Loading...
HomeMy WebLinkAboutContract 35213�f�Y ��CR�T��1f1 C;(�(�,��"��AC`; � G�.��3 , ;, ` ! CITY OF FORT WORTH, TEXAS - STANDARD AGREEMENT FOR CONSULTANT SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Gorrondona & Associates, Inc. (the "CONSULTANT"), for a PROJECT generally described as: Professional Land Surveying Services along Dirks Road from Bryant Irvin Road to Granbury Road. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The CONSULTANT's compensation is set forth in Attachment B. Article III ierms of Payment Payments to the CONSULTANT will be made as follows: A. Invoice and Payment (1) The CONSULTANT shall provide the CITY sufficient documentation to reasonably substantiate the invoices. (2) The CONSULTANT will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (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 CONSULTANT for billings contested in good faith within 60 days of the amount due, the CONSULTANT may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the - ---�_-- - , _ ) ,, CONSULTANT CONTRACT (REV 4/14/05) c�� I�i I l ���� �, ;� ��� "� l. d f J��,' �. �; V �'. cl Page 1 of 15 F. — :,i2/'i� I1�C�j �' �p!� "•. �5 � nJ'�� U��•I ' I I i e 6 c's� c,;v J. v �4;�, �h: U � Y :;,n ��� ����': � ��i���� j �L %�, L - event of suspension of services, the CONSULTANT shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the CONSULTANT Amendments to Article IV, if any, are included in Attachment C. A. General The CONSULTANT will serve as the CITY's professional surveying representative under this Agreement, providing professional land surveying consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the CONSULTANT's services will be the degree of skill and diligence normally employed in the State of Texas by professional land surveyors performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The CONSULTANT 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 surveying work to be performed hereunder. The CONSULTANT 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 CONSULTANT. D. Preparation of CONSULTANT's Drawings The CONSULTANT 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 CONSULTANT shall not be liable for the use CONSULTANT CONTRACT (REV 4/14/05) Page 2 of 15 of such drawings for any project other than the PROJECT described herein. E. CONSULTANT's Personnel at Construction Site (1) The presence or duties of the CONSULTANT's personnel at a construction site, whether as on-site representatives or otherwise, do not make the CONSULTANT 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 CONSULTANT 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 CONSULTANT 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 CONSULTANT be construed as requiring CONSULTANT 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 CONSULTANT should make an on-site observation(s), on the basis of such on-site observations, if any, the CONSULTANT shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of CONSULTANT 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 CONSULTANT 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 CONSULTANT shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. CONSULTANT CONTRACT (REV 4/14/05) Page 3 of 15 (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the CONSULTANT 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 CONSULTANT makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the CONSULTANT's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the CONSULTANT to the CITY for periodic construction progress payments to the construction contractor will be based on the CONSULTANT'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 CONSULTANT 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 CONSULTANT 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 CONSULTANT is not responsible for any errors or omissions in the information from others that are incorporated into the record drawings. Minority and Woman Business Enterprise (M/WBE) 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. CONSULTANT 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 CONSULTANT 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) CONSULTANT CONTRACT (REV 4/14/05) Page 4 of 15 years. J. Right to Audit (1) CONSULTANT agrees that the CITY shall, until the expiration of three (3) 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 CONSULTANT involving transactions relating to this contract. CONSULTANT agrees that the CITY shall have access during normal working hours to all necessary CONSULTANT 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 CONSULTANT reasonable advance notice of intended audits. (2) CONSULTANT 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 subconsultant reasonable advance notice of intended audits. (3) CONSULTANT and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse CONSULTANT for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. CONSULTANT's Insurance (1) Insurance coverage and limits: CONSULTANT 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 CONSULTANT CONTRACT (REV 4/14/05) Page 5 of 15 $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 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 CONSULTANT has obtained all required insurance shall be delivered to the CITY prior to CONSULTANT 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 documentation requirements. part of the CITY to request required insurance shall not constitute a waiver of the insurance (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. , � �, . CONSULTANT CONTRACT (REV 4/14/05) �� � � ' � I �� � � � I )� � . . . . . d �, �_ J ?�: � Page 6 of 15 � --,,i ;. { •;�j; y "�11r71��.;�ti' _ J;i L� Cd S�� i`. L� l�s� :��: �1 �? ''":''^ `":ljii u ���{ � r�� .:,��. 3 �- � Such terms shall be endorsed onto CONSULTANT's insurance policies. Notice shall be sent to the respective Department Director Robert Goode, P.E., 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 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. (f) 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 CONSULTANT's insurance policies including endorsements thereto and, at the CITY's discretion, the CONSULTANT 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. (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) Subconsultants and subcontractors to/of the CONSULTANT shall be required by the CONSULTANT to maintain the same or reasonably equivalent insurance coverage as required for the CONSULTANT. When sub consultants/subcontractors maintain insurance coverage, CONSULTANT shall provide CITY with documentation thereof on a CONSULTANT CONTRACT (REV 4/14/05) Page 7 of 15 certificate of insurance. L. Independent Consultant The CONSULTANT agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The CONSULTANT 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 CONSULTANT 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 CONSULTANT 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 CONSULTANT 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 surveying practice standards which the CONSULTANT should have been aware of at the time this Agreement was executed, the CONSULTANT 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 CONSULTANT could not have been reasonably aware of, the CONSULTANT 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. CONSULTANT CONTRACT (REV 4/14/05) Page 8 of 15 A. CITY-Furnished Data The CITY will make available to the CONSULTANT all technical data in the CITY's possession relating to the CONSULTANT's services on the PROJECT. The CONSULTANT may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the CONSULTANT as required for the CONSULTANT's performance of its services and will provide labor and safety equipment as required by the CONSULTANT for such access. The CITY will perform, at no cost to the CONSULTANT, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the CONSULTANT'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 CONSULTANT's services or PROJECT construction. D. Timely Review The CITY will examine the CONSULTANT'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. E. Prompt Notice The CITY will give prompt written notice to the CONSULTANT whenever CITY observes or becomes aware of any development that affects the scope or timing of the CONSULTANT's services or of any defect in the work of the CONSULTANT or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges CONSULTANT will perForm part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that CONSULTANT had no prior role in the generation, treatment, storage, or disposition of such materials. CONSULTANT CONTRACT (REV 4/14/05) Page 9 of 15 �2) G. In consideration of the associated risks that may give rise to claims by third parties or employees of CITY, CITY hereby releases CONSULTANT from any damage or liability related to the presence of such materials. 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 CONSULTANT's negligence or if CONSULTANT 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 CONSULTANT's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the CONSULTANT for contractor's negligence. � (1) �2) Contractor Claims and Third-Party Beneficiaries 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 CONSULTANT, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the surveying services perFormed. Only the CITY will be the beneficiary of any undertaking by the CONSULTANT." This AGREEMENT gives no rights or benefits to anyone other than the CITY and the CONSULTANT 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) � (1) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against CONSULTANT. CITY's Insurance 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 CONSULTANT a copy of the policy or documentation of such on a certificate of insurance. ���- - --_- - CONSULTANT CONTRACT (REV 4/14/05) Page 10 of 15 , ,, � , , . � I � ;� J� � � 1�J�.1 � ���� � !'