HomeMy WebLinkAboutContract 27917� � �) � !1 � i) . .' r i �t,
ci�r o� ���� wao���, ���e� ����� �����iA�Y
SiAi�UA�� �CFt��AAE[�T �OR ENGIN��FtI�lC� SE�VI��T#�1�1:� I�C�.
This AGR��MENT is betrween the City of Fort Worth (the "ClTY"), and Teague Nall and
Perkins, Inc., (the "ENGINEEF�"), foP a PROJECT generally described as: Waier and Sanitary
Sewer Replacem�nt Contract 20D2 STM-C, F ar�d G.
�rticle i
Scope of Servi�es
A. The Scope of Services is set forth in Attachment A.
�r�icle II
C�mp�ns��ion
A. The ENGINEER's compensatian is set for#h in Attachment B.
Article III
i�pm� of Payment
Payments to th� ENGINEER vvill be made as fol#ows:
A. In��ice and ��ymen�
(1) Th� Engineer shall provide the City sufficient documenta#ion to
reasonably s�bstantiate #he invoices.
{2} Monthly invaices will be issued by the ENGINEEFi for all work perta�med
und�r th�s AGREEMENT. �n�oices are due and payable within 3� days
of rec�ipt.
(3) Upon campletion of services enumerated in Article I, the final payment of
any balance will be due within 30 days of rec�ipt of the iinal invoice.
(4) In th� event of a dispufe�l ar contested billing, only that portion so
cante�t�d w�ll be wit�held from payment, and the �nd�sputed portio� will
be paid. The CITY will exercise reasonableness in contEsting any bill or
portian ther�of. No fnterest wil{ accrue on any corttest�d portion of the
billir�g until mutually resolved.
(5} If the CITY fails to make payment in full to ENGIN�ER for billings
contested in good faith within 6p days of the amount due, the
ENGIN�ER may, after giving se�en (7) days' written notice to CZ fY,
suspend services und�r this AGREEMENT until paid in f�ll, includi�g
inter�st. In the e�ent of suspensian of services, the ENGINEEF� shall
have no [iabili#y to CITY for delays or damages caused t#�e CITY
because of such suspension of services. _c �__. _.
`1� - ".r�r����Qt� Q�`���
� � ���y
�� 11�' 1� i"A
� b -lt� ,f4,
Arfiiel� I!r
Qbliga�ions �f �h� �r�gir����
Amendments to Articie IV, if any, are included in Attachment C,
A. General
The EN�INEER will serve as the CITY's prof�ssianal engineering representative
under this Agreement, providing professipnal engineering consultation and
ad�ice and furnishing customary services incidenta! thereto.
�. Standard o� Ca�e
The standard of care applicable to the ENGINEER's services wil� be the degree
of skill and diliger�ce normafly employed in the State of Texas by professional
engineers or consultants perForm�ng the same or similar services at the time
such services are perfarmed.
C. 5ubsu�'aee Inv�s4ig��ion�
{1) T�e ENGINEER sha{I advise t�e CITY with regard to the necessity for
subcontract wark such as special surveys, tests, test borings, or ather
subsurtace in�estigations in cannection with c�esign and engineering
work to be pertormed hereunder. The ENGINEER shall alsn ad�ise the
CITY conceming the resuits of same. Such surveys, tests, and
investigativns shail be f�arnished by the CITY, uNess otherwise specifed
in Attachment A.
(2) In soi{s, foundation, groun�water, and other subsurFace inves#i�ations,
th� actual characteristics may �rary significantly between successive test
points and sample intervaEs and at locations other than where
abservatio�s, exploration, and investigations have been made. Because
of the in�erent uncertainties in subsurtace evaluations, changed or
unanticipated underground conc�itions may occur that could affect the
total PR�JECT cost andlar execution. These conditions and
cas�lexec�tion effects are not the responsihility of the ENGINEER.
�. �reparation of �ngine�ring Dra�rings
The ENGINEER will provide to the CITY the original drawings of all plans in inEt
on reproducible pl�stic �ilm sheets, ar �s otherwise approved by CITY, which
shall become the property af the CITY_ CITY may use such drawings ir� any
manner it desir�s; pravided, however, tF�at th� ENGINEER shall not be liable for
the use of such drawings for any project other than the PRQ.�ECT described
herein.
-�-
�. �ngineer'� �er�onnel �t Consfruc�ion Sife
(1) The presence or duties af the ENGINEER's personnel at a construction
si#e, whether as o�-site representatives ar atherwise, do not make the
ENGINEER or its personnel ir� any way responsible for thase duties that
befong to the CITY a�d/or the CiTY's constnaction caniractors or other
�ntities, and do not reliev� the construction contractars ar any ather
�ntity of their abligations, duties, and responsibilities, including, but not
limited to, all construction methnds, means, techni�ues, sequences, and
procedures necessary for coorc�inating and campleting all portions of the
construction wor� in accordanc� with the Contract Dncuments and any
health or safety precautions required by s�ach constructior� worL�. The
ENGINE€R and its personnef have no authority ta exercise any cantrol
over any construction corttractor or other entity ar their employees in
connection with their work ar any health or safety precau#ions.
(2) Except to the extent of specific site visits expressly c�etailed and se# forth
in Attachment A, the �NGIfVEER or its per�onnel shall have no
obligation or responsibility to wisit the constructian site #o becom� familiar
with the progress or quality of the completed work an the PROJECT or to
d�termine, in generaf, if #he worlc on the PROJECT is being perform�d in
a manner indicating tha# the PRQJECT, when campleted, will be in
accordance with the Contract Documents, nar shall anything in the
Contract Dacuments or the agreement between CITY and ENGINEER
be construed as requiring ENGfNEER to make exhaustive or continuous
on-site irtspectians to discover Iatent defects in the work or otherwise
check the quality or quantity of the work on the PROJECT. lf, for any
reasor�, the ENGINEER should make an on-sit� observation(s), on the
basis of such on-site observations, if any, th� �NGINEER shall endeavor
to k��p the CITY informed of any de�iation from the Cantract Documents
comir�g to the actual notice of ENGINEER regarding the PROJECT.
{3} IlUh�n professianal certification af pertormance or characteristics of
materia{s, systems or equipment is reasona�ly required to pertorm the
services set forth in the 5cope of Services, the ENGINEER shall be
entitled to rely upon such cer�ificatia� ta establish materials, systems ar
equipment and performance criteria to be requir�d in the Contract
Documents.
�. Qpinion� �f �r�bai�le Go��, �in�n�ial Canside�afi�r��, a�nd 5chedW��
(1) The E�1GINEER shall pro�ide opinions of probable costs based on the
current auailable informatior� at the time of preparation, in accordance
with Attachment A.
(2} In providing opinions of cost, financial analyses, ecanamic feasibility
projections, and schedules for the PROJECT, the ENGINEER h�s no
contro� o�er cost or p�ice of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation
or maintenance costs; competitive bidding procedures ar�d market
-3-
conditions; time or qualify of perFarmance by third parties; quafity, ty�e,
management, or direction oi operating personnel; and ather econamic
and aperational factors that may materially affect the ultimate PROJECT
cost or schedule. Therefore, the ENGINEER makes no warranty that the
CiTY's actual PRQJECT costs, financial aspects, economic feasibility, or
schedules will not vary from the ENCINEER's opinions, analys�s,
projectians, ar estimates.
(3. Consfruc4ion Prrog�ess Pa�m�n�
Recommendations by the ENGINEER ta th�e CiTY for periadic construction
progress payments to the construction contractor wiil be based on the
ENGINEER's �nowledge, informafiion, and belief from sel�ctive sampling and
observation that the woric has progressed to the point indicated. Such
recommendations do nat re�res�nt tnat continuous or detailed examinations
have been mad� by the ENGINEER to ascertain that the construction contractor
h�s completed the work in exac# accor�ance with the GaR#ract Documents; that
th� final work wil{ be acceptable in all respects; that the �NGINEER has made
an examination to ascertain how ar for what purpase the co�structian contractor
has used the morteys paid; that title to any af the work, materi�ls, or equipment
has passed ta the CITY free and clear of liens, claims, security ir�terests, or
encumbrances; ar that there are not other matters at issue i�etween the CITY
and th� construction contractor that affect #he amaunt that 5hould be paid.
li. Reco��1 ��awings
Record drawings, if required, will be prepared, in part, on the basis of
information compiled and fumished by oth�r�, and may r�ot always represen#
the exact tocatian, type of variaus components, or exact manner in which the
PROJECT was finally canstructed. The ENGINEER is not responsible for ar�y
errars or omissior�s in the informatian from others that is incorporated into the
record drawings.
I. i�inority and 1�►oman �usin�s� �nte�ppi�e tMl1�€�Fj pariicipa�ion
In accard rrvith City of Fort Worth Ordinance No. 11923, as amended by
Ordir�ance 13471, tf�e City has goals for the parkicipation of minority business
enterprises and woman business enterp�ises in City cantracts. Engineer
ac�nowlsdges the IU�IWBE goal established for this contract anc� its commitm�nt
to meet ihat goal. Any misrepresentation of facts (other thar� a neglig�nt
misrepresen#atian) and/ar the cammission of fraud by the Engineer may resul# in
the t�rminatian af this agr�ement 2�nd debarment from p�rkicipating in City
cor�tracts for a period of time of not less than three (3) years.
J. Righ4 fo Audt�
(1) ENGINEER agrees tE�at the CITY shali, until the expiration o# three {3)
years after #inal payment under triis contract, have access to and the
right to examine and p�atocopy any dir�ctly pertinent books, documents,
papers anc� records of the ENGINEER invoiving transactions relating to
-4--
this can#ract. ENGINEER agrees that the CITY shall ha�e access during
normal wor�Ci�g hours ta al[ necessary ENGINEER facilit'res and shall be
pro�ided adequate anci appropriate woric space in order to conduct
audits En com�liance with the pro�isions of this section. The GITY shall
give ENGINEER reasonablE advance not�ce of iniended audits.
{2) ENGINEER further agrees to include in all its subconsultant agreem�nts
hereunder a provision to the effect that the subconsultant agrees that
the CITY shall, un#il the expiration of three (3) years after final payment
under #he subcontract, have access to and the right to examine and
photacopy any directly pertinent books, c�ocuments, papers and records
of suci� subconsultant, ir�vofving tr�nsactions to the subcontract, and
further, that the CiTY shal� have access during narmal wor�Cing hou�s to
all subcansultant facilities, and shall be pravided ac�equate and
appropriate work space, in order to conduct audits in campliance with the
provisions of this article together with subsection (3)hereof. CITY shal�
give su�consultant reasonable advance notice of intended auc�its_
(3} ENGINEER and subconsuftant agree to phoio capy such documents as
may be requested by the CITY. The CITY agrees to re�mburse
ENGiNEER far the cost of copies at the rate published in the Texas
Administrati�e Code in effect as of the time copying is performed.
Ft. �f�CIN��R'� Insu�ar�ce
(1} Insurance coverage anc3 limits:
ENGINEER shall pravide to the City certificate(s) of insurance dacumenting
policies of the following caverage at minimum limits which are to be in e�Fect
priar to cammencement of work on the PRQJECT:
Commercial Ge�eral Liability
$1,OOE},000 each accurrence
$1,4QD,00� aggregate
Automobi�e Liai�iiity
$'�,n00,0�0 each accident (or reasonably equivalent iimits af ca�erage if written
on a split limits basis). Covarage shall be an any vehicle used in the course vf
the PROJECT.
