Loading...
HomeMy WebLinkAboutContract 20009 r ! f RTP . ATE OF TEXAS KNOW ALL MEN By THESE PRESENTS COUNTY OF TARRANT This Agreement is made and eyecuted by and between the City of For Worth, a urn=cipal corporation situated in Tarrant County, Texas, hereinafter called "City. or "Owner," acting herein by and through Bike Groomer, its duly authorized Assistant City Manager, and Ever age Consultants, Inc. acting herein by and tnr ru h 1,04.Ted Everage, its duly authorized President, hereinafter called '`Engineer." That for and in consideration of the rnutual covenants and agreements herein contained, i i. the parties hereto do hereby covenant and agree as follows: `A The City hereby contracts with the Engineer as ar.. independent contractor, and the Engineer hereby agrees to perform the services herein described with diligence and With the pr fessional standards customarily obtained for such services in the Mate of Texas. The professional services set out herein ar°e in connection with the following described project:. SANiTARY SEWER REHABILITATION, CONTRACT 2 r a_, � �L � s E TIQ 11 ICES x gg. 1 6 The Engineer shall perform the following engineering services in fulfillmOn `c ftW r� ..n i and agreement. w . 1. The services provided by the Engineer include, but are not limited to, scope of set-vices listed in E hib t A attached hereto, incorporated herein and made a part hereof for all intents and purposes. . The Engineer shall attend such conferences with appropriate City officials and City employees as may be necessary to insure the contract documents for water- and/or sewer utility relocations, as they are being developed, will result in providing facilities which w1if be e conomical,will function properly,and will fit into the eater Department's overall �,ftility. Prepare a pr°iir irary location map, using e istirg maps, "as-built" plans of the City, and other record information, and submit same to City. -` w �. -ff t= _<T.. Make such field surveys as may be neces=sary to provide basic design data Which, when considered with such data, as the City may furnish, will be all the data and information needed for preparing --ornplete detail contract docunnents and plans u`table for use in obtaining construction bids and for c r ,trsrction and completing the prop scd sever replacement, Engineer �ihall coordinate with all utilities as to any proposed a-ility lines or adjustments to existing utility lines v-,6thin the project limits. The information obtained shall be shown on the preii inarf pies, The Engineer shalf show on the preliminary and final plans the location of the proposed utility lines, existing utility lines and anticipated adjustments andfor relocatton of the existing !roes. v . The Engineer will rake provisions for reconnecting all sanitary sewer service litres which connect directly to any main being replaced, includin rep acernent of existing service litres within City rights-of-way by a licensed pi rnbex, When the existing alignment of any sanitary sewer main or lateral is changed, provisions will e trade in the plans ar�d,or sp°cifrcatins by the Engineer to relocate all service lines which are connected to the existing line and connect said service lines to tthe relocated main, y, The Engineer shall advise appropriate City Wffrcials and City employees. of test borings and other subsurface investigations that may be needed. In the event it is determined necessary to make borings or excavate test boles or pots ;.long the route of the proposed sever mains, the Engineer shall furnish� specifications, � coordinate and designate thy: locations for the niaking and recording; of such borings or excavations, with the cost of the ')rr ings or e cavitions being paid for by the City. The Engineer shall stale su,,n locations and record the results. l The Engineer shall conduct land surveys and make proper*/ ties necessary to enable the obtaining of lard and/or easements for the City, Engineer sh li s determine ownership of such land and furnish the City vrith the nec sar right- f- way sketches and prepare necessary easement descriptions for acquiring the ri ht- f- gay for the construction of this prefect. ketch and easement descriptions are to be presented in form suitable for direct use by the Land Department, of the City of part Worth in obtaining easements, permits, and licensing agreements. Right-of-way sketches and legal descriptions shall be furnished to the City i mmediately after the approval of preliminary route map and completion of the contra! surrey for location and owiiership. All material shall be furnished on the appropriate City forms in a minimur Of thr e ' copies each, A W 19 93,°P. _:... 