HomeMy WebLinkAboutContract 27928� � _ �t�"Y ��C�i�iARY
G�IV��RC�T' R3� . . � �� ��
C1TY Q� FORi WORTH, T"�X�4S
SY�.N��iRD AGRE�IIdIEMi FOR ENGIt���RINC S�R1lICES
This AGREEMENT is between the City of Fort Wvr�h (th� "CITY"), and Carter and
Burgess, lnc. (the "ENGIN�ER"), for a PRO,JECT genera{ly described as: Narths9de [I 1E-inch
Water Ma�n Extension along North Tarrant County Parkway F'rom �H35V11 to Park Vista Boulevard.
Ar�icEe l
Scope of 5ervices
A. The Scope o# Servic�s is set forth in Attachment A.
Article II
Compensation
A. Ti�e ENG�NEER's compensation is set forkh i� Attachment B.
Article IIl
Terms of Pa�lment
Payments fo the ENGINEER will be made as follows:
A. Invoice and Payment
(1) The �ngineer shall pra�ide the City sufficient documentation ta reasonably
substantiate the invaic�s,
f2) Monthly invoices will be issued by the ENGINEER far all work performed
�under this AGREEMENT. ]nvaices are due ar�d payable within 30 days of
receipt.
(3) Upon compietion af 'servic�s enumeratad in Ar#icle I, ihe final payment of
any balance wi1� be due within 30 days of receipt of the final invoice.
(4} �n the e�rent of a disputed or contes�ed billing, only that portion sa
contested wiEl �e withheld from payment, and the undisputed portion wil� be
paid. The CITY wi�l exercise reasonableness in contesting any bill or
portion ihereof. Na interesfi will accrue an any contestec� portion af the
billing until mutually resofved.
(5) If the CITY fails to rnake payment in full to ENGINEER �or billings
contested ir� good faith within BO days of fhe amount due, the ENGENEER
may, after giving seven (7) days' written notice to CITY, suspenci services
under this AGREEMENT until paid in full, inciuding inter�st. In the e�enf of
suspension af sarvices, the ENGINE�R shal[ have no liabifity to CITY for
delays or damages caused the CITY because of such suspension of
services. ,.. __� _.. _ �- - - ._�-.
r ,, ., _
,' '�_''h'I����G'•a� I��s��
-1- � �16 � ��f�7
� +i�"�It� .���'�� tllSG�
_ �J_J- -�
Article Il/
Dbligations of fhe �ngineep
Amer�dments to Article IV, if any, are included in At�achment C.
A. General
The ENGINEER will serve as the C1TY's professional engineering represenfativ�
under this Agreement, pra�iding professional engineering cansul#ation and advice
and furnishing customary s�Nices incidental thereto.
B. Sfiandard of Care
The standard of care applicable to the �NGINEER's s�rvices will be the degre� of
skill� and diligence normafly empfoyed in ih� S#ate of Texas by professional
engineers ar cons�ltanis perFarming the same o� similar services at t�e time such
services are perfarmed.
C. 5ubsu�ace �nvestigations
(1 } The ENGINEER shall ac��ise the CITY with regarc� io the necessity for
subcantract work such as special surveys, tests, iest borings, or o#h�r
subsurface in�estigations in connection wifh desigr� and engineering vvork
to be perFormed hereunder. The �NGINEER shall also advise tF�e CITY
concerning the resulis af same. Such surveys, tests, and inr�estigaiions
shall be furnished by the CITY, unless otherwise specifed in Attachment A�
{2} in soils, foundatian, groundwater, and other subsurFace i��estigations, the
actual c�aracteristics may �ary signifcantly between successi�e test paints
and sample [nt��vals and a# locations oiher tha� where obserrrations,
ex�loratian, and investigations have be�n made. Beca�s� of the ir��erenf
unc�:rtain#ies in subsurtace , evaluations, changed or unanticipated
underground conditions may accur that co�ld affsc� the fotal PROJECT
cost ar�dlar execution. TY�ese conditions and castlexecution eff�cts are r�ot
ih� responsif�ility of the ENGI�I�ER.
0. Preparataan of �ngineering �eavvings
T�e ENGINEER wil� provide to the CITY the original drawings af all pla�s in ink on
reproducible plastic film sheets, ar as otherwise approved by CITY, which shall
beccame the praperty of the ClTY. CITY may use such drawings in any manner i't
desires; provided, howe�er, tha� the �NGINEER shall not be liable ior the use of
such drawir�gs %r any project other fihar� th� PR�JECT described herein. �
-2-
�. Engine�r's Personnel aE Construction Site
(9} The presence of d�#ies af the ENGINEER's personnel at a consiructian
site, whet}�er as on-site representati�es or otherwise, do not make the
ENGENEER or its persannel in any way responsibfe for those duties that
belong to the CITI' andbr the C{TY's construction contractors or other
enti#ies, and do not relieve ihe eonstruction contractars or any other entity
of their obligations, duti�s, and respor�s�bilities, incCudi�g, but nat limite� to,
all canstruction meil�ods, means, t�chniques, sequances, and procedures
necessary for coordinating and completing al! portians of the const�uction
work �n accardar�ce rrviih the Contract Documen#s and any i��aitn ar safety
precautions required by such canstruction work. The ENGINEER and its
personnef nave no authority io exercis� any cantrol over any cans#ruction
cantracfor ar other entity or their employees in connection witn their work or
any health or safeiy precautiarts.
(2} Excepfi to the extent of specific site visits expressly detailed and sei farth irt
Attachmer�t A, the ENGINEER or its persar�neE shall have no abiigation ar
r�sponsibility to Wisit the construction s�te to became familiar with the
progress ar quality of #h� compleisd work on the PROJECT dr to
determine, in gen�ral, if the wark on tha PROJECT is being pertarmed in a
manner indicating that the PROJECT, when eompl�ted, wil{ !�e in
accardance with the Contrack Documents, nor shall an�thEng in the
Contract Docurnants ar the agr�ernent between C1TY and ENG�NEER be
can�trued as requiring ENGINEER to make exhaustive or continuaus on-
sEte inspections to ciiscover late�t d�f�cts in the work nr otherwise check
�he quality or quanti#y of the wflrk an ihe PRQJECT. If, for any reason, �he
�NGINEER sho�tld make an a�-si#e observation(s), on the basis of such
on-site observations, if any, tha ENGINE�R shalE endea�or to kea}� the
CITY in�Farmed af any deviation �ram ihe Gantract Dacuments coming �to
the actual notice of ENGWEER r�garding the PROJECT.
(3) V11hen professi��al certification af performance ar characteristics of
ma�erials, systerns or equipment is reasonably required to perForm the
servicas s�t forth in #h� Scope of Services, the ENGINE�R shall be entitled
to rely upon such certiftcatian to establisf� materials, sysiems or equipment
and pertarmance cri�eria to be requir�d in the Confract Documents.
�, Opinions of Probable Cost, Financia# Consideratio�s, arid Schedules
(9) The ENGINE�R shall pro�ide opinions of probable costs based on the
currer�t available infarrnation ai the time of pr�parataon, in accordance with
Afitachmeni A.
(2) ln providing apinians of cosi, �nanc'tal analyses, economic feasifaility�
pro�ections, ar�d schedules for the PRQ,�ECT, the ENGINEER has t�o
control over cost or price of �abor and materials; unfcnovun or latent
conditians of ex�siing equipment or structur�s t�at may aff�ct o�eration ar
mai�n�er�ance costs; competifi�� biddi�g procedures and market canditior�s;
fime or qualify of per�ormance by third parkies; �uality, fype, management,
_3_
ar direction af op�rating personn�f; and other ecanomic and aperatianal
factors that may materially affect the ultimate PROJECT cast ar schedule.
Therefore, the ENGINEER makes no warranty that tt�e CITY's actual
PROJECT costs, finartc[al aspects, economic feasibility, or schedules will
not vary fror� the ENGiNEER's apinions, analyses, � prajections, ar
estimaies.
G.
�
�
J.
Construction Progress Payments
Recammendatians �y the ENGINEER ta the CITY #or periadic construction
progress payments to the canstruction contractor will be basec{ on the
�NGINEER's knawledge, infarmation, ar�d �elief from selective sampling and
observatian that #he work I�as pragressed to t�e point indicated. Such
recommendatians do not represent that cantinuous or cfetailed examinatians have
been made by the ENG{NEER to ascertain that the construcfiion canfractor has
completed the work in exact accordance wiih tk�e Contract Docum�nts; that ihe
final work will l�e accepia�le in a!t respects; ihat th� ENGINEER has made an
examination io ascer�ain how or �or what purpase th� construction coniractor has
used the moneys paid; that iitle to any of the work, materia[s, ar equipment has
passed tn th� CITY free and clear of liens, c[aims, security interests, or
�ncumbrances; or that th�re are not other rnatters at issue between fhe CITY and
the constructinn contractor that affect t�e amount that shauld be paid.
