HomeMy WebLinkAbout063932 - General - Contract - Parkhill, Smith & Cooper, Inc.63932
City Secretary Contract No.
FORT WORTH,
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 Parkhill, Smith, & Cooper, Inc. ("Vendor"), each individually referred to as a "party"
and collectively referred to as the "parties."
1. Scoue 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 July 10, 2025 ("Effective Date") and expires on July 9,
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. Comnensation. 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, including the fee for Professional Services and
Reimbursable Costs, 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
Vendor Services Agreement Page 1 of 15
City Secretary Contract No.
Agreement. Invoices will be submitted no later than the 20th day following the end of the month
and sent to suoalierinvoices(&,fortworthtexas.Lyov. 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 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-anoronriation 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 Oblivations 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
Vendor Services Agreement Page 2 of 15
City Secretary Contract No.
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.
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. Right 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.
Vendor Services Agreement Page 3 of 15
City Secretary Contract No.
8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY
AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY,
INCL UDING 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 (INCLUDING ALLEGED DAMAGE OR LOSS TO
VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL
INJURY, INCLUDING 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,
Vendor Services Agreement Page 4 of 15
City Secretary Contract No.
subsequent to which termination City may seek any and all remedies available to City under
law.
9. Assignment and Subcontracting.
9.1 Asiinment. 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 Coveraae 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 vehicle used by Vendor, or its employees, agents, or
representatives in the course of providing Services under this Agreement. "Any
vehicle" will be any vehicle owned, hired and non -owned.
(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 (Errors & Omissions):
Vendor Services Agreement Page 5 of 15
City Secretary Contract No.
$1,000,000 - Each Claim Limit
$1,000,000 - Aggregate Limit
Professional Liability coverage may be provided through an endorsement to the
Commercial General Liability (CGL) policy, or a separate policy specific to
Professional E&O. 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 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, as its interests may appear. The term
City includes its employees, officers, officials, agents, and volunteers in respect to
the contracted services.
(b) The workers' compensation policy must include a Waiver of Subrogation
(Right of Recovery) in favor of City.
(c) A minimum of Thirty (30) days' notice of cancellation or reduction in
limits 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.
(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 required insurance
documentation 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. Comaliance 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
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
Vendor Services Agreement Page 6 of 15
City Secretary Contract No.
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 party, 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:
Parkhill, Smith, & Cooper, Inc.
Chad Davis, Landscape Architecture Sector
Director
640 Taylor St, Ste 1900
Fort Worth, TX 76102
14. Solicitation of Emulovees. 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. Governine 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
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
Vendor Services Agreement Page 7 of 15
City Secretary Contract No.
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 Parry 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 Parry 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 party 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 parry 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 parry.
23. Counterparts. 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.
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
Vendor Services Agreement Page 8 of 15
City Secretary Contract No.
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 party, 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 Bovcotting Enerv 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
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
Vendor Services Agreement Page 9 of 15
City Secretary Contract No.
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 15
City Secretary Contract No.
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
Dcini Surghdoff
By: Dana Rilrg i�Lnff (Can 1n 70?444•17100 CDT)
Name: Dana Burghdoff
Title: Assistant City Manager
Date:
By: Kacey Thomas (Sep 49:26 CDT)
Name: Kacey Thomas
Title: Director, Neighborhood Services
Date: 09/08/2025
ATTEST:
By:
Name: Jannette Goodall
Title: City Secretary
Date: 09/10/2025
VENDOR:
Parkhill, Smith, & Cooper, Inc.
Michael Chad Davis
By. Michael Chad Sm4.202512:41:12AKDI
Name: Chad Davis, ASLA
Title: Landscape Architecture Sector Director
Date:
09/04/2025
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: 7elc4a asap, /C50)
Name: Michelle Doonkeen
Title: Assistant Director, Neighborhood Services
Date: 09/05/2025
APPROVED AS TO FORM AND LEGALITY:
By: 9."' a)
Name: Jessika Williams
Title: Assistant City Attorney
Date: 09/09/2025
CONTRACT AUTHORIZATION:
M&C: 25-0587
Form 1295: 2025-1311490
Vendor Services Agreement Page 11 of 15
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 the 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. 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
Vendor Services Agreement Page 12 of 15
City Secretary Contract No.
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.
4. 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/B 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..
5. 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.
6. Construction Phase Support Services
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 RFI's, Addenda, and Contractor
provided redlines of changes made in the field).
Vendor Services Agreement Page 13 of 15
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. Hourly fees 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.
