Loading...
HomeMy WebLinkAboutContract 28656CiTY OF FORT F�ORiH, i��e� ��TY ������q�y ��% ��AW�A�� AG������� �O� �R�CI{VI��RING S��'�{����; ,;F � � . ��� . � ._ , This AGREEMENT is befinreen the City o# Fort Worth {the "CITY"}, and Du�away Associates, {nc., (the "ENGINEER"), for a PROJECT generally described as Fort Wort� Cats Parking Expansion. �r�i�le I 5c�p� o� Se�rice� A. The Scope of Services is set forth in Attachme�t A. �i�le II Compens�fion A. The ENGiNEER's comp�nsation is s�t forth in Attachment B. �r�icle III ierm� o� P�ymer�� Payments to th� ENGINEER will be made as follows: A. In�oice and Payment (1 } The Engineer shall pro�vide fhe City sufficient documentation to reasonably substantiate the invoices. (2} The ENGiNEER will issue monthly invoices for all work perFormed under this AGREEMENT, Inwoices 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 fhe event of a disputed or contested billing, only that portion so contested will be withheld from paymer�t, and the undisputed portion wilf be paid. The CITY will exercise reasonableness in eontesting any bill or portion thereof. No interes# wil! accrue on any cont�sted pa�tion of the bifling t�ntil mutually resol�ed. (5) If fhe CITY fails to make payment in full to ENGINEER for billings confested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice fo CITY, suspend serVlces under this AGREEMENT untif paid in full, including interest. Irt the .e�ent of suspension of services, the ENGINEER shall ha�e no !I�i�#R��,• ��z ��`Y--�r� delays or damages caused the CITY because of s�c� �as�ser��e�r �f 4 services. � � � �►r�i�l� Il� �b�igations o� �h� �ngineer Amendmer�fis to Article IV, ifi any, are included En Attachment C. A. General The ENGINEER will serve as the CITY's professiona! engineering representa�ive under this Agreemenf, pro�iding prafessional e�gineering consultation and advice and furnishing customary services incidental thereto. �. S�andard of Care The standard of care applicable �o the ENGINEER's services will be the degree of s�ili and diligence normally emplayed �n fhe State of Texas by professional engineers or consultants pe�Forming the same or similar serrriees at the time sucn services are performed. C. 5ub�ur��c� inve�tig�tian� (1) The ENGINEER shali aduise the C{TY with regard to the necessity for subcontract worl� such as special SUIVEj15, tests, test borings, or other subsurFa�e investigations in connection with design and engineering work to be pertormed �ereunder. T�e ENGINEER shall also advise the CfTY concerning �he resufts of same. Such surveys, tests, and investigatians shall �e fiurnished by the CITY, unless ot�erwise specified in Attachment A. (2) In soils, foundation, graundwafer, and ather subsurface in�estigations, the actual characteristics may vary significantly between successive tesfi points anci sample intervals and at locat�ons other #han where observations, expforation, and investigations ha�e been made. Because of fhe inher�nt uncertainties in subsurface e�aluaiions, changed or unanticipated underground conditions may occur that could afFect the totai PROJECT cost andlor execution. These conditions and costlexecution effects are not the resporisibility of the ENGINEER. �. �pepar�fion o� Engin�ering D�awings The ENGINEER will pro�ide io fhe CITY the ariginal drawings of all plans in ink on reproducible plas#ic film sheets, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such c�rawings in arty manrter it desires; provided, however, #hat #he ENGINEER s�all no# foe liable for the use of sueh drawings for any project other than the PROJECT described herein. F. �ng�neer'� �er�or�nel a� Gonstr�uction Si% (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site re�resen�atives or otherwise, do not ma�e the ENGINEER or its personnel in any way responsible for those duties that belang to the CITY an�ilor the CITY's construction contractors or othe�' entities, and do not rekie�e fhe construction contractors or any other entity of the�r obligations, duties, and respansibilities, including, but not limitecf to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of t�e canstruction work in accordance with the Contract Documents and any health or safety precautions requir�d by such cons#ruction wark. The ENGINEER and its personnel ha�e no authorifiy fio exercise any control over any construction contracfor or ofher entity or fheir employees in connection with their