HomeMy WebLinkAboutContract 28434r
����� ��������� �
�srry o� ���.� �o���"�, ��i�� �C��`����°,.°� �� . _ ���
Sii�li[�AE�� ACR��M�tif`� �D�i ��C1N��RIIV� S�R1/1G��
This AGR�EhAENT is betwe�n the City of Fort Wo�h (the "CITY"}f and T�anSystems
Cvrporation Cansuftants, (the "�NCI�I��R"), #or a PROJEGT gen�raliy d�scribed as: Wate�
ar�d Sanitary Sewer Replacemertt on �erry S4reet grom Waits Avsnue to Forest Park
�oulevarc�.
�et'�i�l� 1
Sc�p� �� 5�rvi��
A. The Scope of Services is set for�h in Attachment A.
�r�i�le �I
C�mp�nsati�n�
A. The �NGINF�R`s comper�sag�on is se4 €�ar�h in A4tachrnenfi �.
Artti�l� !il
ieems ��' ��ym�nfi
Payments.ta th� ENGIN�ER witl b� made as foAows:
/1. In��i� �nd F�aymt�sn�
(�f } The �ngineer shall prn�ide the City s�€fificienfi documentation to
reasanably substanti�te the invoic�s.
(�} Monfihly invoices wif! be fssued by the �NGIN��R far all wor� perFormed
uncf�r this AGREEi11lENT. Invoic�s are due and payable withirt 3D days
of recei�t.
(3} Upon completion ort s�rvices enumerated in Article I, the �na� payrr�ent of
arty bal�nce will b� du� within 30 days o� rec�ip# o� ##�� final invo�ce.
(4} In th� ev�nt of a disputed or contested billir�g, only #hat part"svn so
contested wilf he wiihhelc! from payment, and the undispu�ed portia� wilt
be paid. The ClTY will exercise r�aso�tabl�ness in contestiRg arty biil ar
portion thet�ofi. No inte�est will accrus on any contes�ed partion of tl�t�
billir�g urrtil mutually resolved.
{5) f# the CITY f�ils to ma6ce payment in full to ENGIN�ER for billings
eonfested in good faiih within £� c�ays of the amour�t due, the
ENGINEER may, after gi�ing seven (7} days` written notice to C1TY,
suspend serviaes under #�is ACREEM€NT �ntil paid in full, including
interesi. In the e��nt of s€�spensian of services, �e ENGIfVE�Ft shall
have r�o � Ifability #a CITY fvr delays or damages caused the CITY
becaus� of such suspension of senrices.
Ariiel� I!�
�lali��tior�� af �he �ngine�r
Am�ndmenfs to Article IV, ii any, are included in At#�chment C.
A. (���e��l
'I`Fi� �NGIN��R will s�rve as the CITY's professional engir�eering represen�#i�e
under this Agr��m���, praviding professianal �ngineering consulta�ion �nd
�rlvic� and fumishing custamary services incident�l �ereto.
�. S��nd��d o� ���
Th� standard of care applicable to tl�e ENGINFER's services wil! be the degree
of skifl ar�d diiig�nce normally empkoyed in fhe St�te of i�xas by pro��ssiar�al
enginee�s or consu�tar�ts per�arming #he sam� or similar services at the tim�
such s�rvices �re per'rarmed.
�. Subsur�a�� Inr�e�iig�ti�n�
(1) The �NGIN��V� shall advise the CiTY with regard to the n�cessity �or
subcontrac� work such �s speciai surveys, tes�s, test borings, or other
s�bsurface investig�tions in connection with d�sign and engineering
wor€� to be performed hereund�r. ihe �NGIN��R shai� alsa advis� the
CIiY concerning �e resulis of s�me. The� CITY shall fumi�h sucfi
surveys, tests, and in�estigafians, unless otherwise sp�cffied in
At#achment A. �
{2} In soils, four�datior�, grour�dwater, and o#h�r subsur�ace investig�tians,
th� actual characteris#ics may vary sigr�i�ican##y �efweer� successive tesi
pvints and samp�e infervafs and at Iocaiians oiher than wF��re
observations, �xpiaratian, and in�esfigations have been m�d�. Because
of #�e inherent . ur�certainties in su#�surFace evaluations, changed or
unanticip�ied underground conditions may occur tha# coufd affect the
total PROJEC'� cost andlor execution. T#�ese conc�i�or�s and
cost/execu4ion ef�e�ts ar� not the responsibility of the ENGIN�eER.
�. 1��p�r�iion o�' �ng�n��rin� ���wing�
T�e �NCIN��R will provide fio fi#�e CITY th� �rigiRal drawings of aIl plans in ink
on reprodUcib�e plastic film sheets, ar as otherwise approve�l by CtTY, whic�
shall become the praper�y of the Cl fY. CIiY m�y use such drawings in any
manner it desires; �rovided, �awever, fiha# �he �NGIN��R sha�l not be liabl� far
the use of such drawings for any �roject other fhar� the PROJECT descr€b��
herein.
EIVC3INEERlf+1G AGREEMENT
Page 2 of 45
�. �ng�n���'� P�r��r�n�l a� Cc�n�treaction Si��
(1) The pres�nc� or duti�s of the �NGIN��R's personnel a# a con�truction
si��, whether as on-sit� represent�tives or otherwis�, do not m��e �#�e
ENGIN�ER or its ��rsannel in any way respor�sibl� for t�rose duties that
b�lor�g ta the CITY and/or th� CITY's construcfiton contractors or other
entities, �nd do not reli�ve th� constructian cantractvrs or any aii�er
entiiy of th�ir obligations, duties, �nd responsibilities, incfuding, but not
limited to, a#I construction m�thods, means, t�chr�iques, s�quences, and
proce�u�es nec�ssary far coordinating and comple�it�g all p��rions of t��
constructior� work in accor�#ance with the Canirac# documents a�nd any
health ar �afeiy precautions required by such construc#iort work. The
EIVGINE��t and its p�rsonnel have na �uti�arity tv exercis� ar�y control
ov�r any cons#ruc�ion coniraetor or o#her entity or their empfoy�es in
conr�ection with th�ir work or any heal�h o� safeiy precautions.
(2) F�ccept to ihe extent of specific site visits expressly detaited �nd set fior�h
in At�chment A, tfie �NGINEER or its p�rsonnel sh�ll have no
- obfigaiion or responsibifity to visit tfte construction sife to b�came f�miliar
with the progress or quality of the complefed wark on the PROJ�CT or to
determin�, i�r ger��ral, if �he wor�c on the PROJ�C� is be�ng performed En
� manner indic�ting that the P�tOJ�CT, when completed, will be �n
accard��ce with the Cor��ract Documen#s, nor shatl anything in the
Contr�ct �acuments o� the �greement between CITY and �NGINE�R
be aanstrued as requiring �NGIN€ER to ma�e exhaustiv� or c�ntinuous
on-si#e inspectiar�s td discover latent c�efecis in the wark or otherwise
chec�C t�e quality or quantity of the work on the PRQJECT. If, far any
reason, the �NG1N��R shauld m�ke an on-site abservafion(s), oR th�
basis of such on-sit� observa�ons, if ar�y, t�e ENGINE�R shall end�a�or
to �eep th� CITY informed o� �ny devi�tian from #he Cantracfi Documents
coming #o fih� actuaf notice of ENGINEER regarding #he PROJECi.
(3) Wf�en professianal cer�ification o€ per�armance or ck�ar�cteristics v�
mat�ria�s, systems or equipmen# is reasonably required ta perForm the
servic�s s�t fiorth in ti�e Scope o� Services, the �NCIN��R shall b�
entitled fo �rely upon such cerkifica�tion to es�blish materials, sysi�ms or
e�uipmer�t and per�armance criteria ta be requir�d i� the Congract
Docum�nts.
�. Opiniorr� of Prola��t� ���t, Finan�i�l C�n�i�����i�ns, �n� 5�he�ule�
{1) �1�e I�NGINEER shalf provid� opiriions af probable costs based on tF��
curr�nt available inform�iion �t fihe time of prep��atior�, in accordance
with Attachme�t A.
(2) In providing opinions of cost, fi�ancial analyses, ecoRamic f�asib"rlity
projectiaris, and sch�dules for fhe PRQJ�CT, the �NGIN�ER ha� no
EI�GENEERIMG AGR@EM�N7
paga 3 of t5
control over cos# or price af labor ar�d mat��ials; un�tnvwn or tat�nt
ca�ditions af ex�sting e�uipment or struct�ares that may aff�ct operation
or m�inten�nce COStS; competifive bidding procedures and mar�te�
conditions; tim� or �ualify of p�r�ormanc,� by fihird p�r#ies, quality, type,
mar�agement, or direction of operaiing persannel; �nd a#her economic
anc� oper�tional f�ctors that may materially aifect the ult�maie �R4JEC�
cost or schedule. Therefore, tf�e ENGIN��R ma[�es no w�rranty ti�a# the
CITY's actuai �ROJ�CT costs, financial aspects, economic fe�sibility, or
schedules will not vary from the �NG[N��R's opinions, an�lyses,
projectians, or es#�mat�s.
G. C���trrvc4i�n P��grr��� ��ym�r�f�
Recomm�nd�tions by th� �NGINEEFt to the CITY for periodic constrvction
progr�ss payments to the co�struction cont�ctor rrv�ll be based on the
ENGINEER's kr�nwledge, infarmatson, and befief from selecti�e s�mpling �nd
observ�tian that the work has progressed to the pnin4 indic�ted. Such
recammend�#ions da not represent #hat cor�#inuous or detail�d examin2�tions
ha�e laesn m�de by the I�NGIN�€� to ascert�in ti�at the constructian contractor
h�s campleted the work in exact �ccordar�c� with the Contracfi Documents; that
ths final woriz will be accepiable in all respects; that th� ENGIfVEER has m�de
an examination to asc�riain how or #or whafi �urpose #he construction contraCior
h�s used the mon�ys paid; that title to any af th� wor�, m�t�risls, or equipmenf
#�as passed to ttie CITY free and clear a# liens, ctaims, security in#eresis, ar
encumbrances; or that tf�ere are nofi other matters at issue.be#weer� the CI fY
and the constr�ci�on contractvr that a�fect the amount that should be �aid.
b. R���� �r�wing�
�i�cord drawings, i� rer�uirecl, wifl be prepared, iR parfi, on the b�sis of
info�mation compiled and fumished by o�ters, �nd may not �Iways represent
the exact location, type af v�rious compone�ts, o� exact manner in which the
PRO.i�CT was �nally constructed. Th� ENGINEER is not responsibfe for a�y
errors or amissions in the infarmation from aih�rs thai is incorporated into #he
recard drawir�gs.
I. I�in�rity a�d IIVom�r� ���i��s� �n����l� (�Ni���) p��i�ip�fiion
In accard with Cfty of Fort Worth Ordinance No. 11923, as amended by
Ordinance 13471, the City has go�ls for the participstion of minoriky business
enterpris�s and woman business enierprises in Gify contracts. Engineer
acknowl�dges t�� AAiWB� goaf establ'rshed for this contract ar�d its cammitm�r�t
to meet that goal. Any misrrepresentation of #acts {other than a negligent
misrepr�sentation) and/or the commission of fraud by the �ngineer may result in
the iermination of �his agreement and debarment from p�rticipating in City
contracts for � period b� #ime of not fess than fihree (3) years.
ENC3]NEERING AGR��MENT
Page 4 of 15
J. Ri�ht to �ltadif
{1) ENGINEER agrees that the CfTY shall, ur�fil �h� expiration af three (3}
years aft�r �r�a1 payment �nder this contra�c�, hav� acc�ss to ar�d the
right to exam"rne and photoco�y any directly pert�nent baoks, documents,
pap�rs and records of th� �NCIN�FR invo�ving transactions relating �o
ihis cor�tract. �NGINFFR agrees #h�t the CITY shall ha�e access du�ing
normal wo�ing haurs to all n�cessary ENC�N��R facilities and shall be
p�ov��ed �dequafe and appropri�t� worl�space in order tv cond�ct �u�its
in compliance with the �rovisions of tl�is section. Th� CI fY shall giv�
�NCIN��R r�asonable adv�nc� notice of intend�d audits.
