Loading...
HomeMy WebLinkAboutContract 47578 cy w. L&% CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR LANDSCAPE ARCHITECTURAL RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Schrickel, Rollins and Associates, Inc., authorized to do business in Texas, (the " LANDSCAPE ARCHITECT "), for a PROJECT generally described as: Trail Drivers Park Improvements. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The LANDSCAPE ARCHITECT"s compensation shall be in the amount of Sixty four thousand, nine hundred forty-eight dollars ($64,948.00) as set forth in Attachment B. Article III Terms of Payment Payments to the LANDSCAPE ARCHITECT will be made as follows: A. Invoice and Payment (1) The LANDSCAPE ARCHITECT 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. (2) The LANDSCAPE ARCHITECT will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. City of Fort Worth,Texas T Standard Agreement for Landscape Architect Related Design Services PMO Official Release Date: 1/28/2013 Page 1 of 17 CITY SECRF.TARV N nn ffid n-m g vx (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to LANDSCAPE ARCHITECT for billings contested in good faith within 60 days of the amount due, the LANDSCAPE ARCHITECT may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the LANDSCAPE ARCHITECT shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Landscape Architect Amendments to Article IV, if any, are included in Attachment C. A. General The LANDSCAPE ARCHITECT will serve as the CITY's professional LANDSCAPE ARCHITECT representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the LANDSCAPE ARCHITECT's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The LANDSCAPE ARCHITECT 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 City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/16/2096 Page 2 of 17 work to be performed hereunder. The LANDSCAPE ARCHITECT shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. 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 LANDSCAPE ARCHITECT. D. Preparation of Landscape Architecture Drawings The LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Landscape Architect's Personnel at Construction Site (1) The presence or duties of the LANDSCAPE ARCHITECT's personnel at a construction site, whether as on-site representatives or otherwise, do not make the LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT 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 City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/18/2016 Page 3 of 17 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 the agreement between CITY and LANDSCAPE ARCHITECT be construed as requiring LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT makes on-site observation(s) of a deviation from the Contract Documents, the LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the LANDSCAPE ARCHITECT's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the LANDSCAPE ARCHITECT to the CITY for periodic construction progress payments to the construction contractor will be based on the LANDSCAPE ARCHITECT'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 LANDSCAPE City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/18/2016 Page 4 of 17 ARCHITECT 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 LANDSCAPE ARCHITECT 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 not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. 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 LANDSCAPE ARCHITECT is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Landscape Architect acknowledges the MBE and SBE goals established for this contract and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Landscape Architect may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT involving transactions relating to this contract. LANDSCAPE ARCHITECT agrees that the CITY shall have access during normal working hours to all necessary LANDSCAPE ARCHITECT facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/18/2016 Page 5 of 17 provisions of this section. The CITY shall give LANDSCAPE ARCHITECT reasonable advance notice of intended audits. (2) LANDSCAPE ARCHITECT 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) LANDSCAPE ARCHITECT and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse LANDSCAPE ARCHITECT for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) LANDSCAPE ARCHITECT'S INSURANCE a. Commercial General Liability — the LANDSCAPE ARCHITECT shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an insured 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 the CITY. The Commercial General Liability insurance policy shall have no exclusions by endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY approves such exclusions in writing. City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/18/2016 Page 6 of 17 ii. LANDSCAPE ARCHITECT waives all rights against the 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 this agreement. b. Business Auto — the LANDSCAPE ARCHITECT shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non- owned is acceptable. i. LANDSCAPE ARCHITECT waives all rights against the 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 LANDSCAPE ARCHITECT pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation — LANDSCAPE ARCHITECT shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. LANDSCAPE ARCHITECT waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by LANDSCAPE ARCHITECT pursuant to this agreement. d. Professional Liability — the LANDSCAPE ARCHITECT shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/18/2016 Page 7 of 17 (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the LANDSCAPE ARCHITECT has obtained all required insurance shall be delivered to the CITY prior to LANDSCAPE ARCHITECT proceeding with the PROJECT. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it 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 the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the LANDSCAPE ARCHITECT's insurance policies including endorsements thereto and, at the CITY's discretion; the City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/18/2016 Page 8 of 17 LANDSCAPE ARCHITECT 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 the contractual 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. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the LANDSCAPE ARCHITECT shall be required by the LANDSCAPE ARCHITECT to maintain the same or reasonably equivalent insurance coverage as required for the LANDSCAPE ARCHITECT. When sub consultants/subcontractors maintain insurance coverage, LANDSCAPE ARCHITECT shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The LANDSCAPE ARCHITECT agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT 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. City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/18/2016 Page 9 of 17 N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT should have been aware of at the time this Agreement was executed, the LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT could not have been reasonably aware of, the LANDSCAPE ARCHITECT shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. P. Schedule LANDSCAPE ARCHITECT shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data LANDSCAPE ARCHITECT may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/18/2016 Page 10 of 17 B. Access to Facilities and Property The CITY will make its facilities accessible to the LANDSCAPE ARCHITECT as required for the LANDSCAPE ARCHITECT's performance of its services. The CITY will perform, at no cost to the LANDSCAPE ARCHITECT, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the LANDSCAPE ARCHITECT'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 LANDSCAPE ARCHITECT's services or PROJECT construction. D. Timely Review The CITY will examine the LANDSCAPE ARCHITECT'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 LANDSCAPE ARCHITECT whenever CITY observes or becomes aware of any development that affects the scope or timing of the LANDSCAPE ARCHITECT's services or of any defect in the work of the LANDSCAPE ARCHITECT or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges LANDSCAPE ARCHITECT will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that LANDSCAPE ARCHITECT had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/18/2016 Page 11 of 17 releases LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT's negligence or if LANDSCAPE ARCHITECT brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the LANDSCAPE ARCHITECT's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT, 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 LANDSCAPE ARCHITECT." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the LANDSCAPE ARCHITECT 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 V.H. shall be construed as a waiver of any right the CITY has to bring a claim against LANDSCAPE ARCHITECT. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/18/2016 Page 12 of 17 (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide LANDSCAPE ARCHITECT a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the LANDSCAPE ARCHITECT'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 Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed LANDSCAPE ARCHITECT 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 LANDSCAPE ARCHITECT, 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 City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/18/2016 Page 13 of 17 without the written permission of the LANDSCAPE ARCHITECT will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The LANDSCAPE ARCHITECT is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the LANDSCAPE ARCHITECT that prevent LANDSCAPE ARCHITECT's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the LANDSCAPE ARCHITECT for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with in 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the LANDSCAPE ARCHITECT will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of LANDSCAPE ARCHITECT'S work product; b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; C.) The time requirements for the LANDSCAPE ARCHITECT'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 LANDSCAPE ARCHITECT will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will 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 LANDSCAPE ARCHITECT for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/18/2016 Page 14 of V PROJECT's schedule, commitment and cost of the LANDSCAPE ARCHITECT's personnel and subcontractors, and LANDSCAPE ARCHITECT's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the LANDSCAPE ARCHITECT shall indemnify, hold harmless, and defend the CITY against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the LANDSCAPE ARCHITECT or LANDSCAPE ARCHITECT's agent, consultant under contract, or another entity over which the LANDSCAPE ARCHITECT exercises control. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the LANDSCAPE ARCHITECT, and their officers, employees, agents, and subcontractors. I. 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. City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/18/2016 Page 15 of 17 J. 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. K. Observe and Comply LANDSCAPE ARCHITECT 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. LANDSCAPE ARCHITECT 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. Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. 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 Landscape Architecture Services Attachment D - Project Schedule Attachment E - Location Map City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/18/2016 Page 16 of 17 Executed and effective this the 1 day o(.1'it' ��20' BY: BY: CITY OF FORT WORTH LANDSCAPE ARCHITECT Schric el, Rollins and A sociates, Inc. S an Alanis actor W. Baxtr-7 V s istant City Manager President Date: 159 © _ Date:*49(- APPROVAL RECOMMENDED: By: R chard Zavala D rector, Park & Recreation D partment APPROVED AS TO FORM AND M&C No.: LEGALITY M&C Date: By: ZB�6- 2l Douglas W. Black I tsf 4- Assistant City Attorney ATTEST: OR Nffary'J. Ka7-0 City Secret $ MR � City of Fort Worth,Texas Standard Agreement for Landscape Architecture Related Design Services Revised Date:2/18/2016 Page 17 of 17 OFFICIAL RECORD CITY SECRETARY FT.wORTH,TX ATTACHMENT A SCOPE OF SERVICES TO BE PERFORMED BY CONSULTANT CITY OF FORT WORTH Trail Drivers Park Improvements SUMMARY OF PROJECT A. This project consists of Master Planning, Construction Documents and Construction Administration for the development of Trail Drivers Park. The proposed development will include but not limited to road and parking, lighting, pavilion,trails,drinking fountain,site furnishings and review of accessibility issues. B. The Consultant shall perform for the City the Basic Professional Services and Special Services for the phases of the Project to which this agreement applies. Services include, but are not limited to, professional consultation and advice and furnishing civil, structural, mechanical, and electrical engineering services; surveying; architectural; landscape architectural services; geotechnical investigation and irrigation. C. The project budget for the Park Development including Professional Services, to which the Design Development Phase Services and Construction Documents Phase Services will be coordinated by the Consultant, will not exceed the sum of$400,000, including fees for professional services and expenses unless amended by the City. D. For purposes of this Service Agreement and its Attachments, the term "Engineer,"where appropriate, shall be interchangeable with the terms "Landscape Architect" or "Architect" or "Consultant." Schrickel, Rollins and Associates, Inc., is a firm composed of practicing Planners, Registered Engineers, Registered Architects, and Registered Landscape Architects. The firm does not represent itself solely as an engineer nor solely as a practitioner of landscape architecture or architecture as defined in the applicable State of Texas registration laws. E. The following consumer information is required by the Landscape Architects Registration Law, Article 249c, VTCS: The Texas Board of Architectural Examiners has jurisdiction over individuals licensed under the above named Act. Their address and telephone number are: 8213 Shoal Creek Blvd., Suite 107; Austin, Texas 78758-7589; (512)458-4126. PART I - ELEMENTS A. Project Information/Design Criteria: 1. Develop an overall park master plan. 2. Attend two(2) meetings with the citizen's advisory committee to develop the master plan. 3. Attend two (2) public meetings to present the proposed master plan and to build a list of community priorities. 4. Review proposed Lebow Channel improvements proposed by Transportation and Public Works Department(TPW)Stormwater Management Division. 5. Prepare construction documents of prioritized park improvements within an estimated construction budget of$400,000.00. 