worl� or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attac�tment A, the ENGINEER or its personnel shatl have no obligation or responsibiEity �o visit the construction si#e to become familiar with the pt'ogr�ss or quality of the completed worEc on the PROJECT or to determine, in general, if the work on the PR�JECT is b�ing perForme� in a manner indica#ir�g that �he PROJECT, when completed, will be in accardance with the Contract Documer�ts, nar shall any��ing in the Contraci Doc�ments or the agreement beiween CITY and ENGINEER be construed as requiring ENGINEER in make �xhausti�e or continuaus on-s9te inspectians �o disco�er la�enf defects in the work ar otherwise chec�c the quality or quantity of the work on the PROJECT. If, for any reasan, the ENGINEER should mal�e an on-site observation(s), on the basis ofi such on-site observations, if any, th� ENGINEER shall endeavor to I�eep the CITY informe� of any de�iation from ihe Contract Documents coming to the ac#ual notice of ENGINEER regarding the PROJECT. (3) When professional certification of performance or charaeteristics of materials, systems or equipment is reasonably required to perForm #he services set forth in t�e Scope of Setvices, fihe ENGiNEER shall be entitled to rely upon such certification to establish ma#erials, systems or equipment and perfarmance criteria to be required in the Confiract Documents. F. Opinions of ��obable Co��, Financi�l Consid�ration�, and �chedules (1) The ENGINEER shal! provide apinions of probable costs based on t�e current a�ailable information at the time of preparation, in accordance with Attachment A. (2) in pro�iding opinions of cost, financial analyses, economic feasibi[ity pro�ections, and schedules for t�e PROJECT, the ENGINEER has no contral over cost or price of labor and materials, unknown or latent condi�ians of exis#ing equipment or structures that may affect operation or maintenance casts; competiti�e bidding procedures ar�d rrar4�et condifiions; fime or quality vf perFormance by third parties; quality, type, management, or direction of operating personnel; and other ecanamic and aperational factors that may materiafly affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's ac#ual PROJECT casts, financia� aspects, economic feasibiEity, or schedules vuill not vary from th� ENGINEER's opinions, analyses, projections, or estimates. G. Con���uction �pog��s� �aymenf� Recommendatior�s by the ENGINEER to fhe CITY for periodic construction progress payments to the c�nstruc#ion con#ractor will be based on the ENGINEER's knowledge, informafiion, and b�lief from selec#ive sampling and abservation #hat the work has progressed to the point indica�ed. Such recommendations do not represent fhat continuous ar de�ailed examinations ha�e been made by the ENGINEER to ascertain fhat the consfruction contractar has completed the work in exact accordance with the Contract Documen#s; that the final work will be acc�ptable in alf respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contrackor �as used the moneys paid; that titie to any of the work, materiafs, or equipment has passed ta the CITY free and clear of liens, claims, security interests, or encumbrances; or #ha# there are not other matters at �ssue between the CITY and the const�uction contractor that a�fect th� amount tha# should be paid. i�. �ecerd �rawrings Record drawings, if requir��, will foe prepared, in part, on the basis af information compiled and furnished by others,and may not always represent the exaci location, type ofi �arious camponents, or exac� manner in which the PROJECT was finaily constructed. The ENGINEER is not respansible for any errors or omissions in �he information firam ot�ers that is incorpora�ed into the record drawings. l. Ildllinori�iy �nd l�oman �usiness �n�erpri�e (I�II�l��) p�r�rcipatian In accord with City of F'ort Worth Ordinance No. 19 923, �he Cify has goals for fhe participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the MIWBE goal established for this contract and its commitment to meet fhat gaaf. Any misrepresentation of facts (other than a negligent misrepresentation� andlor the commission of fraud by the Engineer may result in the termination of this agreement and debarment from parEicipating in Ciiy contrac#s for a period of fiime of not less than three (3) years. J. �igh4 �o �udifi (1) ENGINEER agrees that the ClTY shall, uniil ihe expiration of three (3) years after final payment under t�is contract, have