HomeMy WebLinkAboutContract 43512 (2)gECIRIETMY
c±,
CITY OF FORT WORTH, TEXAS
STANDARD AGREFMENT FOR ENGINEERING RELATED DESIGN SFRVICFS
This AGREEMENT is between the City of Fort Worth, a Texas home -rule municipality
(the "CITY"), and Freese and Nichols, Inc., authorized to do business in Texas, (the
'ENGINEER"), for a PROJECT generally described as: Lake Worth Phase II Dredging
Design, Construction Phase Services and Lake Worth Dam O&M Manual.
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 E.
Article III
Terms of Payment
Payments to the ENGINEER will be made as follows:
A.
Invoice and Payment
(1) The Engineer shall provide the City sufficient documentation, including but not
limited to meeting the requirements set forth in Attachment D to this
AGREEMENT, to reasonably substantiate the invoices.
(2) The ENGINEER 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 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_.GRFEMENT until
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 11.29.2011
Page 1 of 14
OFFICIAL RECORD
CITY SECRETARY
FT. WORTS TX
paid in full. 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.
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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 11.29.2011
Page 2 of 14
D. Preparation of Engineering Drawings
The ENGINEER will provide to the CITY the original drawings of all plans in ink
o n 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
u se 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.
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
o r its personnel in any way responsible for those duties that belong to the CITY
and/or the CITY's construction contractors or other entities, and do not relieve
the construction contractors or any other entity of their obligations, duties, and
responsibilities including, but not limited to, all construction methods, means,
techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract
Documents and any health or safety precautions required by such construction
work The ENGINEER and its personnel have no authority to exercise any
control over any construction contractor or other entity or their employees in
connection with their work or any health or safety precautions.
(2) Except to the extent of specific site visits expressly detailed and set forth in
Attachment A, the ENGINEER or its personnel shall have no obligation or
responsibility to visit the construction site to become familiar with the progress
or quality of the completed work on the PROJECT or to determine, in general, if
the work on the PROJECT is being performed in a manner indicating that the
PROJECT, when completed, will be in accordance with the Contract
Documents, nor shall anything in the Contract Documents or 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
the ENGINEER makes on -site observation(s) of a deviation from the Contract
Documents, the ENGINEER shall inform the CITY.
(3)
When professional certification of performance or characteristics of materials,
systems or equipment is reasonably required to perform the services set forth
in the Scope of Services, the ENGINEER shall be entitled to rely upon such
certification to establish materials, systems or equipment and performance
criteria to be required in the Contract Documents.
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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 11.29,2011
Page 3 of 14
(2) In providing opinions of cost, financial analyses, economic feasibility
projections, and schedules for the PROJECT, the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation or
maintenance costs competitive bidding procedures and market
conditions; time or quality of performance by third parties; quality, type
management, or direction of operating personnel; and other economic
and operational factors that may materially affect the ultimate PROJECT
cost or schedule. Therefore, the ENGINEER makes no warranty that the
CITY's actual PROJECT costs, financial aspects economic feasibility, or
schedules will not vary from the ENGINEER's opinions, analyses,
projections, or estimates.
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 (M/WBE) Participation
In accord with City of Fort Worth Ordinance No. 15530, as amended, 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 accepted written commitment to
M/WBE participation. Any misrepresentation of facts (other than a negligent
City of Fort Worth, Texas
Standard Agreement for Engineer ng Related Design Services
PMO Official Release Date: 11.29 2011
Page 4 of 14
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 five (5) years after
final payment under this contract have access to and the right to examine and
photocopy any directly pertinent books, documents papers and records of the
ENGINEER involving transactions relating to this contract ENGINEER agrees
that the CITY shall have access during normal working hours to all necessary
ENGINEER facilities and shall be provided adequate and appropriate work
space in order to conduct audits in compliance with the provisions of this
section. The CITY shall give ENGINEER reasonable advance notice of
intended audits.
(2) ENGINEER further agrees to include in all its subconsultant agreements
hereunder a provision to the effect that the subconsultant agrees that the CITY
shall, until the expiration of five (5) years after final payment under the
subcontract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of such subconsultant,
involving transactions to the subcontract, and further, that the CITY shall have
access during normal working hours to all subconsultant facilities and shall be
provided adequate and appropriate work space, in order to conduct audits in
compliance with the provisions of this article together with subsection (3)
hereof CITY shall give subconsultant reasonable advance notice of intended
audits.