6. Anticipated park improvements may include: Fort Worth-Trail Drivers Park Attachment A Schrickel,Rollins and Associates,Inc. 33581 Page 1 of 6 0111F� OWNUffm a. Rehabilitation of existing park roads and parking lots. b. New trail system at the current active area of the park. C. Security lighting(Solar optional). Lighting can be located by the playground, shelter areas and the trails. d. Determine existing shelter needs as it relates to accessibility. e. Add a new picnic shelter. The shelter should be one of city's standard shelters by Poligon (SQR 24 or HXE 32). f. Provide a new drinking fountain. g. Provide site furnishings(picnic tables, benches,trash containers, etc.... as appropriate.) h. Address all ADA accessibility concerns. B. Consultant Services: 1. Coordination and Management a. The Firm will serve as the lead design consultant and project team manager. Items of work included in this task are: b. Attend two (2) citizen advisory committee meetings, with City representative, to present schematic/concept plan and final improvement documents. C. Attend two (2) public meetings with City representative, to present schematic/concept plan and final master plan. d. Perform comprehensive site analysis. e. Coordination of survey and geotechnical work as required. Coordination and preparation of all hydrologic analysis and documents necessary to satisfy City iSWM and floodplain permitting requirements. f. Perform initial due diligence to determine utility services and City / Federal requirement needs (Ordinances, Codes, Building Permits, City Floodplain Permits, iSWM — integrated storm water management plan, US Army Corps of Engineer(USACE) Permits, etc.). g. Manage the project and direct the consulting team during the design phase. h. Communicate regularly with City staff as needed. i. Attend meetings with City representatives to review the Schematic Design, Design Development, and the Construction Documents or 30%, 60% and 95% design review meetings. 2. Existing Conditions and Topographic Survey a. The Engineer will provide a topographic survey. The topographic survey will be a detailed ground survey showing existing above ground conditions, utilities. Location of all known City utilities. City will provide access to City records. Contours at one-foot (1') intervals,spot elevations, physical features,single trees greater than four inches(4") in diameter in the vicinity of planned improvements. Datum will be tied to a benchmark or datum designated by the City. The Consultant will provide end product in AutoCAD files to prepare any existing conditions and removal plan for the proposed development. b. The area to be surveyed will be limited to the area inside the magenta colored border on the attached sheet. 3. Geotechnical Report/Soils Investigation The Engineer will provide a geotechnical engineering services report. This work will consist of borings, quantity per engineer recommendations. The reports will provide recommendations for any required soil modification, pavement base preparation (concrete and/or asphalt paving) and footing Fort Worth-Trail Drivers Park Attachment A Schrickel,Rollins and Associates,Inc. 33581 Page 2 of 6 P41 A AMM designs. 4. Master Plan (30%) The Master Plan phase will consist of the following tasks: a. Preparation of schematic plans,sections,and preliminary specifications for planned improvements. b. Provide an opinion of probable construction cost for park improvements. C. Provide site survey for the proposed park improvements. d. Meet with City representative and stakeholder's to present the schematic design and to obtain schematic design comments. e. Finalize the schematic design package to reflect changes and comments determined by consensus at a meeting with City representatives. f. Meet the public committee for the two public meetings and provide the probable cost and options. g. One colored plan of the final Master Plan. 5. Design Development(60%) The Design Development phase will consist of the following tasks: a. Preparation of design development plans and specifications for park improvements. b. Provide an opinion of probable cost based upon the design development plans. C. Design development plans and specifications should consider completed survey, site utilities and structural design (geotechnical investigation). d. Meet with City representatives to present the 60% design development design and to obtain design development comments. e. Finalize the 60% design development package to reflect changes and comments determined by consensus at a meeting with City representatives. 6. Construction Documents(95%) The Construction Document phase will consist of the following tasks: a. Preparation of 95%construction plans and specifications for the park improvements. b. Provide an opinion of probable cost based upon the 95%construction documents. C. Submit 95%construction documents,with a mylar cover sheet for wet signatures. d. City to review 95% plans, specifications and estimates (PS&E) and provide feedback to consultant prior to proceeding to completion of 100%construction documents. e. Finalize the 100% construction documents to reflect changes and comments determined by consensus at a meeting with City representatives and submit for TAS/ADA compliance review and inspections. f. Meet with City representatives to present the 100%construction documents. g. Submit 100%electronic copy of the complete construction documents sheet files to