services The Scope of Services is set forth in Attachment A. Negotiated changes to this Agreement, if any, are included in Attachment C. Article II Compensation The ENGINEER's compensation shall be in the amount up to $69,980.00 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 D 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 Time is of the essence. 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 HSIP Traffic Singal Improvements at FM 156 at Chaplin Drive Standard Agreement for Engineering Related Design Services CPN 104410 Revised Date: August 18, 2025 Page 2 of 14 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) with the professional skill and care ordinarily provided by competent engineers practicing under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. 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. City of Fort Worth, Texas HSIP Traffic Singal Improvements at FM 156 at Chaplin Drive Standard Agreement for Engineering Related Design Services CPN 104410 Revised Date: August 18, 2025 Page 3 of 14 (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. 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 City of Fort Worth, Texas HSIP Traffic Singal Improvements at FM 156 at Chaplin Drive Standard Agreement for Engineering Related Design Services CPN 104410 Revised Date: August 18, 2025 Page 4 of 14 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 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. City of Fort Worth, Texas HSIP Traffic Singal Improvements at FM 156 at Chaplin Drive Standard Agreement for Engineering Related Design Services CPN 104410 Revised Date: August 18, 2025 Page 5 of 14 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 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. 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 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. K. 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. L. Independent Consultant City of Fort Worth, Texas HSIP Traffic Singal Improvements at FM 156 at Chaplin Drive Standard Agreement for Engineering Related Design Services CPN 104410 Revised Date: August 18, 2025 Page 6 of 14 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. M. 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. N. 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. O. 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, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City City of Fort Worth, Texas HSIP Traffic Singal Improvements at FM 156 at Chaplin Drive Standard Agreement for Engineering Related Design Services CPN 104410 Revised Date: August 18, 2025 Page 7 of 14 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 D. 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 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 City of Fort Worth, Texas HSIP Traffic Singal Improvements at FM 156 at Chaplin Drive Standard Agreement for Engineering Related Design Services CPN 104410 Revised Date: August 18, 2025 Page 8 of 14 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. (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. City of Fort Worth, Texas HSIP Traffic Singal Improvements at FM 156 at Chaplin Drive Standard Agreement for Engineering Related Design Services CPN 104410 Revised Date: August 18, 2025 Page 9 of 14 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. 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. City of Fort Worth, Texas HSIP Traffic Singal Improvements at FM 156 at Chaplin Drive Standard Agreement for Engineering Related Design Services CPN 104410 Revised Date: August 18, 2025 Page 10 of 14 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, 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. City of Fort Worth, Texas HSIP Traffic Singal Improvements at FM 156 at Chaplin Drive Standard Agreement for Engineering Related Design Services CPN 104410 Revised Date: August 18, 2025 Page 11 of 14 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 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 City of Fort Worth, Texas HSIP Traffic Singal Improvements at FM 156 at Chaplin Drive Standard Agreement for Engineering Related Design Services CPN 104410 Revised Date: August 18, 2025 Page 12 of 14 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” 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 City of Fort Worth, Texas HSIP Traffic Singal Improvements at FM 156 at Chaplin Drive Standard Agreement for Engineering Related Design Services CPN 104410 Revised Date: August 18, 2025 Page 13 of 14 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 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 - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Attachment F – Insurance Requirements City of Fort Worth, Texas HSIP Traffic Singal Improvements at FM 156 at Chaplin Drive Standard Agreement for Engineering Related Design Services CPN 104410 Revised Date: August 18, 2025 Page 14 of 14 Duly executed by each party’s designated representative to be effective on the date subscribed by