access to and #he right to examine and photocopy any directly pertinent boa�s, documents, papers and records of the ENGINEER invol�ing transactions relatir�g to this contract. ENGfNEER agrees that the CITY shall ha�e access during normal wor�Cing hours to all necessary ENGINEER fa�ili�ies and shall be provided adequate and appropriate work space in order to conduct audi#s in campliance with the pro�isions of this sectEon. The CITY shall gi�e ENGINEER reasonable ad�ance noiice of �ntended audits. (2) ENGINEER further agrees to include in al1 its subconsuliant agreements h�reunder a pro�ision to the effect that the subconsultant agrees that the CITY shall, �niil the expira#ion of three (3) years after firtal payment under the subcon�ract, have access to and the right fo examine and phatocopy any directly pertinent books, docvments, papers and records of such subconsultant, in�olving transactions to the subeontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provi�ed adeq�aate and appropriate work space, in order #o conduct audits in compliance wi�h the pro�Esions of this article togefher with subsection (3}hereof. CITY shali gi�e subcon- sultant reasonable ad�ance notice ofi infended audits. �3) ENGINEER and subcansultant agree to photocopy� s�ch documents as may be requested by tf�e CITY. The CITY agrees to reimburse ENGINEER far t�e cost of copies at the rate publtshed in the Texas Administrative Code in effect as of the time copying is performed. f4. I�N�iN�I�Fi'� fnsurance (1) Insurance caverage and limits: ENGINEER shall provide to th� City certificate(s) of insurance documenting policies of the following eoverage at minimum limits that a�e to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $9,ODO,OQO each occurrence $1,000,000 aggregate Automobile Liability $1,DQO,QaQ each accident (or reasonably equi�alent limits of co�erage if written on a s�lit limits basis}. Co�erage shall be on ar�y �e�icle used in the course af the PR�.lECT. Worker's Compensation Co�erage A: statutory limits Co�erage B: $100,000 each accident $500,000 disease - palicy limit $10�,�00 disease - each employee Professional Liability $1,000,004 each elaimlannual aggregate (2} Certi�icates of insurance e�idencing tha� the ENGINEER has obtained afl required insurance shal[ be deli�ered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insu�ed thereon, as its inferests may appear. The term CITY shall include its employees, afficers, officials, agents, and volunteers as respects the contracted services. {b) Certificate(s) of insurance shall document thaf insurance cov�rage specified according to items section K.(1) and K.(2) of this agreement are provided under a�plicable policies documenfed thereon. {c} Any failure on part o� the CITY to request required insurance documentaiion shall not constifiufie a waiver of the insurance requirements. (d) A minimum of thirty (3Q) days nofice of cancellation ar material change in co�erage shall be pro�ided to the CITY. A ten (10) days notice shall be acceptalale in the eve�t of non-payment of premium, Such ferms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respecii�e Department Direetor (by name}, City of Fort Worth, 9 OQQ Throckmorkon, �ort Worth, Texas 76 9 02. (e) Insurers for all policies must be authorized to do business in the state af Texas or be otherwise approved by #he C1TY; and, such insurers shall be acceptable ta the CITY in terms of their financial strength and solvency. (f} Deducfible Iimits, or self-insured retentions, affec�ing insurance required herein shall be acce�table to the CITY in its so�e discretion; and, in lieu ofi traditional insurance, any alternati�e coverage maintained through insurance �ools or risl� retention groups must be also appro�ed. Dedicated financial resaurces or letters of credit ma� also be acceptable to t�e City. (g) Applicable policies shall each be endorsed with a wai�er of subragation in fa�or of fihe CITY as respects the PROJECT. (h} The Ci#y shali be entitled, upon its request and without incurring expense, to re�iew the ENGINEER's insurance policies includ'[ng endarsements thereio and, at the CITY's discretion, the ENGINEER may be requir�d to pro�ide proof of insurance premium payments. �i} The Commercial General Liability insurance policy shall haue no exclusions by endorsements unless the CITY approves such exclusions. (j) The Professionai Liability insurance policy, if written on a claims made basis �hall be maintained by the ENGINEER for a minimum two (2) year period subsequent #o the term ofi the respective PROJECT contract with the CITY unless such co�erage is pro�ided �he ENGINEER on an occurrence basis. (k} The CITY shall not be respansible for �he direct payment af any insurance prem�ums required by this agreement. It is understood that insurance cost is an allowabl� component of ENGINEER's o�erhead. ([} All insurance required in s�cfion K_, except for the Professional Liability insurance policy, shal! be written on an occurrence basis in arder to be appro�ed by the CITY. (m) 5ubconsultants to the ENGINEER shall �e required by the ENGINEER ta ma�ntain the same or reasonably equivalent insurance co�erage as required for the ENGINEER. When subcor�sultants maintain insurance co�erage, ENGINEER shall provide CITY with documenta#ian thereof on a certifieate of insurance. Nofin+ithstanding anyfhing to the con#rary confained herein, in the e�ent a subconsultant's insurance co�erage is canceled or �erminated, such cancellation or termination sh�all not constitute a breach by ENGINEER of the Agre�ment, �. Independen� Con�ulf�nt The ENGINEER agrees to perForm all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. NY, Disclosur� The ENGWEER acknowledges to the CITY tha� if has made full disclosure in writing of any existing conflicts of interest or potential confl�cts af interest, incfudir�g personal financial inte�est, direct or indirect, in pro�erfy abutting fihe proposed PROJECT and business relations�ips with abutting �roperfy cities, The ENGINEER further acknowledges that it vuill ma�Ce disclosure in writing of any conflicts of interest that de�elap subsequent to the signing of this contracf and prior to finai payment under the contract. N. �sbesto� or b�zardaus Substance� (1) If asbestos or hazardous substan�es in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PR�JEGT to p�rmif festing and e�aluation. (2) If asbestos or other hazardous substances are suspect�d, the ENGINEER wifl, if requested, assist fhe CITY in obtaining the services of a quafified subcontractor to manage the remediation ac�i�ities of the PROJECT. O. �e�mifting �o�fihori�ies � �esign Chang�� If permitti�g authorities require design changes so as to comply with pubiished design criteria andlor current engineering prac#ice standards which the ENGINEER should haue been aware of at the time #his Agreement was exeeut�d, the ENGINEER shall re�ise pfans and specificafions, as requi�-ed, at its own cost and expense, Howe�er, if desEgn changes are required due ta the changes in the �ermitting authoriti�s' published design criteria andlor practice standards criteria which are published after the dafe of this Agr�em�nt 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. i4riicl� V Ohlig��ion� of �he City Amer�dments to Article V, if any, are ir�cluded ir� Attachment C. 1�. Citytr�urni�hed Da� The ClIY wi11 make a�ailable to the ENGINEER all techRical data in the CITY's possession relafiing to the ENG�NEER's services on the PROJECT. The ENGINEER may rely �apon the accuracy, #imelir�ess, and completeness nf the informa#ion pravided by the CITY. B. Acc�ss #o ��cili�ri�s and �roper�y The C1TY will make i#s �acilities accessible to the ENGINEER as required far ihe ENGINEER's perFormance of its services and will prouide labor and safety equipment as required by the ENGINEER for such access. The CITY w�l� perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipeiines, and other components of the CITY's facilities as may be required in cannection with the ENGINEER's services. The CITY will be responsible for all acts af the CITY's personnel. �. �►d�er�i�em�n�, Permi�, �nd A�e��s Unless otherwise agreed to in fhe Scope of Services, the CITY wi11 obtain, arran�e, and pay for aq ad�eriisements for bids; pe�mits and licenses requir�d by local, state, or �ederal aufhorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's seruices or PROJECT construction. D. T'imely Revie� The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documert#s; obtain ad�ice of an attorney, insurance couns�lor, accountant, auditar, band and financial ad�isors, and other cansultants as the CITY deems appropriate; and render in writing decisions r�quired by the CiTY in a timely manner in acco�dance with the projeet schedule in Attachment A. E. �r�ompfi Notie� The CITY wi�l give prvmp# wriiten notice to ihe ENGINEER whenewer CITY observes or