HomeMy WebLinkAboutContract 40124CITY OF FORT WORTH, TEXAS
CITY SECRETARY , I "
CONTRACT NO. 'tY I .;l ~ -
STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES
This AGREEMENT is between the City of Fort Worth , a home-rule municipal
corporation situated in Tarrant, Denton , Parker and Wise Counties , Texas (the "CITY"), and
DeOtte, Inc. , (the "ENGINEER"), for a PROJECT gene rally described as : 2010 Erosion
Control Improvements for Meadowbrook Golf Course .
Article I
Scope of Services
A. The Scope of Services is set forth in Attachment A.
Article II
Compensation
A. The ENGINEER's compensation is set forth in Attachment B.
Article Ill
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 ma , after giving
City of Fort W orth , Texas
0 ,.. RD
Sta ndard Agreement for Engineering Related Design Servi ces CITY SECRETARY
6 .30 09
Page 1 of 15 FT. WORTH, TX
7 days' written notice to CITY , suspend services under this AGREEMENT until
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 .
8. 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 investigat ions ,
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 W orth , Texas
Standard A gre ement for En gineering Related Design Services
6 .30 .09
Page 2 of 15
D. Preparation of Engineering Drawings
The ENGINEER will provide to the CITY the original drawings of all plans in ink
on reproducible mylar sheets and electronic files in .pdf format , or as otherwise
approved by CITY , which shall become the property of the CITY. CITY may
use such drawings in any manner it desires ; provided , however, that the
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
or its personnel in any way responsible for those duties that belong to the
CITY and/or the CITY's construction contractors or other entities, and do not
relieve the construction contractors or any other entity of their obligations,
duties , and responsibilities , including , but not limited to , all construction
methods, means, techniques, sequences , and procedures necessary for
coordinating and completing all portions of the construction work in
accordance with the Contract Documents and any health or safety precautions
required by such construction work . The ENGINEER and its personnel have
no authority to exercise any control over any construction contractor or other
entity or their employees in connection with their work or any health or safety
precautions .
(2) Except to the 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
C ity of Fort W orth , Texas
Standard Agree men t for Engineering Rel ated Desig n Serv ices
6 .30 .0 9
Page 3 of 15
current available information at the time of preparation , in accordance
with Attachment A.
(2) In providing opinions of cost, financial analyses , economic feasibility
projections, and schedules for the PROJECT , the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation or
maintenance costs; competitive bidding procedures and market
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, the City has goals for
the participation of minority business enterprises and woman business
City of Fort Worth , Texas
Standard Agreement for Engineering Related Design Services
6 .30 .09
Page 4 of 15
enterprises in City contracts. Engineer acknowledges the M/WBE goal
established for this contract and its commitment to meet that goal. Any
misrepresentation of facts (other than a negligent misrepresentation) and/or
the commission of fraud by the Engineer may result in the termination of this
agreement and debarment from participating in City contracts for a period of
time of not less than three (3) years.
J. Right to Audit
(1) ENGINEER agrees that the CITY shall , until the expiration of 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.
City of Fort Worth , Texas
Standard Agreement for Engineering Related Design Services
6 .30 .09
Page 5 of 15
1. The CITY shall be included as an insured under the CGL, using ISO
additional insured endorsement or a substitute providing equivalent
coverage, and under the commercial umbrella, if any. This
insurance shall apply as primary insurance with respect to any other
insurance or self-insurance programs afforded to the CITY. The
Commercial General Liability insurance policy shall have no
exclusions by endorsements that would alter or nullify:
premises/operations, products/completed operations , contractual,
personal injury , or advertizing injury, which are normally contained
within the policy, unless the CITY approves such exclusions in
writing .
11. 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.
1. 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
City of Fort Worth . Texas
Standard Agreement for Engineering Related Design Services
6.30 .09
Page 6 of 15
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) 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 . Such terms shall be
endorsed onto ENGINEER's insurance policies . Notice shall be sent to the
respective Department Director (by name), City of Fort Worth , 1000
Throckmorton , Fort Worth , Texas 76102.
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 AM .
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.
1. The CITY shall be entitled , upon its request and without incurring expense ,
City of Fort W o rth , Texas
Standa rd Agree ment for Engineering Related Design Services
6 .30 .0 9
Page 7 of 15
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
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.