Wor�rer"s Compensation
Co�erage A: statutory limits
Cove�age B: $100,OQD each accident
$5fl0,OQ0 disease - policy limit
$100,000 disease - each employee
Prafessional Liability
$1,d00,Oda each claim/annual aggregate
(2) Ce�tificates of insurar�ce evidencing that the �NGINEER �as o�tained all
_5_
required insurance shall be delivered to the CITY prior ta ENGINEER
proceeding with �he PROJECT.
(a) Applicable policies s�all be endorsed to name the CITY an
Additional lnsured thereon, as its interests may appear. The term
CITY sha�l include its emplflyees, officers, officials, ager�t�, and
volunteers as re�pects the contracted services.
(b) Certificate(s) of insurance s�all document that insurance
coverages specifi�d according ta items section K.(1) and K.(2} of
this agreement are provided under applicable paGcies
documented thereon.
(c} Any failure an
documentatian
requiremen#s.
part of tre CITY to request required insurance
shall nof constitute a waiver of the in�ura�ce
{d) A minimum of th€rty (30} days natice of cancellatian, non-renewal
or material change in coverage shal! be pro�ided to the CITY. A
ten {1�) days natice s�all be acceptable in the ��ent of non-
payment of premium. Such terms shall be enc�arsed onto
ENGINEER's insurance polic�es. Notice shal! be sent to the
respective Depar�ment Director (by name), City of Fart Worth,
'1000 Throc4�marton, �ort Worth, Texas 76102.
(e} Insurers far all palic�es must be authorized to do business in the
state af Texas nr be ot�erwis� approved by the CITY; and, such
insurers shall be acceptable ta the CITY in terms of their financial
strength and solvency.
(f� De�iuctible limits, or self insured ret�ntians, affecting insurance
required heretn may be acceptable to the CITY at its sale
discretion; and, in lieu of traditional insurance, any altemative
coverage main#ained througi� insuranc� pools or risk retention
groups must be also approved. Dedicated financi�l resaurces or
Eett�rs of credit may also be acceptable to t�e City.
(g} Applicable palicies shall each be endorsed with a waiver af
subrogation in fa�or of the CITY as respects the PROJECT.
{h) The City shall be entitled, upon its request and withaut incurring
expense, to re�i�w the ENGWEER's insurance policies including
endorsements thereto and, at the CITY's discretion, the
�NGIN�ER may be requir�d to pro�ide proof of insurance
premium payments.
(I) The Commercial General Liability insurance palicy shalt haue na
exclusions by endorsements unless such are appra�ed by the
CITY.
�
{j) The Professional LiabilEfy insurance �olicy, if written on a�laims
made io�sis shall be maintained by the ENGIN€ER for a mi�imum
two (2) y�ar period subsequent to the term of the respecti�e
PR�JECT contract with the CITY unless s�ch co�erage is
provided the ENGENEER on an occurrence basis.
{k) The CITY shall not be responsible far the direct payment of any
insurance premiums required by this agreement. it is understood
that insurance cost is an aAowable component of ENGINEER's
averhead.
{I) All insurance required in section K,, �xcept for ti�e Pr4fiessional
Liability insurance policy, shall be written on an accurrence basis
in order to be appraved by the CITY.
(mj Subcons�ltants to the ENGINEER sha�l be required by #he
ENGINEER to maintain the same or reasonably equi�alent
insur�nce co�erage as required for the ENGINEER. When
insurance co�erage is maintained by subconsultants, ENGINEER
shall provide CITY with dacumentation therenf on a certificate of
insurance. Not�►vithstanding anything to the contrary contained
herein, in the ev�nt a subconsultant's insurance coverage is
canceled or terminated, such cancellatian ar termination shall not
consti#ute a breach hy ENGINEER of the Agreement.
�. Independ�n� Consultant
The ENGINEER agrees to pertorm ali services as an independent consultant
and not as a subcontractor, agent, ar employee of the CITY.
M. 9isclosure
The ENGINEER acknowledges to the CITY th�t it has made full disclosure in
writing of any existing conflicts ofi inter�st or potential conflicts of inte�est,
including personal financial interest, direct or indirect, in �roperty abutting the
proposed PROJECT and business relationships with a�utking praperty cities.
The ENGINEER further ac�cnowledges that it will mal�e discEasure in writing af
any conflicts of interest which develop subsequer�t #o the signing of this contract
and priar t� fina{ payment under the contract.
N. �bestos or fia�arda�as 5u���ance�
(1) If asbestos or hazardous substances in any form are encounter�ed or
suspected, t�e ENGINEER wiil stop its own work in the affected portions
of the PROJECT to permit tesiing and evaluatian.
(2} If asbestos ar other hazard�us substances �re suspected, the
ENGINEER will, if requested, assist the CITY in obtaining the services af
a qualified s�abcnn�ractor to manage the remediation activities of #he
PROJ ECT.
.� 7 _
O. Permitiing ��4har�i�ie� � 9esign Chang�s
If permitting authorities require design changes sa �s to comply with published
design criteria andlor c�rrent engineering practice standards which the
ENGINEER should have been aware of at the time this Agreement was
executed, the ENGINEER shail revise �plans and specifica#ians, as required, at
its ovun cost and expense. Howe�er, if design changes are required due to the
cha�ges in the permitting autharities' published design criteria and/or practice
standards crite�ia which are published after the da#e of this Agreement which
the EN�INEER coulc! nat ha�e been reasonably aware af, the ENGINEER shali
noiify the CITY o# such changes and an adjustment in compensation will be
made thraugh an amendmertt to this AGRE�MENT.
Rrticle V
Dbliga�eions a� �he Cit�
Amendments to Article V, if any, are included in AttacF�ment C.
�. Ci�y��u�nished D��a
The CITY w�ll maFze av�iiable to the ENGIN�ER all technical dat� in the CITY's
possession relating to the ENGiNEER's services on the PRQJECT. The
ENGlNEER may r€ly upon the accuracy, timeliness, and campleteness of the
i�farmation provided by the CITY.
�. Access �o Facilitie� and �ropeny
The CITY wiil make its facilities accessible to th� ENGINEER as required for the
ENGINEER's performance af its services and wili provide labor and safety
equipment as requir�d by the ENGINEER for such access. The CITY will
perform, at r�o cast to the ENGINEER, such tests of equipment, machinery,
pipeiines, and oi�ter camponents of the CITY's facilities as may be required in
conneciion with the ENGfNEER's services. The C4TY wilf be responsible for ail
acts of the GITY's �ersonnel.
C. Adve�i�emen��, ��rmifis, an�1 Acces�
Unless atherwise agreed to in the Scope of Services, the CITY wiil obta�n,
arrange, and pay for all advertisements for bids; permits and licenses required
by locaf, state, or federal authorities; and land, easements, rights-of-way, and
access n�cessary for the ENGINEER's services or PROJECT construction.
�. iim�ly Review
The CITY will examine the ENGINEER's studies, reports, sketches, drawings,
specificatians, proposafs, and a#her documents; obtain ad�ice of an attomey,
insurance counseior, accountant, auditor, band and financial advisars, �nd o�her
consultants as the CITY deems apprnpriat�; and render in writing decisions
required by the CITY in a timely manner in �ccordance with the project schedule
in Attachment D.
'�'.�
�. ��ompi No�ice
The CITY wikl give prampt written Rotice to the ENGINEER whenever CITY
observes o� becames aware of any development that affects the scope ar timing
of the ENGINEER's services or of any defect in the woth. of the ENGINEER or
construciion contractors.
�. Asbestos or H�zartlou� Subst�nces and Indemnificatiior�
(�I) To the maxim�m extent permitted by kaw, the CITY will indemnify and
re{eas� ENGINEER and its officers, emplayees, and subcontractors from
all claims, damages, lasses, �nd costs, including, but not limited to,
attomey's fees and litigation expens�s arising out of or relating to the
presenc�, discharge, release, or escape of hazardaus substances,
. cantaminants, or asbestos an or from the PROJECT. Nothing contained
herein shali be eonstrued ta require the CITY to levy, assess or coll�ct
any tax to fund this indemnification_
{2) Th� indemni�cation and release required above shall nat apply in the
ev�nt the discharge, release or escape of hazardous substances,
contaminants, or asbestos is a result of ENGWEER'S neg[igence or if
such hazardous substance, cantaminant or asbestos is brought onto the
PR4JECT by ENGINEER.
G. Contrac�or lndemniffica�ion �nd Ciaims
The CITY agrees to inclu�e in all construction contract� the pro�isions of Article
IV.E. regarding the ENGINEER's Personnel at Construction Siie, and provisians
providing �ont�actor indemnification of ihe CITY and the ENGINEER for
contractor`s negligence.
H. Cont�actor Glaims and �°htrd-�ar�y �ene�icia�➢es
(1) The CITY agrees io include the following clause in all contracts with
construction cor�tractors and equipment or materials suppliers:
"Contractors, suhcontractors and equipment and materials
suppliers on the PROJ�CT, or their sureties, shall maintain no
direct action against the ENGINEER, its officers, employees, ar�d
subcan#ractors, for any claim arising out a#, in cannectiar� with, or
resulting �ram the engin�ering services performed. Only the CITY
will be the beneficiary af any underta�ing by the ENGINEER."
(2) This AGRE�MENT gi�es no rights or benefits to anyone other than the
CITY and the ENGINEER and there are no third-party beneficiaries.
(3) The CITY will include �n each agreement it enters inta with any other
entity or persan regarding ihe PRQJECT a provision that such entity ar
person shali have no third-party beneficiary rights under this Agreement.
�
{4) Nothing contained in this sec#ion V.H. shall be construed as a waiver of
any righi the CITY has to bring a claim against ENGINEER.
I. CITY's Insu�anc�
('[) The CITY may maintain property insurance on certain pre-existing
structures associated with the PRO.lECT.
{2) The CITY will ensu�e tl�at �uilders Ris�llnstaHation insuranc� is
mainta�ne� at the repEacement cost value of the PROJECT. TF�e CITY
may pro�ide ENGINEEFt a copy of the policy or documentatifln of such
on a certificate of insurance.
(3} The CITY will specify that the Builders R�sl�llnstal{ation insurance shall
b� comprehensive in co�erage appropriate to the PROJECT risks.
J. L iiiga�i�n �ssi�fanae
The Scope af Sen►ices does nat include cos�s af the ENGINEER for required or
requ�sted assistance to support, prepare, document, bring, defend, or assisi in
litigatian undertaken ar defended by the CITY. In the e�ent CITY requests such
services of i�e ENGINEER, this AGREEMENT shall be amendecf or a separate
agreement will �e negotiated between the parties.
K. Changes
The CITY may make or approve changes within the general Scope of Services
in this AGREEMENT. [f such changes affect the ENGINEER's cost of or time
reAuired for per�ormance of the services, an equitable adjustment will be made
through an amendment to this AGREENlENT wi#h appropriate CITY appro�al.
