HomeMy WebLinkAboutContract 34073` ='t`1 'r` ��t;�=�'�`i"��i'V' �
CITY OF FORT WORTH, TEXAS '�-��-�I�JT'���;�,- �� .
STANDARD AGREEMENT FOR ENGINEERING SERVICES
This AGREEMENT is between the City of Fort Worth (the "CITY"), and Multatech
Engineering, Inc., (the "ENGINEER"), for a PROJECT generally described as: Pavement
Reconstruction and Water and Sanitary Sewer Main Replacement on NE 29t" Street
(Weber St to Schwartz Ave), North Hampton Street (NE 32"d St to E. Long Ave) and
North Terry Street (NE 30th St to NE 35th St)
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 III
Terms of Payment
Payments to the ENGINEER will be made as follows:
Invoice and Payment
The Engineer shall provide the City sufficient documentation to reasonably
substantiate the invoices.
The ENGINEER will issue monthly invoices for all work performed under
this AGREEMENT. Invoices are due and payable within 30 days of receipt.
Upon completion of services enumerated in Article I, the final payment of
any balance will be due within 30 days of receipt of the final invoice.
(4) In the event of a disputed or contested billing, only that portion so contested
will be withheld from payment, and the undisputed portion will be paid. The
CITY will exercise reasonableness in contesting any bill or portion thereof.
No interest will accrue on any contested portion of the billing until mutually
resolved.
(5) If the CITY fails to make payment in full to ENGINEER for billings contested
in good faith within 60 days of the amount due, the ENGINEER may, after
giving 7 days' written notice to CITY, suspend services under this
AGREEMENT until paid in full, including interest. In the event of
suspension of services, the ENGINEER shall have no liability to CITY for
de�ays or damages caused the CITY because of such suspension of
services.
----__—_ __-_ .i
n'� '� �;!, � �'r: -^. i� 1•,
,�'� j.�; �'�;,:'� !,�l,�r,'`l;. )'
�..,���j ;,�,�"r���i��-'��s'{'��
.0
.?`� '�^� ��� � U' Il i<`,`T
�� .. �s`:�1L➢ _. .
A�'cicle IV
(7�iliga�i�ns �r the IEr�gii����
Amendmen�s to Article IV, ifi any, are included in Atfachment C.
A. General
The ENGINEER will serve as the CITY's professional engineering representafive
under this Agreement, providing professional engineering consultation and advice
and furnishing customary services incidental thereto.
Ci. 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 profiessional
engineers or consultants performing the same or similar services at the time such
services are perFormed.
C. Sub�ur#ace Inves�tigations
(1) The ENGINEER shall advise the CITY with regard to the necessity for
subcontract work such as special surveys, tests, test borings, or other
subsurface investigations in connection with design and engineering work to
be performed hereunder. The ENGINEER shall also advise the CITY
concerning the results of same. Such surveys, tests, and investigations
shall be furnished by the CITY, unless otherwise specified in Attachment A.
(2) In soils, foundation, groundwater, and other subsurFace investigations, the
actual characteristics may vary significantly between successive test points
and sample intervals and at locations other than where observations,
exploration, and investigations have been made. Because of the inherent
uncertainties in subsurface evaluations, changed or unanticipated
underground conditions may occur that could affect the total PROJECT cost
and/or execution. �hese conditions and cost/execution effects are not the
responsibifity of the ENGINEER.
D. Preparation of Engineering Drawings
The ENGINEER will provide to the CITY the original drawings of all plans in ink on
reproducible plastic film sheets, or as otherwise approved by CITY, which shall
become the property of the CITY. CITY may use such drawings in any manner it
desires; provided, however, that the ENGINEER shall not be liable for the use of
such drawings for any project other than the PROJECT described herein.
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 2 of 21
�. ��gi�nee�'s �ersonnel at Cons��wuciion Siie
(1) The presence or duties of the ENGINEER's personnel at a construction
site, whether as on-site representatives or ofherwise, do not make the
ENGINEER or its personnel in any way responsible for those duties fihat
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 e�ent of specific site visits expressly detaile.d 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, for any reason, the ENGINEER should
make an on-site observation(s), on the basis of such on-site observations, if
any, the ENGINEER shall endeavor to keep the CITY informed of any
deviation from the Contract Documents coming to the actual notice of
ENGINEER regarding the PROJECT.
(3) When professional certification of perFormance or characteristics of
materials, systems or equipment is reasonably required to perForm the
services set forth in the Scope of Services, the 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 Consicieragions, and Schedules
(1) The ENGINEER shall provide opinions of probable costs based on the
current available information at the time of preparation, in accordance with
Attachment A.
(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
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 3 of 21
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 CIT1' 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 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.
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 4 of 21
J. E�ir,�. ht �o Audit
(1) ENGINEER agrees that �he CIT'Y shall, unfil the expira�tion ofi ihree (3) years
after final payment under ihis contract, have access to ancl fhe right to
examine and phofocopy any directly per'�inenf books, document�, papers
and records o� the ENGINEER invoiving transactions refating to this
contract. ENGINEER agrees that the CITY shall have access during
normal working hours fio 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 three (3) years after final payment under
the subcontract, have access to and fihe 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 facilifies, 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 subcon-
sultant 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.
�1
��)
ENGINEEI�'s Insuranee
Insurance coverage and limits:
ENGINEER shall provide to the City certificate(s) of insurance documenting
policies of the following coverage at minimum limits that are to be in effect prior to
commencement of work on the PROJECT:
Commercial General Liability
$1,000,000 each occurrence
$$2,000,000 aggregate
Automobile Liability
$1,000,000 each accident
or
$250,000 property damage
$500,000 bodily injury per person per accident
A commercial business auto policy shall provide coverage on "any auto",
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 5 of 21
� C—+' f' I`_Ia. ,,/ f.` I�I��i
::� , � �r.l �: � �`�'cl C�� 1.
;��1�,� ;?,s,`'rV��;-l?' "'''J
� � ��;; , �+ �,; ,l .,.;� i„
�. ,� �U +�,-,,,
��.a u 'y;i �r"i.' i � m 5,�
l: ✓J:�Jl�y ' LG''�
defined as autos owned, hired and non-owned ciuring the course of this projecfi.
Worker's Compensation
Coverage A: statutory limiis
Coverage B: $100,000 each accidenf
$500,000 disease - policy limit
$100,000 disease - each employee
Professional Liability
$1,000,000 each claim
$2,000,000 aggregate
Professional Liability Insurance shall be written on a project specific basis. The
retroactive date shall be coincident with or prior to the date of this contract and the
certificate of insurance shall state that the coverage is claims-made and the retroactive
date. The insurance coverage shall be maintained for the duration of this coniract and for
five (5) years following completion of the contract (Taii Coverage). An annual certificate
of insurance shall be submitted to the City for each year following completion of this
contract.
(2) 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.
(a) Applicable policies shall be endorsed to name the CITY an
Additional Insured thereon, as its interests may appear. The term
CITY shall include its employees, officers, officials, agents, and
volunteers as respects the contracted services.
(b) Certificate(s) of insurance shall document that insurance coverage
specified according to items section K.(1) and K.(2) of this
agreement are provided under applicable policies documented
thereon.
(c) Any failure on part of the CITY to request required insurance
documentation shall not constitute a waiver of the insurance
requirements.
(d) 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 shafl be sent to the respective Department Director (by
name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas
76102.
(e) Insurers for all policies must be authorized to do business in the
state of Texas or be otherwise approved by the CITY; and, such
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 6 of 21
insurers shail be acceptable to �the CITY in terms of their iinancial
strength and solvency.
(� Deductible limits, or self-insured retentions, affecting insurance
required herein shall be acceptable to the CITY in its sole discretion;
and, in lieu of traditional insurance, any alternative coverage
main�ained through insurance pools or risk retenfiion groups must be
also approved. Dedicated financial resources or letters of credit may
also be acceptable to the City.
(g) Applicable policies shall each be endorsed with a waiver of
subrogation in favor of the CITY as respects the PROJECT.
(h) The City shall be entitled, upon ifs request and without incurring
expense, to review the ENGINEER's insurance policies including
endorsements thereto and, at the CITY's discretion, the ENGINEER
may be required to provide proof of insurance premium payments.
(i) The Commercial General Liability insurance policy shall have no
exclusions by endorsements unless the CITY approves such
exclusions.
(j) The CITY shall not be responsible for the direct payment of any
insurance premiums required by this agreement. It is understood
that insurance cost is an allowable component of ENGINEER's
overhead.
(I�) All insurance required in section K., except for the Professional
Liability insurance policy, shall be written on an occurrence basis in
order to be approved by the CITY.
(I) Subconsultants to the ENGINEER shall be required by the
ENGINEER to maintain the same or reasonably equivalent
insurance coverage as required for the ENGINEER. When
subconsultants maintain insurance coverage, ENGINEER shall
provide CITY with documentation thereof on a certificate of
insurance. Notwithstanding anything to the contrary contained
herein, in the event a subconsultant's insurance coverage is
canceled or terminated, such cancellation or termination shall not
constitute a breach by ENGINEER of the Agreement.
L. Independ�nt Consultantr
The ENGINEER agrees to perForm all services as an independent consultant and
not as a subcontractor, agent, or employee of the CITY.
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 7 of 21
ilil. Di�cic�sure
The ENGINEER acknowledges to the CITY that it has made full disclosure in
writing of any existing conflicts ofi 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.
�. Asbestos or Fiazardous Su�stanc2s
(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 ENGINEER
will, if requested, assist the CITY in obtaining the services of a qualified
subcontractor to manage the remediation activities of the PROJECT.
O. Permitting Authori�ies - Qesi�n 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 fihis 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.
Arficle �l
Obligafions of �he Ci�y
Amendments to Article V, if any, are included in Attachment C.
A. Cify-Furnished Da�a
The CITY will make available to the ENGINEER all technical data in the CITY's
possession relating to the ENGINEER's services on the PROJECT. The
ENGINEER may rely upon the accuracy, timeliness, and completeness of the
information provided by the CITY.
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 8 of 21
F3. Acce�s to Facili�ties �nd �roper�y
The CITY will make its facilities accessible to the EI�IGINEER as required for fhe
ENGINEER's performance of its services and will provide labor and safety
equipment as required by the ENGINEER for such access. The CITY will perforrn,
afi 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. �4dverfisements, �'ermits, and Access
Unless ofherwise agreed to in the Scope of Services, the CITY will obtain, arrange,
and pay for all advertisements for bids; permits and licenses required by local,
state, or federal authorities; and land, easements, rights-of-way, and access
necessary for the ENGINEER's services or PROJECT construction.
D. Timely IReview
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 in
Attachment A.
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 Subs�ances Releas�.
(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.
ENGINEERING AGREEMENT
JANUARY 1, 20D5
Page 9 of 21
� :;`J 1 �V;� :� ..�5<,�`✓t•.�i
+ !+''i';�i�''I '?,,S�,;L,v�$21p i'���
� �... . ��
i �51 ��:� �' ���i�� ti' p �!5�\t1�
�i � ::r
_—.....,,. ...}-_.
(2) The release required above shall not apply in the event the discharge,
release or escape ofi hazardous substances, contarr�inants, or asbestos is a
resuli of ENGINEER's negligence or if ERIGINEER brings such hazardous
substance, contaminant or asbesfos onta fhe projecf.
G. Coniractor Indemnifica�ion and Claims
The CITY agrees to include in all construction contracts the provisions of Article
IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions
providing contractor indemnification of the CITY and the ENGINEER for
contractor's negligence.
H. Con�rac�or Claims and Third-Pariy Bene�iciaries
(1) The CITY agrees to include the following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractors, subcontractors and equipment and materials
suppliers on the PROJECT, or their sureties, shall maintain
no direct action against the ENGINEER, its officers,
employees, and subcontractors, for any claim arising out
of, in connection with, or resulting from the engineering
services performed. Only the CITY will be the beneficiary
of any undertaking by the ENGINEER."
(2) This AGREEMENT gives no rights or benefits to anyone other than the
CITY and the ENGINEER and there are no third-party beneficiaries.
(3) The CITY will include in each agreement it enters into with any other entity
or person regarding the PROJECT a provision that such entity or person
shall have no third-party beneficiary rights under this Agreement.
(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.
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 10 of 21
(3)
J.
The CITY will specifiy that the F3uilders Risk/Installation insurance shall be
comprehensive in coverage aopropriate to the PROJECT risks.
Litigai�or� As�is�anc�
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 rriade
through an amendment to this AGREEMENT with appropriate CITY approval.
dariicle VI
General Legal Provisions
Amendments to Article VI, if any, are included in Attachment C.
da. Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of
a written Notice to Proceed from the CITY.
�3. Reuse ofi Project Documents
All designs, drawings, specifications, documents, and other work products of the
ENGINEER, whether in hard copy or in elecfironic 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 final designs, drawings, specifications and
documents shall be owned by the CITY.
C. Force fUiajeure
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.