-� � '� (r L=, G I 0�1? ''�J�1ti' ��':;?����F:U , ,, ri:n � �1 I `�?'" "�q •���n i;[� !��( ;' � `�:,�;�� ''rl� J��v� �_ �._ (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 CONSULTANT 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 CONSULTANT, 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 CONSULTANT'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 CONSULTANT shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the C17Y. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the CONSULTANT, 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 CONSULTANT will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The CONSULTANT 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. CONSULTANT. CONSULTANT CONTRACT (REV 4/14/05) Page 11 of 15 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 CONSULTANT 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 CONSULTANT will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of CONSULTANT's work product; b.) Out-of-pocket expenses for purchasing storage containers, microfilm electronic data files, and other data storage supplies or services; c.) The time requirements for the CONSULTANT'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 CONSULTANT 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 CONSULTANT 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 CONSULTANT's personnel and subcontractors, and CONSULTANT's compensation will be made. F. Indemnification (1) The CONSULTANT 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 CONSULTANT, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the CONSULTANT 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 between CONSULTANT CONTRACT (REV 4(14/05) Page 12 of 15 the CONSULTANT 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 CONSULTANT, 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. J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and CONSULTANT arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or CONSULTANT 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 CONSULTANT CONTRACT (REV 4/14/05) Page 13 of 15 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 CONSULTANT 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. CONSULTANT 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 (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) CONSULTANT CONTRACT (REV 4/14/05) Page 14 of 15 ATTEST: � Marty Hendri City Secretary APPROVED AND LEGP�k Amy Ra Assistar ATTEST: TO FORM Attorney C � - � � ���� � Cont�r_����-. �uthozl.x��-io� s.-= �-_ �" � � -�� —= - _ �s�tF? CONSULTANT CONTRACT (REV 4/14/05) Page 15 of 15 CITY OF FORT WORTH �� % '� ��y �, ��c.r' Marc Ott Assistant City Manager APPROVAL RECOMMENDED: % � Robert Goode, P.E., Director Transportation/Public Works GORRONDONA & ASSOCIATES, I Brad J. G� President , R.P.L �� � 'fl�J�.; J%�: � :�l �';`��'��'��'�t � �'''1��' r'��' �ia i'��1.�� � vi� `� V �;!1�, , �!Y + �� ,.''','� ,�, I � � J I!� Lc<:�!1.�l1) ������i ATTACHMENTS A AND B Go��orid.o�aa. � �soc�.a$e�, ��c. Land Surveying � Subsurface Utility Engineering � Utility Coordination March 2, Zoa� City of Fort Worth Engineering Department �,itn; Mr. Bryan Beck 1000 Throckmorton Street Fort Worth, Texas 76102 Re: NOR'T� T�XAS '�O�LWA�' A�JTHOIaI�Y, �,'�'A N�SA �Y.VD. Dear Mr. Becic Gorrondona & Associates, Inc. (GAl) is pleased to surveying services for the above referenced project. are to be provided by Gonondona & Assoc., Inc.: submit this proposal for professional land The following itemized surveying services I. RIG�T-OF-WAY/PARCEI� ACQUdSITIOIvt SURVE�'ING 1� g���i �D R�gEARC�[ - Research properiy owners and obtain copies of subdivision plat and ownership deeds. $ 500.Qn A1V�O�TNT 2.) RIGHT-OF-WAX M1ii' - Locate property comers and prepare a right-of-way map of the existing and proposed right-of-way showing lots numbers, ownership with recording information and all of the parcels of land affected by the project. Deliverables include a right- of-way map to overlay onto the topographic survey prepared in Microstation along with copies of deeds, subdivision plats and fi.ax ownership information. � 4,500.00 AIVIOUNT 3.) IZ�Gg'T-O�'-WAY IDOCUM�N'T PR�PAItATION - Prepare three (3) right-of-way acquisition documents that include a legal description with exhibit to City of Fort Worth standards, Stake corners of the proposed parcel talcings in tlie field. An additional fee of $1,800.00 will be required for additional right-of-way document preparation. $ 5,400.00 AIYIOUN'P 4.