HomeMy WebLinkAboutContract 27894<•
�
�ITY �����j��� �]
�ONT�4ACi i� , _. .[� .
CIiY f}�' �ORi �idORiH, iE7�� � �
STA[V��R9/4�R��A��Ni F4R Ei�G�NEERIN� ���VI��S
ihis ACREEM�N� �s �e�w�en th� Cit�+ of �ar� Worth (tt�e "CIiY"), �nd D�Ot�e, fnc.
Civil �ngir�eering, (the "�N�EAi�EFt"}, for a��OJ�C'i g�ner�lly descr�bed as: Water
Replacement Contract 2002 S�M�H.
Articl� 1
S�o�� af ��rr�ri��
A. ih� S�ape o� S�rvices is s�t forth in At�achm�nt R.
Ar�i�le II
��mp�fls�ti�n
A. T'he ENGIN��R's compensation is set forth in Attachment �.
A►ni�l� III
��pr�� �f �ay�en�
P�ym�nts to �e �NGIN��� will �� m�de �s follows:
A, Ir�voi� �nd �a�m�nfi
{1) The �ngin�er s��ti provide t�� CEty sufficient docum�ntatian to
reason�bly substantiate the invoices.
(2) Monthly ir�voices will b� issu�d by the �N�INEER for �II work per�ormed
�nder this RGR��MENi. Invoices are due and payabls within 30 d�ys
of rec�ipf.
(3) Upat� complefion of services en�merafied in Artict� I, th� fina[ payment ofi
�ny ��I�nc� will be due within 3� days oi r�c�ipt of the final invoice.
(4) In tF�e e�en� of � disputed or cont�s#�d billing, only �hat portion so
contesf�ci wifl b� withheld from paym�n�, �nd the undisp�ted p�rtiort will
�e p�id. �he CIiY will exercis� r+��sonahleness in contesting any bill or
po�ion �her�of. Na int�rest will aecrue on �r�y cont�sted por�ion of the
billing until mufu�lly resolved.
(5) If the CITY f�its to mak� paym�nt in fulf to �NC9IN�ER for billirt�s
cantested in good faith within 6D days o� tMe amount d�e, the
ENGlN��R. m�y, after givfng serren (7) days' wr�tten �atice to CIiY,
susp�r�d s�rvic�s under this ACF���MENT unti� paid ir� full, including
interest. In �e evenf o� suspens�on of s�rvices, fit�� �NCtN��R shall
h�ve no liability to CITY #or d�lays or c�amages caused the CITY
becaUse of such suspension of s�rvic�s.
� � I +������� ���
� ��� ,
� . �a
� �� �L
-�_ -r�
Ar�icl� IV
O�lig��iens �f ih� �ngin��r
Amendmen#s to Rrficle �V, if any, are included in Attachment C.
�. G�ner�l
�he �NGIN��� will s�rv� as the CI'fY's prof�ssion�l engin��ring repr�ser�tative
under fhis Agr�emen4, proviciing prof�ssian�l �ngin�erir�g consultation �nd
acivic� and fum�shing customary s�rvices incider�t�l theretv.
�. Sfi�nd�rc� �f C�r°�
�he stand�rd of c�r� applicabl� �o i�� ENGINEER's s�rvices wilt be th� degre�
o� skill and diligence norm�lly �mpEoyed in the 5tate of iexas by prnfiession�l
e��inee�s or cor�sul4anfis pertorming fihe s�me a� sim�l�r services a� the #ime
such s�rvices �r� pertorrrred.
�. �u�s�rta�e In���ig��i�ns
(1) �'h� FN�IN��R shall �dvise t�e Cl�lf with r�gard ta the necessity for
subcantract work such as speci�l surveys, tests, �esf bor+r�gs, or ofih�r
su#�sur%c� inv�stig�iians in connection with design and engir��erir�g
worl� #o t�� p�rFormed h�r��nde�. ihe �NC�iNEEI� sh�ll alsa advis� the
CITY conc�ming the res�l#s af sam�. Such surrreys, #ests, and
in��stigati�ns shall b� fumished by fih� CIiY, unl�ss o�herwise specified
in Atiachment A.
(2) In soils, foundation, graundwater, �nd other subsu�ace in�estig�4ions,
the �cival char�ct�ris�ics may vary significant�y be�rveen successNe t�st
points and sampl� ir�tervals a�d �t Iocations o#her tha� whe�
obseroations, explor�tion, and inv�stigations h��e been made. Because
of fihe inh�ren4 uncer�ainfies in subsur�ace �valua#ions, changed op
un�nticEpat�� underground conditioRs may occur #h�t could affec# the
#otal PROJECi cast andl�r execution. Thes� conditiar�s anrJ
castlexecutian e#��cts are not 4h� r�sponsibility a� t�� �NGINEI�R.
�, ��pa��ian af ��gin�ering Dr�wi�gs
"�h� �NCINCER wifl pro�ide #o th� CfiY th� origin�l drawir�gs of all plans in ink
an r�producibl� plast€� �ilm sheets, or as otherwise approved �y CITY, which
shmll becorne the proper#y o� the CITY. CIiY rnay use such drawings in any
manner it desires; provided, �qwev�r, th�t �e ENGIN�ER shall not b� liable for
th� use af suah drawings fio� any project other t#�an the ��OJ�CT described
herein.
_�o
�. �ngin���'� ��r�ar�r��l �� C�n��action �i�
(1) ihe pr�s�nce or duti�s of the �N�EN�ER's personnel �� a canstruction
sit�, whether as on�si#e r�pr�sen#a�i►res or otherwise, do not make the
�NG�N��R ar its personnel in any w�y respor�sible for those du�ies 4h�fi
belong tv th� CITY �ndlor th� CITY's canstruction cor�tractors or ather
entities, and do nofi r�lieve the constn�ctron contr�c4ors or any vther
entity afi tF��i� o�ligations, dufii�s, �nd responsibil[ti�s, includin�, bui not
limited io, afl constru�tian m�fihods, me�ns, �8CI1C11LjU�5i sequ�nces, �nd
procedures necessary for coordin�ting and comple4ing all pa�tions o� �he
cons4ruciion work in �ccord�nce with the Gar�trac� �ocum�nis and any
h�alth or safety pfecat�tions required by s�ch construct�on work. ihe
CNGtN��R �nd its p�rsonn�f h�ve no aufh�ri�y to �x�rcise any cantraf
ov�r �ny construction contractor or ather ��#ity or th�ir employ�es in
conn�cti�n with #heir work or any i��alth or safi�ty Arecautions.
(2� Fxcept 4o the exter�t o� sp�ci�ic site visits expressly detailed and set forth
in Attachm�nt A, tH� �NCIN��� or its personnel sh�ll have no
obligation ar res�onsibility �o visit #�e ca�struction site to become familiar
with the progress o� quafi#y ofi 4h� compl�t�d wor#� on the PROJ�C7 or to
determin�, in ge�e��l, if the vvart� or� th� PROJ�Gi is b�ing pertarmed ir�
a m�n�er #ndic�ting �hat �Fte ��OJ�CT, w#��n cample4ed, wil! �� in
accard�nce with the Contract �ocuments, t�or shall anything in the
Confiracfi Gocuments or frhe �gre�men# between CfTY �nd �NGINf��R
be construed as r�quiring �NGIN�I�� to make �xl�a�astive or cvn�in�aous
on-sifie inspections ta discover lat�nt defects ir� the work or otherw�se
ch�ck th� qu�lify or qu�n#ify o# �#�� war� on the P�OJ�Cf. If, far any
reasor�, ih� �NC��N��� s#�ould m�Eze ar� on�site observation(s), on th�
basis of such �n�siie abs�rv�iions, i� any, fihe �NGIN��R sHa�l �nd�a�ar
to k�ep th� CIiY in�ormed af any deviaiton �'rom the Contract �ocuments
coming to the �ciu�) na#ice of FNCIN�ER regarding the ��tQJ�CT'.
{3} W�en profiessianai cer�Ffication of per�tbrmance or characteristics ofi
materials, systems a� equipmen� is �eason�bly required 4o perform ��ie
s�rvic�s s�t for�ri in the Scop� of Servic�s, the �NGIN�ER sh�ll be
entitled to rely �pon such cer�ifcatian to estab�ish ma#erials, syst�ms or
�quipm�nt and per�ormanc� crii�ria �o b� r�qui�ed in the �ontracf
Documents.
�. �pinions �f Pr�babl� �osi, Finan�i�l Consicier�fiions, anci �ch�dul�s
{�I} The ENC�IN��R si�all provide o�inions of probable r.asts based an the
current a�ailabie in�orm�tion at the time o� pr�para#ion, in accorclance
wif� Attac�m��tt A.
(2) In providing opinions o€ cosi, �n�ncial ana[yses, economic feasibility
prajec4ions, �nd sch�dul�s for ihe PRQJ�CT, th� �NGINE�R I��s na
control ove� cost or price of labor and maierials; un�navm or iateRt
condiiians of �xisfiing equipment or structute� that may affec# oper�fion
or maintenance cosfis; competi#ive biddir�g procedur�s a�d m�rket
�3�
conditions; time ar qualify af p��fiormartce by third parties; quality, type,
man�gemes�fi, o� direcfiion of oper�tin� personnel; �nd other economic
ar�d oper�tional faciors th�t m�y m�teri�lly �ff�ct �e uliima�e P�OJ�C f
cost or sch�du(�. 7h�refrare, ��e �NGIN��R m��es no war��nfy 4hat the
CI"TY`s actual PROJ�Ci costs, financial aspects, ecanomic feasiK�ility, ar
schedul�s wilZ not v�ry from the �NGIN��R`s opinions, �nalyses,
proj�ctions, or esfiim�#es.
G. ��n�t��a��i�n ��og�� ���men�
R�commencfations by 4he �NGiN��f� to the C1YY for periodic constriaction
progress paym�nts to th� consiruction contractor will be b�sed on t�e
ENGINEER's �nowfe�g�, i�form�tion, �nd b�lie# �rom sel�cti�� s�mp�ing and
observation th�t the war� has progr�ssed to the �oint indic�ted. Such
r�camm�nc�afiions do nat r�preser�t that cantinuaus or def�iled �xaminatians
have b�n made by i�� EN�IN�CR f� �sc.�rt�in th�t the construc�ion coniractor
has compl�ted the wor�c �n exact accordance with th� Contra�t �ocum�nts; that
�� final work will b� �cc�pt�bl� in a�l re�pects; fihat th� �NCIN��R #�as mac��
an examir�ation to asce�fiair� how or for what purpose i�Fte construction contractor
has used the money� p�id; thafi title to �ny of the work, materials, or �quipm�nt
has passed to th� CI'fY fre� �nd cl�ar of liens, c�aims, s�cunty inter�sts, or
encumbrances; or #hat there are not other matt�rs at �ss�� betw�en t}�e CIiY
anc� t�e construcfiion co�ti�actor that aff�ct the amount tha# should be paid.
H. �ecar�i �r�wing�
Record dr�wings, i� required, will be pr�pared, in part, on t�e basis o#
information campiled �r�d fumis��d by othe�s, and may not alv�rays repr�sen#
tfle ex��t Iocafi�n, iype o�F v�riaus components, or �x�c� m�rtner i� which the
���J�C`� w�s fin�lly constructed. ihe �NCIN��f� is not respansible for �ny
errars or omissions in �h� in�orm�tion �rom others that is �nr,�rpor�ted intv ih�
recard drawings.