9. The Engineer small prepare all required fom)&aP lications to allow th City to o =fain any and a€l a =eernents anal/c r.permits as roay be required' for the prcje-ct, 10. Prepare special contract documents for the project cc iisistin of at least the following arts: 13 PROPOSAL MATERIALS onstruction and Installment Requir ents F. EASEMENTS/PERMITS G. BONDS CONTRACT 1 ,; S The erf°al Contract DocurrientLS and Specifications of the Water e . t ent shall referred to and used to sup lement special cial contract QQ ur eats above. The Engineer will advertise the project,with bids to be accepted at the Purchasing Div=!;ion's office* advertising costs shall be Gig's expense. . The Engineer shall prepare a maximurn of twenty-five (2 ) copies of all plans and contract documents for use by the City and by potential bidding contractors, for each contract. i 12. En inter- shall assist in the tabulation and review of all bids received or the construction of the improver nents, and shall make recommendations to the City r concerning these bids. Engineer shall prepare the required number of conformed r documents for execution by the Contractor and the City. At any tirne during the construction Of this project., the Engineer sha€ advise can special aspects of the project at the request of the City. The Engineer will review and a rove sofa � drawings a necessary- i r 13. The original drawings of all Marrs shall be drawn in ink on approved reproducible Mastic film sheets, or as otherwise approved by the Director of the Water Department, acrd shall become tFie property of the i . Mkt+ m E y y may use such I drawings in any manner it desires; provrt � < however, that the Engineer shall not i be iiable for the use of such drawings for any project other than the project descr shed herein;and further er° r€�vided, that f:he Engineer snail not e liable for the consequences of any c =an that are made to the drawings or char that are made in the iMD!ernentation of the drawings without the vvrlt&-rr approval of the Engineer. I+ The Engineer shall make investigations at its own cost and expense and revise plans and specifications as necessa,-y if field conditions show the,original plans do not provide a C-,Mplete and workabtle project. V permittirrr7?uthorlties req,jire de ign changes,the Engineer shall r,:-,,,A-,e plans and cpecificaV ,,,s requIred at Its own cost and expense, unless such changes are reqtuired dLI"t to changes in the design of the facilities made by the permitting authority. 11'such changes are required, the Engineer shall notify the City and an amendment to the contract shall be made if the Engineer incurs additional cost. If there are ur,w6dable delays,a mutually agreeable and reasonabletime extension shall be riegotiated, 16. Tine general and resident supervision, setting of line and grade stakes and routine inspection of constructl on are not Inch id in thits, attract but*11 be performed by the Water Department, provided, however, the Engineer shall be availatile,to the City on all matters concerning the project during the construction of the project and will set control points in the field to a"low Water Department survey crews to stake the protect, the cost of which is included in this contract. (;HARAC-rER AND EXTEW, I S,�SSIST�ANCE� CITY SHALL.- A. Provide all criteria and full information as to City's requirements and designate a person with authority to, act on City's behalf on all matters concerning the Assignment. B. Assist Engineer in obtaining existing studies, reports and other available data and services 0 of others pertinent to the Project and in obtaining additional reports and data as required. C. Provide soil boring logs and lateral soil pressure data at locations designated by Engineer. �EC:LION IV - COI'�LPF�,IATION 1�0 ENGINEIIIR A. The Engineer shall be compensated on the basis of salary cost times a multiplier of.2.34. Salary cost is defined as the salar/ payments to engineers, technicians, clerical and other personnei for time dirwly chargeable to the project, plus Social Security contributions, unempioyment compensation insurance. retirerrent berefts rn i ed cat, and insi rare ce benefits, sick feave, vacation, and holidxy pay applicable thereto, P1. Actual out-of-pocket expenses that are incurred during the progr ess of the work at Engineer's cost- Plus 10%. The actual Out-of-pocket expenses include.