City of Fort Worth , Texas
Standard Agreement for E ngineering Re lated Design Services
6 .30.09
Pa ge 8 of 15
0. Permitting Authorities -Design Changes
If permitting authorities require design changes so as to comply with published
design criteria and/or current engineering practice standards which the
ENGINEER should have been aware of at the time this Agreement was
executed, the ENGINEER shall revise plans and specifications, as required, at
its own cost and expense . However, if design changes are required due to the
changes in the permitting authorities' published design criteria and/or practice
standards criteria which are published after the date of this Agreement which
the ENGINEER could not have been reasonably aware of, the ENGINEER
shall notify the CITY of such changes and an adjustment in compensation will
be made through an amendment to this AGREEMENT.
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.
City of Fort Worth , Texas
Standard Agreement for Engineering Related Design Services
6.3 0 .09
Page 9 of 15
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 .
E. 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 prov1s1ons 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 :
City of Fort W ort h, Texas
"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
Standard Agree ment fo r Enginee ring Related Design Services
6 .30 .09
Page 10 of 15
with , or resulting from the engineering services performed .
Only the CITY will be the beneficiary of any undertaking by
the ENGINEER."
(2) This AGREEMENT gives no rights or benefits to anyone other than the CITY
and the ENGINEER and there are no third-party beneficiaries.
(3) The CITY will include in each agreement it enters into with any other entity or
person regarding the PROJECT a provision that such entity or person shall
have no third-party beneficiary rights under this Agreement.
(4) Nothing contained in this section V.H . shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER.
I. CITY's Insurance
(1) The CITY may maintain property insurance on certain pre-existing structures
associated with the PROJECT.
(2) The CITY will ensure that Builders Risk/Installation insurance is maintained at
the replacement cost value of the PROJECT. The CITY may provide
ENGINEER a copy of the policy or documentation of such on a certificate of
insurance.
(3) The CITY will specify that the Builders Risk/Installation insurance shall be
comprehensive in coverage appropriate to the PROJECT risks .
J. Litigation Assistance
The Scope of Services does not include costs of the ENGINEER for required
or requested assistance to support , prepare, document, bring, defend, or
assist in litigation undertaken or defended by the CITY . In the event CITY
requests such services of the ENGINEER, this AGREEMENT shall be
amended or a separate agreement will be negotiated between the parties .
K. Changes
The CITY may make or approve changes within the general Scope of Services
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.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
6 .30 .09
Page 11 of 15
Article VI
General Legal Provisions
Amendments to Article VI , if any , are included in Attachment C.
A. Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT upon
receipt of a written Notice to Proceed from the CITY .
B. Reuse of Project Documents
All designs, drawings , specifications , documents , and other work products of
the ENGINEER , whether in hard copy or in electronic form , are instruments of
service for this PROJECT , whether the PROJECT is completed or not.
Reuse , change, or alteration by the CITY or by others acting through or on
behalf of the CITY of any such instruments of service without the written
permission of the ENGINEER will be at the CITY's sole risk. The CITY shall
own the final designs , drawings , specifications and documents.
C. Force Majeure
The ENGINEER is not responsible for damages or delay in performance
caused by acts of God, strikes, lockouts , accidents , or other events beyond the
control of the ENGINEER 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
City of Fort W orth , Texas
Standa rd Agreement for En ginee ring Re lated Desig n Services
6 .30 09
Page 12 of 15
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 .
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 .
I. Jurisdiction
The law of the State of Texas shall govern the validity of this AGREEMENT , its
interpretation and performance, and any other claims related to it. The venue
for any litigation related to this AGREEMENT shall be Tarrant County , Texas .
City of Fort W orth , T exas
Sta nda rd Agreement fo r Engineering Re lated Design Services
6 .30 .09
Page 13 of 15
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 ord inances and regulations which in any
way affect this AGREEMENT and the work hereunder, and shall observe and
comply with all orders , laws ordinances and regulations which may exist or
may be enacted later by governing bodies having jurisdiction or authority for
such enactment. No plea of misunderstanding or ignorance thereof shall be
considered . ENGINEER agrees to defend , indemnify and hold harmless CITY
and all of its officers , agents and employees from and against all claims or
liability arising out of the violation of any such order , law, ordinance , or
regulation , whether it be by itself or its employees.
City of Fort W ort h, Texas
Standard Agreement for Engineering Related Design Services
6.30 .09
Page 14 of 15
Article VII
Attachments, Schedules, and Signatures
This AGREEMENT , including its attachments and schedules , constitutes the entire
AGREEMENT , supersedes all prior written or oral understandings , and may only be
changed by a written amendment executed by both parties . The following attachments and
schedules are hereby made a part of this AGREEMENT:
Attachment A -Scope of Services
Attachment B -Compensation
Attachment C -Amendments to Star)dard Agreement for Engineering Services
Attachment D -Project Schedule /1(~ ----
Attachment E -Location Map ;{/~
Executed this the J<.,lJ'L day of ~~ , 20~.
