Loading...
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