- air fare, automobile rental if required, rnile;kge charges, parking, tolls, taxi, meals, lodging, telephone, printing and reproduction costs, and other miscellaneous costs incurred specifically for this project. ,f 101'GLVneh For work dore by others at the act$ a .,:�st to the Engineer of each services plus 10%, The total compensation for all of the services s be performed by r gin r as described in Section l - CHARACTER AND EXTENT OF ENGINEER'S SERVICES her f shall no- exceed $85,4 10.00. Compensation (including multiplier) shall be as indicated on-Exhibit , attached. It is understood that this agreement contemplates the full and complete engineering services for this project including any and all changes necessary to complete the work as outlined in the scope of services.ices. Nothing contained herein shal` be construed as authorizing any additional fees for services to provide complete plans, specifications, easements and permits necessary for the successful completion of this project. The Engineer ackno redges by the execution of this contract that such contingencies as may be d need rs e sar acrd r r h in the o f S IQN - METHOD OF PK'(MENT The Engineer shall be paid monthly can the basis f statements prepared from the boobs and records of account of the Engineers such statements to be verified as to accuracy and compliance with the truss of this contract by an officer o f Engineer. Payment according €a st aternents Will be subject to certification the Director of the Water a rtment or his authorized ri ed representative that such work has been performed. SECTION VI - TERMINATION The Ci,y may terminate this contract at any time and for any cause by notice in writing mailed certified mail, return receipt requested,to the Engineer. Upon receipt of sucti notice,the Engineer shall immediately discontinue all services and work and the placing of all carders or the entering into contracts for supplies, assistance, facilities and materials in corn ect ion lth the per'or r nce of this contract and shah proceed to cancel promptly all existing contracts insofar as they are chargeable to this contract, If the City terminates this contract- under~the foregoing paragraph, the City shall pay the Engineer for services actually performed prior to such termination, less such payments;eats a have been pre-vious ly made.race, Payment upon termination shall be calculated in the manner prescribed in Section V of this contract, Engineer shall not be,entitled to any further comperimtion for work performed by Engineer or anyone under its control or direction from date of receipt f not�c of cancellation. Upon to ination ofthis contract,the Engineer shall provide the Cirf reproducible copies ,f a« pieted or partially completed engneering docu ments prepared under this contract,all such documents being ovine-, by the City, Approval by the Cray of contract docunres-tts shall not constitute or be deetned to be release of the re-spoe€ ib"lity and liabilit-y of the €`ggn,,e, -3 +ufficers,, agents, employees, an subcontractors for tine accuracy ano c-;m�petency of the e vices erforr�ed underthis agreement, including but not lirrrir d to -,urvevs, designs, working drawings, and specifications ari i rather en&eering docc rnents_ Such app,°oval S)alf not be deemed to be an assumption cif such responsibility and liability by thr City for an,,nq,Vve nt act, error or orn?ssion la the perf rmc-Ince of ng ineer's professional services or in the or preparation of tae subsurface investigation, surveys, designs, working drawings anc s;peecifications or other engineering documents by the r ,rgineer,its officers, agents, eraapioyees and subcontractors, it being the intent of r he parties that approval by the City signifies the City s approval of only the generEAl design concept of the improvements to be constructed. In this connection, the Engineer shall indemnify �)nd hold the 'p'i'ty and all of its officers. agents, servants, and