ATIEST:
Assistant
ATIEST:
City of Fort W orth , Texas
Standard Agree ment for En gineering Related Design Se rv ices
6 .30 .09
Page 15 of 15
CITY OF FORT WORTH
D
rd Zavala ,
ctor, Parks and Community Services
Department
DeOtte , Inc.
Vice President
By:-------------
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
DEOTTE, INC .
January 25, 2010
Mrs. Nancy Bunton
Parks and Communi ty Services Department
City of Fort Worth
4200 South Freeway, Suite 2200
Fort Worth, Texas 76115-1499
RE: PROJECT PROPOSAL -MEADOWBROOK GOLF COURSE
DRAINAGE IMPROVEMENTS
Dear Mrs . Nancy Bunton:
CIVIL ENGINEERING
This letter serves as our proposal for engineering to p lan and design erosion control improvements for
Meadowbrook Golf Course in Fort Worth. We have walked the proposed site have identified specific areas of
concern and priorities. Conceptual plans for improvement have been discussed.
The limits of work proposed along Stream \VF-2 are generally shown on Exhibit 'A' attached. Area 1 being
approximately 200 linear feet, and Area 2 being slightly less than 300 linear feet in the vicinity between the 1 ",
5th, and 8th holes . The areas identified o n the Exhibit are two separate areas, separated by approximately 400
linear feet of stream length of Stream \VF-2.
The creek is a major waterway within the City that is comprised of a flow channel cut from natural processes.
FEMA floodway data indicates there is approximately 5,000 CFS in the 1 % flood . A detailed drainage study is
n o t included in the scope of this proposal. The existing FEMA hydraulic model will be assumed to be accurate
and the proposed improvements will be designed to closely reflect the existing h ydraulic model.
Various forms of vegetation including grasses, shrubs and trees line the banks. Manmade features and other
Golf Course Improvements exist within the over banks which extend a couple of hundred feet from the
defined normal channel. In some locations, light bridges span the main channel and other drainage or erosion
control measures exist within or in close proximity to the project areas.
The reach has been studied as part of the Ci ty's Flood Insurance Study and has a defined floodway and
floodplain .
It does not appear that any City utilities will conflict with the propose d improvements. There appears to be a
12" Sewer main running along the west side of Stream WF-2 in the area. Water and sewer utilities will be
identified as discovered from City record drawings and as indicated from the survey. Private or n o n -city
utilities will be identified as observed on the ground or as our investigation otherwise reveals their existence and
location. Utility clearance may be provided through the City if desired.
As we noted, the erosion along the creek is caused by several factors and each specific location has unique
qualities that should be addressed in design. Since a number of governmental interests are affected b y any
proposed improvements, these should be addressed as part of the project planning and design effort. These
include tl1e Corps of Engineers since the creek includes wetland areas under their jurisdiction and the City of
Fort Worth and the Federal Emergency Management Agency since a regulatory floodwa y and floodplain could
be impacted.
Since each individual area of improvements affects le ss than 300 linear feet of stream length, coordination with
tl1e Corps of Engineers is not anticipated and is not included in this scope. USA COE permitting, if requested,
Page 1 of 4
Pax (817) 590-86 00 2553 Eas t Loop 820 N o rth O P o rt Wo rth , Texas 76118 (817) 589-0000
Attachment A
Mrs. Nancy Bunton
Parks and Community Services Department
January 25 , 2010
will be provided under separate contract. Only a limited hydraulic assessment is included at this time to assess
the impact of proposed improvements on water surface profiles of the existing model. The proposed
improvements will be designed to closely mirror the existing h ydraulic model. A floodplain permit will be
required from the City of Fort Worth. Discuss ions with the City's Floodplain Administrator about the scope of
the project have indicated that no formal FEMA filings should be required. However, should detailed or
exhaustive studies be required to obtain this permit or any formal FEMA filings become necessary for the
completion of the project, those services will be provided under separate agreement.
Due to the nature of the existing site, it seems unlikely that archaeological issues will arise. Based on our local
experience, it seems unlikely that impacts on rare and/ or endangered species will be likely. Construction access
will be closely coordinated with the Golf Course staff to ensure minimal impact to the operation of the course.
SCOPE OF SERVICES:
1. Surveying
A. Establish Horizontal and Vertical control
B. Provide topographic survey 50 feet beyond the top of bank within project areas 1 & 2 as shown on
Exhibit A. Topographic information shall include, but not limited to, locating all existing features such
as sprinkler heads, water valves, water meters, curb & getter, asphalt, sidewalks (paths), storm & sewer
manholes, trees 6-inch and larger, tops and toes of slope, power poles, signs, telephone risers and other
visib le features.