I, Mino�iiy and F�d�man Bu�ines� Ent�rp�i�e {I�IL��E) p�riici�a�i�an
In accord with City of �or� Wor�h Ordinanc� Nv. 't 1923, as amencled by
Ordir��nce 134�1, the City has go�ls for f�� par�ic�p�tion af minarity business
enterprises and wam�n business �nferprises in City contracts. �ngineer
�c�cr�aw�edges the fVi1WgE gaal esiablished for th�s con#ract �nd its commitment
to meef that gn�l. Any misrepr�sen��tion nf fac�s (otHer than a negligent
misrepresen#��on) andlor the commission o� fraud by the �ngineer may result in
tf�e #ermina�ion nf fh'rs agreemen� and deb�rm�r�� fram .pa�ficipating in City
contracts for a period of fime ofi not less #�an thr�e (3} ye�rs.
�f. Rigl�i �� �utiit
(1) �NGIN��� agrees th�t the GITY sh�ll, until th� expi�atia� of three {3)
years after final paymen# under this contrac#, have access fio and the
ri�ht #o examine and phat�copy any direcily �er�inent baoks, do�um�nts,
p�p�rs �nd records ofi the ENCIN��R ir�volvir�g trans�ctions relating to
-4-
this contr�ct. �NCINE�� �grees that the C1iY sh�ll have access during
narmal wprking haues to all necessary �NCINE�R facilities and shafl be
provided adequ�t� ar�d appropriate wor� spac� in order to conduct
audits in compl��nc� wi�� the provisians og this se�ian. ih� CfTY sl�al!
give ��GIN��R reason�ble �dvanc� notic� of int�nd�d �udits.
(�} �NGIN��R �ur��ec gg�ees �o inclu�� in �I! its subconsul�n� agre�ments
hereunde� a pro�isio� to t�e ��`�c4 th�t the subconsultanf agrees tha4
the CI�1( sh�ll, until 4Fi� �xpir��ion a� #hree (3} years �ft�e fiinaf paymen4
under th� subcantr�c�, #��v� ac�ss fo �nd the righ# to examin� �nd
photocn�Oy any directly pertinent boaks, dpcuments, pape�`s and recarc�s
af such �ubconsuli�n#r i�valving �rans�ctions to �he subcon�r�c4, �nd
furt�er, k�i�t �he CI�Y shall have access d�ring norm�l w�ri�ing hours 40
�I� subconsul�n# facilities, and shali be pravided �dequafe and
approp�iat� w�� s��ce, in ord�� to condue� aud�ts in compli�nce with th�
provisions of this ar�cle together witYt subsectian (3)hereofr. CI�'Y sha11
give subcansultant reasonable ad�ance r�otic� of intend�d audits.
{3) l�NC1N��� and subconsultant �gree to phato copy suc� docum�r�is �s
may b� ��qu�stad �y the CITY. Th� CITY agr�s to r�imburs�
�NG�N��R far the cast of copies at t�� rate published in the iexas
Admtn�str�tive Cod� in ef€ect �s of the tim� copying is p�rtarme�.
F�. �f�Cli���R'� In�ur�nc�
(1} insurance co�er�ge and �imits:
EN�1N��R shall provid� to the City c�rtifica#e�s) of ir�surance dacument'tng
polic�es af th� following coverag� at minimum limits wfi�ich �r� fa be in ef�ect
pr�or to �ommencement of wor� on the PROJ�CT:
Gommercial C�nerai �ia�ility
$1,00O,OOD �ach occ�arr�nce
$1,�DO,Q00 aggregat�
Automobil� Liabi�i�y
$1,Ofl0,000 each �ccident (or re�sonabfy equivaf�nt limits of co��r�age ii writte�
on a spl�t limits b�sis). Coverag� sMal3 be on any vehicle �ts�cf in the caurse of
the PROJ�Ci.
Work�r's Compensation
�overage A: statutory limits
CovEr�ge B: $1p0,OQQ aach �ccid�nt
$500,000 disea�e d policy limit
�1�Q,000 dise�se � each em�loy��
Professianai LiabiEi�y
$1,000,000 �ach claimlannual aggregate
(2) Certificates of insurance evidencing that the ENG�NEER has obtained all
���
r�qui�e� insurance shafl be deliver�d to #he CIiY prior to �NCIN��R
prnceeding with th� �ROJ�C�.
(�) Applic�ble policies sh�l� b� endorsed iro �ame th� CITY an
�dditio��l I�su�ed ther�on, as i#s int�rests may appear. ihe 4erm
CIiY sh�ll ir��[u�� its employ��s, offiic�rs, a�fici�ls, �gen#s, an�
r►olunie�rs �s respec#s the cantracted servic�s.
(�� C�rtific�t�(s) af insur�nce shall documen4 #hat ins�r�nc�
cov�rag�� sp�cifi�d according ta ifi�ms Sectior� K.{1) and �{.(2) o�
ihis �greem�nf �re provided �nder applicable polici�s
c�ocument�� ther�an.
{c) Any failure �n ��rt of th� CITY to requ�st requir�ci insur�nc�
documentation shall not constitute a waiver of the insur��c:e
requiremer�ts.
{d) A min�mum of thi�ty (3d) days notice of canceltatian, non-r�new�l
or m�terial chang� i� cou�rag� sh�ll be provided to the C! f Y. A
ten ('10} d�ys notice shatl be �cceptable in the event of non�
paym�nfi of premi�m. S�c#� terms shap b� endorsed on�o
EN�IN��R's insurance po�icies. Notice sha[I b� sent ta ths
r�sp�ctiv� ne�artmen# 9irector (by nam�), City af �a�t War�h,
'E 000 T'hrockmorton, Fort War�h, Te�cas 76� D2.
(�) Insurers for all policies mus# be authari�ed to do business in ih�
s�t� o� 1'�xas or be otherwis� appro��d by �e CI�Y; �nd, �uch
ir�s�arers shall be acceptabl�e to #t�� CI TY in t�rms of t��ir financial
streng� and solvency.
(fi� �eductibl� �imits, or s�l� insured �eten��ons, �ffec�ing insuranc�
r�quir�d �ereir� m�y be �cceptable f� #he CITY at iis �ole
discretion; �nd, in lieu of trac�ition�l i�surance, ar�y a�tem�tive
cower�ge main#ained thrnugh irtsUrance pools or ris� reiention
graup� must �� also appraved. De�icatecf �inancial resources or
l@i�ers of credit may also be accepfa�le to the City.
(g) Applicable palicies s#�all e�c� �e �ndorsed w€th � w�iv�r of
subrogatian irt �avo� of the CI'�Y �s respects the �'ROJ�CT'.
(h) �'he Ci#y shall be entitled, upan its reqeaest and withou# incurring
expense, tn revi�w the �NCIN��F�'s insur�rncs polici�s i�cluding
endorsements thereto and, at �� Cll"Y's discretion, fihe
�NC�IN��� m�y be required tn prov�d� proofr of insuranc�
premium payments.
(I) �he Commerci�l General Liability insurance palicy s�all h�ve no
exclusions by er�darsements �nless such are appraved by the
�IYY.
��
(j} The Prof�ssion�l Liability irtsurance palicy, if written on a claims
ma�� basis shalt be maint�ined t�y th� �NC�IN�ER �or � mir�imum
two (2} year p�riod subsequ�nt #o #he term o� the resp�c#i��
f��OJ�CY confira�t witFi �� CITY unless such eav�r�ge is
p�avid�d th� �NGIN��R on an aceurrence basis.
(�) Yhe �f iY sh�il not be responsible for the d�rect paym��t vfi �ny
insurance pr�miums r�quired by this agreement. It is und�rs�o�d
thaf in5uranc� cost is an all�wable compon�nt of �NCIN��f�'s
overhead.
(I) Ril insur�nce required in section 1�.s exc�pt far the Pro#�ssion�l
�i�bilitj► insur�nc� policy, shall �� written on �r� �ccurrence basis
iri order ta b� �pproved by the CIiY.
(m) Su�co�sultan�s to the ENGINLER sh�lE b� required by fih�
�N�IN��� to maint�in th� s�me or reasonably equiv�lent
ir�su��nce cover�ge as r�c�u�r�d for fihe �NGlNE�R. When
insurartce co�erage is main�ained by subcansult�nts, �N�INEER
sFial! provid� C1�1( with c��cumen�atior� ther�of en � c��i�c�t� c�f
insur�nc�. No#withstanding anything tv the contr ry cont�ined
h�r�in, in the even4 � subcor�suft�nt's ir�sur�nce co�erage is
cancele� or termin�,#ed, suc� can�ll�fia� n� fe�min��ian shall not
canstit�te a breach by �NCIN��� o� the Agreem�nt.
�.. Ind�p�r�den� Cor��ult�nt
Th� ENGINE�R agrees #a p�rform all servic�s as �n indepe�dent consu�tan#
and not as � subcantractor, �gent, or omploye� afi fhe CI`lY.
f�. �i�e�o�u�
The ENGINE�R acl�nawi�dges 4o th�e CI'T�' th�t it h�s m�d� full d�sclosur� in
writing af �ny exisfiing confificts afi interest ar po4�n4ial conflicts of inter�st,
inc3uding p�tso��l financia! inierest, direct or indirect, fn proper�y ab�t�ing th�
proposed PROJ�CT and busin��s r�lafior�ships with abu�fing property citi�s.
ih� �NCIN��R fur�her ack�awfedges thaf it will m�ke disclasure in wr�ting oi
any co�flic�s o� int�r�s4 whi��r clevelo}� subsequ��f io #he signing af this confiract
and prior to final p�ym�nt under the contr�c�,
N. A�b���c�s ar� F���dous Sub��n�es
(1) If �sbestas or haz�rdous subst�nces ir� �ny form �re enco�nt�red or
susp�ctc�d, the �NCIN�ER will stop its own work in the affected portions
ofi the PROJ�Ci ta p�rmit ��sfiiRg and ev�tuativn.
(2) lf �sbestos or other hazardaus substanc�s are suspected, th�
�NGIN�ER will, if r�quest�d, assist if�e �ITY in obi�ining the services e�
� qu�lified s�abcontracior to manage the r�mediation activities of t�e
P�OJECi.
oTo
�. �er�ni�irng A��hvr�i�i�s e ��si�n Gh�ng�s
If permitting authorities r��uire des�gn changes so as ta camply with published
d�sig� crit�ri� and/or cu�rent engineer�ng practice standards which the
ENCIN��R should Ha�ve b�en �w�re of at tfie fiim� th�s Agre�ment was
ex�cuted, the �NGIN��R shall �aise plans �nd specifications, �s required, at
�ts own cost and �xp�nse. F�owever, if d�sign changes are required du� to the
ch�ng�s in th� permitiing authorifiies' pualisl�ed design criteria �ndlor prac�ic�
si�nd�rds criieria which are p�blished �fier the d�te of this Agre�m�nt w�ich
th� ENCINE�� could nofi have been re�san�bly awar� of, th� ENCNN��� sh�il
notify the �I'fY o� such changes and an ad;ustment in com�ensatian wiil b�
made ilirough an amendment fio ihis AGR��M�Ni.
��i�l� 1�
O�Ei���i�ns og ��� Ci�yy
Amendm�nts ta Article V, i�F any, are i�clud�d it� Att�chmen# C.
1�. Gi�y-�t��i�hed ��f�
The CIiY will m�ke availabl� ta the �N�fN��� �II technical d�fia in the GI�Y's
possessivn r�lafiing to the ENCIN���'s sen+ic�s on th� �ROJ�Ci. Tha
EN�fN��R m�y rely upon the �cc�racy, timeliness, and comple%ness o� the
informa�an provided by the CI�'.