employees harmless from any loss, damage, liability or e penses, on account of damage to property and injuries, including doath, to all persons, inclu&ng but not limited to officers, agents or employees of the Engineer or subcontractors, and all other persons performing any part of the work .:.nd imprewements which may arise out of any negligent act, error or ornission in the performance of ngine,_r's professional services or in the conduct or preparation of subsurface investigations, surveys, deigns,, working drav ings, speci cat"onz, irxd other engineering docurnents incorporated into any improvements constructed in acs_. therewith. �" e Engineer shall defend at its own expense any suits of other proceedings rota& against the City and its officers, agents, servants, and employees, or any of therm on; account thereof, acrd sham pay all expenses and satisfy all judgments which may be incurred by or r rendered against theta or any of them in connection therewith, provided and except, however, that this indemnification provision shall not be construed as requiring the Engineer to indemnify or hold the Oily or any of its officers, agents, servants, or employees harmless from any loss, damages, liability or expense, on account of damage to property or injuries to persons caused by defects or deficiencies in design criteria and irrformat;ion furnished Engineer b, City, Or any designs, working drawings, specifcatdeuiat€c r r t°actiorr from r g ions or other engineering documents, Without limiting the above inderrrn . ";rTir,eer shall provide to City a certificate of insurance as proof that he has obtained a policy of comprehensive general liability coverage (occurrence basis) with carriers acceptable to City covering all risks relat`ng to the services to be performed under this contract, by the Engineer, its subcontractors and consultants, such insurance to be to at eeaSt the following odliy Injury Liability $250,000 Eadh Person $500,000 Each Occunrence Property Damage liability $300,000 Each ccurr once Cor tE"aetuai Rodily Injury LiaLA (1 250,000 ch Person 5 0W000 Each O ccurr er`nc Contractual proper l'tarna e r)"OG,003 =-ach Occurrence Engineer shall fr.nnis h City a certificate of Insurance irn at least the above arrioulit."s. Certificate small contain a provision that sucli insurance carnnc,� be cancelled or modir€ed without thirty ( 0) days prior written notice to City. Fn irneer shall not c�rnrrlisnce work,under this, reerrnernt until it has obtained Professional Liability Insurance as required hereunder and such insurance coverage has been apprc�ve by tlne City. Such insurance shall be in the rninirriurn amount of$1,000,000 and shall include caverage of Contractually Assumed Liability, The Insurance coverage prescribed herein shall be rn~raintairred throughout the period which Engineer furnished its services hereunder;€nd shall not be cancelled without prier written notice to the City. In this connection, upon t �signing and Turn of this � AgMernent by the Engineer, a Certificate of Insurance-shall be furnished to the City as e-,ide ce that the insurance coverage required, herein has been obtained by tl e Engineer, and such certificate shall contain the provision that such insurance shall not be cancelled or modified without thirty(i days prior written notice of the City. n ineer w�ali notify City Within tern (1 0) days of any modification or alte-atio.i in such Professional Liability Insuran-,. SEC [ON VIP! _ RIGHT TO AUDIT Engineer agrees that the City shall, until the expira,ion f hr (3) years after final payment under this contract, have ac:cews to and the ri ht to examine airy direly pertinent beaok,j, documents, papers and records of the Engineer involving tr_r"nsactions relating to this contract. Engineer avre s that the City shall have access duTing normal f working hours to all ncz:essary Engineer facilities and shall be provided adequate and appropriate vvork spate e in order to conduct audit, i n compliance with the provisions of this sectic<rr. The City shall give Engineer reasonable idvance notice of :r end;d audit. B. Engineer further agrees to include in aiF its subccc�rntractas hereunder a P.rovision to the effect that the subcontractor arses that the City shall, u,rtil the expiration of three ( years after final pay ernt under the subcontract, have