Recard Drawi�gs
Record cirawir�gs, if required, will be prepared, in pari, on the basis of information
compilecf and furnished by others, a�d may not always represent the sxact
locatian, fype af �ariaus companents, or exact manner in which the PR�JECT was
fna[ly c�nstructed. The ENGINEER is r�ot r�spansible tflr any errors or or�issions
tn the informafion from others that is incorporated into the record drauvir�gs_
�Ilinarity and liidoman Business �nterprise (�f11U�'B�) pa�ticipatian
ln accord wi�h City of Fort Worth Qrdir�ance Na. 11923 as arner�ded by Ordinance
�3471, the City fi�as goals fior the participaiion of minority business ent�r�rises and
woman business enterprises in City contracis. E�gineer acicnawfedges the M/WBE
goal established for �his cantract and its commitment to meet that goal. Any
misrepresentation of facts �other fhan a negfigent misrepresentafion) andlor the
cornrrtission of firaud by t�e Engineer may resuit i� the ierrninatian o� t�is
agr�ement and d�barrnent from participating in City contracts for a period of time
of nat less than three (3} years.
Right to Audit
(1} ENGINEER �agrees that the CITY shail, un#il �he exp�rafian of three (3}•�
years after final payrnent under this cantract, have access to and fih� right
to examine and photoeopy any directly �ertinent books, documents, papers
and records of the ENGINEER in�alvir�g transactions relating to this
canfiract. ENGINEER agr��s #�at the CITY sha[I ha�e access during
n�rmal warking hours to a[I necessary ENGINEER facilities and shali be
-q-
provided adequate and appropriate wark space in order ta conduc� audits
in compliance with the provisions of this saction. The CITY shall give
ENGINEER reasonable advat�ce notice af inten�ed audits.
(2} �NGINEER further agrees to incl�ade in al! its subconsultant agreements
hereunder a provision to the efFect thaf tfie subconsuf�ant agrees that the
CITY shail, until the expiration of three (3) years aft�r final payment under
the su�contract, have access fo and th� righk to examine and photocopy
any directly pertinent booics, c�ocuments, papers and records of such
subcansultant, invalving #ransactions to the subcontraGt, anci further, tha#
the CITY shafl ha�e access during narmal warking hours to alf
su6cansultant facilities, and shafl be provided adequate and appropriate
worlc spacs, in order to conduct audits in compliance with the provisioros o�F
this article togetl�er wi#h subsection (3)hereof. CITY shall give
subcansulfant reasonable advance notice of ir�tencled audits.
(3} ENGINEER and subconsuftant agr� to pl�ota� copy such documents as
may be requested by the CITY. The CITY agrees ta reimburse
ENGINEER #or the cosi of capies at the rate published in t�e Texas
Ndministrative Gode in effect as o�F the time copying is performed.
K, �f�GrIVEER"s lnsurance
(1) Insurance cov�rage and limifis:
ENCINEER shatl provide to th� City certificate(s) of insurance documenting
poEicie� of ti�e fallo�ing coverage at minimum limits wh�ch are to be in ef#e�t prior
to cornm�r�cement of work an the PR�JECT:
Camrnercial General �.iability
$1,p00,Oqp each occurrence
$1,000,040 aggregafe
Autamobi[e Lia�ility
$1,000,000 each accident (or reasanably equivafent limits of coverage if written on
a split [imits basis}. CQ�erage shal! be or� any ve�icle used in the course of the
PROJ �CT_
Wnrker`s Compensatian
Coverage A: statu�ory I�mits
Coverage B: $'#OD,�D� each accident
$50Q0�0 disease - poficy Gmit
$�00,000 disease - each employee
Professi�nal L.iability
$�,OD0,000 each claimlannual aggrega#e
(2) Carkifiicates of i�suranc� e�idencing that the ENGlNEER has obiained all
require� insurance shail be deiiv�r�d fo the CITY priar to ENGiN�ER
proceeding wit� th� PRO,lECT.
-5-
(a} Applicabie poEicies shall be endorsed to name the CITY an
Addiiional (nsured thereor�, as its it�terests may appear. The term
CITY shafl include its employees, afficers, officials, a�ents, and
vnlu�teers as respects the contractad services,
{b} Certificate(s) of insurance sl�all document that insurance coverages
specified according to items sectian K.(�) and K.(2) of this
agre�ment are pro�ided under applicabEe policies documen�ed
therean.
{c) Any failure on
documentation
requirements.
pa�t of the CITY to requesf required insurance
sha�l not consti#uts a waiver of th� insurance
(d) A minimurn of tl�irty (30) days notice of canc�Ilatkon, non-renewai ar
material change in caverage shall be provided #a the C1TY. A ten
(10) days notiee sh�l! be acceptable in the event of r�on�pay�nent of
premium. 5ueh terms shall be endorsed onfo ENGINEER`s
ynsurance policies. Notice snall be sent to the respecfive
IDepartment Directar (by name), City nf �'ort Worth, 1000
Throckrn�rton, Fort Wor�h, Texas 75102.
�e) Insur�rs for all policies rnust b� authorized #o da business in th�
stat� af Texas ot- be otherwise approved by the CITY; and, sucl�
insurers shall be acceptable to the CtTY in terms of their financial
s#r�ngth and solvency.
{f} Deductibl� limits, or salf insured retentions, affeciing �nsurancs
required h�rein may be acceptable to the C[TY at its sale disc�etian;
anc�, in lieu of traditianal insurance, any alternatide co�erage
maintained through insurar�c� pools or risk re#en#ion grou�s must
be also appraved. Dedicated �inancial rasourees ar letters af credit
may also be acceptable to the City.
{g) ApplFcable policies shall each be endorsed vuith a waiver of
subrogation in fia�or of the CITY as respec#s the PRQ,�ECT.
(h) The City sha11 be entitled, upos� its request and wifhout incurring
expense, to review fhe ENGINEER's insurance policies including
�ndarsemsnts thereto a�d, at ihe C1TY's discretion, the ENGtNEER
may be required to provide proof of insurance premi�m p�ymenis.
(I) The Commercial General LiabilEty insurance paiicy shall �ave no
exclusians by endorsem�nts unless such are approved by the�
CITY.
�j) The Prafessional Lia�ility insurance policy, if written on a claims
mad� basis sf�afi be maintained by the �NGINEER for a minimum
two {2) year per�od subsequent to the term af the respective
�
PROJECT cantract with the ClTY unless such co�erage is �rovided
the ENGlNEER on an occurrence basis.
(k) The CITY shall not .be respansible far the direct paym�nt of any
insurance premiums r��uired by this agr�em�r�t. it is un�erstood
thaf insurance cost is an allawable component af ENGIN�ER's
overhead.
(I) All insurance req�ired in section K., except for the Professional
Liability i�surance pol�cy, sF�all be written on ar� occu�rence basis in
order to be approved �y the C[TY.
(m) Subcansultants to the ENGINEER shail be required by the
ENGINEER to rr�a�ntai� fhe s�me �r reasonably equi�alent
insura�ce co�erage as required for ihe ENGINEER. lNhen
insurance co�er�ge is maintazr�ed by subconsultants, ENGiNEER
shal! provide CITY wifih documentat�or� thereof on a cer�ificate af
insurance. Notwithstanding anything to the contrary contained
her�in, in• the event a su�consultant's insurance co�erage is
cance��d or terminat�d, such cance[lation or termination shall not
consiitute a breacY� hy ENGINEER of th� Agreemer�t.
L. lndep�nd�nt Consul�ant
The ENGIN�ER agrees to pertorm all services as an indep�ndent car�sultant and
not as a subcontractor, agent, or employee o# the CITY,
M. Disclosure
The ENGINEER acknowledges to t�e CITY tha# it has made ful� disciosure in
writir�g of any existing con�Flic�s o'� �nterest or potential conflicts of interest, including
�ersonal financial interes#, di�ect or indireet, in property abutting the proposed
PROJECT and business relationships with abuttirig praper�y cities. The
ENGINEER fur�her acknawledges #hat it wil! make disclosure in wrifing of any
canflicts of interest which develap subsequeni ta the sigr�ing of this contracfi and
prio� to fiinal payment under i�e cor�tract.
