HomeMy WebLinkAboutContract 28432CI�Y �� FOR� lii�OR�'�,1, ��XA$ �IiY ��C��°�iwRb°��Z ,�'
��'AN�RR� AG���19fl�Ni �O� �liiCIN��Rli1�C ��Rl�{*������ I� � .
This AGREEMENT is beirween the C+ty o# Fort Warth (�he "CITY"}, and Carter &
Burg�ss, Inc., (the "ENGINEER"), for a PRO,]ECi g�n�rally descriped as: 42-inch Wat�riine in
Timbe�la�d Boulevarti from Alta Visia Road to the Cayior Wa#er Tar�k.
Ariiele I
�cap� of �err�ices
A. The Scope og Services is set farth in Rirtachment ,A.
Ar�icl� II
�omp�n���ion
A. The ENGiNEER"s compens�fian is set fortF� in Attachment B.
��ii�le lil
ierm� of �aymen4
P�yments�to th� �NGIN�ER will b� made as follows:
A. Invoic� anc� Pay�r►ent
(1) The Engineer shal! pra�ide the City 5L1��ICIeCi'� document�tion to
reasanably substantiate #he invaices.
{2) Monthly invoic�s will be issued by the �NGINE�R for alf wo�c pertarmad
under this AGREEMENT. Ir�woices are due and payabte wi#�in 3p days
of receipt.
(3) Upon completion of services enurnerated in Article �, the final �ayment of
any balance will be du� within 30 days of receip# vf the final invoice.
(4) !n the event of a disputed or contested billing, only that portion so
contested will be withheld frnm payment, and the undisputed portion will
be paid. Yhe C�TY will �x�rcise r�asnnabl�ness in contesting any bill or
portian thereof. No €nterest wiil accrue an any contested partion of the
billing �antil mutually resalved.
(5) if the CITY fails to make paymen# in full to ENGINEER for biGlings
cantes#eci in good faith within 6a days of the amaunt due, tf�e
ENGINEER may, after givir�g seven {7) days' written notice ta CITY,
susp�nd services under this AGR�EM�NT until paid in full, i�cluding
interesf. In the event of suspension of services, #�e ENGINEER shail
ha�e no liabiiity to Cl fY for delays or damages. caused .�Y�� CI�Y
because of such suspensio� afi senrices.
� _ E 1 �I
Ariicle IV
OblEga�ian� �� �h� �ngine�r
Amendments to Article iV, if any, are included in Attachment C.
A. ����r�f
The ENGIMEER wiEl serve as the CITY's prafessionai engineering representative
under 4his Agreernent, providing professior�al engine�ring cor�sulta�ion and
advice and fumishing customary services incidenta{ fi�ereto.
�. �tand�rd �f Ca��e
TF�e standarc� of care applicabfe to the ENGlNEER`s services will be ��e degree
of skill and diligenc� normally employ�d in th� State a� iexas by profess�anal
engirteers or cor�sultants performEng t�e sarne or sirr�ilar services at the tEme
sucE� servic�s ar�, pertormed.
C. Subsu�ace Ir�ves�igations
{1) The ENGINEER shalf adWis� 4he CIiY wi�h regard to the necessi�y for
s�bconiract work such as spe�ial surveys, tests, fest barings, or qf�her
subsurFace in�estigatians En cannectian with design and engir�eering
war� to be performed hereunder, Ths �NGW��R shall also advise the
C[TY concerning the results of same. The CITY shall furnish such
surveys, tests, and ir��estigations, unless atherwise 5pBClflBC� in
Attachment A.
(2) In soils, fo�ndation, grnundwater, and ather subsurfiace inves#igations,
the actual cfiaracieristics may vary significantly between successive test
points and sample int�rvals and at loca4ior�s other than where
abservat�ons, explorafEon, and investigatio�s have been made. Because
af the inhe�ent uncertainties in subsurFace evaluations, changed or
unantic�pated ur�d�rground conditio�s may occur that could affect the
total PROJECT cost andlor execution. These candi�inns and
cost/execution e�ects are naf th� r�sponsibility of the EN�INEER.
�. ��eparafior� af �ng�neering Drawings
The ENGIN�ER will provide �o the CI�Y the origina[ drawings o� ali plans in infc
an reprvducibie piastic film sheets, or as otherwise appror�ed by CITY, vsrhich
sl�all became the property of tF�e C�7Y. ClTY may use such drawvings in a�y
manner it desires; provided, hawever, #hat the ENGINEER shall not be lial�le for
the us� of such dr�wings fnr any pi`oject a�her than the PROJECT described
herein.
ENGINEERING AGRE�MENT
Page2af15
�. I�ngineer's F�ersonnel afi Consfruc�ion �ife
{1) ihe �r�s�nc� ar� duti�s of the ENGIN��R's personnel at a cor�structian
site, whether as on-site r�presenta#ives or otherwise, do �of make the
ENGINEER or its personnel in any way responsible for thass duties that
befor�g to t#�e CI�'Y and/or the CIiY's construction co�tra�tars or other
enti�ies, anct do not reiieve th� construction contrac�ars ar any ather
-entity vf �heir obligatians, duties, and responsibi�ities, including, but not
limited ta, all �ans#ructian methods, means, techniques, sequences, and
procedures necessary for caordinating a�c� completing all portions of the
canstruction wor�c in accardance with tl�e Contract Documents and any
heal�h o� safety prerautions required by such canstruction w�ark. TI��
ENGiNEER an� its persanr�el ha�ie no au#hority to exercise ar�y aontroi
over any constructian cantract�r or ot�er entity or their �mployees in
cvnnectiQn w�th their wo� or a�y heali� or safety precauiions.
(2) �xcept to the ex#�nt af specific site visits expressly �e#ailed and set for�h
in Attachment A, the ENGlNEER or its personnel shafi have no
abiigation ar re5�onsibility to visit the cc�r�struciian site ta become ��mi�iar
with the progress or quality af the completed warl� on the PRaJECT or to
determine, in general, if the wor�k on iF�e PROJI�CT is being performed in
a manner indicating that the PROJECT, when complet�ed, wilf be in
accordance with the Contract Dacum�n#s, nor shall anythfng En tF�e
Cantract Documents or the agreement between CITY and ENGINEER
be canstruea as r�quiring �NGIN��I� to make exhaustive ar cantinuous
on-site inspections ta disco�er latent de�ects tn the wor� ar o�herwise
cf�eck the quality or qUantity af the work an t�e PROJECT. Ifi, far any
reason, fihe ENGW�ER should make an on-sFte vbserva#ion(s), on the
basis af such on-site observatrons, if any, ihe ENGjNEER shall endeavar
to keep the CIiY informed of any deviativr� #rom th� Contract C�ocumen#s
caming to th� acfival notice of ENC�INEER regarding t#�e PROJECY.
{3) When professional certification of performance or characterisiics of
materials, systems or equEpment is reasonably requirecf ta perFarm the
services set forfih in the 5cape of Services, th� ENGINEER shall be
entit�ed to rely u�on such cer�ificafiion to esfiablish materiaEs, systems or
equipment and performance criteria to be req�aired in the Gontract
Dacumen#s.
F. �pinions af Probabl� Cost, �ir�ancial Consid��°2�fii��s, and Schedules
(1) The �NGIN��R shall pro�ide opinians o� {�robable cvsts based an the
current a�ailable infarmation at the time of preparatio�, in accordance
with Attac�iment A.
(2) �n providing apiniorts of cost, fir�ancial anatyses, economic feasibility
projections, and schedufes fror the PROJECT, the ENGINEER has no
conirol over cost ar p�ice of labor and materials; unknown or laten#
ENd1N�ERINCa AGREEMENT
Page 3 of i5
ca�diiinns of existing equipment ar structures that may affect aperation
or maEr�terrance c�sts; competitive bidding pracedures a�d mart�et
condi�ions; time ar quaEify of p�rformance by third par�ies; quafiiy, type,
management, nr direction o# operating persannel; and other econamic
and operational factors fhaf may materEafly affect the uitimate PR�JECT
cnst or sch�dule, T'here�ore, t�� EN��N��R ma�es no warranty that the
CITY's actual PR4JEGT cos�s, financi�l aspects, sconamic feasibility, or
schedules will not vary from the ENGfN��R's a�inior�s, analyses,
projecti�ns, or esfimaties.
C. Con�tructian �rogress �'aymenis
F��commendations by the �NGIN��R to the CI�Y fbr p�rindic consfiruction
pragress payments � to the construction cortractor wifl be based nn the
�NGINEER's knowiedge, infarmation, and beiief from selective sampling and
abservatiot� fh�t �he wr�r#c has progressed to 4he point i�dicat�d. S�Ch
re�ommenda#ians do nof represent thaf cor�tinuaus or deta�l�d examinations
ha�e been made by the ENGENEER to �scertain th2�t the construction contractor
ha� completed t�e wark in exa�t accardance with #h� Coniract Qvcument�; that
the final wbric wiil be acceptabie in al� respects; that the ENGINEER has macle
an examina�ion to ascertain F�ow or for what �urpvse the const�action contractor
has used the mor�eys �aid; that title to any of t�e v�ror�c, materials, or e�uipment
has passed to the CiTY free and clear of liens, cfaims, security interesf�, or
encumbrances; or that there are nat other matters at issue between the CITY
and the consfruction contrac#or that aff�cfi �te amount t�ai shauld be paid.
b. Reco�d Q�awings
Record drawings, ifi required, will be prepared, in part, on the basis af
inforrrration campiEed and furnished by others, and may not always represent
the exact loca#ian, typa of various camponents, or �xac4 manner- in which the
PRaJ�Ci was f�nal�y constructed. ihe ENC�N��R is not respansible for any
errors or omissia�s in ihe informatia� from o#�ers that is incorparated inin �he
r�cvrd drawi�g�.
l�ino�ity ar�d Woman �usiness �ntewp�is� (I�!!lV��j par�icipatian
In accord with City of �or� Worih Ordinance No. 11923, as amended by
Ordinance 93471, the City has goafs for the participation of minority busin�ss
enterprises and woman business ent�rprises in City co�tracts. Engir�eer
ac�nowledges the M/WBE goal establish�d for tt�is contract and its cammitment
ta mest that goal. Any misfepresenta�iQn a� facts (other than a negfigen#
misre�resentation) and/or the commission of fraud by the �ngineer may result in
#he terminaiion af t#�is agreement and debarment from partic�pating in Gity
contr�cts for a period of time of not less than �hr�e (3) years.