the City’s designated Assistant City Manager. BY: CITY OF FORT WORTH BY: ENGINEER Jesica McEachern Assistant City Manager Date:__________________ Kimley-Horn and Associates, Inc. Scott R. Arnold, P.E. Vice President Date:____________________________ ATTEST: Jannette Goodall City Secretary APPROVAL RECOMMENDED: By: Lauren Prieur, P.E. Director, Transportation & Public Works Department APPROVED AS TO FORM AND LEGALITY By: Douglas W Black Sr. Assistant City Attorney M&C No.:__NA_____________________ M&C Date:_NA_____________________ 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. _______________________________ Sagar Medisetty, P.E., PTOE Engineering Manager September 17, 2025 City of Fort Worth, Texas HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive Attachment A CPN 104410 PMO Release Date: 07.23.2012 Page 1 of 9 ATTACHMENT “A” Scope for Engineering Design Related Services for HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) and Chaplin Drive The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE The objective of this project is to prepare design plans to construct a new traffic signal to help improve traffic operations and safety for FM 156 (Blue Mound Road) at Chaplin Drive. The project will also add new curb ramps and pedestrian signals at this intersection. This project will follow TxDOT’s LGPP process and will be let by TxDOT. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. TxDOT Forms and Documentation Task 6. Construction Phase Services [NOT INCLUDED] Task 7. ROW/Easement Services [NOT INCLUDED] Task 8. Survey Task 9. Permitting [NOT INCLUDED] Task 10. Quality Control / Quality Assurance TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER’s and CITY’s time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY’s Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team Lead, manage and direct design team activities Ensure Quality Control / Quality Assurance (QC/QA) is practiced in performance of the work. Refer to Task 10 for further details. Communicate internally among team members Task and allocate team resources 1.2. Communications and Reporting Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. Conduct and document project update meetings with CITY Project Manager as necessary. City of Fort Worth, Texas HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive Attachment A CPN 104410 PMO Release Date: 02.06.2015 Page 2 of 9 Conduct review meetings with the CITY at the end of each design phase – 30%, 60%, and 90%. The 60% review meeting shall be held in the field. Conduct and document design team meetings as necessary. Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. Prepare and submit monthly progress reports in the format provided by the respective CITY Department. Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative as necessary, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth’s Schedule Guidance Document. With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. It is our understanding that the TxDOT will complete the environmental clearance process and TDLR plan review and inspection for this project. ASSUMPTIONS One (1) pre-design project kickoff/chartering meeting. Two (2) plan review meetings. One (1) constructability meeting. Project design phase is anticipated to take Twelve (12) months. DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to obtain the CITY’s endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. City of Fort Worth, Texas HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive Attachment A CPN 104410 PMO Release Date: 02.06.2015 Page 3 of 9 2.1. Data Collection In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. 2.2. The Conceptual Design Package will consist of the following: Preliminary cover, index of sheets including project limits, and general notes. Conceptual plan sheets showing existing and proposed horizontal roadway alignments, existing and proposed ROW, existing and proposed sidewalks, existing and proposed curbs, existing and proposed medians, proposed lane dimensions and lane arrows, existing drainage structures, and city owned and franchise utilities. Traffic signal existing conditions and removals layout sheet. Traffic signal proposed conditions layout sheet showing the location of proposed signal poles and mast arms, ground boxes, controller cabinet, and electrical service meter. Documentation of key design decisions. OPCC. ASSUMPTIONS PDF sets of 11” x 17” size plans will be delivered for the 30% design. ENGINEER shall not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. Attend one (1) plan review meeting. DELIVERABLES A. Conceptual Design Package B. Opinion of probable construction cost (OPCC). C. Meeting summary of plan review meeting. TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. City of Fort Worth, Texas HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive Attachment A CPN 104410 PMO Release Date: 02.06.2015 Page 4 of 9 3.1. Development of Preliminary Design Drawings and Specifications will consist of the following: Cover