the City in Auto CAD 2015 (dwf)and pdf formats. h. Upon final City approval of plan documents, consultant shall be responsible for posting plans and specs to City's Buzzsaw site for construction advertisement purposes. All advertisement and construction correspondence should be completed digitally through the Buzzsaw system. (ie.Amendments issued, plan clarifications,submittal approvals, etc.) 7. Bidding Process a. Attend one(1) Pre-Bid Meeting. b. Provide any Amendments necessary during the bid process. Fort Worth-Trail Drivers Park Attachment A Schrickel,Rollins and Associates,Inc. 33581 Page 3 of 6 ON KK ME kiffm 8. Construction Phase a. Attend one (1) Pre-Construction meeting. b. Review Submittals of equipment/materials used. C. Site observation visits to assess work progress at 40% and 70% completion. Notification shall be provided by the City. d. Attend one(1) Final Inspection and assist in development of punch list items. e. Consultant's Status During Construction - Consultant will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident hereto. Consultant will not be responsible for Contractor's failure to perform or furnish the work in accordance with the construction documents. Consultant will not be responsible for any delays in the execution of the work caused by the Contractor. PART 11 -OTHER RELATED SERVICES A. Services. Consultant will provide the following related services/products as a part of basic services: 1. Storm Water Pollution Prevention Plan (SWPPP). Services shall include preparation of the SWPPP document, Notice of Intent. Continued monitoring and inspections shall be provided by the City or Contractor, or by others throughout the construction phase of the project. 2. Record Drawings. Consultant will transfer information provided by the Contractor on his mark-ups after construction is complete to AutoCAD file format. Digital files will be provided to the City. 3. Geotechnical Investigation and Report. The Consultant will secure the services of an independent geotechnical engineering company to investigate the engineering properties of the soils and to make recommendations on the design of building foundations, paving, light pole foundations, shade structures,etc. PART III - EXCLUSIONS A. The intent of this Scope of Services, Attachment"A" is to include only the services specifically listed herein for this Project. Services specifically excluded from this scope of services include, but are not necessarily limited to the following: 1. Preparation of Plat documents. 2. Field surveying or production of related maps for purposes of determining off-site utility locations, or construction control and layout. 3. Design of off-site utility services or drainage facilities to more than a distance of 100 feet from any boundary of the project site. 4. Environmental impact statements or assessments. 5. Traffic engineering reports or studies. 6. Hydraulics and hydrology,flood studies or floodplain reclamation plans. 7. Full-time or otherwise frequent and detailed inspection of the Contractor's works in progress. Fort Worth-Trail Drivers Park Attachment A Schrickel,Rollins and Associates,Inc. 3358i Page 4 of 6 N K JE KIWM 8. Designs for trench safety. 9. Archaeological survey. 10. Quality control and testing services during construction. 11. Architectural Plans for renovation of existing pavilion. PART IV- REIMBURSABLE EXPENSES The City will reimburse the consultant for the actual cost of the following: 1. Texas Department of Licensing and Regulation (TDLR) review and/or inspection fees. 2. Other permits. PART V-ADDITIONAL SERVICES The following services are not included in this Agreement but are available to the City upon written authorized approval and mutual agreement: A. If the budget is increased by more than ten (10%) or if the scope is increased beyond that listed previously, Professional Services required to include said changes shall be considered Additional Services, and compensation for the Consultant's services shall be adjusted appropriately according to the magnitude of the change.All changes in service shall be agreed to in writing by both the City and the Consultant prior to any additional services being provided. B. Assistance by the Consultant to the City in the resolution of construction-contract disputes between the City and its contractor, or contract-related claims against the City, are not a part of the scope of this proposal. However, such services may be provided as Additional Services by separate agreement or amendment,as provided for herein,to this Agreement. C. With the exception of services listed in Parts IN, services related to easements, permitting, platting or re-platting required by the City or required by other governmental authorities for the construction of the Project, will be provided by the City, or provided by the Consultant by separate agreement or amendment,as provided for herein,to this Agreement.. D. Renderings, models or mock-ups requested by the Owner. E. Cost estimating consulting services. F. Additional site visits during Construction Phase. PART VI -SCOPE TO BE PROVIDED