N. Asbesfios or Hazazdous SubstanceS
(1) �f asbestos or hazardous subsfianc�s in any �Form are encount�red ar
suspec#ed, the ENGIN��R will s�op its own work in th� afFec#ed portions of
#he PROJECT to permit testing and e�aluation.
(2} If ashestos or o#her hazardous substances are suspected, the ENGINEER
wil[, if requestad, assist the CITY in a�taining #he servic�s of a quali�ed'
subcontract�r ta manage the remediatEon aetivities of the PROJ�CT.
-7-
O. Permitting Authoriti�s - Design Changes
Ef permitting a�athorities require design changes so as to comp�y with published
d�sign criteria andlor current engineefing practice standards which t�e ENGINEER
s�ould ha�e ���n aware of at th� tir�te this Agreement was executed, the
ENGIN��R shafV revise plans ar�d specifications, as required, at ifs own cost and
expe�se. Hawever, if design changes are required due to the ct�anges in the
permifting aut�orities' published design criteria andlor prac#ice stanc�at'ds criteria
which are published after the date of this Agr�ement which the ENGINEER coufd
not have been reasonably aware af, the ENGINEER shall na#i#y the CITY of sucF�
changes and an adjustm�nt in compensation will be made through an amendment
to this AGREEMENT.
Article V
Obligations af the Cify
Amendr�ents to Article V, if any, are irtcluded irt Attachmen# C.
A.
�
C+:
f�
City�Furnished Data
The GITY will make ar�ailable to tha ENCINEER all technical data in the C{TY`s
possession relating to the Ef�GINEER's s�rvices �n th� PR�JECT. The
ENGIN�ER may rely upon the accuracy, timeEiness, and compl�ter�ess of ff�e
inf�rmation provided by the CITY.
Acc�ss to �aciliti�s and Pra�erty
The CITY will make its facilEties �cc�ssible ta the ENGINFER as reqt�ired for the
ENGINEER"s pertarmance of its services and will provide labor and safety
equipmer�t as required by the ENGINEER for such access. The CITY wi�l perfarm,
af no casf to the ENGINEER, such tesfs af equipment, machinery, pipelines, and
other com�onents of the CITY's faci�ities as may �e required in connectian with the
ENGINEER's services. The C1TY will be resp�nsi�le for a!f acfs af tY�e CfTY's
�pers�nnel,
Acivertis�ments, I�errnifs, and �lccess
Unless otherwise agreed ta in the Scope of Services, the C1TY will obiain, arrange,
and }aay for all ad�erkis�m�nts for bids; permits �n� licenses required by local,
staie, or federal autharities; ar�d land, easemenfis, ri�hts-of-way, and aceess
necessary for the EI�GINEER's services or PROJECT construction.
Timely Re��iew
T�e CITY will examir�e the ENGINEER's studies, reports, sketcl�es, drawings,
specifications, proposals, and other �ocume�ts; ob�ain advice of an attarn�y,
insurance counselor, accflu�tant, auditor, bond and financial ad�isors, ancf other
cons�altants as the CiTY deems appropriate; and render in wrif'rng decisEons
�
requir�d by #he CITY in a tim�ly manner in accardance with the project schedufe in
Aftachment D.
�. Prompt No�ice
The �ITY will gi�e prompt writt�n notice to the ENGIN�ER whenev�r CITY
observes or b�cames aware of any develapment fhat affects the scape or timing af
the ENGINEER's services or of any defect in the work of the ENGINEER ar
construction caniractors.
F. Ashestas or Hazardous Subs#ances and Indemnification
(1) To the maxirnum �xtent permitted by law, the C1TY wi�l indernnify ar�d
re�ease� ENGINEER ar�d its officers, employees, and subcontrackors from
all claims, damages, fasses, and costs, includiRg, but not limited to,
attomey's fees and litigation expenses arising out of or refating to the
presence, discharge, release, or escape of Y�azardous substances,
cantaminants, or' asbestos an or from the PROJECT. Nathing contained
hereir� shal{ be construed to require the CITY to levy, assass or collect any
#ax tn fund this indem�ificaiion.
(2) The inc�emnification and release reauired above shail not apply in the e��nt
the discharge, release� or escape of hazardous substances, contaminants,
or asbesifls is a result of ENGINEER'S negiig�nee or if such hazardaus
substance, contaminant or asi�esios is broughi onto �he PROJECT by
ENGIN�ER.
G. Contractor lndemnificatinn andCiaims
The GITY agress to include in aEl construGtion contracts the provisions af Artic�e
IV.E. regarding the ENGIN�ER's Personnel at Canstruction Siie, a�d provisions
providing contra�tor indemnificatian of the CITY and tY�e EIVGINEER for
contractar's negliger�ce.
N. Contracfior Claims and Third-Pat�.y Beneficiari�*s
{1 } The CITY agrees ta incEud� #f�e fQliowir�g e�aus� in atl contracis with
consiruc�ion con#ra�#ars ar�d equiprr�en# or materials suppliers:
"Contractors, subcontracfors and equipment and materials
suppliers on the PROJECT, or th�ir sureties, shafl maintain no
direct action against the ENGINEER, its afficers, employaes, and
subcontractors, €ar any cfaim arising out of, in conneetian uv�th, ar
resulting from the engineering services performed. On1y th� ClTY
will be the benefciary af any undertaking by the ENGINEER."
(2) This AGREEMEfi�T gi�es no rights or benefits to anyon� ather than the
CITY and #he �NGfN�ER ar�d there are na third-party benefciaries.
-9-
(3) The CITY wil! include in eacn agreement it enters inko with any otf�er �ntity
or person regarding the PRO.�ECT a provision tha# such entity or person
shall have no �hird-party beneticiary rights under this Agreement.
(4) Nothing contained in t�is see#ion V.H. shafl b� c�nstru�d as a waiver ofi any
r�gY�t the CITY has to bring a claim agair�st ENGlNEER.
l. CI'iY"s Insur�ance
('I) The CITY may mairtta�n proper�y insu�ance an ce�tain pre-existing
structures associated with the PRQ.�ECT.
(2} The CITY will ensure that Build�rs Rislc/lnstallatian insurance is mainta€ned
at fY�e replacement cosi value of the PROJECT. Th� CITY may provide
ENGINEER a copy o� the poficy or dacurnentation af such on a certificate
of insurance.
�3) The C�TY wila specify that tf�e Builders Risk/lnsta�lation insurance shall be
com}�r�h�nsive in cav�rage appropriate ta the PROJECT risks_
J. I�itigation �1ss[stance
The Scope o�' Services does nat ir�clude costs of t�e ENGINEER for r�quireci or
requested assistance fo suppari, pr�pare, documer�t, bring, defend, ar assist in
litigation undertaken �r defended i�y the CITY. In t�e eveni CITY requests suci�
serviees af th� ENGINEER, this AGREEMENT shall be amend�d or a separate
agreerr�en# wil� be �egatiated between the parties.
�C. C9��nges
The CETY may make or approve changes within the general Scope of Services in
this AGREEMENT. If such cl�anges aff�ct tt�e ENGINEER's cast of or time
required far performanc� of the ssrvices, an �quitable adjustmer�t will be rnade
througi� an amendment to this AGREEMENT with appropriate C{TY appravai.
Article VI
Gener�l LegaE Pravisions
Amendmenis to Article VI, if any, ar� ineluded in Attachment C.
�. Auf�horizafiior� to Proceed
ENGINEER shall f�e authorized to proceed with this AGREEMENT updn receipt o'�
a written Notice #o Proceed from the CITY. '
S. Rause of Praject Documents
All d�signs, drawings, specifications, docurnents, and o#her work products of the
ENGfNEER, whether in hard copy or in electronic fo�'m, are instruments of service�
-1p-
for this PROJEGT, w�tether the PROJECT is completed or not. Reuse, change, ar
alteratian by the CiTY or by others acting through or an b�half af t�e C{TY of any
such insiruments of service without the written permissio� ofi the �NGWEER will
be at th�; CITY's sofe risk, The final desigt�s, drawings, specificatians and
documents shall be awned by the CITY.
C. Farce �aj�ure
T�e ENGINEER is nat r�sponsible far damages ar delay in performance caus��
f�y acts af God, strikes, �ockouts, accide�ts, or other events beyond the control af
the ENGINEER.
