Loading...
HomeMy WebLinkAboutContract 34809�ITY SECREi/�RY� �:(�NTRACT fVc� e CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Dunaway Associates, L.P., (the "ENGINEER"), for a PROJECT generally described as: Gatewav Park Soccer Field Development Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: Invoice and Payment The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. The ENGINEER will issue monthly invoices for all work perFormed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. 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 ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 1 of 14 ,�, ��S;.2 ,�, - , ^, �^ ���Y (.j;'i'� ���i5�'� r, i JL• -: J.SV::i.�:J �V�U1�� it' '�'1'�17!1^�,,j I���116' �i,'� C j,}; � u>-J 1( << ��"� �r r .''"'l `� p U i �I�c � + ':� �` �; % � J1 1� Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER'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 ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurFace investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. STANDARD ENGINEERING AGREEMENT (REV 10/O6/05) Page 2 of 14 E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the e�ent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being perFormed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (3) When professional certification of perFormance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 3 of 14 conditions; time or quality of perFormance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are 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 ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (MNVBE) Participation In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) years STANDARD ENGINEERING AGREEMENT (REV 10/06/OS) Page 4 of 14 after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of three (3) 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 subcon-sultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is perFormed. K. ENGINEER's Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $2,000,000 aggregate Automobile Liability $1,000,000 each accident on a combined single limit or $250,000 Property Damage $500,000 Bodily Injury per person per occurrence A commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned when said vehicle is used in the STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 5 of 14 course of the PROJECT. Worker's Compensation Coverage A: Statutory limits Coverage B: Employer's Liability $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability $1,000,000 each claim $2,000,000 aggregate Professional liability shall be written on a claims-made basis and 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. (2) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) 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. (b) Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of forty-five (45) 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. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the State of STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page6of14 Texas and 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. (� Deductible limits, or self insured retentions, affecting insurance required herein shall be acceptable to the CITY in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The City shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the ENGINEER may be required to provide proof of insurance premium payments. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions in writing. (j) For all lines of coverage underwritten on a claims-made basis, other than Professional Liability, the retroactive date shall be 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) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement and all insurance required in this section, with the exception of Professional Liability, shall be written on an occurrence basis. (I) Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure S]j l �� STANDARD ENGINEERING AGREEMENT (REV 10/06/05) �`; j I J;�+ J Ji5 v`.J ��'J Page 7 of 14 �'�c�^- =�I�l�; `7�` ��f�� ji i� i^! '� � � i,, ��'I�_� i( Z ! 1�., L �� � 1�, L U.� � J• � p � II � .1�. �`✓ 1: V �'� � �!V � � � The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Properly The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services and will provide labor and safety equipment as required by the ENGINEER for such access. The CITY will perForm, at no cost to the ENGINEER, such tests of equipment, machinery, STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 8 of 14 C. � E. F. G. pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment A. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 9 of 14 , . ,_ > , , ' S , ,, , �;, ,�;�J�L=�:l �� � ��- :.s`.��� �, n ,='. p� � �1, r��tiT `����?'�� ,�'�';� ;,'��=,:�1.. J ��� �:'�������'�� ����� H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services perFormed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER 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 ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 10 of 14 in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for perFormance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER 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 ENGINEER. 