C. Field notes, sketches, digital terrain model, AutoCAD topo survey file along with benchmarks will be
included in the field survey.
2. Engineering Planning and Design
A. Perform Utility Research to confirm the presence of water and sewer utilities. Make field observations
regarding the possible presence of franchise utilities. Coordination will be attempted with private utility
comparues.
B . Review field survey information and compare to hydraulic models of Stream WF-2 to ascertain
possible impacts of construction within the creek area. If impacts appear to be significant, a detailed
hydraulic assessment will be needed and will be performed under a se parate agreement. The intent of
the design of the proposed improvements will be to limit hydraulic impacts caused by the propose d
improvements.
C. Prepare a Concept study confirming pre-concept observations. This study will be in the form of
conceptual engineering plans of proposed improvements throughout the project area and will serve as
the basis for Preliminary Engineering. A conceptual estimate will be provided along with the submitted
engineering plans .
D . Following determination of a final scope of improveme nts to be constructed, Preliminary Plans will be
developed and provided to the City for review. These plans will be su fficient for utili ty clearance b y
the City.
E . With final comments b y City staff and utility clearance from the City, or as directed to proceed without
utility clearance, Final Pl ans will be prepared and provided fo r bidding and construction. Appropriate
Specifications and Bid D ocuments will be provided as well as a final construction cost estimate . Prio r
to preparation of bid documents, the City shall provide direction as to the format and specifics of the
bidding process in the P arks and Community Service s Department.
F . Construction Drawings \vill be pre pare d at a scale deemed a ppropriate b y the E ngineer. Plan and
Profile drawings will be provided at a scale of 1 "=20' horizontal and either 1 "=2' o r 1 "=4' vertical
depending on site conditions.
G . Consult, advise and develop a bid specification fo r the City's u se in constructing water well (s) on-s ite.
Page 2 of 4
Fax (817) 590-8600 2553 E as t Loo p 82 0 N o nh ° Fo rt Wo rth, T ex as 7611 8 (8 17) 589-0000
Mrs. Nancy Bunton
Parks and Community Services Department
January 25, 2010
3. Bidding Assistance and Construction Administration Assistance
A. Attend pre-bid conference.
B . Provide appropriate assistance to Contractors during bidding.
C. Attend pre-construction conference.
D. Conduct up to 4 site observation s during construction to answer questions raised during construction
or to evaluate progress of construction.
E . Provide limited assistance during construction. Plans and specification prepared under this contract
will be provided for construction by qualified and experienced contractors. Excessive assistance will be
extra outside the scope of this contract.
F. Perform final inspection and provide a punch list for the contractor if needed.
G . Provide record drawings based on the original construction plans. Changes made by the contractor
and noted on the return set shall be the basis for the record drawings .
4. Reproduction
A. Provide 3 sets of the Concept Study for review.
B. Provide 3 sets of Preliminary Plans for review and utility clearance .
C. Provide 3 se ts of Final Plans and Bid documents for review.
**All bidding reproduction and other reproduction other than that listed above shall be provided b y the Client.
WORK NOT INCLUDED:
1. FEMA, Floodplain Amendments
Services related to these issues are not expected to be needed at this time. If they are, they will be provided
on an hourly basis outside this contract.
2. Geotechnical Study and Report
Geotechnical surveys o r engineering recommendations are not expected to be needed at this time. If they
become necessary, a sub-consultant will be hired to perform those services and the Engineer will prepare
an amendment to this proposal.
3. Offsite Drainage Studies
No offsite drainage studies or design efforts (i.e. outside of the parcel limits) are included in this proposal.
If additional offsite services are required, the Engineer will prepare an amendment to this proposal
following definition of the scope of work.
4. Wetlands and Corps of Engineers Permit (Section 404)
No wetlands determination and report, submissions to Region 6 (Fort Worth) of the U.S . Army Corps of
Engineers (Corps), preparation and submission of an Alternative Analys is and Mitigation Proposal., or
providing compliance reporting is included in this contract.
5. Offsite Paving and Utilities
No design of paving or utilities, off-site improvements or grading are included in the contract.
6. Storm Water Pollution Prevention Plan (SWPPP)
The area disturbed b y the proposed improvments is anticipated to be le ss th an 1 acre. Therefore, no
formal SWPPP is included in thi s proposal.
7. Miscellaneous Items
No platting, co n struction staking, co n s tructio n ins pectio n , co n structio n materials te stin g, o r detailed
co n struction management is included in this co ntract.