becomes aware of any de�elopmen� that affects tl�e scope or timing of the ENGINEER's ser�ices or of any d�fect in the work of the ENGINEER or construc�ion contracfors. l�. �►sbe��o� or H���rdou� Subs�nce� and Ind�mnificafiian ('l) To �he maximum exteni permitted by law, ihe CiTY wElf indemnify and release ENGINEER and its off�cers, emp{oyees, and subeontractors from all claims, damages, iosses, and costs, including, but not limited to, attorney's fees and litigation expenses arising out of or refating to the presenc�, discharge, release, or escape of hazardous subs#ances, con#aminants, or asbestos on or from the PROJECT. Nothing contained herein shall �e construed to require the CITY to le�y, assess or collect any fax fo fund fhis indemnificafion. (2) The indemnificafion and release required above sl�a{I not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestas is a result of ENGINEER'S n�gligence or if such hazardous s�abstance, confaminant or asbestos is brought onto the PROJECT by ENGINEER. G. Cont�actor� Indemni�c�fiion and Claims The CITY agrees to include in all constructio� contracts the pro�isions af Articls IV.E, regarding the ENGINEER's Personnel at Construction Site, and pro�isions pro�iding contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contr�ctoY �laims and ihird��ar�y �ene�iei�ries (1) The CITY agrees to include the following clause in a�l contracts with canstruction contractors and equfpment or materials suppliers: "Contractors, subcontractors and equipmen� and materials suppliers on the PROJEGT, or their sureties, shall mainta�n no direct action agains# the ENGINEER, its ofFicers, employees, and subcontractors, for any claim arising out of, `rn connecfian with, or resulting from the er�gineering services performed. �nly the ClT1' will i�e �he beneficiary of any undertaking by the ENGINEER�" �2) This AGREEMENT gives no rights or be�efits to anyone other than the CITY and �he ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement i# enters into wi#h any niher entity or person regarding the PROJECT a pro�ision that such entity o� person shall ha�e no fhird-party beneficiary r�ights under this Agreeme�nt. (4} � (1) Nafhing contained in this section V.H. shall be canstrued as a wai�er ofi any right the CITY has to bring a claim against ENGINEER. ClTY'� I�nsu�anc� The C1TY may maintain �roperty insurance on certain pre-existing s#ructur�s associa�ed witl� the PROJECT. (2) The CITY will ensure that Buiiders Riskllnstallation insurance is mair�tained at the replacement cost �alue of the PR�JECT. The CITY may pro�ide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that #he Builders Ri��llnstallation insurance shal� be camprehensive in coverage appropriate to the PROJECT risks. J. �iiiga�ion �►��i��nce The Scope ofi Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, de�Fend, or assist in litigation under�aken or defended by the C1TY. In the e�ent CITY r��uests such servEces of the ENG�NEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. !4. �h�nges The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affecf the ENGINEER's cost of or time requir�d for performance of #he services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate GITY approval. A�iicl� !!I �eneral �.egal Provi�ion� Amendments to Article VI, if any, are inciuded in A�tachment C. A. Au4hori�,a�ion �o Pro�eed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the G3TY. �. �eu�e efi F�rojec� Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instrumen�s o# service for this PROJECT, whether the PRO.�ECT is completed or nat. Reuse, change, or alfieration by �he CITY or by others ac#ing through or on �eha�f of the CITY of any such instruments of senrice without the written permission of the ENGINEER will be at the CITY's sole risk. The final designs, drawings, specificativns and docurnents shall be owned by the CITY, C. Force BAajeu�e The ENGINEER is not responsible for �amages ar delay in performance caused by acts of God, strikes, locl�outs, accidenfs, or other e�ents beyond ihe control of the ENGINEER. �. iermin��ion (1) This AGREEMENT may be terminated only by the City fvr conWenience on 30 days' written not�ce. This AGREEMENT may be terminated by eifher #he CITY or the ENGINEER far cause if ei#her party fails substantially to perform #hrough no fault of the other and does nat commence correci�on of such non�erformance with 5 days of writtet� nofi�ce and dilig�ntly complete #he correction thereafter. (2) If this AGREEMENT is terminated for the con�enience ofi the Cify, the ENGINEER will be paid for terminatian expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or o#her forms of ENGINEER'S wor� praduct; b.) Out-of-packet expenses for purchasing storage containers, microfilm, eEectronic da#a files, and other data storage supplies or services; c.) The time r�quirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for conv�enience so that the work efFort is suitable far long time storage, (3) Prior fo proceeding with terminatEon services, the ENGINEER will submit to the CITY an itemized statement of a!I termination expenses. The CITY'S approval will be obtained in writir�g prior to proceeding wifh termination services. �. Su�pension, Delay, or In�erruption to �91ork The CITY may suspend, delay, or interrup# the services af the ENGINEER for the convenience of #he CITY. ln �he e�ent of s�ch suspensEan, delay, or interruption, an equitable adjustmenf in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation wil[ be made. F. Indemni�cafiion (1) Th� ENGINEER agrees to indemnify and defend the CITY from any lass, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or wil[ful misconduct of the ENGINEER, i#s employees, officers, an� subcontractors �n connect[an wifh the PROJECT. (2) If the negligence or willful misconduct of l�ofh the ENGCNEER and the CITY (or a person identified abo�e far whom each is liable} is a cause of such damage or injury, #he loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion ta i��ir relative degrees of negligence or wiilful misconduct as defermined pursuant to T.C.P. & R. Code, section 33.0� 1(4) (Vemon Supplement 1996). G. Assignmen� Neither party shali assign all or any part of this AGREEMENT withouf the prior written consertt of the other par�y. HI. In�erpre���ion Limitations on I�ability and indemnities in this AGREEMENT ar� business understandings between the parties and s�ail apply fo a11 the difFerent theories of recovery, including breach of contract or warranty, tort including negligence, strict or stat�atory liability, or any ather cause of action, except for willfiul misconduct or gross negligence for limita�ions af liabilify and sole negligence for indemnificafion. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. .Ju�isdicfiion The law o# the Sta#e of Texas shafl go�ern the �alidity of this AGREEMENT, its infierpreta�ion anc� pertormance, and any other c[aims related to it. The venue for any litigation related fo this AGREEMENT s�all be Tarrant Couniy, Texas. J. �I�ern��e Dispufie l��salufiion (1} A!I claims, disputes, and oth�r matters in question between the CITY a�d ENGINEER arising out of, or in connection with fhis Agreement or the PROJECT, or any breach of any obligatior� or duty of CITY or ENGiNEER hereunder, wi11 be submitted to mediation. If inediatian is unsuccessful, the claim, dispute or other mat�er in question shall be submitted to arbitration if both parties acting reasonably agree that the amaunt of the dispute is I�kely #o be ��ss than $50,OQQ, exclusi�e of attorney's fees, costs and expenses. Ar�i�ration shall be in accordance with #he Construction Industry Arbitratiort Rules of the Ame�ican Arbi#ration Associafian or other applicable rules ofi th� Association t�en ir� effect. Any award rendered by the arbitrators less than $50,000, exclusi�e of attorney's fees, costs and expenses, will be final, judgment may be entered fihereon in any court having jurisdiction, and will not be subj�ct to appeal ar modification except to the e�ct�nt permitted by Sections 10 and 11 ofi the Federal Arbi#ra#ion Act (9 U.S.C. See�ions 10 ar�d 'I 1). (2) Any award greater t�an $50,�00, exclusi�e of attorney's fees, cos�s and expenses, may be litigated by eEther party on a de novo basis. The award sha11 be�ome final ninety (90) days from the date same is issued. If litigation is filed by ei�her party within said ninety (9D) day period, the award shall become null ar�d �oid and shali nofi be used by either party for any purpose in fhe litigafion. F�. S�v�rability a�nd Sur�r►i�al !f any of the provisions contained in fhis AGREEMENT are held far ar�y reason io be in�alid, illegal, or unenforceable in any respecf, such i�validity, illegalify, or unenforceability will not affect any other pro�ision, and this AGREEMENT shall be construed as if such in�alid, illegal, or unenforceable pravision had never been conta�ned