D. Termination
('i) This AGREEMENT may be terminated only by the City for convenience on
30 days' written notice. This AGREEMENT may be terminated�by either the
CITY or the ENGINEER far caus� if either party fails substantially to
perform through no faulf af the ot�er and does not cammenc� cnrrectiors af
such nonperformanca with five (5) cfays of wrifiten r�otice and diligently
cflmplefe the correction thereafter.
(2) If this AGREEMENT is terminated for the con��nience of the Ci�y, the
ENGINEER will be paid for termination expenses as follaws:
a) Cost afi' r�productian of parY[ai or complete studies, plans,
sp�cifiica�io�s or other farms of ENGINEER'S work product;
b) �uk-of-pocket expenses #or p�archasing storage cantainers,
micraflm, �lectxonic data files, and n�her data storage supplies or
SBNIC45;
c) TF�e iime requirements for the ENGINEER'S personnel to docume�t
the work underway at the tirne the CITY'S termination for
convenience so that the work �fFort is suitable for long tirne storage.
(3) Prior ta praceeding witri termination services, the ENGiNE�R will suEamit
to the CITY an it�mize� sta#�meni of al1 terminat�on expens�s. The CiTY'S
approval will be obtained in wri#ing prior ta proceeding with terminatian
sero�ees.
E. 5usp�nsion, D�lay, or� Inter�rupfion f.a Vldor�
T�te CiTY may suspend, delay, or interrup# the services o� the ENGINEER for fhe
convenience of ihe CiTY. In the e�ent of such suspension, d�lay, or inte�-ruptian,
an equitable adjustment in fhe PROJECT's schedule, cammitm�;ni and cost of the
ENGINEER's personnel and subcontractors, and ENGlNEER's compensation will
be ma�e.
-11-
V�. lndemnification
{1) The ENGINEER agrees to inciemnify and d�f�nd the CIiY from any loss,
cost, or expense claimed by third parties for property cEamage ant! badily
i�jury, including death, caused solely �y t�e negiigence or willful
misconduct of the ENGINE�R, its employees, officers, and subcontrac#ors
ir� cannect�on with the PRO,lECT. �
(2) If the negfigence ar willful misconduct of both the �NGINEER and the C1TY
(ar a person identified abo�e for whom each is liable) is a�ause of such
damage or injury, th� �oss, cost, or expense shall be shared betuveen the
ENGINEER and the CITY in proporiion to thejr relative efegrees of
negliger�ce or willful rniscnnduct as determined pursuant to T.C.P. & R.
C�de, sectioR 33.O�i �(4) �Vernon Sup�lement 1996).
G. Assignmenfi
Neitner party will assign afl vr any part af this AGREEMENT without the priar
written cansent of the other parEy.
H. Interpreta�ion
L9mitations on liability and indemnities in this AGREEMENT are business
undersi�ndings between the parties and shall apply to all the differ�nt theories of
re�overy, including breach of contraci ar warranty, t�rt includir�g negligence, stric#
or statutory liahility, or any other cause of action, �xcepi for wi�lful misconduct or
gr�ss negligence far fimitatians �f liabElity and sa[e n�gl9gence for indemnificafion.
Parties means fhe CfTY and t�e ENGINE�R, and ih�ir offcers, employees,
agents, and sul�cantracf�rs.
I. Jur�sdic4for�
The !aw of th� State of T�xas shall gavern the validity o'f this AGREEMENT, its �
in#erpr�tation ar�d perf'armance, and any ofi�er cl�ims relafed ta it. The venue far
any ]itigatian rela#ed to this AGREEMENT shall be Tarrant Caunty, Texas.
.I. Al#erna�e Dispuie Resofution
(1) All ciaims, disputes, and other matters in quesfian between the CITY and
ENGINEER arising out of, or in connection with this Agreemeni or the
PROJECT, ar any �reach o# any obliga#ian or duty of C1TY or ENGINEER
her�under, wilf be st�bmitted tfl mediation. !f inediatian is unsuccessful, the
claim, dispute or ofi}��r matter in question shall be submitted #a arbitration if
both parties acting reasonably agree tha# the amount af th� dispute is likely
to be less thar� $50,00�, exclusive of atkamey's fees, costs and expense�.
Arbitration shalE be in accordanc� with the Construction Industry Arbitrafion
Rules of #1�e American Arbitration Associatio� or oth�r applicable rul�s of
the Assaciatkon t�en in effect. Any award rendered by the ar�itrators less
than $50,Q00, exclusive of attorr�ey's fees, cos#s and expenses, will be
fina�, judg€�ent may be entered thereon in any court hauing jurisdiction, and
-12�
will not be subject tv appeal or modification �except to the extent permitted
by Sections 'f 0 an� 11 af th� F�deral Arbitration Act (9 U.S,C, 5ectior�s 10
and '� 1).
(2) Any award gr�ater fihan $5D,OQ0, �xclusi�e ofi atfiorney's fees, costs and
expenses, may be litigated by either party on a de novo basis. The award
shalf become finaf ninety (90) days from the date same is issued. {f
litigation is filed hy either party within said ninety (90) day period, the award
shall become null and vaid and shall �at be used by eit�er party for any
purpose in the litigation.
K. Se�erahi�9ty and Sur�i�al
If any ofi �he provisions con�ained in �his AGREEMENT are held for any reason ta
t�e invalid, illegal, or unenforcea�ie in any respect, such inva�idity, illegali#y, or
unenforc�ability wiEl nat affec� any ather provision, and tl�is AGREEME[VT shall be
- construed as if such inuafd, illegal, ar unenforceable pr��isian had never beer�
cantained herein. Articles V.F., VI.B., VI_�_, VI.H., VI.I., and Vi.J. sha11 survi�e
termination of this AGREEMENT for any caus�.
L. Observ� and Comp[y
ENGINEER shall at all times a6serve and camply with a11 f�deral and 5fate laws
and regulations and with all City drdinances and regulaiions which in any way
af�ect this AGREEMENT and the work hereunder, and shall obs�r�e and comply
with ai� orders, laws ordinances and regulations wY�ich may exist or may be
enacted laier by go�erning bodies having jurisdic#ion or authoriiy far such
enactment. No plea of misundersianding ar ignorance thereof shall be cnnsidered.
ENGINEER agrees to defend, ir�demnify and hald harmless CITY anc� ail Qf Et5
offic�rs, agents and emp[oyees frorri and agains# all claims or liability arising out of
th� violation of any such arder, law, ordinance, ar regulafion, whether it be by itseff
or its em}�loye�s.
-13-
Article Vll
Attachments, 5checfules, and Signat�res
This AGREEMENT, including its aitachments and schedules, constitutes the entire
AGRE�MENT, sup�rsedes all prior w�it#ert or oral understandings, and may only be changed by a
w�itten amendmer�# executed by bvih parties. Th� following attachments and schedules are
hereby made a part of thEs AGREEMENT:
Attachmer�t A-- Scope of Servic�s .
A#tachment B -- Com�ensation
Attac�ment C— Amendments to Standard Agreement for En�in��ring Services
Attachment D -- Proj�c� Schedul�
Attachment E — Locatian Map
ATTEST:
.
l � � I
�loria Pearsan � ,
City S�crefary
�',..� �C� � �� - -
cc�t����c�� z�u��ax�xa�i�n
� 1 �.�Iti°�,, ._ -
D a'�'�
APPROVED AS TO FORM
AND LEGALlTY
� �
�_ �_
Assistant C��y Attorney
CITY OF FORT WORTH
�
B . r
Marc A.
APPROVE!]
�
I�anager
' ' A. Do�glas Rademaker, P.E.
Dir�ctor, Engineering Depar�ment
�, f � �
' /'
B�{: � - -
Fred H. �rans, P.E.
Seniar Vice President
�IC''li�<�u j'�i,� ��� •
�� �' �l�i�"�� �
��' ��,U�, i
-14-
A7TACHM�NT "A"
SCOPE �F SERVICES NORTHSIDE II 16-iNCH WATER MAlN �XTENSION ALONG NORTH
Tf�RRANT COUNTY PARKINAY FROM IH35W TO PARK VISTA BOUL.EVARD
G�iV�RAL
'I ) Preliminary Canference with City
The Engineer sha11 attend prelimi�ary conferences with author�zed representatives of tf�e
City regarc{ing the scope of project so that the plar�s spacifica#ions which are to be
d�veloped hereunder by trie �ngineer wi11 resUlt in providing iaciliti�s which are
economical in cfesign at�d conform to the City's requirements and budgetary constrain#s.