access t and the right to examine any directly pertinent books, documents, pap r arnd records c such subcontractor. involving transactions to the subcontract, and f'urth , that City shali have access duringI "n r'r al working hours to all subcontractor facilities, and shall be provided adequate and t appropriate work space, in order to conduct arldits in ccmpliance Mith the r,,-,-,,-,'Asions of this article, City shall, give subcontractor reasonable advance n tine of audits. Contractor and subcontractor agree to photo copy such d }cements ets may be requested by the City, The Cif agree: to rruirnburse contractor jr the c si of copies as fcali v s. I. 50 copies and tinder - 10 cents per page, r _r .�, .ifpl 0-I More tar, 50 Copies - 85 certc for ge Pius fi tf :,n cents for eacf, page ,here. after, NS The City and the Engineer each bind themselves, th(air sC ccessoi and assigns, to tiEecither pare to this agreement and to the successors and assigrrs cif each ether party in respect to all cover*—nts this contract. ct.. t` eithe- party hereto shall assign or transfer its inter sr herein ll&Ath ut prier written consent of the other party, and any attempted assignment, ,-Tease r transfer of all or any part thereof without such prier written wc��;sept shall be oid. SECTI X1 The Engineer shall perform all work and services hereunder as ar`r independent contractor, and not as are officer, agent, servant or crnpl-ayee of the City. Engineer shall Fame e clu ive control of and they exclusive right to control the details of the work Performed hereunder, and all persons perrorToirig satire; and shall be solefy responsible- for tFe acts and omissions of its officers, agent e.np!oyees, and subcontractors_ Nothing herein shall be constr�jed as creating a partnership or joint venture be;t Teen the City and the Engineer, its officers; agents, employees and subc ntra r. a° 5-and the doctrine of respondent superior has no ap,pi,cation as between t City and the Engineer, SECT' l QB The Engineer ackn<..t ?e'd ews his commitment to meet or male"good faith"effort to meet the City of Fort t Worth`s goals for Disadvantaged ed Business nterpr ises(DBE)participation in City contracts. D participation was pat of the evaluation criteria used in the award of this contract;therefore,failure to comply may resuft in the Engineer being classified as non—responsive and Ine-ing`e-in barred from City work for a period of not less than six months. The Engineer agrees to furnish documentation of DBE participation such as cancelled cheeps, etc., or such evidence as may be deemed proper- by the City of Fort Worth, AGE: in accordance with the policy t,,polic ,,� Of the ecutive Branch of the federal Government, Eogi neer Coverrants that neither it n0l' any of its officers, members, agents, emp'oyees, program= participants or subl- rrs leant , hile n d i � err, pefflorming this contract, shalt, in connection - °th the empio rent, advance—meat or discharge of emr)!Oyees or in connec.bon with the terms, conditions or pr` rle ei of their employment, di cr'iminare against persons bexause of their age apt or, the bass boric €d occr.rpational qualification, redrer ent pla;; or Statutory requirement, of Engineer fi. ther cov�-,nants that ieiti,�r it nor its officers, rnerober , agents, ercnployeT:.,s, sub-clorsult nts< pirogr m participants or persons acting or their behalf, s rair* !ipecify. in solicitations or aoveta iiseme is for mpioy "w to °a> on th. ' contract, is m .x 6"i2um «? a� limit for such employment unless the specified maximurn ale lit-nit is based upon ;- bona ice occupational rc ?lificati n, retirement plan or statutory requirement. Engineer Warrants it ti; ili fully comply vVith the policy and ,4011 defend, indemnify and held City harmless against any claims or a4e ations aases-ted by third parties, or subc ns€ ltant against City arising r of engineer's andlor its stibc nsultants' alleged failure to coniply with the above referenced Policy concerning age discrimiinatdon in the performance of this agreement. in accordan,,:e with the provisions of the Americans With Disabilities Act n of 1990 °'ADS'=r, Engineer warrants that it and any and ail of its s be nsultant engineers M not unlawfully diw criminate on the basis of disability in the provision of services to the general pt bFic, nor m the availability, terms