�. Acc��� 4� �acilitie� and �rop�riy
il�� CITY will m��t� its facilities �c�essibEe to the �NGlNEER �s required far th�
ENGIN��R's per�orm�nc� a� its s�rvic�s �nd will provide {abor �nd s�fefiy
�quipment �s r�quired by #he �NCIN��R for such �cc�ss. �'he CI`TY wi�l
per�or�m, �t no cnst 4o the �NCIN��R, such fiests a� equipmen�, machtnery,
pipelin�s, �nd otF�er companents of the CIiY's faciliti�s �s may be requir�d in
connec�ion with the �NGIN���'s services. ii�a G��Y w�ll %e respans�ble for �If
acts og the CI f"Y's p�rsonnel.
C. �dv�r#i�em�r�is, P�rnii�s, �nd Acce��
Unless otherwise agreed to in the Scvpe of Services, the CIYI( wili obtain,
arrange, a�d pay far afl �dv�rtisements for bids; p�rmits �nd lice�s�s rec�uirec�
by lar,.al, s4a4e, o� federat authorities, �nd land, ��semen#s, rights-of�way, and
access necessary finr #he i�NCIN��R's services or �ROJ�C�' construction.
�3. Tim��y ��diew
ihe CI�'Y will ex�nrrine the �NG�NE�R's studi�s, reports, sketches, drawings,
specifications, proposals, an� other documents; obtairt advice af an attomey,
insur�nce counsefor, �ccountant, �uditor, bond and fin�ncial aduisars, �nd other
cons�ltants as the CIT'Y de�ms �ppcopr�ate; and r�nder in writing dec�sions
�
reqUired by the CiiY ir� � timely man�er in �ccord�nc� with the proj�ct sched�le
in Att�cl�m�nt D.
�o �rompfi No�ice
�'f�e C�7�Y wilf gi�� prompt written notic� to the ENCINE�R whenever CIYY
observes ar becames aware o� any develvpment t��t affects #he scope or timing
af the �NGIN��R's s�rvic�s ar of any d�f�ct in the wark of th� E�1GIN��� or
ccrostruction contr�ctors.
V�. ��b��ios op b����do�a� S��s4�nc�s and fnd�mni�e�#i�n
('i) io the maximum ext�nfi permi#4ed by 1aw, th� CIiY wilf indemnify and
re�e�s� �NGfN��R and ifis oific�rs, employe�s, ar�d s�bcon�raetors from
all claims, d�m�y�s, Ioss�s, and costs, inc�uding, but not limified to,
attom�y's f��s and litigafiion exper�ses �r�sing ouf nf ar rel�ting to t��
p��ser�c�, dischmrge, r�l��se, or �sc�pe af ha��.rdous substanc�s,
contaminants, or �sb�stos on or from �he ��QJEC�. Naihing cantainetl
herein sh�A b� consfinaed to require i�e CI�Y 4d levy, assess ar cvllect
any tax ta fund this indemnification.
{2} T'he indemnific�tion and release requirecf ab�ve shall nat apply in the
ever�t �e disch�rge, rele�s� ar escape afi �a��rdous substances,
cantamirt�nts, o� �sbestos is � resul# nfi �NGfNL�R'S neglig�nce or i�
such h�zardous subsi�nce, con�minan4 0� asbs�s�as is brought onta fh�
P�OJ�Ci by EN�INEER.
t�. G�n��c��r lna�mnific��ion ar�d �laim�
ihe CIN �gress to include in all c�nstruction contracts the provisions of Articl�
IV.�. r�gardtng tn� �NGIN�E�'s Personn�l mt Cons#ruction Si�e, a�d provisions
providing contractor i�demnific�tian af tl�� CIN and the �NGINE�R for
cantractor's n�gliger�ce.
W. ��n��a�o� Cl�im� and ihird�Pariy �e�e�ici��ies
(1) Th� CIiY agr�es to include th� following c�aeas� in all cQntr�cts w`tth
cor�strucfiior� contractar�s �nd ec�uipment ar m�ierials suppliers:
"Cantracfiars, subcontrac�rs and �quipmer�t �nd materials
sup�li�rs on the PRQJ�CY: or fheir sureti�s, shail m�€nt�in no
direct actian ag�inst the �NCINE�R, it� offic�rs, employees, �nd
subcontractor�, fa� ��y claim arising out of, in cv�nectior� with, or
resultir�g from the engineering s�nrices perFormed. Only the CIiY
wi�l be the b�nefici�ry o� any Und�rtaking by tl�e �NCIN���."
{2) i�is AGR��Ni�NT gives na rights vr benefifs in �nyone oth�r than the
CIiY �nd �he �NGlNE�R and there ar� no third-par�y berteficiaries.
(3) ihe CI�Y will inc�ude in each agreemenfi it �nters ir�fo wlth any other
er�tity or person regarding the PROJECT a provisian th�t such entity or
�
p�rson shall have no third-party beneficiary rights under this Agreement.
(4) Nothing contained in this section V.W, shall be construed a� a w�iver ofi
any righ# the Cl f Y has �o bring a claim �gainst �NGIN��R.
CI�1i'� Ir�s�ar�n��
(1} The C��1( may main��in pmper�y insur�nce an cer�ain pr��existing
sfructures �ssoci�t�d wi�h the pRQJ�CY.
(2) The CI�Y will ensu�� th�t �uild�rs �isk/insfialf�iidn �nsurance is
main#�ined a# fhe replac�ment cast va�ue of the PROJ�Ci. The CITY
may provide �N�EN��R � capy vf the policy or document��ion o� such
an a c�r�i�icate ofi ir�sur�nce.
(3) The �ITY will specify th�t th� ��ailders Riskllnsta�latior� insur�nce sh�l!
be compr�hensiv� in cover�ge approp�ate to the PROJECi ris�s.
�, �.itic�ation A��ist�n��
�'he Scop� of Services c�aes not incluc�e cos#s o� the ENGiN��R for required or
reques#ed assisfance io s�pport, prep�re, document, bring, defer�d, or assist in
litigation uRderta4��n or defi�nded �y fihe CITY. In the �venf Cl�Y requ�sts suc�
services afi th� �NGIN���, this P�CR��MENi sha�ll be am�ndec! or a sep�r�#e
agr�ement will b� negotiate� between ihe p�rties.
K. Changes
�'he CI'1'Y may make or approve changes within �e gener�al Sr.ope of S�rvices
in this ACR��M�Ni. lf suc� ch�nges a�ect �h� �NCIN��f�'s cflsi of vr tim�
requi�ed for pertormance of th� services, an equit�ble adjus#rr�ent wi31 b� made
through an amendm�nt to this AGR�EIIII�N�" with appropriate GITY approv�l.
A�iel� V'I
�enerr�l Leg�l �r��+i��+�n�
Amendments fio A�t'rcle Vf, if any, ar� included in Rtt�chment C.
A. Ae�a4he�i��fion fa Pr ���d
�NCINF�R sh�li be auttiori�ed to proceed with #his AGR��[N�Ni upon receipt
of a writ�en Notice to Proceed from �h� Ci�Y,
�. ����� �f �r��ec� ��eumenk�
All d�signs, drawings, specific�tions, documents, and other worlc prod�cts af the
ENC[NE�R, wh�th�r in hard cnpy or in el�c#ronic form, ar� instruments ofi
s�rvice for this PROJ�Ci, wh�ther tt�e ��OJ�Ci is camp��ted or r�o#. Re�ase,
change, or alt�:ration by t�e CI�'Y or by athers acting through or on b�hal# of the
-io�
CITY o� �ny such instrum�Rts ofi servic� wifhoui the wri.tten permissian of th�
�N�;IN��R wiN be a� #he Cl?Y's sole ris�. The #inal designs, drawings,
specifications arrd documents sF�afl be owned by the CIT'Y.
�. �or�� Nlaj�ur�
ihr� �NGIN�I�R is not responsible for ciamages or d€I�y in per�ormance caused
by acts af CodT stri��s, lockouts, accidents, or oth�r ��en#s b�yartd the controt
o� the �NGIN���.
�, �'�rmination
(1) 'ihis AGI��LMENi may be fi�rmirtat�d only l�y fFie City for convenience
vn 30 d�ys' wri4ten nofiice. This ACR��M�NT m�y b� t�rmin��ed by
�ithe� the CIiY or #he �N�IN��R for cause if either party �ails
substantially io p�rtarm through no fa�lt of th� ather and does not
c�mm�nce corr�ction ofi such nonperrormanc� with fiv� (5) d�ys of
wrifi��n not�ce �nd diligen#!y complete the carreciian th�reaft�r.
�2) If �iis AGR�M�NT is #ermin��e� for YH� con��ni�nce of the Ci�y, th�
�NGINE�R will b� paid for t�rmin�tion expenses �s follows:
�) �ast ofi reproductian o� pa�tial or complete s#udies, pl�r�s,
specifications or o�her forms ofi �N{�IN��R'S wor� product;
b) O�t�ofdpock�t exp�nses for purci��sing s#�rage containers,
micro�lm, el�ctroni� da#a �I�s, �nc� other dat� starage su�pli�s or
S�NIC�S;
c) The time requirem�nts far fhe �NGIN��R'S personne� to
docum�n# the wnrk u�de�nray at the time #he CITY'S #ermination
for conv�nience sa that th� wor{t et�ar� is suitable far lang tim�
storage.
(3) Pri�r fio proceeding with fiermination se��ces, 4he �N�IN�ER will
submit to the CI�Y an itemiz�d st�t�ment of �A termin�#ior� exp�nses.
ihe CIiY'� �pp�ov�l will be obtained in w�ifing prior to proceeding with
termination servic�s.
E. S�sp���ian, �el�}�, or In�erruptian 48 ►A�e�k
The CITY may susp�r�d, del�y, or interrupt i�e services af the �NGINE�� for
th� conv�nienc� �f the CIN, in ihe ev�nt a� s�ch suspension, delay, or
€nterrvption, an equi�ble adjustment in the �RQJ�C�''s schedule, commi#ment
and cos� oi th� �NC�tN��R's personnel and subcan�ractors, and ENGIN��R's
compens�i�on will b� m�de.
-11�
�. �ntJ�mntfication
{1) �he �Nf;IN�E� �gr�es to indemni�y and d�fend tl�e CI�1( #rom any ioss,
cost, ar expense ci�im�d by third p�rties f�r propen�y d�mag� and boc�ily
injury, inal�dtng d���h, caused sol�ly by �h� rtegligenc� or willful
misconduct af the EN(aWEER, its emplayees, officers, and
subcontr�cfars in conn�ction with t#�e PRQJ���.
(2) I� the negligence or willful misconduc� nfi ��th ihe �N�IN��Ft �nd th�
CIiY �or s� person id�ntiiied �bove for whom �ach is li�bl�) is a cause of
such d�mag� or injury, the loss, cost, or e�cpense shall be sE�ared
be�ween fhg ENt�IN��R �nd 4h� CI�'Y in propartion io t�eir r�l�fiiv�
degr�:es ofr n�g�igenc� ar willful misconduct �s d�termined pursuanf to
i.C.�. &�. Cade, sectior� 33.Q13{4) (1�emon S�app��ment 195�).
�. As�ig�m�n�
NeitFier p�r�y wi11 assigr� all or any par� ofr this AGREEM�N� withaut t�e prior
wriifen cansent of fihe oth�r par#y.
F�. Int�rpr�tafi�ar�
Limit�tiorts on liabifity and indemnities in this ACR��M�Ni ar� business
understandings between the parties �nc� shall apply to all the difFerent theori�s
og �ecovery, �ncluding breach o� con4rac4 or warr�nfy, ior� includirtg negligenc�,
strict or statutory �iabiGty, or any o#h�r caus� a� sction, �xc�pt �or wi11€u�
misconduct or gross n�g�igence for limitatians of IiabiEity �r�d sol� negligenr,� for
in�lemr�i�ica�ion. P�rties me�ns tt�e CI7Y �nd the ENGIN��R, �nd thei� o#fiic�rs,
empioyees, ag�nts, and su�contr�ctars.