Sheet Sheet Index Quantity Summary General Notes Traffic Signal Existing Conditions and Removals Sheet Traffic Signal Layout Sheet Traffic Signal Equipment Detail Sheets (1 sheet per corner,1” = 10’ scale) Traffic Signal Summary Charts Paving Removal Sheet Paving Layout Sheet Paving Detail Sheets (1 sheet per corner, 1” = 10’ scale) Pavement Markings Removal Sheet Pavement Markings Installation Sheet Signing Removal Sheet Signing Installation Sheet Traffic Control Plan for paving work including all construction signage and pavement markings which will be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. Traffic control for signal equipment installation will be covered by the TxDOT Standards or CITY’s standard details D660 and D661. Applicable CITY and/or TxDOT standard details, 1 per sheet. All design sheets shall include project control data. The following information shall be indicated for each Control Point: Identified (existing City Monument #8901, PK Nail, 5/8” Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). OPCC. 2.3. Constructability Review Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the City of Fort Worth, Texas HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive Attachment A CPN 104410 PMO Release Date: 02.06.2015 Page 5 of 9 CITY’s comments from the field visit and submit this information to the CITY in writing. 2.4. Utility Clearance The ENGINEER will consult with the CITY’s Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in eBuilder for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. ASSUMPTIONS PDF set of 11” x 17” size plans will be delivered for the 60% design. DWF files created from design CAD drawings will be uploaded to the designated project folder in eBuilder. ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. One (1) plan review meeting with the CITY. DELIVERABLES A. Preliminary Design drawings and specifications B. Utility Clearance drawings and Utility Clearance Cover Letter C. Estimates of probable construction cost D. Meeting summary from plan review meeting TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: Final draft construction plans (90%) shall be submitted to CITY per the approved Project Schedule. Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by a Professional Engineer registered in State of Texas. City of Fort Worth, Texas HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive Attachment A CPN 104410 PMO Release Date: 02.06.2015 Page 6 of 9 The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. Prior to final design plans (90%) obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database, coordinate with CITY Project Manager. ASSUMPTIONS PDF set of 11” x 17” size drawings will be delivered for the 90% Design package. A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in eBuilder. PDF set of 11” x 17” size drawings will be delivered for the 100% Design package. A DWF file for the 100 % Design will be created from design CAD drawings and will be uploaded to the project folder in eBuilder. DELIVERABLES A. 90% construction plans with Utility Clearance Cover Letter. B. 100% construction plans with Utility Clearance Cover Letter. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY’s standard bid items and format. D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. TxDOT FORMS AND DOCUMENTATION ENGINEER will prepare necessary TxDOT LGPP forms and documentation for the project consisting of the following: Form 1002 PS&E Transmittal Data. Form 1814 Proposed Special Provision of Special Specifications. Form 2299 Significant Project Procedures. Form 2699 Determination of Additional Project-Specific Liquidated Damages. Specifications List. Construction Duration Estimate. Certification Letters. Combined Bid Estimate Report. Engineer’s Seal Report City of Fort Worth, Texas HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive Attachment A CPN 104410 PMO Release Date: 02.06.2015 Page 7 of 9 TASK 6. CONSTRUCTION PHASE SERVICES. [NOT INCLUDED] TASK 7. ROW/EASEMENT SERVICES. [NOT INCLUDED] TASK 8. SURVEY SERVICES. ENGINEER will provide survey support as follows. 8.1 Design Survey ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. The minimum survey information to be provided on the plans shall include, but not be limited to, the following: A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: The following information about each Control Point; a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8” Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). Coordinates on all P.C.’s, P.T.’s, P.I.’s, Manholes, Valves, etc., in the same coordinate system, as the Control. No less than two horizontal bench marks, per line or location. Bearings given on all proposed centerlines, or baselines. Station equations relating utilities to paving, when appropriate. TASK 9. PERMITTING.