ENGINEERl�1fG AORE@AIfEIYT
Page 4 ot 15
J. Righf 4� Audifi
(1) ENGIN��R a�re�s that #he CIiY shall, until #he expiratian af three (3)
years after final payme�t under thfs contract, have access to and the
right to examine and phatocapy any directly pertinent books, documents,
paper$ and re�ards a� fh� �NClN��V� in�olrring t�ansactions r�lating fo
this contract. ENGINEER agrees that the CITY shali �ave access during
normai working I�ours to all necessary �NCIN�EV� facilities ar�d shall be
provided adequate and a�propriate workspace in ofd�r to canduct audits
in complianc� with the provisians of this section. The CITY shal! give
ENGINEER reasonable a�vanc� natice o� int�nded audits.
(2) ENGINEER fur#her agrees to include in ail its subconsultartt agreements
hereunder a pravision to th� effect that .tY�e subcansultant agrees that
the CITY shall, until the expiration af three (3) years afier final payment
under the subcontract, hav� access to and #he righ# 4o examine and
photocapy any direc�ly pertineni boaks, documer�ts, papers ar�d rec�rds
of such subconsultant, involving transac#ions ta the subcor�tract, and
further, that the CITY shall have access durERg r�orma! warking hours to
all subconsultant facifities, and shali be �ro�ided adequate and
apprapriate work spacs, in order ta cond�ct audits in compliance with the
provisions of this articl� togeth�r with subsection (3)h�reaf. CITY shall
gi�e subconsultant r�asoi�a�fe advance na�ice af ir�te�ded audits.
(3) LNGIIV��V� and subconsultant agree to phota co�y such documents as
may be reques#ed by the GITY. The CITY agrees ta reimburse
�NGINI��� for the cast of copies at the rate published in the iexas
Administrative Code in effect as of the time copying is perFormed.
!�. �NGI�I��R'� Ir��u��r�e�
{1} Insurance co�er�ge and limits:
ENG�N��R shall pravicfe to i�e City certificate{s) of insurance dQcumenting
policies of the foliarnring coverage at minimum limits t�a� are to b� i�1 effect prior
ta comm�ncemenfi of work on fhe PRQ.�ECT:
Commerciaf General Liability
$'f,000,DOQ each accurrence
$1,000,000 aggregate
Automobile Liability
$1,000,000 each accic�ent (or reasanably equivalent limits of correrage if written
on a split limi4s basis}. Coverage shalf b� or� ar�y vehicle used in the caurse of
the PRDJECT. "
�NOINE�RiNG AGR�EMENT
Page 5 of 15
Wor3�er's Compensa#ion
Coverage A: siatu�ary limits
Coverage B: $10Q,000 each acc�dent
$500,000 �isease - palicy limit
$'lOD,000 �isease - each employee
Professional Liability
$1,00O,OOE} each claim
�2,OQQ,000 aggregate
The retroacti�e date shafl be coincident with or priar ta the date of the
contractuai agreement and t�e certificate of insurance sha[I st�ie that the
covera�e is cl�ims-made and the retroactive date. The insurance coverage
shall be maintained for the duration of the contractual agreement and five
(5) years following compfetion af the service pravided u�der the cantractuai
agreemen#. An annual certifiicafe o� insurance submitte� to the City s�all
evidence s�ch insurance coverage_
{2} Certificates o� insur�nce e�id�r�cing that tt�e �NGEN�EV� has obtained all
required iRsurance shall he delivered to the CITY prior ta ENGINEER
proceeding wifh the F'ROJ�CT.
(a) Applicable policies shall �e enc�orsed ta nams the CfTY an
Additional Insur�d therenn, as its inter�sts may app��r. The term
CITY shall include its empioyees, afficers, afficials, agents, and
volur�feers as r�sp�cts the con#racted s�rvices.
(b} Ceriificate(s) o� ir�sur�nce shalf document that insurance
coverages specified accor�ir�g fo item� section K,(1) a�d K.(2) of
t�li5 agreement are pravided under app�icable policies
documen#ed thereon.
(c) Any fail�re vn
doc�amentation
requireEnents.
parE nf the CITY to request re�uired ins�rance
shalf not consti4ute a waiver of the insurance
{c�} A minimum of fhirfiy (30j days r�atice of cancellatinn, non-renewa!
or material change in coverage shall be prvuidecf to the GITY. A
ten (1Q) days notice sha�l he acceptable in ti�e event of non�
payment of premium. Such ierms sha[I be endorsed onto
ENGIN���'s insurance policies. Notice shall �be sent to the
r�spective Department Director (by n2�rne), City of Fart Wnrth,
1000 Throckmorton, For� War�h, Texas 76102.
(�) The insure�-s for all poficies must be licensedlapproved to da
business in the State of Texas. Excepi for workers
campensatian, ali insurer�s must have a miRirnum rating of A: V1I
in the curren# A.M. Best Key Rating Guide or have reasonably
ENGINEERIIIlG ACaREEMENT
Paga B o(15
equivafent f�nancial streng�h and sal�ency tn fhe satisfaction of
I�is� Management.
{� Deductible limits, or seif-insured reteniio�s, sffecting insurance
required herein may be acceptable io the • CITY at its sole
discretiort; and, in fieu o� traditionai insurance, �ny alterr�ativ�
coverage maintained through insurance poals ar risk retention
groups must be also appro�ed. Dedicated financial resources or
le#te�s o� credit may also be accepfable to the Ci#y.
(g} Applicable policies si�all each be en�arsed with a waiver of
su�ragation in favor ofi tF�e CIiY �s respects the ��OJ�CT�
(h} The City shall be entitled, upon its reauest artd without incun-ing
expense, io review the �NGIN��R's insurance pnli�ies includir�g
er�dorsements thereto and, at the CfTY's discretian, the
ENGINE�R may be required io pro�ide proof ofi insurance
premium payrnents.
{I) The Gomme�rciaf General Liability insurance policy shall ha�e no
exclusions by endarsements unless such are ap�roved by the
e�nr.
(j) The Prafessianai Lia#�ility insurance policy, if wrifter� on a claims
made basis shall be maintained by the ENGI�JEER for a rr�inimum
five (�) year period sub�equ�nt to the t�rm of th� respecti�e
PROJECT contract w�th the CfTY uniess suc#� caverage is
provided �f�e �NGIN��� on an occurrence basis.
{�c) The CITY shalf not be responsible for the direct payment of any
ir�sura�ce premiums requir�d by this �greemen�, ft is understood
that insurance cost is an alfowabl� component of �NGINEER's
�verhe�d.
(I} All insurance required in secfiinn K., except far the Professional
�iabiiity insurar�ce pol�cy, sha[I be written on ar� o�currence basis
in order to be approved by the CfiY,
(m) Subcansuftanfs fa fhe ENGINEER shall be required by the
�NGIN��R fo mair�tain the same or reasonably equ�valent
insurance coverage as required far the ENGINEER. When
subconsulta�ts maintain insurance co�erage, LNGIN€�R shall
pravide CITY with documentation t�ereof on a certEficate of
insurance. Notwi�hstanding anything to #he cont►�ary contained
�erein, in #he eu�nt a subconsultant's insura�ce ca�erage is
canceled or terminated, such cancellatian ar termination shall nat
constitute a breach by ENGIN�ER o�' the Rgreeme�t.
ENGINEERINa AGFt�EM�NT
Aage 7 nf 15
L. [ndependen� Co�sultianti
The ENGINE�R agrees ta p�t�arm a!1 services as an ir�dependent consuEtant
and not as a s�bcantractar, agent, or empioyee vf the CITY.
I�. �isclosupe
The ENGfNEER acknowlec�ges tv the C[TY fhat it has made full disc{osure in
writing af �ny existing conflicts of int�res# or poteRtial conflicts �f in�erest,
including persortal �inancial inierest, direct ar indirect, in property abutting the
proposed PR�JECT and busir�ess rela#ior�ships with abuttir�g property cities.
The �NGIN��� furiher acknowledges that it will mak� disclosure i� wrifiing of
any canflicts of interesf which develap subsequent io the s�gning of this coniract
and priar ta ffnal payment under t�e car�tract.
N. /�sbesfos o� Hazardous Substances
('�} If asbestas or ha�ardous s�bsiances in any form are �ncauntered or
suspected, the ENGiNEER will stap its own worlc in ihe �ffectec4 por�iorts
of the PROJ�Gi to permit testing anc! evalu�tion.
(�) If asbestos or other hazardaus substances are suspected, �ti�e
Ef�GiNEER will, if requesied, assist the CITY in obtaining the servic�s af
a quaiified subcontracfar to manag�� th� rem�diatior� activi�ies of the
PRO,! ECT. '
O. PePmif�ing �uFhorifies - Design C�anges
If permit�ing authorities require design changes so as ta eompiy with publist�ed
design crfteria andfor current engineering prac�ice standards which the
ENGiNEER shouEd harre bee� aware o# at fhe time this Agreement was
executed, the �NG[N��R shafl revise plans and specifieatior�s, as required, at
its awn cost and expense. Wow�ver, if design changes are required due to the
changes in the permitting authorities' publisF�ad design criteria andlor practice
standar�s criteria vwhich are published afit�r the date of this Agreement which
the ENGINEER could not �a�e been reasonably aware of, the ENGINEER shall
notity tF�e CITY a# 5uch ch�nges and an adjustmer�t in compensa#ion will be
made th�ough an amendment to this AGR��MEN�.
ENGINEERING A�REEMENT
Page 8 of 15
Articie V
06iig��iar�� ofi �n� G��y
Amer�dments to Artic�e V, ifi any, are inclu��d in �ttac�tment C.
A. Ciiy��u�nished Data
The CITY wilf mak� avail�ble �o tYte �NCINE�R all tec�nic�f da�a in fhe CITY's
passession rela#ing to #Fre ENG�NEER's services s�n the PROJECT. The
ENGIN��I� may rely upan t�e aacuracy, iFmelin�ss, and cample#eness of the
in�arma�ion provided by t#�e CliY.