} ANN�XA`I`ION ]�OCTJII�NTS - Prepare a legal description with e�ibit for the City of Fort Worth to annex the area including Alta Mesa Boulevard. AMOY]NT � �,000.00 '�OTAL FE]C5 FOR D�SIGN SITRVEYIlVG $ 14,400.00 �, SUBSLIR�+'ACE U�ILT� ENGIN�ERIlVG 1,) GEIV�IZAL SiTE SCQPE - SiTE is in essence a two-phase process, designating and locating as defined in ASCE Publication CTIASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data). The first phase, designating (QL "B), provides the horizontal (x, y) information necessary to oVerlay existing utilities on plan sheets, and is completed by means of electronic geophysical prospecting. The second phase; locating (QL "A"), provides vertical (z) information by means of non-deshvctive vacuum excavation methods. 6707 8rentwood 5tair Road = 5uile 50 � Fort Worth, Texas 76112 � 617.496.1424 • Fax 817.496.1766 p www.ga-inc.net �o���r��o�a � ���cP�te�y ���o Land Surveying � Subsurface Utility Engineering ^ Utility Coordination It is our responsibility to provide due-diligence in regards to records research (QL "D") and acquisition of available utility records. The due-diligence provided will consist of contacting the applicable "one-call" agency and acquiring/reviewing available utility records from utility owners, including local municipalities. Utilities that are not part of the "one call" system, or not shown in the available utility records will be here forth referred to as "unlcnown" utilities. Gorrondona & Associates, Inc. will scan the defined work area using electronic prospecting equipment to search for "twlcnown" utilities. However, Gorrondona & Associates, Inc. is not responsible for designating and locating these "unknown" utilities. ,) PROJEC'T SP�CIFIC SCOPE - Based on infortnation obtained during our plan review, we ha�e developed a preliminary scope for the SLTE work required for this praject. The scope of work may be modified, with Carter & Burgess concurrence, during the performance of the SUB fieldwork if warranted by actual field findings. Our general scope of work involves designating (QL"B) utilities along the proposed alignment of Alt� Mesa Boulevard. The limits of work are including the intersection of Bryant Irving Blvd. and extend easterly along Alta Mesa to Granbury Road. AMO�TNT $ 25,000.00 Additionally, we have included eight (8} test holes so that vertical information can be obtained at locations requested by Carter & Burgess. We have assumed tbat all test hole locations are accessible to tuck-mounted vacuum excavation equipment. AMOTTIVT $ 6,500.00 Following designating, we will prepare field sketches depicting the designated utilities. These slcetches will be used as a reference during surveying and during review the survey information. Gorrondona & Associates, rnc. can provide the above professional land surveying services for a fee of $39,400.00. If you have any questions or require additional information please contact me at (817) 496-1424. Sincerely, �OgRONI�ONA � Brad 3. Go o� President � A� CIATES, IIVC. R.P.L.S. 6707 Bren(,r�ood Stair Roatl � Suite 50 � Fort Worih, Texas 76112 � 817.496.1424 � Fax 817.496,1766 • wv�vd.ga-inc.net Page 1 of 1 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 4/10/2007 DATE: Tuesday, April 10, 2007 LOG NAME: 20DIRKSSURVEY REFERENCE NO.: **C-22048 SUBJECT: Authorize Execution of an Agreement with Gorrondona & Associates, Inc., for Professional Land Surveying Services along Dirks Road from Bryant Irvin Road to Granbury Road RECOMMENDATION: It is recommended that the City Council Authorize the City Manager to execute an agreement with Gorrondona & Associates, Inc., in the amount of $45,900 for professional land surveying services along Dirks Road from Bryant Irvin Road to Granbury Road. DISCUSSION: On January 9, 2007, M&C G-15571 the City Council authorized the sale of $42,325,000 Certificates of Obligation for the purpose of funding part of the Critical Capital Needs Program. That amount included $1,400,000 for the surveying and engineering for the reconstruction of Dirks Road as a six-lane divided road from Bryant Irvin Road to Granbury Road. The proposed agreement with Gorrondona & Associates for right-of-way surveys and subsurface utility investigations is needed so that design engineering can proceed. Staff considers the fee to be fair and reasonable for the scope of services to be performed. M/WBE participation has been waived because of limited subcontracting opportunities with this particular assignment. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that that funds are available in the current capital budget, as appropriated, of the 2007 Critical Capital Projects Fund. TO Fund/AccountlCenters FROM Fund/AccountlCenters C295 531200 203230076850 $45,900.00 Submitted for City Manager's Office bv: Originating Department Head: Marc Ott (8476) Robert Goode (7804) Additional Information Contact: Tom Leuschen (2442)