(3)
ENGINEER and subconsultant agree to 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. INSURANCE
(1) ENGINEER'S INSURANCE
a. Commercial General Liability — the ENGINEER 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.
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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 11.29,2011
Page 5 of 14
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.
ii. ENGINEER 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 ENGINEER 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 ENGINEER 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 ENGINEER
pursuant to this agreement or under any applicable auto physical
damage coverage.
c. Workers' Compensation —ENGINEER 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 ENGINEER 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
ENGINEER pursuant to this agreement.
d. Professional Liability — the ENGINEER 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 Engineering Related Design Services
PMO Official Release Date: 11.29.2011
Page 6 of 14
(2) GENERAL INSURANCE REQUIREMENTS
a. 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.
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 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.
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
City of Fort Worth, Texas
Standard Agreement for Engineer ng Related Design Services
PMO Official Release Date: 11.29 2011
Page 7 of 14
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 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
The ENGINEER acknowledges to the CITY that it has made full disclosure in
writing of any existing conflicts of interest or potential conflicts of interest
including personal financial interest, direct or indirect, in property abutting the
proposed PROJECT and business relationships with abutting property cities.
The ENGINEER further acknowledges that it will make disclosure in writing of
any conflicts of interest that develop subsequent to the signing of this contract
and prior to final payment under the contract
N. Asbestos or Hazardous Substances
(1) If asbestos or hazardous substances in any form are encountered or
suspected, the ENGINEER will stop its own work in the affected portions of
the PROJECT to permit testing and evaluation.
(2) If asbestos or other hazardous substances are suspected, the CITY may
request the ENGINEER to assist in obtaining the services of a qualified
subcontractor to manage the remediation activities of the PROJECT.
O. Permitting Authorities - Design Changes
If permitting authorities require design changes so as to comply with published
design criteria and/or current engineering practice standards which the
ENGINEER should have been aware of at the time this Agreement was
executed, the ENGINEER shall revise plans and specifications, as required at
its own cost and expense. However, if design changes are required due to the
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 11.29,2011
Page 8 of 14
changes in the permitting authorities' published design criteria and/or practice
standards criteria which are published after the date of this Agreement which
the ENGINEER could not have been reasonably aware of, the ENGINEER
shall notify the CITY of such changes and an adjustment in compensation will
be made through an amendment to this AGREEMENT.
P. Schedule
ENGINEER shall manage the PROJECT in accordance with the schedule
developed per Attachment D to this AGREEMENT.
Article V
Obligations of the City
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 Property
The CITY will make its facilities accessible to the ENGINEER as required for
the ENGINEER's performance of its services The CITY will perform, at no
cost to the ENGINEER such tests of equipment, machinery, pipelines, and
other components of the CITY s facilities as may be required in connection with
the ENGINEER's services. The CITY will be responsible for all acts of the
CITY's personnel.
C. Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services, the CITY will obtain,
arrange, and pay for all advertisements for bids; permits and licenses required
by local, state, or federal authorities; and land, easements, rights -of -way, and
access necessary for the ENGINEER's services or PROJECT construction.
D Timely Review
The CITY will examine the ENGINEER's studies, reports, sketches drawings
specifications proposals, and other documents; obtain advice of an attorney,
insurance counselor, accountant, auditor, bond and financial advisors, and
other consultants as the CITY deems appropriate; and render in writing
decisions required by the CITY in a timely manner in accordance with the
project schedule prepared in accordance with Attachment D.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 11.29,2011
Page 9 of 14
Prompt Notice
The CITY will give prompt written notice to the ENGINEER whenever CITY
observes or becomes aware of any development that affects the scope or
timing of the ENGINEER's services or of any defect in the work of the
ENGINEER or construction contractors.
F. Asbestos or Hazardous Substances Release.
(1) CITY acknowledges ENGINEER will perform part of the work at CITY's
facilities that may contain hazardous materials, including asbestos
containing materials, or conditions, and that ENGINEER had no prior role
in the generation, treatment, storage or disposition of such materials In
consideration of the associated risks that may give rise to claims by third
parties or employees of City City hereby releases ENGINEER from any
damage or liability related to the presence of such materials.
(2) The release required above shall not apply in the event the discharge,
release or escape of hazardous substances, contaminants, or asbestos is a
result of ENGINEER's negligence or if ENGINEER brings such hazardous
substance, contaminant or asbestos onto the project.