Ar�icle VI
Gen�ral Leg�l ��ovi�iens
Amendments to Arti�le V�, if any, are included in Attachment C.
A. Au�ho�iga�ion io �roc��d
ENGINEER s#�all be authorized to proceed with this AGREEMENT upon receipt
of a written Notice to Proceed from the CITY.
�. Reuse og ��aj�c� �oc�amen�s
Alf designs, drawings, specifications, documer�ts, and other work products of #he
�NGfNEER, whether in hard copy ar in electronic form, are instruments of
servic� for this PROJECT, whether the PROJECT is compl�te� or not. Reuse,
change, or alteration by the GITY or by a#hers acting through or vn behalf of the
CITY of any such instruments af service without the written permissior� of the
-10-
ENGINEER will be at the CITY's sole risk. The final designs, drawings,
specifications and dacuments shall be awned by the C[TY.
C. Forc� 19�aje�aYe
The ENGINEER is not responsible for damages or delay in perfo�mance caused
by acts of God, strikes, lockouts, accidents, or oth�r evenis beyand the control
of the ENGINEER.
�, iermina�ion
{1) This AGREEMENT may be terminated anly by the City far convenience
� on 30 days' wriiten natice. This AGREEMENT may be terminated by
either the CITY ar the ENGWEER for cause if either party fails
substantiaily to per�arm fhrough no faul# of the other and does not
commenc� carrectivn of such nonpertarmar�ce with five (5) days of
written notice and diligently complete the correction t�ereafter.
(2} If this AGREEf�ENT is terminated far the cor���nience of the City, the
ENGINEER will be paid for terminatian expenses as fa{lows:
a) Cost o# reproduction af partial or complete studies, plar�s,
specifiications or other forms of ENGINEER`S work product;
b} Out-af-pocket expenses for purchasing storage containers,
microfilm, electronic data files, and other data storage s�pplies or
S�NIC9S;
c) The time requirements for tl�e ENGIIVEER'S p�rsonnel to
document the work underway at the time the CITY'S terminatian
far canvenience sa that the vvorf� effort is suitable #ar long time
storage.
(3) Prior to proceeding with termination services, the ENGINEER will
s�bmit #o the CITY an itemized statem�nt of all iermination expenses.
The CITY'S approval wiA be abtained �n writing prior ta proceeding with
termination services.
�. Suspens�on, �elay, �r In�er��upfion to �ork
The CITY may suspend, delay, or interrup# #he services of the ENGINEER for
the convenience of the CITY. In the e�ent of such suspension, delay, or
inteIT�ptian, an equitable adjustment in the PROJECT"s schedule, commitment
anc! cost of the ENGINEER's personnel anc# subcontractors, and ENGINE�R's
compensation will be mad�.
-11--
�. lndemnifiiea�ion
(1) The ENGINEER agrees to indemnify and defend the CITY from any loss,
cost, or ex�ense claimed by third parties for property damage and bndiiy
injury, ir�cl�ding death, caused solely by the negligence or willfu�
misconduct of the ENGINEER, its employees, affic�rs, and
subcontractars in connection with tF�e PRO.IECT.
{2} If the negligence or willful miscanduct of botl� the ENGINEER and the
CITY (or a person identified above fior whom each is liable} is a cause of
such damage or injury, the loss, cost, or expense sha11 be shared
between the ENGINEER and the CITY in proportion ta their r�lative
degrees of negligence ar willful misconduct as determined p�rsuant to
T.C. P. & R. Cade, section 33.011(4} (Veman Suppiement 1996}.
C. Assignmen�
Neither party will assign a#I or any part of this AGREEMENT without the prior
written consent of the o#her party.
F�. Interpreiation
Limitations on iiabil�ty and indemnities in this AGREEMENT are business
understandings between the par���s and shall apply to all the different theories
of recovery, including breach of contract or warranty, tort including negligence,
strict or statutory lial�iliiy, or any other cause of action, except for wiliful
miscon�uct or gross negligence for iimitatians of liability and soie negiigence far
indemnification. Parties means th� CITY and the ENGINEER, and their afficers,
employees, agents, and subcantractnr�.
I. Jurisdiciion
The law of the State of Texas shall gov�m the validity of this AGREEMENT, its
interpretation and performance, and any ot�er claims related to it. The venue
for any {itigation related to this AGREEMENT shafl be Tarrant County, Texas.
J. Alte�naie 9i�pute �esolu�iort
(1) A[I claims, disputes, and other matters in question beiween the CfTY and
ENGINEER arising out of, ar in aonnection wifh this Agreement ar the
PROJ�CT, or any breach of any obl�gat�on or duty of CITY or
ENGINEER hereunder, will be submitted to mediation. If inediatian is
unsuccessful, the claim, dis}a�te ar ather matter in question shall be
submitted to ar�itration if both parkies acting r�asonably agree that the
amount of #[�e dispute is li�Cely to be less tha� $50,0(}0, exclusive o#
attomey's fees, costs and expenses. Arbitration shall be in accordance
with the Construction Industry Arbitration Rules of the American
Arbitration Assac9atinn or other applicable rules of the Association then
in effect. Any award rendered by the arbitrators less thar� $50,000,
exclusive of attorney's fees, costs and expenses, will be �nal, judgment
-12-
may be entered thereon in any court having jurisdictian, and wiil nat be
sub�ect to appeal or modification except to the extent permitted by
Sections 'i0 and 11 of the �'ederal Arbitration Act {9 U.S.C. Sections 10
and 11).
{2) Any award gfieater �F�an �50,OOD, exclusive of attorney's fees, cost� and
expenses, may be litigated by either party on a de navo basis. The
award shaN became final ninety (90) da�s from ihe date same is issued.
If Cifiigation is filed by either party within said nine#y (90} day period, the
award shall b�come null and void and shall not be used by either pa�ty
far any purpose in the litigation.
K. �ever�bili�► ffind Su�ir�al
If any of the provisions contained in this AGREEMENT are heid for any reason
to be invalid, illegal, or unenfarceable in any respect, such inv�alidity, illegality, or
�nenforceability wili not affect any other provision, a�d this AGREEMENT shall
be construed as if such invalid, illegal, or unenfiorceable provision had never
been contained herein. Articles V.F., VI.B., VI.D., VI.H., VI.I., and VI.J. shall
survi�e fiermmation of this AGREEMENT for any cause.
�.. Observe and Comply
ENGINEER shali at all times observe and comply with all federal and State laws
and regulations and with all City orciinances and regulations which in any way
affect this AGREEMENT and the work hereunder, and shail observe and comply
witt� g11 orders, laws ordinances and regulations which may exist or may be
enacted later by goveming badies har►ing jurisdiction ar autharity far such
enactment. No plea of misurtderstanding or ignorance fhereof sha11 be
consic�ered. ENGINEER agrees to defend, indemnify and hold harmless CiTY
and all of its officers, agents and employees from and against all claims or
liabili#y arising out of the violatian of any such order, iaw, ordinance, or
regulation, whether it be by itself or its employees.
--13-
A�iicle Vil
A�a�hments, Schedules, ar�d �ignafu�es
This AGREEMENT, ir�cluding its attachments and schedul�s, constitutes the ent�re
AGREEMENT, s�persedes all priar written or oraf understandings, anc! may only be changed
by a written amer�dment executec! by bath parties. Th� follawing attachments and schedules
are her�by made a part of this AGREEMENT:
Attachment A- Scope of Services
Attachment B - Compensation
Attachment C- Amendments to Standard Agreement for Engineering Services
Aitachment D - Project Schedule
Attachmen# E - Location Map
ATTEST:
,
Glori Pearson �
City 5ecretary
l�.`� I - I � �
�����a��. Au�.hoxi���ion
��$ ��. -- - -
����
APPR�OVED A5 TO F�RM
AND L.EGALITY
CITY �F FORT WORTH
By: -
Marc A. Ott
Assistant Ci , Manag�r
APPROVAL RECOMMENDED
A. Douglas Rademaker, P.E.
Director, Engineering �epartment
T�A(�[�E NALL ANn PFRK{NS, INC
ENGINEER
4�F � ,
Assis�ant City Attorney
LAKEGREST
'/���f! V
By� . .
Mark R. Berry, P.E., Treasur
-14- � ��'G�R�� °���
� � ��
� � ��1'�. .I �
A►iiACHiVI�fV f ,�A��
-�- .._. �r
"Scope of Services set for#h her�ein can only be modifred by additions, clarificafions, and/or
deletrons set forth in th� supplemenfal Scope of 5ervrces_ fn cases of contlicf between the
Supplemental Scope of Services ar�d the General Scope of Se�vices, fhe Su�pplementa! Scope
af Seniices shall have p►�ced�nce over fhe General Scope of Senric�s."
C�N�RAL
� } �retiminar�y Con�e�ence with City
The Engineer shall attend preliminary conferences with autl�orized representati�es of
the City regarding the scope of project sa that the plans anc! specifications which are ta
be developed hereunder by the Engineer wiil result in providing facilities which are
ecanomical in design and conform to the City's requirements and budgetary
constraints.
2) Goordination r+vi�h 4u�side Agenciesl�uiolic �niiiies
The Engineer shall coordinate with afficials of other outside agencies as may be
necessary for the design of the propesed stree#, and storm drain andlor water and
wastewater facilitieslimpro�ements. It shall be the Engineer's du#y hereunder to secure
necessary infiorrnation from such outside agencies, to mee# iheir requirements.
3) Geofechnicalln�estiga4ions
The Engineer shall ad�ise #he City of test bbrings, and other subsurFace in�esfigations
that may be needed. In the e�ent it is determined necessary to make borings or
exca�ate test holes or pits, the Engineer shall in coardination with the City and the
City's geotechnicai engineering cansultant, draw up specifications for such testing
program. The cos# of the borings or excavativns sha�l be paid for by the Gity.
4} �,greemen�rs and �ermit�
The Engineer shall complete all formslapp�ications to allaw the City of Fort Worth ta
obtain ar�y and all agreemen#s andlor permits normally req�aired for a project of this size
and type. The Engineer wil� be respor�sible for negotiating and coardinating to obtain
approval of the agency issuing the agreement and/or permits and will make any
rewisions nec�ssary to bring the plans into compiiance with the requirements of said
agency, including but not limited ta highways, railroads, water authorities, Corps of
Engineers �nd other utilities.
5} Design Changes Relating ia �e�mif�ing Autihor�ties
If permitting authar�ties require design crianges, the Engineer shail revise the plans and
speci#icatEons as requir�d a# the Engineers own cost and expense, unless such
changes are required due to changes in the design of the facilities made by the
-1-
permittir�g authority. If such changes �re required, the Engineer shal! notify the City and
an amendment to the contract shall be made �f the Engineer incurs additional cost if
there ar� unavoidable delays, a mutually agreeable and seasonable time extension
shall be negotiat�d,
6) Plan Submif�al
Copies of the original plans shall be provided on repraducible mylar or approved plastic
film sheets, vr as otherwise approved by #he Departmeni of Engineering and shall
�ecome the property oF fihe City. City may use such drawings ir� any manner it desires;
pro�Eded, however that #he Engineer shail not be lia�le fior the use of such drawings for
any projec# o#her than the project described herein; and further pravided, that the
Engineer shall not be li�ble for the cansequences of any ch�nges that are made to the
drawings or changes that ar� made in the implementation of the drawings without the
wntten appro�al of the Engineer.