�) Coordina�ion wi�h Outside AgencieslP�hlic �nti�ies
The Engineer shalf caardinate with officials of ofher outside agencies as may be
necessary for fihe design of the proposed street, anct storm drain andlor water and
wastewater facilitieslimprovements. It shal[ �e t�e Engineer's duty hereunder to secure
necessary informaiion from such outside agencies, io meet their requiremer�ts.
3} Geotechnical in�esfiga�ians
The Engineer shall advise the City of test borings, and ot�er subsurface investigations
that may be needed. In fihe e�ent it is determined necessary to make barings ar
excavate test hales or pits, t�e E�gineer shalE in coordination with tl�e City and the City's
geatechnicaj engineering consultant, draw up specificatians far such testing �rogram.
The cost af the borings or excavatians shall be paid for by the City.
�) Agreements and �ermits
The Engin�er shaA carriplete all formslapplications to a�iovu the City of Fort Worth to
obtain any and all agreements andlar perrnits normally required for a project af this size
and type. The Engine�rwiil h� responsii�te far negotiating and caordinating ta obtain
appro�ai o�F the agency issuing ihe agreement andlor permits and wili make any
revisions necessary to bring the plans jnto compliance with the requirements of saici
agency, includi�g but not limited to highways, railraads, water authori#ies, Corps of
Engir�eers and other utilities.
5) Design Changes Relafiing �o �err�mitting p►uthorifiies
If permitting authorities require design chang�s, th� Engineer shall revise the plans and
speei�catians as required at #he Engineers own cost and expe�se, unless such changes
are required du� to changes in the design af the facilities made by the p�rmitting
authority, If such changes are required, #he Engir�eer sha[I notify the City and an
amendment to the contract sha[I �e made if the Engineer incurs addi�ional cost. If there
are unavoidable delays, a mutually agreeable and reasonable time extension s1�a11 be
negatia#ed.
�
G) Plan Submittal
Capies of the ariginal p1a�s shall be provided on reprad�cible myfar or approved plastic
film sheets, or as otherwise approved by the Department flf Engfneering and shall
become th� property of the City. City may use such drawings ir� any manner it desires;
provided, haweWsr that the Engineer shal! nat be liable for th� use of such drawings for
any project othee thar� the �roject described her�in; and further provided, that fihe
�ngineer shaEl not be liable for the consec�uences of any changes that are mad� #a the
draw�r�gs or changes that are made in the implementa�ian of the drawings without the
v~+rit#en approval of the Eng�neer.
PI�AS� 'I
7) R�ght-o�-l�day, Eas�men� and Lancf Acquisitio� f�e�ds —1�IA
The Engineer sha11 determine the rights-of way, easement needs for the canstruction of
the proiect. Engineer shall determine ownership of such land and furr�ish the City with
fhe necessary right-of way sketches, prepare necessary easement descriptions for
acquiring ihe rights-of way andlor easements �ar the constructian of this projecf.
Sketches and eas�ment descriptions are to be presenieci in form suitable for direct use
�y tl�e Department of Engir�eering in obtaining rights-of-way, easements, permits and
licensing agreernents. All maierials shall be furnished on the apprapriate City farms in a
minimum af four (4) copies each.
8y �esign Survey
The Engir�eer sha[I provide necessary feld survey for use in the preparation of Pfans
and Speci�ications. The Engineer shali furnish the City certified copies of the field data.
9) Utility Coordi�a�ion
The �ngineer shail coordinate with all utilities, including utiliiies owr�ed by th� City, as �a
an}� praposed utility liens or adjustment to existing utiiity iines within the projec# lic-nits.
The information obtain�d �hall be shown on t�e conceptual p�ans. The �ngineer shall
show on the preliminary and final plans tf�e focation of ihe proposed utility lines, existing
utility lines, based an the in#ormatiar� provided by fhe Utility, and any adjustments ar�d/ar
relocaiian of the existing �ines within the project limits. The Engineer shall also eWaluate
the phasing af th� vua#er, wastewater, street and drainage work, and shall submit such
��aluat�on in writing to the City as part of fihis phase of the project.
�i0) Canceptual Plans
The Engin��r shail furnish f�ur (4) copies vf the Phase 1 canc�pt �nginee�i�g pians
which include layouts and preiiminary estimaies of probabEe cor�structian costs for the
Engineer's recommended plan. For afl sc�bmittals, the Engineer shall submif plans and
documen�s �ar stree�lsiorm drain and waterlwastewater facilities. The Engineer sha�I
recei�e wriiten appraval of th� Phase 1 Plans from the Ciiy's pro�ec� manager hefore
proceeding with Phase 2.
-z-
PHA5E 2
� 1 j Design oata
The Engineer shall pravide dEsign data, r�poris, cross-sections, profiles and preEiminary
estimates of p�obable construction cost.
7�) Preliminarry Constrructifln Pians attc� �echni�a! S�ecificatio�s
The Engineer shall subrnit up ia twenty (20) copies af Phase 2�ar�Eimirtary cor►strucfion
�lans and up to five (�} copies of the preliminary t�chnical specifications for review by
the City and for submission io utility companies and other agencies for the purposes of
coardinatir�g work vuith existing and proposed utilities. The �reliminary cor�structian pfans
shall inc�icate location of existir�glpropased utilifiies and starm drain lines. T�e Er�gine�r
shall rec�ive wriften appraval of the PhasE 2 plans from fhe City's projec� manager
be�nre proceeding with Phase 3.
PHAS� 3
13) Final Constructiun Pl�hs
The Ertgine�r shall furnish �p to five (5) copies of the final constructian plans and
cor�frac# specificatians for review by the City.
14�) Detailed Cosf Es�iimafe
Th� Engineer sl�all fiurnish up to four (4) copies of detailed estima#es of probabie
construction costs for the authorized cor�struction project, which shall include surnmaries
of bid ifems and quariti#ies_
4�) 1'[ans and 5peci�ication �Ipproval
The Enginear shall furnish art original cover mylar for #Y�e signatures of authorized City
officials. The Contract �ac�ments shall camply wit� applicable local, state and federal
laws and with applicabl� ruies and regulations �ramulgated by laaal, state and national
boards, bureaus and agencies: The Engineer shall receive writtert approval of �he Phase
3 plar�s fram the City's project manager befiare proceeding wi#h Phase 4.
PHAS� 4
'16) Finai Approrred Consfrucfion F�lans
The Engineer shail furnish A�5 bound copies of Phase 4 final appfoved cansfruction
plans and contract sp�cificatians. The appro�ad p[ans and coniract specifications shall
be us�d as a+athorized by the City for use in olataining bids, awarding contracts, and
cons#ructing the praject.
��} Biddi�g Assistance
The Engineer shall issue addenda as a�propriate to interpret, clari�y or expand t�e
�idding documenis, and assist the owner in determining #he qualitications and
-a-
acceptability of prospective co�strucfors, subcontractors, a�d suppliers. When
substitution prior ta the award of contracts is allowed by the �idding docum�nts, the
Engineer will advis� the owner as to the acceptabilEty of alternate materials ar�d
equipment proposed by the prospective constr�ctors.
98) Recammendafion o� Award
The Engineer shall assist in #he tabulation and review of all bids received for the
constructian of the project and shafl make a recommendatian of award to the City.
19) PYebici Conference
The Engineer shall attend the prebid conference ar�d the bid oper�ing, prepare bic!
tabulation sheets and provide assis#ance ta the owner in evaluating bids or propasals
and in ass�mbling and awarding co�tracts far cnnstructiorr, materials, equipment, and
services.
PHi4SlE 5
2{1) Preconst�uctian Gan�erence
The �ngineer shall attend the preconstruction canference.
2�) Construc#ion 5�rvey
The Engir�eer shall be a�ailabE� ta the City on matters cancerning the layaui ofthe
pro�ect during its consfiruction. and will set co�trol points in th� field to alfow City survey
crews to stake the praject. The setting af line ar�d grade stakes and rocate inspection of
construction will be p�rforrrzed by the City.
�2) Si4e Visits NIA
The En�ineer shall visit the praject site a# appropriat� intervals as construction proceeds
to abs�rve atzd r�port an th� progress and the quality af the executed wark.
23j Shop p�awing Review hllA
The Engineer shall review shop and erec�ion drawings submitted by the contractor for
compliance with design cartce�ts. The Engineer shall review laboratary, shop, and rnil]
test reports on materia�s and equipmen�.
�4) lnstructions to Contfactor
The Engineer shalf provide necessary interpratations and clarifications of contract
documents, review char�ge orci�rs and make recommendations as to the acceptahility af
the work, at the request af #he City.