BY THE CITY The City will provide the following services to the Consultant in the performance of the Project upon request. A. Provide any existing data the City has on file concerning the Project, if available. B. Provide any available as-built plans for existing facilities, if available. Fort Worth-Trail Drivers Park Attachment A Schrickel,Rollins and Associates,Inc. 33581 Page 5 of 6 ON KK iE KIWM C. Provide any available as-built plans for existing water and sanitary sewer mains, if available. D. Assist the Consultant, as necessary, in obtaining any required data and information from local utility companies.The City will call for digtest to mark any lines not indicated in the plans and expects the Consultant to mark the lines on a general area in the plans. E. Provide standard details and specifications in digital format.The City has standard details, however the City expects the Consultant to provide any details require not available from the City(road details). F. Assist the Consultant by requiring appropriate utility companies to expose underground utilities within the right-of-way or easements,when required. G. Give prompt written notice to Consultant whenever City observes or otherwise becomes aware of any development that affects the scope or timing of the Consultant's services. Ii. The City will secure the services of an independent laboratory for Construction Phase Testing. I. Provide engineering plans for Improvements to Lebow Channel being developed by others.The City expects the Consultant to review the Lebow Channel plans and insure that any construction been develop in the park does not interfere with TPW plans.The City does not expect for the Consultant to make any changes on TPW plans. Fort Worth-Trail Drivers Park Attachment A Schrickel,Rollins and Associates,Inc. 33581 Page 6 of 6 ATTACHMENT B COMPENSATION TASK/HOUR BREAKDOWN Design Services for Trail Drivers Park Improvements City Prped No.02475 Labor hours Ex n Task Description Swey Spee Total tabar e Task No. Pdn Pro1Ng UI Sr.Ener. coortl. e1or4. CAE D Clerical Cesl SubcensWtaM Total Eapenae Cosl TasFSub Tetal plWery Rale $ 174 $ 112 S 84 S 138 S 115 S 73 S 1011$ 81 tAw'eE Non44v1eE Pdntin9 1.0 Project Management ol ol 0 0 0 ol 0 C S - S - $ 1.01 Managing the Team 0 0 $ - $ - S - 1.01.2 QA(QC 0 0 $ $ - S Communications.02 Conunications and Reponing - 1.02.1 F-Design Coordination Meeting 0 0 S S - S 1.02.2 Monthly Projcct Update Meetings 0 S $ - S 1.02.3 Design Submittal Review Meetings 0 $ 1.02.4 Prepare Baseline 56etlule 0 1.02.5 Prepare Monthly Progress Reports svtlh Schedule S $ $ S 1.02.6 Prepare Monthly MBE/SBE Rrpons 0 0 S $ S 1.02.7 Inwici^R 0 0$ $ _ S 2.0 MasterPlan 3D%) 20 68S 14 4 0 4 0 f 11,242 $ - S - $ - S 756 $ 756 S 12,000 2.01 Base&U Preparatton(from exisfin data) 6 2 S 706 $ _ $ 706 2.02 Data Collection 4 4 2 S 986 $ 986 2.03 Sit.rttonnaisartrn 2 2 2 S 664 $ - S 664 2.04 Preliminary Conceptual Ste Plans 8 20 S 2,352 S - $ 2.352 2.05 Final Site Pian 1 6 16 4 S 2.734 S - S 2,734 2.06 Prep-SchemattC Design wphic 4 4 1 111t 789 $ 258 S 258 $ 1.042 207 Survey Coordination _ 2 4 S 684. S - S 684 208 Opinions of Probable Cost 2 4 4 $ 1,104 S - $ 1,104 2.09 2 meetings with Citten's Advisory Committee 41 4 $ 784 S 250 S 250 S 1,034 2.10 2 public meetings 4 4 $ 784 S 250 S 250 S 1,034 211 Restew Lebmv Channel lmpr plans 4 4 $ 992 $ - S 992 212 Revimv accessibility issues at ex.Pavilion 2 4 $ 560 S - S 560 2.13 Pursue grant opportunities 2 3 $ 684 Is S 664 3.0 Design Development 160 Percent 0 19 24 14 0 1 10 51$ 7,436 S 7,280 S - Y - S 284 S 7,584 S 15,000 3.01 Pmliminary Design Drawings 11 20 8 1 10 3 S 5,266 $ 284 S 284 $ 5,550 302 Geotechnical InnestigatioMtemmmendlions 4 2 S 720 S 2.280 S 2280 S 3,000 3.03 Electrical Engineering _ $ 5,000 3.04 Opinion of Probable Cost(60%) 4 4 4 2$ 1,450 S - $ 1,450 4.0 Final Design Contract Documents 0 401 37 19 C 6 16 6 It 12.860 S - S - S 100 $ 1A40 S 1,540 $ 14A00 4.01 Specifications 121 4 6 8$ 2.960 S 440 $ 440 $ 3,400 4.02 Final(100%)Plans and Specificalions 24 32 13 16 Y 8,700 $ 100 $ 1,000 j 1,100 $ 9,860 4.03 Opinion of Probable Cost(90%and 100%) 4 5 2 $ 1,140 Y - s 1.140 SA Bidding Process 0 10 0 2 0 J 3 7 S 2,341 S - S - f - $ 59 f 59 $ 1,400 5.01 Bid Support 2 11224 S S 224 Sell Contract Documents and Maintain Plan Huhkrs 5.02 List 41S 244 S - $ 244 5.03 Issue Addenda 2 21 1 1 1 21S 792 5 59 $ 59 $ 651 5.04 Attend Prrbtd Conference 2 Is 224 $ - S 224 5.05 Attend Bid Opening 12 $ 224 $ s 224 5.06 Tabulate Bids and Recommend Award 1 /$ 173 $ - Y 173 5.07 Issue Conformed Canoed D-.