B. �,ccess �o �aailities and Properiy+
The CITY will rnak� its facilities accessible tn the �NGIN��R as required f�r the
ENGlNEER's performar�ce af iis servic�s and will provide labor anr� sa�ety
equipment as required by the ENG�N��R for such access. �he CI�1' will
perform, at no cost to the ENGINEER, such tests of equi�ment, machinery,
pipeline�, and ot�ter components nfi the C!�'Y`s faci�ities �s may be rEquired in
cannectian with the �NGINEER's services. The CITY will be responsibie for ail
acts af the CITY`s persor�nel.
C. �dve�isemen4s, �ermits, and Access
URless atherwis� agreed to in the Sco�e of 5ervices, the Cfi`f wi�! obtain,
arrange, and pay for all ad��rtisements �or bi�s; perm�ts and licenses required
by lacal, state, or federal aufF�orities; and land, easements, rights-af-way, and
access necessary for the �N�INE�R's services or ��OJ�Ci co�struction.
D. Time�y Re�iew
The CITY will examine the �N��N�ER's st�dfes, reparts, sketches, drawings,
specificatians, proposals, and ather documents; c�btain advice of ar� attorn�y,
i�nsurance cour�sefar, �ccountant, audi#or, bond �nc! financial aduisvrs, and other
consultar�is as the CIiY �eems a�propri�te; and render in wrifiing d�cisions
required by the CITY in a timely mann�r i�t �ccordance with the project schedule
in Rttachment D.
E. �rtomp� �lofiice
TF�e CITY will give promp# written natice ta the �NGINEER when�ver ClTY
observes or becomes aware af any development that afFects the scope or tirrying
of the �NGINEER`s ser►rices ar af any defec� in the wnrk of the ENC�iNEER or
construction cor�tractors.
�NC3INE�RINa AGRE�MEl�lT
Page 9 af 95
�'. Asbes�os or baaardous Subsfances and Indemnificaiion
(1) io the maximUm extent permitted by law, the CITY wilf indemnf�y �nd
release ENGINEER artd its ofticers, employees, and subcorttractors #rom
ali ci�ims, damages, losses, and casts, including, but nat limited ta,
attomey's fees and litigaiior� expenses arising oUt af or relating to the
pre�ence, discharge, reiease, ar escape of �azardous s�abstanees,
con4aminants, or as�estas on or frorn �e ��OJ�CY. Nathing contained
herein shall be construsci ta require the CIT1' to levy, assess or co[lect
any tax to fund t�tis indemnific��ian�
(2) The indemnification and re�ease required above shail not apply in the
event the discharge, retease or escape of hazardaus substa�ces,
cantaminants, or asbesfas is a result of �NGINE�R'S negligence or if
such hazardous subsiance, contaminant or asbestos is brought onto the
PF�OJ�CT by EN�IN��R.
G, Cont�c�o� Indemnification and Ciaims
�he CITY agrees ta include in all canstruction contracts th� pro�isions of At�icle
IV,E. regarciing the ENGINEER's Personnel af Cpr�struction Site, and pro�isia�s
providi�g car�tracfior indernnificafion of the CfiY and the �NG1N��R far
contractar's n�gfigence.
H. Conf�actor Claims and ihird��ar��+ �ene�ia�ar+es
(1) The CITY agrees to i�clude fhe followir�g clause in afl contracts with
construciian cantractars and �:quipment or rrtaterials suppliers;
"Contractors, subcontrac�ars ar�d equipment and materials
suppliers or� the PROJECT, ar tl�eir sureties, shafl maintain no
direct acfiion against the ENGIN�ER, its o�fiicers, emplayees, and
subcontraciors, fa�r any claim arising out of, in connection with, or
restaltiRg from the engineering services performed. Oniy the GiTY
wil! be the b�nefieiary of any und�rtaking by the �NGIN��R."
(2) This AGREEMENT gives no righ�s ar benefEts to anyone ather than the
CITY and the ENGIN��R and there are na t�ird-party b�neficiaries.
(�) The CITY wil{ tncl�de in each agreement it enters into with any other
entity or person regarding fhe PROJECT a pravision that s�ach entity or
person sha(I ha�e na fhird-party b�nef€ciary righ�s under this Agreemen#.
(4) Nothing �onta��ed in this section V.b. shall be construed as a waiver of
any rigF�# the Cf7Y has to bring a claim agair�st LNGINE�R.
ENGINEERINO AOREEI�lEENT
Fage 10 of 15
CI�'Y's In�u�ance
(1) ihe CIYY may mainiain properiy insurance a� aenain pre-existing
s#�ctures associa�ed with the PRQJEGT.
{2) The CITY will ensure fhat Builders Risk/lnstaElation insurance is
maintained afi the replacem�r�f cost value af th� PROJ�Ci. The CIT°Y
may pra�id� �NCCINE€R a copy of the paficy or documenta�ian of such
on � certifiicat� of insurance.
(3} The CITY will specify that fhe Bui[ders Riskl[nstallation insurance shall
be comprehensive ir� co�erage appropriate ta the PRQJECi risks.
J. Litiga4ion Assi�fiance
The S�ope of S�rvices does n�f tnclude costs of th� �NGINEE� €ar required ar
requested assistance to suppo�t, prepare, document, bring, defend, o� assist in
litigation undertaken or defended by the GfTY. In the event CITY reques#s such
services of the ENCIN��R, this AGR��MENi shall be amended or a separate
agreement wil� be negotiafed betvue�n the parties.
K. Change�
��e CliY may make ar �ppro�e c�anges within the general Scape af Services
in this AGREEMENT. If such c�anges �ffect the ENGINEER's cost of or time
re�utred fvr per�ormance caf the s�rvices, an equitable adjustment will be made
through an amendment to this AGREEMENT with appropria#e C1TY approval.
A�icle VI
General Legai �ra�iSions
AmeRdments to Article VI, i�' any, are included ir� Attachmen# C.
,�. Authori�afcion �a Proceed
ENGIN��R shalf be aUthari�ed to proceed with tt�is AGR�EM�Ni upon receipt
of � written Notic� to Proceed from the CITY.
�. Reuse o� Projec� �ocumen�s
AA designs, drawings, specific�tions, �ocuments, ar�d other work products of tf�e
ENGlNE�R, whet�rer in hard copy or in electronic fc�rm, are instruments of
service for this PRQJ�CT, whether the ��OJ�CT is completed or not. Reuse,
chang�, ar alteration by the CITY or by others acting through or on behalf of ihe
CITY of any such instrumenis o� service without the wriften permissior� of the
ENGINEER wifl be at the CITY's sole risk. The final designs, drawings,
sp�cifications and docum��ts shalf be owned by the C�TY.
ENG[N�ERIN4 AOR�EMENT
Aage 11 of 15
C. Force �iajeure
ihe �NGIN��R is r�vt r�spansible �ar d�mages or d�lay in performance caused
by acts of God, striF�es, Incicouts, accidents, or other events beyond the contrdl
of �he ENGINEER.
�. Termination
(1) ihis AGR��M�N� may be termin�t�d or�ly by the City for convenience
on 30 days' wri#te� notice. This AGREEMENT may be termir�ated �y
either the GI fY o� the �NGIN��R �or caus� i� ei�her par�y faiks
substantially to perform through na fault af ihe ather and does not
commence coRectiart of such nonperformance wi#h five (5j days of
written natice and diligently complet� t�e correction thereaftar.
{�} If #his AGREEMENT is termir�ated for tF�e con�enience of tl�e Gity, the
ENGINE�R will b� paid far terminatinn expenses as follaws:
a) Cos# afi reproduction af partial vr compfete studfes, plans,
speci�icat�a�s or other forms of �NGIN��R'S work prvduct;
b) �ut of-pocket exp�nses far purchasing storag� containers,
microfilm, electror�ic data fiEes, and oiher data storage supplies or
serv�ces;
c) The time requirements for the ENGINEER'S persannel to
document #he work underway at the time th� CIiY'S t�rmination
for caRvenience sa t�at #he wark effort is suitable for fong time
storage,
(3) Prior to proceeding wi�h termiRation services, the ENGINEER will submit
to the CIiY an itemized sta��men� of alf termina#ion expe�ses. The
CITY'S approval will be obtaEned ir� writing pr�or ta proceeding with
termination services.
E. 5uspension, Dela�, ar lnferrupt��n io VI�o�1�
The C1iY may suspend, delay, ar inf�rrupt #he services of th� ENGIN��R far
the corrvenience of the CiTY. In the event of such suspension, delay, or
interruption, an equitable adjustm�n� in the P�O.!€CT's sch�dule, commitmenf
and cast of the ENGINEER's personnei and subco�tractars, and ENG[NEER's
compensatian will be mad�.
�. Indemnificafion
('E) The �NGlN��R agrees to indemnify and defend the C1�Y from any loss,
cost, or expense clairr�ed by third parties for property damage and bvdily
�NGINEERING AGRFeIvIENT
Page 12 of 1S
injury, including dea#h, caused salefy by the negiig�nce or will�ul
miscnr�duct of tt�e ENGf[�EER, i#s empioyess, affieers, ar�d
subcontractors fn cor�nectian wi#Ft #he PROJ�CT.
(2) ff the negli�ence or wiflfut misconduct af both the ENGINEER and the
C1�'Y (or a person identified abave �or whom each is liable) is a cause of
such damage or injury, �e loss, cost, ar expense shall be shared
between the ENG�l�EER and the C1TY in proportion ta their relative
degrees ofi neglig�r�ce or wifl�uf misconduct as defi�rmined pursuant to
�'.C.P. & R. Code, section �3.011(4) (V�rnon Suppfement 1996).
G, �ssigr�ment
N�ither par�y will a�sign ail ar any �art of this AGFtEEMENi w€thout the prior
wr�tten co�sent of th� other party.
b. In4;erpre4a�ion
��.irnitations nn liability and indemnities in ��'115 AGR��f1�1E�Ni are busir�ess
understandings betw�en the parties and shall apply to a!I the different thearies
of recovery, including b�each of contract or warranty, tor# includEn� negligence,
strict or statutory liability, or �ny other cause af ac#ion, except for wiil�uE
misconduct a� gross negligence far limitations af liabi�ity and sole negligence for
indemnification. � The terrn "P�rties" mean �he C[TY and the ENGIN��R, and
their officers, emplay�es, agents, and sUbcontractors.