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 11 of 21
;--_: _:- -
� �� ' �';' '�
q r� i.
;:,J, �� J>=!' 1 21:1'J .�,'i
ii� ISt " 1 �� Ifli` %r,/
;�lu 4 .,:�1,�.� !�.i���f•:�'
,,ti7 ;'s�'l� �:7��?
�____: u� .,. .,.�,�.Ij��,.�.V_...�___
�. `t"�r�inatiUr�
(1) The CITY may terminate this agreement for its convenience on 30 days'
wrirten notice. Either the CITY or fhe ENGINEER for cause may terminate
fhis AGR�EMENT if eifher party fails substantially to perform fhrough no
faulf of the ofher and does not commence correc�ion of such
nonperformance with 5 days of written notice and diligently complete the
correcfion thereafter.
(2) If this AGREEME(VT 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 storage containers,
microfilm, electronic data files, and other daia storage supplies or services;
c.) The time requirements for the ENGINEER'S personnel to document
the work underway at the time the CITY'S termination for convenience so
that the work effort is suitable far long time storage.
(3) Prior to proceeding with termination services, the ENGINEER will submit to
the CITY an itemized statement of ali termination expenses. The CITY'S approval
will be obtained in writing prior to proceeding with termination services.
C. �uspension, Delay, or Interrupfiar� �o !!►/ork
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 equifiable adjustment in the PROJECT's schedule, commitment and cost of the
ENGINEER's personnel and subcontractors, and ENGINEER's compensation will
be made.
F. Ir�demnifica�ion
(1) The ENGINEER agrees to indemnify and defend the CITY from any loss,
cost, or expense claimed by third parties for property damage and bodily
injury, including death, caused solely by the negligence or willful misconduct
of the ENGINEER, its employees, officers, and subcontractors in
connection with the PROJECT.
(2) If the negligence or willful misconduct of both the ENGINEER and the CITY
(or a person identified above for whom each is liable) is a cause of such
damage or injury, the loss, cost, or expense shall be shared between the
ENGINEER and the CITY in proportion to their relative degrees of
negligence or willful misconduct as determined pursuant to T.C.P. & R.
Code, section 33.011(4) (Vernon Supplement 1996).
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 12 of 21
G. A�si�nment
Neither party shall assign ali or any part of this AGREEMENT without the prior
written consent of fihe other party.
{�. Int�rpretaiion
Limitations on liability and indemnities in this AGREEMENT are business
understandings betw�en the parEies and shall apply to all the different theoi�ies 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 ofi Texas shall govern the validity of this AGREEMENT, its
interpretation and perFormance, and any other claims related to it. The venue for
any litigation relafed to this AGREEMENT shall be Tarrant County, Texas.
J. Al�ernate Dispufe Resolution
(1) All claims, disputes, and other matters in question between the CITY and
ENGINEER arising out o�F, or in connection with this Agreement or the
PROJECT, or any breach of any obligation or duty of CITY or ENGINEER
hereunder, will be submitted to mediation. Ifi mediation is unsuccessful, fhe
claim, dispute or other matter in question shall be submitted to arbitration if
both parties acting reasonably agree that the amount of the dispute is likely
to be less than $50,000, exclusive of attorney's fees, costs and expenses.
Arbitration shall be in accordance with the Construction Industry Arbitration
Rules of the American Arbitration Association or other applicable rules of
the Association then in effect. Any award rendered by the arbitrators less
than $50,000, exclusive of attorney's fees, costs and expenses, will be final,
judgment may be entered fihereon in any court having jurisdiction, and will
not be subject to appeal or modification except to the extent permitted by
Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and
11).
(2) Any award greater than $50,000, exclusive of attorney's fees, costs and
expenses, may be litigated by either party on a de novo basis. The award
shall become final ninety (90) days from the date same is issued. If litigation
is filed by either party within said ninety (90) day period, the award shall
become null and void and shall not be used by either party for any purpose
in the litigation.
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 13 of 21
�. Seve�abifi� �nd ���fiv�l
If any �f the provisions coniained in this AGREEMENT a�-e held for any reason fo
be invalid, illegal, or unenforceabie in any respect, such invalidity, illegaliiy, or
unenforceability will not affect any ofiher provision, and this AGREEMENT shall be
construed as if such invalid, illegal, or unenforceable provision had never been
contained herein. Articles V.F., V1.13., VI.D., VI.H., VI.I., and VI.J. shall survive
termina�tion of this AGREEMENT for any cause.
l�. Observe ahd Comply
ENGINEER shall at all times observe and comply with all federal and State laws
and regulations and with all City ordinances and regulations which in any way
affect this AGREEMENT and the work hereunder, and shall observe and comply
with all orders, laws ordinances and regulations which may exist or may be
enacted later by governing bodies having jurisdiction or authority for such
enactment. No plea of misunderstanding or ignorance thereof shall be 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 ofi
the violation of any such order, law, ordinance, or regulation, whether it be by itself
or its employees.
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 14 of 21
¢_.
_-
! ��' �-�1 � ::; .�� ;
� , �' i' �� �..: Jc ... �u �': l, ;>i l'' �
' �,, .,, - _ . � �
° � I( ; � �"' ii�;C�,''t'_` ;:�h,,r'`
�; .,,f!; u' l�l; �'%� ! '�
S li ''�i �'� ,rl'] . � �
� r �� ��� '� �n� u��� °,,.._..�
�._,
��ficle VII
t���fachmen�, Schedules, and �Qgrra��res
This AGREEMENT, including its attachmenfs 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 Standard Agreement for Engineering Services
Attachment D - Project Schedule
Attachment E — Location Map
, , ;
Executed this the �� day of � , 20�
ATTES�i:
��
Marty Hendrix
City Secretary
C�- �I������ _��
Cdr:tr�ci. Au�hariz�i;ia�
�l�C����r
D���
APPROVED AS TO FORM
D LE', ^,� 'T"
AN
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 15 of 21
CITY OF FORT WORTH
gy: ���� , � o.�
Marc. A. Ott
Assistant City Manager
Approval Recommended
����
Douglas Rademaker, PE
Director, Engineering Department
1l .�' �_ �� �-- �� �
By: ,� ° ���-
�.
Name� lack A Otte�on, P.E.
- ' •.-�
�;2 �t , �nr �, �f� �-
; � !�I.L,�i:,�l :i��v�:iJ����
e N� �" i'1�� �^� � IC, i Ji, ;�
„ i � ;,,�,, (�,.;G',
��� � � l �_. �:; ! 5 ` .. . �
; � , �.:,, y � ,-�
, i ':,y:�n:,,A;;��� �L; � ;�5�;
i J' ,, . ' `:i ' f� 9 � .: L�' `_..
ATTACHMENT "�"
� .n ral Sco�e. szf �NI •
"Scope of Services set forih herein can only be modified by additions, clarifications, and/or
deletions set forth in the supplemenfal Scope of Services. In cases of conflict between the
Supplemental Scope of Services and the General Scope of Services, the Supplemental Scope of
Services shall have precedence over the General Scope of Services. "
► :_
1) Preliminary Conference with City
The Engineer shall attend preliminary conferences with authorized representatives of the
City regarding the scope of project so that the plans and specifications which are to be
deve►oped hereunder by the Engineer will result in providing facilities which are
economical in design and conform to the City's requirements and budgetary constraints.
2) Coordination with Outside Agencies/Public Entities
The Engineer shall coordinate with officials of other outside agencies as may be
necessary for the design of the proposed street, and storm drain and/or water and
wastewater facilities/improvements. It shall be the Engineer's duty hereunder to secure
necessary information from such outside agencies, to meet their requirements.
3) Geotechnicallnvestigaiions
The Engineer shall advise the City of test borings, and other subsurFace investigations that
may be needed. In the event it is determined necessary to make borings or excavate test
holes or pits, the Engineer shall in coordination with the City and the City's geotechnical
engineering consultant, draw up specifications for such testing program. The cost of the
borings or excavations shall be paid for by the City.
4) Agreements and Permits
The Engineer shall complete all forms/applications to allow the City of Fort Worth to obtain
any and all agreements and/or permits normally required for a project of this size and type.
The Engineer will be responsible for negofiating and coordinating to obtain approval of the
agency issuing the agreement and/or permits and will make any revisions necessary to
bring the plans into compliance with the requirements of said agency, including but not
limited to highways, railroads, water authorities, Corps of Engineers and other utilities.
5) Design Changes Relating to Permitting Aufhorities
If permitting authorities require design changes, the Engineer shall revise the plans and
specifications as required at the Engineers own cost and expense, unless such changes
are required due to changes in the design of the facilities made by the permitting authority.
If 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 unavoidable
delays, a mutually agreeable and reasonable time extension shall be negotiated.
6) Plan Submittal
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 16 of 21
7)
�
�
Copies of the original plans shall be provided on reproducible mylar or approved plastic
film sheets, or as otherwise approved by the Department of Engineering and shall become
the property of �rhe 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; and further provided, that the Engineer shall not
be liable for the consequences of any changes that are made to the drawings or changes
that are made in the implementation of the drawings without the written approval of the
Engineer.
PHASE 1
Righf-of-Vilay, Easement and Land Acquisi�tion Needs
The Engineer shall determine the rights-of-way, easement needs for the construction of
the project. Engineer shall determine ownership of such land and furnish the City with the
necessary right-of-way sketches, prepare necessary easement descriptions for acquiring
the rights-of-way and/or easements for the construction of tf�is project. Sketches and
easement descriptions are to be presented in form suitable for direct use by the
Department of Engineering in obtaining rights-of-way, easements, permits and licensing
agreements. All materials shall be furnished on the appropriate City forms in a minimum of
four (4) copies each.
Design Survey
The Engineer shall provide necessary field survey for use in the preparation of Plans and
Specifications. The Engineer shall furnish the City certified copies of the field data.
Utility Coordination
The Engineer shall coordinate with all utilities, including utilities owned by the City, as to
any proposed utility liens or adjustment to existing utility lines within the project limits. The
information obtained shall be shown on the conceptual plans. The Engineer shall show on
the preliminary and final plans the location of the proposed utility lines, exisfing utility lines,
based on the information provided by the utility, and any adjustments and/or relocation of
the existing lines within the project limits. The Engineer shall also evaluate the phasing ofi
the water, wastewater, street and drainage work, and shall submit such evaluation in
writing to the City as part of this phase of the project.
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 17 of 21
� �!�,'�, �����1 `<<��;1,,�,�r�;
� C r •
�' `' ;'I .:,; j , -,,,,,, r, ,, ::; ,;,
� ��: J C c'S��S�:�•i�5{��=»., �
j r,c .- � � ,- q
i'. ( �•�i'r�'`.���}ij��� IUi I �{
��r V� �� �,:, a. ��n� o J��L,
10) Conce;.nS:ual �'la��
The Engineer shall furnish four (4) copies of the Phase 1 concept engineering plans which
include layouts, preliminary right-of-way needs and preliminary estimates of probable
construction costs ior the Engineer's recommen�ed plan. �or all submitfais, the Engineer
shall submit plans and documents for sireet/storm drain and water/wastewater facilities.
The Engineer shall receive written approval of the Phase 1 Plans from the City's project
manager before proceeding with Phase 2.
PFiASE 2
11) Design Da�a
The Engineer shall provide design data, reports, cross-sections, profiles, drainage
calculations, and preliminary estimates of probable construction cost.
12) Pr�liminary Consiruction F'lans and Technical Speci�ications
The Engineer shall submit twenty (20) copies of Phase 2 preliminary construction plans
and five (5) copies of the preliminary technical specifications for review by the City and for
submission to utility companies and other agencies for the purposes of coordinating work
with existing and proposed utilities. The preliminary construction plans shall indicate
location of existing/proposed utilities and storm drain lines. The Engineer shall receive
written approval of the Phase 2 plans from the City's project manager before proceeding
with Phase 3.
PHA�F 3
13) Final Construction Plans
The Engineer shall furnish five (5) copies of the final construction plans and contract
specifications for review by the City.
14) Detailed Cost �sfimafe
The Engineer shall furnish four (4) copies of detailed estimates of probable construction
costs for the authorized construction project, which shall include summaries of bid items
and quantities.
15) Plan� and �pecification Approval
The Engineer shall furnish an original cover mylar for the signatures of authorized City
officials. The Contract Documents shall comply with applicable local, state and federal
laws and with applicable rulEs and regulations promulgated by local, state and national
boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3
plans from the City's project manager before proceeding with Phase 4.
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 18 of 21
F�Fif-��� �
16) �in�l �,p�roved Can�frucfion Pians
The Engineer shall furnish 45 bound copies of Phase 4 final approved construction plans
and contract specifications. The approued plans and contract specifications shall be used
as authorized by the City for use in obtaining bids, awarding contracis, and constructing
the project.
17) E3idding Assisianc�
The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the
bidding documents, and assist the owner in determining the qualifications and
acceptability of prospective constructors, subcontractors, and suppliers. When substitution
prior to the award of contracts is allowed by the bidding documents, the Engineer will
advise the owner as to the acceptability of alternate materials and equipment proposed by
the prospective constructors.