[NOT INCLUDED] TASK 10. QUALITY CONTROL / QUALITY ASSURANCE. ENGINEER to provide to the City a Quality Control/ Quality Assurance Plan (QC/QA Plan) outlining the ENGINEER’s method of ensuring the customary levels of design and accuracy are incorporated into the calculations, plans, specifications, and estimates. ENGINEER is responsible for and shall coordinate all subconsultant activity to include quality and consistency of plans. City of Fort Worth, Texas HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive Attachment A CPN 104410 PMO Release Date: 02.06.2015 Page 8 of 9 If, at any time, during the course of reviewing a submittal of any item it becomes apparent to the CITY that the submittal contains errors, omissions, and inconsistencies, the CITY may cease its review and return the submittal to the ENGINEER immediately for appropriate action. A submittal returned to the ENGINEER for this reason may be rejected by the CITY Project Manager. 10.1 QC/QA of Survey Data The ENGINEER’s Surveyor shall perform Quality Control/ Quality Assurance on all procedures, field surveys, data, and products prior to delivery to the CITY. The CITY may also require the ENGINEER’s Surveyor to perform a Quality Assurance review of the survey) work performed by other surveyors. ENGINEER’s Surveyor shall certify in writing via a letter that the survey information provided has undergone a Quality Control/ Quality Assurance process. 10.2 QC/QA of Design Documentation ENGINEER shall perform a QC/QA review of all documents being submitted for review at all stages of the design including the 30%, 60%, and 90% and Final Document design review submittals. QA should be performed by an individual within the firm who is not on the design team. ENGINEER is to acknowledge that each item on the Detailed Checklist has been included by checking “done” on the checklist. If a particular checklist item is not applicable, this should be indicated by checking “N/A”. If an entire checklist is not applicable, this should be indicated by checking every item on the list as “N/A” and still included with the submittal. The ENGINEER shall use the Detailed Checklist provided by CITY. A Comment Resolution Log must be used to document conflicting comments between reviewers and to highlight comments made by the CITY that the ENGINEER is not incorporating into the design documents along with the associated explanation. The ENGINEER shall use the Comment Resolution Log provided by CITY. The documentation of a QC/QA review includes (1) a copy of the color-coded, original marked-up document (or “check print”) developed during the QA checking process and/or review forms which sequentially list documents and associated comments; and (2) a QC sign-off sheet with signatures of the personnel involved in the checking process. Mark-ups may also be documented using the Comment Resolution Log. Evidence of the QC/QA review will be required to accompany all submittals. Documentation shall include, but is not limited to, the following items: - PDF of the completed Detailed Checklists - PDF of the QC/QA check print of the calculations, plans, specifications, and estimates demonstrating that a review has been undertaken; - PDF of previous review comments (if any) and the ENGINEER’s responses to those comments in the Comment Resolution Log. City of Fort Worth, Texas HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive Attachment A CPN 104410 PMO Release Date: 02.06.2015 Page 9 of 9 If any of the above information is missing, is incomplete or if any comments are not adequately addressed; the CITY may contact the ENGINEER and request the missing information. If the ENGINEER does not respond to the request within 24 hours, the CITY shall reject the submittal. No additional time will be granted for a returned submittal. If the ENGINEER has not adequately addressed the comments, the submittal shall be rejected and returned to the ENGINEER immediately to address the issues. ASSUMPTIONS All submittals to the City will be Quality checked prior to submission. A PDF of the QC/QA documentation will be uploaded to eBuilder. DELIVERABLES A. QC/QA documentation ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services –CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY’s written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: Negotiation of easements or property acquisition. Bid phase and construction phase services. Services related to development of the CITY’s project financing and/or budget. Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. Performance of materials testing or specialty testing services. Services necessary due to the default of the Contractor. Services related to damages caused by fire, flood, earthquake or other acts of God. Services related to warranty claims, enforcement and inspection after final completion. Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. Performance of miscellaneous and supplemental services related to the project as requested by the CITY. ATTACHMENT B COMPENSATION City of Fort Worth, Texas HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive Attachment B CPN 104410 Revised Date: 8/18/2025 Page 1 of 4 B-1 Design Services for HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive City Project No. 104410 Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i.Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER’s team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Rate ($/hour) Senior Project Manager $320 Senior Professional $299 Project Manager $257 Professional $220 Analyst III $188 Analyst II $178 Analyst I $173 Administrative $121 Intern $100 ii.Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii.Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). iv.Budgets . ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ATTACHMENT B COMPENSATION City of Fort Worth, Texas HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive Attachment B CPN 104410 Revised Date: 8/18/2025 Page 2 of 4 B-2 ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER’s excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. ATTACHMENT B COMPENSATION City of Fort Worth, Texas HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive Attachment B CPN 104410 Revised Date: 8/18/2025 Page 3 of 4 B-3 IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Kimley-Horn and Associates, Inc. Engineering Services $61,980 88.6% Proposed MWBE Sub-Consultants Non-MWBE Consultants Spooner and Associates $8,000 11.4% TOTAL $69,980 100% Project Number & Name Total Fee MWBE Fee MWBE % HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive City Project Number: 104410 $69,980 $0 0% City MWBE Goal =NA Consultant Committed Goal = NA EXHIBIT “B-1” ENGINEER INVOICE (Supplement to Attachment B) City of Fort Worth, Texas HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive Attachment B CPN 104410 Revised Date: 8/18/2025 Page 4 of 4 B-4 Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. Professional Services InvoiceProject Manager:SummaryProject:City Project #:104410City Sec Number:Supplier Instructions:Fill in green cells including Invoice Number, From and To Dates and the included worksheets.Company Name:When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to theConsultant folder within Project's folder.Supplier's PM:Abhishek Acharya,P.E., PTOEemail:Supplier Invoice #:Office Address:Payment Request #:Telephone:Service Date:FromFax:Service Date:ToInvoice Date:Remit Address:SheetAgreementAmountAmendmentAmountPercentSpent($) InvoicedPreviouslyCurrentInvoiceRemainingBalanceWork Type 1$69,980.00 $69,980.00$69,980.00Work Type 2Work Type 3Work Type 4Work Type 5Work Type 6Totals This Invoice$69,980.00$69,980.00$69,980.00Overall Percentage Spent:office address817-335-6511Sagar Medisetty, PE, PTOEKimley-Horn and Associates, Inc.Traffic Signal Improvements at FM 156 at Chaplin Drabhishek.acharya@kimley-horn.comAgreementAmount toDate801 Cherry Street, Unit 11 Suite 1300, Fort Worth, TX 76102FID and Work Type DescriptionLTDCompletedAmount Kimley-Horn and Associates, Inc.817-335-6511Supplier Project No.CFW Project ManagerSagar Medisetty, PE, PTOEProj. Invoice No.Invoice date:Supplier's Project Manager:Abhishek Acharya,P.E., PTOESupplier's PM email:Period Service Date:FromService Date:ToName of Project :City Secretary Contract #:Labor CategoryNameHoursRate ($/hr)AmountSenior PM / Project Director 320.00 $0.00Senior Professional / Senior PE 299.00 $0.00Project Manager257.00$0.00Professional/ Project Engineer 220.00 $0.00Analyst III / EIT III188.00$0.00Analyst II / EIT II178.00$0.00Analyst I / EIT I173.00$0.00Administrative121.00$0.00Intern100.00$0.00$0.00$0.00$0.00$0.00$0.00Total Labor0.0$0.00Subcontract Service Subcontractor Subtotal$0.0010 Percent Markup on Subcontract Services$0.00Nonlabor Expenses Nonlabor Expense Subtotal$0.00Total Expenses (Subcontract Services+Markup+Nonlabor Expenses)$0.00TOTAL DUE THIS INVOICE$0.00office address801 Cherry Street, Unit 11 Suite 1300,Fort Worth, TX 76102InvoiceP.O. Number:Traffic Signal Improvements at FM 156 atChaplin Drabhishek.acharya@kimley-horn.com Professional Services InvoiceProject Manager:FALSEProject:Traffic Signal Improvements at FM 156 at Chaplin DrFALSE16 - Hydraulic Assesment(s)City Project #:10441030 - DesignWork Type Desc:Supplier Instructions:31 - Conceptual DesignFID:32 - Preliminary DesignCity Sec Number:Fill in green cells including Percent Complete and Invoiced Previously Quanities32 - Geotech ReportPurchase Order:When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the33 - Final DesignConsultant folder within Project's folder.33 - PrintingName:33 - Other Reimbursibles42 - Negotiations/Easements/Legal Fees51 - Preliminary SurveySupplier's PM:Abhishek Acharya,P.E., PTOEemail:52 - Construction StakingSupplier Invoice #:Abhishek Acharya,P.E., PTOEOffice Address:80 - ConstructionPayment Request #:Telephone:81 - Construction ReimbursementsService Date:FromFax:84 - Material/Soil TestingService Date:To85 - Construction ServicesInvoice Date:Remit Address:93 - MappingTo Add more use insertPay ItemsAgreementAmountAmendmentNumberAmendmentAmountPercentSpent($) InvoicedPreviouslyCurrentInvoiceRemainingBalance$69,980.00 $69,980.00$69,980.00Totals This Unit:$69,980.00$69,980.00$69,980.00Overall Percentage Spent:LTDCompletedAmount30 - DesignKimley-Horn and Associates, Inc.DescriptionEngineering Design801 Cherry Street, Unit 11 Suite 1300, Fort Worth, TX 76102Sagar Medisetty, PE, PTOEAgreementAmount toDateabhishek.acharya@kimley-horn.comoffice address817-335-6511 � Z � � � O � G �Y 'c^. WN v/ 1.1. � m � � W � W O o= a� N J H V 0 _ .Q � i V � C R � � R O � � � � �j� L ` � � N � �m •L �: d � � � C � � La . � o� � � � > O Q � � C G� N C� � � � H a � x M V cD V V N M O V O � M N 61 M W 61 M M� 61 61 (D 61 � � M O� O R I� N eD cO c0 � N N M aD ao � in � c0 c0 � � o c0 V N V c0 eD � H3 cO I� � 7 N I� � � O M I� 61 aO o0 � N cD � 61 c0 cD M 61 h N 61 �(D (O � a0 � ao N � � � � N �o E» N3 EA �j E» H3 N3 EA EH �,.j H3 nj ��j EA � Efl ' EA � EA EA U3 EA Ef3 V� EA EA Ef3 N� !f3 fn VJ U) U) Vi 7 N Y N � H y f0 O N N N O O O O O O O O O O O O O O O O O O O O O O O O O N N EA N� Ln fH EA /A N3 H3 ER ffl fH fR EA fH fH fA fH fA fA ffl V3 V3fA fA fA V3ffl V3 C � EA Efl EA N � 2 N X � W V R O F � o 0 0 o es' es' 's� .� 3 v 0 c d � f0 N N N O O 1lY Ln � Ln V� fR EA Efl EA N Vi > N i N F C N X W m � � 6�9 C � R = O N Z c 0 0 0 0 � W v> v> » � m � 3 � 1� V V N N N M O V O M N Q1 M W W M M� OJ �(O �� � M � O O � N M � � N N M a0 aO � N �(O cD � � O cD V N V[O eD � CO I� � M N I� � � O M I� � aO a0 O� N (D ��(O (O M OJ I� N��(D (O � 00 Jjq oD N � _� _ N �� _ _ tA tfl �y' tA tA tA H3 tA �,.j tA N ' N EA ' ER ' EA p tA EA tH tA H3 E9 tA tA tfl N eH EA t» tA tA tA O ;a V � r F � y � o 0 0 0 o > � � �� o �, Z c C► a ,^ Q O _ � � 1� � a0 (O N � N V V N N V V V V N 7 W N N N a W� � � � � � ti M V � N N N N I� � � N N � 7 � N � � N N � � N N N �♦ N � N V O y 07 N v� _ 'o c �`o a` � J T N V � N N N � N � 119 � � � � N p O bq •= y d N N Q a` 0 0 0 0 p v � M _ d �y y3 � O C d � � a` � m m � � a tn J o � @ � O N w � L — U -a N E � m � t � � a� o a� p N C�� _ rn y� �❑ o "� l0 � a1 J '� a L ' Ol C > - y ..�.. C � C ��.� c0 N p N N � m� � C C'O V O � t i � N(6 � p] �- C y � p� a�i � a ��� d o� � �U �U) `� 0 � �-o� �— � a - � y N.— �.0 N O Y(6 p O�i X tn � �� C� �� a� v v c�. co m a� u> � � m o� m�~ 3 � c -a .c Y a°'i � a � o p` a_- ��� E�� U N� O o� a� F m� c-o .� � 3 � �� � J � c c L c°'� E J � o' � � > Em�`oY a�'� . � � . m v�o�' �-0.5 � a� y N fq O'6 .-�. '� U fq �� �'> .O N.� N 7 J W�@ Y.� � C Q-' F � U _ _ � '— N C � N � V1 d � t C� N � '6 _ _ _ � (6 @ C ... O C y'O C LL (6 � O �� O F d� � O U% O O� O C C C� J�(n U V � R c� - c � c— � ��-o -a p Z, a Z° U._ ._ � E c-a �� m g�N—�a�T 3°��a�a� mm@� U v�v>v>�ma�a�so C.0 3 �'O � t Q O O_ O O D U � C �� U C U U U�� E N U U U � �� Y�� c � U a� a.�? U �� � a� ��� m w w�� a a� o._ � V . � � v o 0 0 �. > E�� > > a in IA � ��� C@ C a O 7 Ol Oi 'X (6 l6 (6 � 7(6 � 0. � a C o�Ua¢UU� UOUaa`a0 aaUv�C7aw����UaaQaOv � � N M V� � N M V � N M 7 ln CO 1� eD ��� � �� � yN N N N N N N N N y � N � r N N N N N � M(h M M M ri ri M M M M M M M M N F O � O N N o c+i M N M � � N p_ O p_ N 7 Cn O r W � � u� W �p X O � F N N > (6 r N N � J � >o � � > m N � � U � � � �O o � U T �6 � U Q a � Z 41 � � O � � d Y G. W � � �+ m � � W � W O o= a� N J H L � � .Q � s U � C � � � R O � � � � �j� L ` � � N � � m •i � � � � � C � a% �,a . � o� � � d > O Q � � C � � t� � � � � a � 2 61 N M u� N N �(1 O u� �fl �fl u) �f! � �fl u� O O N N O O O fD N CO t0 N � � ffl M M M(°) M(`") M M fR kq IA N fR H3 fH W o � � rrn wrn m vv vvvv vv ccco 0 � f0 aD ln EA fH M fH fH fH fA fH fA fH fA 00 W M � ffl � EA Ef3 fA V) fl-J fA 7 N Y N � F y O O O O O O O O O O O O O O O O O O O O O O O O y) EA fA H3 EA H3 ER fR ffl ffl H3 fA fA VT fA ffl fH fR fA O O fR U3 EA fR C O O X � � � W � U R O H � O O O O O O O � H! fA K! N! tR H! H! .� 3 � O a v � 0 0 0 0 0 0 0 v� u4 v3 u� v� u4 u4 v > N i N F C d W m E�9 d�4 6�9 � O O d�4 d�4 O O 3 �� � � �� �a = 0 N Z c 0 0 0 0 0 0 0 0 � W v� » v� en » » » 3 m � 3 � � N M� N N N ��f1 lf1 l� lf1 � ln u� O O N� O o o tD O (O f0 N � M M M M M M M(�7 EH eH N N ER Ef3 EA T � 7 I� � O) O) 01 7 V V 7 V 7 V V fD (O O JN � � �� Efl Efl �,.j EA EA Hi Efi EA EA Hi Ei7 V3 EA �,.� p EA tA tH tA tH O ;a V � r F � y � o 0 0 0 0 0 0 O > � '� � C ;n Z �c C> a G> Q •O _ � N � O N N N 01 � O O N N O N a` W � � � � ti N N N W T � O O O O O � ♦ N N V O y 07 N v� L 'o c �`o a` � J � � � O O O O O � = N O � � •= y d N N Q a` O O O O O O O M p v � M _ d �y y3 � O C N � � a` � N ul V @ C - Q' � U � � � `° � W � °U' �- � � o � (/� (� N 'p J W �u -o r, o � a V � ^ o C L � N o o O � N J N O C C O p� O��j V,O O Z C � '_ a U a� a a ;a �� �� Z F ` C._ �� C� a a'6 � � y 0 Vi Y�1 C O U @ o d l6 c6 U a (6 � V Z � N N LL �` Q o� �,µ'_'- '� .o O E � 'Z N O Q � m c in a rn N o N a a.o '� � d � � = w � �n R Y m �� w a� ❑ m� C iu � m O y i U U @ ~ a o o U'� � E c~ m �'� � ��' �� � tn � Z d O O C .- R W O w � i� �� in 0-' L F N � �� o od ° w N(� ° n,.0 N�J �°' w`° a d T�N � @ c N �,-, y � E d d c(n O p �� J �p (n O E � ? � c @ � C � � N .� O N V .O W � -6 .O O � � - N � O o �n a� V U � E � o � i ��� V N N N' V � U C N � �JJ C +-' C T 7 � N O � �.0 �.0 N� C N 6� d' - U � L .� � .