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 ENGINEER for cause if either party fails substantially to perForm through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; STANDARD ENGINEERING AGREEMENT (REV 10/O6/05) Page 11 of 14 c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all 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 ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared befinreen the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). 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 ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction STANDARD ENGINEERING AGREEMENT (REV 10/06l05) Page 12 of 14 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. J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If inediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. K. 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.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. L. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or STANDARD ENGINEERING AGREEMENT (REV 10/O6/05) Page 13 of 14 regulation, whether it be by itself or its employees. Article vzz 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 / Executed this the ay of , 200� � ATTEST: CITY OF FORT WORTH , � '� ; /1 n �� � V� Marty Hendri ' � City Secretary �-_-_� __�-_-_-_ - - _-_ -� --�- - �-s__ - _ � ���� ��t:��;: ��'.��:���?��?��� � �' _ = - ----___ _ «_—.. APPRO�Q'AS TO F�M Assis� nt ATTEST: By: Libby Watson Assistant City Manager APPROVAL RECOMMENDED �'�� � �� � Mel dy Mitc ell, A ting Director Parks and Community Services Department - � . ey % /- ' DUNAW ASSOCIATES, L.P.: STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 14 of 14 gy. (�aYl/� . C� � ( (�%�l �, �Z -� �i C�"' N•^, r^, ^� u����;:,1,��'t ����v�o �r� � p'Ii��� ;\'�1 ��^[ �: � Ir',�' i�� i�r"�t(1 I��`.7� U L' `I.C�\:''1:L � 1}�U ��� �.''��,'✓�'�n' ��G� � �� � �''� Dunaway Engineers Planners � Associates, L.P. S���eYo`5 Landscape Architects ATTACHMENT A DA No. 2006276 December 21, 2006 Scott E. Penn, Project Manager Parks and Community Services Department City of Fort Worth 4200 South Freeway, Suite 2200 Fort Worth, Texas 76115-1499 Reference: Proposal for Professional Civil Engineering, Landscape Architectural and Land Surveying Services Gateway Park Soccer Field Development Dear Scott: Dunaway Associates, L.P. (DA) is pleased to submit for your consideration this proposal for professional civil engineering, landscape architectural and land surveying services on the above- referenced project. Based on the City's RFP dated October 27, 2006, which includes the modification of existing construction documents prepared by Dunaway Associates, L.P., dated August 21, 2001. The modification of the documents will allow for the bidding and construction of soccer fields 1 and 2, while eliminating fields 3 and 4 from the documents. In addition to the fields, the revised documents will include fencing (with maintenance gate(s)), access walks, turF and turf establishment, irrigation, parking (per original plans), lighting (fields and parking lot) and typical field amenities (bleachers, etc.). We believe the following scope of services will meet your needs for this project: SCOPE OF WORK Topoqraphic Survev — DA will provide a Topographic Survey of the area defined below. It is DA's understanding that since the preparation of the August 2001 documents that a portion of the parking lot has been constructed, the topographic survey will be limited to field verifying the location and elevations of the constructed portion of the parking lot. The remainder of the proposed work area has remained undisturbed since the 2001 survey, so no topographic survey is anticipated or included as part of this scope of services. One foot interval contours will be development based upon the results of the measurements taken. Existing visible utility facilities will be located and depicted on the face of the survey along with any other visible improvements situated within the defined area. The vertical datum upon which the elevations are based will be the City datum as shown on the existing August 2001 documents. As owner of the property, Client hereby authorizes Surveyor to enter upon the property for the purposes of conducting Surveyor's work thereon. Land Surveying in the State of Texas is regulated by the Texas Board of Professional Land Surveying, Building A, Suite 156, 12100 Park 35 Circle, Austin, Texas 78753, telephone number (512) 239-5263. 