18) Recommenda�tion of Award
The Engineer shall assist in the tabulation and review of all bids received for the
consfruction of the project and shall make a recommendation of award to the City.
19) t'rebid Confierence
The Engineer shall attend the prebid conference and the bid opening, prepare bid
tabulation sheets and provide assistance to the owner in evaluating bids or proposals and
in assembling and awarding confracts for construction, materials, equipment, and
services.
PNASE 5
20) Preconst�ucfion Con�erence
The Engineer shall attend the preconstruction conference.
21) Consfiruction Survey
The Engineer shall be available to the City on matters concerning the layout of the project
during its construction and will set control points in the field to allow City survey crews to
stake the project. The setting of line and grade stakes and route inspection of construction
will be performed by the City.
22) �i�e Visits
The Engineer shall visit the project site at appropriate intervals as construction proceeds to
observe and report on the progress and the quality of the executed work.
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 19 of 21
23) �hog� I�rawing Reviev✓
The Engineer shall review shop and er�ction drawings submitted by tf�e confractor for
compliance with design conce�ts. "I�he Engineer shall r�view laboi-atory, shop, and mill fest
reports on materials and equipinent.
24) Insfirucfions to Canfiractor
The Engineer shall provide necessary inf�rpretations and clarifications ofi contract
documents, review change orders and make recommendations as to the acceptability of
the work, at the request of the City.
25) Di�Fering Site Conditions
The Engineer shall prepare sketches required to resolve problems due to actual field
conditions encountered.
26) Record Drawings
The Engineer shall prepare record drawings from information submitted by the contractor.
ENGINEERING AGREEMENT
JANUARY 1, 2005
Page 20 of 21
EXHI�IT "A-1"
SUPPLEIVI�NTAL SCOP� OF SERVIC�:�
(SUPPL�MENi TO ATTACHfVIENi "�")
UESIGtV �ERVICES: WATER AND/OF2 SANIiARY SEViI�� Ii1�PRC�VEIlfiEN 15
The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT
"A". Work under this attachment includes engineering services for water and/or sanifary sewer
improvements for the following:
CITY OF FORT WOhTH YEAR FOUR & FIVE, 2004 CAPITAL IMPROVEMENT PROGRAM. STREET
REGONSTRUC710Id, WATER AND SANITARY SEWER REPLACEMEWPIT ON NE 29T" (W�B�R Si TO
SCFiWARTZ AVE), N. HAMPTON STREET (NE32ND i0 E. L�NG AVE) AND N. TERF2Y STREET (NE
30T" ST �"O ME 35T" ST).
Contract iVo. 42
CFW Project No. 00442
Upon receipt of notice to proceed, the ENGINEER will perform the following tasks:
PART A — PR�-ENGINEERII�G
1. Inifial Data Collection
a. Pre-Design Coordination Meetings
ENGINEER will attend and document meetings, as required, to discuss and
coordinate various aspects of the project and to ensure that the project stays on
schedule. For purposes of establishing a level of comfort, two (2) meetings are
anticipated. These include the following:
One (1) pre-design kick-off meeting, (including the CITY's Department of
Engineering and other departments that are impacted by the project).
One (1) review meeting at completion of the City's review of the conceptual
engineering plans.
b. Data Collection
In addition to data obtained from the City, ENGINEER will research and
make efforts to obtain pertinent information to aid in coordination of the
EA1-1
Rev 11/30/04
proposed iirprovements wifh any planned future improvements that may
influence the project. ENGINEER will also idenfify and seek to obtain data
for existing conditions that may impact the project including; utilities, City
Master plans, property ownership as available from the Tax Assessor's
office.
The data collection efforts will also include conducting special coordination
meetings with affected property owners and businesses as necessary to
develop sewer re-routing plans.
The following shall be applicable at all locations where it is necessary to
relocate or reroute the existing private sanitary sewer service line due to
the abandonment or realignment of the existing public sanitary sewer
lateral or main:
The CITY shall furnish fhe Engineer with a sample format of how the sewer
service line reroute/relocation should be designed and submitted for
construction. During design survey, if a rod can be inserted through the
cleanout to the bottom of the service line, the Engineer will obtain the flow
line elevation and design the service line prior to advertising the project for
bid. If the service flow line information cannot be obtained during design
survey, the Engineer shall delay the design of the sewer service line until
after the start of construction. The CITY will then direct the Contractor to
de-hole the service line at the clean-out location of all buildings or
structures so that the Engineer's surveyor can determine the flow line of the
sewer service line. The Engineer shall use this information to provide the
design for the sanitary sewer service line to be rerouted or relocated.
c. Coordination with Other Agencies
During the concept phase the ENGINEER shall coordinate with all utilities,
including utilities owned by the City, TxDOT and railroads. These entities
shall also be contacted if applicable, to determine plans for any proposed
facilities or adjustment to existing facilities within the project limits. The
information obtained shall be shown on the concept plans. The ENGINEER
shall show the location of the proposed utility lines, existing utility lines and
any adjustments and/or relocation of the existing lines within the project
limits. ENGINEER shall complete all forms necessary for City to obtain
permit letters from TxDOT and railroads and submit such forms to the City.
City shall be responsible for forwarding the forms to the affected agencies
EA1-2
Rev 11/30/04
� _ - ';
o I s :j
� ,.. J 1�:�•_..-1 �.y :._ J�.�',��, �i
, ii'i}�,,� ,�:.^,�,,���2IIr, �.i,j�1;r:�
� �V il U L� �'.l �:� �::' ����.�2 IL'�r�:� �•. J
] �c� ; �,;�tr �f';:�
�._7' ��^ �.,:� �Li �� � 1� 9 u,' � J, .Y ..
.` ��u�:o
for ex�cution.
2. v�hedule Submi��tai and IVloni�hly �rogress F��powt
The EPVGIENER shall submit a progress schedule after the design contract is fuily
executed. The schedule shall be updated and submitted to the CITY along with monthly
progress reports as required under Attachment B of the contract.
�'AR�i �- CONSTRUC710N PLANS AIVD SP�CIFIC�iIONS
1. Conceptual Engineering
Surveys for Design
a. ENGINEER will perform field surveys to collect horizontal and vertical
elevations and other information which will be needed for use by the
ENGINEER in design and preparation of plans for the project.
Information gathered during the survey shall include topographic
data, elevations of all sanitary and adjacent storm sewers, rim/invert
elevations, location and buried utilities, structures, and other features
relevant to the final plan sheets. For sewer lines located in alleys or
backyards, ENGINEER will obtain the following:
Obtain permission for surveying through private property.
Locate horizontal and vertical alignment of utility lines. Tie
improvements, trees, fences, walls, etc., horizontally along rear lines
in an approximately 50' wide strip. In addition, locate all rear house
corners and building corners in backyards.
Profile existing water and/or sewer line centerline.
Compile base plan from field survey data at 1"-40' scale.
Obtain permission for surveying through private property. Locate
horizontal and vertical alignment of utility lines, existing utilities, trees,
fences, walls, etc., horizontally along rear lot lines in an
approximately 20' wide strip. In addition, locate ail rear house corners
and building corners in backyards. Compile base plan from field
survey data at 1" = 40' horizontal and 1" = 4' vertical scale.
EA1-3
Rev 11/3Q/04
When conducting design survey at any location on fhe project, the
consulfant or its sub-consultant shall carry readily visible information
identifying the name of the company and the company
representative. All company vehicles shall also be readily identified.
b. �ngine�r vvi�l provide ti�e following in�'ormaiion:
All plans, field notes, plats, maps, legal descriptions, or other
specified documents prepared in conjunction with the requested
services shall be provided in a digital format compatible with the
electronic data collection and computer aided design and drafting
software currently in use by the CITY Department of Engineering.
All text data such as plan and profile, legal descriptions, coordinate
files, cut sheets, etc., shall be provided in the American Standard
Code �for Information Interchange (ASCII) format, all drawing files
shall be provided in MicroStation (DGN) or Autocad (DWG or DXF)
format (currently Release 2002), or as otherwise approved in writing
by the CITY, and all data colleted generated during the course of
the project shall become the property of the CITY.
The minimum information to be provided in the plans shall include
the following:
1. A Project Control Sheet, showing ALL Control Points, used
or set while gathering data. Generally on a scale of not less
than 1:400:
2. The iollowing information about each Control Point;
a. Identified (Existing City Monument #8901, PK Nail,
5/8" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate
system, and a referred bearing base. Z coordinate
on City Datum only.
c. Descriptive Location (Ex. Set in the centerline of the
inlet in the South curb line of North Side Drive at the
East end of radius at the Southeast corner of North
EA1-4
Rev 11/30/04
.. ---...._._ �.---.__..� . ...._:... . .
i
�
; � :. r` �� �; i;,; l :.:5 �� ��;,.; "1�
� �j ; :;� ; � ;� �5�,,, � �
� -;�s�� f?s,;�,��..
��-�� �::,'�?;,i,,,;��I�I; I j���
� ..�:il.uiti� u�_G�.;
._.. _..�
Side Drive and North (Vlain Street).
3. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Val�ies,
etc., in the same coordinate system, as ihe Control Points.
4. No less �han two bench marks plan/profile sheet.
5. Bearings given on all proposed centerlines, or baselines.
6. Station equations relating utilities to paving, when
appropriate.
7. Obtain the "foot print" of all properties where the sanitary
sewer service line is to be relocated or rerouted.
ii. Public Notification
Prior to conducting design survey, ENGINEER will notify affected
residents of the project in writing. The notification letter shall be on
company letterhead and shall include the following: project name,
limits, DOE project no., Consultant's project manager and phone
no., scope of survey work and design survey schedule. The letter
will be reviewed and approved by the City prior to distribution.
iii. Concep'�ual �ngineering Plan Submitial
a. Conceptual plans shall be submitted to City 3Q davs after
Notice to Proceed Letter is issued.
b. The ENGINEER shall perform conceptual design of the
proposed improvements and furnish four (4) copies of the
concept engineering plans which includes layouts,
preliminary right-of-way needs and cost estimates for the
ENGINEER's recommended plan. ENGINEER shall perForm
remaining field surveys required for final design of selected
route(s). The ENGINEER shall also evaluate the phasing of
the water, sanitary sewer, street and drainage work, and
shall submit such evaluation in writing to the City as a part
of the concept phase of the project. All design shall be in
conformance with Fort Worth Water Department policy and
EA1-5
Rev 11/30/04
procedure for processing water and sewer design.
ENGINEER shall review the City's wafer and sewer master
plan, other pertinent design information �and provide a
summary of findings pertaining to the proposed project.
2. prelirr�inary Engineering
Upon approval of Pait B, Paragraph iii (b), ENGINEER wiil prepare
preliminary construction plans as follows:
a. Overall water and/or saniiary sewer layout sheets and an
overall easement layout sheet(s).
b. Preliminary project plans and profile sheets on 22" x 34"
sheets which show the following: Proposed water and/or
sanitary sewer plan/profile and recommended pipe size, fire
hydrants, water service lines and meter boxes, gate valves,
isolation valves, manholes etc., related appurtenances and
all pertinent information needed to construct the project.
Legal description (Lot Nos., Block Nos., and Addition
Names) along with property ownership shail be provided on
the plan view.
c. For sewer lines, pipelines schedule for point repairs,
rehabilitation and replacement will be located on the base
sheets prepared from survey information gathered under
Part B, Paragraph b. Conflicts shall be resolved where
pipelines are to be rehabilitated on the same line segment.
Base sheets shall reference affected or adjacent streets.
Where open-cut and trenchless technology construction is
anticipated, below and above ground utilities will be located
and shown on the base sheets.
d. Existing utilities and utility easements will be shown on the
plan and profile sheets. ENGINEER will coordinate with
utility companies and the City of Fort Worth to determine if
any future improvements are planned that may impact the
project.
e. The design for sewer service line reroute/relocation will be
EA1-6
Rev 11/30/04
provided if tl�e flow line elevation of the sewer service can
be determined from the cleanout locatian. If this elevation
cannot be determined during design survey, the design
shall be provided after award of the construction contract
as specified in Part A, Paragraph 1 b.
f. The ENGINEER shall make provisions for reconnecting all
identifiable water and/or wastewater service lines which
connect directly to any main being replaced, including
replacement of existing service lines within City right-of-
way or utility easement. When the existing alignment of a
water and sanitary sewer main or lateral is changed,
provisions will be made in the final plans and/or
specifications by the ENGINEER to relocate all service
lines which are connected to the existing main and
connect said service lines to the relocated main.
g. The ENGINEER will prepare standard and special detail
sheets for water line installation and sewer rehabilitation or
replacement that are not already included in the D-Section
of the City's specifications. These may include connection
details between various parts of the project, tunneling
details, boring and jacking details, wateriine relocations,
details unique to the construction of the project, trenchless
details, and special service lateral reconnections.
h. Right-of-Way Research
The ENGINEER will conduct preliminary research for
availability of existing easements where open-cut
construction or relocation of existing alignments is probable.