Ju�isdic�iort
The law o� the State of Tex�s shaff go�ern the validity o4 this AGR��MENi, its
interpretation and performance, and any other claims refated �o �t. The yenue
far any litigation related to this AGRE�MEN� shall be Tarrant Cauniy, iexas.
J. AI4e�nate �ispu�e �esolu�ion
('f) All claims, disputes, and ofher m�tters fn questRon between the CITY and
ENGIN�ER arising aut nf, or in cor�nection with this Agreement or the
PROJ�CT, or any breach of any abligation or duty of CITY or
ENGINE�R hereund�r, will b� submitted #a mediaiian. ff inedi�tion is
unsuceessfuf, ih� claim, dispute or ather matter in �uestion shafl be
submi�ted to arbitration if both parties acting reasonably agree that the
amount of the dispute is. likely to be less t�an $50,000, exclusi�e of
aitorney's f�es, costs and expenses. Arbitratian shall be in accardance
with the Cunstruction Industry Arbitratior� Ruies �fi the American
Arb�tration Associai+on or o�er applicable rul�s of fhe Associatian then
in effect. Any award rendered by fhe arbitraiors less than $50,000,
exclusiv� of attarney's fees, c4sts anc! ex�enses, wil! be final, judgment
may be entered therean [n ar�y court �aving jurisdiction, and will �ot be
EiVGIIVEERING AOR�EAA�NT
Page 13 of 15
subJect to appeal or m�dificatian except to the extent permitted by
Sections '10 and 11 ot the Federal Ari�itration Act {9 EJ,S,C. Sectians 10
and 11). �
(2} Any award greater thar� $50,oaa, excltasi�e ofi �ttarney's fees, �osts and
expens�s, may be litigat�d by either p�rty on a de novo basis. ihe
award shall become final ninety (90) days fr�m th� daf� same is issued.
{f iitigatior� is filed by either party within said ninety (90) day period, iF�e
awar� shaii b�come nutl an� void and shall not b� �sed by either party
for any purpose in fh� litigation.
K, Se�erabiiity and 5u�ival
Ifi �ny ofi the provisians car�tained in this AC��FM�NY ara held for any reason
ta be ir�valid, ilEegal, or unenforceable in a�y respect, such invafidity, illegality, ar
unenfarceabifity wil� nat affect any other provisian, and this AGREEMENT shall
be construed as i� such invalid, iliegal, or ur�enforceabi� provisior� had rtever
been con#air�ed herein. Articfes V.�., V{.8., Vl.d., VI.H., VI.I., and VI.J. shall
survive te�minatian of t#�is AGR��M�NT for any caus�.
�.. Of�sewe and Compiy
ENGIN��� sha(I at all times obser►re and comply with �If federal and 5ta�e iaws
and reguEatians and with all City nrclinances and regulafions w�ich in a�y way
affect this AGR��M�NT and the wor�t her�under, and shall observ� and comply
with al� arders, i�ws ord�nances and regulations v�hicY� may exis# or may be
ena�fed later by goveming bodies having juriscfiction. ar authority for suc�
enactment. Na plea of misund�rstanding or ignora�ce tFtereof shall be
ca�tsidered. ENGINEER agrees to defend, indemnify and hc�id harmless CITY
and all of its vfficers, agents and em�foye�s fram a�d against all cla'rms or
liability ar�sing out of the �io�ation of any such arder, Eaw, o�dinance, or
regulatian, whether it be by itself or iis emplaye�s.
i�. Ne�oti�t�cf Agro�menf,
The parties acknowledge that each par�y and its counsel �a�e reuiewed
and revis�d this Agreemer�t ar�d thai �he normal rules of construction #o
fhe effect that any ambiguities are to be resof�ed against the drafting
party shall not be employed in the interpretation o� this Agreem�nt or
exhlbits hereta.
E�fGfNl��RINt3 A(3REEMENT
Page 14 of 15
a
n
�4�'tl�l� l�II
A���F�rn�nt�, ��h�dul��, �r��1 Si����u���
This AGREEMENT, including its attachm�nts and schedules, constitutes the �ntire
ACR�EMI�NT, supersede� a[i prior written or or�l unders4andings, �nd m�y only be chang��
by a written amendment executec� by bath parties. The fa�lowing atiachments and schedules
are hereby made a par� of �his AC�RE�MENT:
Attachment A- Scope of Services
Atfiachment � � Campens�tion
Attac�ment C- Amendme�#s to Standard Agreemen# for Engineering Services
Attachmen� D � Projec4 5ch�dule
Atfi�chment E — �a�#ion M�p
ATTEST:
��^ /' r
, ..�. _�.u.c.i r.��,
�iaria Pears�a�
City Secr�t� .ry
w. _ �. . . ���� � 7. .r . .. �.. x.—+
Gontrac�. Au��or i ������1
� 1 � � ., � .��. ��_F� -
.�..�...,�.,.-
����
CITY OF �ORT VLORTH
Marc �Ott
Assisf� City
APPR�VAL RE�4MMENDED
A. Dougla�s Rad�maker, P.E.
Dir�ctvr, �ngineering Depar�m�nf
APPROVED AS TO FORIVi
AND LEGAL[TY
�ARTFR RR BLJRC�,€SS, INC`.
ENGIf�EER
Assistant Ci#y Attorrrey
_
, �
, . -- - ,
i
��.T.1aa �� B�i�arrdr ,�LA
Seniar Vice President
�NGINEERING AGREEM�NT
Page 15 of 15
i;
�TrAc��r��� �,a,�
��- ..- . -. -
"Scope of Services set forth herein can anly be modifed by addi#inns, clarifica�fons, and/or
delefions set forth in the supplemental 5cope af 5ervices. In cases of conftict betw�en the
Supplemental Scope of Services and the General Scope af Service�, �he Supplemental Scape
af Services shall hav� pr�cedence vver fhe Gener�l Scope of Services, "
��N�RA�
'f) Preliminary ��n���n�� wi�h Ciiy
The Er�gineer shall atter�d prelimiRary cvnfere�ces with authorized representatives of
the City regard�ng the scope of project so that the plar�s and specifEcatians which are to
be develope� hereu�der by �he �ngineer will result in providing facilities whtch are
ecanomical in design and co�farm to the City`s req�airements and budgetary
constraints.
2) Co��dinagion wiEh C�ut�id� Ag�n�i�sl�ubli� �n�ci4Ees
The Engin��r shall coordinate with officials af ather outside agencies as may be
necessary for t#�e design of the proposed street, ar�d storm drain and/or water a�d
wastewater facilitieslimprovements. Ifi shatl be th� �rtgineer's d�ty hereunder to secUr�
necessary irtfnrma�ior� from such outside �genci�s, ta meet #heir requirements.
3} ��ofe�hni��llnv�stig�tt�n�
The Engineer shafl advise the City of test barings, and ather subsurface investigations
that may be r�eeded. In the ev�nt it is de#e�^mir�ed necessary to make borings or
excavate test �oles or piis, the Engineer shall ir� caordination with the Ci�y and the
City's geotechnical engineering cvtrsultant, draw up specifications �or such #esting
program. The cost of the borings or �xcavatians shall be paid for �y ihe City.
4} Agpeem�n�� �nd ��rmi4s
The Engineer shali complete all €orms/applicaiions to aliow �he City of Fort Wort#� to
obtain any and all agreements a�dlor permits normally required far a project of this size
and type. Th� Engineer will be responsihle for negotiating and coordina�ing to abtain
approvaf of the agency issuing �the agreement and/or permits and will make any
revisions necessary to bring the plans into campliance with.#he requirements of said
agency, including but not limited to highways, railraads, water autharities, Carps vf
Lngineers and ot�er utilities.
5) i��sign Ch�nges Rela�ing fi� ��rmitiing Auihorit�es
[f �ermitting authorities require destgn changes, the Engineer si�all revise the plans and
specifica#ions as required at the Engineers own cost and expense, unless such
c#�anges �re reguired due ta changes in tf�e design of the �Facilities made by the
-1-
permitting authority. If such changes are requ�red, the Enginear shall notify the Ci#y and
an amendment ta the congract shall be rnade if the �ngineer incurs adcfi�ional cast. If
the�e are uhavaidabla delays, a rnutual�y agreeable and reasonable time exiension
shall be negotiated.
6) Pfan �ubmEttal
Copies of the or�glnal pfans shall be provided an re�roducilale mylar ar appra��d plasfic
film sheets, ar as athen�vise approved by tf�e Department o�' �ngineering and shail
become the property of the City. City may use such drawings in any manner it desires;
pro�ided, i�ow�ver that thre �ngineer shall nai �� fiabl� far the use o# s�ch drawiRgs far
any project oiher than the project de�cri�ed F�erein; and further pravided, tha# the
Engineer shall not be liable for the consequences af any changes that are mac�e to the
dr�►nrings or change5 fihat are made in the implementation of #he drawir�gs withaut the
written appro�al of the Er�gineer.
PbA�� 1
7) Right-of-Vilay, Ea�ement ar�d ��nd A�quisi�i�r� Ne�d�
The Engi�eer shall deterrnine the rights-of-way, easement n��ds for ti�e constrE.�ction oi
the project. Engineer sfiall determine ownership of such land and furnish fhe C�ty with
the necessary right of-way sketches, �repare rtecessary easement descriptians for
acquiring i#�e rights�of-way and/or easements �or the cpnstruction of �is project.
S�etches and easeme�t descri�tions are fa be present�d in form suitable for direc# use
by the Depar�ment of �ngineering in obtaining rights-ofi-way, ��semenfis, permits and
ficensing agreements. RII materiais shall be furnish�d or� f�e apprapriate City forms �r� �
minim�am o� faur (4) capies each,
8) D�ign �urrr�y
The Enginser shali provfde necessary field �urvey far uss ir� ths preparation of Plans
and 5peci�ica�ions. ih� �ngineer shall furnisF� the City certifie� caPies of the field data.
9) �l�ilifiy Co�rr�in��ian
The Engineer shal[ coordinate with a!I utilities, including utiiities owned by the C�ty, as to
aRy propased utility liens or adjustment #o existing utiilty lines within fihe project Fimits.