PHAS� �
7) Righfi�of�114�ay, �a�emen4 and �and Acquisi�ion I��eds
The Engineer shall determine the rights-of-way, easement needs far the construction of
the praject. Engineer shali determine ownership of such land and fumish the City with
the necessary right-of-way sketches, prepare necessary easement descriptions far
acquEring the rignts-of-way and/or easements for the canstruction of this project.
SketcF�es and easemen# descriptions are to be presen#ed in form suitabEe for direct use
by the Department of Engineerin� in abtaining rights-af-way, easements, p�rmits and
licensing agreements. All materials shall b� fumished on the appropriate City forms in a
minimum ofi four (4) copies each. �
8} �esign Survey
The Engineer shall provide necessary field survey for use in the preparat�on of Plans
and Specifica�ions. The Engin��r shaN fumish the City certified copies af the field data.
9) Utili�y Coordinati�n
The Engineer shail coordinate with all utilities, including utili#ies owned by the City, as to
any proposed utiii�y fiens or adjustment to existing utility lines within the project limits.
The information abtained shall be shawn on th� concep#ual plans. T�e Engineer shall
show on the preliminary and final plans the location of the proposed utiGty lines,
existfng utility lines, based on the informatian pro�ided by the utility, and any
adjustments andlor relocation of the existing lines within the project }imiis. The
Engine�r shall aiso evalu�te the phasing af the water, wastewater, street and drainage
worEt, and shall s�bmit such eUaluation in writing to the City as part of this phase of the
project.
-2-
10) Concep4ual Pla�ns
The Engineer sha�l furnish four {4) copies of the Phase 1 concept engineering plans
which include layouts, preliminary right of-way needs and preliminary estimat�s of
probable cons#ructian co�ts for the Engineer's recommended plan. Far all submittals,
the Engineer sh�ll submit plans and documents for streeilstarm dr�in and
w�terlwastewatsr facilities. The Engineer shall rec�i�e written approval of the Phase 1
Plans from the Ci�y's praject manager before proceeding with Phase 2.
����� a
11) �esign C�a4a
The Engineer shall provide desig� data, reports, cross-sectinns, profiles, drainage
calculations, and preliminary estimates of probable construction c�st.
'�2} �Peliminarys Cons�ruc�ion �lans and iech�nical Speci�E�a#ions
The Engin�er shail submit twenty (20) capi�s ai Phase 2 preliminary construction plans
and fi►►e (5) copies of the preliminary technical specifications fior review by the City anci
far submission to utility companies and other ag�ncies for the purposes af coordinating
work with existing and pro�osed utifities_ The preliminary construction plans shall
indica#� locatior� of existingfproposed ut�lities and �torm c�rain lines. The Engineer shafl
recei�e written appro�ar of the Phase 2 plans from the City's project manager before
proceedir�g with Phase 3.
���� 3
13) �inal C�ns�r�uc�ion P�ans
The Engineer shall fumish five {5) copies of the final cansiruction plans and contract
specifieations for review by tf�e City.
'f4} ��fiailed Gost �stima�e
The Engi�eer shall furnish four {4} coyaies of detailed estimates of probable constr�action
costs for #he authorized construction project, which shall include summaries of bid items
and quaniities.
15� F+lans and Speci�cation Appro�al
The Engineer shal! fumish an original cover mylar for the signatures of autharize� City
afFicials. The Contract Documents shall comply with applicable local, st�#e and federal
laws and with applicable rules and regulatinns promulgated by local, state and nationai
boards, bureaus and agencies. The Engineer shall receive written appro�al of the
Phase 3 plans from the City's project manag�r before praceeding with Phase 4.
-3-
Pi�A�L �
16} �inal App�o�ed Cons�ruc�ion �lans
The Engin�er shail f�arnish 45 bound capies of Phase 4 final approved constructjon
plans and contract specifications. The appro�ed plans and contract spec9fications shall
be used �s authorized by t�e City for use in obtaining bids, awar�ing cantracts, and
constructing the project.
'17} �idding Assi��ance
The Engineer shaN issu� addenda as appropriate to interpr�t, clarify, or expand the
bidding documen#s, and assist the owner in determining the qualifications and
acceptab9lity of prospective co�structors, subcontractars, and suppfiers. When substitu-
tian prior ta #he award of contracts is allowed by the ioidding documents, the Engineer
will advise the owner as tn the acceptabiii#y of altemate materials and equipment
proposed by the praspective eanstructors.
'[8) Recommenda4i�n o�Rw�r�d
The Engineer shall assisi in the #abulat�ti� and review of all bids recei�ed for the
consiruction of the projeci and shall make a recommendation of award ta the City.
19) �rr�bid Conference
The Engineer shall attend the prebid conference and the bid opening, �repare bid
tabulation sheets and pro��de assistance ta �he owner in evaluating bids or proposals
and in assembling and awarding contracts for cvnstructian, materials, equipment, and
services.
�HA�� �
2a) Precons�cruc�ion Confe�ence
The Engineer shall attend the precanstruction confierence.
21} Cons�ruction Surrre�
The Engineer shall b� �vailabfe ta the City on ma#ters concerning the layoufi of the
praject during its construction an� wilf set control points in the field to allow Gity survey
crews to stake the praject. The s�tting of line and grade stakes and route inspectian af
constructian will be pertormed by the City.
22) �ite Vi�iis
The Engineer shail visit the project site at appropriate intervals as canstruction
proceeds to observe and report an the progress and the quaiity of the executed wo�.
-4-
23} Shop �rawing Re�iew
The Engineer shall re�iew shop and erection drawings submitted by the contractor for
compliance with design concepts. The Engineer shall r��i�w faboratory, shop, and mili
test reports on materials and equkpm�nt.
24) Ins�ruc�ions to Contrac�or
The Engineer shall pro�ide necessary int�rpretations and clarifications of contract
documents, review charige orders and make recomme�dations as ta the acceptability
of the work, at the �equest of the Gity.
25) �ifFering Sife Condi4ions
The Engineer shali prepare sl�etches required to resa��� probiems due ta actual #i�ld
conditions encountered.
26) Record Brawings
The �ngineer shal� prepare record drawings from infarmation submitted by the
contractor.
-5-
��. ��� ��� �� �� ��� ����'��
�"r � � �wc. EIVGINEERS o SLlRVEYORS �� CONSULTANTS
June 28, 20Q2
Mr. Tany Shofola, P.�.
Department of Engineering
City of Fort WQrth
P.O. Box 870
Fart Wor�h, TX 76102
Re: Water and Sanitary Sewer Fiepfacement Contract 2a02 STM-C, F, anc� G
DO� Nos. 3703, 37Qfi, and 3707
Water Project Nos. PW�3o06D�30"17fi44Q, PW�3�06053Q776470, and P'W�3�
U6U530"176480
D�ar Mr. SF�olola:
Please find attached
revised the proposa�
following items:
a revised fee prap4sal submittal for th�; referer►ced �roject. We ha�e
per yaur comments and dur discussions. The fee proposa! includes #he
�xhibit A-9
Attachment B
Exhibit B-1
Exhibit B-2
Exhibit B-3A
�xhibit B-3�
Exhibit B-3C
Exhibit �-4
Exhibit B-5
Attachment C
Attachment D
Attachment E
Supplemental Scope
Compensation Schedule
Method of Payment
Hourly ar�d Reimk�ursable Rate Scheduie
Summary of Tota1 Project Fees
Fee Summary
Breakdawn of Special Services
Opinion of Probable Construction Cos# Sumrr�ary
4pinion of Probabl� Construction Costs
Changes and Amendments to Aftachment A
Project Scnedul�
Locatian Map
Piease feef free to cantact m� if yau have any questions or need �urther infiormation. We look
farward to the oppa�tunity to continue to be of service ta t�e City of Fart Wo�th.
Sinc�rely,
TEAGU� NALL AND PERKiNS, INC.
.
Ty Hilton, P.E,
r raa �a�c�rr srREEr
FORrwoRrN, rEx�s �srnz
�azr� sas-s»a
f�Uf (817) 338-2813
�XHIBIT "A-1"
SUPPLEMENTAL SCOP� OF SERVICES
(SLlPPLEMENT T� ATTACHMEhJT "A"�
C]�SIGN SERVIGES: WATER {MPR�VEMENTS
Th� fallawing is a clari�ca#ion of the tasks that the Ei�GiN�ER will perform �t�der ATTACHMENT
"A". Work under this attachment includes engineering sei-vices for water andlor sanitary sewer
improvements for the tolfowing:
Water and Sanitary Sewer Reptacement Contract 2002 STM-C, F, and G
pQ� fVOS. 3703, 3706, and 3i07
Water Proj�ct Nos. PW�3e0fiQ�301i6�440, PW53-06Q530176470, and PW�3d06053�'Ii6�480
Water ar�d Sanitary S�wer Cantract �00� STM�C
Anvil Ct. Skylake to E, Cul-de-sac
Funtier G�en Ho�lvw to S. Cul-de-sae
Golf Cluh Cascade Ct. to Lake Country
Sky�ake Lake Country ta E. Cul-de-sac
Skylake Ct. Lake Country ta Woodharbar Cf.
Westwind Ct. Lake Cauntry to E. Cul-cfe-sac
Cascade Ct. Golf Club to N. Cul-de-sac
Granite Skylake to E, Cul-de-sac
Regatta Random Rc�. ta 5. Cul-de-sac
Treetop Golf Club to N. Cul-de-sac
Water and Sanitary Sewer Contract 20U2 STM�F
Lake Harbor Gt. Crosswind to C�tl-de-sac
Lake Nighlands Cartyon Crest ta L.ake Country
Lake Highlands �ake Country ta Crosswind
Trailridge Lake Country ta Crosswind
Heath�rwood Ct. Lake Country ta Cul-de-sac
Lake Cauntry Ci. Lake Ca�ntry to Cul-de-sac
Summit Cove S�Cyfake to S. Cul-de-sac
Aspen Vllood Ct. Glen Hollow to Cul-de-sac
Stonewood Lake Highlands to Cui-de-sac
Greanhaven Lake Gountry ta Overland
4ncline Terrace Trailridge to Crosswind
Waier and Sanitary S�wer Contract 200� 5TM-G
Bayshare Crasswind to W. Cul-de-sac
Wvodside Hill Ct. Lake Coun#ry to E. Cul-de-sac
Vista Cliff Sand Castle ta Towrrship
Vista Cliff Township to Hidden Hill
Waodside Hill Dr. Lake Countr�r to Skylake
Grassland Crosswind Dr. to �. Cul-de-sac
Sandcastl� Lake Country to CuR-de-sac
{ALL LINES TO B�lNCLUDED 1N f7NE CONSTRUGTIDN CQNTRACTJ
��x-�
Upon receipt of notice to proceed, the ENGlNEER will per#orm th� fallowing tasks:
PART A--� PRE-�NGINEERING
1. lnitiaf Data Callectian
a. Pre-Design Coordination Meeiings
ENGINEER will attend and document meetings, as req�ired, ta discuss and
coordinate �arious as�ects of the project and to e�sure fhat the projecf stays on
schedule. ��r pur}�os�s of establishing a levef of comfQrt, two (2) meetings are
antici�a#ed. These ine[ude the fallow�ng:
Or�e (1) �re-d�sign kick-afF me�iing, (including the CI7Y's D�partme�f af
Engineerir�g and oti�er departments that are irnpacted by the praject).