G Contractor Indemnification 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.
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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 11.29.2011
Page 10 of 14
(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.
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.
Changes
The CITY may make or approve changes within the general Scope of Services
in this AGREEMENT. If such changes affect the ENGINEER's cost of or time
required for performance of the services, an equitable adjustment will be made
through an amendment to this AGREEMENT with appropriate CITY approval.
Article VI
General Legal Provisions
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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 11,29,2011
Page 11 of 14
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.
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 that prevent ENGINEER 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 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 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
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 electronic data files and other
data storage supplies or services;
c.) The time requirements for the ENGINEER'S personnel to document the
work underway at the time of the CITY'S termination for convenience so
that the work effort is suitable for long time storage.
(3) Prior to proceeding with termination services, the ENGINEER will submit
to the CITY an itemized statement of all 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.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 11,29,2011
Page 12 of 14
F. Indemnification
In accordance with Texas Local Government Code Section 271.904, the
ENGINEER 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 ENGINEER or ENGINEER s agent,
consultant under contract, or another entity over which the ENGINEER
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 ENGINEER, and their
officers, employees, agents, and subcontractors
1. 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. 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
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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 11.29 2011
Page 13 of 14
considered. ENGINFFR 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 e Compensation
Attachment C - Amendments to Standard Agreement for Engineering Services
Attachment D - Project Schedule
Attachment E - Location Map
Executed and effective this thea747 day o . , 20
ATTEST:
Mai); Kayser
City Secretary
0
0
0
4p
00.
APPROVED AS TO FORM AND L
l`rI
By: A%
bhrista
ynolds
pi/
Assistant City Attorney
M&C No.: L., -sio(J /07
M&C Date: ee) )1 0 %/ Y
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 11.29.2011
Page 14 of 14
asiryanati.44.,c1TY OF FORT WORTH
04Cre- aky;.7z1z2,
y,„. A
60.4:01ro°
tat a
0 #
otm-i Fernando Costa
8Mci
00 ssistant City Manager
PROVAL RECOMMENDED
•
Frank Crumb, P.E.
Director, Water Department
Freese and Nichols, Inc.
By:
0_4v
Ron King, P.E.
Denton Office Manage" "r
Attachment A
Scope of Services
BASIC SERVICES
A. DREDGING FINAL DESIGN, PHASE II DREDGING
This design will include the dredging design of the following areas: E, D, G, remainder H,
remainder I, K, overdredging, and boat channels up to private docks. This scope assumes
that the Phase II dredging will be done by the current contractor of Phase I dredging, and
that the contractor will be authorized by change order. Contract documents, additional
specifications, and advertise/bid/award services are not included in this scope. If these items
are required, they can be provided for additional fee.
The following services will be provided for the Phase II dredging design:
1. Attend a kickoff meeting with the City to review the preliminary design
information and determine the scope and delineation of the areas to be
dredged. Discuss schedule and any special project requirements.
Perform site visits as needed to review special considerations in the field.
Assist the OWNER with meetings with private dock owners to determine
dredging details in front of individual docks
4. Coordinate construction plans and change order documents with
environmental permitting requirements.
5. Attend up to 4 progress meetings during the design with the City to discuss
project status and work through questions and issues on the project.
6. Prepare 50%, 90% and final plans for the Phase II design. Provide design
and criteria for the following:
a. Cover sheet and general notes, as needed
b. Overall additional areas layouts
c. Dredge area limits and grading plans
d. Typical grading cross sections
e. Special details for working near docks
f. Standard construction details
7. Provide the City with 5 hard copies of the 50%, 90% and 100% plans.
8. Prepare detailed dredging quantity estimates.
9. Prepare change order documents for the Phase II dredging and negotiate
pricing for the work on behalf of the OWNER
A-1
10. Upon final agreement on the change order, finalize the change order
documents, route the documents for signatures, and provide 5 copies each to
the OWNER and Contractor.
B. CONSTRUCTION PHASE SERVICES FOR PHASE II DREDGING
Upon completion of the change order documents execution, FNI will proceed with the
performance of construction phase services as described below. FNI will endeavor to protect
City in providing these services however, it is understood that FNI does not guarantee the
Contractor's performance, nor is FNI responsible for supervision of the Contractor's
operation and employees. FNI shall not be responsible for the means, methods, techniques,
sequences or procedures of construction selected by the Contractor, or any safety
precautions and programs relating in any way to the condition of the premises, the work of
the Contractor or any Subcontractor. FNI shall not be responsible for the acts or omissions
of any person (except its own employees or agents) at the Project site or otherwise
performing any of the work of the Project.