Jur���iction
�he law of th� State of iex�s sha11 gov�m th� ��lidi#y of this AGR��IIA�NT, its
int�rpretation �nd p�rr'orm�nce, anc� ar�y oth�r cl�im� relat�d �o it. �'h� ver�ue
for �ny I�tigatian r�lated ta this RG�E�MENi' shall be iarrant Co�nty, '�ex�s.
J. �i�ema4e �i�p�f� �e��lu#ion
{1} All claims, disputes, �nd other matters in question befinreen the CITY and
€NGIN��R �risir�g out af, or in connection with this Agreem�nt or the
PRQJ�GT', or any breach of any obliga#io� or duty of GfTY or
�NGIN��R hereunder, will be submit#�� to mediation. !f m�di�tion is
unsuccessful, the cl�im, disput� or other matfer in question shall be
submitt�d to arbitration if both parties �c##ng reasonably agre� t��fi the
amount of t�� dispu#e is likely ta be less than �60,aoa, exclusi�� af
attamey's �ees, costs and expenses. Arbitration shall be in accordance
with the C�nstructian Indusiry Arbifratior� Rcales ofi the Americ�n
�rbitr�tian Associ�#ivn or ottter �pplica�le ruies af th� Assvci�tion then
in effect Any award r�nd�red by �h� arbitra4ors less #han $50,000,
@XCIL151V8 Of �ttbIT1@Jf's fees, cosis and exp�nses, will be final, judgment
�12_
ma� be entered thereon �n any court h��ing jurisdictian, ancf wilE nvt b�
subje�t to app��l ar modific�tivn excep� to the ex�ent �ermitt�d by
S�c�ions 1 Q and 11 of the Federal Arbitr�tian Act (9 U.S.C. Sections 1�
and 1 �).
(2) Any award gr�ater t�an $50,000, exclusive of attomey's fees, costs and
expenses, may b� litigat�d by �ither pariy on � de novo b�s�s. ihe
award sh�ll became �n�l ninety (90) d�ys from tlie da�fi� �arne is issued.
If litig�tion Es fited by �rfher p�rty within s�iid ninety (90) day p�rioci, the
aw�rd shall b�com� nufl �nd vofrJ �nd sh�ll no4 be used by �ither ps�r�y
for any purpose in th� litig�tian.
�. S�v��bilify �nd �urrsidal
If any a� t�te provisians car�tained in fhis A�R��MENi ar�: held for any ee�sor�
to be invalid, �ll�g�l, or unenforce�ble in any �espect, �uch invalidity, illegality, ar
unenforce�bility wilf n�t a�'e� �ny a4her provisia�, and t�is AGFtE�M�NY sh�ll
b� constru�d �s ifi s�ch inv�lid, illegal, ar un�nforceable pravisio� h�d n�ver
be�rt c�ntain�d i�erein. Ar�icles V.�., V[.�., VI.D., Vl.b., VLL, and VI.J. sha�l
�urvi�� terminat"ron af this AGR��M�Ni for any c��as�.
�., �b��w� �nci ��mply
�NGIPI�ER shalf af ��I times observe and comply witl�t �II f�der�l ��d. State laws
�nd reg�lations �nd wf4Fi �I� Ci�y ardimm�ce� and r�gul��ions which in any way
affect this A�Ft��M�Ni and 4he work h�r�under, and shall obser►re �nd cvmply
w�th all orders, laws ordinances �nd regulaiions which may exist or may be
enacied late� by governtng �odies ha�ing jurisdic#ion or �uthor�ty gor sueh
enacim��t. No ple� ofi misu�dersi�nding or sgnorart�e th�reofi shall be
consid�r�d. �NCIN��� �gr�es ta defi�nd, indemr�ifiy and hold harmfess C1TY
and atl ofi its ��ficers, �genis and employ��s feom ��d sg�inst �II claims or
liability �rising out of �he viol�tion of any such ord�r, I�w, ordinar��e, or
regulation, whether i# be by it��lf or its employe�s.
�13-
�rii�le VII
����hm�n�, Sch��ul��, �r�c� Sigr���ur��
`�his ACR��MENT, includir�g its attachm�rtts and sch�dules, cortstitutes th� entire
ACR�EiV��N�', supers�des all prior writt�:n or ar�l und�rs#andings, and may anly be changed
by a written amendm�ni �x�cuted by b��h p�rfies. The falfvw�rtg �#�achments and schedules
are t�ereby made a part of this AC�REEM�Ni:
�ft�chmeRt A n Sc�p� of S�rvic�s
P�tEachment � - Camp�ns�tian
Rtkachmenfi C e Amendmen�s �o St�ndard Agreem�nt �nr �ngineering Services
Atta�hment D � Projecf Sch�dufe
Attachment E � Lacation Ma�
A�i�Si:
-
G�ari earsan
Gity 5�cre�ary
-���1� �
Contract Ru�cho�iaa�e�on
'����I�a
—�
Dd�e
APPR�V€� AS TO Ff)�M
ANp I��CA�ITI'
ci r�r o� �o�-� vvo�-rt�
�
Marc .�Qtt
Assista�nt �ifiy Marteger
APPRQVAL REC�MM�NDED
�� . ���t��,_�
A. Dougtas R�c€emaker, �.E.
�ir�ctar, �ngineering �epartm�nt
�_ wr. r.i��. Nrw� �rN
�N�INEER
� �
Assistant C�ty Attomey
gy: `'.'`� �•`� �-
Ri�hard W. �]���te, P. �.
Presiden�
�1�� � �`�'�IQ� I��
' �� ����� �
�_� ���, �
f�i�►4CkMEhIT ��A��
-�- ..;. ;. -
"Scop� of Servic�s sat forth h�r�in can only de modrfied 6y additions, cfariftcations, and/or
delefions s�f farth ir� the supplemenfa! Scop� of Servrces. In cases of aanflict b�iween #he
Suppl�men#al Sca�� of .��rvic�s and �h� Genera! Seop� of S�rvrces, #h� Supplemental Saope
of Servic�s shall have pr�cedenc� overfhe �e�teral5cope ot�Servic�s."
r�_viil.���,L.
1) Rr�l�rr��n�r�+ Canf�r�nc� wiih Giiy
The Engineer shal! atfend preliminary cor�ferenr.es with authoriz�d representatives of
th� Cifiy reg�rd[ng the scap� ofr praj�ct so th�t the p{�r�s a�d speci���ions which �re to
be dev+�taped hereund�r by the Engir�eer will r'�sult in provit�ing fa�ilit�es which ��e
e�onamical in d�sign a�n�1 cot�form to #he City's requiremen#s and b�dgefary
constrainis.
2} C�a�1�n�icion wifih ��t�i�� A���ci�lPublic ��i�i��
The �ngin�er shalf coordinat� wit� officials Q'F O#�1�P OUtSfCIB agencies as may be
nec��s�ry far the d�sign of th� prop4sed str�efi, and storm drain andlor wat�r and
wastewat�r facili#i�s/impro�ements. It sh�il be th� Engineer's duty hereunder to secure
n�c�ssar�► i��ormation fram such autside ag�ncies, to meet #�eir requirem�nts.
3} �eotechni�alln����ig��ion�
The �ngin�er sh�ll �dvise fh� City of iest borings, �nd ather subsur�ac� inv�stig$tions
th�i may be needed. In the event it is determin�d necess�ry to m�ke borings or
�xcav�te test ho1�s or �its, th� Engi�e�r sha�l in coorc�ination witi� the City �nd the
City's geotechr�ic�l engineerin� consultant, draw �ap sp�cific��orts for such #esting
progr�m. ih� cost af th� �arir�gs or ex���ations shail be paid �or by the City.
4) 14��men�� and ���it�
Th� �ngin�e� sh�ll complete a!I �armslapplicat�ons to allow the Gity �� �ort Worfih 40
obtain �ny �nd all �greements andlor permits norm�€Ily requi�ed for a project �f #his si�e
and type. The Engineer wi�l be responsible €or negotiating a�d coordinatir�g to obtain
approv�f of �� �g�ncy issuing the agr�em�nt anr!/o� p�rmits and will make any
revisians nec�ssary to br�ng th� �lans into campliance with th� rec{uirements of said
agency, ir�cluding bufi nat limit�d to flighways, railroa�ds, water authnrities, Corps of
Engin�ers ar�d other utilities.
5) ���ign �l��nge� R�1�4ing fio P�rrni�ing Auth�rifiies
if permitting authorities require design changes, the Engineer sh�l1 re�ise the pl�ns and
specificaiians as r�quir�d �t th� �rtgineers awn casfi ar�d expense, unless such
changes are r�quired due #a changes in the design of t1�e �acilities made by #he
-1-
permi�ing authoriiy. If such changes are required, the Engineer shall nofifiy #he City and
�n amendment to the contr�ct sh�lt be mad� if th� Engin��r incurs additiona� cost. ��
th�re ar� un�vaidable d�lays, a mufiUally agr��able and reason�ble time ext�nsion
sh�ll be n�goiiat�d.
6} �l�r� S�b�ii��!
Copi�s of ih� original pl�ns s�iall be provided on r�producibl� myf�r or approv�d �lastic
film sh�eis, or as otherwis� approved by the �epar�me�t of �ngin��ring �nr� shatl
becc�me the prop�rty of �h� City. City m�y us� such d�aw�ngs in any manner i� desires;
pr���dea1, haw�ver �at th� Engin€€r sh�il not be lia�rle for th� use of such drawings for
any project ofih�r thar� �he project described herein, and further provided, tha# the
�ngir��er shall nat be li�b[e for the ccrosequenc�s of �ny chang�s th�4 �r� rnade ia th�
d�wings or changes �h�t are m�de in fhe impf�m�ntatio� oi the dr�wirtgs without th�
written approv�l of the Engineer.
PbE1S� 1
� ���h�� 114���, ����rr���i �n� �n� Ac��i�i�ie� N��d�
The �ngineer sF�a11 determine the rights�vf way, �asemertt needs for the cons�uction of
the projec�, �ngineer shall d�termine own�rsh�p o� such land and fu��ish �#he City with
#�� n�cess�ry right of-w�y s�etches, prepar� necess�ry easemer�t descript�ons for
acquiring the rights-o� way �r�dlor eas�menfs far the const.�uction Qf this project.
Skefch�s anc! eas�m�nfi descripiians ar� to be p�esented in fiorm suifable #or direcfi use
by the �ep�r�ment of ��gin��ring in obt�ining righ�s�afi-w�y, easements, permits ar�d
licensing ag���ments. Ail materiafs sh�fl be fiumished or� the �ppropri�te Gify forms in �
minim�m afi fa�r {4) copi�s each.
�) ���ign S��+r�y
Th� �ngirteer shall �rov�de n�cessary €ield survey %r us� in ft�e pr�p�r�tion of f�l�ns
�nd Specifications. T'he �ngineer shall frurnish the City cer�ifi�d eapies af the field data.
9} U�ili�y Ce�r��ri��i�n
The Engine�e si�all c�ord�nat� with all utilities, including u�ilities awned by the Ci#y, as to
ar�y propos�d ufiility Gens or �djus#m�nt ta �xisting utility I€nes within the project timits.
The information ab#ained shall be shown on the conceptual plans. The Engineer shall
show on ��e prelimin�ry �nd �inal plans ti�e locatien of th� proposed utility lin�s,
�x�sting utility lines, bas�d on the informat�on prnvided �y th� utility, and any
�d�ustm�nts and/or reiocation of the existing lines withir� #he project limits. ihe
Engineer sh�l� afso ev�luat� th� ph�sing o� �Fi� wate�, w�stew�ter, str�et �nd drainage
wor�, and shall su�mit such �va#uatian in writing to th� City as par# af this ph�se of th�
project.