The infarmatron obtair�ed shall be shown an the coneept�al plans. Th� Engineer shall
shaw on the preliminary and fir�af pl�ns the Iacaiian of the �roposed utiliiy lines,
existing utiiity lines, bas�d on 4he infarmation pro��de� by the utiiity, and any
adjustments and/or relocation of the existing lines wifhin the project limits. The
Enginesr shall also e�aluate the phasing of the wat�r, wastewater, street and drai�age
wark, and shall submit such evafuatio� in writing to the City as part of this phase of t�e
praject.
-2-
10) Conc�p�ua1 �lan�
The Engin�e� shall fumish four (4) copies of the Phase 1 concept �ngineering p1a�s
which include layouts, preliminary right of�way needs and preliminary estimates of
probable construction eosts �ar fhe �ngineer's recommend�d pla�. �c�r a!I submittals,
the Engineer shall submit plans and docume�#s for street/storrr� cirain and
waterlwastewater facilities. The Engineer shall raceive written �ppro�al of tl�a Phase 1
Plans from �he City's project manager before proceeding with F'hase 2.
�HAS� 2
'11} ��sigrt 9a�a
The Engineer shafl pror►ide design data, reports� cross�sections, �rofiies, dr�ain�ge
calcuiations, and preliminary �stirnates o� probable construction cost,
12) Pr�limir��ry Consfir�at�on �i�n� an� �'e�hni�al �pe�ifcations
The Engineer shall submit twenty {2�} copies of Phase 2 preliminary constructian pfans
and five (5) copies vf the preliminary tech�ical specifications for review by the Ci#y and
for submission ta ufility companies and other agencies for the purposes of coordinating
wo�ic with existing and. propased utifi#i�s. The preliminary consiructian plans shall
indicate Iocatic�n of existing/propased utiiities and storm drain lines. The Engineer shall
receive writfien apprav�l of fF�e Phas� 2 pl�ns from the Gity's project manager before
proceeding with Phase 3.
PHA�� 3
13) f�in�l Constr°�ction Pl�ns
The Engineer sha�l furr�ish five (5} cvpies of the final cortsiruction plans ar►d contract
specifica�ians �ar review by the City.
94) �eiail�d Cos� �s�im�te
The Engi�eer s�all fumish four (4) copies of detailed estimates of probable cor�struction
costs for the autharized canstruction praject, which shal� include summaries af �id items
and quantities.
15) . �lans �r�d Speciflca�ian Appr����l
The Enginee� shall furnish an original cover mylar for the sE�natures of autharize+d Ci#y
a�ficials. T'he Cor��ract Dacuments st��ll comply with applicahie local, stat� and federal
laws and with applicable rvles and regulations promuSga�ed by loeal, state and na#ional
boards, bureaus and ageneies. The Engineer shail fBC�fVB written appra�ai af the
Phase 3 plans from the City's �rojeet manager before proceeding w�th Phase 4.
-3-
F��iA�� 4
'16) �inal App�av�d Can�fPu�ian �lan�
The Engineer shall fumish 45 baund capiss of Phase 4 final approved constr�ctian
pfans and cantract specificatipns. T�e app�oved pla�s and contracE specifications shall
be used as authorized by th� City for use in obtaining bids, awarding cnntracts, and
const�ucting the pro}ect.
1i) �id�ing Assist�nc�
The Engineer shall iss�e addenda as appropriate to interpret, cfa�ify, or expand the
bidding documen#s, and assist the awner in determining the qualificaf�nns and
acc�ptability of �rvspective car�structors, subcontractors, and suppliers. When substitu-
tion prior to the award of contracts is al�owed by th� �iidding documen�s, th� Engineer
wifl advise the owner as ta the acceptabi{iiy o� aitemate materials and equi�ment
propnsed �y ti�e prasp�ctive canstructars.
1 �) Rec�mm�nd��ian �� Aw��d
The Engin�er shalf assis# in the tabula#ion and re�iew of all bids received for the
cor�structior� af the praj�ct and shafl make a recommendatian af award to the Ci#y.
19) �pebid Canfer�nce
Th� EngiReer shall attend the p.rebfd canf�rence and the bid vpening, prepare bid
tabuiation sheets and provide assistance to the vwner in e�aluating bids or propvsais
and in assembiing ar�d awarding contracts for canstructian, materials, equipment, and
seroices.
�H�SE �
��) �rec�nsi�uction Canfi�r�enee
ihe �ngineer shall a#tend the preeonstructian co�ference.
2'1) Cons��u��i�n Su�+r�y
The Engineer shall be available to the City on rrfatters concerning the layout af the
project during its construction and will set control points in the �Field to allow City survey
crews to stake tt�e project. The setting of line and grade stakes arrci route inspectian of
cans#ruction ►rvill be pertormed by the Cify.
22) �Z�� Visits
The Engi�eer shafl visit fhe praject site at appropriate inte�rals as canstrucfiion
proceeds to observe and repor� an the progress and �e quality of the executed r�r�rk.
-4-
23) Sl�ap ��awing R��iew
The Engineer shall review shap and erection drawings submit#ed by the c�antractor for
camp(ia�ce with design concepts. Tf�e Engineer sha�l review laboratory, shop, anc4 miN
test reports on materials and equipment.
24} In��rucfrions �� Gont��cf�r
The Engineer shal[ provide necessary inferpretaiions and clarifications of cantrac�
documer�ts, review change �rders and make recommendations as to the acceptability
of the work, at the r�quest o� th� City,
25) �i���r�g �i�e ��nditions
The Engineer s�all prepare sketches required to resalwe prablems due ta actual field
conditions encountered.
26) ��cord �raw�r�g�
The �ngineer shall pr�pare recard drawings from infarmation submit�ed by the
cantractar.
-5-
A-rr,�c��n��v� �
SCOP� O� S�RVIC�S
Design Services
. For
42" Water �fne in iimberland Blvd.
�rom ARta Vista to Caylor iank
�ater �rojec� h1o. F�162�QS016214115{l
D.Q.E, f�a 3989
T�is Exhibit describes the Scope af Work to be per�ormed by Carter and Burgess, Inc.
(ENGINEER) for the City of Fort Worth (CITY} for the praject mentioned above.
In general, the F'raject is a wafer line and improvernenf �raject invafving approximatefy 3,500
linear feet of 42-inch diameter water line.
Upon recei�t of Notice to Proce�d, the ENG[N�ER will perform the foflowing tas�Cs:
��►RT A -- PR���NGIW��RIP!(y
1. Initial Dafa C�[iec�io�
a. �re�design Coordination IVfeeging
ENGINEER wifl attend and document meetings, as required, to �iscuss and
coordinate various aspects of the praject and to ensure that t�e project stays on
schedule. For tF�� purposes of establishing a level of comfar�, fwo (2} meafings
are anticipated. These include the fallowing:
One (1) pre-design kfck-off meefiing, (including the CITY's Department of
Engineering and other departmer�ts that are impacfed by the project}.
One {1) re�iew meeting at completion of the City's review of the
conceptual engineering pians.
b. Daia Callection
fn addition to data obtained trom the City, ENGINE�R wil! research and rr�ake
effor�s to obtain pertinent information to aid in coardination of the propased
improvements with any plann�d future improvements that may influence the
praject. ENGINEER wiil also identify and seek to obtain da�a far exisfing
conditions that may impact the project including; utilities, City Master p[ans,
�roperty ownership as available from the Tax Assessor's affice.
N:1JQ&1D11 S031RP11D1180301.R01 AOC A (1)
c. Coordination wif� Ather Agencies
During the ca�cept phase the ENGINEER shall caordinate with a[I �tilities,
including ufilities owned by the City, TxDOT and railraacls, These entities shall
also be contacted if appficable, ta determine plar�s far any proposed facilities or
adjus#ment to existing facilitias wifhin the project limits. The informatior� obtained
shall be sF�own on the concept plans. The ENGlNEER shall shaw the location of
the proposed utility lines, existing ufElity lines and any adjustmenfs and/or
relocation of the existing lines wit�in ff�e project iimits. �NGINEER shall
complete all forms necessary for City to obtain permit lefters fram Tx�QT and
railroads and submit such �€orms to ihe City. City s�a[I be responsible for
farwarding the forms to the affecied agencies fior execu#ion.
���T � � C�iVSTRUC�'!4N PLARlS AND SPI�GIFICAiIOiVS
ConceptuaC �ngineering
a. Surveys for Design
ENGINEER wifl perform fFeld surveys ta calfect horizon#al and vertical elevafions
and other infarmation which will be needed for use by the ENGINEER in design
and preparai�on of plans for the project. Information gathered during the survey
shal[ include tapographic data, e[evatio�s of aEl sanitary and adjacent sform
sewers, rimlinvert elevafions, location and buri�d util9ties, structures, and other
features reEevant ta the final plan sheets. For sewer lines located in alleys ar
backyards, ENGINEER will obtain the follawing:
Obtain permission for surveying through private pro�erry.
Laca#e i�orizantal and vertical aiignment of u�ility lines. Tie impro�em�nts,
trees, fences, walls, efe., horizon#ally alor�g rear lines in an approximately
20' wide sfirip. In addition, loca�e all froRt house corners and buiiding
corners in along the sfreet rigi�t-of-way.
Prafle existing water andlor sewer lin� centerline,
Compile base plan from field survey data at 1"-40' sca[e.
Obtain permission far surveying through private pro�erty. Locate
horizonfal ar�d vertical alignment of utilify fines. The impravements, trees,
fences, walls, efc., horizontally along front lat lines in an approximately
20' wid� strip, in addifion, locate a!I front house corners and building
corners in front yards. Compile base plan fram field survey data at 1" _
40' l�orizontal and 1" = 4' vertical scafe.
N:1J0B101iS031RPT10 7 9 80 301.R01.DOC /� � 2�
b. �ngineer will Pro�ide The Foilowing f nformatian:
All plans, field notes, plats, maps, legal descriptions, or other specified
documents prepared in canjunction with the requested services shall be provided
in a digital format com�afible wiih the eiectronic dafa collection and computer
aide� design and drafting sofiware currently in use by t�e C1TY Department of
Engineering. All text data such as plan and profile, legal descriptions, coordinafe
files, c�at sheets, �tc., shall be provi�ed in t�e American Standard Code for
Information Interchange (ASCfI) format, al[ drawing files shall be provided in
Au#ocad (�WG or DXF) format {currently Release 12), or as otherwise appraved
i� writing by the ClTY, and afl data collected and generated during the caurse of
the praject shall b�come the property of the CITY.