If general conditions other than FNI standards are used, the City agrees to include provisions
in the construction contract documents that will require the construction contractor to include
FNI and their subconsultants on this project to be listed as an additional insured on
contractor s insurance policies.
1. Attend up to 5 additional progress meetings during construction.
2. Assist City in reviewing the Contractor's scheduling and sequence plan
needed to accomplish the additional dredging areas.
3. Establish and maintain a project documentation system consistent with the
requirements of the construction contract documents. Monitor the processing
of contractor's submittals and provide for filing and retrieval of project
documentation. Review contractor s submittals, including, requests for
information modification requests, shop drawings, schedules, and other
submittals in accordance with the requirements of the construction contract
documents for the projects. Monitor the progress of the contractor in sending
and processing submittals to see that documentation is being processed in
accordance with schedules.
4. Make up to 5 additional visits during construction, appropriate to the stage of
construction to the site (as distinguished from the continuous services of a
Resident Project Representative) to observe the progress and the quality of
work and to attempt to determine in general if the work is proceeding in
accordance with the Construction Contract Documents. In this effort FNI will
endeavor to protect the City against defects and deficiencies in the work of
Contractors and will report any observed deficiencies to City. Visits to the site
in excess of the specified number are an additional service
It is understood that the City will provide resident project representation
services with City staff, and this is not in FNI's services.
A-2
5. Notify the contractor of non -conforming work observed on site visits. Review
quality related documents provided by the contractor such as test reports,
equipment installation reports or other documentation required by the
Construction contract documents.
Interpret the drawings and specifications for City and Contractor.
Investigations, analyses, and studies requested by the Contractor and
approved by OWNER, for substitutions of equipment and/or materials or
deviations from the drawings and specifications is an additional service.
7. Assist the City with preparation of a plan and grid system for measurement
and calculation of field construction quantities.
8. Receive field quantity measurements from the City and/or Contractor and
review or calculate quantities to be used in the Contractor's monthly pay
estimates. This shall also include attendance during field measurements
when needed.
FNI environmental personnel will attend up to 2 additional site visits during
construction to assist with any issues or questions associated with
environmental testing or permit compliance.
10. Conduct, in company with City's representative, a final review of the Project
for conformance with the design concept of the Project and general
compliance with the Construction Contract Documents. Prepare a list of
deficiencies to be corrected by the contractor before recommendation of final
payment. Assist the City in obtaining legal releases, permits, and warranties
from the contractor. Review and comment on the certificate of completion and
the recommendation for final payment to the Contractor(s). Visiting the site to
review completed work in excess of two trips are an additional service.
11. Revise the construction drawings in accordance with the information furnished
by construction Contractor(s) reflecting changes in the Project made during
construction. Two (2) sets of prints of "Record Drawings" shall be provided by
FNI to City. It is intended that these drawings will be included in with the
Record Drawings for the Phase I dredging.
C. LAKE WORTH DAM OPERATIONS AND MAINTENANCE MANUAL
The purpose of this is to document and develop a manual and procedures for the operations
and maintenance of Lake Worth Dam, in accordance with Texas Commission on
Environmental Quality, Chapter 299 — Dams and Reservoirs requirements.
1. Attend a kickoff meeting with the City to discuss project scope, schedule and
budget. Prepare and distribute meeting minutes.
2. Obtain any existing as -built record drawings and data to determine existing
dam and appurtenances.
A-3
Obtain any existing reports and studies of the dam, including any inspections
and O&M information.
4. Conduct a site visit, along with Lake Worth maintenance staff, to observe the
overall condition of the dam and to gather information on O&M activities. This
site visit does not include a detailed dam inspection.
5. Meet with Lake Worth maintenance staff to review existing operational and
maintenance practices and procedures and to discuss any desired
adjustments to these practices and procedures.
6. Prepare O&M manual recommendations and exhibits, including:
a. Pertinent drawings of dam
b. Inspection guidelines and checklists
c. Maintenance guidelines and schedule
d. Readings of existing piezometer instrumentation and evaluation
e. discussion of on -site security systems
7 Prepare the draft O&M manual and submit up to 5 copies of it to the City for
review.
8. Attend a meeting with City staff to present the draft O&M manual, and obtain
comments on it.