(2) �NGIN��R furth�r agrees to includ� in �II its subc�nsultanf agreements
hereunder a{�rovision to �he effiect th�� tl�e subconsultant �gre�s that
the CITY sha�l, until th� �xpira#ion of three {3) y�rs after tir�a! p�yment
under the subcontract, have access to and th� rig�t #o examine and
photocopy any dir�ctly pe�inen# baaks, documents, �ap�rs and record�
of such subcons�alian#, invalvi�g ir�ansac°�ions io th� subcontr�c#, ar�d
furth�r, �hat 4he CIT`( sf�all have �ccess during normal working haurs to
all subcansul#anf facilities, �r�d sFtall b� prov�ded a��quate and
approp�ate wor�C sp�ce, in order to conduct audits in compli�nce with the
prpvisions of #his a�r�icle tog�fihet wifh subs�ction {3}hereo�. CtYY st�afl
gi�e s�b�ansul#�nt re�sanabl� �dvance notice of intended audits.
(3} ENGiN��R �nd subcor�s�alt�nt agree to phato copy such documenfs �s
may be reqeaest�d by fh� C�TY. The CITY �grees to reimburse
�NGINE€R for the cost of copies at #he rat� published En the Texas
Administrative Code in efi�ect as of the time copying is p�rtormed,
K. �Nti�IR���Ft'� Iri�ui�1'��s�
(1) lnsurance cav�rag� and limits:
�Nt�INE�R shall prorride to th� Gity cerfiificatie(s) o� ins�ar�nce documentit�g
�olicies of the following coverage at mir�imum limits tha# are to be i� effect prior
ta comrnencement ofi work an the PR(]JECT:
Cammerci�l Ger�eraf l�isbfliiy
$1,C100,000 each occurrence
$1, 000, OQO aggregate
Au#amabile �i�bility
$Z,OQQ,000 �ach accid�nt (or re�sanably equival�nt I'smits of cov�rage if writt�n
on a split fimits basis). Coverage shall be on any vehicle use� in the caurse of
the PROJ�CT.
ENdINEERING AGI7EEMENT
Page 5 of 15
Worker`s Compens�t�or�
Coverage A: statu�ory limits
Coverage �: �100,OQ0 each accident
$ a0�,000 dise�se - policy limit
$100,OD0 disease - �ach employee
Prnfessionaf �iability
$1,OOO,Q00 �ach claim
� $2,fl00,000 �ggr�gate
The r�troactive d�te shaJl be coincic�eni wifh or prior to the d�t� of �@
contractu�l agre�ment and the certifiic�te of insur�nce shal! stat� thai the
cover��e is claims-ma�e and th� retrnac�ive da�e. The insuranc� coverage
shalt be maintainec! for th� duration a� the cantractual agreem�nt �nd #iv�
(5) years fotlowing comple#io� of the senr':ce pro�ided under the car�trac#u�l
agreement. An annu�l cer�ific�te of insurance submitted to the City sh�ll
e�idenc� such insur�nce caverage. •
(2) Certifcates of insurance ev�dencing fihat the ENC1N���t I�as ob#ained all
rec�uired i�surance shall be deli�rered to the CITY priar to �NGINEE�
proceeding wiih the PROJ�CT.
(a} Applicable palici�s shall be �ndorsed to nar�e the CIiY an
Add€tiona! Insured therean, as ifs inferes#s may appear. The t�rm
CITY sh�ll includ� i#s employees, afficers, officials, agents, and
�olunfeers as r�sp�cts the contraci�ed servic�s.
{p) Gertificat�(s) of ins�ra�ce sha11 dacument tha# insurance
coverag�s speci�ed according ta items sectian K.(9} and Ft.(2) of
this agreement are pm�ided un�er applic�bl� policies
documented #h�re�n.
(c) Any failur� on
documentation
requiremer�ts.
pari of the CITY to requesf required insurance
sh�ll r�ot consi�tute a waiver o# the insurance
{ci} A mir�imum o# thirty (30) days notice of cancellatian, non-renewal
or materi�l change in coverage sh�ll be provided to the CIYY. A
ten (1L1) days natice shall 6� acc�p�ab�� in the ev�nt of noR-
payment of pr�mium. Such ierms shafl be �ndorsed anto
ENGIN��R`s ir�surance policies. Notice s�iall 6e sent fo the
respective DQp�rtment Direcinr (by name}, City of Far� Wv�tf�,
100Q �hrockmorton, �ort Wor'rh, iex�s 7'6102.
(e} The insurers for ail policies mUst b� lic�ns�d/�pproved to do
business in the State of Texas. Exc�pt fo� wari�er's
cam��nsation, all insur�rs m�s# l��ve a minim�m ra�ing af A: VII
in the current A.M. Best Key �a#ing Guide or have reasonab�y
ENGINEEFtINO AC3R��NlENT
Page 8 pf 15
equivaleni financial s#rength and solvency to the satisfaction of
Risk Management.
(� Deductible fimits, al� seff-�nsured r�tentians, a�Fecting ir�surance
requir�d her�in may be acceptable to ��e CtTY �� its sole
�iscretian; and, in li�u of traditianal insuran.ce, any altemati�e
caverage m�int�ir�ed #hrough ir�s�ar�nce pools or risk retenfior�
grat�ps must be also approved. De�icated financ�al resourc�s or
le4ters o� cr��it m�y also be acceptabfe io the Gify.
(g) Applic�ble poficies shall each be �ndorseci with � wai�er of
subrogation in �avor o� �e CI�Y as respects the PROJ�CT.
{h) Th� �ity shal! be entifted, upon ifs reques# �nd wi4haut incur�in�
expense, ta ra�iew the E��IN�ER's ins�rance palicies including
er�dorsemenis thereto and, at the CI'TY's discretion, the
�NGINEER may be requir�d to pro��de proof of insurance
premium �ayments.
(f) I he Commerci�l General Li�bility insurance policy sh�ll have no
exc�usions by enclorsements unless such are �ppro��d by the
CI�Y.
{j) The Professional Liabili#y irtsurance poticy, if v�mtten or[ a cfair�s
made basis shall be mairrtt�ined by the �NGINE�R for a minimum
five {5} year period subsequent to the term of the respectiv�
�ROJ�CT cnntract with the CITY unless such caverage is
provided t�e �NGINEER an an occurre�c� basis.
(k) ihe CiiY shafl not be respons�bfe foc tf3e dir�ct payment of �ny
insurance premiums requirec� by this agreement, lt is undersfood
that insurance cosi is an �I[ow�ble cvmponent nf �NGINE�R's
overhead.
(I) All insur�ric� requ`rred in section K., except. for the F'rofe�sion�l
Liability insuranee policy, shall tae written on ar� occurrence basis
in orc�er to be approved by t�e CITY.
(m) Subcor�sult�nts tn the ENGINI�ER shall be required �y the
�NCINE�R to mainf.ain� t�e s�me ar reason�b�y �quivalent
insurance caverage �s required for the �NGfNEER. Wh�n
su�cansultants mainfain insurance coverage, ENC.INE�R shall
pravide CIIY with documeniation thereofi on a certificat� ofi
ir�sur�nce. Notwithstanding anyfhing to the cantrary contafned
nerein, iR th� e�ent a subconsultant's insur�nc� co►rerag� is
cancel�d ar terminated, such c�ncellai'rar� or termination shall rtot
constit�ate a breach by ENC�INEER of fihe Agr��ment.
ENGIiV�ERtNG AGR�EN[EIVT
Pag� 7 of 15
�. ��d���nc9�n� C�fl��t��n#
The ENCINE�R agrees to per�orm a�l servic�s as an ind�pend�nt cor�su�tanfi
and not �s a subcontractars agent, or �mployee of the CITY. �
M. �i�elo��rr�
The ENGIPIEER acknowl�dges to the CITY that it has mad� full discfosure sn
writing og any €xis�ir�g con#licis of i�t�rest o� pot�n4ia! con��i�cts o€ interest,
including. personal �inanci�l int�rest, dir��# or indirect, in proper�y abutting th�
prppased PRQJ�CT ar�d busin�ss relationships with ��utting properiy cities.
The ENGIN��R fu�Fter acknowletlg�s fhat it will make disclasure in writing of
any cor�flicts of inierest whic� de�e{np subsequent to tFie signing of t�is contract
�nd priar ta �inal payment under #Fte contr�ct.
N. �����t�� or F��aard��� Sub�t�n���
('�) ff asbestas or ha�ardaus substances in any �orm are �ncountered or
suspect�d, the �NGINEER will stop its own work in the affecksd po�tions
of ihe PRQJ�Gi to permit t�sfiir�g and e��lu�tion.
(�} If asbestos or ot�er ha�a�clous substances �r� suspect�d, th�
ENGINEEF� wilf, ii request�d, assist the CI`iY in abtatning th� s�rvices of
a quali#i�d subcontractor to manage .the �emediation aciiviiies of the
PROJ ECT.
O. R�rmi�ring Au4horiii�� n����gn Chan��
If p�rmitting au#horities require design changes so as to comply wifh published
design crite�i� and/or c�rr�nt �ngin�ering prac�ice stand�rds which th�
ENGIN��R shosald have be�n �ware of at the #ime this Agreement was
executed, the �NCINE�R st��ll revise plans and specifications, as requfred, at
its awn cost and �xp�nse. I�ow�ver, if desigrt Ghanges are required du� to the
changes in ihe permitting authoriti�s' published design criteria and/ar praciice
st�ndards crit�ria which are published af�er �he date a€ fihis Agre�me�t which
th� ENGIN�ER coulc3 not hav� been reasonably awrare of, the �NGINE�R sh�ll
Rotify i�e GITY of such changes and an adjustment in compensation will be
made thraugh an amendment ta fhis AGREEM�N`�.
ENGINEEl21NCi AGREEMEfVT
Page 8 of 15
QrtIG�� �i
O�lig��iions ��' fh� Ciiy
Am�ndments �o Article V, i�` ar�y, are included in ►4ttachment G.
�. Ci�-��arr�i�hed D���
ihe CITY wifl make av�i��ble to th� ENGINE�R all technicaf data in th� C�TY's
possessior� rel�tir�g to t%€ �NGINEER's servic�s on i�e PRQJ�C f. '�he
EN{�iN�ER may rely upon �he accuracy, tim�lin�ss, anr� com�al�teness o� #he
ir�formation pra�ided by fhe CI`fY.
�. Acc��� i� F��ili�i� �n� �rop�rty
7he CITY wifl m�a4�e its fac�lities accessibl� fio the I�NGINEER as r�quired for the
ENGINE�R`s pertormance of its services and will provide labor and saf�ty
equipm�nt as required �y th� EN�INE�R far such acc�ss. T�e CITY will
pertorm, at no cost ta the �NGfNEE�, such tests of equipm�nt, machinery,
ptpel�n�s, and atiier compor�enis of the CIT1('s facifi�ies as m�y be r�quired in
cor�n�ction with the ENGINEI�R`s service5. �h� CfTY wiA be respansible for al[
acts o� the CITY's personnel. � -
C. Adw�ni��menfi�� ��rmi�, an�1 Acce�
Unless otherwise agreed to in the Scope of Services, ihe CITY will obfa�n,
aRar�ge, and pay €ar a�l adver�tisements �or bids; permits and 1ic:�nses required
by loc�l, st�te, or federa�l autF�ori�ies; and land, easemenis, rights-af-w�y, �nd
acr,ess necessary far the �NGiN�E�t's servic�s or PR4J�C�' cor�struction.