25} Diffe�ing Site.Conditions NlA
The �.r�gineer sha11 prepar� sketches required to resolve probf�ms due #o actuaf field
conditions er�eount�red.
-a-
�6J Record Drawings NIA
The Engineer shall pr�pare record drawings from information submitted by the
cont�'actor.
T:Vah10i1824�WP1CdNTRACT1F11lachmern A.dac
-5-
EXHIBIT "A-I"
SUPPLEMENTAL SCOPE OF SERVICES
(SUPPLEMENT TO ATTACHMENT " A "}
The following is a c�arification af the tasks that t�e ENGINEER will perform under
ATTACHMENT "A". Work ur�der this a�tachment �ncludes engineering s�r�ices for water system
irnprov�ments for th� following:
A��aroximately 14,700 feef of Northside Il �S-inch Water Main Exter�sion along North Tarrant
County Parkway from 1H35W to Park Vista B�ule�ard.
Upon recei�t af na�ice to �aroceed, the ENGINEER will perfarm the follawing tasks.
P�►Ri f� — �R���P��IN��Ri1V�
9. Initial Data Co1lec�ion
a Pre-Design C�ordinafiion I�ee�ings
ENGINEER will attend and document meetings, as required, to discuss a�d
coorcfinate various aspects of ihe project and to ensure t�at the �roject stays on
schedule. For purpose af establishing a fevel of comfort, t�ree (3) me�tings are
anticipated. These incluc�e the following:
�ne (1) pre-design kick-off meeting, (including the CITY's D�parEment of
Engineeri�g and other departments that are impacted by ihe project�.
Tvvo (2) review meetings at completion of the CITY's rer�iew of the coneeptual
engineering pians.
b. Da�a CollectionlRoute Ar�alysis
b.1 Conduct dafa collection io obtain pertinent information regard'mg �xis#ing utilities
and existing r�ghts-of-way. ENGINEER will uiilize Appraisal Dis#rict Maps to
indicate proper�y ownership.
b.2 Caordinate route analysis with other agencies including utifities owned by City,
TxDOT, railraads, privaie busi�esses and fra�chise ufifities.
�.3 Prepare a detailed ra�te analysis for the proposed waterline examining a
maximum af three alternative routas. The rout� analysis will iae basec� upon
construction casi, permitting requir��n�nts, righf-of-way req�airernents, praject
sc�edule, public impact, system hydraulics and long term accessibility and
maintenar�ce.
b.4 Identify environmentai permitting requirernents for alternati�e aiignments.
Possible permitting consideratians or issues may include Genera! Land Office
easeme��s for state owne� riverbeds; U. S. Army Corps of Engineers Seetion
101404 permits for aciivities in waters af the U. S.; culturai resources; threatened
-�-
and endangered species; and Corridor Development Certificate (CDC)
requirements. Coordinate with the USACE rea! eskate divisior� to obtain an
eas�ment for use of USACE fee-ovuned land if needed
b.5 Perfarm a pr�liminary geotechnical inves#igation of the alfernative ro�tes. Review
the Dallas Sheet of the G�olagic Atlas of Texas and the Sail Survey af Tarrant
Coun#y, Texas to determine generaf subsur�ace condikions to b� expected along
fhe proposed pipeline routes. Contacfi TR WD and contractors to discuss their
experience with river crossings in similar locations and constraints �ha# may limit
the crossing methocfs to be considered. Prepare a memo e�iscussing ihe general
subsurFace conditions expected alang the potential routes, major - geo�echnical
design and construction issuas, and differences between the routes.
k�.6 Assist the City with �ublic invol�ement. ENGiNEER will assis# th� Git� with a fotal
of 2 gubfic meeti�gs. It �s suggested that the puhlic meetings be held cfuring khe
route s�lection phase and the befare constructian begins. �NGINEER will
p�ovide for ihese meetings:
� Working with the City's Camm�nicatian Department, we wifl design �-page
notice, which the Ci#y can co}�y and post in p�blic areas, ctistribute thro[�g�
mailings ar hand-deliver to affected hnmeowners, anct a suggestion/comm�nt
sheet for meeting attendees-
� Coordina#ion of ineeting locatian (i.e., schoolslrecreation centers n�ar eacFt
subdivision)
� Graphics and pres�ntation materials for public m��ting and
• Attendance and participation in meetings.
b.7 Fallowing the route anafysis, the ENGENEER shali identify the pr�}aosed water
transmission iine route. Coordir�ation meeting will be held with City to discuss
alignment and coordinate design issues.
b.8 E�aluate the impacts of selacted raute to exi�ting utilities a�d streets a�d prepare
an updated construction cos� �stimate.
b.9 Pr�pare and send Ra�te Analysis MemorandUm showing pipeline sizes and
lacation, Incation of ineter s�ation, ma�ar existing conflicts and recommended
easement rec{uirements for �arious sectians o# the proposed water transmission
project.
2. 11�or�thiy P�agress Repor�i ar�d Neighbo�hoad fVewsletfier
a. The ENGINEER shal� submit a�rogress schedule after the design co�tract is
ful�y execuked. The schedule sha[I be updated and subrnitfed to the CITY along
+nrith manthly pragress report as required ur�der Attachment &1 of the contracf.
b. ENGINEER wi1! prepare a quarkerly n�wsleiter detailing the status of th� project
for distrEbutian to the affected Ne�ghbarho�d Association. The newslefter will be
reviewed ar�d ap�roveci by the City prior to distributian. -- NIA
_z_
PAR�' B— CONSTRUCTIDN PLANS AN� SPECI�ICATI�N
'I. Conceptual Engineering
i, 5urveys far Design
a. ENGINEER will perfo�m fieEd surveys to co�lect horizonia! and vertical
elevations and other information which wEil be needed for use by th�
ENGINEER in design and the preparation af plans forthe project.
Informatian gathered during tha suruey shaE! include topographic data,
Elevations far all sani#ary and adjaceni storm sewers, rimlinvert
elevations, locatian flf E�u�ied utilities, structt�res, and other features
rele�ant to the final plan sheets. For sewer lines locaied in alleys and
bacicyards, ENGiNEER will obiain the �ollowing:
�btain permission far surveying #hraugh priva#e property
Locate horizantal and vertical aiignment of utifity lines. Tie improvemEr�'{s,
trees, fences, walls, etc. horizontally along rear lin�s in an apprnximatefy
2Q' w9de strip. In addition, locate all rear �ouse comers and 6uiEding
comers in backyards. Compile base p[an from ffeld survey data at 1"� �0'
horizontal and 1" � 4' vertical scaEe.
Prafile existing water andlor sewer line centerline,
Compile base plan from feld s�rvey c[ata at 1"-4Q' scale.
When conducting design surv�y at any facation on the project, #he
consultant or its sub-consulfant st�all carry readify vis9ble information
identifying the name of the compa�y and the company representative. All
campany vehicles shall also be readily identified.
b. Engi�eer Will Pravide the Following �nformation:
All plans, field notes, plats, maps, I�gal d�scri�tians, or oth�r specified
documents prepared in �onjunctiorr with the requssted services shall be
pro�ided in a digifia! fiarrr�at cflmpatible with the eiectronic data coNectio�
anti cvmputer aideci design and drafting s�ftware curr�ntly in use by the
CITY Qepartment of Er�gir�eering. Afl iexfi data such as plan a�d profile,
legal descriptions, caordinate f�les, cut sheets, etc., shali be proVided in
the American Standard Cod� for Infarmation Int�rchang� (ASCII} formaf,
all drawing fles shaEl be provided in AutoCAD (DWG or DXF) farmat, or
as atherwise ap�ro�e� in wriiing by the CITY, and all data col[ec#ed and
generated during'the caurse ofi the praj�ct shall become tf�e property of
tk�e CITY.
The minimum infarmaiian to be provided in t�e plans shall include ihe
folfowing:
1_ A Project Cor�tral Sheet, showing ALL Control Painfis, used or s�t
while gafhering clata. Genera[ly on a scale not Iss� than "f:400.
-3-
2. The follawing informatior� about each Control Poin�;
a. Identified (ExistEng City Mon�ament #890 �, PK Nail, 518"
� Iron Rad
b. X, Y, and Z Coordinates, in an identified coardinate
system, and a referred bearing base. Z coordir�ate on City
�atum Only.
c. � Descriptive l.ocation (Ex. S�t in th� centerline of the inlet in
the 5outh curb line o�€ Narth Side �rive at the East end of
radius at the So�theast Comer of Nort1� Side Drive and
North Main Street.)