Temporary and permanent easements will be appropriated
based on available information and recommendations will
be made for approval by the City.
EA1-7
Rev 11/30/04
i. F�ight-c��-way/Easemen�t Preparafion and auFimittal
Preparation and submittal of right-of-way, easements and
rights-of-entry will be in conformance with "Submittal of
Information to Real Property for Acquisition of Property".
j. Ufility Clearance Phase
The ENGINEER will consult with the City's Water
Department, Department of Engineering, and other CITY
departments, public utilities, private utilities and government
agencies to determine the approximate location of above
and underground utilities, and other facilities that have an
impact or influence on the project.
ENGINEER will design City facilities to avoid or minimize
conflicts with existing utilities.
The ENGINEER shall deliver a minimum of 13 sets of
approved preliminary construction plans to the City's Utility
Coordinator for forwarding to all utility companies, which
have facilities within the limits of the project.
k. Preliminary construction plan submittal
i. Preliminary plans and specifications shall be
submitted to City 6o davs after approval of Part B,
Paragraph iii (b).
ii. The ENGINEER shall deliver two (2) sets of
preliminary construction plans and two (2) sets of
specifications and contract documents to CITY for
review. Generally, plan sheets shall be organized as
follows:
Cover Sheet
General Notes/LegEnd
Easement layout (if applicable)
Abandonment
EA1-8
Rev 11/30/04
I'I�n & Profile Sh�ecs
Standard Coristruction De�tails
Special Details (If applicable)
iii. The ENGINEER shall submit a preliminary estimate
of probable construction cost with the preliminaiy
plans submitted. ENGINEER shall assist City in
selecting the feasible and/or economical solutions to
be pursued.
I. Review Meetings with City
The ENGINEER shall meet with CITY to discuss review
comments for preliminary submittal. The CITY shall direct the
ENGINEER in writing to proceed with Final Design for Final
Review.
m. �ublic Meeting
After the preliminary plans have been reviewed and approved
by the City, the ENGINEER shall prepare project exhibits,
provide the CITY with the database listing the names and
addresses of all residents and business to be affected by the
proposed project, and attend public meeting to help explain the
proposed project to residents. The CITY shall select a suitable
location and mail the invitation letters to the affected customers.
3. Final Consfruction Plan 5ubmittal
a. Final Construction Documents shall be submitted to CITY 30 days after
approval of Part B, Paragraph 2 k.
Following CITY approval of the recommended improvements, the
ENGINEER shall prepare final plans and specifications and contract
documents to CITY (each plan sheet shall be stamped, dated, and signed
by the ENGINEER registered in State of Texas) and submit two (2) sets of
plans and construction contract documents within 15 days of CITY's final
approval. Plan sets shall be used for Part C activities.
b. ENGINEIER's Estimate of Probable Consiruc�ion Cost
EA1-9
Rev 11/30/04
The ENGINEER shall s��bmit a final estimate of probable construction cost
wifh the final plans subi�iited.
c. Mylar �ubmiifais
The ENGIf�EER shall submit a final set of mylar drawings for record
storage as follows:
1. Water and sanitary sewer plans shall be submitted as one
set of plans. Water and sanitary sewer plans shall be
separate from paving and drainage plans. All sheets shall
be standard size (22" x 34") with all project numbers
(Water/Sanitary Sewer and TPW) prominently displayed.
2. For projects where paving/grading/drainage. improvements
occur on a Water Department funded project with no T&PW
funding involved, a separate set of mylars with cover sheet
shall be submitted for TPW.
3. Signed plans sets shall also be submitted as an Adobe
Acrobat PDF fiormat (version 6.0 or higher) file. There
shall be one (1) PDF file for the Water plan set and a
separate PDF file for the TPW plan set. Each PDF file shall
contain all associated sheets of the particular plan set.
Sin i�lar PDF fileG for each sh __f of a nlan s_ �il� no�
bP a�re��d PDF files shall conform to naming
conventions as follows:
I. Vi/ater and �ewer file name example —"X-
35667_org36.pdf" where "X-35667" is the
assigned file number obtained from the City of Fort
Worth, "_org" designating the file is of an original
plan set, "36" shall be the total number of sheets in
this file.
Example: X-12755_org18.pdf
II. TPW file name example —"W-1956_org47.pdf"
where "W-1956" is the assigned file number
EA1-10
Rev 11/30/04
obtained from the City of Fort Worth, "_o�g"
designating fhe file is of an original plan sef, "�7"'
shall be the totai number of sheets in this iile.
Example: W-0053_org3.pdr' and K-0320_org5.pdf
�3oth P��' files shall be submitted on one (1) Com�act Disk, which will
become property of and rei�nain with the City of Fort Worth. }Jonnv disks-
�i di �, P-Pl1r711 fil�ch m_dia �n�ill n�t be a��
4. For information on the proper manner to submit PDF files
and to obtain a file number for the project, contact the
Department of Engineering Vault at telephone number (817)
392-8426. File numbers will not be issued to a project
unless the DOE number and proper fund codes have been
assigned and are in the Department of Engineering
dafabase.
�'ART C - PRE-CONS7RUC�'ION ASSIS7ANCE
Adniinisfration
a. Delive� �id Documents
The ENGINEER will make available for bidding, upon request by the CITY, up to
fifty (50) sets of the final approved and dated plans and specifications and contract
documents for the projects to the CITY for distribution to potential bidders.
Proposal will be delivered in electronic format.
b. Bidding Assistance
The ENGINEER shall assist the CITY during this phase including preparation and
delivery of any additional addenda prior to bid opening to plan holders and respond
to questions submitted to DOE by prospective bidders. Engineer shall attend the
scheduled pre-bid conference.
The ENGINEER shall assist in reviewing the bids for completeness and accuracy.
The ENGINEER shall attend the project bid opening, develop bid tabulations in
hard copy and electronic format and return four (4) copies of the bid tabulation,
along with the contract documents to the City wifhin three (3) working days after
EA1-11
Rev 11/30/09
bid openings.
c. Assis�ance Durin� ConsYructian
Tf�e ENGINEER shall attend the pre-construction conf�rence for the project. The
ENGINEER shall aiso consult with and advise the CITY on design and/or
construction changes, if necessary.
EA1-12
Rev 11/30/04
�uwieir ���-z"
SUPF'L.IEM�iVT'AL SCOP� OF S�RVICES
(SUPPL�MENY TO AiT/�CF�Ni�Ni ���i,�)
D�SlGN S�RVIC�S: PAVING AND/OR DRAINAGE IIUIPF20VEiVI�NTS
The following is a clarification o�F the tasks that the ENGINEER will perform under ATTACHMENT
"A". Work under this attachment includes engineering setvices for paving and/or storm drain
improvements for the following:
C17Y OF FORT WO�TH YEAR FOUR & FIVE, 2004 CAPI7AL IMPROVEMENT PROGRAM. STRF_E7
RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEM�WNT ON NE 29T" (WE�3�R ST TO
SCNWARTZ AVE), N. HAMPTON STREET (NE32ND TO E. LONG AVE) AND N. TERRY STREET (NE
3�T" ST TO iVE 35T" ST).
Contract No. 42
CFW Project No. 00442
Upon receipt of notice to proceed, the ENGINEER will perform the following tasks:
PART � — PRE-�NGINEERING
1. Initial Data Collecfian
a. Pre-Design Coordinaiion IVleetings
ENGINEER will attend and document meetings, as required, to discuss and
coordinate various aspects of the project and to ensure that the project stays on
schedule. For purposes of establishing a level of comfort, two (2) meetings are
anticipated. These include the following:
One (1) pre-design kick-off ineeting, (including the CITY's Department of
Engineering and other departments that are impacted by the project).
One (1) review meeting at completion of the City's review of the conceptual
engineering plans.
b. Data Collection
EA2-1
Rev 11/30/04
� : -_ _ >
�t� ��I: � � f'����I
_ J ��` �- 1�.��v� �,�il
�� - S� .�c,: �,nn ^n
_ `'��'i �l �.� (� �� �: :� �� �%—�� 1 1�!
� �!� :V''Y';�'�1;; I;,u'ii� ����GLc
�._ .. .-.. _�.
In addition to data obtained from the City, ENGINEER will research and make
efforts to obtain pertinent information to aid in coordination of the proposed
improvements with any planned future improvements that may influence the
project. ENGINEER will also identify and seek to obtain data for existing conditions
that may impact the project including; utilities, City Master plans, CITY drainage
complaint files, existing applicable drainage studies and property ownership as
available from the Tax Assessor's office.
c. Coordination with Other Agencies
During the concept phase the ENGINEER shall coordinate with all utilities,
including utilities owned by th� City, TxDOT and railroads. These entities shall also
be contacted if applicable, to determine plans for any proposed facilities or
adjustment to existing facilities within the project limits. The information obtained
shall be shown on the concept plans. The ENGINEER shall show the location of
the proposed utility lines, existing utility lines and any adjustments and/or relocation
of the existing lines within the project limits. ENGINEER shall complete all forms
necessary for City to obtain permit letters from TxDOT and railroads and submit
such forms to fihe City. City shall be responsible for forwarding the forms to the
affected agencies for execution.
2. Schedule �ubmittal and IVlonthly Progress Report
The ENGINEER shall submit a project schedule after the design contract is fully
executed. The schedule shall be updated and submitted to the CITY along with
monthly progress reports as required under Attachment B of the contract.
PART �- CONSTRUCTION PLANS AND SPECIFICATIONS
1. Conceptual Engineering
i. Surveys for Design
a. ENGINEER will perform field surveys to collect horizontal and vertical
elevations and other information needed by ENGINEER in design and
preparation of plans for the project. Information gathered during the survey
shall include topographic data, elevations of all sanitary and adjacent storm
EA2-2
Rev 11/30/04
sewers, rim/invert el�vations, location of buried utilities, sfructures, and
other �Features relevant ta the final pian sheets. Existing drainage at
intersections will be verified by field surveys. Spoi elevations will be shawn
on intersection layouts with cross slope to fit intersecting grade lines.
b. ENGIIVEEFt will p�•ovide ihe fallowinq inforrviation:
All plans, field notes, plats, maps, legal descriptions, or other specified
documents prepared in conjunction with the requested services shall be
provided in a digital format compatible with the electronic data collection
and computer aided design and drafting software currently in use by the
Department of Engineering. All text data such as plan and profile, legal
descriptions, coordinate files, cut sheets, etc., sf�all be provided in the
American Standard Code for Information Interchange (ASCII) format, and
all drawing files shall be provided in Autocad (DWG or DXF) format
(currently Release 12), or as otherwise appraved in writing by the CITY,
and all data collected and generated during the course of the project shall
become the property of the CITY.
The minimum survey information to be provided on the plans shall include
the following:
1. A Project Control Sheet, showing ALL Control Points, used or set
while gathering data. Generally on a scale of not less than 1:400:
2. The following information about each Control Point;
a. Identified (Existing. City Monument #8901, PK Nail,
5/8" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate
system, and a referred bearing base. Z coordinate on
City Datum only.
c. Descriptive Location (Ex. Set in the centerline of the
inlet in the South curb line of North Side Drive at the
East end of radius at the Southeast corner of North
Side Drive and North Main Street).
EA2-3
Rev 11/30/04
3. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in
the same coordinate system, as fhe Control.
4. No less than two horizontal bench marks, per line or location.
5. Bearings given on all proposed centerlines, or baselines.
6. Station equations relating utilities to paving, when appropriate.
ii. Public Notification
Prior to conducting design survey, ENGINEER will notify affected
residents of the project in writing. The notification letter shall be on
company letterhead and shall include the following: project name
limits DOE project No., Consultant's Project Manager and phone
no., scope of survey work and design survey schedule. The letter
will be reviewed and approved by the City prior to distribution.
iii. Drainage Computations
ENGINEER will review and document the storm water watershed
drainage runoff area and existing street, right-of-way and storm
sewer capacities for the subject site. A drainage area map will be
drawn at 1" = 200' scale from available contour maps.
Calculations regarding street and right-of-way capacities and
design discharges (5-year and 100-year frequencies) at selected
critical locations will be provided. Capacities of existing storm
drain will be calculated and shown. The ENGINEER's
responsibility includes recommendations for improvements of the
existing syst�m as deemed reasonable and consistent with City
standards.
iv. Conceptual Engineering Plan �ubmittal
a. Conceptual plans shall be submitted to City '�0 da�v.��. after
Notice to Proceed Letter is issued.
EA2-4
Rev 11/30/04
b. The ENGINEER shall furnish four (4) copies of the Phase 1
concept engineering plans which include layouts, preliminary
right-of-way needs and cost estimates for ihe ENGINEER's
recommended plan. The ENGINEER shall also evaluate the
phasing of the water, sanitary sewer, street and drainage wor{c,
and shall submit such evaluation in writing to the City as a part
of the concept phase of the project.