D. iim�ly Review
Th� CITY wilt examine t�e ENGlNEER`s studies, repnr�s, sketches,. drawings,
specifications, proposals, and other documents; obtair� advice of an a�fomey,
�nsurance cour�selor, accountant, aucii#or, bond and financial advisors, and ather
consulfi�n#s as the CITY deems appropriate; and tender in writing dec�s�ons
req�aired by #he CITY in a timefy manner in accordanr.e wi�tl�t the project schedule
in Attachmen� D.
�, ��amp� N�i�
The CIT1' will give prom�# wri#ten notice to th� �N�iN��R wFtenever CIYY
observes or becomes �wars afr any development that affects the sco�e or iiming
of the ENGfN��R's services or of. any defect in the worlc a�' the �NGlN��R or
construction contract�rs.
ENCyINEERIi�G AGREEMElVT
Page e of 15
F. A�b�st�� or ba��r��u� 5c���t�n�e� �nd f�demni�ic�tion
(1) To the maximum �xient permitted by law, the CITY will indemnify ar�d
reiease �NGINE�R and its ofFicers, �mploy�es, and subcontractars from
a!1 claims, damag�s, lasses, and costs, including, �ut nat fimi�ed to,
attom�y's fees ar�d litig�tian expenses arising out of or relating to the
pr�sence, discharge, rel�a�e, or esc�pe of ha�ardous subst�nces,
contaminanfis, or asi�esios on or from th� P�taJECT. Nathing confain�d
her�ir� s���l b� construed to require th� CITY to levy, assess or coll�ct
a�y t�c to fund this indemnification.
(2) Yhe in�#em�i�icafion and rel��se required above shall not apply in tii�
e�ent the discharge, rel�ase or escape of hazardous substances,
confiaminan#s, or asbestas is a resuft of ENGfN�ER'S n�gligence or if
s�ach hazardous substance, cor�tamin�nt or asbestos is brought o�to th�
PROJ�Ci by ENCINE�R. �
C�. C�rr�p�c�o� Ir�d�rmt�i�i���i�n �n� G��im�
The CITY agr�es tv i�clude �n ali consfruction cantracts th� provisions of Ar�icle
IV.�. regarc3ing the �NGIiVE�R's Persannel at Constructian Site, �nd provisions
providing cor�tractor indemniiic�tion o� the CI�1( and tFte �NGfN��R for
contractor's neglig�nc�.
H. ��rr�P���� C��6m� and T�ird-Pariy ��r��ficia��
(1) The GI�Y agrees ta include the frollowing c��aus� in �II can#racts wi#h
cortstruc#ion contractors and equi�m�nt or m�#erials suppliers: �
"Con�ractor.s, subcontractors and equipm€nt ar�d mat�rials
suppfiers on ti�e PRQJECT, or their sur�ties, shall maintain no
di�ect �ction against the �NCINEERy 1�5 O�IC@P5� emplayees, and
subcontr�cto�s, '�or any claim arising ouf of, irt cpnnection with, or
resulting from th� engir�eering services perFormed. D�ly the CITY
will be the ��n�ficiary o� �ny under�aking by �he �NGIN��R."
(2j This AGREEMEN�' giv�s �o rights ar benefi#s to �nyone oth�r than the
CiTY and the ENGIN�ER and fhere are no #hird-�ariy beneficiaries.
(3) T�� C1TY wiff include in each agreement it enters into with any oth�r
entity or p�rsor� r�garding the PROJ�C� a provision t�at suc[� eniity or
person sh�lf have no third-par�y ber�efici�ry rights und�r this �.gre�ment.
(4) Nathing cpnfained in this section V.H.�sh�ll be constn�ed as a wai�er og
any �ight the Clil� has to bring a claim ag�inst I�NG�NI�ER.
ENCINEEIiiNG AGREEMENT
Page 1Qof 15
[. CI'fY'� ln�urance
(1 } ihe CITY may maintain prvper�y insuranr,e nn cer�in pre-e�sting
structur�s associated with ihe Pl�QJ�Ci.
(2) Th� CIIY wifl �nsure that ��ilders Ris�/lr�stallation insuranc� is
ma�ntained at th� replacement cost v�lue of the P�OJECi. ihe CIiY
may provide E1�GIM��R a copy af the paiicy or docum�niatian of sucM
on a certi�ca#e of insurance.
(3} The CITY wilf specify that the Builders Risklfns#allation insurance s�all
be comprehensive in coverag� appropriat� to th� �FtOJEC"f eisks.
J. Li�ig��i�� A��i�f��r��
The Scope o� Services does na� irtclude cpsts ofi the ENGIN��R fbr required or
requested �ssist�nce to sup�or�, pr�pare, dacumenf, bring, defend, or assist ir�
li�iga#ion und@rtaken or defended by the CfTY. In th� even# GiTY requesfs such
services o� the ENGIN��R, this AGRE�MEAIT sh�ll b� am�r�decf or a sep�rate
agreemenf will be negatiated between th� pa�ties.
14. G#��ng�s
�he CIi1( may mak� ar appro�� changes within tiie a�en�ral Scope af S�rvices �
in #his RGR�EM��lT. If such changes a#Fect �e �NGtNEE�'s cast of ar tim�
reqUired for pertormance of the services, art �qui�able adjustmer�fi w€If be m�de
thraugh an amendmen� to this ACR��MENT wiih sppropriaie ClTY approval.
��ri�l� VI
Gener�l �egal �rodi�ions
Amendments to Article VI, if ar�y, are included in Aifiachment C.
�1. Au�h�r���irian fio �roc�ed
ENCtNE�R shall be au�hori�ed to proceed with this ACRE�M�Ni upon r�ceipi
af a written No#�ce to f�ror,eed from th� CITY.
�. R�u�� ef �r�j��i 1����m�n4�
All c�esi�ns, d�awings, specifications, docum�nts, and o#her work pr��ucYs of t�e
ENCINE�R, whe#her in h�rd copy ar in eiec#ronic foITrt, are �nstruments of
servic� for this P�OJ�Ci, whether the PRQJ�CT is completed or not. R�use,
chang�, or alteration by th� CITY or by others acting through or on beh�lf of fhe
C�iY of any such instruments of service withou# the wriften permission a� the
�NGINE�R will be at �� CIiY's sole risk_ The fin�l designs, drawings,
speci�icaiions and documents sh�fE be owned by the CIN.
EMGINEERiIVD pGREEMENT
Page 11 nF 7S
�. ��r�� AR�j�u�
�`h� �NC�tNEER is not respvr�sible for damages or delay in pertarmance caused
by acts o# God, sfr�kes, lackouts, accidents, af oth�r events beyond the c�ntro!
af the �NGIIV��R.
D. Termin��ion
(1) �his �,GR��.M�N� may b� termi�afed a�tly by tf�te City far convenience
on 30 days' wri�#en notice. This AG��EIIAENT m�y be termir�a#ed by
either the GlYY ar the �NCIN��R for cause if either p�rfiy fails
substantial[y to perform thraugh no fault of th� other and do�s not
comm�nce correc#ion of suc� nanpe�formance with five {5) days af
writien r�oiic� and dil�gen�ly compl�i� ih� carrection tf�erea#ier.
(�) If this ACREEMENi is term�nated for the conveni�nce of the Ci€y, the
�NGIN��R will be paid for termination expens�s as fo�laws:
�) Cost of reproduc�ion of �artial or complete studies, p�ans,
sp�ci�cations or o4her �orms of ENGIN��R'S wor�c �roduat;
b) Ou4�of poc�tet �xpenses for purcl�asir�g stor�ge containers,
microfilm, el�ctronic data files, and other data storage supplies ar
services;
c} T#�e #ime req�i�ements ior #he ENGINEER'S personnel to
dac�menf the work underway �t the time th� CI7�Y`S fermination
for con�enience so that the worP� effort �s suitabie far long tim�
starage.
(3) Prior to proceeding with t�rmination se�ices, the �NGIN�ER rrv�ll submit
to iJie CIiY an itemized siatement ofi all termination expenses. The
CiTY'S approval wilt be obtain�d in writing p�iar to proceeding with
t�rmir�atian s�rvices.
�. 5��p���i�r�, ��I�y, �� In4�rr�piion �01N�r�
ihe Gll`Y may s�spend, de��y, ar interrupf the services of the ENGINEER fo�
the conv�r�ienc� of the Cl�1(. ln �e event of such sus�er�sion, delay, or
in4errup�or�, an equitable adjcastmenf in the PROJ�Gi's sc�edule, commitment
and cost of the ENGINE�a's personn�l and subcontractors, and ENGINE�R's
eompensation will be made.
l�. Ind�mnific�ti�n
('i) The ENGINE�R agre�s to indemnify and d���nd th� C�'�Y fram any lass,
cost, or exper�s� elaim�d by th�rd par�ies far propei�y damage ar�d bodity
ENt�INEERING AGF2E�FJt
Page 12 of 15
injury, includir�g deafih, caused saleiy by �th� neglig�nce or willful
misconduct of #fie �NGINEE�, its empfoye�s, officers, and
subconfr�ctors in cor�nection with the PROJ�CT.
(2) If #he negligence or willful misconduc� of both th� �1�GINE�R and th�
CITY (nr a persan identifiied above for whom �ach �s liabl�} is a catase of
such d�m�ge ar injury, th� ioss, cost, or expe�se sf��ll be shared
between #�e �NGIN��R and th� CITY in propor#ion to th�ir relative
degrees o� ne�ligence or v�►iilful misconduct as determine� pursuant to
i,C.P. &�. Code, section 33.019(4) (Vemon Supptement 1996).
t�. ,���ignm�ni
Neiiher pariy wiil assign a�l or any par� of #his ACR�EM�Ni" wiYhout the prior
written cons�nt of the other p�r�y.
li. Ini�r��t��i�r�
Limitations on liability �nd indemniii�s in this AGRE€.MENT ar� busin�ss
und�rstandings be�ave�n #h� ��rties and shall apply to aIt #�e cliffer�nt th�ories
af recovery, including breach of contract or warr�nty, tort including negiiger�c�,
strict or statutary liability, or any vth�r cause of action, � excep4 �nr willfiul
misconduct or gross negligence for limif��ions of liability and sole negligence for
ind�mnification, l�he t�rm "Parti�s" mean the CfTY and the ENGfNE�R, �nd
their of�ice�s, em�fay�es, �gen�s, and subconfiracfinrs.
I. Juri�clictE�n
The law of� the Sf�fie af Texas shaN govem the �alidity af 4hfs AGREEM�NT, its
inierpr�tation anci perfarm�nce, and any bther claims r�lated to if. ihe �enue
fiar �ny litigation retated tn this RGR�EMENT shalf be 7arrant County, Texas.
J. Ali�rr'a�� �i�puf� ���oiu�ien
(1} All clatms, dis�au�es, and oi�er matters in c�uestion between th� CITY and
�NCI�IEER ar€sing out of, or in connect�on witfi this Agr�emer�t ar th�
PROJ�CT, ar any breach of �ny obligation or duty of CIiY vr
�NGIN��R Ftereu�der, will b� submitted to media#ion. I� mediation is
unsuccessful, the claim, dispute or ather matter in qu�stian shatl be
submitted to arbitration if bnth pa�ties acting reason�bEy agr�� that the
amour�t o� the disput� is Eikefy #a �e less i�an $50,000, exclusive n�
attomey's f�es, c4sts and expenses. Arbitra#ion shall be in accord�nce
with the Construction Indus#ry Arbitr�tion Rules o# th� American
Arbitration Associ�iion ar o#her applicable rules of #he Assoc'tatio� �en
in e�fect. Any award rendered by the arbi�rators less than $50,D00,
exclusive of a�tomey`s g�es, costs and expenses, wiN be final, judgmenf
may b� enfi�r�d the�or� sn any court having JurisdictioR, and will �ot be
EHdENEERUJG AC'�REE�4lEWT
Page 13 ot 15
subj�ct to appe�l ar modification except to the e�ctent permitted by
Sectians 10 and '� 1 of the Federal Arbitratian Act (9 11.S_C. Sections 10
and 11).