9. Incorporate City comments, and prepare the final O&M manual. Deliver one
electronic pdf copy and 10 hard copies of the final O&M manual to the City.
ADDITIONAL SERVICES
Additional Services which can be performed by FNI, if authorized by City which are not
included in the above described services, are described as follows. If any of these services
are requested by the City, FNI will submit a scope and fee proposal to the City.
1. Design, bid and construction phase services for construction projects in
excess of Phase I and the Phase II one included in this amendment.
2. Preliminary and final design of trail.
3. Field layouts or the furnishing of construction line and grade surveys.
4. Making property, boundary and right-of-way surveys, preparation of easement
and deed descriptions, including title search and examination of deed records.
Making revisions to drawings specifications or other documents when such
revisions are 1) not consistent with approvals or instructions previously given
by OWNER or 2) due to other causes not solely within the control of FNI.
A-4
6. Furnishing the services of a Resident Project Representative to act as
OWNER's on -site representative during the Construction Phase. The
Resident Project Representative will act as directed by FNI in order to provide
more extensive representation at the Project site during the Construction
Phase. Through more extensive on -site observations of the work in progress
and field checks of materials and equipment by the Resident Project
Representative and assistants, FNI shall endeavor to provide further
protection for OWNER against defects and deficiencies in the work.
Furnishing the services of a Resident Project Representative is subject to the
provisions of Article I, D and Attachment RPR.
If OWNER provides personnel to support the activities of the Resident Project
Representative who is FNI or FNI's agent or employee, the duties
responsibilities and limitations of authority of such personnel will be set forth in
an Attachment attached to and made a part of this AGREEMENT before the
services of such personnel are begun. It is understood and agreed that such
personnel will work under the direction of and be responsible to the Resident
Project Representative. OWNER agrees that whenever FNI informs him in
writing that any such personnel provided by the OWNER are, in his opinion,
incompetent, unfaithful or disorderly, such personnel shall be replaced.
7. Preparation of Conformed or "As Bid" plans and specifications for use during
the construction phase. These documents shall involve the incorporation of
addenda items into the Contract Documents through modification of the
electronic files and reprinting of the plans and specifications inclusive of the
incorporated changes.
Assisting OWNER in preparing for, or appearing at litigation, mediation,
arbitration, dispute review boards, or other legal and/or administrative
proceedings in the defense or prosecution of claims disputes with
Contractor(s).
9. Performing investigations, studies and analyses of substitutions of equipment
and/or materials or deviations from the drawings and specifications.
10. Assisting OWNER in the defense or prosecution of litigation in connection with
or in addition to those services contemplated by this AGREEMENT. Such
services, if any, shall be furnished by FNI on a fee basis negotiated by the
respective parties outside of and in addition to this AGREEMENT.
11. Performing investigations, studies, and analysis of work proposed by
construction contractors to correct defective work.
12. Design, contract modifications, studies or analysis required to comply with
local, State, Federal or other regulatory agencies that become effective after
the date of this agreement
13. Services required to resolve bid protests or to rebid the projects for any
reason.
A-5
14. Visits to the site in excess of the number of trips indicated for periodic site
visits, coordination meetings, environmental personnel site visits or contract
completion activities.
15. Any services required as a result of default of the contractor(s) or the failure,
for any reason, of the contractor(s) to complete the work within the contract
time.
16. Providing services made necessary because of unforeseen, concealed, or
differing site conditions or due to the presence of hazardous substances in
any form.
17. Providing services to review or evaluate construction contractor(s) claim(s),
provided said claims are supported by causes not within the control of FNI.
18. Providing value engineering studies or reviews of cost savings proposed by
construction contractors after bids have been submitted.
19. Design modifications required to meet wetland mitigation success criteria
required by the USACE
ATTACHMENT B
COMPENSATION FOR DESIGN PHASE SERVICES AND DAM O&M MANUAL
LUMP SUM WITH ADDITIONAL WORK BASED ON COST TIMES MULTIPLIER
A. Design Phase Services and Dam O&M Manual: Compensation to FNI for the Design Phase Services and
Dam O&M Manual, Items A and C in Attachment A, shall be the lump sum of Ninety Nine Thousand Nine
Hundred and Sixty Eight Dollars ($99,968 00). If FNI sees the Scope of Services changing so that additional
services are needed, including but not limited to those services described as Additional Services in
Attachment A, FNI will notify OWNER for OWNER's approval before proceeding. Additional Services
shall be computed based on the Schedule of Charges.