-I, 1 2 2 S 460 $ - $ 460 6.0 Construction Phase Serofees 0 33 21 0 0 0 0$ 6,950 f - f - $ - $ 240 S 240 S 7,200 6.01 Construdion Support $ Y 240 S 240 $ 240 8.02 Attend PrecnnsWdien Conference 4 4 $ 992 S - $ 992 6.03 Prolest Site visits(2) 5 8 $ 1084 6.04 Submieal Review 12 4 5 1,888 S Y 1,984 - 6.05 Requestfer lnfannaliorJChingc Order FICA- 4 4 S 992 f - S 7,888 f S 992 6.06 Final%Valk Through and Punch List 5 4 S 1,104 S - S 1,104 6.07 bei., 0 0 0$ S - $ - S 7A To ra hie Surve 0 2 0 0 5 0 i O$ 900 S B,SOD $ - S - $ - S 8,500 S 9.400 7.01 Topographic Survey $ _ zoz �er�A-Eneae�ik s _ s s 7.03 7.04 Option C.Reduced minimal areas 2 5 1 $ 900 $ 8.5001 1 7.05 S B,SOD Y 9,400 S S - $ 8.0 Permitting0 1 0 0 0 0 0 0 $ 446 $ 3,000 $ 1.108 S - S - $ 4,100 S 4,548 8.01 S%VPPP $ - $ 3,000 $ 3.000 S 3.000 8.02 TDLR ding.revnnv an inzpedron ees q S 448 S 1,100 $ 1,100 S 1,548 Totals J 128 129 73 9 12 34 2( S 42,187 t 18,750 S 1,100 S 100 S 2,781 S 22,761 S 64,948 Project Summary Total H.U.1 408 Total Labod 5 42,187 Total E.Pensel s 22.761 MBEISBE Subconsolum S 18,780 NM-MBEISBE Subconsutan $ 1.100 0% Sub Matku $ MBEISBE Pamci elan 289% Total Project Cosli S 84,948 Note:Items 7.02,7.03 and 7.05 not Included in total City of Fon Worth,Texas 2/182016 Attachment B-Compensation 33581 PMO Official Release Date:8.09.2012 1oft LIM I K K MUM LINFAM ATTACHMENT C No Amendments Fort Worth-Trail Drivers Park Attachment C Schrickel,Rollins and Associates,Inc. 3358i Page 1 of 1 ORO I KIK jN ILIWAN ATTACHMENT D PROJECT SCHEDULE CITY OF FORT WORTH Trail Drivers Park Improvements Cal. Days Weeks to Stage of Services to Complete Projected Date Complete Authorization from City to Proceed with Project February 9, 2016 Final Master Plan Public Meeting 34 5 March 14,2016 30% Plan Submittal to the City 51 7 May 4,2016 Meeting with the City or Public Committee 14 2 May 18, 2016 60% Plan Submittal to the City 35 5 June 22,2016 Meeting with the City or Public Committee 14 2 July 6, 2016 90% Plan Submittal 30 4 August 5, 2016 Meeting with Consultant-90% Review Plans 28 4 September 2,2016 100% Plan Submittal 19 3 September 21,2016 1 st Advertisement 1 0 September 22, 2016 2nd Advertisement 7 1 September 29,2016 Pre-Bid Meeting 5 1 October 4, 2016 Bid Opening 9 1 October 13, 2016 M&C Constructing Award 54 8 December 6,2016 Contract Execution 66 9 February 10,2017 Pre-Construction Meeting 14 2 February 24,2017 Start of Construction 10 1 March 6,2017 Construction Completion 144 21 July 28,2017 Fort Worth-Trail Drivers Park Attachment D Schrickel,Rollins and Associates,Inc. 3358i Page 1 of 1 ATTACHMENT E - LOCATION MAP Trail Drivers Park OPTION C MM .I'�9 (•. 1 a'il CpV I � 3= All % _ 7"tJ �. � .=F.-I --r•1 1j•I �p�Sa CL ��3t� � _ I `: ��5 ,�!tart'! �t � •' �r.:. - -1 �+,,,, ' j 16ttte � Wt .1 ! = d� IN% tr =, t 4l�n�u a�h�tGviN'f i}.. s „� ! Y" •�A.l f'. �� I �1 r; N' \. ����, � 'F �• 1 � tJ.'`•1 /1^; S �� fs It'ar jt �..: r a�:7' N 400 200 0 400 Feet A`.O ® CERTIFICATE OF LIABILITY INSURANCE DATE 5/7/ DD/Y1YY) s/7/2ols THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the pol)cy((es)must be endorsed. if SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT AMEMcLaughlin Brunson Insurance Agency, LLP PHONE Joe A e ant F 12801 N. Central Expressway IAIC,No. (214) 503-1212 LNc,No1: Suite 1710 EMAIL Dallas TX 75243 DoRess: INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:XL Specialty Insurance Company 37885 INSURED INSURERB:Travelers Casualty & surety Co. 19036 Sahrickel, Rollins & Associates, Inc. INSURER c:Travelers Indemnity Company 25658 1161 Corporate Dr West INSURER D:Phoenix Insurance Company 25623 #200 Arlington TX 76006 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER:cert ID 28847 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE POLICYNUMBER ADD UOR POLICY EFF MWDD XP LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 -DAMAOE TOIRNTEU C X COMMERCIAL GENERAL LIABILITY Y Y PACP1542L02A 5/5/2015 5/5/2016 PREMISES Meoccurrence)_ S 1,000,000 CLAIMS-MADE ❑X OCCUR MED EXP(Any one erson) S 10,000 PERSONAL SADV INJURY S 1,000,000 GENERAL AGGREGATE S 2,000,000 GEWL AGGREGATE LIMIT APPLIES PER: PRODUCTS.COMPIOP AGG S 2,000,000 POLICY X PRO LOC S AUTOMOBILE LIABILITY OMBINEO SINGLE LIMIT .Igo acddom, a 1,000,000 D X ANY AUTO Y Y BA1544LOSA 5/5/2015 5/5/2016 BODILY INJURY(Per person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS PROP HIRED AUTOS NON-OWNED t:RTY DAMAGE $ AUTOS Per accident S C X UMBRELLALIAB HX OCCUR Y Y CUP659GY324 5/5/2015 5/5/2016 EACH OCCURRENCE $ 2,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $ 2,000,000 DED I I RETENTIONS $ WORKERS COMPENSATIONWC STATU- I OTH. B ANO EMPLOYERS'LIABILITY YIN Y UB6003YO31 5/5/2015 5/5/2016 XTORY LIMITS - ANYPROPRIETORIPARTNERIEXECUTIVE❑ NIA E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? (MandatorylnNH) E.L.DISEASE-EA EMPLOYEE S 1,000,000 11 yes,describe under DESCRIPTION OF OPERATIONS below E.L,DISEASE-POLICY LIMIT S 1,000,000 A Professional Liability N Y DPR9720700 12/12/2014 12/12/2015 Per Claim $ 1,000,000 N y Annual Aggregate $ 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD tot,Additional Remarks Schedule,R more space Is required) The claims made professional liability coverage is the total aggregate limit for all claims presented within the policy period and is subject to a deductible. Thirty Day notice of cancellation in favor of the certificate holder on all policies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Master Certificate ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE �4, ©1988.2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD Page 1 of 1 