(2) Any award gr�ater than $5fl,000, excfusive af attomey's %es, costs and
expens�s, m�y b� Iit�gafi�d by �ither party on a d� novo basis. The
award shall b�com� final ninety (9�) days from t�t� d�ie same is issued.
If litigation is fiCed by �ither party within said r�ir�ety (9D) day p€riod, the
award shall become nuli and void and shafl no# b� used by eith�r par�y
for.any purpose in the litigation.
K, ��v�rabi�ity a�nd ��rr�iv�l
Ig a�y p� the provisions contained in this ACR�EM�Ni are held for any re�son
ta be ir�valicf, illega�, or �n�nforc.eabl� in any respect, such invalidity, ill�g�iity, or
unenfarceability will no# affect any ot#�er pro�ision, �nd this AGREEM�NT shall
be construe�i as if such invalid, ilfegal, or unenforceabl� provision had n�ver
b��n cont�ined her�in. Articles V.F., VI.B., VI.D., VI.H., VI.I., and VI.J. shall
survive termination of i#�is AGRE�filiENT �or any cause.
�. Ob��w� �r�tl Camp�y
ENGINE�R shall a� af! times abs€rv� and camply with all federal and State laws
and regulations a�d with al� C+ty ordinances ar�d regulations which in ar�y w�y
aff�ct this ACR��MEMT and t�e work hereunder, and shall observe arid comply
with all orders, I�ws vrdir��nces �nd r�gul�fions whic� m�y exis# ar may b�
enacted I�t�r by goveming badi�s having jurisdic�ion or �utha�ty for such
enactm�nf. No plea of misunderstandEng or ignorance tf�ereof shaA b�
considered. �NGIN��R agr�es to defend, indemnify and �afd f�armless CiTlf
and all of its officers, agen�s and employees from and against alI claims or
lia#�ifity arising out of the violatior� of any such ord�r, faw, ordinance, or
regulation, whether it be by itself or its employees.
M. Neg�ti��ed Ag���e��,
�he partfes acltnowledge that each party and its counse� ha�e reviewed
and revised #his Agre�menf and that the normal rules of canstructfan to
the effect �hat any ambiguities are fo be resalved against the dr�fting
party shafl not be emplo�re� in the interprefiatian o� this Agr�ement or
e�chibits h�reto.
ENC3INEERIlVG AGRE�IUlEIVT
Paga 14 of 15
�*
�
�O�tti€I� VII
A��chmer��, ��h�dule�, �n� S➢gn�4u�e�
ihis AGREEAIIENT, incle�ding its at�achm�nts and schedules, co�stitu#es th� entire
ACR�EMENT, superser�es all prior writt€n vr or�l understandings, �nd m�y only b� chang�d
by a written �mendment ex@cuted by boih parties. �h� fo(lowing attachments and schedul�s
�re hereby made � par� of t�is ACR��RJ��Ni:
Attachment A- 5cap� of S�rvic�s
A�fachmeni � - CQmpensatian
Att�chment C- Amenc�ments to St�nd�rd Agreement for Engin�ering Senrices
A�tachment D � Projecf Schedule
Att�c�menfi � — �ocafivn flliap
A�T�SY:
,
;,
�loria P�ar bn -
City Secre�ry
_ �� � T `��� . F -,..
�or►�:rac� �uth��i���foa�
�._._� �o`V� ���. Q��: �
xa���
A�'Pf�OV�D AS T� �OftM
AN9 L�GALITY
Ciiy Manager
APPROVAL I�EC4MM�NDE�
������
A. Douglas Rademak�r, P.�.
Direc�ar, �r�ginee�ing Department
�:' t i� •:��::,� �► �► � ►
_1 ► ;
�
Assistant City Attomey
EN4INEERII�tO AGREEMENT
pege 15 af 46
By: � �.��..
Raul P�na I�l; P.E.
Regional Vice President
j',
,;i.
,
p1iiA�bR���lT "A•,
-�- ,�.- . ;.
ASeope af S�rvices set for�h her�irr can only 6e m�difled by additions, clari�icat�ons, and/or
dele�ions set forfh in the supplemenfa! Scope of Servic�s. !n cas�s of conflicf between th�
Suppl�mental Scope of Services and fHe �enera! Scope of Sernic�s, th� Suppl�mental Scope
of Sen�ices shal! have pr�cedence over the Cen�ral Scope of Servic�s. "
-► -= �-
1) P�rimi�a�y Con��r�nc� wifh Ci�
Th� ��r�gine�r shall attend preliminary conferenc�s witll authorized r�present�tives af
the City r�garding th� scap� of project so that the plans and specifications whicf� are #o
be dev�fop�d her�und�r by t�� Eng€neer will r�sult in providing facifiti�s whi�h are
ecanvmical in d�s�gn and conform to the Ci#y's r�q�irements an�1 budgetary
constraints.
2� �oordina�ti�n with put�id� Ro��nci��IP�blic �r�4i4i��
�"he Engineer sh�lf roordinaie with offici�is of ot�er outsid� ag�ncies �s m�y be
necessary iar the design of the proposed �treet, and storm dr�in �n�/or v�►ater arrd
w�stewater faciliti�s�mprov�mer�ts. It shall be the Engineer's duiy he�eunder to secure
r�ecessary in�ormatian from sucl� outside agencies, to mee� their requiremsn#s,
3) G�o�echni��lln���iigat�on�
The �ngineer sl�afl advise the Ciiy oi t�st borings, �nd other subsurtace invesiiga�ions
that may be needed. In #he e�ent it is det�rmin�d necess�ry ta make borings or
exca�at� tes# holes or �its, the �ngineer sha�l in coordir�atinn wi� fihe City and th�
City's geatechnical enginee�ing consuli�nt, draw up speci�i�afions for such tesiing
p�ogram. Yhe cost ofi tf�e borings ar excavations shall be paid for by the City.
4} Ag�e�m�n4� �nd ��rmi�s
The Engineer shall complete ali formslapplications to �flow the Ciiy of Fort Wor�h to
obtain any and ail a�reements andlor permits norma�ly required for a praject afi #his size
and type. �he �ngirteer will be r�sponsible for negotiafing �nd coordinating to obt�in
�pprov�l of the agency iss�ing th� agr�em�nt and/or permits �nd wil! mak� any
rer�isions ner,�ssary to brir�g the plans into campl�ance with the requirements a# said
ager�cy, incl�ding bu# not limi#ed to highways, railroads, wa#er authorities, Corps of
�r�gi�eers and o�E�er utilities.
5j �e�ign �hang� ��la�ing �� P�rmi�fiing Authoriti��
lf permitting eutharsties r�quire desigrt changes, the �r�gineer shall r�vis� the pl�ns and
sp�cific�tions as required at the �ngineers own cost and exp�ns�, unless such
changes are required due to chan�es in the design of the f�c�lities made by the
-1-
permitting authority. If suc#i changes are requir�d, the Enginesr shalt no�ify the City and
�n �mendm�nt fo the caniracfi shall b� made if the Fngineer incur� additional cost. �f
#�rere are unavoidable d�lays, a mutually agreeable and reason�ble time e�ension
shal� be n�gatiated. �
6) �I�r� S�abmi�tal
Co�ies of the ariginal pl�ns shaH be provided on reproducible mylar or ap�roveci plastic
fi�m s�eets, or as othet�vise approved by th� Depar�m�nt Qf En�iReering and sh��l
b�come tfze property of the Ci4y: City may us� such dr�wings in any mann�r it desir�s;
pravided, however fihat the Er�gin�er sh�ll not be liable for the use of such drawings for
ar€y proj��t other than 4he projecr d�scribed Herein; and further providecf, that th�
Engineer shall no# be liable for the consec�u�nc�s o# any ch�nges ih�t are made #o �he
drawings or changes thai are m�de in th� implementation of the drawing� without fihe
written approval of �he �ngineer.
PHAS� °�
7) I�r�h4-sf l��y,� �as�m�nt and �anc� A�qui�ition �l�e��
ihe �ngineer sh�ll det�rmine the rightsTof-way, e�semen# needs �or the constructfon of
th� project Engineer sf�ail d�etermine ownership of such land �nd furnish the City with
the r�ec�ssary right of way s�C�iches, prep�re necessary �asemeni descriptions �or
acqui�ng the rights-of way �ncf/or e�sem�n#s for the cor�struction af this project.
S�etches and eas�m�nt d�scr�ptions are to be presented in form suitabf� for direct use
by the Dep�r�menfi of Engineering i� obtaining rightsaofi-w�y, easements, permifs and
licensing agr�ements. A[� m�terials sh�ll be fumisheci art #he a�,prapriate City iorms in a
min�mum af four (4) copies e�ch.
�) �e��gn Su�r�y
The Engineer shall provide necess�ry field su�vey for use in #�e prep�ration of Plans
and Speci�icativns. The Engin�er shall fumish tf�� City ce�ified copies o� the field data.
9) l�frilit�+ C���din��i�n
ihe E�gin�er shall coordinate with afi utilities, including ut�lities owned by the City, as to
ar�y proposed utility liens op ad�ustm�nt io existing utility fines within the project fimits.
The information obt�in�t1 sh�ll b� shown �n the cor�ceptual plans. Yhe �ngir�e�r shall
show on the pr�liminary and final plans #�te locatian of the pro�aosed uti�ity lines,
�xis#ing utility lines, based on the inform�tion pfovialed by iF�e utifity, anc! any
adjustmenfis ancf/or reloc�ttion of th� existing tines within the proj�ct �imi#s. �he
Engineer shall also evaiu�ie the phasing of the water, was#�water, street and drainage
woric, �nd shall submit such evaluation in wri#ing fio the City as par� of this phase o� the
praj�ct,
-2-
10) �on��piu�l �I�n�
The Engine�r shali furnish four (4) copies af th� P�as� 1 canc�p# �ngin�ering p�ans
which include layo�ts, pr�fiminary r�ght o� way needs and �reliminary estim�tes of
prob�ble cons�r�ctinn costs gor th� Engine�r"s recomm€nd�d plan. For all submittals,
tF�e �ngineer shall submit plans �nd documents far streeflsiorm drain and
w�ter/wastewater facil�ties. The Engineer shall receive written approval of the Ph�se 1
Ptans f�om 4he Ci4y's praj�ct manager befiore proceeding with �hase 2.
��eS� �
11) ��sig�n ����
T�e Engineer sh�ll pro�id� design d�t�, reports, crass-sectior�s, pro#iles, drainage
calculations, and preliminary esfrmates afi prabable construc�ion cast.
42) ��liminaryi G�n�4�u�ion Pl�n� and %�hni�al Sp�ci�i��fiior�s
Th� �ngineer shalf s�bmit iwenty (20) copies a� PF�ase 2�areliminary constructian plans
and ti�� (5) copies of the pr�liminary technical specifications for review by the Gity and
for submissior� to uiilsty aompanies and other agencies for the purposes af caordinating
vu�ork w�th existing and propas�d �titi�ies. 7he preliminary c�nstruction plans sh�ll
indicate focation of existir�g/propas�d �tilities ar�d storm drain Gnes, The Engin�er shaA
rec�ive writt�:n �pproval of the �hase 2 plans from the Cifiy's pro�ect manager I��fore
proce�ding with Ph�se 3.
�HAS� 3
13) l�i�al C�n�t�uc�ior� Pl�n�
Tl�e Ertgine�r sha[I fumis� �v� (5) copies of the final construc4ion plar�s and contrac#
specifications for review by t�e City,
14) ��f�iiec� Co�# ��tima��
The Engirteer shal! fumish faur {4} copies of cietailed estimates of probable consinaction
costs for the auirhari��d constructior� prajecf, whic#� shall include summaries of bid it€ms
a�d quanti#ies.