2. Preliminary Engineering
Upon approval of Part B, Paragraph IV, ENGINEER will prepare construction plans as
follows:
a. Drainage area maps with drainage calculations and hydraulic
computations. Information shown on the plans will be consistent with Part
A, Paragraph 1.b. for proposed condition.
b, Preliminary project plans and profile sheets wl�ich will show the fiollowing
and shall be on 22" x 34" sheets:
Property Ownership
Curb Lines
Driveways
Medians (if applicable)
Sidewalks
Existing and proposed water and sanitary sewer mains.
c. Proposed roadway profile grades and efevations along each curb line;
elevations at all p.v.i.'s; p.i's haif stations; high and low points; vertical curve
information; and pertinent AASHTO calculations. Profiles for existing curbs
(if any) and existing ground at the left and right-of-way lines shall be shown.
Existing found property corners (e.g. Iron pins) , along the existing right-of-
way shall be shown on the plans. Profiles for existing and proposed storm
drain mains and leads shall be provided.
d. Existing utilities and utility easements will be shown on the roadway plan
and profile sheets. ENGINEER will coordinate with utility companies and
the City of Fort Worth to ascertain what, if any, future improvements are
EA2-5
Rev 11/30/04
planned that may impaci the project.
e. Preliminary roadway cross-sections will be developed, from the survey
notes, at intervals not-to-exceed 50 foot along the pi�oject length and will
extend 10' past the right of way line on both sides of the street. Additional
cross-sections at important features including driveways, p.i.'s of
intersecting streets, (minimum distance of 100' along cross-street at each
P.I.) walks, retaining walls, etc., will also be provided. Profiles of centerline
of driveways will also be provided where necessary. Scale will be 1" = 10'
horizontal and 1" = 2' vertical.
f. Street and intersection layouts.
g. Proposed plan/profile sheets will conform to City of Fort Worth construction
legend. Adequate horizontal and vertical control shall be provided on the
plan sheets to locate all proposed and existing facilities. Legal descriptions
(Lot Nos., Block Nos., and Addition Names) along with property ownership
shall be provided on the plan view.
h. Furnish as a function of final plans, six (6) copies of the final cross-sections
on 22" x 34" sheets. Information on these sheets will include centerline
station, profile grades and centerline elevations, roadway section (existing
and proposed), right-of-way limits. Scale will be 1" = 20' horizontal and 1" _
2' vertical with cross sections plotted with stationing from the bottom of the
sheet, and will include laterals and inlets. CITY policy with regard to parking
design shall be maintained. Excavation and emban{�ment volumes and end
area computations shall also be provided.
I. Right-ofi-Way Research
The ENGINEER will conduct preliminary research for availability of existing
easements where open-cut construction or relocation of existing
alignments is probable. Temporary and permanent easements will be
appropriated based on available information and recommendations will be
made for approval by the City.
EA2-6
Rev 11/30/04
j. C�ighi-oi-way/�asement F'repa�•a�io� and ��abmi�tal
Preparation and submiftal of right-of-way, easements and rights-of-entry
will be in conformance with "Submittal of Inforir�ation to Real Property
Division for Acquisition of Property".
k. Utility Clearance Phase
The ENGINEER will consult with the City's Transportation and Publci
Works Department, Water Department, Department of Engineering, and
other CITY departments, public utilities, private utilities, private utilities
and government agencies to determine the approximate location of
above and underground utilities, and other facilities that have an impact
or influence on the project. ENGINEER will design City facilities to avoid
or minimize conflicts with existing utilities.
The ENGINEER shall deliver a minimum of 13 sets of approved preliminary
construction plans to the City's Utility Coordinator for forwarding to all utility
companies, which have facilities within the limits of the project.
Preliminary Construction Plan Submittal
Preliminary construction plans and specifications shall be submitted
to CITY 60 dav�s after approval of Part B, Paragraph iv.
ii. The ENGINEER shall deliver two (2) sets of preliminary
construction plans and two (2) specifications to CITY for review.
Generally, plan sheets shall be organized as follows:
Cover Sheet
General Layout and Legend Sheet
Drainage Area Map and Computations
Plan & Profile Sheets
Standard Construction Details
Special Details (If applicable)
iii. Preliminary estimate shall submit a preliminary estimate of probable
EA2-7
Rev 11/30/04
construction cost with fhe preliminary plans submitted. Engineer
shall assist City in selecting the feasible and or economical
solutions to be pursued.
m. Review Meetings with Cifry
The ENGINEER shall meet with CITY to discuss review comments for
preliminary submittal. The CITY shall direct the ENGINEER in writing to
proceed with Final Design for Final Review.
n. Public Meeting
After the preliminary plans have been reviewed and approved by the City,
the ENGINEER shall prepare project exhibits, provide the CITY with the
database listing the names and addresses of all residents and business to
be affected by the proposed project, and attend public meeting to help
explain the proposed project to residents. The CITY shall select a suitable
location and mail the invitation letters to the affected customers.
3. Final Consiruction Plan Submittal
a. Final Construction Documents shall be submitted to CITY �a� after
approval of Part B, Paragraph 2(b).
Following CITY approval of the recommended improvements, the
ENGINEER shall prepare final plans and specifications and contract
documents to CITY (each plan sheet shall be stamped, dated, and signed
by the ENGINEER registered in State of Texas) and submit two (2) sets of
plans and construction contract documents within 15 days of CITY's final
approval. Plan sets shall be used for Part C activities.
b. EiUGIf�EER's Estimate of F'robable Construction Cost
The ENGINEER shall submit a final estimate of probable construction cost
with the final plans submitted.
EA2-8
Rev 11/30/04
c. t►1lylai• Subrnittals
The ENGINEER shall submit a final sefi of rriylar drawings for record
storage as fol�ows:
1. Street and storm drain plans shall be submitted as one set
of plans. Street and storm drain plans shall be separafe
from water and sanitary sewer plans. All sheets shail be
standard size (22" x 34") with all project numbers (TPW and
water/sanitary sewer) prominently displayed.
2. For projects where water/sanitary sewer improvements
occur on a TPW Department funded project with no Water
funding involved, a separate set of mylars with cover sheet
shall be submitted for Water Department.
3. Signed plans sets shall also be submitted as an �ldobe
Acrobat PUF �ormai (version 6.0 or higher) file. There
shall be one (1) PDF file for the TPW plan set and a
separate PDF file for the Water plan set. Each PDF file
shall contain ail associated sheets of the particular plan set.
�i��l�r epF �Files for �arh shee4 of a.�nl��et will n�t
��:C.Pa{P.(% PDF files shall conform to naming
conventions as follows:
I. TPW file name example —"1lV-1956_org47.pdf"
where "11�-1956" is the assigned file number
obtained from the City of Fort Worth, "_org"
designating the file is of an original plan set, "�i"
shall be the total number of sheets in this file.
Example: W-0053_org3.pdf and K-0320_org5.pdf
11.11Vaf�r and Sewer file name example —"X-
3566'T_org36.pdf" where "X-35667" is the
assigned file number obtained from the City of Fort
Worth, "_org" designating the file is of an original
EA2-9
Rev 11/30/04
_ _ � „�. ,��,,'�C: �
� �: .:I.�? r:,�v ;� �J
��� �" ;�r� J ^1�� I�JC��
�( ��i� :`� .;�,�Si! I�l�i IIP �ll
�7 U 6 6 �. , .. J:•'L.�•: L
14'� �.i1'.��'��It_�' ii��
�.�....��n, .s`ti'.:1�_�l��.c✓.,'._,�
plan set, "36" shall be the total number of sheets in
this file.
Example: X-12755_org18.pdf
Both PDF files shall be submitted on one (1) Compact Disk, which will
become property of and remain with the City of Fort Worth. FIQpT� disks;
ZI d�:L.��.�.p-mail flosh media ���ill no bP a__Pnted.
4. For information on the proper manner to submit PDF files
and to obtain a file number for the project, contact the
Department of Engineering Vault at telephone number (817)
392-8426. File numbers will not be issued fo a project
unless the DOE number and proper fund codes have been
assigned and are in the Department of Engineering
database.
P�RT C - PRE-CONSTRUC�IOiV ASSISTANCE
Administration
a. Bid Documents Submittal
The ENGINEER will make available for bidding, upon request by
the CITY, up to fifty (50) sets of the final approved and dated plans
and specifications and contract documents for the projects to the
CITY for distribution to potential bidders. Proposal will be provided
in electronic format.
b. Bidding Assistance
The ENGINEER shall assist the CITY during this phase including
preparation and delivery of any additional addenda prior to bid
opening to plan holders and respond to questions submitted to
DOE by prospective bidders. Engineer shall attend the scheduled
pre-bid conference.
�A2-10
Rev 11/30/04
� � , i;i" i ,; i,(;�
! �:�rl��.l::,�:: 7,u,.c����J•.
� ��;'I?';. �,;; -¢,i.p);r 5I��i�'r� ,
� Ij� �I.���'J'i�Ul��'V��-'.'
��� �I ,�.�L' f � � �;�Un
�1�: .. �, �
The ENGINEER shall assist in reviewing the bids for completeness
and accuracy. The ENGINEER shall atfend the project bid opening,
deve►op bid tabula'�ions in hard copy and electronic format and
rerurn four .(4) copies of the bid tabulation, along with the contract
documents to fhe City within three (3) working days after bid
openings.
c. Assistance Dui•ing Construction
The ENGINEER shall attend the pre-construction conference for
the project. The ENGINEER shall also consult with �nd advise the
CITY on design and/or construction changes, if necessary.
EA2-11
Rev 11/30/04
ATTACHMENT B
COMPENSATION AND SCHEDULE
DESIGN OF STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT ON
N.E. 29TH ST. (WEBER ST. TO SCHWARTZAVE.), NORTH HAMPTON ST. (N.E. 32ND ST. TO E.
LONG AVE.), AND NORTH TERRY ST. (N.E. 30TH ST. TO N.E. 35TH ST.)
CONTRACT NO. 42
PROJECT NO. 00442
COMPENSATION
A. The ENGINEER shall be compensated at a lump sum fee of $134,326.09 for Basic
Services as summarized on Exhibit "B-3." Payment of the fee shall be considered full
compensation for the services described in Exhibit "A-1" and "A-2" for all labor,
materials, supplies, and equipment necessary to complete the project.
B. Partial payment shall be made monthly as stipulated on Exhibit B-1 upon receipt of an
invoice from the ENGINEER, prepared from the books and records of the ENGINEER.
Each invoice is to be verified as to its accuracy and compliance with the terms of this
contract by an officer of the ENGINEER. Payment according to statements will be
subject to certification by the Director of Engineering Department or his authorized
representative that such work has been performed.
SCHEDULE
Final Plans and Contract Documents for bid advertisement shall be submitted within 127
calendar days (Does not include City review time) after the "Notice to Proceed " letter is
issued.
The Design Phase shall have a schedule as follows:
PartA— Pre-engineering shall be completed 7 calendar days after City approval
of Notice to Proceed.
Part B— Concept plans shall be completed 30 calendar days after pre-design
kick off meeting. Preliminary plans, specifications, and contract
documents shall be completed 60 calendar days after City approval of
concept plans. Final plans, specifications, contract documents and cost
estimate will be competed 30 calendar days after approval of
Preliminary Plans.
Part C— Bidding and award will be completed an estimated 20 calendar days
after the City's approval of Final Design plans, specifications and
contract documents.
Attachment B, Page 1
��rt,�l 1 °f67_�„
(iUPPLEME��J�f" `l�C) �1 iAC�il�i�5i1'T "�„)
iV1�iE�0� (�F Ps�Y6Vl�'R9'i'
DESIGN OF STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT ON
N.E. 29TH ST. (WEBER ST. TO SCHWARTZAVE.), NORTH NAMPTON ST. (N.E. 32ND ST. TO E.
LONG AVE.), AND NORTH TERRY ST. (N.E. 30TH ST. TO N.E. 35TH ST.)
CONTRACT NO. �2
PROJECT NO. 00442
I. IVIETHOD OF PAYtViEIVT�
The Engineer shall be paid in monthly partial payments as outlined below:
A. The ENGINEER shali be paid in monthly payments upon the receipt of
individual invoices for each partial payment request from the ENGINEER.
B. Partial payments shall not exceed the equivalent of 30% of the total lump sum
fee, until City approval of Exhibit A-1 and A-2, Part B, Section 1.
C. Partial payments shall not exceed the equivalent to 60% of the total lump sum
fee, until City approval of Exhibit A-1 and A-2, Part B, Section 2.
D. Partial payments shall not exceed the equivalent to 90% of the total lump sum
fee, until City approval of Exhibit A-1 and A-2, Part B, Section 3.
E. The balance of the fee shall be payable after completion by the ENGINEER of
Exhibit A-1, Part C.