3. Coordinates on al! P.C.'s, P.T.'s, P.I.'s, Manholes, Valv�s, etc., irt
the same coordinate system as Control.
4. Na l�ss than twa horizontal control points, per line or �acation.
5. Bearings given on ail propased cenfe�lines, or baselines.
�. Staf�nn equations relating utiliiies ta paving, when apprapriate.
ii. Publi� Nvtification and PersonneElllehicl� Idenfii�catian
Prior to conducting design surv�y, ENGINEER will natify affecied residents af the
project in writing. The notifcatEon l�tter shall be on campany letterhead and shal!
include ihe following: project name, limits, DOE pro}ect no., Gonsultar�t's �raject
mar�ager and phone no., scape of sur+rey worEc and design survey schedule. The
letterwifl be reviewed and approved I�y the City prEorta distribufion.
When canducting sit� �isits ta th� project focation, the consu�tant ar any of its
sub-consuliants shaq carry readily visi�le infarmation ideniifying the name of the
compar�y and the company representatirre. A11 cornpany vehicfes shall also b�
readiiy id�ntifiabl�.
iii. Conceptual �ngineering Plan Su6mi#fal
a. Raute Analysis Memorand�am shall be submiited to City 90 days after
Natice ta Proceed Letter is issued.
b. Th� Engineer snal� �e�orm conce�tual design of the propos�d
improvements ar�d furnish four (4) copies of the conce�t engine�ring
pians which includes layouts, preiiminary righ#- ofi-way needs and cost
es�imate� for�he ENGIN�ER's recammended pEan. ENGiNEER shall
perForm remaining field surveys r�quired for final design of selected
route(s). Th� ENGINEER shall also evaluate the pha�ing of the water
impro�ernenis, and shail submit such e�aluatian in writing to th� C�#y as
apark of the concept phase of the project. All d�sign shall be in
conformance with Fort Worth Water Departm�nt policy and pracedure for�
processing water �esign. ENGkNEER shall re�iew the City's water master
plan and p�-ovide a summary of findings �ertair�ing to the propflsed
project.
-a-
2. �'reliminary �ngineering
Upon appro�al af Part B, Secfior� 1, ENGINE�R will prepare preiiminary cor�struction
pians as follows:
a. Identify metering size needed for the pipeline. Metering sites along with land
acquisition and accessibility requirements will �e determined. - Nl�
b. Perform computer mode�ing af the proposed waterline and associated water
system to �etermine the appropriate pipe size. Use H2D Net Software for this
analysis. - iVIA
c. Overall wat�r layaut sheets and an overaq easement layout sh�et(s},
d. Preliminary projec# plar� and profiEe sheets which show the following: Propos�d
water plan/profile and recommended pipe size, fire hydran�s, watar service lines
a�d me�er l�oxes, gate valves, isolation valves and al1 pertinent information
needed to construct the project. Legal description (Lot Nos., Black Nos., and
Adc�ition Names) afong with addresses shall be pro�ided an the plan �iew.
e. Conduct design survey for water #ransmission li�e anci mete�-ing station. Design
surveys will ir�clude harizontal and vertical survey control for the entire I�ngth of
the project with iron rods at alf PI's and contrfll points not ta exceed �0� foot
intervals_ Su3rvey will identify praperty boundaries, ane-foot topographic confours,
r�adway sur�aces, ri�er and le�ee topo, utilities and other features needed for
design and establishment af monumentation during construction.
Conc�uct geotechnical analysEs of praposed water transmission I��� to evaluate
subsurFace soil and graund water conditians alang raute and to assist in d�sign
of structures assflciated with the project. Review the pipelin� alignment to identify
the locations where borings are desirabEe, such as at bored road, levee, and
railroacE crossings, river crossings, and major changes in expected soil
canditians. Select specific locations for about 1� exploratory barings. Wark with
project staff, DigTess, and Eocators to select and staEce the specific locafiions after
chec�Cing undergr�und utilifies, oth�r exist�ng constructian, and accessibility.
Subcantract with a drilling firm tv drill fourteer� barings, 19 �f tf�em about 15 feet
deep and 4 of them to 50 feet deep, abtain samples for testing at five-fnot
intervals, core bedrack where encountered, install observation wells in 5 to 8
borings and backfill the remaining barings with cutfings or �entonite chips as
directed. FNI will pro�id� a geoiogist or engineering interrt experianced in logging
barings tn direct the drilling, log ihe borings, record reco�ery and RQD of rock
cores, ar�d handle the sampies. Coardinate with the drilling fiirm, City, and FNl
geofogist ar engineer to schedule and complete the field in�estigation. FNI wiil
r�►ark 5arings for final location and ele�ation sur�ey by others. Subcansuitant will
obiain one additional sample from each boring from a depth within the pipe zone
for corrosEon testing by the corrosion subconsultant a�d ship the additior�al
sampfes to the corrosion subconsulfant. Select samples for faboratory testing, �
assign tests, d�liver the samples to a subcontract laboratory for testing, and
revi�w the test results. Testing is expected io inciude classifieation series (water
cor�ient, iiquid and pEastic limits, and percent passing #240 sie�e), sieve
-�-
analyses, unconfined cornpression of sail samples, unconfined compressian of
rock samples, and water content tests. Review the subsurFace conditions and soil
properties disclosed by t�e invesiigation and discuss the implications for design
with FNI pipeline designers. Prepare a report of the geotechnical investigation
presenting fhe boring locations, baring logs, laboratary test resufts, and well
installa#ian reporis. Engin��r will �repare a re�ort that includes a discussion of
the general subsurface conditions along ihe route and their influence on design,
a discussion of construcfior� issues, and recommenda#ions for desig�. ' Consult
with FNI designers and the City during design to help apply th� findings oi the
investigatian to specific design issues. Review selected plans and sp�cificatians
ta verify t�at recommendations have been inter�reted as intended and reflect�d
in the dacumenis.
g. Prepare corrosion protection recommendations for the praposed water�ine for up
to two pipe materials. Perform a field survey ofi the propos�d pipeline alignmenf
to determine parameters important ta the corrosian protecfion design. PerForm up
to 33 sail resistivity t�sts along the pipeline route, including one at each er�d of
the pipeline. lnvestigate ex�sting utifity lines with respect to existing cathodic
protection systems and their potential impacts on the proposed waterline. 5urwey
the pipeline route far stray DC earth current acti�ity and identify appra�riate
Iocatians for stray current control devices. Survey the pipeli�e alignment for
possible induced AC int�rF�r�nce and ihe need far protection underfault
conditions. Perforrn data and lab analysis on the selected sarnples and
determine results for soil resisti�ity, pH, chloride content, sulfide content, and AC
and DC int�rFerence. Prepare recommendations for design af pipe joint banding,
flange isolafion, electrical isolation at borings, test stations, stray current
inter�erenc� mit�gation, AC interFerence mitigation, and cathodic proteciian.
h. Prepare Corps of Engineers 4Q4 Nationwide Permit applications far the proposed
river cr�ssings and at other crossings of jurisdictional waters. Coordinate design
af the proposed water fin� thraugh Cflrps of Engineers property and flowage
easements, sueh as a# the levee crossings. Prepare easement applications as
needed for Corps impacts.
After approval of conceptual design, the �NGINEER shail prepare and submit
permanent and construction easement dncuments with exhibits and legal
descriptions sealed by a registered surveyor. - NIA
Existing utilities and ufili#y.easerne�ts will �e showr� on the plan and profiile
sheet�. ENGINEER will coo�dinate w�th utility companies and tk�e City of Fart
Worth to determine if any future improverrie�ts are planned that may impact the
project.
k. The ENGINEER shail make provisions for reconnecting alf wafer service {i�es
which connect directly ta any main being replaced, including replacement of
existi�g seruice lines within City rigF�t-of-way ar utility easement. When the
existing alignment of a water main is changed, pro�isions will k�e made in the final
plans andlor specificafions by the ENG[NEER to refocate all services which are '
conr�ected ta the existing main and connect said service lines to the relocated
main.