herein. Artic�es V.F., VI.B., VI.D., VI.H., VI.I., and VLJ. shall survi�e terminatian of this AGREEMENT for any cause. L. Ob�er�re and Comply ENGINEER s�all at all times observe and comply with all federal a�nd State laws and regulations and with all City ordinances arid regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply wifih al! orders, laws ordinances and regulations which may exisf or may be enacted iater by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees ta defend, indemnify and hold harmless CITY and all of ifis officers, agents and employees fram and against all claims or liability arising out of the �iolation of a�y such order, law, ordinance, or regulatior�, whether it be by itself or i�s employees. �o�ticl� V�I Ait��hmenfis, Schedules, and Sign�tu�es This AGREEMENT, including its attachments and schedules, constifutes th� entire AGREEMENT, supersecies all prior' written or oral understandings, and may only be changed by a written amendment executed by bofh parties. The fol[owing attachments and schedules are hereby made a pa�k of this AGREEMENT: Attachment A- Scope of Services Attachmenf B — Compensation Attacl�ment C— Amendments to Sfandard Contract Executed this the day of , 20 (R�MAINI7�.R OF PAGE 1NTENTIONALLY LEFT BLANK) ATTEST� � _ � i ��, � = - �� Gl`oria Pearso City Secretary APPR�VED AS T� �'ORM AN❑ LEGALITY �� Assistant Ciiy Attorney ATTEST: �� Ccant��ct Au�.horiz tiosl � �a /� ��� ____� _ _.�__ __ ���� C1TY OF FORT WORTH By:..� ,� �= �`': - ,- � -� � ss�stant City Manager ENGINEER Dunaway Associates, inc. .; � �, _- _- By: = �.. �� � - � T y�K.�'ord, P. E. + -- ice-Pr�sident ����� � ;... �r f J �[uJ �� ��� ATTACHMEI�TT A— SCOPE OF SERVICES The project limits encompass approximately 8.Q acres within a 33.978 acre tract as shown on a tapographic survey prepared by Dunaway Associates, Inc. and dated August 28, 2Q01. A capy af this survey is includecf with this praposal. li is the des�re of the City of Fort Worth to consiruct parking �ots on this property to serve as boti� overFfow parking for the Fort Worth Cats Stadium and parkir�g for patrons �sing the city's �us transportation system. Aecordingly, North Fourth Street shall serve as an entrance for bus traffic that will tum and run along former North Calhoun Street far loac�ing and unloading and then exit out North Fifth Street. En additior�, the ciiy desires to fill the exisfing three evaporation ponds tha# ar� jus� east of Narth Janes Street and just North of North Fifth Street. Although fi!! has recently b�en placed on the properky, no ne� topographic survey will �e performed. Ear�rwork calculations wifl not be perFormed. Per George Behmanesh, P.E., flood studies for Empact on Sump Na 26W fram this project will not be performed. DAI will prepare a striping plan and grading and drainage plan for the approximately 8.0 acres of additional parking. These plans wifl be prepared in accordance with City af Fort Worth 5tandards and wil! be approved by #he City af Fort Worth for constrUction. These plans will be sealed fay a prafessiona! �ngin�er licensed i� the State of Texas. 2. DAI will provide construction staking for Tarrant County forces to assist them in cnnstructing the impro�ements designed by DAI. Port Worth Caks Parking �xpansion AEtachmeat A Dunaway Associates, Inc. �ay ��, zoaa ATTACHMENT B — COIV�PENSATI01�1 Dunaway Assaciates, lnc. will provide the scope of services describec! at Attachment A for a LUMP SUM FEE of $12,�OQ.Oa. The breakdawr� af th�s fes is as follows: 1. Striping Plans - $2,500.00 2. Grading & Drainage Plans - $5,OD0.00 3. Construction Staking - $3,500.00 4. Reimbursables- $1.000.00 Total Fee $12,000.00 Fort Worth Cats Parking 8xpansion ATTACHMENT B Dunaway Assoeiates, Tnc. May 12, 2003 ATTACHMENT C-- AMENDMEl�TTS TO STANDARD CONTRACT The following is a partial list of items nat proposed to be pro�ided in the scope of work indicated on Atkachment A: 9. Development of a drainage area map or storm drain design is not incfuded. 2. Site lighting design is not included. 3. Design of water or sanitary sewer improvements is not included. 4. Ffood studi�s are not included. 5. Surveying s�rvices, other fhan the construction staking, are not included. 6. En�ironmerrtal in�estigations or remediat�on is not included. 7. Earthwork calculaiions to ensure balance of cu�lfill will not be performed. Fort Worth Cats Parking Expansian ATTACHMENT C Dunaway Associates, Inc. May 12, 2003