II. PROGRESS REPORT
A. The ENGINEER shail submit to the designated representative of Director of
Department of Engineering monthly progress reports covering all phases of design
by the 15th of every month in the format required by the City.
Note: If the ENGINEER determines in the course of making drawings and specifications that
the construction cost estimate of $1,`i79,922.00 (as estimated in Exhibit "B-4") will be
exceeded, whether by change in the scope of the project, increased costs or other
conditions, the ENGINEER shall immediately report such fact to the CITY's Director of
the Engineering Department and, if so instructed by the Director of the Department of
Engineering shall suspend all work hereunder.
Attachment B, Page 1
C:�Documents and Settings\smallc\Local Settings\Temporary Intemet Files\OLK1BSWttach B Exhibit B-1 B-2.doc
EXHI�Ii "�-�"
(SUPPLEMENT i0 Ai7ACNf1l11ENT "B")
DESIGN OF STREET RECONSTRUCTION, WATER AND SANITARY SEINER REPLACEMENT ON
N.E. 29TH ST. (WEBER ST. TO SCHWARTZAVE.), NORTH HAMPTON ST. (N.E. 32ND ST. TO E.
LONG AVE.), AND NORTH TERRY ST. (N.E. 30TH ST. TO N.E. 35TH ST.)
CONTRACT NO. 42
PROJECT NO. 00442
2006 Standard Hourly Rate Schedul�
Employee Classification Rate/Hour (Ranqe)
Principal Engineer
Project Manager / Planner
R.P.L.S.
R.P.L.S. (Principal)
Design Engineer
Designer / CAD Operator
Survey Technician
Clerical
Survey Crew
OTHER DIRECT EXPENSES
$137 - $� 75/hour
$100 - $125/hour
N/A
N/A
$75 - $110/hour
$50 - $105/hour
N/A
$45 - $65/hour
N/A
Other direct expenses are reimbursed at actual cost times a multiplier of 1.15. They include
outside reproduction and printing, transportation, travel, communication expense, and
subsistence away from Fort Worth and other miscellaneous expenses directly related to the
work. Costs of tests and other work required to be done by independent persons other fhan
staff members are reimbursed at actual cost times a multiplier of 1.10.
Attachment B, Page 2
C:\Documents and Settings�SmaIlclLocal Settings\Temporary Internet Files\OLKIBS�P.ttach B Exhibit B-I B-2.doc
EXHIBIT "B-3"
(SUPPLEMENT TO ATTACHMENT "B")
SUMMARY OF TOTAL PROJECT FEES
STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT ON N.E. 29TH ST. (WEBER ST. TO
SCHWARTZ AVE.), NORTH HAMPTON ST. (N.E. 32nd ST. TO E. LONG AVE.), AND NORTH TERRY ST. (N.E. 30th
ST. TO N.E. 35th ST.)
City of Fort Worth Year Four & Five, 2004 Capital Improvement Program, Contract No. 42
CFW Project No. 00442
Prime Consultinq Firm Responsibilitv Total Fee M/WBE Fee Percent
Multatech Engineering, Inc. Engineering Design $ 99,799 - 74.3%
M/WBE Sub-consultants
ANA Consultants
Trevino Engineering Support Services
Survey
Reproduction
Non-M/WBE Sub-consultants N/A
$21,200 15.8%
$13,327 9.9%
EXHIBIT "B-3A"
(SUPPLEMENT TO ATTACHMENT "B")
SUMMARY OF TOTAL PROJECT FEES
STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT ON N.E. 29TH ST.
(WEBER ST. TO SCHWARTZ AVE.), NORTH HAMPTON ST. (N.E. 32nd ST. TO E. LONG AVE.), AND
NORTH TERRY ST. (N.E. 30th ST. TO N.E. 35th ST.)
City of Fort Worth Year Four & Five, 2004 Capital Improvement Program, Contract No. 42
CFW Project No. 00442
Consultinq Firm Prime Responsibility Total Fee M/WBE Fee Percent
Multatech Engineering, Inc. Paving Engineering Design $ 56,833
Water Improvements Engineering Design $ 24,742
Sewer Improvements Engineering Design $ 2,672
Erosion Control Plans & SW3P $ 7,000
Project Meetings $ 4,000
(10%) Fee on M/WBE Firms & Expenses $ 4,553
Total $ 99,799 $ - 74.3%
M/WBE Sub-consultants
ANA Consultants
S u rvey
Subtotal:
$ 21,200
$ 21,200 15.8%
Trevino Reproduction Services
Printing & Reproduction Subtotal $ 13,327
Subtotal: $ 13,327 9.9%
Non-M/WBE Sub-consultants
1►1/_1
__ _ - - _ _
'Proiect Description Scope of Services
:Engineering Services Paving, Water and Sewer
_ _ _ _ _ __
Total Fee M/WBE Fee � Percent °
134,326:00 34,527.OA 25.7% ;
�. ��2i � ..F s.__�
'�-'fr�:.��`.'l� �;S�tJ�:�-
�� �+,i :' � c'����.-r �„ ;1 @;,
� � ,�� i �' �
'� � � �' S V ,L l�. . . � : .
� u�o ,.�����:i J'�:�I i � ����,�:o
. �
EXHIBIT "B-3B"
(Supplemen4 to Attachment B)
PROF�SSIONAL SERVICES FEE SUNIMARY
S��REE7 �ECONSTRUC'(ION, WA'i'ER AND SANITARY SEWER I�EPLACEMENl" Oi� PV.F=_. 29TH S7. (W�BER ST.
TO SCHWAR'CZ h,VE.), NORTH HAMPTON ST. (hJ.E. 32nd S'P. TO E. LONG AV�.), AfVD NORTH 7Ef2RY S7.
(N.E. 30th Sr. TO N.E. 35th ST.)
City of Fort Worth Year Four & Five, 2004 Capitai Improvement Program, Contract No. 42
�FW Project No. 00442
Part A- Concep4ual Design, and Part B- Plans and Specifications
Transportation & Public Works: (Construction Cost X ASCE Curve "A" X 85%)
Paving $795,982.00 X 8.40% X 85% _ $56,833
Water Department: (Construction Cost X ASCE Curve "A" X 85%)
Water Improvements $346,522.00 X 8.4% X 85% _ $24,742
Sewer Improvements $37,417.60 X 8.4% X 85% _ $2,672
Total Water and Sewer Improvements = $27,413
Transportation & Public Works and Water: Basic Services Total
Additional Services:
Transportation & Public Works:
Topographic Surveying Services
Erosion Control Plans & SW3P
Project Meetings
Printing & Reproduction Subtotal
Adminstrative (10%) Fee on Expenses
Additional Services Subtotal
Water & Sewer Department:
Topographic Surveying Services
Erosion Controi Pians & SW3P
Project Meetings
Printing & Reproduction Subtotal
Adminstrative (10%) Fee on MlWBE Firms & Expenses
Total Water and Sewer Additional Services Subtotal
Water Additional Service Fee 90%
Sewer Additional Service Fee 10%
Transportation & Public Works and Water: Additional 5ervices Total
$84,246
$10,168
$3,000
$2,000
$8,990
$2,416
�11,032
�4,000
$2,000
$4,337
$2,137
$23,505
$21,214
$2,291
$50,079
T07AL PRQJEGT DESIGN �E� ` $'134;326'.
CON7INUE EXHIBIT "8-36"
SUMMARY OH TOTAL FEE AND BREAKDOWN OF DESIGN F�� (LES5 SURVEY FEE)
STREE7 RECONSl"RUCTION, WATER AND SANITAf�Y S�WER f�EPLACEMENT ON N.E. 29iN ST. (WEBER ST.
TO SCH1iVARTZ AVE.), NOR'iN HAMPTON ST. (N.�. 32nd ST. 70 E. LONG AVE.), AND NOR7H TERRY ST. (N.E.
30th ST. 70 N.E. 35th ST.)
City of Fort Worth Year Four & Five, 200� Capital Improvement Program, Contrac't No. 42
CFW Project No. 00442
A. SUMMARY OF TOTAL FEE
Service Description Wafer Sewer Paving Total
Engineering Design & Add9 Svc $35,004 $3,780 $72,223 $111,006
Surveying Services $10,952 $1,183 $11,185 $23,319
Total $45,956 $4,962 $83,407 $134,326
B BREAKDOWN OF WATER SEWER AND PAVING FEES (LESS SURVEY FEES)
1 Total Water Fee (less survev fee) Breakdown by Concept Preliminary and Final Desiqn
a. Concept (30%) _(Total Water Fee - Water 5urvey Fee) x(0.3)
b. Preliminary (60%) _(Total Water Fee - Water Survey Fee) x(0.6)
c. Final (10%) _(Total Water Fee - Water Survey Fee) x(0.1)
2 Total Sewer Fee (less survev fee) Breakdown bv Concept Preliminarv and Final Desiqn
a. Concept (30%) _(Total Sewer Fee - Sewer Survey Fee) x(0.3)
b. Preliminary (60%) _(Total Sewer Fee - Sewer Survey Fee) x(0.6)
c. Final (10%) _(Total Sewer Fee - Sewer Survey Fee) x(0.1)
3 Total Pavinq Fee (less survey fee) Breakdown bV Concept Preliminary and Final Desiqn
a. Concept (30%) _(Total Paving Fee - Paving Survey Fee) x(0.3)
b. Preliminary (60%) _(Total Paving Fee - Paving Survey Fee) x(0.6)
c. Final (10%) _(Total Paving Fee - Paving 5urvey Fee) x(0.1)
_ $10,501.12
_ $21,002.25
_ $3,500.37
Total: $35,003.75
_ $1,133.92
_ $2,267.83
_ $377.97
Total: $3,779.72
_ $21,666.79
_ $43,333.58
_ $7,222.26
Total: $72,222.63
EXHIBI7 "B-3C'
(Supplernent to At�achment B)
FEE FOR SURVEYING SERVIC�S
STREET RECONSTRUCiION, W�TER AND SANITARY SEWER R�PLACEMEiVT
(3N N.E. 29TH ST. (W�B�R ST. TO SCHWARTZ AVE.), MORTH NAPJIPTON ST,
(N.E. 32nd ST. 'f0 E. LONG AVE.), AND NORTH TERRY S�. (N.E. 30th ST. TO N.E.
35th ST.)
Ci�ty of Fort Worfih Year Four & Five, 2004 Capital Improvemeni Program,
Contract No. 42
CFW Project No. 00442
Surveying Services:
Paving
N.E. 29th Street 550 LF
North Hampton Street 719 LF
North Terry Street 3,250 LF
Water
N.E. 29th Street
North Hampton Street
North Terry Street
Sanitary Sewer
L-1987
x $2.25 /LF = $ 1,237.50
x $2.25 /LF = $ 1,617.75
x $2.25 /LF = $ 7,312.50
Subtotal: $10,167.75
550 LF x $2.25 /LF = $ 1,237.50
719 LF x $2.25 /LF = $ 1,617.75
3,250 LF x $2.25 /LF = $ 7,312.50
5ubtotal: �10,167.75
384 LF x $2.25 /If = $ 864.00
Subtofal: $ 864.00
Subtoial Waier & Sewer: $11,031.75
Transportation & Public Works and Waier: Survey Services Total �21,200.00
EXHfBIT "B-3f�"
(Supplemeni to Atfachmenf B)
ADDiTIOIVAL SERVICES
Si'aIE�Y FtECONSTRUCiION, WAiE� APJD SANIT'ARY S�UV�R REPL�CEi1t1E�li ON fV.�.
29 ("N ST, (W�B�R ST. TO SCHWARTZ AVE.), NORiW F�IAIlIIF'TON S"I .(N.�. 32nd ST. TO C.
L.ONG AVE.), AfVD NORTH TERRY ST. (iV.E. 30th S7. TO �1.E. 35th S7.)
Ciiy af Fort Worth Year Four & Five, �004 Capital Improvement F'rogram, ConYract fVo. 42
CFW Project No. 00442
Additional Services;
Transportation & Public Works:
Erosion Control Plans & SW3P
Project Meetings
(1) Concept Design Kickoff Meeting (2 hrs/ 2 Employees)
(1) Preliminary Review Meeting (2 hrs/ 2 Employees)
(1) Final Review Meeting (2 hrs/ 2 Employees)
(1) Attend Public Meeting (2 hrs/ 2 Employees)
>duction
Subtotal - 7�ans
Water Department (Water & Sanitary Sewer):
Water
Erosion Control Plans & SW3P
Project Meetings
on & Public Works
(1) Concept Design Kickoff Meeting (2 hrs/ 2 Employees)
(1) Preliminary Review Meeting (2 hrs/ 2 Employees)
(1) Final Review Meeting (2 hrs/ 2 Employees)
(1) Attend Public Meeting (2 hrs/ 2 Employees)
Reproduction
Sewer
Erosion Control Plans & SW3P
Project Meetings
(1) Concept Design Kickoff Meeting (2 hrs/2 Employees)
(1) Preliminary Review Meeting (2 hrs/ 2 Employees)
(1) Final Review Meeting (2 hrs/ 2 Employees)
(1) Attend Public Meeting (2 hrs/ 2 Employees)
Reproduction
Subtotal Water:
Subtotal Sewer:
$3,000
$500
$500
$500
$500
$8,990
$13,990
$2,000
$250
$250
$250
$250
$3,914
$6,914
$2,000
$250
$250
$250
$250
$423
$3,423
Subtotal - Water Departmeni (Water & Sanitary Sewer): $10,337
iotal Additional Services: �24�327
EXHIBIT "R-3�"
(Supplement to A`ciachrnent g}
FF� �'OR REP�tODUC'i'IOfV SERVIC�S
�i�2�.�i R�COI�S7RU�TION, IiV�T�{� AhJD vA�li'i'r4FZY S��N�R FZ�F'L_AC�f�1�NT ON tV.C. 2J'C{-i
Si. (UVE�EFZ Si. YO SCH1iVARiZ ,�!/E.), NO�tTN {��MP70N Si. (N.�. 32nd �T. TO E. LONG
6�VE.), AND NORTN TERRY S`T. (N.�. 30th Si". TC� N.E. 35�th �T.)