One (1) re�iew meeiing at comp�etia� of the City's review af the canceptual
engineering p�ar�s.
b. Data Colfectit�rt
In addition to data obtained from the City, ENGlN��R wili r�search and
make efforts to obtain pertinent information to aid in coordinatian of the
proposed improvements with any planned fuiure im}�rovements that may
influence the projecf. ENGINE�R will also identify and see€c to abfain data
for existing cflnditions that may impact the project including; utili�ies, City
Master pla�s, property ownership as available from fhe Tax Assessor's
office.
c. CaordinatEon wrtit Oth�r Agencies
During the concepf phase the ENGINEER shall coordinate with a!I utilities,
including utiiities owned by the City, TxD�T and railroads. These er�tities
shal{ aEso be contactec{ if applicab}e, to determine plans for any prapased
facilities ar adjustment tti existir�g facilities within the project limits. The
information abtained shall be shown on the concept plans. The ENGINEER
shall show the I�cation of the proposed utiii�y iines, existing utility lines and
arty adjustmer�ts artdlor relocation af the existing ]ines within #he �roject
limits. ENGINEER shalf ctimplete all fiorms n�:cessary for City to obtain
permft letters from Tx��7 and railro.ads and subrr-iit such foTms to t�� City.
City shall be respansible for forwarding the forms to the affected agencies
�a�-2
�'or execution.
2. Monthly Progress R�port and Neighborhaad Newsletter
a. The ENGiNEER shall submit a progress schedule after the desig� contract is fully
executed. The schedule st�all be updated and submitted to the GITY afong with
monthly pragress repo�k as required under Attachment B af the con#ract.
b. ENGINEER vuif! prepare a quarterly neirvsletter detailing the status of the praj�ct for
distribution #o the affected Neighborhood Assoeiation. The �ewslett�r wiil be �e�i�wed
and approved by the Gity priar to distributiart.
PART B- CONSTRUCTION PLANS AND SPECIFICATIOP�S
1. Conceptual Engineering
5urveys for Design
a. ENGINEER wiil perfarm field surveys to coliect horizontal and verkical
efevatians and other information which wEll be needed for use I�y the
ENGINEER in design and preparation of pEans for the project.
lnfarmation gathered during the survey shall inciud� to�ographic
data, elevatians of all sanitary and adjacent stnrm sevrrers, rim/invert
efeva#iar�s, location and buriecf utilities, struetures, and other features
relevar�t t4 fhe final pfan sheets. For sewer lines located in alleys or
backyards, ENGIfVEER wil� ob#ain the toflowing:
Obtain permission for surveying through prRvate pro�erly. Locate
horizantal and vertica� alignmer►# of uti�ity lines. The impravem�nts,
trees, fences, walis, etc., ho�izantally along rear lot lines in an
appraximately 20' wide strip. �n addition, locate all rea� hous� corners
and btailding carners in backyards. Com�ile base plan from field
survey data ai 1" = 40' horizonial and 1" = 4` verticai scale.
When conducting design survey at any location an the project, tfie
cansultant or its sub-consultant shall carry readily visflale infarmation
identifiying the name of the cam�ar�y and the cam�any
r�presentative. All company vehiclEs shall also be readily identified.
�az-3
b. Engineer Will Pro�ide The Follawing Intormatior�;
All plans, field notes, �lats, maps, legal descriptions, or otl�Er
s�ecified documents prepared in canjunction with the rec�uested
services shaEl be provided in a digital farmat com�atible with the
electronic data collec�ion and computer aided design and �raft�Rg
software currently in use by the C1TY Depar#ment of Engin�ering.
Al] text data suc� as p�an and profile, legal descriptions, caordinate
fles, cut shee#s, etc., shall be pravided in the American Standard
Co�e for Information fnterchanga (ASC�1} farr�at, a!I drawing files
shall be �ravided ir� Auf,acad (DWG ar DXF) farmat (currentfy
Release i 2), o� as othennrise a�proved in writing by the CITY, and
all data co[Eected a�d generated c4uring the cours� af the project
shail become the property of the CITY.
The minimum information to b� pravided in the plans shail include
the following:
1. a Praject Cflntral Sheei, showing A�LL Control �oints, us�d
or set whi�e gathering data. Generally an a seale of not less
than 1:40Q: �
2. The fo�lawing informatian about each Contrai Point;
a_ identified (E�sting City Monum�nt #890'I, PK Nail,
518" 4ron Rczd)
b. ]t, Y artd Z Coordinates, in an ider�tified coordinate
system, and a referred �earing base. � coordinate
Qn City Datum anly.
c. Descriptive Location {�x. Se# in the centerline of th� �
inlet in the South c�rb line of North Sid� Drive at the
East end of radius at the Southeast corner of North
Side Drive and Nor�fi Main Street).
3. Coordinates on all P.C,'s, P.T.'s, P.I.'s, Manholes, Valves,
etc., in the same coordinate system, as the Controi.
4. No less than �to horizontal control points, per lirre or
focation.
EAl-4
5. B�arings given on all praposed centerlines, or baselines.
�
iv
6. Station equations relating utiliti�s to pavir�g, when
apprapriate.
Public Notification and PersannelNei�icle Identificatir��
Priar to conducting design survey, ENGINEER will notify affecte�
residents of the praject �n writing. The notificatian letter shall be Qn
company letterhead and snap incf�de the following: praject name,
IimEts, DOE project na,, Consultant's prQject manager and phone
no., seope of survey worlc ar�d d�sign s�arvey seheduEe. The let�er
will b� reviewed and appro�ed by the �City prior to distribution.
When canductir�g si#e �isits ta t�e pro�ect Iacation, the cons�a�tant or
any af its sub-consultants shall carry readily visible informatian
iderttifying the
representati�e.
identifiable.
r�ame of the company and the company
All cpmpany vehicfes shall alsa b� readi{y
Cvnc�ptual E�tgineering �'�an Suhmitta!
a. Conceptual pfans shai� be submittec� to City 90 days after
Notice to Proceed Letter is issued.
b. The ENGfNEER shalf perform concep#ual �(esigrr of the
proposed improvements and furnish fraur (4) copies of the
cancept engineering plans which i�cfud�s layouts,
preliminary right-of way �eeds and cost estimates for the
ENGINEER's recomm�nded plan. ENGINEER shall p�rform
remaining field surv�ys required for final design Qf selected
route(s). The E�lG�NEER shall also evaluate the phasing of
the wai�r, sanE#ary sewer, streat and drainage work, and
shall subr�it s�ch evaluation in w�[ti�g to the City as a part
of #he concept phase of the project. AEI design shalf be in
con�ormance with �art Worth Water Department poficy and
procedure for processing water and sewer design.
ENGINEER shall review the Gity's wat�r and sewer master
pfar� and pravide a summary of fnd�ngs pertaining to the
�ropQsed proj�ct.
�EA.1-5
2. Pr�[iminary �ngineering
Upon approval of Part B, 5ection �, ENGfNEER will �repare prefimirtary
construction plans as foflows:
a. Overail water and/or sanitary sewer layaut sF�eets and ar�
overall easement layout sheet(s}.
b. Preliminary project plans and profile sheets which show the
folfawing: Proposed water andlor sanitary sewer planlprofile
and recommen�ed pipe size, fire hydrants, water se�vice
fines and meter boxes, gate �afves, isoiatiot� valves and all
pertit�en# infiarmatian needad to constr�act fhe project. Legal
description (Lof Nos., Block Nas., and Addition Names)
alang with property ownership shall be provid�d an the plan
Vi�W.
c. F�r sewer lines, pi�efines schedule far point repairs,
rehabifitatian and replacement wifl be Eacated on the base
sl�eets prepared from s�rvey information gathered under
Pa�k B, Section 1. Confficts shail be resolved where
pipelines are to be r�habilitated on the same fine segment.
Base sh��ets shall reference affected or adjacent streets.
Where o�en-cut construction is anticipated, i�efow and
above ground utilities will be located and shown on the base
Sh�EfS.
d. Existi�g utilities ancE Utiiity easements wilf be shawn on the
�lan and profile sheets. ENGINEER will coordinaie with
utility companies and the City of F'o�t WariY� to determine if
any future improvements are planned that may impact the
project.
e. TF�e ENGINEER si�a�l malce pravisions for reconnecting afi
water andlor wastewat�r service fines which cannect
directly to ar�y main being replaced, inciuding replacemer�t
of existing service lines within City right-of-way or utility
eas�ment. When the exiskirrg alignment of a water and
sanitary sewer rr�ain or lateral is changed, pro�isions will
be made in the final plans andlor specifcations by the
EA1-6 �
ENGINEER to relocate all service lin�s wnich are
connected to the exis�ing main and connect said service
lines to the relocated main.
f. The EIWG1f�EER will pr��are standard and special detail
sheefs fior water line installation and sewer rehabilitatian or
replacement tnat are not already ir�clu�ed ir� the D-Section
o�F the City's specifica#ions. T�es� may include connection
detaiEs between variaus parts of the praject, tunneling
detaifs, barir�g and jacking details, waterlir�e relocations,
details unique to tl�e construction of the �roject, �renchless
details, and special service lateral recannections.
g. Right6af-Way R�search
The ENGINEER will condt�ct preliminary research far
availability af existing �asements where open-cut
constructio� ar relacatiorr af exist€ng afignments �s prQbable.
Temporary and p�rma�er�t easements will be apprapriated
based on available in�ormatian ar►d recommertdations wifl
be made far appro�al by the CiLy.
h. �ight�of wayiEas�ment Preparativn and Submiital
Preparation and submittal of right-of-way, easements and
rights-of-er�try, if include�, wil4 be in conforma�ce with
"5ubmittal of Information to Real Proper�y for Acquisition of
Property".
L Utility Clearance Phase
The �NG�NEER will consult with the City's Water
Depa�tment, Department of Engineering, and ather CITY
departments, }aublic u#ilities, private uti�ities, private uiilities
and government agencies to det�rmine the approxima#e
location of above and underground utilities, and other
facilities #hat have an impact or influence on the project.
ENGINEER will design City faci�ities ta avoid or minimize
conflicts with exisfing utilities.
EA�-7
The ENGINEER shall deliv�r a minimum of 13 sets of
approved preliminary canstruction plans to ihe City's Utility
Coordinator for forwarding to all utility compan3es, which
have facilities within the limi#s of the proj�ct.
j. F'reliminary construCiian plan submittaf
i. PreGminary plans and specificatians shall be
submitted t4 #he City 12D days after approval of Par�
B, Section 1. The ent�re project will be inciuded in
one {1) set of �lans and specificatians. If the project
is separated into more than on� constructian
contract, this agreement si�aEl f�e amended to
compensate for the Engineer fflr preparatior� crf
mul#iple sets of plans and spec�fcations.
ii. The ENGINEER shall deiiver twa {2) sets of
preliminary construction plans and twa {2j sets nf
specifications and contraet docume�ts to CITY for
review. Generally, pl�n sheets shalf be organized as
follnws:
Cover Sheef
Easemer�t layout (if appiicable)
Pfan & Prafile Sheets
Standard Gonstruction Details
Specia! Details (If appkicable}
iii. The �NGINEER s�all submit a preliminary estimate
ofi prob�ble canstruction cost with the preliminary
plans submitted. ENGINEER shall assist City in
seleciing the feasible andlor economical solutions to
be pursued.
k. Review Meetings with City
The ENGINEEFi shal� meat with CITY ta discuss review
comments far preliminary submittal. The CITY shall direct the
ENGWEER in writing #o proceed with Final Design for Final
Review.