1501 Merrimac Circle • Suite 100 • Fort Worth, Texas 76107 Tel: 817335.1 121 • Metro: 817.429.27 35 • Fax: 817335.74: �T�,����^ �� � www.dunawayassociates.com 1 �1 � � ` L Proposal for Professional Civil Engineering, Landscape Architectural and Land Surveying Services Gateway Park Soccer Development December 21, 2006 Page 2 2. Construction Plans and Specifications — DA will prepare construction plans and specifications for the proposed soccer fields (2) and related improvements required for this project. These plans will be signed and sealed by a Registered Professional Civil Engineer licensed in the State of Texas and will be processed with the City of Fort Worth for approval and construction. A tentative list of drawings anticipated to be prepared for this project is as follows: 1 Cover Sheet 2 Site Plan 3 Coordinate Control Plan 4 Coordinate List 5 Water Layout 6 Overall Grading Plan 7 Grading Plan (North) 8 Grading Plan (South) 9 Paving Plan 10 Paving Details 11 Irrigation Plan 12 Irrigation Details 13 Storm Drain Plan & Profile 14 Storm Drain Plan & Profile 15 Erosion Control Plan 16 Electrical Site Plan 17 Lighting Riser Diagrams 18 Single Line Diagram 19 Electrical Details 20 Lighting Pole Mounting Details 21 Electrical Panel Schedules 3. Storm Water Pollution Prevention Plan (SW3P) — DA will prepare a storm water pollution prevention plan template for use by the Owner's contractor. This template will be prepared in accordance with the Texas Commission on Environmental Quality (TCEQ) regulations for the Texas Point Discharge Elimination System (TPDES). It should be noted that it will be the Owner's contractor that will be responsible for completing the information required by the template and for perForming the required inspections and maintenance reports. DA will assist the Owner in completion of the required Notice-of-Intent (NOI) that will need to be filed by both the Owner and the Contractor. 4. Bid Advertisement / Construction Phase — DA will provide Bid Advertisement / Construction Phase services as follows: a. DA will provide original unbound project manuals including, bidding documents, City "boilerplate" and technical specifications, and the sealed, signed original drawing sheets to the City for printing and distribution to the potential bidders. DA will not be responsible for printing or distribution of the bid sets. Proposal for Professional Civil Engineering, Landscape Architectural and Land Surveying Services Gateway Park Soccer Development December 21, 2006 Page 3 b. Attend the pre-bid and pre-construction meetings. c. Provide responses to bidders' questions and prepare necessary addenda. The City will be responsible for addenda distribution. d. Review and respond on Owner's behalf for shop drawing submittals related to elements of the design for which DA is responsible. e. Review and respond to written Requests for Information from Owner's contractor regarding elements of the design for which DA is responsible. Provide plan interpretation and clarification as required. f. Make occasional site visits during construction for a cursory review of progress of construction. The number of site visits included in this scope of work is eight (8). Site visits and meetings requested beyond this number will be billed hourly as an additional service. Please note that DA does not provide construction inspection services. We recommend that you retain your geotechnical engineer or use of city inspectors to provide inspection of the proposed improvements. If this proposal meets with your approval, please prepare the appropriate City contract for execution. We appreciate the opportunity to assist you with this project and look forward to its success. RespectFully submitted, DUNAWAY ASSOCIATES, L.P. a Texa ' ited part , ,r r / . � � Larry P. linn, ASLA Associate Director of Planning and Landscape Architecture LPO:mme 2006276_Prop_CFW_Gateway Pk Soccer_06-1221_LPO.doc By: _ Name: Title: Date: Aqreed & Accepted CITY OF FORT WORTH '�Dunaway Engineers � T Planners D Surveyors Associates, L.l . Landscape Architects ATTACHMENT B COMPENSATION Dunaway Associates, L.P. proposes to provide the above described scope of work for a LUMP SUM fee of $21,000.00 including reimbursable expenses. Please find attached to this proposal our Standard Terms & Conditions for professional services, which is also a part of this proposal. ADDITIONAL SERVICES The following is a partial list of services that are not anticipated to be required for the project and are not proposed to be provided by DA. Some of these services can be provided if they are requested or if it is later determined that they are necessary. In general, additional services will be authorized either by a contract amendment or a separate proposal. 1. Flood Studies for changes to FEMA Flood Maps. 2. Wetlands Delineations and Section 404 permitting through the US Army Corps of Engineers. 3. Redesign efforts related to site plan or building footprint changes after significant design efforts have started are not included. 4. Construction Staking — This service can be provided, if requested, and will be authorized under a separate proposal or included in this one at your option. 5. Surveying services such as boundary surveys and easements by separate instrument are not included unless specifically mentioned in the scope of work. 6. Design of off-site public utility extensions are not included unless specifically listed in the proposed scope of work. 7. Design of off-site paving improvements are not included unless specifically listed in the proposed scope of work. Only those services specifically mentioned in the Scope of Work section are offered as a part of this proposal. 