B. Schedule of Charges for Additional Work:
Staff Member
Resident Representative
Salary Cost Times Multiplier of 2.18
Salary Cost Times Multiplier of 2.0
Salary Cost is defined as the cost of payroll of engineers, draftsmen, stenographers, surveymen clerks,
laborers, etc., for the time directly chargeable to the project, plus social security contributions,
unemployment compensation insurance, retirement benefits, medical and insurance benefits, longevity
payments sick leave, vacation and holiday pay applicable thereto. (Salary Cost is equal to 1.632 times
payroll. This factor is adjusted annually).
Other Direct Expenses Actual Cost Times Multiplier of 1.15
Other direct expenses shall include outside printing and reproduction expense, communication expense,
travel, transportation and subsistence away from the FNI office and other miscellaneous expenses directly
related to the work, including costs of laboratory analysis test, and other work required to be done by
independent persons other than staff members. For Resident Representative services performed by non-FNI
employees and CAD services performed In-house by non-FNI employees where FNI provides workspace
and equipment to perform such services, these services will be billed at cost times a multiplier of 2.0. This
markup approximates the cost to FNI if an FNI employee was performing the same or similar services.
Rates for In-house Services
Computer
$10.00 per hour
Plotter
Bond
Special
Color
$ 2.50 per plot
$ 5.00 per plot
$ 5.75 per plot
Testing Apparatus
Density Meter $700.00 per month
Gas Detection $ 20.00 per test
3 10 04
L:\Resources\cbs\
B-1
Printing
Black and White
$0.10 per copy
Color
$0.50 per copy
Binding
$5.75 per book
FNI
OWNER
ATTACHMENT B
COMPENSATION FOR CONSTRUCTION PHASE SERVICES
COST TIMES MULTIPLIER WITH MAXIMUM FEE LIMIT OPTION
A. Construction Phase Services: The total fee for Construction Phase Services, Item B in Attachment A, shall
be computed on the basis of the Schedule of Charges but shall not exceed One Hundred Twenty One
Thousand Eight Hundred Twenty Two Dollars ($121,822 00) If FNI sees the Scope of Services changing so
that Additional Services are needed, including but not limited to those services described as Additional
Services in Attachment A, FNI will notify OWNER for OWNER s approval before proceeding. Additional
services shall be computed based on the Schedule of Charges.
B. Schedule of Charges:
Staff Member
Resident Representative
Salary Cost Times Multiplier of 2.18
Salary Cost Times Multiplier of 2.0
Salary Cost is defined as the cost of payroll of engineers, draftsmen, stenographers, surveymen clerks,
laborers, etc., for the time directly chargeable to the project, plus social security contributions,
unemployment compensation insurance, retirement benefits, medical and insurance benefits, longevity
payments, sick leave, vacation and holiday pay applicable thereto. (Salary Cost is equal to 1.632 times
payroll. This factor is adjusted annually).
Other Direct Expenses
Actual Cost Times Multiplier of 1.15
Other direct expenses shall include outside printing and reproduction expense, communication expense,
travel, transportation and subsistence away from the FNI office and other miscellaneous expenses directly
related to the work, including costs of laboratory analysis test, and other work required to be done by
independent persons other than staff members. For Resident Representative services performed by non-FNI
employees and CAD services performed In-house by non-FNI employees where FNI provides workspace
and equipment to perform such services, these services will be billed at cost times a multiplier of 2.0. This
markup approximates the cost to FNI if an FNI employee was per forming the same or similar services.
Rates for In-house Services
Computer
$10.00 per hour
Plotter
Bond
Special
Color
Testini Apparatus
Density Meter
Gas Detection
3-10-04
L:\Resources\cbs\
$ 2.50 per plot
$ 5.00 per plot
$ 5.75 per plot
$700.00 per month
$ 20.00 per test
B-2
Printing
Black and White
$0.10 per copy
Color
$0.50 per copy
Binding
$5.75 per book
FNI
OWNER
ATTACHMENT C
AMENDMENTS TO STANDARD AGREEMENT FOR ENGINEERING SERVICES
No amendments proposed to Standard Agreement.
ATTACHMENT D
PROJECT SCHEDULE
Complete final design and change order within 60 calendar days of receipt of notice to proceed.
Complete Lake Worth Dam O&M Manual within 90 calendar days of receipt of notice to
proceed.