P ag e 3 o f 4
Fax (8 17) 590-8600 255 3 E a st Loo p 82 0 N o rt h ° F o rt Wo rth , Texas 76 11 8 (817) 589-0000
Mrs. Nancy Bunton
Pru:k s and Community Services Department
J anuary 25 , 2010
FEES AND PAYMENT:
**Subcontractor costs include 10 % administratio n . Subcontractor proposals will be available for review if
needed.
Surveying
Engineering Planning and Design
Bidding Assistance and Construction Administration Assistance
Total
The DBE portion of this contract is $4,515 (18%).
We appreciate the opportunity to work with yo u on this interesting project.
$4,966
$17,000
$3,000
$24,966
Sh ould you require additional information please feel free to contact me at 81 7.253 .5727 or
cl ay to nredinge r@ deo tte .co m .
Respectfully s ubmitted,
Deotte, Inc.
Clayton T. Redinger, P .E.
P age 4 of 4
Fax (817) 590-8600 2553 East Loop 82 0 Nort h ° Fort Worth , Texas 76118 (8 17) 589-0000
ATTACHMENT "B"
COMPENSATION AND SCHEDULE
Design Services for
2010 Erosion Control Improvements for Meadowbrook Golf Course
I. Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $24 ,966 .00 as
summarized in Exhibit "B-3" Payment of the total lump sum fee shall be
considered full compensation for the services described in Attachment A, for all
labor materials , supplies , and equipment necessary to complete the project.
B. The ENGINEER shall be paid monthly payments as described in Exhibit "B-1"
Section 1 -Method of Payment.
Each invoice is to be verified as to its accuracy and compliance with the terms of
this contract by an officer of the ENGINEER.
II. Schedule
Re v 8-7-09
Final Plans and Contract Documents for bid advertisement shall be submitted within 130
calendar days after the "Notice to Proceed " letter is issued.
A. Conceptual Engineering Plans -21 calendar days.
B. Preliminary Engineering Plans and Contract Documents -66 calendar days.
C . Final Engineering Plans and Contract Documents -101 calendar days.
D. Final Plans and Contract Documents for Bid Advertisement -130 calendar days.
B - 1
EXHIBIT "B-1"
METHOD OF PAYMENT
(Supplement to Attachment B)
Design Services for
2010 Erosion Control Improvements for Meadowbrook Golf Course
I. Method of Payment
Rev 8-7-09
Partial payment shall be made to the ENGINEER monthly upon City 's approval of an
invoice from the ENGINEER outl ining the estimated current percent complete of the total
project.
The aggregate of such monthly partial fee payments shall not exceed the follow i ng :
Until satisfactory completion of Conceptual Engineering plan submittal and approval by
the City , a sum not to exceed 30 percent of the total lump sum fee (less surveying and
bidd ing/construction phase services).
Until satisfactory completion of Preliminary Construction Plan submittal and approval by
the City , a sum not to exceed 60 percent of the total lump sum fee (less previous
payments, surveying and bidding/construct ion phase services).
Until satisfactory completion of Final Construction plan subm ittal and approval by the
City , a sum not to exceed 90 pe rcent of the tota l lump sum fee (less previous payments ,
surveying and bidding/construction phase services).
The balance of the earnings (less previous payments , surveying and
bidding/construct ion phase services) shall be payable when the project is advert ised .
Surveying and Bidding/Construction services shall be paid after services are rendered .
8-2
EXHIBIT "8-3"
SUMMARY OF PROJECT FEES
(Supplement to Attachment 8)
Design Services for
2010 Erosion Control Improvements for Meadowbrook Golf Course
SUMMARY OF TOTAL PROJECT FEES
Consulting Firm Prime Responsibility Amount %
Prime Consultant: DeOtte, Inc. $20 ,451.00 82%
Proposed M/WBE
Sub-Consultants Amount %
Gorrondona & Assoc., Inc. $4 ,515 .00 18%
I
Non-M/WBE
Consultants :
I NONE
C ity M/WBE Goal = 18%
BREAKDOWN OF WATER, SEWER AND PAVING FEES (LESS SURVEY FEES)
Rev 8-7-09
1. Total Fee (less survey fee) Breakdown by Concept, Preliminary and Final Des ign
a . Concept (30%) = (Total Fee -Survey Fee) x (0 .3)
b. Preliminary (60%) = (Total Fee -Survey Fee) x (0 .6)
c . Final (10%) = (Total Fee -Survey Fee) x (0 .1)
B-4
= $6,135.00
= $12 ,270 .00
= $2,046 .00