The minimum information #o be provided in the plans shall include the following:
1. A Praject Control Sheet, showing A�� Cantral Points, �ased or set whife
�athering data, Generally on a scafe of nofi less than �:400;
2. TF�e foflowing information abaut each Control Point;
a. Identified (Existing City M�nument #89a1, PK Nail, 5/8" Iron Rod).
b. X, Y and Z Coordinates, in an identified coorc{inate systerr�,
and a referred bearing base. Z coordinate an City �atum anfy.
c. Descriptive locatian (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 South�asi corner af No�th Side Drive and Narth Main 5treet}.
3, Coordinafes on ali P.C.'s, P.T.'s, P.l.'s, Manhales, Vaf�es, etc., in the
same coordinate system, as the Control.
4. No less than twa horizo�taf control paints, per fine or location.
5. Bearings given on ap praposec! centeriines, o� baselin�s.
6. Station equations relating utilities to paving, when appropriate.
c, Public Nafiificafian
Prior ta canducting design survey, ENGINE�R wi�l notify aff�cted residents of the
project in writing. The notification letter shall be on campany letterhead and shail
include the foflowir�g: project name, limits, DOE praject na., Cons�altant`s praject
manager and p�or�e na., scope of survey work and design survey schedule. The
lett�r wElf be reviewed and appro�ed by the City prior to distrii�ufiion.
�E:1J0B14118031RP11011803�1.R01.DpC /ly � 3�
d. Conceptua� �ngineering �lan 5ubmittal
Conceptual plans shall be submitted to City 77 days after Notice to
Proceed Letter is issued.
2. The �NGINEER shall perform conceptual design of the proposed
impro�ements and furnish fiour (4} copies of the cortcept engineering
pians which includes layouts, preliminary right-of-way needs and cost
estimates for the ENGiNEER's recommended plan. ENGINEER snall
perform remaining field surveys r�quired for final design of selectecf
route{s). The ENGINEER shall aEs� evafuafe the phasing af the water,
sanitary sewer, street and drainage work, and shall submit such
e�aluation in writing to the City as a part of the concept phase of the
praj�ct. All design shalf be in conformance with Fort Workh Water
Departmer�t �olicy a�d pracedure for processing wafer and sewer design.
ENGINEER shall review the City's water and sewer master pfan and
pravide a summary of findings pe�taining to the proposed projeci.
2. Pre�iminary �ngineering
Upart approval of Part B, S�ction 1, ENGINEER will prepare preliminary canstruction
plans as follows:
a. Overall wafer Eayout sheeis and an overall easemenf Eayout sheet{s).
b. Prel�minary p�oject plans and pTofile s��ets which show fF�e following: Proposed
water planlprofile and recommended pipe size, fire hydrants, water service lines
and meter baxes, gate valves, isaiation valves and afl pertinent information
needed to consfructed the project. Legal desc�iption (Lot Nos., Biock Nas., and
Addition Names} afong with prape�ty own�rsF�ip shall be provided on the plan
view.
c, Far sewer iines, pipelines schecfule far point repairs, rehabilitafian and
re�lacement will be locafed on the base sheets pre�ared from survey
information, gafhered undar Pari B, Sectian 2. Conflicts shall be resolved where
pipelines are to be rehabilitated on the same line segment. Base sheets shall
reference affec#ed or adjacent streets. Where op�n-cut construction is
anticipated, below and above ground utilitiies wilf be locafed and shown on the
base sheets.
d. Existing �atilities and ufility easemen�s will be sFtown on ii�e plan and prafile
sheets. ENGINEER will coorcfinate with utility campanies and the City of Fort
Warth to determine if any future improvements are planned t�at may impact the
project. �
e. The �NGINEER shal[ make pro�isians for reconnecting all wat�r andlor
wastewater service lines which connect directly to any main being replaced,
N:1JOg10118031RP11011803Q1.R01,POC A ( 4)
incl�tding rep�lacement of exisfing service [ines within City right-of-way ar utiiity
easement. When the existing alignment of a water and sanitary sewer main or
Iateral is changed, provisions will be made in the final plans and/or specifica�ions
by the ENGINEER to relocate all servEce fin�s which are connected to the
existing ma�n and connect said service lines to ihe relocated main.
The ENGlNEER will pr�pare standard and special detail sheets for water (ine
installation that are not already included in the D-Section af fhe City's
sp�cificafions. These may include cQnnection details betwean various parts of
tihe project, tunneling details, boring and jacking detaiks, waterline relocations,
details uniq�e to the construction of the pra�ec#, trenchless details, and special
service lateral reconnections.
g. �ight�of 1�lay Research
The ENGINEER wili conduct prefiminary research for availabifity af existing
easements where open-cut constructior� ar relocation of existing alignments is
probable. Temporary and permanen# easements will be apprapriated based on
availaE�le ir�formatioR and recammendations will be made for appro�al by the
City_ .
�ighf�afiowayl�asemen� Preparation and Submittal
F'reparation and submittal of right-of-way, easements and rights-af-entry will be in
conformance with "Submittal of Information to Rea1 Proper�y for Acquisitian of
Praperty".
Utility Clearance �hase
The ENGINEER will consuli with the City's Water �eparkment, Department af
Engineering, and afiher CfTY departments, public utilities, private utilities and
government agencies to determi�e the approximate location of above and
und�rground utilities, and o�her facilities that have an impact or inf[uence an the
project.
ENGIN�ER will design City �acilifiies to a�aid or minimize conflicts with �xisfing
utifities.
The ENCINEER shall deliver a minimum of 13 sets of approved p�eliminary
construcfion plans to the City's Ufility Goordinator far forwarding to alI utility
companies, which ha�e facilities within the limits of the projeck.
Preliminary'Construction Plan Submittal
1. Preliminary plans and specifications shall be subm9tted to City 56 days
after appro�al of Part B, �ection 'f .
N:410B10116031RP116t4803U1.R0i.dOC A � �J�
2. The ENGINEER shall deliver fwo {2} sets of pr�liminary cons#rucfion
plans and two (2j sets of specifications and canfract documents to CITY
for review. Generally, p[an sheet shall be organized as falfows:
Cover Sheet
Easement layout (if applicable)
Plan & Profile Sheets
Standard Construc�ion Details
Special ❑etails {if applicable)
3. Tf�e ENGINEER shal! submit a preliminary estimate of probable
canstruction cost with the preliminary plans submitted. ENGfNEER shall
assist City in s�Eecting fhe feasible andlor econornica� sol�tions ta be
pursued.
k. Review iVieetings wifh City
Ti�e ENGINEER shal[ m�et with CITY to discuss review comrr►ents for
preliminary submitta[. The C1TY shall direct tf�e ENGINEER in writing to pr�ceed
with Fir�af DesEgn for Final Review.
�ublic Il�eeting
After the preliminary pEans have been r�viewed and approved by the City,
ENGINEER shall prepare exhibits along with an ir�vitation letter and attend pub[ic
meeting ta E�elp explain tha proposed pro�ec� ta residents. The CITY sha�l mail
the invitation letters.
3. �`rnal �ngine�r�ng �lan Submitf�al
a. Fir�af Construction Documents shall be submitted to CITY 56 days after approval
of Park B, Section 2.
Fal{awing CITY approval of ff�e recammended im�rovements, the ENGINEER
shall prepare final pfans and specifications and co�tract documents to CiTY
(each shest shall be siamped, dated, and signed by fhe �NGINEER) and submit
two (2) sefs of plans and construc#ion contract documents witnin 15 days of
CITY's final approval. Plan sets shafl be used far Part C acti�ities.
b. ENC[iV��R's �stimate of �robable Construcfiion Cost
The ENGINEER shall�submit a final estimat� of pr�bable canstruction cost witi�
the fiinal plans submitted.
N:U4BID118031RP'110ii80301,F203.bOC ,q ( �}
PARi C -- PR�-COiVSTRUGiIOM ASSISTAPlCE
�4dminQstration
a. �eliver �id Documents
The ENGINEER will mai�e a�ailable for bidding, u}�on request by the CITY, up to
forty (�#0) sets of the fiinal approved and dated plans and specifications and
confract documents for the projects to the CITY for distrii�ution to po#entia!
bidders. Propasal will be deliv�red in electranic f�rmai.
b. �idding Assistance
The ENGINEER shall assist the CITY during phase including preparation ar�d
deli�ery of addenda to plan hofders and respanses to questiQr�s subrnitted ta the
DOE by prospective bi�ders. Engineer shal� attend the scheduled pre-bid
conferer�ce.
The ENGINEER shall assist in reviewirtg the bids far completeness and
accuracy. Th� ENGINEER shafl attend the project bid opening, develop bid
tabufations in hard capy and electronic format and s�bmit four (4) copies flf the
bid tabulation.
c. Assis#ance �uring Cons4ruction
The ENGINEER st�ail attend t�e pre�canstruction conference tor the praject. The
ENGINEER shall also consult with an� advise the CITY on design andlor
canstruction c�anges, if necessary.
N:1JAB10118031RPT101 1 8 0 3 01.R91.�DC A � 7�
�Ti�°.GHI�A�i�i �
C01�1�1��+1��1���N AP�� SCHF�ULE
42" IrVater �ine in iimberland �lvd.
�rom Alfca 1lis�a go Caylor �ank
V9laier �rojecf No. �16��06016�14'i 1 �0
�.0.�. No. 3939
Compensatian
a. The ENGINEER shal! be compensated a total lump sum fee of $50,500.00 as
summarized on Exhi�it "B-3". Payment of the total lump sum fee shall be
considered fufl compensa�ion for the services described in Attachment "A" for all
labor, materials, suppfies and equipment necessary to cnmpl�te the praject.
b. The ENGINEER shalf be paid in four par�ial payments as described in Exhibit "�-
1" upon receipt of four individual invoices from the Engineer. In t�tis regard, the
Engineer s�all submit Envoices for four partial paymen�s as desc�ibed in Exhibit
"B-1" Sect�on 1-Methad of Payment, Items a to d.
Each invoice is to �e verified as fo its accuracy and com�liance with the terms of
this ca�tract by ar� officer of tf�e EI�GINEER.
II. Schedule
a. Final plans shall be submi�ted within seventy (70) caler�dar days after the "Notice
to Proceed° let�er is issued.