-2�-
9 0) C�r���pt��l �I�n�
The Engine�r shall �umish four (+4) copies ofi the Phase 1 concept �ngineering plans
which include layouts, prefsminary righfi of way nee�s and prsfminary esfiimat�s o�
prob�bl� construction costs for t�e Engineer's recommended plan. �or all submittals,
the �ngineer shall submit plans and documents for stree�/stomn drain and
waferlw�st�wat�r f�ciiifiles. The �ngin�er sh�ll recei�e written appro�al of th� �hase 'I
Pl�ns from the City's project manage� be�ore proce�ding with Ph�se 2.
���� �
11) ���ig� ��ta
Th� �ngineer shafl pe�vide d�sign d�t�, reports, crosspsec�iorts, profiles, drai�ag�
ca�c�l�tior�s, an� pre�iminary estimates of pro��ble construction c�st.
'I�) Pr�limin�ry �en���G4i�n Pl�r�� �n� Y��hr�ical �p��i�ic�4i���
Th� Engine�r shall submit tweniy (20) capies af P�ase 2 preiiminary constructiar� ptans
�nd �ve (5) copies of fihe p�liminary t�chnical specificatior�s for revi�w by i�e Cify �nd
foe submission to u�lity companies and othe� �genGies for the p�rposes o� coprdinating
work with existing and proposed �tilities. The �arelimfnary canstruction plans shaf�
indir.at� loca4ion of exis#�ngl�r�posed u�ili4ies artd siarm drain lines, ihe �n�ine�r shall
receive wrifit�n �pproval of th� �hase 2 pl�ns from tFi� City's proj�ct mar��ger before
proceeding with Phase 3.
�H��� �
't 3) Fin�l �ons��ueti�n PI���
The En�inee� sh�tl fumish fiiv� (5) capi�s of th� fi�al canst�uctio� plans a�d cantract
sp�cifications for review by the City.
14) D�4��l�d C��i ��tim�4�
T�e �ngineer shall fumish four (4) capies of detailed estimates of probable consiruc�on
costs fior the author+�ed cor�struction projec�, which si�all inc�ud� summaries of bid items
a�c� quantities.
1 �) �'I��� and �p�cif��ti�n Appro�al
TFi� E�gine�r sh�l� �umish an arigin�l cav�r myt�r ��r �e signatur�s of authar��ed City
officials. The Contr�cf �oc�mer�#s sha�l camply wi#� applicable local, state �nd feder�l
laws and with applica�le rules ar�d regulations promulgaied by loca(, state and n�tional
boards, bure��s and agencies. The �ngineer shal� rec�i�e writt�n approv�l of the
Phas� 3 plans from the City's prnject manager before proceeding wit� Ph�se �4,
-3-
I�H��� 4
18) Final A�prr��+�� �ar���ru�ti�n �lar��
Th� Engineer shall fiumish 4� bound copies of Phas� 4�nal appro��d construction
plans and centr�ct specifca�}ons. �he appraved pfans and cnn��ac� specifications sha11
b� us�d �s �utlzori�ed by the City for use in obtmining bids, awarding contracfs, and
construc�ing th� proj�c�.
'� �') �id�ing ��sista���
Th� Engin�er s�tall issue addenda as ap�ropri�te 40 �nterprei, cta�ify, or �xpand the
bidding dacumer�ts, ar�d as�ist the owne� in de#�r�nin�ng the qu�li�ic�#�ons and
accept�bility of praspective constructors, subcont�aatars, �nd suppliers. Vtlhen substifiu�
tion prior �o the �ward of co�tr�cts is allowed by the bidding documenfs, the �rtgine�r
witl �dvise the �wner �s to 4h� accep�abili�y af altemat� m�teri��s �nd equipm�n4
proposed by the prospec#iv� canstnactors.
1 �) R�cor�m�n��tia� a�' Aw�r�1
The �ngineer sh�l� assis� in �he tabufatior� and revi�w af all bids received go� '�he
cnnsinaction of th� project and sh�ll m�ke � recommend�tian af award to the �ity.
19} �r�b➢d �nfi�ren��
The Engineer shall attend th� prebid conference ar�d the bid opening, prepare bid
tabul�fiien sheets snd provid� �ssisiance �o tFie own�r En �v�luating �ids �r propos�ls
and in �ssgmb�ing and awardin� contr�cts �or construction, materi�ls, equipm�nt, and
5@NlC�S.
����� �
�t?) ��con�teu�ii�n C�n�er�ne�
ih� �r�gineer s�atl atiend the precons�uction conference.
21 } �ot�����i�n �urr���+
The �ngineer sh�lf be �v�ila�le to the Cify an mattsrs concerning tFte I�youi o� the
project durir�g its cor�structEan and will s�t control poin� in th� fi�ld to allpw �ity survey
crews fio �ta�� th� proj�c#. �'he setting of line and grade stakes and route inspection nfi
caRstruc�on wiEl be perFormed by th� City.
22) �t�� Vi�i�s
The Engineer shall visit #�e proj�cf sit� at �ppropt�ate int�rv�ls as cnnsiruction
proc��ds #a abserve and r�port on the progr�ss and the quaiity of the ex�cut�d work.
C!
23) Sh�p ��wir�� R�vierw
The Engirteer shal! re�iew shap and erection drawings submitt�d by the contractor for
cvmpiiance with d�sigr� cancepis. Yh� �ngineer shalf r�vi�w ��boratory, shap, and mill
test reporfis on mat���ls �r�d e�ui�ment.
24) In�fru�tions �o Gont���t��
The En�ineer shall pravide necessary interpret�#ions and clarificatior�s of contract
documenfs, �evi�w chang� orders and make recommer�daiions �s #v the �cceptabifiiy
of th� wor�c, at the �q�est o� th� City.
25) �i�eing Si� ��r��iti�n�
The �ngine�r sh��l prepare sketch�s required to resolve p�oblems d�e to actual fi�ld
conditivns �ncountered.
26) R��or,d �rawing�
i�e Engineer sh�l( prepare record dr�wings f�am inf�rmation submiirted by the
contractor.
-5-
�XHI�I� .��o�..
��IP�����i�A� ��0�� �� ���NI���
��u������Ri�° r� a���si"o�n��ir u��r�
�a�si�� ����+����: �va��� i���o����n��s
�he �allowing is a ciarificafion af t�e tasks th�t the �NGIN��R will per#orm under
A�IACHM�NT "A". Work unci�� this �ttachmen# includes er�ginee��ng s�rv€ces for w�#er a�d/or
s�nitary sew�r improvements �or the follawing:
WA��� R���AC�M�MT COAI�RAG� �0�� SiM�H
�O� N�. 3i0�
WAi�R PROJ�C� NO. P11V53�060�307�'6490
�fire�#
Tr�if �ake �rirr�
Wat�r I�a� No.
2024�3a2
�D�4d3 a6
2030�3��
z��o-��s
2o���so
Wafier I�in� lnfo�rnation
Exisfir�g Si�.e Prop�s�d Si�e
�'� S"
l��ng4h {fit)
6'� 6D
Upor� reoeipt of nofiiee to proc�ed, fhe �NCINEEI� wi11 pe�rorm the following tasks:
����° � � �������r������
'�. InitE�l ���a Ca�l���ien
a.
Pr�-D��ign Ca�p�ir���i�rr IW�eting�
�NG1N��R will attend and docum�nfi me�tings, as r�quie�d, io discuss and
caordinate vari��s aspe�s �� the projec� and ta ensure thai fih� project s�ays on
schedul�. �ar purpases of esfiablishir�g a iev�l of camfiori, four {4) meetir�gs are
anticipated. ihese include the fol�owir�g:
�ne (1) pr�-design kick o�fi meeting, (i�cluding th� CITY's �epartm�nY ofi
�ngine��ing ar�d aEher depar�menis thafi are impacted by tf�� proj�c�).
One (9 ) review me�tirtg ag com�fetlon af the City's review nf' the
canceptual engineeri�g plans.
�xf�fbi� �4�9
�age 7
One (1) pubfic me�4ing �fier compfetion pf design �nd pria� ta
constructior�.
b. ��f� Coll��ti�r�
In addiiion fio dafa obiain�d frnm the City, �NGIN��R will rese�rch �nd
make efforts fio obtain pertinen� infiormatian to aid Fn coardinatior� o� fihe
propased improvemenfs with any pl�nr�ed fu��r� improv�m�nts �hat may
in#luer�ce the �roj�ci, ENCIN��R will also identify and seek to ab#�€n
data for existing conditions �i�a� may impact th� proj�c� irtcluding; utili#ies,
City lV��sier pl�ns, prop�rty awner�hip �s ava�lable from fihe iax
Assess��`s office.
c. �oordinatF�fl �vif� OFher Ag�n�ie�
�urir�g the conc�pt phase th� �hIGIN��� shalf coordinaie with alI
�tilities, includin� �tilities owned by the City, ix�OT and Pailroads. �'hese
�n�ities shall afso be cantacted. if applicabl�, to det�rmin� pt�r�s for any
proposed f�cili�ies or adjustm�nt to exisFing facilit�es wii�in t�� projec�
limi�s. The it�fo�m�fion obiained shall be shawn an the conc�pt pla�ns.
ih� �NC�INEER shal� show th� locafio� of the prapased �tility lin�s,
existing utility lines and any adj�stments andlor �locai�o�t af #h� exisiing
lines wi�hin the proj�cf limits. ENG[N��R sh�ll compl�#e alf forms
n�cess�ry fn� City to obtain permat fett�rs firom ixD��' and railroads ar�d
submit s€ach �arms #a #he Cify. City shall be responsible for forwarding
the fo�ms to the ��fe�ted agenci�s far ex�cution.
�. f��r�thly P������ �eport an� N�ighb�r����1 Ne�feif��
a. ihe �NGINEER shall st�bmit a progr�ss sched�le after the design cantract is fully
execu#ed. if�e schedu�e shaU b� updaied and submitted to tF�e CI�Y along wi�h
manthly pragress repar� as requir�d under Attachment � af the contract.
b. �NGIiV��R will prepare a q�arte�'�y ��wsletter detailing it�e sfiatus af fhe pra��ct �or
distributian to the af�ected NeighborhQod Associafion. The newslstter will be
revi�wed �naf a�p�aved by the City priar ta distributien.
P,�Ri � - CONSiRl�C'�ION PLAI�[� �OR�D SP��I�IC�iTt�R1�
�rgf�iP �-! �,��a �
1, Concep�ual �ngine�ring
i. ��w�y� f�r ���ig�
a. �NGIN��Fi wifl p�r�orm fi�ld s�rveys to col�ec4 hori��t�taf and
ver�ical elevatior�s and other inform��i�n wf�ich will be n�eded for
use by ihe �NGihl�FR in design and pt�par�tion o� p(arts ��� ihe
projeGt. �nformation gath�red during th� sc�N�y shalt incfude
topogr2iphic data, efeva�ions of ail s�nifiary and adjacen� sta�m
sewers, rimlir�v�r� elevations, location and huri�d utilities,
sfituc�ures, �nd otF�er fe�tt�r�s ref����t �o the �n�l plan sh�efs. �ar"�
s�vve� line� located in alf�y� or bacl�y�rds, �h1GIfV���. will ab#�in .
the f�l�owing: �
�t�tain permissian fo� surveying thraugh private proper�y.