and/or conditions of employment for applicants for employment ¢ith, or employees of Engine--- or any of its srrlbcc nsuitants. ngirreer Warrants it will Pally comply with 's provisions and ny other applicable federal,state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations assert .d by third parties or srtbconsultanm against City arising out of Engineer's acid/or its strbconsultants' alleged failure to comply with the above referenced laves concerning disability discrimination in the peforrnance of this a reernent. SECTION X111 - VENUE Venue of any snit or cause of action urtder t Yi,- contract shall lie in Tarrant County,Texas. IN TESTIMONYWHEREOF, the City of Fort Worth has caused this instturnent to be signed in triplicate in its narne and on its behalf, by its Assistant City Marager and attested by its City Secretary, with the Corporate Seal affixed, and the Engineer also has properly ly executed this instrument in triplicate copies each o" : hich is deemed an original. EXEC TED, in the City of f r€ Worth, this ��",/L da y o � ,D, I A-TTEST: c1-Pi OF F Vk ft B :` t Alice M. Church Hike Ll root er City Secretary y is istant City Iarta ,Wr ,,:.3._, Everggq u . ed Everag l., RLS, President °AL KCOM D . RECOMMENDED.: r pp Richard . saw, Director ,, A. Doug'as Rademaker, Director Fort; Worth 'Hater Department De rtrrl rat of n inftrin APPROVED AS TO FORM AND L i..ITY- City Attorney Date HI IT . ULTA,NTS E INEERA,*PLANN - S- U V YORS September 3, 1993 Mr. Abraham Caldeton, P.E. Project Manager Department of Engineerina City of Fort Worth 1000 Throc r#or t n Fort Wortht TX 76!02-63!i RE: SANITARY SEWER REHABILITATICM CONTRACT 2IC DOS` NO. 0601 ECI NO, 930108 Mr. Calderon: Based can our meeting and subsequent phone conversation, I have revised our proposal for the referenced project. The extent of the project is as outlined in our letter dated. August 24, 1993 . Outlined below < ze the scope of soy vices to be provided by average Consultants, Inc, along with tho associat, z fee,.�s The specific task have been re-grouped as we di: -ad. Fees indicated below are "Note T Exceed" figures, ased can h, rat-,es (rate schedule as submitted previously) . s CONSTRUCTION PLAN PREPARAT A 8. Obtain available sever plans . qd press i ies, y b. Visit site. C. Research plates and deeds for establishment of property lines , d. Evaluation of survey data and ex i t inc conditions , e identification of existing easements. f§ Preparation of concept plans, based on survey findings. These concapt plans will identify alternate solutions where applicable, and recommendations for rehabilitation ar,d/ r replacement. 9. Determination of necessary T V. inspection coordination and review of inspection Preparation of preliminary r `sy °x t City review. Preparation of final construction plans bidding. Wta .n Utility clearances. . Preparation of Bid Tabu ation after bidding. . Preparation s Contract Documents for M Meetings with city for coc-irdJi-nation and re,,7iew, Sale ..__ . 3G �£.: r 1 U r x w,,, Was 76162%PA 1 t8 i i093' ..- .-.._...,...,_..._.-_...-_,:_...._.,.. ADDITIONAL SERVICES FIELD 2. SURVEY , 0. a, Establish horizontal and vertical control , in Horizontal nd vertical survey of entire x t 3 is of project, C. Location of right-of-way and property lines . 3. EASEMENT PREPARATION 6,000.00 a. Preparation of easement exhibits and descriptions as necessary. This assures all affected properties (estimated at 152 lots in 1 blocks) .require easements, which is highly unlikely. age will prepare the easements at a unit rice of $500/block, based an the a usaizmp'C?t3n that generally all or none of the lots in a given blocs w !l. require easements. Where individual lots require descriptions, hourly rates will be used. As further clarification, the fees stated above do not include infiltration tests or other evaluation of the condition of the existing ewers, preparation of trench safety plans beyond use of City standards, or any construction adminl stra tion or inspection. As we discussed, we anticipate use of a subcontractor to perform the T,V� inspection. The estimated oast of the inspection is as follows: 4420 LF 3 . 