2006276_Prop-Attach B_CFW_Gateway Pk Soccer_07-0110_LPO.doc 1501 Merrimac Circle • Suite 100 • Fort Worth, Texas 767 07 Tel: 817335.1121 • Metro: 817.429.2135 • Fax: 817.335.7� ATTACHMENT B www.dunawayassociates.com Gateway Park Soccer Field Development Detailed Fee Breakdown Survey of Parking Lot DA Sheet Modifications Storm Drain Review Electrical Sheet Modifications SWPPP Specs Meetings CA Reimbursables Total $1,800.00 $6,600.00 $2,900.00 $2,200.00 $2,000.00 $500.00 $750.00 $3,750.00 $500.00 $21,000.00 Gateway Park Soccer Field Development Document Production Schedule Survey of Parking Lot Construction Documents - 90% Storm Drain Review PACSD Review of 90% CD's Construction Documents - 100°/a Jan. 15, 2007 Jan. 25 - Feb. 16, 2007 Jan. 25 - Feb. 8, 2007 Feb. 19 - Feb. 23, 2007 Feb. 26 - Mar.8, 2007 Submit 100% CD's to PACSD Mar. 9, 2007 ACO�D CERTIFICATE OF LIABILITY INSURANCE DATE TM O 1/11/2007 PRODUCER McLaughlin Brunson Insurance Agency, LLP THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 9535 Forest Lane HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Suite 118 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dallas TX 75243 INSURERS AFFORDING COVERAGE INSURED Dunaway Associates, L.P. INSURER A: � S eC181 Insurance Com an 1501 Merrimac Circle wsuReR e: St. Paul Mercu Insurance Com an Suite 100 INSURER C: FOiC WOI'tIl 'I'X 761�7 INSURERD: INSURER E: COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TypE OF INSURANCE POLICY NUMBER P�LICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY FIRE DAMAGE M one fire S CLAIMS MADE � OCCUR MED EXP An one erson S PERSONAL & ADV INJURY $ GENERALAGGREGATE $ GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG § POLICY PR� LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO (Ea accident) '� ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) � HIREDAUTOS BODILY INJURY NON-OVYNED AUTOS (Per accident) � PROPERTY DAMAGE � (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT 5 ANY AUTO OTHER THAN � ACC 5 AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE S OCCUR � CLAIMS MADE AGGREGATE 5 5 DEDUCTIBLE � RETENTION 5 � B WORKERS COMPENSATION AND BW02196052 06/16/2006 06/16/2007 X � STATU- OTH- EMPLOYERS' LIABILITY 1 OOO OOO E.L. EACH ACCIDENT S > o E.L.DISEASE-EAEMPLOYE $ 1�000�000 E.L. DISEASE - POLICY LIMIT 3 L�OOO�OOO A orHeaprofessional/ CPL DPR9418778 04/28/2006 04/28/2007 $2,000,000 Per Claim (Contractors Pollution $4,000,000 Annual Aggregate Liability) DESCRIPTION OF OPER.4TIONS/LOCATIONSNEHICLESlEXCLUSIONS ADDED 8Y ENDORSEMENT/SPECIAL PROVISIONS RE: 2006276 - DALP PE: LPO The claims made professional liability coverage is the total aggregate limit for all claims presented within the annual policy period and is subject to a deductible. CERTIFICATE HOLDER ADDITIONAL INSURED• INSURER LETfER: _ CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION C1YY Of FOiC WOiCIl DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN IOOO TI1T'OCkIT101't011 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 8UT FAILURE TO DO SO SHALL FOPt WOTCIl TX %SIOZ IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE �� ACORD 25-S f7/971 OACOR CORPORATION 1988 OP ID T DATE (MM/DDIYYYY) ACORD CERTIFICATE OF LIABILITY INSURANCE DUNAW-1 o�i��io� PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Wortham Insurance & Risk Mgt HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1600 West Seventh Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Fort Worth TX 76102-2505 Phone: 817-336-3030 Fax:817-336-8257 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA: St. PdLll. Travelers INSURER B: Dunaway Associates L. P. INSURERC: 1501 M-errimac Circ�E INSURER D: Fort Worth TX 76107 INSURER E: CnVFRArFR 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR NSR TYPE OF INSURANCE DATE MMIDD/YY DATE MMIDD/YY GENERALLIABILITY EACHOCCURRENCE $ ZOOOOOO A X X COMMERCIALGENERALLIABILIiY BK02148704 06/16/06 06/16/07 PREMISES(Eaoccurence) � 3��0�� CLAIMS MADE � OCCUR MED EXP (Any one person) 3 1 � � 0 � X Contractual L13b. PERSONALBADVINJURY S 100�000 GENERALAGGREGATE $ 2000000 GEN'L AGGREGATE LIMff APPLIES PER: PRODUCTS - COMPlOP AGG $`2 OO O OOO POLICY X JECT LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A X X ANYAUTO BA02157847 06/16/06 06/16/07 (Eaaccident) � 100���� ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY j{ NON-OWNED AUTOS (Per accident) � PROPERN DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT 3 ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLALIABILITY EACHOCCURRENCE $ �LOOOOOO j1y X OCCUR � CLAIMSMADE BK02148704 06/16/06 06/16/07 AGGREGATE $ 2��0��� s DEDUCTIBLE � X RETENTION S ZOOOO � WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L EACH ACCIDENT 8 OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYE 5 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMff $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISION5 Job Name: Gateway Park Soccer Improvements Job #: 2006276 DALP PE: LPO Certificate hoder is shown as additional insured and is provided a waiver o£ subrogation on the General Liability and Automobile policies. CERTIFICATE HOLDER City o£ Fort Worth 1000 Throckmorton Fort Worth TX 76102 (;HN(;tLLHI IVN CITYOFE SHOLILD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATI( DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 4 5 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATiVES. O ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.