15} �I�r�� �rtd �p��ifc��ion �ppro�+al
Th� Engineer shall f�mish �n original cover myfar for the signatures ot au#ha�ized City
officials. ihe Carttract 9ocuments sh�lE camply,wi#h applicable local, state and €�dera# '
I�rrvs �nd with �pplic�bl� rufes and regulatio�s promulgat�d by local, s�t� �nd naiiona!
boards, bureaus and agencies. ih� �ngir�eer sh�l� reeei�e wr�tterr approvai of t�e
Phase 3 plans from the City's proj�ct manager b��or� proceedi�ng with �hase 4.
-3-
�HA�� �
'16) �inal dp���v�d C�n���r�i�r� �l�n�
The I�ngin�er s�atl fumish 4� bound cc�pies of PFias� 4 fina�l appro��d construction
plarts and contract sp€ci�ications. The appro�ed plans and contr�ct specifications sh�ll
be used as �uthorized by the City �or Use in obfiaining bids, aw�rding cantrac�s, and
constn�cting t�e project.
17) �idding �,�si�t�r�c�
Thg Engineer shatl issue addenda as apprap�iat� to interpr��, clari�y, or expand t��
bidding docum�nts, and assisfi the awr�er in d�termining the qualifica#ions and
acceptability o� prosp�ctiv� constructprs, subconttac#ors, and suppfiers. Wh�n subs�itu-
tion prior ta the award vf cor�tr�c#s is �liowed by the bid�ing dncumer�fis, th� Engirteer
wi�l ad�ise the own�r as to fhe acceptability o� �I�emate materials and equipment
propased by th� prosp�c#irre consiructors.
18) R�c�mmen�lati�n of Aw�rd
The Engineer shalt assist in the tabula#ian and r�view of all bicis received for the
cons�ruction of #he project and s�all rna�Ce a recommendation o� award to tl�e City.
19) Pr�bi� CArr�e�er��
The �ngin�er shalf atiend th� prebid conf�rence and th� bid op�nin�, prepare bid
tab�lation sheets �nd provide assistar�c� to the owner in evaluaiing bids or propos�ls
and in assembling ar�d awarding contracts for construction, materi�ls, equipment, and
5�NICf:S.
��i�,s� �
20) �r�ec�n�t�u�ion C�r���ren��
ihe �ngineer shall aftend tt�e preconstruction conference.
21) Cvn��rr�u�ion �urrr�y
The Engineer shall b� a��ifable to the City on matters conceming the I�yout o# tFtie
proj�c# during its construc�son and will sef confrol points in t�e field io allow City survey
crews to stak� the project. �he setting of line and grade stakes anc! route �nspec#ion of
construc�iort will be pe�Yarmed by �h� Ci4y.
22} 5it� 1�i�i4s
ihe Engineer sha11 visit the proj�ct site a# appropri�te intenrals as can�tr�ction
proceeds to obs�rve and reparfi an th� progress and the qsaality of tFte execu#ed work.,
_¢,
�
e
23} �hap ��awing �er►i�w
ih� Engineer shall ��vi�w shop ar�d er�ction drawings submitterJ by th€ contrsctor �or
compli�r�ce with design conc�pts. Th� Engineer shafl �e�iew I�boratory, shnp, and mili
t�st reports an maferiais an� eqtaipment. .
24} ln�firucti�r�� �a �an�r��o�°
The Engineer sha�l provide necessaryr int�rpr�t�tions and clarifications of co�tract
dvcuments, revi�w change ard�rs and make recommend�tions as to the �cc�ptabiiity
of fhe work= a4 ihe requ�st af t�e City.
25) IJif���ing Si� CAnciEfion�
The Engineer shall prepaee sfc�tches required to. r�solve problems due ta actual �eld
conditions �ncounfiered.
26j ��cQrd �r�wing�
The Engineer shall prepare record drawir�gs firom informatian submitted by th�
contractor.
-5-
E�fF;l�1T "A-'9„
SU����f��P�iA� SC��� O� S�RVlG�S
(SII�PL�fldI�N7 �O ����CHl4��iVY ���.,�)
��SI�N 5��1,ICES:I�ATER �NDIOFt S�iViYE1F7Y S��I�R I��ROV�i��P���
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 andlor sanitary sewer
impro�ements for #he following:
Water and Sanitary Sewer Replacement on Berry Street (Waits Avenue to Forest Par�t)
Upon receipt of notice to proceed, the ENGINEER will perform the following tasks:
��Ri � - ��r�-�fV�Ir����I�C
1. lni�i�l �a�a Colleciion
a. �re-�esign Coo rrdination f�9eetings
ENGINEER will attend and document meetings, as required, to discuss and
coordinate various aspects of the project and ta ensure that the project stays an
schedule. �or purposes of establishing a le�el of comfort, two {2) meetings are
anticipated. These include the fallowing:
One (1) pre-design kick-off ineeting, (including the CITY's Departme�t of
Engineering and other depar�mer�ts that are impacted by the project).
�ne (1} review mee#ing at completion of the City's re�iew of the conceptual
engineering plans.
b. Dafa Collec�ion
In addition to data abtained fram the City, ENGINEER will res�arch and
make sfforts to obtain pertinent informatian to aid in caordination of the
proposed improvements with any planned future improveme�ts that may
influence the praj�ct. ENGINEER wi11 alsa identify and seek to obtain daia
for existing conditions that may impac� the project including; utilities, City
Master p�ans, property awnership as available from the Tax Assessor's
office.
EA1-1
The data collection efforts wifl al�a include conducting 1 special
coardination meetings with affected property owners and f�usiness�s as
necessary to de�elop sewer re-routing plans.
The following shall �e applicable at all lacations where it is necessary to
relocate ar 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 the Engineer with a sample fiormat of how the sew�r
52NIC� line reroutelrelacatian should be designed and submitted for
constructiar�. During design survey, if a rod can be inserted through the
cleanout to the bottam of the service line, the Engineer wiq abtain the flaw
line elevatfon and design the s�rvice line prior to ad�eriising tF�e �roject for
bid. !f the service flow line informatian cannot be obtained during design
survey, the Enginesr shall delay #he design af the sawer service line until
the start af construction. The CITY will direct the Contractor to de-hole #he
service line at the clean-o�tt location of all buildings or structures so that the
Engineer ar surveyor can determine th� flow line of the sewer service line
after contract(s} for the constructian af the project ha�e been awarded, but
prior to the canstruction of any sanitary sewer lateral or main which will
require the r�routelrelocation of existing public and pri�ate sanitary sewer
service lines. The Engineer shall then use this information to pravide the
design for the sanitary sewer service line to be reroufed or relocated.
c. Coordina�ian wi�h Oth�r Agencie�
During the concept phase the ENGINEER shall caordinate with all utilities,
including utilities owned by fhe City, TxDOT and railroads. These entities
shall alsa be contacted if applicable, to cfetermine plans for any pra�osed
facilities or adjustment ta existing facilities within ff�e project limits. Th�
information abtained s�all be shown on the concept plans. T�e ENGINEER
shall show the location of the praposed utility lines, existing utility lines and
any adjustments andlor relocation of the existing lines within the project
limits. ENGINEER shall cample#e all forms neeessary for City to obtain
permit letters from TxDOT and railroads and submit such fiorms to the City.
City shall loe responsible far forwarding #he forms to the affected agencies
for executivn.
EA1-2
2. I�onthly �rogress Repon anc� Pleighbo�h�od R�ewslef�e�
a. The ENGIENER shall submit a progress schedule after th� design contract is fully
executed. The schedule shall be updated and submitted ta the CITY along with
monthfy pragress repart as required under Attachment B of the contract.
b. ENGIN�ER will prepare a quar�erly newsletter detafling the status of the prvject for
dis#rit�ution to the affected Neighborhood Associa#ion. The newsletter will be review�d
and appraved �y the City prior to distrihution. {Omitted)
F���� � � �OiVS�RUGiI�[�! ��4Rl5 �ol►�'� S��GIFIC�eTIOR�S
1. Conceptual Engineering
i. 5u�rey� for Design
a. ENGINEER will perForm field surveys to collect horizon#al anc! vertical
eleva#ions and ather inforrna#ion which will be needed for use by the
ENGINEER in design and preparatian of plans for the praject.
Information gati�erad during the survey shall include to�agraphic
data, ele�ations of all sanitary and adjacent storm sewers, rimlinvert
elevations, location and burieci utilities, structures, and other features
relevant to the final plan sheets. For sewer lines located in alleys or
backyards, ENG2NEER will obtain the following:
Obtain permission fior sur�eying thraugh private pro�erty.
Locate horizontal and wertical alignment of utility fines. Tie
improverr�ents, tre�s, fences, wafls, etc., horizontally along rear lines
in an appraximately 20' wide strip. In addition, locate all rear house
corners and building comers in backya�-ds.
Profile existing water and/or sewer line centerline.
Compile base plan from field survey data at 1"-20' scale.
Obtain permission for sur►reying through priva#e property. Locate
horizontal and �ertical alignment af utility lines. The improvements,
trees, fences, wa[Is, e#c., horizontally along rear lat lines in an
approximately 20' wide strip. In addition, locate all rear house cornet�s
and building cortters in bac�ards. Compile base plan from field
EA1-3
survey data at 1" = 20' horizantal and 1" = 2' vertical s�afe.
When conducting design survey at any location on the projeck, the
consultant or its sub-consultant shall c�rry readily �isible information
identifying the name o� the company and th� campany
representative. AIf company vehicles shall also be readily identified.
b. �nginee� 1�'rll �wovide �he �ollowing In�oPm��ion:
All plans, field n�tes, plats, map�, legal descrip#ions, or other
speci�ed documents prepared in conjunction with the requested
services shall be pravided in a digitaE fiarmat compatible with the
elecironic data coll�ction and computer aided design and drafting
software currently in use hy the CITY Department of Engin�ering.
A11 te� data such as plan and profile, legal descriptions, caordina#e
files, cufi sheets, etc., shall be �aro�ided in the American Standarc�
Code for Information Interchartge {ASCII) format, all drawing files
shall be pro�ided irt MicroStation (DGN} or Autocad {QWG or DXF)
format (currently Release 2002), or as otherwise approved in writing
by the CITY, and all data cflllected and gsnerated during the course
of the project shall i�ecome the property of the CiTY.
T}�e minimum information to be provided in the plans shafl include
the following:
1. A Project Control 5heet, showing �1�� Control Points, used
or set while gathering data. Generally on a scale of not less
than 1:4a0:
2. The follawing information about each Can#rol Point;
a. Identifiecf (Existing Gity Monum�nt #89Q1, PK Nai1,
5I8" Iron Rod)
b. X, Y artd Z Coordinates, in an identified coordinate
system, and a referred bearirrg base. Z coordinate
on City Datum only.
c. Descriptive Location (Ex. Set in the centerline af the
inlet in the South curb line o# Narth Side Drive at the
East end of radius at the 5outheas� corner of North
EAl-4
5ide Dri�e and North Main Street}.
3. Caordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves,
etc., in the same coordinate system, as the Cantrol.
4. No �ess than two horizantal control points, per line or
lacatian.
5. Bearings gi�en on all proposed centerlines, or baselines.
6. 5tatian equations relating utilities to paving, wf��n
appropriai�.
7. Obtain the "foot print" of all properties where the sanitary
sewer servEee [ine is to be reloca#ed or rerouted.
iii. Pub[ic Notificat9an and PersonnelNehicle ldentification
Prio�- to conducting design survey, ENGINEER will notify affected
residents of the praject in writing, Th� no#ifca�ion letter shall be on
company letterhead and shall include the follawing: project name,
limits, DOE project no., Consultant's project manager and phone
no., scope of survey w�rk and design survey schedule. The letter
will be re�iewed and appro�red by the City prior to distribution.