�ocate hari�ontaf af utifity lines firram �vaiiable inform�tion. Where
n�eded, utilitie� may be �xposed by th� Gifiy aond �i�d by
�NGfN��R to determir�e c�r�ain 5p�CI�IC �at�ic�l I�ca#ions a�
underground uti�iti��. iie improvernenfis, tre�s, f�nc�s, walfs, etc.,
horizontally along the stre�t �ighfi of�w�y in an approxim�4ely 60'
wide sfifi�p. !n ad�fition, lacate all froni house and b�ilding camers.
Pro�C� exis#ing wate� andlor sewer lin� canterline if requested k�y
the City.
Cam�ife base pfan firom fi�ld s�rvey cla4a at 1"e40' sCale� hori�antal
and 9'=4' vert�cally (i� a� profil� is re�uir�d).
W#�en cc�nducting design sutvey afi any lacai�on on t�e p�oje_ct, the �,
cansulianfi or its subdc�nsultant shall carry readily �➢sible
infarmati�rt id�ntifying the nam�: o� the campar�y and the company
representative, All com�any vehicles shall also #�� �adily
itierrt�fied.
b, Ert�i��er� 1l�tl! P�r��+ide ii�� I��II�w��g 1nf��rr����on:
AI� plans, fisld Rotes, p(ats, map�, legaf descrip�ior�s, ot' othe �r
spsci�ed dn�uments prepared in canjur�ctian wiih the requssted
service� sh�!! be. prav�ded in a digi#al format com�atible with ti�e
�xryibif 1��9 �ag@ 3
e{ectron�c da#a cal�ectio� and campute� aided design and drafi�ing
safi�n+are currently in �us� by t�� Clil( �epartment o� �ngine�rin�.
All texf daf� such as plan and profile, legal d�scripfiio�s,
coordin�#e files, cut sh�e#s, �tc., s�all �e prv��d�d in �he
American S#anda�d Cod� far ingormatEc�n ln4erchang� {AS�11)
formafi, all drawing files shall be p�o�ided in Auto�d '{DWG or
DX� formaf (curr�ntly R�feas� 12}, o� as Q�h�rwis� approved ir�
writing by t�e CIiY, and ail data collected and gerter�ted du�ing
t�e course o� �F�� project sh�ll becam� t�e p�operty of th� CIiY.
7,h� mi�ir�um inforrnation to be provided in th� �fans shall inc[�ade
th� foilawing:
'!. A�rojec� Contral Shee�, shewing A�� C�ntro! Poinis,
�sed a� set while ga�hering d�ta. Generally on a scaate ofi
no# less th�n 1:4a0:
�, iFie follawing ir��ar�natic�n abouf each Cont�al P�int;
�. Ider�tified (�xisting City IVio�umen� #�9�1, PK Nail,
�/�" Iron �od)
f�. X, Y and � Cuordin�f�s, in ar� fdenti�ied c�ordin�te
system, a�nd � referred b���i�g 1�as�. � caordinat�
on City Datum nniy.
c, �escriptirt� Location (�x. S�t in the cent�rfine of
the inlet irt �� Seuth curb line of Nor#h Side ��ive
�fi th� �asi end of �diu� at the Southc�ast co��r
af North Sicie Driv� a�nd Northr Main Stree4).
3. Coardinat�s on all P.C.rS� P.T.'st P.I.'s, M�nt�oles, Val��s,
etc., in th� sarne caardinate syst�m, as tF�� Controf.
4. No I�ss th�n two ha��ant�l contro� poin#s, p�r line ar
location.
5. B�:arings given on al! proposed cen�er�ines, or baselines.
6. Station equat�ons r�el�ting utilities #a pavirmg, wher�
��ribi� �4�9 Page 4
�ppropriafe.
�i. ���li� �la��+e�fion a�� P�e�onrrelil/ehi��e ieientifi���ion
�rior to conduc�ing �esign sur�ey, �N��M��R will notify ��fec��d
residenfis of the �rojeci in writing. ihe no�ifica�ion letter sha�l b�
on comp�ny I�#terhead and sh�lf includ� the folfoi�ring: project
name, I'tmits, ��� prQj�cf r�o., Consultant's pro}�cf manager ��d
phone no., scope og survey work �rrd des�gr� survey schedul�.
ihe leifier wfll b� review�d a�d a�proved by the Ciiy p�ior to
disg�ibuti�n.
Wh�n conducting sit� visits to fih� proj�ct location, th� �ons�lfant
or any a� its sub�consuliants shafl carry readily visible inform�iio�
idenfifyir�g the na�me of the cflmpany and the company
repres��niative. All comp�ny v�hicl�s shall also be readi3y
id�r�tifiabf�.
iii. C�n���g��l E�gin���in� Pl�n ��b�i%I
� a. Car�oeptual plans shal[ b� submit��d to City � days aft�r
�lotice to Proce�d E�etter is issued.
b. '�he �I�GIi���� sh�ll p�r�vrm �onceptual d�sign of ihe
pr�vpos�ci improvements �nd furnish fo�ar (4) �opi�s o� the
concept ��ngineering pla�rs rwhich includes layauts,
preliminary right� way needs and cost e5fiimates �a� ffie
�MGiN���.'s r�ecammended plan. �NC�Pi��R shafl
per#orm remaining field sunreys required f�r �inal d��ign af
s�l�cte�1 route(s). �he �N(�W��R shali alsa �valu�te th�
phasing o# �he wat��, sanifi�ry s�w�r, str�et and drainage
wot�t, and s�all submit such �valuation in writing to ihe
City a� a pari af the concept pha�� Of fh� proj�ct. All
d�sign shalf be ir� canf�rmance with �ar� VIIorEh Waier
Departmen� policy ar�d procedur� far ��ocessing water
and sewer design. �NCff���R shaq r�vi�rnr the City's
wafie� and sewee masf�r plan and pro�ide � summary af
findings pe�aining ta ihe proposed proj�ct,
�. Pp�limir�ary �r�gin�eri�g
�xhi8f�.�a1 Sa�e �
Upon approval ofi Parf �, 5ect�on '�.iv, ENGIN���t will prepare
pr�liminary canstruction pians as foliow�:
a, O�erall w�ter �ndla� s�nitary sewer f�yo�t sheets and an
ov�r�ll easem�r�t layout sheet{s}.
b. �t�el�minaryr p�at�cfi pfans and profile sheets which show
the foliowing: Propased water and/ar s�nitarr� sew�r
pl�n/p�Afii� �r�d recQmm�nded pipe size, fir� hydrants,
w�t�r ser�iee lines a�d mefier boxes, gate valves, iso�a#ion
valv�s �nd all per�inen4 �nformatior� needed 4v constrvcfi
i�e praj�c�. Leg�l desc�pt�on {�ai Nos., �loc�C N�s., and
Add�tir�rl Mam�s) along with pro��rty ownership shaf� be
provided on #he pfan wiew.
c. �or s�w�r tir�e�, �i��lines sch�dule for poinfi r�p�i�s,
r��ai�ilitafii�n and r�pfacem�nt wil� b� locat�d on ihe base
sheets ���pared �rorr� s�arvey infarmatia� gath�r�d ur�de�
Pari �, Section 2. Conflicts sl�alf be resolved wher�
pipelirt�s �re to be reha%ilit�ted on the same iine
segm�ni. ��as� st�eets st�all refe�nce affect�d or
adjacent st��ts. Wher� ap�necut construc�ian is
� anticip��d, b�Ea�w and �bov� graunc! �tili�ies wil� be
�ocat�d and shown on fihe base sheeis.
cf. Existing utilities a�d uti�ity e�sem�Rts wil� be shawri on th�
�lan �nd profi�e si��ets. �[VC�lNEE�2 will cov�dinate wif.�
utility compa�ies and th� City af f�ort WQ�h fio determine ifi
any future impra��ments are pfann�d tha# may impaci th�
projec4.
e. ih� �NCl�l��R shall make provisions fio� reconnecting �II
water ar�dlor wast�wat�e service lines which connect
directly iv any m�i� being replaoed, incf�ding �placemen#
of existing s�rvic� tir�es within Gity �ight-o� way or utili#y
�asement. When ih� existing alignm�nt af a water and
sar�itar�► s�nre� main or faterat is changed, provisians wi�l
!ae mad� in #h� �i�al pfans andlor sp�cffic�tions by #he
EN(�1N�L� ta r�locate all service lines which are
�xhibft A-9 ���e �
cQnnected t� the exisfiing main and connect said service
lines �a the reloca4ed maEn.
fi. `fit� �i�C[N��R will preparr: sfandard and special det�il
sheets for water line ins��itatiot� and sewer rehabilitation
or r�plac�ment thafi ar� r�o4 alr�ady incfud�d in ihe D�
�ec#ion of the City's sp�cificatians. ihes� m�y includ�
conr��ctian aEetails h�tween vaeiaus parts of the proj�ct,
tunn�lin� details, borir�g and jac�ir�g details, waterlfn�
relo��ior�s, det�ils unique to the c�anstruGtion of tf��
p�ojec�, trer�chiess det�ils, and sp�cial service laieral
r�connections.
g, �ightmof�W�y Res�arch
ihe �I�CiPI��R wif� c�nduc� preliminary research fior
av�i{abif�ty of existing �asemenis where ape��cui
canstruc�Fon or relacation a�� exisfiing alignmen#s is
probabl�. iem�orary and permanent ��sem�nts will be
ap��p�ated ba5�d on a�ail�ble ir�formatian artd
rec�mmenc�ations will b� m�de fvr ��aproval by ih� City.
h. �igh#aof�n►ayl�as�manf Pre�aration and Submitt�l
Pr�para�iar� anc# submitt�l af right-o� way, e�s�ments and
rightsmof etrtry will be in confarmance with "S�bmii�al of
Ir�farmation io R�al �'roperty f�rRcquisition of �roper�y�.
i. Utilifiy G��ar�nc+� Pha��
'l�h� �NCIN��R wi{I CDCtSillt with ihe City's Water
�epartment, C7epartmenf o� �ngir�e�ring, and ath�r CIYY
dep��menfs, public utif�ties, pri�ate utifities, pri�ate utiliiies
and goverr�ment agencies to det�rmine the approximate
locatiart o� aebo�� artd underground u#iliii�s, and other
�acilities t�at i�a�e an impact ar infl�enc� on the proj�ct.
EN{�IN��R wi�l design City f�cif�ties to avoid ar minimiz�
coriflicts wi#h existi�g utilifies.
�xltibii�4-� �age T
Tf�e �N(�EN��R si�tall c�eliver a minirr�um af �! 3 s�ts of
appro�ed preliminary eonstru�tion ptans to the City's U�ili#y
Gflordinator �or forvuardir�g to atl utility compaRies, which
Have f�cilitie� within the limits ot th� project.
j. Preliminary Ca��tructinr� �lar� S�bmittal
i. Prellminary pf�ns �nd speci�cations sha�ll be
submitted ta Ci�y 4Q afte� �pproval of Part �,
Secti�on 7.iii.
ii. rh� ENCIhf��R shafl de2iver iwo (�} s�ts of
prel�min�ry +construci�Qn plans ar�d two {�) sets of
�specifications and car�tract dac�ments to Clil� fo�
review. Cener�lly, plan sh��ts shalf be nrgani��d
as foltows:
Cover Sheef
�as�ment I�youf (if applicabfe)
P1�n & Prafil� She�ts
S#�r�d�rt� Construc�ion �etafls
Special De#aits (lf applicable)
ii�. �he �NCIN�ER sh�fi submit � preliminary
estimate of probabl� consfiructian G05t with the
pr�limina�y ptans submitted. �NGIiVi��Ft shall
assisfi City in s�f�cting fh� feasible and/or
economical so�u�ions fio b� pursued.
I�. �ewiew Meetings with Gity
Yhe �NCII�EER sha� me�t wiih ClTY t� discuss revi�w
comments for peelim�nary submiftaL ihe CI'�Y shal� dtP�ct the
�NC1N��R in writing to prac�ed with �inal Desigr� for �inal
Review.
