Loading...
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