When conducting site visits to the projeck locatian, the consultanf or
any of its sub-consultants shall carry reatlily visible information
identifying the name of the com�any ar�d the cflmpany
repr�sentative. All company ►►ehicles shall also be readily
identifiable.
iv. Gonceptuaf �ngineering �lan �ubmiffal
a. Conceptual plans shall be submitted to City 60 days after
Notice to Proceed Letter is issued.
E1�ll-5
,
b. The ENGINEER shall pertorm conc�ptual design of the
proposed improvements and furnish four (4) copies �f the
cancept engineering plans which includes [ayouts,
preliminary right-of-way needs and cost estimates for the
ENGINEER's recommended p1an. ENGINEER shall perForm
remaining fiefd surveys required for final design of seleeted
route(s). The ENGINEER shall alsa evaluate the phasing of
the water, sanitary sewer, street and drainage woric, and
shall submit such e�aluation in writing to the City as a part
o� t�te concep# phase of the project. All design shall be in
conformance with Fort Worth Water �epa�ment policy and
procedure for processing wa#er and sewer design.
ENGINEER shall re�iew the City's�water and sewer master
plan and pro�ide a summary af findings pertaining to the
proposed project.
2. Preliminary Engineering
Upon approval of Part B, Sectian 2, ENGINEER wil[ prepare preliminary
construction plans as follows:
a. D�eralE water andlar sanitary sewer layaut sheets and an
overall easement layou# sheet(s).
b. Preliminary project plans and profile sheets which show the
following: Proposed water andlor sar�itary sewer planlprofile
and recomme�ded pipe size, fire hydrants, water service
lines and meter boxes, gate valves, isolatian �alves and all
pertinent informafion nee�ed to construct the project. L�gal
description (Lat Nos., Block Nos., and Addition Names)
a[ong with property awnership shall be pro�ided 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, 5ection 2. Conflicts sha11 be resol�ed where
pipelines are to be rehabilitatecf on th� same line segment.
Base sheets shall reference affected or adjacent streets.
Where open-cui eonstruction is anticipated, below and
EA�-6
abo�e ground utilities will be located and shawn an the base
sheets.
d. Existing utilities and utiEity easements wilf be shown an the
plan and prafife sheets. ENGINEER will coardinate with
utility companies and the City of Fort Worth to determine if
ariy future improvements are planned that may impact the
proj�ct.
e. The design for sewer service line rerautelrelacation will be
pravided if th� flow line elevation of the sewer service can
be determined from the cfeanout focatian. If this ale�ation
cannot be determined during design survey, the design
shall be provided after award of th� constructian contract
as specified in Section A, Part 1 b.
f. The ENGINEER shall mal�e pro�isians for reconnecting all
water andlor wastewater service lines whicE� cannect
directly to any main being replaced, including replac�ment
of existing service lines within City right-of-way or utility
easement. When the existing alignmen� of a water and
sanitary sewer main or lateral is changed, provisions will
be made in the fiinal plans andlar specificatrons by the
ENGINEER to relaca#e all service lines which are
connected to the existing main and connect said service
lines to the relocated main.
g. The ENGINEER will pre�are standard and special c�etai[
sheets for water line ir�sta!lation and sewer rehabilitation ar
replacement that are not al�eady included in the D-Section
af the City's specifications. These may include cannection
details between various parts of the praject, tunneling
details, boring and jac�ing details, waterline relocations,
details unique to the cons#ruction of the project, trenchless
details, and speciaf service latera� recannections.
h. �igh��ofi Id�ay Research
The ENGINEER wifl conduct preliminary research fior
a�ailability of existing easements where open-cut
cc�nstruction ar relocation of existing alignments is probable.
��-'�
Temporary and permanent easements will be appropriated
based or� available information and recommendafions will
be made #ar approva! by the City.
i, Right�of v�ayll�asement P�����ation �nd SubmiY�al
j. (Omi�ed}
Preparation and subm�ttal of right-of-way, easements and
rights-of-entry will be in conformance with "Submittal of
Information to Real k'raperty for Acquisitian of Property".
j. Ufiilifiy Clearance �h�se
The ENGINEER wi[I consult with the City's Water
Department, Deparfinent of Engineering, and oth�r CITY
departments, pubEic utilities, private utilities and govemment
agencies ta determine the approximate loca#ion of abo�e
and underground utilities, and other facilities that have an
impact or influence on the project.
ENGINEER will design City facifities to avoid or minimize
conflicts with existing utilities.
Th� ENGINEER shall dalir�er a minirrtum of 13 sets af
a�proved preliminary construction plans to the Ci�y's Utility
Coardinatvr for forwarding to all utility c�mpanies, which
have facilities within the limits of the proj�ct.
�. �pelimin�ry cons4ruc�ion plan submif�al
Prelim9nary plans and specifications shall be
submitted to City 30 days_after approval of Part B,
Section 2.
ii. The ENGINEER shall deli�er twa (2) sets of
preliminary constructian plans and two {2) sets of
specifications and contract dacumertts ta CITY for
re�iew, Generally, plan sheets shall be �rganized as
fiollows:
EA1-8
Cover Sheet
Easement layout (if applicabfe)
Plan & Profile 5heeis
Standard Cons#ruction Details
Special Details (If applicable)
iii. The ENGINEER shall submit a preliminary estimate
of probable constructia� cost with the preliminary
plans submitted. ENGINEER shall assist City in
selecting the feasible andlor econamical sfllutions to
be pursued.
I, Re�iew f9dleefiings with Cifiy
The ENGINEER shall meet with CITY to discuss re�iew
comments for preliminary submittal. The CiTY shall direct the
ENGINEER in writing to proceed with Final Design for Final
Re�iew.
m. Public lileeefiing
After the preliminary plans have been re�iewed and appror►ed
by the City, the ENGINEER shall prepare project exhibits,
provide the CITY with the database listing the names and
addresses af all residents and business to be affected by the
proposed pro�ect, and attend public meeting #o help explain the
proposed pro�ect ta residents. The CITY shall mail the in�itation
letters.
3. �inal �nginee�ing Plan Submittal
a. Fina[ Construction �ocuments shall be submitted to C�TY 30 days af�er
approual of Part B, Section 4.
Fo�fowing CITY approval of the recommended impro�emen#s, #he
ENGINEER shall prepare final plans and specifications and contract
dacumeRts to CITY (each sheet shall be stamped, dated, and signed by
the �NGINEER} and submit two (2) sets a# plans and construction cantract
documents within 15 days of CITY's final approval. Plan sets shall be used
for Par� C acti�ities.
EA1 �- 9
b. �F�(�INEE�'s Esiim�fie of Pro�able Consirucfion Cost
The ENGINEER s�all submit a final estimate of prol�ahle consfructian cost
with the firtal plans submitt�d.
P�RT G � PRE-CONSY�UC�IOA6 �SSIS7'�IVC�
Adminisfiraiion
a. �eliver �id 9ocumen�s
The ENGINEER will make available for bidciing, upon request by the CITY, up #o
farty {40) sets of the final appro�ed and dated plans and specifications and
cantract documents for the prfljects ta the CITY for distribution to potential bidders,
Proposal will be deli�ered in electronic format.
b. �idding Assistance
The ENGINEER shall assist the CITY during phase inc[uding preparation and
c#eli�ery af addenda to plan holders ar�d responses to questions submitted to th�
DOE by prospective bidders. Engineer shall attend the scheduled pre-bid
conference.
The ENGINEER shall assist in re�iewing the bids for completeness and accuracy.
The ENGINEER shall attend the praject bid opening de�elop bid tabulatians in
hard copy and electranic format and submif four (4) copies of the bid ta�ulation.
c, Assi��ance during Canstruc4iort
The ENGINEER shall a�end the pre-canstruction conferenee far the project. The
ENGINEER shal� also consult with and advise the CITY an d�sign andlor
construction changes, if necessary.
EAl --10
�TiA�F�RN�i�i "�"
{1fl�ib0� OF F�AYR��I�i
Sanifiary Sewer IidYain �44-� Par�flel �elief Study �nd Design
I��i�R P�OJ�CT id0. P�N53m0�@�30'�l6�i0
S�'4��R �R�J�Ci �lO. �5�8�0�0��09��000
�O� R��. 3980
I. Method of Payment for Lump Sum Campensa�ion
The �NGINEER shall be paid in fi�e partial payments as outlined belaw:
Partial Payment Number 1, which shall be equivalent to 25% of the totallump sum fee, shall he
payable after survey and route study is completed as outlined in Exhibit "A-I ", ParE B 5ection 1.
Partial Fayment Number 2, which shall be equivalent to 50% of the total lump sum fee, less
previous payments, shall be payable submittai of preliminary plans as outlined in Exhibit "A-1",
Part B Seciion 1.
Partial Payment Number 3, which shall be equivaIent to 80% of the total lump sum fee, less
previous payments, shall be payable after submittal of final plans as outlined in Exhibit "A-1",
Part B, Sectian 2.
Partial Payment Number 4, which shall be equivalent to 95% af the totaI lump sum fee, less
pre�ious payments, shall be payable after approval by City of final �lans as outlined in E�ibit
"A-1", Part B, Section 3.
Partial Payment Number 5, wt�ich shall represent th� balance of the earnings, less previous
pa�nents, shall be payable after aIl the pre-construction meetings for the project have been
conducted.
II. Progress Report
A. The ENGTNEER shall submit to the designated representative qf the Directpr of tk�e Department of
Engineering raonthly pragress reports covering all plaases of design by the 15�` of every month in
the format required by the Csty.
B. If the ENGTNEER detertnines in tha course of making dasign dra�vings and specificakions that the
construction cost estimate af $S$O,QD0.00 {as estimated in Eacl�ibit "H-4") will be exceeded,
whether by change in the scope of the project, increased costs or at�er canditions, the ENGINEER
shall immediately report such fact to the Director of the Water Depat�ment of Engineering
and, if so insfructed by the Direetor suspend all work hereunder.
C:lbocuments and Settingslrpena.A-�IMy F)acumentslMy bocumentslproposalslBerrySTEPIAttachment B,dac
����r���j�,
�?P4/?AT/ON /'�..�= _
G O N S U L T A N T S
�X;llbl� � � '�
St;tiE� 'I�pe �l��g �ll�ttrl�+ R��t�
Technician V
Technician N
Technician TII
Technician II
Technician I
Survayor V
Surveyar N
Surveyor III
Surveyor II
Surveyor I
1'lanner V
Planner IV
Planner III
Inspectar V
Tnspector �V
Inspector III
Inspectar II
Inspector I
PrincipaI/Engineer V
Engineer N
Engineer III
Engineer II
Engineer I
Clerical III
Clerical II
Clerical I
Administrator V
Administrator IV
Adminisirator IIT
Adtninistratar II
Administrator I
4 Man 5urvey Crew
3 Man Survey Crew
2 Man Survey Crew
GPS Survey Crew
�5
T4
T3
TZ
T1
SS
54
S3
S2
51
PS
Pa.
P3
IS
I4
I3
I2
I1
ES
E4
E3
E2
EI
C3
c2
C1
AS
A4
A3
A,2
A1
4M
3M
2M
1M
$laQ.�O ,
$90.Q0
$65.00
$60.00 �
$Sfl.00
$100.00 :
$95.OQ �
��o.oa
$�45.00
$35.00
$135.40
�iao.00
$80.00 .
$110.00 .
$85.00 :
$80.Q0 ,
$65.00 '
$50.00
$190.Q0
$135A�
$1 �S.Ofl
$90.00 :
$7fl.40
$45.00
��a.00
$35.00
$258.00
$55.40
��s.oa
$SSAO
$45.00 ;
$1G0.00 i
$125.00 ;
$95.00 !
$140.00 '
Subconfracied labor, mafieriaf f�siing equipm�n�, prin�ing and fiechnical phofiography, and
all ofiher dir�cfi job expenses fo b� paid a� cos�. Vehicle mileage �o b� paid at �he curren�
IRS rafie per miCe.