City ofi Fort 11Vorfh Year V�aur ��ive, 2004 Capital Improvement �'rogr�m, rontrac�t �Is. 42
CFIN ProjecY No. 00442
Printing & Reproduction by Trevino Reproduction Services
Transportation & Public Works and Water Department
Conceptual Design Plans
4 Sets of Constr. Plans
Pr�liminary & Utility Clearance Plans
20 Sets of Constr. Plans
5 Sets of Specifications
Final Plans
5 Sets of Constr. Plans
5 Sets of Specifications
Bid Documents
45 Sets of Constr. Plans
45 Sets of Specifications
Mounted Exhibits for Public Meetings
1 Drawing on Board
Final Mylars for Record Purposes
1 Set of Plans
Prin�ing �� F2eproduc�ion Subtofal
$2.00 /Pg x 72 Sht/PIanX 4 =
$2.00 /Sht x 72 Sht/Plan X 20 =
$0.10 /Sht x 250 Sht/Spec X 5=
$2.00 /Sht x 72 Sht/Plan X 5=
$0.10 /Sht x 250 Sht/Spec X 5=
$2.00 /Sht x 72 Sht/Plan X 45 =
$0.10 /Sht x 250 Sht/Spec X 45 =
$36.00 EA 12 Plots/Proj X 1=
$12.00 /Sht x 72 Sht/Plan X 1=
7ranspoo-fia�ion & Pubfic 1Norks and Water Department
Water Deparfimenf (Wa�er & Saniiary �ewer)
$576
$2, 880
$125
$720
$125
$6,480
$1,125
$432
�864
$13,3?7
$8,J9�
��,337
�XNIBIT "B-4"
(SUPPLEIVi�N7 1'O ATTACHNIEiVT "�°')
SUMMlaF�Y OF Ot'IfVIO�i OF PF�OBAESLE COiVSTF2UC710fV COST
SiREET R�CO�NS'iRUCiION, WATER ANI] SANITAFtY SEWER REPLACEM�NT ON �I.E. 29TN ST. (WEBER ST.
TO SCHWA�T� AVE.), NORTh! HAMp70PJ S'I'. (N.C. 32nd ST. i0 F. LONG AVE.), AND iVORiH iERI�Y SY. (IV.E.
30th ST. TO N.E. 35fh Sl.)
City of Fort Worth Year Four & Five, 2004 Capital Improvement Program, Contract No. 42
CFW f'roject No. 00442
Street Water Main Sewer Main Total
Location Reconstruction Construction Construciion Construction
�
C {V.�. 29th Street (Weber to Schwartz) 113,567.30 6,572.50 - $120,140
L
�
� North Flampton Street (N.E. 32nd to �ong) 109,775.60 49,967.50 - $159,743
m
�
� fVorth 'Terry Street (N.E. 30th to M.E. 35th) 572,639.10 289,982.00 37,417.60 $900,039
c
0
U _
`TO'TlaL.S $795,982 $346,522 $37,418 $1,179,922
PERCENT COS7" 67.5% 29.4% 3.2% 100.0%
Street Water Main Sewer Main Total
Location Reconstruction Construction Construction Construction
� IV.E. 29th Street (Weber to Schwarfz) 93,790.40 6,572.50 - $100,363
c
L
Qi
� North Hampton Street (N.E. 32nd to Long) 92,510.00 49,967.50 - $142,478
�
s North ierry Street (N.E. 30th to N.E. 35th) 505,771.20 289,982.00 37,417.60 $833,171
�.
�
Q
i'OT'ALS $692,072 $346,522 $37,418 $1,076,011
PERCENT COST 64.3% 32.2% 3.5% 100.0%
EB4-1
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND
ATTACHMENT A
CITY OF FORT WORTH YEAR FOUR & FIVE, 2004 CAPITAL IMPROVEMENT
PROGRAM. STREET RECONSTRUCTION, WATER AND SANITARY SEWER
REPLACEMEWNT ON NE 29T" (WEBER ST TO SCHWARTZ AVE), N.
HAMPTON STREET (NE32ND TO E. LONG AVE) AND N. TERRY STREET (NE
30T" ST TO NE 35T" ST).
CFW PROJECT NO. 00442.
1. Standard Agreement, Article III, Section K(1), third paragraph regarding
professional liability insurance. Omit the sentence "Professional Liability
Insurance shall be written on a project specific basis." The next sentence of
the same paragraph shall be changed to read: "The retroactive date of
Professional Liability Insurance shall be coincident with or prior to the date of
this contract and the certificate of insurance shall state that the coverage is
claims-made and the retroactive date.
2. There are no changes or Amendments to Attachment A.
���������� ������
���������� .t. ���������
�cq`.�."��ss�_.. �. .,i.i�.s��=�N,�
������� ���������
�ssasss�,s ee�aeeese
N���rv I� I °'Iw
�omovo�
� `
r
� i iiv 3d
N �
m
� � m y �
�
�
_ �
� �
� �
M � —
� _ S�S
r� 1s
� ,� a
w � N N
�
w
�
�
�
S "_� n
_ _ _ _ _ _ _ I
H
�
�z �
�-
hi� `
- �w"<
wx
Jz���nm
Jc�� -
���,���_
.�.. 11 Jd
_ o frr' r(
°' 1 r�
-1�
N U
N
_ � CO
N �
`r U
� o�
�, `` ¢
��
� �
� O � W
� � � �
F ~
C. R.I. & � R � ( ♦ � (n
\J
���
� `�'
G.C. & S.F. R.R. �
9ZZ � \ �
r ^ /�
LS 53�� -! �
�, � o
� � W
� � �
� �
I� � �
� ' J
� � z
� � o�
�� � � � �
\
\
� � ���
� - - - - - �
N �
� N
H
O _ ln
D - s���
.� � __ ^d r ___
=Z �
u-w
bZ� w
�w< -
wx
aZ�
�p�� -
G W o�nLL�--
5
J
d
Yd
r�
" 9
�
�
W
�
I--
Z
W
�
W
Q
�
�
W
�
F—
U
W �
�-- ~
zow
� J
=v
Qz
��
�- o
Q c�
sZ �
U—w
t-z� �
Q w <o���
�wx
>�
�c U' �
6 W ov�4r-
/
J
d
Yd
P�
7
�
�
—�, �., . �
�
z
W
�
W
Q
J
�
W
�
�
W
�
C/�
m
�I
�
U
W �
�—
F— �
zo
w
� J
_ —
U U
Qz
��
F- o
Q�
sZ �
��w w
rZ� � �
JZw
�t��
� w �v+4�-
y
J
S
rd
Y�
i
`�
�
�---
z
w
W
Q
�
�
W
�
�
W
I--
Q
�
�
F--
m
X
W
N
�
U
W �
�—
I--- �
zo
w
� J
_ —
C� U
Qz
��
F-- o
Q c�
uz�
hz� `
Fwa
wx
.�Zw
���
� w ��,.,-_
S
J
d
Yd
Y�
p� �
I--
z
W
�
W
Q
�
�
W
�
�
W
�
�
�
�
�
m
X
W
C�
__ . _-. .
,.
: � � � ,a
`. � ,
� f i � .. � : .. .. _J �:. �..`.% �:�. � J�
1I�ti (II ;'1� :.I�I}�; �j�', �I%1`\r7
1l):� Y��'Jr .�'.�: v��� �) I:`��.��� il
�(7 � �.:'t��. [' �- �..� �
� 't,f:�'i :'II!. I�;: f�'/
.1.. .,.,..�1�.� ..�.. ..
m I� I I� I I I I � I W I m I� I � I� I I� I � I� I� I� I� I�
� O 15 N SIJIH 1 H
�o
oy
� `�S
CD ���'S' �d'b
� o���yo�'�Z�
1 a�o
� " _
w
w
� � - 4 - -
� 1S m � Zl V,1H S �o =
0 o m a v�,y 6 I-
� J ro
d6 c�
n a �n � ,: �
� is n �n
o m � m
_,
� N �. �
'.S
� _ls � a a3w �.
� o w
z
� - n�� - >
�
� S _ r L v s
w
� �
0
� � J
K
�,�aavH
0
� �O
_ �
�12f � N2J.3153A1H1/705 - S1n07 �IS
m
� �m= � �
���
�
�
�
z
0
�
�I
f—
z
O
C�
W
�
W
W
�
�/ n
V /
�
�
�
v-�
�
W
X
W
Zz �
U—
w�� w
hw<
wx
JZ:
�17� '
� u��,.�_
s
J
d
r!
� �i
�
�
�o
O N
��
�o
� U
O �
N �
a
��
�
W
W
(�
�
W
�--
�
�
�
m
_
X
W
Z�
�� o
�� ��
�, W w
N� ��
�iW wm
m cn Q
�
�� ow
o z�
�
�
:�
�:
�--
c�
w�
�~
zow
�
=v v
Qz
��
F- o
Q c�
=z �
U—
F-z� `
FWx
JZ�
]t7- -
� W oin�.r-
S
J
d
Yd
Y�
1 �
[O O
O N
d �O
�O
`r U
O �
N �
a
��
F---
z
w
W
Q
�
�
W
�
�
WI —
I
Q
�
�
W
�--
�
N
�—
m
_
X
W
N
�—
U
W �
I--- ~
zow
� J
_ �
C�
Qz
�-- �
t- o
Qv
�� z
Vaw N �
� � � Q � "< ~ �--
WX U
� j�F
� a �_���.,-_ �
w_
�
_ � S 1 V�S 1S J �
o �
^ " ��� �'d z
_ � - Y� o
� � w
� �
� rv o S� �.�iFi
� ,n N �
N �
� = � � � �
f �o W
Z �v W
w o �
� J a �n N � �
(� Q
� � �
1S �HO?J S � � �
Q "' Q " a DECpTUR O� � I
n m �
m " �` � � N
� -v�� W
� i- z �-
�— < �-
�, �
� �w
� a N �n a
_ n w a
tJI"I�InI Im
���������
,n a � _
�� o �
� �� � �
�o =� �O � �-
.e=.1�,'4."'�:'-"`_iJ�Y,;! O � lLl
N 1 W H (,� W �
� n U
W�� X
�� 05 � � N W
� �
is � � � z
� �m _
� �
_ O� �z �
�
S _ ���
N
� - I—
� �
�" W
LS �
��_ _ M - _ � ��
"o p zcn
� • 4,' � �
� �=r� � -
�sa � _�
� ��
�, Q z
�� w
F— � a
Q U �
=Z �
V—
Q�a �-
Jwx
a�
� W oinLLi--
i
J
W
Yd
�,
\g
0
N N
� �
ap O
� U
O �
N Q
N �
j
W
>
Q
C�
Z
O
J
W
0
�
�
z
F-=-
�
X
W
�
W
� �
� �
�
z w�
N �
� W
Z �Q
2
� OW
� Z�
�
rJ-i�`�.
N
F—
U
W �
F— ~
zow
��
=U
U
Qz
��
,- o
Q�
� Z �
u —
LV�jF w -
F'Z.�`�
.Fizw
i W ��LL�_
s
J
d
Yd
r,
�
�
0
N N
<t c0
pp O
d U
O �
N Q
��
�
�
w
cn
�
z
F=
c.n
X
W
�
W
� Q
� �
�
Z w�
N ??
� W
Z �Q
2
� OW
� Z�
�
;
N
�
U
W �
�-
� �
zo
w
� J
_ —
C� U
Qz
f— �
,- o
Q c�
xZ �
u-
i=� w
Qw<
JZ�
6 W o�nLL�--
s
J�
� `� Y
)
�t
r
N �
� N
d tD
� O
`r U
O �
N a
Q
� �
F—
WC
G
W
Q
n�
L �__.