10/ F = $13,7001 Plus 10% for subcontractor = $1 ,370 `dotal additional Cost The work schedule has been revised as follows (the subcontract T.V. , surveying �nd easement preparation are not included in the percentages) : CONCEPT $ 8,760 Preparation of base maps for construction plans, e -luftiOn of survey data and existing conditions, identification of existing easements, indication of additional easement requirements, preparation of concept designs with alternate solutions where i � apps' �ab�.e, cost estimates, identification of testing and T a fir, inspection necessary, and recommendations for rehabilitation and/or replacement. PHASE 11 - PRELIMINARY DESIGN 330 Performance or>E��.nc f necessary ,V, inspection� end evaluation of results,ts, preparatio of re p=ans and draft sp €�:4fioa � �.m�nr construction plans �. tion for it rep gme and utility companies, and... preparation of necessary easement documents . meets . PHASE Ill FINAL DESIGM (301) Preparation of final construction ? pans nd: e ifi�a� ��� for final City re ew, along with final easement docg ments PHASU IV­ FTHAL PLANS (10%) Sub-Mitt"'al of final Ons a n plans and specifications for bidding PRASE V - CONTRACT DOCUMENTS , Preparation Of Contract Documents for execution and bid Tabu : ion At-tached are revised preliminary construction cost estimates based on our i s ins. Amain, we look forward to this opportunity tc work with the you on this project. Please feel free to call me if you have any questions or need further information. Yours very truly, ETERAGE CONSULTANTS, INC. Gary L. Vickery, P.E. Project Manager LV/giv Enclosures EXHIBIT B EVERAGE CONSULrANTS, IS . CITY OF FORT WORTH, TEXAS SANITARY SEWER REHABILITATION CONTRACT 21C DOE NO. 0601 CI NO. 930108 September, 1993 CLASSIFICATION RATEMOUR Principal $100. 00 $125 .00 Project Manager/Planner $55 ,00 - $15.00 RPLS $50-00 - $60. 00 Design Engineer $40. 00 - Q5,00 Designer/CAD Operator $35. 00 - $5o.00 Survey Technician $30< 00 - $40.00 Draftsman 128. 00 - $40.00 Clerical_ $25.00 -- $35.00 Survey Crew ei_mbursables Cosh + 10 Mileage $0. 35/mile Hourly rage - Direct Salary 1.282 2 . 3 Reproduction work will e at current ca mmerc a T rates , Subcontractors will be paid for at actual invoice cost plus ten percent ( 10%) . EXHIBIT S ''TA E`T , INC, C I OF FORIP CRT -,, lEX S SANITARY SEWER REHAB!1,r TIAT!ON CONTR.2-7 XXX'�ll DOE NO. 0601 ECI NCB, 9 'J'01108 SEPTEMBER. 1993 TOTAL ESTIMATED CONSTRUCTION COST: TOTAL BASE ENGINEERINt-7 FEE., ADDITIONAL SERVICES: FIELD SURVEYING: $20, 540 � EASEMENT DOCUMENT PREPARATION: $ 6, 000 T.V. INSP CTION (Subcontract , : _15 0 7 p TOTAL FEES: TOTAL, ESTIMATED COST: $694, U-49 5 CERTIFICAT E OF IN SURANCE PftOOLIC-18 Tk ff;-'ril iffd t#t i,4§! W- ,dig X KA A I"<t" i4r6NwK f WL, L CONFERS NO RIGHTS UPON THE CERTWICATE HOLDER, THIS CERTIFICATE i Ts Co "T on, Inc. DOES NOT AMEND, EXTEN OR ALTER THE COVERAGE AFFORDED BY THE TX 76102- COMPANIES AFFORDING COVERAGE 3akzt*.; A Hartford Lloyds i'xq�',pt,i', In City Fire Insurance QDmp-any 11verage Consultants, i c e c 'jiPAN, i- 11-f .3 Casualty Insurance �n rmr; C Y 2636 West Freeway, Suite 100 F'ort Worth, iX 76102 Legion ins n e amj any LE TT_R Con --liental Casualty insurance r-o n ' COVERAGES "HIS IS T GERTIFY; `,T THE POLICIES OFANSURAIIXE LISTED BELOW HAVE AVE SEEN 6SF E-0 TO 1 HE INSURED NAMED ABOVE FOR THE POLICY PER 00 1'4DJ CATELS,}`k(?T,AI;THS,Ai'a INCni A,NI'REOLT IREPfiESIT TERg'OR C )C,TICjt,'O 1i,'Y CO,". 'rACCT Or OTiER DOeOtftAEP-,T WITE1 RESPErT 1 Ik'i°ICE iHis* CERTIf 10ATE MIRY SE ISSUED OR MAY PERTAIN.TFIF WSURANGE AF"F.''RD D 8- 'rHE KtLiCIFS DESCRIBED HEREIN IS S jBjEG'F TO ALL THE?"tiRMS," EXCLUS0NS AND CONDITIONS OF SUCH POLICIES, I I&,1ETS SHOWN MAY IlA c S EA!a`?ESiUuEU EY f'R€D CLAIMS, CC F3 TYPE OF INSURANCE POLICY P? 00 Ec=PECTIVE °LL t v EXPIRATION DATE'3<,L,VDD`Yii DATF a,1/DD! LIMITS . ilcF<t tGtaFilwG`Al E X C0`JMEPCfAL GENe .-L ttARIL311` q �. U Or R(OP AGG. S 1100101000 4GT��Fti6645 �_1-�� �- -94 �'��� �'��� CLAUS MADE X c�' UR PEfISONAL&A 0 INjI)A,Y "$ 500,0()0 on�1s co Trr, rs :iT. cticc'� t rta4e7CC} i i rE-''"'.[2i. > s ft.3 S FIRE ilf'iVAGV,(Any one fire) S 300,000 fir[ RxrFr4`SF (Any one p,nssrn) S .E�-r Lr {� - :'43iS48iLE LIABILITY ._,"�,.,,.�._, �,..,,n.,.- .�u.t.,,., m.,�,.-.-.,y.,».�.... ...«,s...»r,...,.,E._• >.�.....-.� COMBINES_,SINGLE F3 ANY AUTO 46a�7��NFV5:364 6-1-93 6-1-9 NV LIT a 500,,o0o ALL OWNED AUTOS RUG;t Y VNJURV S0 FDUt FD ALITGS Per oe€sin; i HIRE[)AUTO?a Xi NON-OWNED AUTOS BODILY INJURY - - (pef accident) '' RAGE LIABILITY - PROPER TY DAt0AGE " E'XCES LIABILITY ..