+ - R U (6 (6 � C � E E� E E'7 � C'C E�p� C � N j J N � � O �� � O U7 O C O O 7 U7 N C � � � LL❑ LL LL d U F LL LL (n LL LL J(n U U U W U d' (n ❑ d W H C� O 2 Y y M � N M V N C'1 V u] (O I� N� .- N 0 � M O V 7 V V O � � lf1 lf1 � lf1 � L(J � O O O o� O W O) 0 7 �17 �O 1� W � C N � N p_ O p_ N 7 Cn O o a0 � � �, w � X O � F N N > m r N a) � J � >O � � > m N � � U � � � � O O� U T �6 � U Q a L � � .Q R � U � C � � � tv O � � C � Z � 41 � � Q t O L � r !�C Y � � O i Q � m � V G. LLJ ._ 0 � m � � Z � � � � � � � _ � . W 0 �� O o= � Na` � > �Q� �v J H � > O � Q � is C � N � � � � H a � x R O H � 7 N Y N f0 F N N C N Q N X � W V R O H C O .� 3 � O a v � v > f6 F W m C � �a = 0 N Z 0 � w � m � 3 � `o � J � O y U 0 � > .� c .� ¢ � W �d a� �o � a � m c `o ° •= y a d � a a` � d o j O C �a`� � 0 a .� H 0 Y N F O Z Y N H 0 � C N � 7 U O � O �o �� � 0 � O � � � a�i � Qo p_ N 7 Cn O r � O . � N � W �p X O � N — N ~ > N r N N � J � >O � � > m N � � U � � � � � O� U T �6 � U Q a City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page 1 of 1 ATTACHMENT “C” CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for HSIP Traffic Signal Improvements at FM 156 (Blue Mound Road) at Chaplin Drive City Project No. 104410 No changes to the Standard Agreement. City of Fort Worth, Texas Attachment D Revision Date: 07.20.2018 Page 1 of 1 ATTACHMENT “D” PROJECT SCHEDULE A. ENGINEER Project Schedule Development ENGINEER shall prepare a project schedule for the services to be provided in fulfilling the requirements of the Agreement and encompassing the Scope of Work defined in Attachment A to the Agreement. ENGINEER shall prepare and maintain project schedule throughout the life of the project as defined in the Agreement in compliance with the City’s Specification 00 31 15 entitled Engineer Project Schedule. ENGINEER’s project schedule will follow the Critical Path Methodology (CPM) for planned sequencing of the work activity and timing of the work. B. Schedule “Tier” Selection City has identified three “Tier” levels for project schedules as defined in City’s Specification 00 31 15, to align with the size and complexity of the project as a basis for schedule development. City’s Project Manager will determine the “Tier” level for the ENGINEER’s project schedule as part of the negotiation of the Agreement. C. Project Baseline Schedule ENGINEER will produce an initial project schedule and submit as a “baseline” for review and acceptance by City’s Project Manager as defined in City’s Specification 00 31 15 which will be referred to as the Project Baseline Schedule. Updates to the baseline schedule follow the requirements of City’s Specification 00 31 15. D. Project Progress Schedule ENGINEER will provide to the City, monthly updates to their project schedule indicating progress of the Work in compliance with the requirements of City’s Specification 00 31 15 and said schedule will be referred to as the Project Progress Schedule. E. Master Project Schedule City will develop and maintain a master project schedule for the overall project. ENGINEER’s project baseline and progress schedule submittals will be an integral part of the development and updating process of City’s Master Project Schedule. �"�: ( � }�eZ � � '. _ •... �" �_ ' C "_, � ___ _'� — _ — - �'� ,'�4__. � . ... �p: "�y � � kt4+`'v�. . � g vf XS n �,� ? � � � o � x ;� � �. �:. i � � � . � ''� � � '�' � �. . � s y � >O �"�� ,; � + > � � � ��` k � ' �`�� .. ,��� 7 T � ���'. � �y. � � M1���; � .�''`r.s`�+' � � �� � � �_ ° r� r k � � "'�`�� ' •Q . ��a ,� . :;�.. C6 I . ,.`�� � r x � L r� L .6,, ��� I U F "� �� ,� h' p �,� A." m a �~ � (� � k � � ��t t•.�i�� T ��+�y �� � � + } a �r Ln I� �� �' � � r� f c..�" .�'�.. � o, v � T � . O .:w �`r.�'i � .;w �' *�; � � � � aa ��� f ... �m g.��� . •��`n�. G± � ,� �, � °� 'F ; �,� '' ,� � i' > � '�' . J '�� � '' � � � �w, t, : � � a; , mi �,: ' � $ '` y � � _ _ �i� ,�} '' .. ���� ��1 ,�,,r,�; - . � � �� ?t4a �' �, �� '�Y`.`,,� - + � 'x , � � 'i � ��+ i `�� 3 � �`a� i� . °'k `�«`? � � � �� �� � � � � �' � � � '4' ° ' � :i - . r .�* , � � �, r � �' r � m '�,.--- �y.,���� , . e� �� ,��. �;� j'E +c� a' ; F�s�fr ���: � — '.-- . _-_ - _ . __ . . E � _ _ . � � '.? : � '.'t � J� �,A:.Y�;,. ..�'.� - , . �'- , �x . . s . _ , i . , �, ._: -,�., . . I ,. .., , .� ' t �.. ..:,. . . , 1 � ,..�_ .�.a.,`e ,y..., .„'-.�'�"� e,.'« �.lA' - _ _ . ___ . . . � Yf = y � . � ,.c-� ��°'�'� ' I. �I� �� � ,� � '��� _.. .r � 5 � i�`° ,� ° �� ... .. _. . ..�:_ ."� l ' '" � .' � � � � �' �` 9� _ � �` �� � � Y ' . ... � - �; � ' � � �r ' +. /� :y'Ta � � � K � °tt,�s`�C. � 2 � i , : � .. _ -... y �� r � '� �� _ .. �.. � � . .. y/- a � �, � ��5."''�_ � �' � . � { ��, � ^`"�, � � N" � � � .,�' " .. -��� n, x I � �-,z.'� ._ "� �` '.�6c � .� �t' .�b � ( t , q���" - - - � � .-. � a�_ �.'y�' h� � , . � �, "�� � `� ..� . `� ���„� �� — � � { - � ' ` - � t "�� � , lf � � n .. . ` �. ,�' .' .��? � '"N '' ' �5.r � ��i � ,, f � � - �� < � � � � t �,ro �' . � � . :p ,�� -� �# f 3% I I- � .�,: o- .._ _._. __ =Sz = .. . � ,� � __ � � �,�, i. ; `� 2 �;� ''" .