EA1-8
L Public Meeting
A#ter the preliminary plans have been reviewed and ap�ra�ed
by the City, ENGIN�ER shall prepare exhibits el0il� Wftii an
invitation letter and attencf public meeting to help explain tf�e
proposed project to residents. The CfTY shall rnail the invitation
letters.
3. Final Engineering Plan Submittal
a. �inal Construc#ian Docum�n#s shali be submitted to CITY 9fl days after
approval of Part B, Section 2. The entir� projeet will be included in one {1)
set of p�ans and specifications. lf the project is separated into more than
one cor�structian co�fract, this agreement shal! be amended to compensa#e
for the Engineer for preparaiion ofi multiple sets of plans and specifications.
T�e CITY shali review final Canstruction Doeuments for ail aspects af the
project in accordance witF� �he project sehedufe presented in Attachment D.
if the City requires changes fo the plans and specifications after fnal
acce�tance, ihis agr�ement sha�l be arnended to pra�ide additionai
compensation to the ENGINEER.
�ollowing CfTY appraval of the recommencled improvemertts, the
ENGINEER shall prepare final �lans and specifications and cantrac#
dacuments ta GITY (each sheet shall �e stamped, dated, ar�d signed by
the ENGINEER} and submit two (2) sets of pians and construction contracf
documents witF�in 15 days of CITY's fna[ appraval. PEan sets shail be �s�d
for Part C activities.
b. ENGINEER's Estimate af Probable Construction Cest
The ENGINE�R shalf s�bmit a fina! estimate of probable canstr�ctior� cost
wi#h the finai plans submitted.
PART C - PRE-CONSTRUCTlQN AS5ISTANCE
Admirtistration
a. Deliver 8ic! Dacuments
The ENGINEER will make available fior bidding, upon request lay the CfTY, up to
�Az-s
forry (40) sets of the final approved and dated plans and specifications and
con#ract documents for the projects to the CITY for distributian to potential bidders.
Proposal will be delivered ir� electronEc format.
b. Bidding Assistance
The ENGINEER shall assist the CITY during phase including preparation and
delivery of addenda to pian holders and responses to questians submitted to tne
DOE by prospecti�e bidders. Engineer shall attend the scheduled pre-bid
conferenc�.
The EhJGWEER shafl assist in reviewing the bids for completeness and accuracy.
The E�IGINEER sha1G attend the projecf �id opening deveEop bid tabulatians in
hard copy and electronic format ar�d submit four (4) copies at the bFd tabulation.
c. Assistance Dc�ring Cons#ructian
The ENGiNEER sha�l attend the pre-construction canference far t�e praject. The
ENGiNEER s�all a�so consult with ar�d adr�ise the CITY on design andlor
construction ci�anges, if necessary.
��.i-a.a
ATTACHMENT "B"
COMPEN5AT10N SCHEDULE
Water and Sanitary Sewer Replacement Contract ZD02 STM-C, �, and G
DOE Nas. 3iO3, 3706, and 3707
Wat�r Project Nos. PW53-Q6U�3D'Ii6440, PW53-OB0530'17C47U, and PW53-QfiQ5301i648Q
1. Cornpensation
A. The �NGIN�ER shall be compensaked a total lump s�m fee of $788,2'i6 for Basic and Special
5ervices as summarizecf in �xhibit'B-3". Payment of the tota3 lum� sum fee shall be considered
full compensation for �he services described in Attachment "A°� and �xhibit "A-1" for all labar,
maEerials, supplies and equipment necessary to complate the project.
B, Subcnntractor cvst shall be r�imbursed at the aciva� in�oice cost plus 10%.
C. �he EIVGfNEER shall be paid in monthly partial payments as described in Exhibit "B-1" upon
recei�f of invoices submitted �y the �NGINEER, based on an estimate of the percentage of
completion vf khe project, not to exceed the milestone lirrrits described on Exhibit "�-1".
ATTACHMENT "B�"I"
METHOD OF PAYMEI�T
INater and Sanitary Sewer Replacement Coniract 2002 STM-C, F, and G
DOE Nos, 3iO3, 37D6, and 370i
Wat�r Project Nos. PW53�D6a�30'f�644Q, PW�3-0605341i6470, and PW53-�6fl53017648Q
The �NGiNEER shall �e paid monthly upon receipt of an invoice on the basis af statements pre�ared
from the books and records of accoun# af the ElVGINEER, based an the ENGINEER's estimate of the
percentage af completion of the praj�ct, such statements to be verified as ko accuracy and compliance
with the terms af this car�tract by an officer of ENGIN�ER. Payrrient accorcEing to stat�rnents will be
subjact #o certificaEion by the []irector of the Department af Engineering or his au#F�orized
representative that such work has been perFormed.
T�e aggregate of such montnly partional payTnents shaA nat exceed the foflowing:
Until satisfactory completion of Exhibit A-9, Part B, Section 1 hereunder, a sum not to exceed 4�
percet�t of the lump sum fee.
Until satisfactary complatian of �xhibii A-1, Pari B, Section 2 hereuncler, a sum �ot to exceed 75
percent of ihe lump sum fee.
�lntil satisfactary completior� of Exhibit A-1, Par# B, Sec#ion 3 hereunder, a sum not to exceed 95
percenf of the lump sum fee.
Balance of earnings to be clue and payable upon delivery to the Gity of plans and bid docume�ts for
adv�rtising as described ir� Exhii�it A-1, Part G, Section 1a.
EXHIBIT By2
TEAGUE NALL. AND PERKiNS, 1NC.
Hourly ar�d Reimbursable Rat� 5chedule
EfFective January 1, 20D2 to December 31, 2002�
Engineering ! Technical
Princi�al
Office Mar�ager
IT Manager
Senior �ngineer
Engin�er
Graduate Engineer
Senior Designer
Designer
Landscape Architect 1 Pianner
CAD Tachnician
fntern Teci�nician
Clerical
Resident Project Representative
Ft'orn
$125
$1�0
$75
$$0
$85
$60
$65
$50
$75
$�5
$35
$4Q
$40
70
- $175
- $120
- �sa
- $120
- $95
- $90
- $115
- $7a
- $85
- $75
-- $50
- $6a
- $55
Per F�our
Per Nour
Per Hour
Per Nour
Per Haur
�er F�aur
Per Nour
Per Hour
Per Hour
Per Hour
Per Haur
Per Hour
Per Hour
Surveying
Survey Office Manager
R.P.L.S.
5e�iar 5urvey 7echnic�an
Junior Survey Technician
2-Person Field Crew wlEquiprnent
3-Person Fie�d Crev+r wlEquipment
4-Pefson Field Crew wlE�uiprrTent
2-Person G.P.S. Crew w1Eq�aipment
3-Person G.P.S. Crew wlEquipment
1-Person RoboticCrewwlEquipment
2-Person Robatic Crew vtrlEquipment
3-Person Robotic Grew wl�quipment
$�00
$8�
$6�
$55
$85
$100
$12Q
$120
$'140
$85
$95
$915
Dir�ct Cost Reimbursables
Photocopi�s $0.10/page Eetter and legal�size band paper, B&W
$0.20I�age 11" x 17" size bond paper, B&W
$2AO/page 22" x 34" and larger bond paper or ve![um, S&W
Piots $1.�0lpage 11" x 17" size bond paper, B&W
$2.Q01page 13" x'f7" size borrc� pap�r, co�or
$2.DOlpage 22"x34" arid larger 6o�rcf paper or velium, B&W
$A�.00/page 22"x34" a�d larger band paper or vellum, cvlor
$4.00lpage 22"x34" and larger mylar or acetate, B&W
Bl�eline Prinks $2.00Ip�ge a]I sizes
Sepias $4,OO/page all sizes mylar aT acetate film
Mileage $0.361mi1e
All Subcontracted and outsoureed services billed at actual cost plus 10%
* Rates shown are for ca�endar year 2002 and are subject to change in s�bsequ�nt years.
Q;4LDp1FT W 025?3ldocs52f102-TNP-Ra7es-3,155,d oc
Scope of Services
Water and Sanitary Sewer Design
SLJMMARY �F TOTAL PRO.iECT �EES
Water and Sanitary 5ewer Replacemer�t Cantract 2002 STM-C, F, and G
DOE Nos. 3703, 3106, and 37U7
Water Pro�ect Nos. PW53o060530176440, PW�3�06D�30176470, and PW�3�
U60�301i6480
Water Design F�e = $ 188,216
Proposed MIWBE Sub-consult�nts
Palmer Price, Inc.
Hugo C. Tre�ino & Associates, Inc.
EXHIBIT "B�3A"'
Tatal Fee MIWBE %
$ 188,21fi $ 47,054 25°/a
Sanitary Sewer Design Fee =$ 0
Services Fees
Design $ �4D,7�4
Reproduction $ 6,300
% of Total
22°10
3%
* No easements or right-of-entry agreements are in #he bt�dget for this eontract.
EXHIBI7 "B�3B"
FEE SUMMARY
Water and Sanitary Sewer Replacement Contract 20{�2 STM�C, F, and G
�DE Nos. 3703, 3706, and 3�U� �
Wafer Project Nos. PW53��6053Q1'�644a, PW53-OBQ�30176�470, and PW�3�
QGD�301�'fi480
BASIC S�RVICES *
Curve "A" 7.3% (O.Q73 x $9,339,500)(0.85)
Basic Services ��e = $ 83,116
TOiAL �ASIC S�RVICES =
iOTr4� SPECIAL S�RVICES =
GFtAND YOTAL =
$ 83, �I 16.00
$ 105,100.00
$ 788,�16.40
�` Basic Services fee based on the preparation ofi one set of constructian plans and
specifications for the Entire praject. Subdividing the praject into multipie canstruction
contraets shall be considered extra work and require amendment of this agreement.