-.- .".. .. ...•...,. ......._„. ._.... _ .__ 4, .- r 2 EACH OCCU RE14EE $ 46, 1cJt 43 1 355 6-1-93 6-1--94 A 1:3RECATE f THEE THAN UMBREL F e Ff $ 41000,000" D WORKER'S COMPENSATION t �... _ ST 1)10RY Li€ UC 00378 9-1-93 9-1-94 AND FAA aGCiUE:T w -1,000 o a P 4PLOYERS LIABILITY fit Ei 3E...r+L~U v LIMIT ;., 1,000,000 E Professional AjVW6 .62600 4-26-93 4-26-94 $1,000,000. Policy Ldabil v Aggregate f 1`1-0' t NtaT—c--m [t- of For t Worth PTmect N4mberg 930108 CANCELLATION T`ION Mr LYbe Calderon, P.E. SHOU-D Atv,'OF E AiB rE DESCRIBED POLI, iEw BE CANCELLED SEE RS 1 ,E rwect Plana I`i D "??sTt= THEREOF, "..s, 3,.;I'ta r.,,..scAUY si-iL. C.'*SC)>ri-cVOr TO i `C` FE c' D NAMED`e-THE h c ,:off Si At � IM'POSE NO GBLIGATiON OR _ . ACORD --- (7/ !NSURED: Everage Consultants . Inc. Policy AAE {)0-'616°26.._00 MEMORANDUM OF INSURANCE ARCHITECTS AND ENGINEERS PROFESSIONAL LIABILITY `Gies T?iem:7x c#i°dum is i ije Addressee, as a mattes of information only and confers no i ht Mr . Aire Calderon, P.E. upon the holder. By its Project Manager issuance the Company does City of Fort Worth not alter, change, modify 1000 Throckmorton or extend the provisions Fort Worth, Texas 7 j 2 o %add policy and goes not waive any of its -Name and Address of rights thereunder, Ev rage Con ants, In 2630 West Freeizay Suite 100 Fort Worth, Texas 76102 Policy .period: 4 /26/1 to 04/26/94 1, oC u Flyr Mai a Limit cl liability expenses ) S, 1, 000, 000 Aggregate limit of liability (including Clakn expenses ) in, t w e'c en t YE the; ca zcellay`� C3 i1 Y .%2 „.J" `..: as shown herein, the Continental. Casualty Company or its authorized representative will ,rovi e thirty (30) days prior written notice to the party to whom this s ce ti icate is addressed at the address states herein. The mail inq of Such notice ahall be sufficient proof of notice. The above Po cy ha een issuer-1 ,_y Company and is in a oxce at the date: 1-j; Dated ati Chevy Chase, Maryland Date: 11/18/93 VICTOR 0 . .3CSi' k., ..max BY. 'z,`y..a Representative PROFESSIONAL LIABILITY CNAARCHITECTS/ENGINEERS � Effective 11/04/93 Ed . m Number Policy E- 0- 2 ENDORSEMENT is agreed that tf ��s l-.c 4jJJ not cgilled rit thirty days prior written notice is given to: Ylr Abe Calderon, project Manager City of Fort Worth 1000 Throckmorton Fort T t`, `.texas 76102 . All other provisions Of this policy remain n nc y y u -Countersigned by Authorized Representative 2 0 qf Fokf Wotlk li?xas m4yor atul Council Communication DATE NCE WIDMER � LOG NAME PAGE" 101/12193 **C-14040 3x21 C 1 Of 1 SUBJECT ENGINEERING AGREEMENT WITH EVERAGE CONSULTANTS, IINC., FOR SANITARY SEWER REHABILITATION, CONTRACT 21C � IMII It is recommended that City Council: 1. Authorize a fund transfer in the amount of $88,830.00* from Sever Capital Projects Fundi Unspecified to Sever Capital Projects Fund, Sever Rehabilitation, Contract 21C, and . Authorize the City tanager to execute an engineering agreement with Everago Consultants, Inc., for Sanitary Sewer rehabilitation, Contract 21C for a total fee not to exceed $35,410.00. 'Includes $3,420.00 for plan review by the Department of Engineering. The work for this project includes preparation of plans and specifications for the rehabilitation of sanitary suer lines 1 -113, -127, L-1713 and L-1825. ewer lines to be rehabilitated under this contract were identified as a result of maintenance nance � problems, customer complaints, seer backups and manhole overflows. These lines are on the high priority project list in the City Manager's Informal Report on Overflow Areas (I.R. 7698); dated March 8, 1993. This rehabilitation project will be coordinated with the City's Integrated Wet Weather Wastewater Management Program to comply with an Adrni6§trative Order from U.S. Environmental Protection Agency to eliminate seweroverflows in the wastewater collection ystern. The Engineer complies with the City's DBE' Policy. This project is located in DISTRICT 2. The Director of Fiscal Services certifies that fends required for this agreement are availab*,e i I the ctirrent ratillg bucket, as appropriated, of the Sever Capital Projects Fund, G1 Offike by tt APPROVED Mika Gmoawr 61401 (1)PS s l (. = � t , Vii. Douglas Radernaker 61 5 7 � r°, � j 531-200 rilo3g, FS—5 A las Paden aker 6B7 7 ' ,