500 West 5e�enth 5treet Suite 600 Postal Unit #20 Fort Worth, TX 76102 {817) 339-8950
0
�XHI�I� ,���2��
(�U��L����� i8 �4i`�peCb�ll�l�� �)
I)ESIGI�T FEE �O�T SUNYIVIARY
Berry Street Reconstruction, Waifs-Fores# Par�C
Water and Sewer Replacement
WATER PROJECT NO. PW53-060530176670
SEWER PROJECT NO. PS58-Q705801760DD
DOE NO. 3980
Phase
I - Design Services
II -Construction Services
Tota1
Scope of Services
Design Engineexing
(Parts A and B)
Assis#ance (Part C)
Fee
$65,021.40
$ 2,800.D0
$ 67,821..00
Praposed Ii�/WBE Sub-consultants Services
�,N� Consul�ants, Inc. Engineering Design
1VI/WSE
$10,200.00
Fees
$10,20�.��
$ 1 Q,200.00
C:IDocuments and Settingslrpena.A E1My DocumentslMy DocumantslproposalslBerry5TEP1EXH[BIT B-2.doe
°10
15.6
%
15.0
15.0
� ����� �
�C�i��PC�I�� iIC����,�
�XHI�I� ��ZA
(SUPPLEMENTAL TO ATTACHMENT B}
SUMMARY OF DESIGN FEE
January 21, 2003
Tony 5holola, P.E.
Deparkment of Engineering
Cifiy ofi Fort Worth
1000 Throckmor#on Street
Fort Worth, TX 76102-6311
RE: Berry 5tr.eet Reconstruction, Waits-Forest Par�
Water and Sewer Replacement
WATER PROJECT NO. PW53-Q80530176670
SEWER PROJECT NO. PS58-070580176000
DQE N�. 3980
�ear Mr. Sholola,
We appreciate the opportunity to presenfi this proposal for your conside�ation. Attached
p�ease find construction cost estima#es and exhibits depicting the scope and limi#s of work.
We propose to complete the proposed work in conjunction with the street recanstruction
pEans for this same section of Berry Street. This proposal assumes separate plarts will be
prepared for the water and sewer reconstruction and will be bid in separate packages from
fhe roadway project. In our research af this project we foun� a set of Berry Street paving
plans that show an exist�ng 10" water lin� in this sectian of Berry Street. Water Department
believes that this 10" line does nat exists, therefore this propo�al assumes the Water Maps
are correct. We ha�e not included reco�struc�ion of this 9 �" water line in o�r consfruction or
design fee estimates.
Estimated Construction Costs
{8" Waterline): $ 'I24,703.Q0 (21.5%�
(8" and 15" Sewer): $ 455.31 �.00 (78.5%)
Total $ �80,01 �.OD
Basic Engineering Design Services:(TSPE Curve A- 8.35% x 0.8� � i.10%) $ 41,181.00
Sewer Study $ 2,500.00
Exltibit B-�A
Mr. Tnny Sholola, P.E.
January 21, 2003
Page 2
❑e51�C1 SLNB�S
Construction Services (Pre-construction)
SWPP and Erosion Contro� Plan
MIVIlBE Management (1 Q%)
$ 14�,500.00
$ 2,800.00
$ 2, 500.00
$ '�,�20.00
Reproductions (water and sewer only) $ 3,3�O.D0
16 Sets of Preliminary plans (util. clear.) $ 480.00
44 Sets af Consfirucfiion Plans $ 1320.00
44 Sets of Specifications {$30.00leaj $ 132D.00
Mylar set of fiinal plans $ 20D.00
TO�A� NOT�`��J �?�G���
Water Design Fee = $ 14,582.Q0
Sewer Design Fee = $ 53,239.Q�
This proposal does not include:
1. Construction senrices
2. Easement exhibits 1 descriptions
S 6�,��1.g�
If you ha�e any questions or require additianal information please gi�e me a call.
Sincerely,
TranSystems Corporation Consultants
1�,��C�en� III
Rau[ Pena III, P.E.
Regional Vice Presiden#
G.'1Doc�rn�ents and Settrngslrpena.f!-EIMy Doc�rmentslMy ➢ocumentslproposalslBerrySTEPIEzhibit B-2A,DOC
�iT��b NY � NT "�"
dD19��FIDf1AI�Ni� i0 �►I�iR�L�S 111, V, �o�' � VI f�►R!D /9►iiAGFi�Id�I�NT' "A„
�rr�icle IV.�t.{�)(iy:
Endorsements are noted on the Cer�ificate of Insurance pro�ided to the City far
this project.
�4�i;icle IV.�t.(2} (Ij:
Business at�tomobile insurance is written on an accident basis.
,Ar�i�le Isl.�,, line �:
Remo�e the following: "or may be enacted late�'
AtEa�hment A, lfiem 26:
Delete this item, the Engineer will not prepare "record drawings" for this project.
C:1Doouments and Settingslrpeng.A-E1My �ocumentsllwiy 1]ocumenislproposalslBerrySTEPIAttachment C.doc C- �
Y'l�l"►�/f11Y1�1tl� vo�va
Gity of Fort Worth Engfeeering
Water and Sanitary Sewer Replacemenc on Berry Street ( Waits Ave to Forest Park Blvd)
WA7Ei2 PItOJECT NO. �W53-060530775670
SEWER PRWECT NO. P558-D705$D176Q00
DOE ND. 3980
Function Task
Code
C'sty Coimce� Award of
Gon�act
SewerStudy
Executed Engineering
Contract
s,�y
Desi�! Public Meeting
C6riCE�.1}�7E�3ffiI]&E'Y�
Fina] Design
Ciry Review
(canc�rent w/ desigi)
AdverEisement
COe�acE Awazd 8c
Execution
Pre-Consu-uctivnlPublic
Meeting
Pre-
ConstructionlComractor
Start Cansu�uction
Project 5chedule
2/78/2003
FEBRVARY I MAftCH. APRII. MAY .IpA'E NLY AUC�351 SL�PCENiBP1t O�TOBEiL
7 L# 21 26I 7 14 2! 28 a ll iB 25 2 9 I6 23 38 6 13 20 27 4 lk Pe IS 1 8 [5 22 79 5 12 19 26 3 LO l7 24 3l
�
�
C:lOocuments and Setttngs�ameneMlLoeal SettlngsSTemparary In4em¢t R�e550lKSFl[SCIiE[�u�E-berry.xis]city
�
�
�
�
Page i
�
10 J 75 V i0��� t5 10 f\ • �5 i� i� 10 �1 15
�
11 14 �� J 14 1� �� 14 C� p �� �''� 14
12 U` 13 72 -n li� 12 � 13
M-8� �'9` ��� �4.,
�5� s�� 2� '.Sp �-8�� it�a s��4� L-2436 r�a� �� zF
' 2 6 � Z�., 23 � 66•70 _fi"�� --�
3 � -
18 9 n„ �I � 3 6� �p� 3`� 2'2 in - � 19'
��-4 �_ 2' �t7 a 2i a� �/� � 9+90 �J c° 4 �, 3i
� �.
-�'9i�8�1A 5 ' � —� 20� � Z2 � 73a46 � ,��u 5� ,-a
�5 ,� 5 � w� � �9 '�l � �c jg � � c° �'� 1Q*4� ' � �g if��.
i4 V 5 � 7 �j 78 �' 7 � 1g �'� ��r�nnn�1 7 � 18 r�
� �i . 17 �. � � 17 . , ` J 8`'y » �
z ' � � �
� �, �� �— 18' 9 �6 ' L W 9 � 16 •
�_ �..�,� sR 4•59� �.o io � i5 �� � Q i0 t5
n ? � 2-50E ��� v v n �a �
— � t-63 ia '� �� ST. Q
?�� 1�+�. 1*55 - 3 _ 75-25
16
7�
13
12
il
�o
9
10
9
8
7
fi
3•08
2
21
� � �l*5�
62 �� - t � 2a 6�� �7.ci�97 - 2a 7 � 24
50' �� ' a— 2� - 2� r 78�72= � �: 23 ��'.� � +n 23
5 it �,'� 3 �� � �I t� -1*61 �_�.` SO*5$ � � z2
i1R i 4 � Ep 21 22 �� - I� 15'
4 — �s n `II i 47 � 3R
—�� ��q � g ' 20 yI � N
3� � 6 � � �a �l� � �
19R
� 9 �� �n � ta �� � i ����35 ts -0 �04 8 -
i�
h — s "�n 6�� — �N �� tR a � ,�
4� 7 9 tE 9 CV t6 �__ 7� 6—
�J 10 76� 15 �� J }5 10 r� 15
� » � 14 >> 13 11 iS
� i6' �"i
� ev t� 13 12� 13 ,�► f� � �� 13
��YYvil 7 � :� . � c rvr - / u ��
t 24 1 5+13 � �Z�,a�s'26 a
11 15 � � 23 � 23
F6 0.� �� � � 23 I 2 2� 2
1� rn 22 � 3 �� f C3 nn ��
F��T ����
��``���" �,
!�
C�UNGIL DISTRICT N0.9 �
� K
� �
i
v
w
0
�
�
0
0
a`� �
� �
�
-�.I
BERRY
�
�
�
J
,o ,:
� 11 sf7
� Q t2 �
Z
� W
�
�� —
N a. � Q �
� z �
� � �
M-�—
��� �2
23�92 72"� �
6 N c�
�
7 N
� � r
'�S —
� _
� �0 3 15 'S �p t�
- - � 15. t4 �� �
�
f� ifa� : ,4 :
�� 24 1 � 24 i6 I
2 �� 23 2 I� 23 �y t7
2z � ; w � 22 tR � �s
3R � �
5�' � 21 � i 15
�5� 20 —� 5� �� 2❑ '� iC �
V 8 19 J 6 O�� 6 13
� d 1s � 3 7 r'� � ia �w 1z
� �� � 8�,.,� 37 $ �
—� —m
g � � 1S Q g i �q i6 9
`� 15 � t6 ps 10
�5 14 51 15' i7
72 13 i2 � �13 �
N� 9'8� I �3*�a 3�,
l� � 2„
6=53
2 O I /�i����.._2a25 zfi ��� �2 .,.
z i —^
�
9
�ti�
� /h`
� �'
�
�
4 �
5�
�
6 � �-
�J �
$ � �
� �N ,; .
C D N S U L T A N T 5
PI��P. SANITARI� �EV�R - ��Ri�1� ��REET Sz�z-�76
BETINEEN LUBBOCK ST. & FOR�ST PARK BLVD. MAPSC4 7fi
/'"1�i''"�����1�11���'J� ro�oo
� �FWfl2WTILITIES\EXHIBlTS\BERRY_5_LU8HOCK.EXH
1a 15 14 t5 IQ 15 � t� i5 =°U
11 i4 11 }4 11 14 �1 14
12 i3 �2 13 �2 13 12 13 �
��� �Q.
— -� 1 24 � 24 � � 24
1 �,.
� 2 23 2 Z� f� 2 23
� 3 22 3 22 r��, � � 22 ��,
50' SRIB 4 21 a 27 = 4 �1 �
� SR7A � � j' 2�—__J 5 20 _ � 60� �2��I
�� 6 5 1B � 5 2;� i9 � 2J �io �`+ �g �i�'�
4¢ � 7 16 7 t$ � 7 ��'s�
C �:��
,3 � � �7� 4 � » t� a ,� � 22� a e ,�
, Q ,� � ,� q � ,b � �.