ATTACHMENT "B-3C"
BREAK�OWN O� SPECIAL SERVICES
Wa#er and Sanitary Sewer Replacement Con#ract 2002 STM�C, F, and G
DQE No�s. 3i'03, 37Qfi, and 37t17
Waier Praject Nos. PW53-06053�176440, PW53-060�3Q'l764'�0, and PW�3m
06U�3Q176480
Specia� Services
Design Surveys ($3.OQI�F)(24,460 L�) _
Public 11�eetir�gs ancE Mailouts =
Reproduction �
10% for Subcansul#ants =
Bid Tabulation Preparatian =
Pre-Canstructian Meeting =
Final Inspections =
Record Dra�+rings =
$
$
$
$
$
$
$
$
73,40Q.OQ
7,000.00
� �,00a.00
4,600.�0
3,9Q0.00
1,�OO.OQ
"I ,700.40
�,00a.ao
TOTA�. _ $ 105,100.0�
,
A�TTACHMENT "B-4"
OPiNI�N OF PROBABLE COST SUCIJiMARY
1lVater and Sanitary Sewer Replacement Contract 2002 STM�C, F, and G
DDE Nos. 3703, 3705, and 31ai
Water Project Nos. PW53-06Q�30�1y6440, PW53-U60530176470, and pW53�
Q6Q�30176480
SUMMARY
Waier artd Sani#ary Sewer Contract 2D02 STMaC
Wafer Improvements $ 693,�00.04
Sanitary Sewer Improvements $ 0.00
TOTAL $ fi13,�00.Q0
Wat�r and Sanitary Sewer Cantract 2002 STM�F
1Nater Im�rovements $ 283,0OO.OQ
Sanitary S��rer Imp�overr�ents $ 0.04
iOiAL $ 4�'I,Q00.00
Water and Saniiary Sewer Contr�ct 200� STIIA�G
Water Impravements $ �75,000.00
Sanitary Sewer Impro�ements $ A.Da
TOTAL $ 275,DOO.�p
GRAND �'OTAL $ 'l,339,5Q{}.00
:�,�,��
`��AGU� IV�1L� A►h�� P�RKIN�, �NC. IV1ay 6, 2�02
��ONSULTlNG ENGINEERS �
'O�IfVIOh! �� P���A�L� ��Si �i��l�l� ��5� �
=(Contract Nego#iatior� Stage)
PROJECT NAME: Water Replacemen� Contract �402 SilV1�C
Anvii Ct., Funtier, Golf Club, Skylake, Cascade Ct., Granite, Regatta,
Skylake Ct., Westwind Ct., Treeto�
CLIENT: CITY OF FORT W4RTH, T�XAS
D.O,�. PROJECT MANAGER: Tony Sholola, P.E.
Item _ Descript�on
--- �tV��er
1 �12" Water Line
1 � 0" Water Line
2 8" Water Line
3 6" Water Line
4 Std. Fir� Hydrant (3'-6' Bury}
4�2" Gate Vaf�e and Box
5'1 Q" Gate Valve and Box
6 8" Gate Valve and Box
7 fi" Gate Vaive and Box
8 Cl/DI Fittings
9 F�emove Exis#ing Fire Hydrant and Saivage
10 Pro�ide 2" Temp. Vilafer Serv.
11 1" Water Service Replacement Copper
12 1" Tap, Saddle, Stop & Fittings
9 3 Class 'A' Mater Box
14 2" Temporary HMAC Pavement R�pair per Fig. A
15 Trench 5afety System
f_ Unit __ Unit_Cost � Quant�ty � TotaE
�F $30.00 �70D $51,000,00
LF $28.Dp 1680 � $47,040.00
LF $24.00 7840 C $188,16p.pD
LF $19,0� 9 50 $2,850.OQ
EA $1,3fl0.00 15 � $'! 9, 5Q0.00 ,
EA $1,20Q.pQ 4� $4,8Q0.00
EA $1,OOO.QQ 3 $3,OOp.00
EA $�50.00 18� $9,900.OQ �
EA $450.0�� 95 $6,i50.00-
TONS $2,500.Q0 5� $11,37D.D0 �
EA $20Q.00 1 � � $3,000.00
LS $10,p00.00 1 � $94,000.00
+ �� $14.00 5250 $73,�oo.aa'
f EA $200.00 210 $42,DQ4.00
EA $70.00 210 $1�,T00.00,
LF $fi.OQ � 1224 $67,320.00
LF $1.00� 2805� $2,805.a0
5UB-TaTAL COiVST. C05T: I $557,695.00
CONTENGENCY (1D%): $��,gp�.pp
TOTAL �Sil�lt�i�p CONSi. C05i: � $6'13,500.00
i��Cl�� R�,���. Af`!D ��F�KlNS, 1NC. May 6, 2Q02
C�NSULTING ENGINEERS .
I��II \��. ■ �� ������L� ����
(Cor�tract fVegotiation Stage)
F'ROJECT NAME
� .I t� � � � � � � 4 � �
Water Replacemen# Contract 2Q02 STM � F
Lake Harbar Ct., Lake Hignlands, Trailridg�, HeatherwoQd Ct., Incline Terr.,
Lalce Cour�try Ct., Summii Cove, Aspen Wood Ct., Stonewood, Greenhaven
CLi�NT; CITY OF FORT WORTH, TEXAS
D.O.�, PROJ�GT MANAGER: Tony Shalofa, P.E.
�tem
Description
�lVa k� r
'I 8" Water Line
2 6" Water Line
3 Std. Fire Hydrant (3'-6' Bury}
4 8" Gat� Vafve anc� Box
5 6" Gate Valve and Bo�c
6 Cf/Dl Fittinqs
7 Remove Existing Fre Hydrant and Sal�age
8 Provide 2" Temp. Water Serv.
9 1" Water ServEce Replacement Copper
10 1" Tap, Saddle, Stap &�'iftings
11 Class 'A' Meter Box
12 2" Temporary HMAC Paveme�tt Repair per Fi�. A
'� 3 Trench Saf�#y System
Unit I Unit Cos� I Quantity � To�al
�F $24.Q0 8495 $203,880.OQ
LF $19.00 950 $2,85Q.00
EA $�,3Dp_�0 15 $19,�aa.00
EA $�5D.00 23 $12,65QA0
EA $450.00 � 5 $6,75a,00
TONS $2,50D.00 2 $5,OO�,QO
EA $200.00 15 $3,DOOAO
LS $6,0��.00 1 $6,000,00
LF $14.00 3925 $54,950.d0
EA � $200.00 157 $31,400.00
EA� $70.OD 157 $10,990.QQ
LF � $6.00 8495 $50,970,(}0
- --LF $1.00 2�2� $2,923.75
�SIJB-T�TAL C(�NST. COST: $41 Q,063.75
�CONTINGENCY (10%): $40,936.25
� ��T'AL ESiIMATED GONST. COST: $45'i,000.00
�
�r�A�u� ��L� �n�� ���K���, i�c. M�y 6, zoo2 -
�ONSULTING ENGINEERS �
;�P�i�IOfV �I� �R��A�L� C��Y
(Contract Negotiation Stage)
PR�JECT NAME: Water Replacement Contrac# 2d42 STM � C
Bayshore, Vista Cliff, Waadside Hill,
Woodside Hill Ct., Grassland, Sandcastle
CLlENT:
ClTY OF FORT WORTH, TEXAS
D.O.E. PROJECT MANAGER: Tony Sholola, P.E.
Item
Descriptian
�wa��r - �
-1 8" Water Line
2 6" Water Line
3 Std. Fire Hydrant (3`-6' Bury}
4 8" Gate Valve and Box
5 6" Gate Valv� and Box
6 CUDI Fi#tings
7 Remove Existing Fire Hydrant and Salvage
8 Pravide 2" Temp. Water Serv,
9 1" Water Service Replacem�nt Copper
10 1" Tap, 5addfe, Stop & Fittfngs
'f '1 Class 'A' Mefier Box
12 2" Temporary HMAC Pavemant Re�air per Fig. A
13 Trench Safefy System
�XHI�IT ����
f_ Ur�it + Unit Cost 1 Quantity J Tota�
.-�— � _ _ �
�F $24.00� 4745� $113,$50.00
�.F $19.40j 9Q� $�,710.00
I EA $1,30Q.00 9$� 1,7QO.OD �
EA $55�.00 13 $7,150.Q0_
EA $45D.OQ 9 $4,050.a0
TONS $2,500.00 2 i $5,000.00 I
EA $20Q.00 9 $'1,800.OQ '
L5 $�,OOO.OQ 1 $6,DD0.00
��F $14.OQ 2775 $38,$5D.00 !
EA $2D0.00 '! � 1 $22,20Q.00 '
EA $70.00 911 $7,770.00
LF $6.00 4720 $28,320.4Q'
LF $1.Da 1 �80 �'{,180A0
5UB-TOTAL CONST. COST� $249,610.D0
CONTINGENCY (1 Q%): I $25,390.00
TOiAL �Si�MAi�D CONSi. COS`�': � $���,Qpp.flO
ATTACHMENT "C"
CHANGES AND AMENDMENTS T� ATTACHMENT A
Water and Sar�itary Sewer Replacement Coniract 20Q2 STM�C, F, and G
DOE Nos. 3703, 3�06, and 3i07
Water Project Nos. PW53-Q60530�76440, PW53-060�30176470, anc� PW53�0�6D53U176480
NONE
r
ATTACHMENT "D"
PROJE�T SCHEDULE
Water and 5a�itary Sewer Re�laceinent Contract 2002 STM-C, �, and G
Dd� Nos, 37Q3, 3706, and 37Q7
Water Project Nos. PW53-460530176440, PW53-Q6Q53Q17647Q, and PW�3-
fl6053D'176480
Conceptc�al Plans
City Appro�al of Cancept Plans
Submit Prefiminary Plans
City Approval of Prefim. Pians
5ubmit Final Plans
�inal City Approval
90 days from Notice to Proceed
30 days
120 days from City Approval of Concept Pfans
30 days
9D days from City Approval of Prelim. Plans
30 days
, �� � t
4�
�
i
'-'r %'.hl��. Q��.L'u:I�iLFJI„�`';.�TMa]
i� � h4 �'0 �
� ��
�
�
` � �
� � _
.
�_ - /r%
� �'�:�pa
, Cl
�'��'ee�
\`'�°�o�a -
�� �
r___�
„_ TRqILRi�GE
r4 ; " � ' `1 =°
� .' �
�4 RANDOMiR�. '� s��'q,� ��� � INCUNE
�--------T ' /,P� U� TERRAC� �
� y t � � ��J'r �� ' �� ��,
l P
%' i� p �5 �� C� .q � r i �� c��Cl�-
, ti o � � . �
� � o �� � .
�r� •
+� � � J _ _ ` ' R`�t,F.
I � , _ - --- �/'� �pJu
____ RAN�pAq RD. i� GR'��S
� <��rD c O p({
� ' � � �--� ��.��N :
o�m�� �-
� � RA WSN!}fiF. �J/
� � __�___ `�
� � a�.
i N��'�"
� 4, Qy�o�-
� � � + �yafl
i• '�:
II � 1�
/ - � �
7 �4 ' i 5
Nj� � 1
�—�__��. i� �K� HiGY11,hNQs D¢•
9 � C
I p
SKYtAK� �R' �hf i ?� �R2q�'r�
r
�'l � i
/
� �7 �9cCF y' � �P',DNSTO�IF 7R, a R � c£ , y
. � ��� ., o�� J - �r, r� ��� Fc T � �
f }r
r� ��
��L
� �
i,
� �
� �i
� I�
�
�
2
Y n }� 4
z ,�
a y� � U �
�y tl � U
,+� \ J
-. I `�� �i `� �
� � � � � ■ � � � � � � �
n�, �� UI /
/
o��
��
��
0
vp 2
� �',
PROJECI' B1D AI�VERTISEMFNi' SCH�DULE
CONiRACT 20Q2 STM— C FY 02— 03
CONTRACT 20p2 STM—F FY 03--04
COI�T'RAC7 2Q02 STM—G FY 04—�5
'�h'
��-1 OR
r ` -
,
� � �� �'r.