N:��as�viiaostir�Pno�taosa�.Roz.00c B ( 1)
�XHI�[i �-1
(SUPPL�M�NT TO ATTACHMEfVT "�")
�IfLT�lO� OF PAYM�Fli
42" 1lh�ater Line in Timberland �Ivd.
�rom Alta Vis�a 4o CayCor iank
Water Projec� Alo. P162�06�'[6214�1150
D.O.�. l�o. 3939
Method of Paymeni:
The Engineer shall be paid in four (4) partial payments as outlined below:
Partia] Paymenf No. 1, whict� shall be equivalent to 4Q% of the tatal lump s�m fee, shal[ be
payable after City approval of Attachme�t A, Part B, 5eciion 1 d, Engineering Plan SubmitCal.
Partial Payment No. 2, which shall be equivalent to 75% af the total lurrtp s�m fee, less previous
payments, sh�ll be payab[e after City approval of Attachment A, Part B, 5ection 2, preliminary
canstruction plan submittal to City.
Partial Payment No. 3, which sha!! be equivalent to 90°/Q of ihe total I�tmp sum fee, less any
previous payments, shall be payable after City approval of Attachment A, Part 8, Section 3a,
Fir�al Construction Documents.
Partia[ Paym�r�t No. A�, which shall represent the balance of amines, less pre�iaus payrnents,
sha!{ �� payable af4er all of the pre-construction meet9ngs far the Project to ha�e been conducted.
NOTE: If the Engineer determines in the course of making des9gn drawings and specificatio�s
that the opinion of probable cost of $ 484.5fl0.00 {as estimated in �xhibit "�-3"} will be
� exceede�, whether by change in the scope of the proj�ct, increased cost or other
conditions, the Engineer shall irnmediately report such fac# to the City's Director of the
Department af Engineering and, if sa instruc#ed by the Director of the Department of
Engineering sha�l suspend afl worl� hereunder.
N:IJOB10� 1803`RPTIR118�347.R02.�OC B- 2� 1�
�XHIBIT B-2
(SUPP��MENT TD AT7ACHMEN7 "L�")
HDURLY SALARY C057 R�NG�
4�" Water Line in �imberland �Ivd.
Fram Aifa Vista io Caylor ian�C
Water Project hlo. P162-06Q96214175Q
�.O.E. Na 3939
A�erage Hourly Salary
Principal
Associate Principal
Associate
Branch Manager
Senior Project Manager
Projecf Manager
Seniar Engineer
Engineer [I
Engineer I
Senior Environme�tal Scientist
Environme ntal 5cientist
Senior Consultant
Fiefd Represantative
Consultant
Seniar ArcF�itect
Interior Designer I
Architect II
Architect I
5enior Planner
Planner II
Planner I
Geologist
GIS Specialist
G15 Manager
Survey Manager
Registered Pubfic Surveyor
Survey Crew Chief
Survey Project Manager
Survey CADD Liaison
Survey Tec�nician
CAbD 5ystem Manager
Nefwork Administrator
Parry C�ief II
Party Chief 1
Instrumentman II
Instrumentman I
�stimatat'
Rodman
Lead Designer
5enior Designer
[7esigner
CAD� Operator
CADD Drafter
Computer Systems Manager
Chief Qrafter
Senior Drafter
Drafier
Word Processar/5�cretary
$59.�46
49.26
40.83
48.88
38.48
31.05
31.32
26.81
20.11
26.44
16.23
33.47
20.63
24.D4
31.42
'� 3.7D
�3.34
17.94
25.68
19,11
17.13
19.86
9 5.39
28.85
30.98
25.00
20.40
25.10
23.50
'� 6.2i
31.25
2�.27
18.71
13.46
10.59
10.03
30.50
6.40
23.61
21.44
17.96
i4.D9
14.78
26.59
13.91
18.91
14.55
14.15
Fiourly Salary Range
$37.50
42.31
23.5G
46.00
27.40
19.47
23.73
17.79
12.6�4
25.48
i 6.23
34.49
16.D0
21.15
24.28
13.70
19.23
12.00
23.08
15.60
11.55
19.$6
9 5.39
28.85
26.76
25.00
20.40
19.23
23.5D
10.5�
28.85
14.42
15.757.3
0
9.00
7.50
30.50
8.00
16.59
13.46
13.OD
9.79
$.DO
23.08
9.�0
13.83
8.35
11.50
98.56
64.90
64.90
52.50
50.00
65.00
44.10
41.35
42.79
27.40
16.23
35.10
25.00
27, 89
�0.87
� 3.7D
30.Q0
29.33
27,89
24.44
24.86
'f 9.86
4 5.39
28.85
33.65
25.00
2D.40
29.81
23.50
22.90
33.65
29.15
2fi 25
20.00
16.30
14.50
sa.�a
7.15
30.77
27.88
25.24
19.00
25.OQ
32.69
1 B.82
23.50
19.65
9 7.40
N:IJOBIQ118031RPT10118D301,R02,doc B-2 (2}
REIMBIJRSABLE EXPENSES
1. Autamob9le Mileage 34.5�Imile
2. FAX Cost $'f AO/page
3. Reproducfion Produced in-house af commercial rates
Color - $12.50
4. Plotting B/VII - $5.D0
5. Couriar Char�es Actual Cost
6. Pnstage Actual Cost
7. Telephane Actual Cost
N:IJOB10118031RPTIQ'{1803fl1.R42.doc B-2 (3)
����'�1'�m�`I�'��55
EXH[�IT B-3
(SUPPL�MENi' TO ATTACHMENT'B")
SUMMARY OF DESIGN FEE
�4�" Watier �ine in iimberland �Ivd,
From Alta Vista to Caylor ianEt
Wa�ier �rojeet Na. �'16�-D601621411�0
�.0.�. Na. 3939
January 21, 2003
Mr. Tony Sholola, P.E.
Consultant 5ervices Division
Department of Engineering
City af F'ort Worth
1000 Throckmar�on Street
�'ort Wort�, TX 76102-6311
Subject: 42" Wa�er l�ine in Timberland �lvd.
From Alta Vista to Caylor Tank
Watier Project fVo. P16�-U604621411�0
D.O.E. Alo. 3939
Dear Mr. Sholala:
777 Mr�in Street
P.O. Bax 901 Q58
Fort Worth, Texas 7�101-2058
Phone: ei7.735.6D00
Fax: 817.735.b148
WWW.f'b.CORS
We appreciate the oppor#unity to present this proposal and fee schedule far your consideration.
Attached please fiind construction cost estimates, scnedule, and �xhibits depicting the scope of
work. We propose to comple�e the proposed work in accordance with the fallowing fee
schedule:
Estimated CQnstruction Costs far Wat�r Line =$484,500.00
Lump Sum Engineering Fee
F'ee = 484,500 x 10.42%
Basic Ser�ices I�cludes
Design Surveys
Hosf One Public Meeting and Prepare Exhibits
Mar�Cup for Subconfiractors
N:IJ06101 i8031RPT10i 780301.Rfl2.QDC
��o,�ao.00
B-3(1)
Car#er &$urgess, Inc. Carier � iiurgess Arc�irects/Engineers, ine. Carier & Burc�ess ConsuStc�nts, Ine. C&B Archite;.ts/Eizainesrs, Inc.
C8�6 Arc�itects/Enginears, °C. CS:$ Nevac�a, fnc. I�Fixon & Lpir�i Arc�ite�ts/Engine��s, P,C.
Pre-Construction Assistance
Rapraduction 45 sets of plans and specifications
(Assume 7 sheets)
16 Sets of Preliminary Plans
4� 5ets af Canstruciion Plans
45 Sets of Specificafions
7 Mylars
Attend Bid Opening, tabulafe and review bids
Assistance During Constructian
Attend Pra-Construction Meeting
Atfend Substantial and Final Completion Inspectians
Prepar� Record Drawings fram Red-Lined Field Prints
TOiA� l�UiiRP Sl1M .......................................................................$50,�DO.aO
We wi�l be using ANA Consultants for surveying. TF�is will result in the requ�red 12.0°/a of the
tatal engineering services contract being performed by approved M/WBE firms.
If you have any questions or require additional information, please do nat hesitate to contact
Bret Blankenship at (817) 735-6021.
Sincerely,
CARTER & BURGESS, INC. .
I
, � ':""E , � - �
Bre# Blankenshi�, P.E.
Associate
BABId h
N:1J0614f1 i8a31RPT1U178U301.ft02,QOC
s-3(2)
Carter & Burgess, Inc , Carter & 8urgess Consuliants, Inc. Nixon 8� Lairci Arcliilects/Engineers, P.C. IVixon & Laird Arehitects/Engineers, Inc. C&B Nevac�u, Inc.
Page 1
:�.'.,��.`i?i
�i�s� . :�i��: �:���i
�'�►�. �4�f� ���`4���'s�:.:�:�:�:°:�:�:�:°:�:°::::::�:::�:::::::::�:::�:�:?:::::���:::�:::���=:�:�`:::�':'�°�:-:
f.
�:::::s�7�::I�AIN�:S�'�� ��'�=:� i� �- �==iNtli ���-NE':..�. . '. ..::7 ; � "•:�:�:�:'-:�:�:�:::�:::t:�:::::�::::�::::��=:�::� :::::::::::::::€:;:
#� Ft7.` . . It�' . .��i�#�. . .��f 0� . . . . . . . . . . . . . . . . . . . . . . . . . � - - • - - �
.� � . .,.
E::::::p. . ..'.::.:.,.`...�,.:..�. . �. . .::.''E=� ��f'���� 81 �:�=��'�'��1:7� EcE:E:E:::E::�::::::E:?�:�:::::'::?::�:::::=�:::::::i :::::::::::::::
,,,;,;,;,;,;,;,,,,;,c.;,,.:.:.:.,.;.;.;.;.;.:.;.;.;:;.;.;:c _
.. . .�i!PN �.t�S?..{�..7.)...��...#iQq.. �.. H�... rs�.{. . :t3:��9 . . . .� . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .......