L_l_
�
W
�
Q
>
N
W
�
�
N
C�
F-
U
W �
�-- ~
zow
� J
_ �
�z
Q
�-- �
,- o
Q c�
��,�� ������.�
�.� ����:;�„ ,.:,-._ =
��.�� �������
a
�z N z
V-w O
1-z� ` —
M 3 QW% �
F- - J Z w�3�m
tn w �-
r- � w ���..-_ �
.C" N .25 � �/
0
lJ _
N � m rn � � y I�—
-'� -- �-�- �-� � � ( � cn
�: ; _ ;� � � - .-.u.v �
`�� ,a 3 N rd Z
� o �
_ % O
o � U
' �' W
_ �
N U
N � 3 � � d- � �"
- n - No W
- ~ o� W
N /V
''� a a Q L1-
- in3m 3� F—
� �
ti �
�u
O� � �
o ���
��6- � �'' � w
�o��- � � � F-
sj � � �� � �— Z �
N v `� (.n � Q
G�LH�v > � �
` � �
� � � �
s� �,
ml� � � � m
�J
� �I� � _ � X
� p��lA R� `° � I� I� I � � W
d. _ � I� I� f� � �
"� � � z
m ..� � �
- � o
5. � � � �
v
� \
����
;� E N
M �
nlNl � w �
rl�l� � �-
�I�Im � z v_'
� E � -.�,:;� W o =
_ - � =J
� � c�
� ��
�o
City of Fort Worth, Texas
Mayor and Council Communica#ion
COUNCIL ACTION: Approved on 9/26/2006 - Ordinance No. 17212-09-0006
DATE: Tuesday, September 26, 2006
LOG NAME: 30NE29THST00442
REFERENCE NO.: **C-21720
SUBJECT:
Authorize Execution of Engineering Agreement with Multatech Engineering, Inc., for Pavement
Reconstruction and Water and Sanitary Sewer Main Replacement on NE 29th Street, North
Hampton Street and North Terry Street (Project No. 00442) and Adopt Appropriation Ordinance
. � � _ � ,� - . � _���������:��- -�
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the transfer of $59,247.88 from the Water and Sewer Operating Fund to the Water Capital
Projects Fund in the amount of $51,828.24 and Sewer Capital Projects Fund in the amount of $7,419.64;
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water Capital Projects Fund in the amount of $51,828.24 and the Sewer Capital Projects Fund in the
amount of $7,419.64, from available funds; and
3. Authorize the City Manager to execute an engineering agreement with Multatech Engineering, Inc., in the
amount of $134,326.09 for pavement reconstruction and water and sanitary sewer main replacement on NE
29th Street, North Hampton Street and North Terry Street.
DISCUSSION:
The 2004 Capital Improvement Program (CIP) includes funds for pavement reconstruction on NE 29th
Street (Weber Street to Schwartz Avenue), North Hampton Street (NE 32nd Street to East Long Avenue)
and North Terry Street (NE 30th Street to NE 35th Street).
This project consists of the preparation of plans and specifications for the replacement of water and sanitary
sewer mains and pavement reconstruction on the above identified streets.
Multatech Engineering, Inc., proposes to perForm the necessary design work for a lump sum fee of
$134,326.09. City staff considers this fee to be fair and reasonable for the scope of services proposed.
In addition to the contract amount $28,207.96 (water: $5,872.50; sewer: $2,456.92; and streets:
$19,878.54) is required for project management by the Engineering Department.
Multatech Engineering, Inc., is in compliance with the City's M/WBE Ordinance by committing to 26 percent
M/V1/BE participation. The City's goal on the project is 19 percent.
This project is located in COUNCIL DISTRICT 2, Mapsco 48Z, 62C and 62D.
Logname: 30NE29THST00442 Page 1 of 2
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that upon approval of the above recommendations, and adoption of the
attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of
the Water Capital Projects Fund, the Sewer Capital Projects Fund and the Street Improvements Fund.
TO Fund/Account/Centers
1&2�P253 472045 6021700442ZZ
1&2)P258 472045 7021700442ZZ
2)P253 531350 602170044210
�P253 531350 602170044220
�P253 531350 602170044231
2�P253 531200 602170044231
2)P253 531350 602170044232
2�P253 531200 602170044232
2)P253 531350 602170044233
2)P253 531200 602170044233
2)P253 531200 602170044251
2)P253 531350 602170044260
2)P253 533010 602170044281
2)P258 531350 702170044210
2)P258 531350 702170044220
2)P258 531350 702170044231
� P258 531200 702170044231
2)P258 531350 702170044232
2)P258 531200 702170044232
2)P258 531350 702170044233
� P258 531200 702170044233
2)P258 531200 702170044251
2)P258 531350 702170044260
� P258 533010 702170044281
FROM Fund/Account/Centers
$51,828.24 1)PE45 538070 0609020 $51,828.24
7 419.64 1)PE45 538070 0709020 7 419.64
401.00 3)P253 531200 602170044231 $10 501.12
353.00 3)P253 531200 602170044232 $21,00225
1 323.75 3)P253 531200 602170044233 3 500.37
$10,501.12 3)P253 531200 602170044251 $10,952.00
2 647.50 3)P258 531200 702170044231 1 133.92
$21,002.25
441.25
3 500.37
$10,952.00
353.00
353.00
132.64
401.00
497.40
1 133.92
994.80
2 267.83
165.80
377.97
1 183.00
132.64
132.64
3)P258 531200 702170044232
3)P258 531200 702170044233
�P258 531200 702170044251
3)C200 531200 202400044231
3)C200 531200 202400044232
3)C200 531200 202400044233
3)C200 531200 202400044251
Submitted for City Manager's Office bv: Marc Ott (8476)
Originating Department Head: A. Douglas Rademaker (6157)
Additional Information Contact: Dena Johnson (7866)
Logname: 3 ONE29THST00442
2 267.83
377.97
1 183.00
$21,666.79
$43,333.58
7 22226
$11,185.00
Page 2 of 2
STATE OF TEXAS
AMENDMENT NO. 2
§ CITY SECRETARY CONTRACT NO. 3�"�] 3- ��
(No M&C Needed)
CK�1�11�1►•L�]OIIII_�.�.7������
WHEREAS, the City of Fort Worth (City) and Multatech Engineering , Inc.,
(Engineer) made and entered into City Secretary Contract No. 34073 (the Contraci)
which was authorized by ihe City Council by M&C C-21720 on the 26th day of
September, 2006; and
WHEREAS, the Contract involves engineering services for the following project:
Engineering Contract for Pavement Reconstruction and Water and Sanitaiy
Sewer Main Replacement on NE 29TH Street, North Hampton Street and North
Terry Street.
WHEREAS, it has become necessary to execute Amendment No. 2 to said
Contract to include an increased scope of worlc and revised maximum fee;
NOW THEREFORE, City and Engineer, acting herein by and through their duly
authorized representatives, enter into the following agreeinent, which amends the
Contract:
1.
Article I of the Contract is amended to include the additional engineering services
specified in a proposal letter dated December 18, 2008, a copy of which is attached
hereto and incorporated herein. The cost to City for the additional services to be
performed by Engineer total $8,000.00
2.
Article II of the Contract is amended to provide for an increase in the maximum
fee to be paid to Engineer for all worlc and services performed under the Contract, as
amended, so that the total fee paid by the City for all work and services shall not exceed
the sum of $155,526.00
3.
All other provisions of the contract, which are not expressly amended herein, shall
remain in full force and effect.
- -- ,
. OFlF��{A�'�ECOR� �
Cl��� ������'�►��' :=
�i 9 Fs{, -i�.�+� �?,+
i \ 1�� �R`'cd'�f�E � /.'.
(�'�—,��—�A� � :��� � �`i
�ORIGINAL
EXECUTED on this the �� I S± day of ' , 2009_,
Foi-t Woi-th, Tarrant County, Texas.
APPROVAL RECOMMENDED:
� �, 0������
r
William A. Verkes , P.E.
Director, Transportation and
Public Worlcs Department
Multatech En ing eerin , I� nc•
ENGINEER
/r' f-.
By: ���
Name: Alfred Saenz
President
1407 Texas Street, Suite 200
Fort Worth, Texas 76102
TO FORA�N.D LEGALITY:
Assistant Citv�A
_�������
� s��.�Ti4��" �
r
� �. �;r�`�'�, T� �
� �
APPROVED:
�i�---�
Fernando Costa
Assistant City Manager
ATTEST:
Mai-ty Hendri City Secretary
I+1CJ h�i�� �t��UIR�i)
m
December 18, 2008
Mr. Gopal Sahu, P.E.
Project Manager,
City of Fort Worth TPW Department
1000 Throckmorton
Fort Worth, Texas 76102
RE: Revisions for Capital Improvement Project 00442 DOE # 5397
Mr. Sahu:
Due to existing elevation differences, the design for the street
rehabilitation required use of a non-standard street section for North
Terry Street to produce acceptable slopes for residential driveways
and to minimize the effects of the rehabilitation on existing retaining
walls and other permanent structures.
Since this was not approved until after the 60% submittal, the paving
plan and profiles and the cross sections for the CIP Project 42 to
accommodate the non-standard section with 12" grade separation
required extensive changes in the plan/profiles and cross sections for
North Terry Street.
These changes resulted in additional revisions, reviews and an
additional utility clearance submittal.
As a result of this extra effort, we are asking that the fee for the
project be amended to include these additional changes.
We are requesting an additional $ 8,000.00 to cover these costs and
the expenses incurred by completing these changes. See attached
sheet for breakdown of hours and fees.
This amount is for work done under Work Phase 33 — Final Design
for the Paving/Drainage part of the project. The following tables are
included to show original and revised contract amounts including this
and a previous addendum for Geotechnical Services included in
Work Phase 31 — Concept Design.
1407 Texas Street, Suite 200, Fort Worth, Texas 76102-3428 � Phone: 817-877-5571 � Fax: 817-877-4245 • www.multatech.com
Work
Phase PAVING OR DRAINAGE
Amendment Revised Amt.
Ori . Amount Amount incl. Amendment
51 Desi n surve Fee $ 11,185.00 $ 11,185.00
31 Conce t Desi n $ 21,666.79 $ 13,200.00 1 $ 34,866.79
32 Preliminar Desi n $ 43,333.58 $ 43,333.58
33 Final Desi n $ 7,222.63 $ 8,000.00 2 $ 15,222.63
CONTRACT AMT. $ 83,408.00 $ 104,608.00
(1) Amendment 1- Contract No. 34884
(2) Amendment 2 -
Work
Phase TOTALS Includin Amendments
WATER Sanitar Sewer Pavin /Draina e
51 Desi n surve Fee $ 10,952.00 $ 1,183.00 $ 11,185.00
31 Conce t Desi n $ 10,501.20 $ 1,133.70 $ 34,866.79
32 Preliminar Desi n $ 21,002.40 $ 2,267.40 $ 43,333.58
33 Final Desi n $ 3,500.40 $ 377.90 $ 15,222.63
$ 45,956.00 $ 4,962.00 $ 104,608.00
PROJECT TOTAL
incl. Amendments $ 155,526.00
If you have questions, please contact me at (817) 877-5571 x 107.
Sincerely,
Multatech Engineering, Inc.
� �� � d.
� �' ��c'.�_ /" f� ��`�'-� i � �; .
Bruce Nelson, P.E.
Sr. Civil Engineer
Accepted:
City of Fort Worth TPW
N�ne/Title �/�
/�
Date
1407 Texas Street, Suite 200, Fort Worth, Texas 76102-3428 • Phone: 817-877-5571 � Fax: 817-877-4245 � www.multatech.com
1--
z
w
�
w
c�
J
a
W
�
�'
W
�
W
�
�
Z
a
N �
� W
U Q
cLa �
c
o Z
U �
� I--
L / 1
v
o �
a �
� �
°' z
�O
> U
� � W
� ��
o �
� �Q w
� U �
4-- w
0
-� � a
U N O..
.�
u.i
�
N
�
a
�
_
U
�
0
I--
F-
�
�
w
m
w
�
F—
W
w
�
�
�
�
�
N
W
Z
W
�
z
�
W
�
F-
�
0
z
N
M
w
Z
�
w
w
�
F-
N
z
O
a
a
_
Z
I--
�
H
�
M
W
Z
O
F-
�
x
�-"'
0
c�
w
z
F-
W
W
�
�
�
�
�
w
�
Z
Y
a a0000
O� � 0�0 N M cN
2
c
N�al o o °`
aad� � �
� �
� .�au�isaa o 0 0 �
Z GU3 °O N N
Q
� o
.�6w/a�u3 0 0 o N
��afoad � �' �'
�--^ L L L
Z = _ _
�
Z �
� � � � �
� � y�, C �
a � o o�
� � �
V � � � � O
cn '�n E c � Q
w � � c� � �
� 0 c � O
otS � ,,.�., (B � F-
1 c �n — U
� ��.� �
� •
�a'�a�
�i.i ��
� N M
0
0
0
�
2
�
�
�
w
w
�
�
2
0
0
0
N
�
�
�
0
0
0
0
N
tV
Et}