�
r�
�� yti�, �
n ��
�
o¢:
\ -' J �� -
.
1 l.
L�G�ND '
----------- EXiSTING WATER I��N��
G— PROP. WATER LINE � �
REI'LACEMENT WITH
PROJECT DESIGNATiON �
.�` I
AgiGE
� I
��.
�
�
.
�
� I
`4
� ` i
�
�
�
�
r
5
5
5
� � V
� 1
t
�,. � 11 I „�--�{� ,
r �m
�
�
CFiAM��RS LN. �
> t-
a
n o
� GOLF CLUB pft. � �_ I�
o + �� � '
�_ -- r
- , , ,
, � � h
,�
,�- � � � '
, , �l� , �
� ,I + � G�LF CCUg
r i � ` i � I
I � _ i
� �r lll
1 � � `- _
� , I
� � •
_ i
I '� i
i�
1.- � ---]' �� I
� � '� '
+ � �
r i�� �
i � l r~ j � �
I i', � I I
, �� l _� IA'�
� � L
/
� I
I
� \�� I
�� ��� COU�V'CIL DISTRIC7 7 SCALE:
� ��� MAPSCD 3i,32 "— '
_ � -600
�`�ty o�l�o�i �v�thq T'�eas
�r��r �r�d �.�����1 �����r��������
DATE RE�ERENC� NUMBER LOG I�fAM� PAGE
�18102 �"`��� 9� �3 � 30C�G . 1 of 2
suB.��e�r ����N���INf� AGR��M�NT WIT!-i TEAGUI� NALL ND PERKINS, INC. ��R
WAT�F� AND SANIiARY SEWER REPI�ACEMEN7 CONTF�ACT 2DC12 5iM-�, F AND G_
RECOMME�fDATIQN:
It is recommended that the City Cauncil authorize ti�� City Manager to execute an enginee�ing
agreement vuith T�ague �a11 and Per�c�r�s, Inc, in the amount of $'[ 8�,216 for Water and Sanitary 5ewer
Replacement Contact 2DD2 SYM-C, F and �.
D{SCUSSIQN:
This pro�eci cQnsists of the preparation of plans and sp�cifcaiions for water maiR repfacement on the
following streets within the Laf�e Couniry Estates area: .
S7RE�T
�RQM
TO
2002 STM-C
Anvil Cour�
Funfier Go�rt
Go�f Cl�b �rive
5f�y�ake �ri�e
Skyla�e Co�r�
Westirvind Co�rt
Cascade Court
Grar�ite Cour�
Regatta Court
Treeiop Cauri
S�rylake prive
Glen Hollow Drive
Cascad� Couri
Lake Cour�try �rive
L��ce Coun#ry Drive
La�e Country Driv�
Golf Club �rive
Skyla�e Drive
Rando� Raad
Golf Club Drive
East cul-de�sac
So�th cul-de-sac
I�afce Country �1riWe
�ast cul-de-sac
East culyde-sac
��st cu!-de-sac
North cul�e-sac
No�'nc �uf-de-sac
South cul-de-sac
Nort� cul-de-sac
�Da2 5Tl'�WF
Lake Harbor Court
La�e Highl�nds Dr�ve
zake Highlands Drive
l�raiiridge Dri�e
Heatheniv�od Cour�
La�e Country �ourt
S�mmit Gove
Aspen Woad Court
Stonewood Cour�
Greenhaven Drive
Incline Te�race
Crosswind Drive
Canyon Crest Drive
l.ake Country Drive
La€ce Country Drrn►e
LaE�e Courr�ry Drive
�.ak� Country ��i�e
Skyfa4te Drive
�ler� �iaifow Dri�e
�.ake Highlands Dr��e
�ai�e Country [7r��e
Trailridge DriVe
5outh cul�de-sac
I�a�e Country Drive
Crasswin� Dri�e
C�osswind Drive
East cuf-de-sac
East cul-de-sac
So[a�t cul-de-S�C
South cul-de-sac
South cul-de-�ac
Ov�r�a�nd Drive
Crosswind Dr�ve
�`ity of �or� T�orth, TT�ca�
�y�� ��d �,��r���[ ���r��n������r�
I]ATE REFER�NGE NUMB�R LOG AlAME ['AGE
�181D2 ����1�°��3 I 30CF� I 2 af 2
SUHJECT �NC�NE�RWC AC'aR��M�NT WITH iEAGU� NALL AND PERKlNS, INC. FOR
WAYE[� AND S�INITARY SEWER REPLACEMENT CONTRACT 2a02 5TM-G, F AND G
2aq2 SiM-G
6ayshore Court
Woodside Hiil Cauri
Vista Ciiff Road
Woodside Hil! Drive
Grassfand Co�art
Sar�dcas#ie Court
Crosswir�d Drive
Laf�e Country Drive
Sand Castle Cour�
�a�ce Cauntry 9rive
Crosswind Dri�e
Lal�e Country Drive
West Cu�-de-s�c
�ast Gul-de-sac
Hidden �iill Dr�v�
SKyia�e Drive
East cu�-de-sac
West cul-de�sac
AI� �"ie sireets are scheduled for asphalt o�e�lay after water installstion is complete.
Teague Nall and �erkins, Inc. proposes fio perform �e design work for a lump sum fee of $188,216.
Staff considers this fee to be �air and reasartable fo� fhe scape of services proposed.
Teag�e Nall ar�d Perkirts, Ir�c. is in compliar�ce with t�e City's MIW�E Ordir�ance by committing to 25%
MIVIIBE partic�pat�on. 7�e City's goal on this project is 25%. �
The project is located in COL1NCiL DISTRICT 7, Mapsco 3� M and R, and 32J, K and N.
In additiort ta the contrac# amaunt, $7,OOQ is requir�d #or pra�ect ma�agement by fhe Engineering
Deparimenf.
F�SCAI. I N FOR MATI ONICERTI FICATIQN:
Th� Fir�ar�ce Directar certifies that �'unds are ava�lable in the current capi#al budget, as apprnpriated, of
�he V!(ater Capital Praject Fund.
MD:ic
Submitted for City Manager's
OfSce by:
n�� o�
Urlgenaiu�g Department Heade
no,�,� �a��
Adslifional Informativn CantacE:
6i22
6157
�orm � Accovrrr � c ��
�t°�
(from}
PWSS 53120D OE05301764�E0
� �ovNr �
f
1
��$s,2�s.oa
CITY SECRETARY
��o�D asrosrn2
Ll7IIg1t15 RAC�P.f71Ai«C U15 !
C'ity of `�'o�i �orth, �'exas
�f�yor ��d Cour��i[ C�mn�u�i��-t�o�
DATE R�F�RENCE NUMB�R LOG NAME PAGE
818102 **C�19'� �3 30CFG 1 of 2
sug��cT ENGINEERING AGREEME T WITH T�.A�XJ�E �AL�. �'�-�, I�C, FOR
WATER AR1D SANITARY SEWER REPLACEMENT CONTRACT 2Q02 STM-C, F AND G
REC�MMENDAT�ON:
it is recommended that the C�ty Council authori�e the City Manager to execufe an en�ineering
agreement with Teagu� Nall and Perkins, Inc. in #he amount of $188,216 for Water and Sanitary Sewe�-
Replacement Contact 2002 STM-C, � and G.
DESCUSSION:
This project consists of the preparation of plans and specifications for water main replac�ment on fhe
following streets within �h� Lake Cnuntry Estates area:
STREET
FROM
T�
24D2 STM-C
Anvil Court
Funtier Cour#
Golf Club Drive
Skylake Drive
Skyla�Ce Court
Westwind Court
Casc�de Court
Granite Court
Regatta Cour�
Treetop Court
S{cylake Drfve
Gle� Hollow Dri�e
Cascade Couri
Lake Country Drive
Lake Coun#ry Drive
Lake Co�ntry Drive
Golf Club Drive
Skylake Drive
Randon Road
Galf Club Drive
East cul-de-sac
5outh cul-de-sac
Lake Cauntry Drive
East cu{-da-sac
East cul-de-sac
Easfi cul-de-sac
North cul-de-sac
North cul-de-sac
South cul-de-sac
North cul-de-sac
2�02 STM-F
Lake Harbor Court
Lake Highlands Dri�e
Lake Highlands Drive
Trailridge Drive
Heatherwao� Court
l.ake Country Court
Summit Cove
Aspen Wood Court
Stonewood Court
Greenhaven Drive
Incline Terrace
Crosswind �rive
Canyon Crest Dri�e
�ak� Cauntry Dri�e
Lake Country Drive
Lake Country Drive
Lake Country Dri�e
Skylake Drive
Glen Hallaw Drive
Lake Highlands Drive
Lake Counfry Drive
Trailridge Driv�
Sauth cul-de-sac
Lake Country Dri�e
Crosswind Dri�e
Crosswind Drive
East cul-de�sac
East cul-de-sac
South cul-de-sac
5outh cul-de-sac
Soufh cul-de-sac
Overland Dri�e
Crosswind �rive
C`iiy o. f .�'ort �ortl�p Texas
1�f�yor a�d �ou���l Co�mu�i��t��n
�AT� REFERENCE NUMBER LOG NAME PAGE
8/81Q2 **�d� 9� �� 30CFG 2 of 2
SUBJ�CT ENGiNEERlNG AGREEME T WITH TEAGUE NALL ND PERKINS, INC. F�R
WATER AND SANITARY SEWER REPLACEMENT C�ONTRACT 2002 5TM-C, F AND G
2a�2 STM-G
Bayshore Cvur#
Vlloodside Hil[ Court
Vista Cliff Road
Woodside Hill Drive
Grassiand Court
Sandcasfle Court
Crasswind Dri�e
Lake Country Dri�e
Sand Castle Court
Lake Country Drive
Crasswind Drive
Lake Cou�try Drive
West cul-de-sac
East cul-d�-sac
Hidden Hi{I Drive
Skylake Drive
East cul-de-sac
Wes# cul-de-sac
All ihe streets are scheduied for asphalt overlay after water installation is complete.
Teague Nall and Perkins, Inc. propases to perform the design work far a I�mp sum fee of $188,21 �.
Staff considers this fee to be fair and reasanable for the scope of services praposed.
Teague Nall and Perkins, Inc. fs irt campliance w�th the City's MIWBE Qrdinance by committing to Z5%
MIVIlBE participation. The Ci#y's goal on this project is 25%.
The proj�ct is located in COUNC�L DISTRICT 7, Mapsco 31 M and R, and 32J, K and N.
In add�tion to the contract amount, $7,Oq0 is required for project management by t�e Engineering
Department.
F'ISCAL INFORMATIONICERTIFICATION:
The Finance Director certifies that funds are available in the current capital budget, as appropriated, of
the Water Capital Project Fund.
MO:k
Suhmitted for City Manager's
Office by:
Mazc ptt
Originating Deparlment Head:
Douglas Radamaker
Additional Information Contact:
Douglas Rademaker
I FUND I ACCOUNT i CENTER I AMOUNT CITY SECRETARY
(ta)
G122
�
G157 I (from)
PW53
G157 I
531200 06053017644Q $188,216.00
APPROVED 08/0$/02