������� ���
ESTIMATEd CpNSTRUCTION COST
42" WATERLINE IfJ 71MBERLAND BOU[.EVARQ FRQM
qLTA V1STA TO CAYLOR TANK
WATER PROJECT NO. P162-06016294115D
City of Fnrt Warih, Texas
PRQJECT NQ.: 11803
F'IL� NAME: Costest,xfs
[7ATE: 12I23/02
PREPARED FOF2: CI7Y FORi' WQRTH
REVISED:
WATER 5YS7�M
k 1 42" WATEF2LIN� 3,500 L.F. 130.00 A55,Qpp.04 (
I 2 6" BLOWOFF WITH SUMP MANFlOLE 1 EA. S,D0�.00 5,000.-aa �
,� 3 3" PRESSURE RELIEF VALVE 1 FA. 5,000.00 5,O�O,dO J
� 4 CA57 IRON FITTINGS 5.0 TqN 2,50p.00 72,500.40 J
� 5 TiiE1VCH SAFE'fY 3,500 LF. 2.D0 7,0�0.00
��TbTAL11YAiER SYSTEM �484,5a0.00 ��
castestxfs
il1612F}03
��r��ki��w-r �
cb����s ��� ���������s �o
�T'A��A�D AC�EEI�YEIVi r4ND /�Ti�►�HIViEN`� A
4�" Wa�er Line in �imberiand �i�d.
From Al�a V�sta to Caylar iank
Wa�er Projecfi No. �162�O6D'iG214�11��
�.0.�. No. 3939
�'here are nv changes and amendrr�ents to Standard Agreement and
Af�achmen� A
N:1JOB1Q118031RP71D77&0301.R03.{]OC A-1(9 )
SCHEDULE B
42" WATERLENE [fd T�MBERLAND BOULEVARD
FROM ALTA VISTA TO CAYLOR TAf�K
WATER PRQJECT NO. P962-06016214'E 150
� 'i st Q�tarter
ID Task Narne Start �inish Nov J Dec .ian �
1 DESIGN SURVEY Mon 111't8/02 Fri 12120/Q2 11/78 :.:::::::::::':::-_;:_;:;:;. 12120
I�--•-----.:.:._.��
......... .... , .
....�_........_—._._......._ � __.�_......._._.__._r_.....................�___�.....�_...------._..._.... ; :
2 bE51GN Fri 1212a/(J2 Fri 1117/03
'[2I20 :=s__:_=;:: '' '[177
_._� ._ __ � . . . .......... �.�:.:.:.�.�.�:;: :'_'�':�_'
.... .. ._ __. _..... ...... ..--- —�...__........----- .. _...__.._�__.._...... ; ;
3 CITY REViEW . Mon '�120103 �ri 21'i�103
_�...........----._......__.��.�.. _�..�._....----_....G..�.._�.._...�..,_..._.—,..__.....�.�.�.�.�_._�.�...�._.�.-----..._...�.�. ; :
L:�-'::':�.
4 EASEMFNi � Mon 1120103 Fri 3121I03 ��2p ;., ;.:.__:
PREPAf2ATIOIVIPROCESSIN • ����'-�;�=�=�
. �.m._�.�._..._....--------...�.�.�.�.�. _�......m_ ............._.._._.__...._....�.��_.._.�..._........-�---._._._._.I.._.�.�...........�._.�.-----...., ; :
5 ADVERTISING FOR BIDDING Mon 2117103 � Fri 3!/!03
; ; :
6 AWARD OF CONT........_ ___�._...�.�_._...-�-�----._.,._._.........__. ___� .............---�-.............__ ; :
RACT Mon 3110103 ; Fri 3l21/03
_.�..�.�._....-------..._�__�.�...........__. ------. ..�� _.�.__...—..____.. ; :
7 CONSTRi1CTION � i` Mon 3124103 � Fri 41251�3 �
Projec#: schedule.rnpp
Dafe: Thu 1118l03
File:schedule.mpp
Task
Spfit
Prog ress
Milesfone
Summary
2nd Quarter
Feb � Mar Apr � May
2117
------.:�:_;_€�3121
- 317
3I10 -':-:.:::_'- 312'[
3124-=_= . . . . . .. . . .�: ::-:� 4/25
a
�:�:s:�::::=:::>::` ::::::::.::::::::::� Rolled Up Task - —
�=:'s€=:�:�:'-=:'€::::�:;:�:�::::::_:_::`:� Project 5ummary
��<< �� ����� f� E � � Rollad Up Split Extemai Milestone �
,�����,�� „���_<<��
Rolled Up Milsstone O �eadline •�;y�
+ Roped Up Progress
External Tasks �r �
P�ge � Project No. 011803.0'[a
4�2" INA��R �IN�
I�! T1M��R�AI�D ��UL�VARL7 �ROM
A�TA VISiA ROA�
�� � � �O � CAYL� R TAN �
P162-06016214115q
- . DOE� 3939 �
L�GEND
� PROPQS�D �, i N�
� .
%�?LZE[t Y�ASi�P ROAD
. ,� — . e�e e�e - � ,x�
. I�. — �_ w •s ..a. • �����
�I ; ..
�: �
� ��.o.
GR I D MA�� �Ofi6-46�
CQUN.0 I l. D I STR I. CT� 2
MAPSCO NO.� 22B�C
�a ea� ■ -- - . - r
��.i.�.�.�.�:�.i�, �.��d -��
.,a .
• � � �
�' 4 w
�
���=� n A w Y�� .
1� i w `y.
i
� 9
� , �
• � k �
� r 0
�
6 "� �
, .w..„ ir��
vz�iaa -
W E
S ,
0 300 �00 �
' � �
i
GRARHIC� SCALE
dGN=d.\Jpb\611803�o1+r�rxh dyi
�'i�y of '�'o� �o�ih, �'exa�s
� � � - -� � � �� �_ -I - , - -
����,1�1�C�`��0�1
pATE REFERE�kCE NUMBER LOG lVAM� PAG�
2118l03 ��-����� 30TIMBER � of �I
5UBJ�CT ENGWEERiNG AGREEMENT WITH GARTER & BURGESS, INC. FOR A 42-WCH WATER
MAIN IN TIMBERLAND BOUL.EVARD FRQ[VZ ALTA VISTA ROAD TO THE CAYL�R
WATER TANK
RECOMMENDATION:
It is recommended that ihe City Council autharEze tt�e City Ma�ager to execute an engineering
ag�eement with Carter & Burgess, Inc. in the amount of $5a,5QD for a 42-inch water main in Timb�rla�d
Boulevard from Alta Vista Road to the Caylar Water Tanl�.
DI�CUSSION:
The engir�eering services to be pro�ided under this contract consist of the preparation ofi plans and
specifica#ions for the installation of approximately 3,6�� linear fee# of a 42-inch water main in
Timberland Bouievard from Alta Vista Road to the Caylor Wa#er Tanl�. This project is necessary to
provide water #o the Caylor Water Tank and will p�o�ide increased water capacity to the ra�i�ly growing
northem sector of the City.
Carter & Burgess, inc. propases to perform the design work for a lump sum fee of $50,�00. City staff
considers this fee ta be fair and reasonable for the scope of services proposed.
N91WBE � Carter & Burgess, Inc. is in campliar�ce with the Gity's MIWBE Ordinance by committing to
12% MIWBE participa#ian. The City's goaf on this project is 12%.
In addition to the contract amount, $3,000 is required for project management by #�e Engineering
Department.
This project is located in C�UNCfL DISTRICT 2, Mapsco 22B and C.
FISCAL 1NFQRMATIQNICERTIFIGATION:
The Finance Direc#or certifes that funds are a�ailable in the current capital budget, as appropriated, of
the Water Capital Project Fund.
MO:r
Submitted for City Manager's
Office by:
Marc (3tt.
Qrigin�ting ])epariment Head:
Douglas Rademalcer
8476
6157
I4`QND I ACCOIINT I CENTER I AMOUNT
�to)
�
I �&°m)
� P162 53'i2Q0 R60162141'15Q $50,500.00
CITY SECRETARY
�r�xov�� ziisroa
Additional Information Contact:
�
Dovglas Xtademaker 6157 I
City of `�'oNt Wo�th9 Texas
y�� �� G�w��j� ��r����i�a�ia�
DATE REFERENCE NUMB�R I LQG NAME 30TIMBER `�AG� 9 of 1
2/181Q3 **��� 9��6
SUBJECT ENGINEERING AGREEMENT WITH CARTER & BURGESS, INC. FOR A 42-INCH WATER
MAIN 1N TIMBERLAND BOULEVARD FRDM ALTA VISTA ROAD TO THE CAYLOR
WATER TANK
RECOMMENDATION:
it is recommended �hat the City Cauncil autE�orize the City Manager to execute an engineering
agreement with Carter & Burgess, Inc. in the amount of $�0,500 for a 42-inch water ma9n in TimberEand
Boule�ard from Alta Vista Road to the Caylor Water Tank.
DISCUSSION:
The engineerfng services to b� pr�vided under this contrac# cansist of th� preparation of plans and
specifications for the installation of approximately 3,600 linear feet of a 42-inch wat�r main in
Timb�rland Baulevard from A�ta Vista Road to the Caylor Water Tank, This praject is necessary to
provide water to the Caylor Water Tank and will pro�ide increas�d water capacity to fhe rapidly growing
northern sector of #he City.
Carter & Rurgess, Inc. proposes to perform the design work for a lump sum fee of $50,500. City staff
considers this fee to be fair and reasonable far the scape af services propased.
MIWBE — Carter & Burgess, Inc. is in compiiance wi#h the C�ty's MIWBE Ordinance by committing to
12% MIVIIBE participation. The City's gaal on this project is '[2%.
!n add�tion to the contract amQunt, $3,OQ0 is required for project management by the Engineering
Department.
This project is lacated in COUNCIL D15TR1CT 2, Mapsca 22B and C.
FlSCAL INFORMATIONICERTIF'ICATION:
The Finance Director certifies that funds are a�ailable in the current capital budget, as appropriated, af
the Water Capifal Project Fund.
MO:r
Submitted for City Managcr's
ofr� by:
Marc Ott
Originating Aepartment Flead:
Douglas Rademaker
Additional Information Contaci:
bouglas Rademaker
I Ri�Ng I ACCOUIVT � CENTER I AMOUNT CIT'Y SECRETARY
� �toj
8476 I
�
�
6157 I (from)
I P162
�
6157 I
531240 060182141'15p $5Q,500.OQ
APPR�VED 2118/03