�. Public Meetit�g
After th� pr�limi�ary plans hav� bee� r��ri�w�d and approved
by the City, �MGINE�� shall �repare �x�ii�ifs along with an
�irhibif Am9 Page �
invitation fetter and att�nd public meeting to h�lp explain ihe
pro�osed project ta resid�nts. ihe CIiY shaif mail th�
in�iiation Eett�rs.
3. Final Engineering �lan Su�mi�ta!
a�. Fir�a� CvRstruci�ort 9ocument� sha�l be submitted �o CI7Y � days after
approval of �arf �, Section 2.j.
�ollowing CI'ivY approvaf of the r�cQmmencied impro�ements, th�
�IdCENE�� si�all prep��e ��al p��r�s, s�ecifications and contraci
docum�nfs �nd pro�ide t�em 4o th� CIiY {each sFreet shall !�e st�m�ed,
dat�d, ��c! sigr�ed by th� EN�fN�f�Rj and submif iwo {�} sefs o� pl�ns
ar�d constn�ction cor�tract documenis within 1� days o� CIYY's �inal
approval. P(an seis shall be used fa� �'art G�c#ivfties.
b. �NC�I[���R's �s#im�E� o# Probable Cons#tcictian �os#
iF�e EN(�liU��R shall submit a�nal �siirnate of proba�l� canstructian
cost wifih the �inal p��ns submitted:
P�R'� � � ��C��PE�T��CYI@M ��Sl�il�l+l��
A�mini���iar�
�. D�[id�p Bid �ocum�r��
il�� �N�fh�E�l� wili ma�� �rra�lab[e #o� bidding, upon r�quest by #he Cl�Y, up to
f�r�y (40) sets afi th� �nal �p�ro�ed and dated �lans ar►d sp�ci�ic�fions a�d
contr�ct documents �ar the projects to th� CiiY fo� distribtrtion #o pofi�niial
bidd�rs. k��oposa! will h� deli�ered i� electr�nic format.
b. �i�dl�� �sist�n��
Yh� �fVCI�V��� �hali assisi the CITY du�i�g phas� inclucfirrg ��ep2�rai�on and
delivery of addenda t� pl�n ha#ders and res��nses to que�tions submitted to
the QO� by prospectiVe bidde�s. �ngineer shail af�end the sch�du€ed pre-bid
conference.
iF�e �NGIN��� shal� a�si�� ir� reviewing ii�e bids far completeness and
�arhl6itAe9 ��ge 9
ac.cEtr�cy. Th� �f��fN��V� shal! att�nd the prolect bici opening de�elc�p bid
tab�f�tions in harcl copy and el�ctranic �'ormaf and submit four (�) copies af th�
#�i� tabutatiar�.
c. A��B����e D�wi�� �ort�tru�fion
Th� ENGIhIELR sh�ll a�iend �he predconsf�uciian confer�nce fo� the proje�:t.
�'he �N�IhI��Ft sh�[! �Iso cc�nsult wifh and advise #i�� CI�! c�n design a�dlor
car���ructi�n ch��g�s, if ner,�ssary.
�hi6itAd9 I�age 94
�XblB[� �
G�����1651�'�{@I� peM� S�FiEDU��
WATER REPLAC�MENT C�N�'RACT 2002 STM-H
DOE ND. 37a8
WATER PROJEGT NO. PW53�06Q53017649Q
I. Campens�tian
a. �he �t�gineer sha�l be compensated a tot�i lump sum fee of ��4,��8 as
summarizec� in Ext�ibi# n�-3A". �'ayment of tf�e fotal lump sum fee shatl be
ca�si�ered fuli comper�sation far �e servic�s described in Atkachment "A� and
Exhibit "A-1" for ail labor maferials, sup�lies �nd equipment necessary to
complet� th� praject.
b. The Engineer shalf be pai� in fo�r (4) part.ial paymenis as described in Exhibit
"B-1" upari receipt o� �o�ar i�dividual in�ro�ces frorrz the Engineer. I� t�tis regard,
ttse �gineer shail su�mit ir��oices for fou� par�al paymer�ts as described tin
E�ibif "B�'I", Section 1-- Method of Payment.
Il. Schedule
a. FEnal Phase I P�ans st�all b� submitted within �� calendar days after the
Notice ta Proceed letter is issued.
��ibit � �age 1
�XHl�31i ��1
(S[]���.�f��Ni' �� �TiACE�I�[�Mi �)
IU9�iH�� O� �AYIIREIVi
WATER R�PLAC�MENT C�NTRACi 20D2 STM�H
DOE NO. 3708
WATEI� PR4J�CT Nfl. PIN53-06Q�3Q'�76490
I. Method af Payment
a The �ngineer shall be paid in four (4) partiai payments as outlined below:
Partia! Rayment Numbec 'l, which shall be ec�uival�nt #0 40% o� the total lump
sum fee, sh�li be payable after City appraval of Exhibit uA-1A, Part B Sec#ion
1.iv, Conceptuaf fl�sign P1an Submittal.
Partial Paymerrt Number 2, rruhich shafi be equivaler�t fo T5°!o of the total �e�rnp
sUm fee, less previo�� {�ayments, shail be payat�le after Ci�y approval of �chibit
"A-1", Pa�t B, 5e�tior� 2j, Prelimir�ary Canst�ct�an Plan. Submitt�f to City.
Partial �aymen� Number 3, wrh�ch shal! be �qui�alent to 90% of t�e tot�l !um{�
s�tm fe�, less pre�ious payrr�er�ts, shall be payable after Ciij► a�provaf of Exi�ibit
°A-'�A, Par� B, 5ectior� 3, Fi�af Construction Docum�nts.
Partial Payment Number 4, whici� shal! repres�nt ��e balance af earr�ings, less
previaus paym�nts, shall be payable after all pre-cor�struction meetings �'or the
Projec# have been co�clucted.
Note: If th� Engineer deterrnines in the course af making design drawings and
spec�f cations ihat the construction c�st estimate of ����,�fi3 �as estimated ir�
Ex�ibit "B-3B") wil� be exceeded, whether by change in the scope of th� project,
incr�ased costs or vther condii�ons, the Engineer shall imme�iat�ly report such
�act to th� Ci�r's Directar of the Departmeni of Engineering and, i� so instructed
i�y t�e Di�ect�r of the Engineering Depart�merit, s4�a4# �uspend a11 vuork
hereunder,
�xhibf� ��i - -- Page 9
�H[�li �m2
�SUC�F���14��[VT �� A7i�C�I��N�' I�)
F�OUR�Y �i� SG���UL�
WATER REPLAC�NfENT C4N�'RACT 2D42 STNi-H
�Q� NO. 3708
WAT�R PROJ�Gi Na. PW53-060�3U'l7fi�90
F�n�� .l�fi�ifr�+inn
Principal Er�gir�eer
Project Manager f Ptanrze�
R.P.L.S.
R.P.I�.S. (Pr�r�cipal}
Design �ngineer
Designer / CAD Operatnr
Survey Technician
Cierical
Sutvey Crew
R�te/H��rr �Ranael
$1101 hour
$90 ! haur
$7� / hou�
$100 ! haur
$65�$$01 haur
$5� ! hour
�65 ! hour
$401 hour
$'� 70 ! �out
ReprodUction wo�c will be af current commercia� rates. Subcantractors will be paid for at a�#ua!
ir�voice cos# plus ten percent (10%),
€xhihit Bo�
Page 9
FX�1i�ii ���
{SUL�P��i��lVT i� �TT�1CHNi�N� �j
���I�� ��� �8�� �l�MNfARY
WAi�R R�F'loACEM�NT CQNTRAGT 2002 STIVI-H
DOE NO. 37Q8
WAT�R PROJECi NO. PW�3-�60�30176490
P_ ha�,_e Sr.nn -a of ��rvir.��
1— Des�gr� Servic�s Wa#er Main �ensian
� s�! -� 1l�i : ,� •� , z!
Garrondana & Associates, Inc.
Fp�? M/1NR� %
$64,558 $1�,�80 2�.�
.4�Q�.C,
Sunrey
-' ', • !� -, 1
$'t8,�S0 28..�
��tibit �3 Paq� 1
�XHf�iT �-3A
���..f����M�l�i `�� A'i��CF�i�R�R#T ���.��
SiJ��IA�Y �� D��I�N ���
WAT�R R�PlACEN1�N�' CONTRAGT 2QD2 STM-�
DOE NO. 3708
WATER RROJ�C�' NO. PWU53-06�530176490
.fune 4, 2002
Mr. Tony Sholola, P.E.
Consultant Servir�es Division
departrr�snt o� Engineering
City af Fort Worth
� 000 Throckmorton Street
�ort wortr,, Texas 7fi'( 02
Dear Mr. Sholola:
Please Find irtciuded he�ein � proposal, f�e scheduie, consfruction cost estima#e, schedule
and �xtiibits describing the scope of wark for the above reterenced project.
lflle propose to complete the proposed work in accordance with fhe following fee schedule.
6asic Services (bas�d an Curve A as defined i� "A Manual of Practice for Engaging the
Services of a Consulting Eng�ne�r", 19�2 by the �.S.P,E):
Estima#ed consi�uction cost =
Percentage based on ihe Curve =
Basic Services Design Fe� (Less 15%} =
Special S�rvices:
Design Surveys =
� Public N�eetings =
$18,480
$8fl0
$567,563
8.2
$39, 559
�xhrb►t �-3A Page 9
I�� �o►t�r Shatata, � �
June 4, 20a2
10°/a fior MNVB� Subcontractor = �1,84�
Ta#af Special Services Fee = $21, � 28
i�►SK ����RIPiI�f�
� Construction Services
A. Pre-Canstn.�ction
1. �id Opening & Review
�ids for Acc�racy
i 2. Corrtpile Bid Tab
3. pre-Co�structinrr Meeting
Stl�mT@�i�L
i
� B, Post Canstruction
9. Final Field Inspec��an
+ 2. Prepare as-built record
I �I'dWIh�S.
j su���or�ac
�
� ��T��
W�li�`� l�vRFS `�`gga!
�s�im�t�c1 N�an ha�ars , �osf
��o��,c7° - - - �siim�t�
��i��r��►� ������ �����t��� ����ie�►� �
�
I 1_ 1
2 I $22Q
' � 2 $30Q
- � - _ $220 �
$7�Q �
2
2
:�
$220 �
$�00
s�'�o
��,��o �
I
I�
!
Reprodu�tfon:
16 Sets of Prgliminary Pfans = $350
(ufiility clearance)
44 Sets of Eansiruction Plans = $13�d
44 Sets afi 5p�ciffcations = a90C1
13 My(ars = $156
Tofal Reproduction =
""k1 � Drawfngs ar�#icipated in this estimate.
�xhfhi# B-3A
$2, 7'I 4
Page 2
ARr. Yony �hola►a, P E
June �, 2D02
'i0%+4L f�UhA� �Ui#�
���,���
Gorrondona �nd Associates, fnc wiil be praviding surrrey �ar this project. Thts wiil result �n
Z�.�°/n of tl�� contrac� being �ertormed by approved MlN�fSE firms, which will rn�et the target
of 2,�.1a, far this proje�t.
Please call me �€ yvu haWe any questions.
S�ncerely,
�eOffi�, fn�.