SUPPORT STAFF I $79.00 PROFESSIONAL LEVEL III PROFESSIONAL LEVEL VI
SUPPORT STAFF II $92.00 Architect $196.00 Architect $306.00
SUPPORT STAFF III $127.00 Civil Engineer $239.00 Civil Engineer $332.00
SUPPORT STAFF IV
SUPPORT STAFF V
SUPPORT STAFF VI
PROFESSIONAL LEVEL I
Architect
Civil Engineer
Electrical Engineer
Interior Designer
Landscape Architect
Mechanical Engineer
Structural Engineer
Survey Tech
Other Professional
PROFESSIONAL LEVEL II
Architect
Civil Engineer
Electrical Engineer
Interior Designer
Landscape Architect
Mechanical Engineer
Structural Engineer
Survey Tech
Other Professional
$136.00
Electrical Engineer
$150.00
Interior Designer
$163.00
Landscape Architect
Mechanical Engineer
Structural Engineer
$160.00
Survey Tech
$173.00
Other Professional
$177.00
$151.00
PROFESSIONAL LEVEL IV
$151.00
Architect
$166.00
Civil Engineer
$166.00
Electrical Engineer
$141.00
Interior Designer
$149.00
Landscape Architect
Mechanical Engineer
Structural Engineer
$173.00
Survey Tech
$194.00
Other Professional
$200.00
$159.00
PROFESSIONAL LEVEL V
$159.00
Architect
$191.00
Civil Engineer
$188.00
Electrical Engineer
$153.00
Interior Designer
$157.00
Landscape Architect
Mechanical Engineer
Structural Engineer
Survey Tech
Other Professional
$233.00
$174.00
$188.00
$223.00
$231.00
$179.00
$172.00
$239.00
$279.00
$273.00
$191.00
$204.00
$261.00
$266.00
$218.00
$203.00
$291.00
$331.00
$328.00
$230.00
$248.00
$313.00
$294.00
$233.00
$226.00
Electrical Engineer
Interior Designer
Landscape Architect
Mechanical Engineer
Structural Engineer
Survey Tech
Other Professional
PROFESSIONAL LEVEL VII
Arch itect
Civil Engineer
Electrical Engineer
Interior Designer
Landscape Architect
Mechanical Engineer
Structural Engineer
Survey Tech
Other Professional
$331.00
$248.00
$266.00
$315.00
$297,00
$238.00
$258.00
$390.00
$400.00
$393.00
$284.00
$341.00
$373.00
$393.00
$238.00
$326.00
Vendor Services Agreement Page 14 of 15
City Secretary Contract No.
REIMBURSABLE COSTS
*Must be approved by City in the applicable Statement of Work prior to work being performed *
The following costs shall be reimbursed at cost plus fifteen percent (15%) and are not included in the Fee
for Professional Services:
• Travel
• Postage/shipping
• Reproductions/copies
• Color plots/prints
• Accessibility plan review
• Inspection fees and reports
Vendor Services Agreement Page 15 of 15
6/25/25, 11:27 AM M&C Review
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA FoR'T RTH
Create New From This M&C
DATE: 6/24/2025 REFERENCE **M&C 25- LOG NAME: 19NIP-ENGINEERING &
NO.: 0587 DESIGN
CODE: G TYPE: 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/cou ncil_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 Department Account Project Program Activity Budget Reference # Amount
ID I I ID I I I Year I (Chartfield 2) I
FROM
Fund Department Account Project
ID I I ID
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
ATTACHMENTS,
Program Activity Budget Reference # Amount
Year I (Chartfield 2)
Dana Burghdoff (5804)
Kacey Bess (8187)
Letitia Brown Moore (7756)
19NIP-ENGINEERING & DESIGN funds avail.docx (CFW Internal)
NIP - Compliance Memo .odf (CFW Internal)
NIP -Form 1295 - Parkhill.pdf (CFW Internal)
NIP BID TABULATION.docx (CFW Internal)
NIP FID TABLE.xlsx (CFW Internal)
NIP Map Fairhaven District 11.pdf (Public)
NIP Map Seminary - District 9.pdf (Public)
NIP Map Worth Heights - District 8.pdf (Public)
SWA Form 1295.pdf (CFW Internal)
apps.cfwnet.org/council_packet/mc_review.asp?ID=33448&councildate=6/24/2025 3/3
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
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. 2025-1311490
Parkhill
Fort Worth, 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:
05/20/2025
3 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.
RFQ No. 23-0053
Professional Engineering and Architecture Services
4
Name of Interested Party
Edwards, Jay
Hart, Dan
Hamilton, John T.
Haberer, Mark
Finley, David
Stills, Mary
Ramirez, Michael
Nelson, Scott
Edwards, Zane
5 Check only if there is NO Interested Parry. ❑
6 UNSWORN DECLARATION
My name is
My address is
(street)
Nature of interest
City, State, Country (place of business)
(check applicable)
Controlling Intermediary
Midland, TX United States
X
Austin, TX United States
X
Lubbock, TX United States
X
Lubbock, TX United States
X
Frisco , TX United States
X
El Paso, TX United States
X
El Paso, TX United States
X
Frisco, TX United States
X
Lubbock, TX United States X
, and my date of birth is
(city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of 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
Signature: � Signature:
Email: ircarrasco@parkhill.com Email: jannette.goodall@fortworthtexas.gov