�. '� �� ��t 4� k. +1� ` —._ +M' ' ' � < � -. ',. �.w, � �,� �.;� 7 . z . �' ��' : ' " �": . � �, � � �� k �`��i ' 'b`' � +� `6 � r "'� � v�`�° � �. _ r; � _ ... , �y _ �"�.;.�,. i!��' ,�� �k7 t � �a , �, �. q .,.. ' �V �, daa � , �s, �-L �'.:�; rt ;�. . . , �, � ■ �M�°' � �.��F' w�9„� �:.'��� -.- �- *a ;, �" � : ��. � `� .� f� �' ��'," �r ��a�r-;-�,y,�..�.{�� �...ik �_ � , a . .'.� � �` '.t. � : £E . _ � �. .. � .. _ . _ +A!Fi�W# ya;��.. � ' . d � r �y• , ._....5�:.��, �, .5�..., y��' ��'.` � �r, M+"�� f!" e . , � I �.� � -� 4 '� � "__ i � U�� ����Ldri � � ) ,� '� , � �; � � _ 1 r iF � �+ �.i :��. ����'� � �'' ."`� .� T ., ;�' : { � ��e ��y� z ' � �; ;�ti, �N . . � �� � �' � � ' A ! Z P� #L l ,ti':.Ao % ,� 1 M �_ x. � ��h i! '� � 1 �' �•� �"�,. �, � �i.y � n � - r i - �� r � � � � ^ry,_�' .� •c� � Y �I � �i �r,�'p`" �s �'¢ y,�y4 �-�.'' �� �„ �r ��. y � �..� � �`�. *,, , � ' �' r k � , � k.' ���� �' � � y, '�. ' '�,;�t F� f:. � ,e � �� „ � FS � . . . . � a ��� L�J fi � � � r�� r ����'.' i* � " t�c - '�ms� � §' , ��« X! .r �►••�sw � � } . � .m:.� *�,,, • �� �`� sa � �, ,� - � � +�� � � �'>W� ., 1 �,T?+ ,, -�+' �,"t';' � c� C ��� _. _. � � . � i }�,� '-'�e � � ��i � . � <� . y��� fi► +�` e �� ,! .,;x �y��Fi h �� �' .. ,'� i� / � _ y� > . Mt �.. .Y�f�. ��5 $ § �' AY !f "�'� ��'�`r , X �� fi r �� 1 Y '� � �..� ,� �...�� � t � . W � � } g d"� a1 r '�wM " y � � '.s.r �� �� . �} :_ rrt��.r� f�ec� � . � � � '' u� t'3� � �x'.�o" _ J , ,� .� ��r �€ . �y� �� � P ' L � A�' f `� �� ��d s � "j 54 ��� W+.: � � € � "'n�k � y, � W S; �� c� 0 6�" �,r �,� i,,'�+,l.. � .�: � � . ��. �., � ��` y�F�J,� �_�.a" i- � G � . �\ � � ��� � •• fip � > � A �'' i. �P".�' �' � } �.. � � '� .p� � � � 3�a" '� 1 _,� '�) � ' e �' �; r t.,. •r �, � �lr � � t . �" � T ��*HTvR „ s� _ .�r ,3 ` -.�l z `,- � `�`,`�..-" �, �� '� � � � �n, d � � �� ° � `}.�. ,�.� 7 � � _ � ~_-� +. � s ".���� t' �� . ^ (B (� t.�,° � ' �" �f � -��.�+:; ! � ; i O � � n -� � , �� . t �'� b_/� ,-i� ��'� ' ~ } � p 1�� J �a�' �nr � . s� , < . �Y " F `�� � � ,� .4 ;- „f1 � CO , �ti4 ,�t,�' �� �; ��� ; '� ' �'_ � U Lf) Y ,� - ° t �, i',� �,F • s- '� r7�s�- ;c F �x �, *�' � e ... � � �i N � � F �. ''�'r �d.x'�.���s� y«�� ,� � )� '� ,� �f � '� "�� . . 'rvr'�" . ..+A y.,�i'f 't� �� _ Q O � a y,' q � a'r. ,� , � '�` � t� ,�� - -.;,,,'°� ^�a 'f""" ' ':� � � {���y � � ' � � / , �� v� ' �' � "i� �i } '�U'�,C" A: .�,l � � �� '�Y : . �� 's'h��v` "`, r' ' . d . ��_. . ,� � �.k�/r'�3i�s �' ,�c�� � -� Y ��- . � � : i.�r'' A�R. "7X. � "_ .i^,J EXHIBIT F 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. GL5268169 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective 12:01 AM 04/O1 /2025 forms a part of Policy No. WC 067-96-1230 Issuedto KIMLEY-HORN AND ASSOCIATES, INC. By NEW HAMPSHIRE INSURANCE COMPANY This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERAT I ONS . 3. Premium: The premium charge for this endorsement shall be 2.0 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: I NCLUDED ����� WC 42 03 04 B Countersigned by � (Ed. 6-14) Authorized Representative �OCopyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. GL5268169 A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 9 Insurance Services Office, Inc., 2018 CG 20 10 12 19 (check applicable) and my date of birth is _______________________. (state) (zip code) (country) (year)(month) _______, ______________, _________. State of ________________, on the _____day of ___________, 20_____. (city) (Declarant) Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE:Engineering Related Professional Services For:Kimley Horn and Associates, Inc. HSIP Traffic Signal Improvements at FM 156 at Chaplin Drive-Project No. 104410 M&C: NA CPN: CSO: DOC#: Date: To: Name Department Initials Date Out 1. Sagar Medisetty TPW- Signature 2. Anna Benavides TPW – Initials 3. Martin Phillips TPW- Initials 4. Lauren Prieur TPW- Signature 5. Douglas Black Legal- Signature 6. Jesica McEachern ACM- Signature 7. Katherine Cenicola CSO – Initial 8. Jannette Goodall CSO-Signature 9. Allison Tidwell CSO-Assign CSC 10.Tabitha Giddings TPW-Admin 11. 10. DOCUMENTS FOR CITY MANAGER’S SIGNATURE: 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: Attach Signature, Initial and Notary Tabs As Requested For Your Information Signature/Routing and or Recording Comment File City Secretary’s Office Contract Routing & Transmittal Slip *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Contractor’s Name: Subject of the Agreement: M&C Approved by the Council? *Yes No If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes No If so, provide the original contract number and the amendment number. Is the Contract “Permanent”? *Yes No If unsure, see back page for permanent contract listing. Is this entire contract Confidential?*Yes No If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required?* Yes No *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number:If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes No Contracts need to be routed for CSO processing in the following order: (Approver) Jannette S. Goodall (Signer) Allison Tidwell (Form Filler)