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 21912016 DATE: Tuesday, February 09, 2016 REFERENCE NO.: **C-27618 LOG NAME: 80TRAIL DRIVERS PARK IMP SRA SUBJECT: Authorize Execution of an Engineering Agreement with Schrickel, Rollins and Associates, Inc., in the Amount of$64,948.00 for the Park Master Planning, Design and Engineering of Trail Drivers Park Improvements and Provide for Design Phase Administration in the Amount of$8,500.00 for a Total Anticipated Project Design Phase Cost of$73,448.00 (2014 BOND PROGRAM) (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council authorize the execution of an Engineering Agreement with Schrickel, Rollins and Associates, Inc., in the amount of$64,948.00 for the park master planning, design and engineering of Trail Drivers Park Improvements. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to provide authorization for the execution of an engineering agreement with Schrickel, Rollins and Associates, Inc. (Consultant), in the amount of $64,948.00 to master plan, design and prepare construction documents for the Trail Drivers Park Improvements. Staff considers this fee to be fair and reasonable for the scope of services proposed. The Consultant will prepare a master plan and construction documents for Trail Drivers Park improvements which may include: • Rehabilitation of existing park roads and parking (required infrastructure) • New trail system • Security lighting (solar optional) • Determination of existing shelter needs as it relates to accessibility • New picnic shelter • New drinking fountain • Site furnishings (picnic tables, benches, trash containers, etc.) . ADA accessibility improvements TRAIL DRIVERS IMPROVEMENTS TOTALS Engineering and Design $64,948.00 Project Management, Reprographics, Bid Advertisement $ 8,500.00 Logname: 80TRAIL DRIVERS_PARK IMP_SRA Page I of 3 Design Phase Total $ 73,448.00 Anticipated Construction Contract Cost r $400,000.00 Anticipated Inspection, Testing, Contingencies, Manag $ 26,552.00 Anticipated Construction Phase Total $426,552.00 PROJECT TOTAL -$500,000.00 Funding for design and construction is identified in the table below: FUNDING SOURCE F AMOUNT F APPROPRIATED TOTAL 014 BOND PROGRAM r(34014) -- Fs- 500,000.00 $500,000.00 $500,000.00 The Trail Drivers Park Improvements are included in the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official intent to reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 21241-05-2014). M/WBE OFFICE - Schrickel, Rollins and Associates, Inc., is in compliance with the City's BDE Ordinance by committing to 30 percent SBE participation. The City's SBE goal on this project is 24 percent. The Parks are located in COUNCIL DISTRICT 2, Mapsco 62H. FISCAL INFORMATION /CERTIFICATION: The Director of Finance certifies that appropriations are included in the Fiscal Year 2015 Adopted Budget of the 2014 Bond Program pursuant to Ordinance No. 21457-09-2014 and funds are available in the General Fund to pay expenses which will be incurred on the Trail Drivers Park project until reimbursement can occur from the issuance of public securities. FUNDING SOURCE AMOUNT I TOTAL }2014 BOND PROGRAM (34014) $500,000.00 $500,000.00 FUND IDENTIFIERS (FIDs): TO Fund De artment ID Account Pro'ect ID I Program JActivity I Budget Yearl Reference# Chartfield 2 Amount FROM Fund Department ID Account Project ID Program Activity Budget Yearl Reference# Chartfield 2 Amount 1 34014 0800450 CO24752015 14020103 $30,000.00 1 34014 0800450 CO2475 2016 14020103 $34,948.00 CERTIFICATIONS: Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Richard Zavala (5704) Additional Information Contact: David Creek (5744) ATTACHMENTS Logname: 80TRAIL_DRIVERS_PARK_IMP_SRA Page 2 of 3 1. Form 1295 - SRA.pdf (Public) 2. MWBE - SRA Compliance.pdf (CFW Internal) 3. SAM - SRA.pdf (CFW Internal) 000ccc 4. Trail Drivers Park - Mappdf (Public) Logname: 80TRAIL_DRIVERS_PARK IMP_SRA Page 3 of 3 CERTIFICATE OF INTERESTED PARTIES 0 j, (�-' i' FORM 1295 101`1 OFFICE USE ONLY Complete Nos.1-4 and 6 if there are interested parties. 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. 2016-2196 Schrickel, Rollins and Associates, Inc. Arlington, 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 01/11/2016 being filed. City of Fort Worth Date Acknowledged: 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 goods or services to be provided under the contract. CO2475 City of Fort Worth Capital Project No. CO2475 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary Wofford , Clint Arlington,TX United States X LaHue, Sanford Arlington,TX United States X Bradley,Joe Arlington,TX United States X Baxter, Victor Arlington,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of per' ry,that the above disclosure is true and correct. � PY PU�4� SHARON WEST Notary Public,State of Texas S,' my My Commission Expires January 21, 2018 Signature of authonzed dget t of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE ' / Sworn to and subscribed before me, by the said Y t(��L?O-• IN this the day of� u 20 to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.34032