� �'��
Rici�ard W. De4tte
�xfiibif �3,� - - — - -- - -- - - �age 3
9
�
0
, �. �l���f�i����� ����ItT1/��� - _ _ - -
13�AY�R IfY�PK�V�fI��NfS
PROJECT DESCRlPTfON; 7'rail Lake Water Rehab - Hulen fo Aita Mesa
�
X CQWC�PTUA1. �AT�: 8/3/20D2
� PRe�.1r�1�vARY PRO.lECT #: 2t3021050Q
❑ FfNRL OWN�R: City of Far� Worth
Na. ����RlPT��N � -'� UP�I� �i'1(. UI�EY GOST C��� ^
�
� -. _ _ - -
-- 2 6" �'VC l�faterline {H.ydrarrt �.ead) L� $�1 AQ
3 �" Wate�line (Includinq remlahb. �c.j �� 696� �29.50 $13�,44Q.aa
^4 6� CCate Valve -- �- �A � _ �5�0.�0 - ��,2Q0.00
� - ��" Gate�Valve ----. _ �► 'i9 . $���.00 �1�,875AQ
6 C$st �ron �ings -- -- - -TON - - 4.i - -- - $2,0OO.�Q �8,2oa:oa
% . � ° SBNICB �'8p tQ M8�I1 �1 � � _ _ ��'.�]�.Q{} _ _ �.iQyJ��.��
8� 4" Co{�QerSer�ice Line hllain to Me�er �F 3660 �44.D0 �51,24D.00
9 1-1l2" Serv� �ap to AAa�n - - - EA-- -- - - - � �32a.OD —._ ___.
10 � 9 �1l2" Capper Serv.,l�lfa�n to Mst�r l�� - - -- - - - �1 �.DO � - - --
1 t 3/4" Serrrice 8eyand Il�i eter - - � - - � -- - - - �7 a.OD ^
1� Fteconr�ect I�acistinq IV�eter artd Service - EA -- 122 ------ $�b�.Qa --- $5,48Q.A0
18 Furnis3� anr� Install fdew Meter �ax �A 12,.� ���.QO $9,1�U.04
�14 Er�stall Ne�v �ire HYdrant Assembly �► 4 �2,Oaa.00 �S,U00.00
15 Fire I�ydrant Barrel �ension _'I!F 3 - �f20.0a $36U.00
�6 Remove Existin{� H,ydran# EA 3_ �250A0 $i50.04
1 f Conc. �rtcasement �s �irect�d ��' ipQ �R�.OU $�4,000.00
--� 18 Yrenah 5afet ^ -- --- i�-- --- - $t.§{f ---�- --
49 Perrt�.�Pvmt.��pa�r srFig. 4-- � - L� 811� $28,�0 $2�7,136.OQ
�a Class "�" �ancrete �SQO psi GY 1� ��OA� S�OQ.QO
et
_ 2�— ciass °��� co�,c�t� [1�D0 ps� CY` �a �$o.oa $san.00
�a Grushetl �imestvne for IRlllisc; Plcmt. CY � t0 - -- �20.Q0 - - - $200.OQ
2� Cona Gurb artd Gut�er �eptacement L� 6'!0 $��.00 �12,�OQ.�O
�4 Conc. pri�eway and Sidevvalk Repl. � �Y -- 75 -- - - ��.00 �4,12�AQ
25 Conc. Valley Gut�er Repafr S� �50 $�O.Oa �1.�OO.Qf!
as ��� iemporary Water Service - - - LS- . 1 _ _ _ �5,aoo.oa - -- - . $s,000.ao
�7 - -
�$__ _ _
-� -- _. - - - _ _ - -- - - - - - -
30 . - -- -- - � -
39-- - -- - __. - ---- - - -- ---
3� - - -- - - .
33-- -- - - - - - _ _ __ _ -- --
_ �4 __ _ _ _ _ _. _ _ _ _- _
35- -- -- - - -- _ . _._. -- --- -
PREPAR�D BY:
REV�EINED & APPR4VED:
�irhi6i� ��3�
:S�I�-Total Const. Cost $595,9B6.U0
, - - I - --- --- --- - - - --
,Contir�genc - - - _ _ . .. �f 0°Yo $51,596.60
'i�J�'AL �S�1M,�iE� COSi ��67,.�i62,.60
_, - . . � - ., _ - �
Page 9
ATTACHF�!lIENT C
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND ATTACHfIflENT A
Wa#er Replacement Contract 20D2 STM-H
D.O.E. NO. 3708
Water Project No. PW53-06�530�76490
None
C-1
,
IQ�• �i.
�f
� .� ��
n�
'�. �� _ .
3 A
oY�
���
.
,
x?�iA_1
1
�,/� //r 4 ,�;.
I��� .
� fi� ti �
.���� `40 ��
`� � ' '�'�
,� � 11�t�
¢�r { .�
�� �
' , � +' a _" �4 ; �
. � �'� ,,� ti
� �;��;1 �,��'�
�� � � �f�F� �
,.r, {;_ ��,� %�
M" �i ! �. �
R�� .� � �� t� '� 1 ���
., �
�� .�'.�' c` �
� ��;� ��„� �
� a
� E
� ;f � /
q� '� T '�
iC �
t ��3� 4` �
�� ��- �' 'w •, f
� � �� • �s''� �'�
� ��. � . s r�
�r ����f• � � ti
Y
4 �.� i
S� j} li'� �� �
�' �.�i� �, � ��C
n
`� '� �x� r ,� e'
, I'� ��i .l� ih�a V'
�,y+ � a
9 � lO �"� 15�
�r +F �s �i
��� `" 1 � � �,��
m� ,�, �'
� � •� '
� ; IC ' C
� ���• � �4 4
,
� ,. � . ��
� a
� i
� F 12,� � , ,�U
'�"�.I �., itiS i
, '° � �1 _ ;__-� ��-
�_ . �. ��/ ` y`
tY /
� O 250' S00' 70pQ'
4' ; �� i
� � GRAPH/C SCALE !N FEET
�_ : SCALE.• 1 " = 500'
� r1 � � Y•!Y ���+�'�w'n'I
\�� ��� • � �P'^` ♦;•
R � N�� � � � �F ¢
F� � �f �� ` �e%�
� },,� �
� r`'1 � �r �
a ,y,� 4 s i�"a"•�.��'t
� sa �^�
! S h� ��
♦ � � o ' �: ��
��. , . IZ� i yY�k
f 41 � �� ���7 �3t�
�� s,�y�,; ��` 1. �"�`;��� � MAPSCO 89W & i 03A
, �,,� .� G ,5 �" .�a �� WA7ER LOCA�ON MAPS
4 � ��� �r a �tti �s�, '�� � 2024-352� .J��
� �� 3� ,�'� �. ,�� 203a—�52, 356, 36a
,�� �. -����.� �`� �,,
`� ��—�. "�'EJ� " i COUNCIL DISTRIC
�"���9 ?�,—� . . . � T fi
REPLACE EX. 8" WA7ER
/
w��� ����c����v�r co����r ��o� ���b
D.�.�. IVO. 3�0�
V�A�ER ������i i��. ��V53��fi����1 i�4��
REPLA���+9ERi �� IMAT�RI��i�� BN Ti�AI� �AK� DF�IIf�
F�OR� �LiA i���A �Lld�. �� HULEi� ��EEi
.�
;{��.
�
�
���—..
����t� .Y��m ���.�azo��
Fon wam, T� �syis
Fax 8i7-59(�9BOG Phang 817-58g-04p4
CIVlL ENGIH ERING
�
�
i
3.
�'Y�y �f .�'�� ���hp .�"�a�s
���� �11d ���11��� ��1�`i1�1�111�1��1�f1
�AT� F2E�ERENCE NIIMBER I LOG NAME 3QDEQTTE , PA�� 'I O� �I
���sio2 �*GA�g1 �°�
SUSJ�CT ENGINEERING AGREEIIflENT WITH DEOTTE, WC. ClVIL ENGINEERING F�R
WATER REPLACENiENT GONTRACT 2002 STNI-H
REGOMIi1FiENDATION:
It is recommended that #he Gity Council �uthonze the City �fanager to execute an �ngineering
agreement with DeOtte, Inc. Givil Engineer�ng in the amount o� $�4,858 #nr Water Replacement
Cantract 2002 SiM-H.
DfSGUSSION:
This project consis#s of the preparation of plans and specificatians for the replacement of the water
main Incated on Trail ta�e Drive from Alta Mesa Boule�ard to Hulen Street. The pa�ement to be
impacted by construction is scheduled for asphait o�erlay after the water improvemsnts are complete.
DeOtte, Inc. C�vit Engineerir�g pro�oses to pertarm the design work far a lump sum fee of $64,8�8. City
stafF considers this fee to be fair and reas4nable fior the scope of services propased.
In addition to the contrac# amaunt, $2,000 is required for project management by tl�e Engin�ering
I]�partment_
DeQt�e, Inc. Civil Engir�eering is in compliance with the City's IV�IrNBE Ordinance by committing to 28%
I�IWBE pa�ticipation. The City's gaa� on this project is 21 %.
This project is loeated in C�UNCIL DISTRICT 6, Mapsco 89W artd 103A.
F15GAL INFOR�IiATIONICERTIF�GATIQN:
The Fir�ance Direc�or certifies that funds are available in the current capital budgets, as appropriated, of
the Water Capital Project Fund.
MO:k
Submitted far City Manager's
Office by:
j FUND I ACCDIINT I CENTER � AIi+IdIINT
� (�Q)
�
CITY SLCRETARY
Marc Ott
Originating Deparlment Head:
Dougias Radc�naker
Additional Infnrmation Contact:
6122
�
6157 � (froxn)
I F'W53 531200 Q64530176490 $64,858,00
�r�avED ��i�r�oz
I?ouglas Rademaker 6157
C`iiy o�.�'ort i�o�th, Texas
M��or ��d Cou��il Corrin�u�i���i��
DATE REF�R��iCE NUMBER LOG NAME
7116/02 **�o�p g� �� 3�DEOTTE
SUBJECT ENGINEERING AGREEMENT WITH ]�F�TT'�, 1�1�,
WATER REPLACEMENT CONTRACT 2002 STM-H
RECOMMENDATION:
PACE
1 af 1
lVEL ENGINEERING FOR
It is recommer�ded that the City Council authorize the City Manager to �xecute an engir�eering
agreement witF� DeOtte, Inc. Civil Engineering in the amount of $64,858 for Water Replacernent
Contract 20D2 STM-H.
D15CUSSiON:
This project consists of tf�e preparation o# plans and speci#ications for the rep�acement of the water
main located on Trail La�Ce Dri�e from Akta Mesa Baulevard to Hufen Sfreet. The pavement to be
impacted by constructian is scheduled for asphalt overlay after the water improvements are comp�ete.
DeOtte, {nc. Civil Engineering proposes #o perfarm #he des�gn worK for a iurnp sum fee of $64,858. City
staff considers this fee to be fair and reasonable fior the scope of services proposed.
In addition ta fhe co�tract amount, $2,000 is required for praject managemen# by the Engineering
Department.
DeOtte, inc. Civi! Engineering is in complia�ee witF� the City's M/WBE Ordinance by committing tv 28%
MIWBE participation. The City's goal on this project is 21 %.
This project �s located in COUNC[L DISTRICT fi, Mapsco 89W and 103A.
FISCAL IN�ORMATf�N/CERTIFICATION:
The Finance Directar certifies that funds are avaiiable in the current capital �udge#s, as appropriated, of
the Water Capital Project Fund.
M0:lc
Submitted for City Ma�ager's
Office by:
Marc Ott
Originating Department Head:
Douglas Rademaker
Additional Informatlon CaQtact:.
Douglas Rademaker
Fi]ND
(to)
G122
�
GL57 I (from)
PW53
�
515"7 I
I�GCOUI�TT � CENTER I AMOiJ�IT CITY SECRETARY
�
--I APPROVED 0711G/02
5312D0 D6053Q176490 $64,858.Q0 