3 $R ��I
PASCHAL
HIGH SCHOOL
z 1° s
� �� ta
� �� g�
� a�
� 2
� �?� 2
Iv J 2
7
Id 4 —
I�' 2
5 �Z
� � iJ 'C
10 20 —
� IF
� �o� ,;
9 1E
�� ,- j 15 � 2b �� 19 tD 15 � 10 15 _ t0 �:
0
�"Gh �q 2 �I 14 11 14 t1 14 Y�' �r1 17 � l4 - it lr
98 ^.�} _ � � ��� S"CI _ �' - .,� �'�C� —
y�"" 9 � A i7s' � _ . ' g, $„ 6�
+' � ' �, T
����� I � I 4�� 4�� `-` ''�I�a� �i'._ �e �W
I ���� 3. 4�
1fi � — J���� - J 3 K , ' . � I �� '
i2 � i ,�� 24 � �� 24 1� 2L Zk 1 24 162' � i8
15 6f2 — �
�� 2 23 � 23 ' 2 23 �2' 23 � 2 d- 2g �I � 60' � f7 � 2
14 _ S1 ��� � 3'�_ 22 7R i8 � 3
� 3 22 �� I i � 22 22 �
13 � ESR � �� o- 3R 2i 4 2� t5 - p�
4 2� �
12 4 t0 � � 2� � I� 3R 79 R _ 5 20 �?�' S �a � 19' � iA � �
� � 3 .li
6 _ f9 � � 1R � � 5 r 19 iL� 6�
�a �0 2 —� �� I _ io c� , � �s �0 6 l.i r_
9 7 i8 �° 7 Q 18 � 7 78 � �� 18 � 12 '� / t�
� � -
� � 17 8 17 S i7 8 17 8 �7 � $
14 5'� ,�, `-
� �
9
8 cQ —
� 6
6 �2„
I ��
2 11 �
1 1❑ 15
Y
�
g 16 9 �5 S 16 a 9 16 � g .� - � 1:
� � m - u � �,O' � �"_
� 15 ro � `° ,0 1J ' m� � ,o is � �o � i �
ta _ � � 11 [�„ �1 ta o �� , 4 t1 14 1� F
n t2" 4� - � 11�
12" ��� 13 iOjY 12 M 12" —1� 5T � 12 13 � p�}� � � 13 � 16" c
fi 7�' �I h� 2 D fi�bd'�� �1 ' i2"d�� 4�, �ARV �D"conc. � —
�, �. ..+ ' .� A�` v Canc. ' " 1F"('a c,
� �I� za o, za i z4_ i 9 zs Csg 2a i 1 2•
2 23 12 I;,. �� � �,�� �2; 2a 25 �� 2 t 23 2 I g.
25 2 23 r 23 8�
� 22 a� x �o I y 2.i � -- �
���tT ���T�y
�,,�_:���
COLJNCIL D15TR1C7 N0.9
�.
�
�
����. ��p �/ 4�� 1 �1 \ �� ���� \� ������
BEIWEEW LllBB�CK ST. & FOREST PARK BLVp.
�
Ccxr�o,�r,4no�v
C O N S U L T A N T 5
W 2042�76
INAPSCO 76
1`'►�Y'11.i��G�� ou�oo
- �FW02\UTILI71E5\EXHIBIT5�8ERRY..W_LV6B6CK.EXH
�'�ty of �or°t �o�t�i, �'�as
yor ��t� ��`u��a�l
���nu�������r�
DATE REFERENCE �1UMBER LOG NAME
z1'[ alp3 ��C�194�3
30BERRY
PAGE
1 of 2
suB��cr APPRQPRIATiON ORDINANCE AND ENGINEERING AGREEMENT WITH TRANSYSTEMS
C�RP4RAT[4N CONSULTANTS FOR WATER AND SANITARY SEWER REP�ACEMENTS
ON BERRY STREET FROM WAITS AVENUE TO FdREST PARK BDULEVARD
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the transfer of $71,821 from the Water ar�d Sewer Fund to the Water Capital Proj�t Fund in the
amaunt of $15,582 ar�d the Sewer Capital Project Fund in the amaunt af $5fi,239; and
2. Adopt the attached apprapr�ation ordinance increa�fng esfimated receipts and appropriations in the
Water Capital Praject Fund in the amount of $15,582 and #he Sewer Capital Project Fund in the
amount of $56,239 from a�ailabfe fun�s; and
3. Authoriae the City Manager ta execute an engineering a�reemen# with TranSystems Corporation
Consultants in the amount af $67,821 for Water and Sani#ary Sewer Replacement Contract on
Berry Street fram Waits Avenue to Forest Park Baule�ard.
DISCUSSION:
The 1998 Capital Impro�ement Program included funds fior Berry Street Urban Design from Evans
Avenue ta University Dri�e.
Or� February 4, 2003 (M&C C-'� 9457), the City Council authorized the City Manage� to execute an
engineering contract wi� TranSystems Corporation Cansul#ants ta prepare plans and spe�i�cations for
pavement reconstruction of Berry Street from Waits Avenue to Forest Par� Boulevard.
This enginee�ir�g agreement will �rovide far the design of the w�ter and saniiary sewer lines, which will
�e constructed prior to the construction of the street improvemenis:
TranSys#ems Corporat�on Consultants proposes to pertorm the design work for� a lump sum fee of
$67,829 . 5taff eonsiders this fe� to be fa�r and reasanab�� for the scope of services proposed.
TranSys#ems Corparation Consultants is in compliance with the City's MIWBE 4rdinance by cammitting
io 15°fo MIVIIBE participatian. The City's goal on this projeet is 15%.
In additEon to #he contract amount, $4,000 (wa#er: $�,000, sewer_ $3,000) is required for project
managem�nt �y the Engineer�ng Department.
This project is Iocated ir� COLJNCIL DISTRlCT 5, Mapscn T9C, Z, 8QE, 93K, and P.
C`�iy o��'or� �o�th� T'e�a�
- -- �
:�� .�- �� � �:� ��-i_ ---
����I����'����
i DAT� REFERENCE NUMB�R I LOG NAME 3flgERRY ��AGE 2 D� �
2118103 'k"��d°� ���3
suB�ECT APPR�PRIATIQN ORDiN/�NCE AND ENGINEERING AGREEMENT WITH TRANSYSTEMS
CORPORATION CONSU�TANTS FQR WATER AND SAN�TARY SEWER REPLACEMENTS
ON BERRY STREET FROM WAITS AVENIJE TD FOREST PARK B�ULEVARD
FISCAL INF'C)RMATIONICERTIFICATION:
T�e Finance Director certifies that upon �ppro�al and completion of recomrnendatEon No. �, an�
adoption of the attached apprapriation ordinanc.�, funds will be a�ailable ir� the cuITent capital budgets,
as ap�ropriated, of the Water and Sewer Capital Project Funds.
MO:r
Submitted far City Manager's
Office by:
Marc Ott
Originating Departmenf Hcad:
Dc�uglas Rademaker
Additional Information Cantact:
8476
a�nvn � Accourrr
(to)
1 &2) PoW53 472Q45
182)P558 472a45
2) PW53 5312QQ
2) PW53 531350
2) PS68 53120D
2) PS58 531350
(&om)
3) PW53 531200
3) PS58 531200
1)P�45 53807a
1) P�45 538070
c�;rrr�x � �ouiv�
06053017667D $15,582.00
Q70580176q00 $56,239.04
06D53D17667Q $14,582.00
030530176670 $ 1, OOD.00
0705$�17fiD40 $53,239.44
03058Ui7fiDQ0 $ 3,OOO.Q�
OB053d97667Q $74,582.00
07058017fi040 $53,239.04
D509Q2Q $15,$$2.Q0
Oi09020 $56,239.00
CITY �ECRETARY
AI'PROVED 2CI8/43
ORD. #15451
6157
Dauglas Rade�naker 6157
C`iiy o, f'�'o�� b�o��h, T'exas
y�� �� �����i� ����r��%�tl��
�ATE REFERENCE NLlMBER i...OG NAME PAG�
2I18103 **��� ��7� 30BERRY 1 of 2
sue��cT APPROPRIATION ORDINANCE AN❑ ENGINEERING AGREEMENT WITH TRANSYSTEMS
CORPORATION CONSULTANTS �OR WATER AND SANITARY SEWER REPLACEMENTS
ON BERRY STREET �ROM WAITS AVENUE TO FOREST PARK BOULEVARD
RECOMMENDATION:
ft is recomrriended that the City Council:
9. Authorize the trans#er af $71,821 from the Water and Sewer Fund to #he Wafer Capital Project Fund in the
amount of $1 �,582 and the 5ewer Capital Project Fund in the amaunt of $5E,239; and
2. Adopf the attached appropriation ordinance increasing estimated r�ceipts and appropriations in the
Wat�r Capital Project Fund in the amount of $95,582 and the Sewer Capital Project Fund in fhe
amauni of $56,239 fram a�ailable funds; and
3. Authorize the Ci�y Manager to execute an engineering agreement with TranSystems Corporation
Consu[tants in the amount of $67,829 for Water and Sani#ary Sewer Replacement Contract an
Berry Street from Wai#s A�enue ta Forest Par1c Baulevard.
DISCUSSION:
The 1998 Capital Improvement Pragram included funds for Berry 5treefi Urban Design from E�ans
A�enu� to Universi�y Drive.
On February 4, 2Q03 (M&C C-19457), th� C�ty Council au�thorized the City Manager to execute an
engineering contraci with TranSystems Corparation Consultants to prepare plans and specifications far
pavement reGanstruction of Berry Street from Waits Avenue to Forest Par� Boule�ard.
This engineering agreement will pro�ide for #he design nf th� wat�r and sanitary sewer lines, which will
be constructed prior to #he constructiar� of the street improvements.
TranSystems Corporation Consultants proposes #a perform the design work for a lump sum fee af
$67,821. 5taff considers this fee to be fair and reasonable for the scope af services proposed.
TranSyst�ms Corparation Cor�sultants is in compliance with the City's IVIIWBE Ordinance by committing
to 9 5% MIWBE participation. The Cifiy's goal on this prajeci is 15%.
In addition to the coritrac� amount, $4,OQ0 (wa#er: $1,000, sewer: $3,000) is re�uired for praject
management by the Engineering Departm�nt.
This project is located in COUNCIL DISTRICT 5, Mapseo 79C, Z, 8DE, 93K, and P.
�`i�y o� �'ort T�o�th9 7'e�acs
y�� ��i �����l� ����r�r�j�a�i��
DATE REF�RENCE NUM�ER LOG NAME PAGE
2118ID3 *�`Co19�73 30BERRY 2 of 2
sue.��cT APPROPRIATION ORDINANCE AND ENGWEERfNG AGREEMENT WITH TRANSYSTEMS
CORPORATION CONSULTANTS FOR WATER AND SANITARY SEWER REPf�1GEMENTS
�N BERRY STREET F'ROM WAITS AVENUE TO FOREST PARK BOULEVARD
FfSCAL INFORMATIONICERTIFICATlON:
The Finance Director certifies that upon appro�al and completion of recommendatian No. 1, and
adoption of the attached appropriation ordinance, funds will be avaiiable in the current capital budge#s,
as appropriated, of the Water and Seuver Capital Project Funds.
I MO:r
Submitted %r City Manager's
Office by:
Marc Ott
Originating Departmeni I3ead:
Douglas Rademaker
Additional In%rmxtion Contact:
Dauglas Rademaker
� F'U1VD
� (to)
1 &2) PW53
8476 1 &2) PS�B
2) PW53
2) PW53
2} PS58
j z> Psss
6I57 I (fram)
I3) PW53
3) PS58
� 1) PE45
6157 � 1) PE4�
� ACCOUNT ` CENTER � AMOiINT
472045 d6Q530176670 $15,582.00
472045 d70580176000 $56,239.00
5312Q0 Q6�530176670 $14,582.04
531350 �30534176670 $ 1,000.00
531200 D70580176�00 $53,239.OQ
5313�0 03D580176000 $ 3,000.00
531200 06053017B670 $14,582.00
53120Q 0705$0176000 $53,239.n0
53807Q 0609020 �'15,582.00
538070 070902Q $56,239.Op
CITY SECRETARY
APPRbV�D 2/18/Q3
ORD, # 15451