-6-
The ENGlNEEi� will prepare standard and s�ecial detail sheets for water line
installation that are not already included in the D Sectian of the City's
specificatians. These may include connection deiails between �ario�s parts of
fhe praject, tunneling defaiEs, boring and jacking details, waterli�e refocations,
details uniq�e to th� canstruction of the pro�ect, trenchless d�tails, and special
service re�cannectians.
m. ENGINEER shall proceed wifih SCADA and instrumentation design for the meter
station including line of sight study, a�d �etermining required electrical supply
ar�d rel�ted appurtenances. — Nlpa
n. Right-of-way Research
The ENGINEER wifl con�uct prel�minary researeh for a�aiEability afi existing
easements where open-cut construction or relocatian af �xisting alignments is
probable. T�mpar�ry and permsn�nt easements will be a�propriated bas�d an
a�ailable information and recommendations will be made f�r appraval by the
City.
a. Right-of-waylEasement Preparation and Submittal
Preparatiorr and submittal of right-of w�y, easements and right of -entry will be
in confarmance with °Submittal of Information to Reai Property for Acquisition of
Property��. d FlIA
p. Utility Clearance Phase
The ENGINEER wi�l consult with fhe City's Wa�er Department, Department of
Engineering, and other CITY depa�tm�nts, public utilities, pri�ate utilities and
go�ernr�ent ager�cies fo determine the approximate Iocation of above and
underground utilities, and vfher facilities that have an impact or influence on the
project.
ENGINEER will t#esign City facilities to avoid or mir�irr�ize conflicts with existing
�iilities. �
The ENGfNEER si�all deliver a minimum af 13 sefs of approved preliminary
cor�struction plans to the Giiy's Utility Coordir�ator for forward�ng to all utility
companies, which F�ave facilities within the limits of the proj�ct.
q. Preliminary construction plan submittal
i. Preliminary plans and specifiications shall be submitted #o City �45 days
after approva� of Part B, Section 1.
ii. The ENGINEER shail delivery two {2) sets or preliminary construc#ion
plans and finro (2) sets of s�ecifications and cantract dacurr��nts to CITY
far review. Generally, plan sheets s�al! be organized as fol�ows:
Co�er sheet
Easerr��n# layout (if ap�lica�le )
Plan & Profile Sheets
-7-
Standard Construction Details
Special Details (if applicable)
iii. The �NGINEER s�afl submit a prefiminary estimate of probable
consiruc�ion cost with the preliminary plans submitted. ENGINEER shall
assist City in selecting the #easible andlar ecar�omical solutions to be
pu�sued.
Review Meetings wiih City
The ENGINEER shall meet with CITY to discuss review comments for
pr�liminary submit�al. The CiTY shafl direct the ENGIN�ER in writing to proc�ed
with Final Design for Fina! Re�iew.
s. Public Meeting
After th� preliminary plans ha�e been re�i�wed and appro�ed by the City,
ENGlNE�R shall prepare exhibits alang with a� invitation letter and attend public
m�eting to help explain the proposed project to residents. The Consultant shall
mail the in�ita#ion letters.
3. Fina1 �ngine�ring P[an SubmEtfal
a. Finaf Construction �ocuments shafl be suhmitted ta CITY 60 days af�er�
approva! of F�arf �, Sec�ian �.
Following CITY appro�al of the recommended impravements, the ENG�NE�R
shall prepare finai plans and specificatior�s anci contracf documents #o CITY
(each sheet shail be stamped, dat�d and sigRed by the ENGINEER) and submit
two (2} sets of �lans and c�nstrucfiion contract documenfs within 4� days af
CITY's final appraval. Plan se#s shall be us�d for Part C activiti�s.
h. ENGIIVEE�t's Estima�e �f ��obable Cvnsfir�ction Cosf
The ENGINEER shall submit a final esiimate of probabie canstructEon cosi with
ih� fiinal plans submitt�d.
PA�T C — PRL-COI�SiRllCil03�4 AS51SiANCE
AdmEnisfpation
a, Deli�►�r Bid Documents
The ENGINEER will make a�a�labfe fQr bidding, upor� request �y the CiTY, up to
#ifty {5fl) sets of the final approved and dated plans and specifications and
contract documents for the projects to the C[TY far distribution fo potentfa!
bidders. Proposal will be deliv�r�d in �I�ctronic format.
_8_
b_ Bidding Ass�sfance
The ENGINEER sha[I assist the CITY during phase inciuding preparat9an ar�d
delivery ofi addenda #o plan halders and responses ta questians su�mitted to the
DOE by prospective bidd�rs. Engineers shall attend the scheduied pre�bid
canference.
The ENGINEER shall assist in reviewing the bids for compEeteness and
acc�racy. The ENGINEER shall att�nd the project bid opening de�elop bid
tabufations in hard cflpy and electronic format and submit faur {4) cop9es af the
bid tabulation.
c. Assistance During Consiruction
�. Assist City in conducting one {�) pre-construction canferencefor each
constrt�ction contract with the Contractor.
2. Review su�mittal$ a�d shop drawir�gs assaciated with c�ntract documents.
3. Pravide techn[cai assistance ta the Gity ta answer questions that may arise in the
canstruction (related ta original de�ign),
4. Conduct, in company with C�ty's representat't�e, a�nal re��ew of the Project for
conformahce with the des�gn cancept af the Project and general compliance with
the Cantract Documer�ts, and review and commer�t on the cerkificate af
completion and the recommendation for fiinal payment fo the Contractar(s). ��IA
5. Prepare one (1) set of reproducib�e Recard drawings based upon in��rmation
provided by the City. � WlA
T:Wnb101f6291WPICONTRACT4Exhlbll A-i.dac
-9-
ATTACHMENT "B"
COMPENSATION AND SCHEDULE
NORTHSIDE lE �6-INCH WAT�R MAIN EXTENSlON ALONG NORTH TARRANT
COUNTY PARKWAY FROM IH35W TO PARK VISTA BOULEVARD
L COMPENSATION
A. The ENGiN�ER shall be comp�nsated a lump sum fee of $ 114,59� for Basic
and Special 5ervice� as summarized on Exhi�its "B-3" and "B-4". Paym�n# of the
lump surn fiee shal[ i�e cot�sidered full campensatio� for the services described in
Exhibit "A�1" for all labor, maferials su�plies and equipment r�ecessary ta
camplet� th� prajecf.
B. Partial payment shal� be made monthly as siipulated on Exhibit B-! upon receipt
of an invoice from the ENGINEER, prepared from �he boaks and records of the
ENGINEER. Each invoice is ta be verified as to its accuracy and campliance with
the terms of this contracf by ar� officer af the ENGINEER, Payment accordir�g to
statements w�fl be subject to certification by the Director of Engineering
Depar�ment or his authorized representati�e #hat such work has l�een perFarmed.
SCHEDULE
A. Part A- Route Analysis Memorandum and Cancept Engineering Plans Will be
submitt�d 15 days after the "Notice to Proceed".
B. Pari B- Pr�liminary pfans, specifications a�nd contract documents uvilf be
completed 45 days after City ap�ra�al of Concept Pla�s. Final plans,
sp�cifications, contraci documents and cost estimates will be completed �45 days
after City appro�al of Pr�liminary Plans.
C, Phase C-Bidding and Award will be completed an esiimated 80 calendar days
after fhe City's appraval of Final Des�gn �lans, specificatians and cantract
ciocuments.
D. Canstruction will have an es#imated completion six months after cantract award.
EXHl�lT "B-�"
METH�D OF PAYMENT
�SUPPLEMENT TO ATTACHMENT "B"j
I. tVIIIETH�� O� PAYf►�i�N`fS
The ENGlNEER shali �e paid in monthiy �artial payrnents as autlined below:
A. The �NGINEER sttall be paid in month[y payments u�or� the receipt of individua!
invo�ces �for each partial payment requesi firom the ENGINE�R.
B. Partial payme�ts s�all n�t exceed the equivalent of 3�% af the tatal lump sum fee, until
Ci�y approval of �xhibit A-1, Part B, Sectian 1.
G. Partial payments shall not excesd the equivafent of 50°l0 0# the total lump sum fe�, until
City apprava! of Exhibit A-I, Part B, Section 2.
D. Partial payments shall not exceed the squivaier�fi of 90% af the tofal lump sum fee, until
Cify approvaf �f Exhi�it A-I, Part B, Section 3.
E. The balance of the lump sum €ee sha{I be payable after Part G.
Il. PROG;�ESS REPORi
A. Th� ENGiNEER shali sui�mit ta the designated representative nf Direcfior ofi Deparimen�
of Engineering rnorithly progress repvrts co�ering all phases of design by the 15th of
��ery mvnth in #he forma# r�q�ired by th� City.
B. If ihe �NGlN��R determines in the caurse of making design drawings and
specificatiarts that the construction cost estimate of ��,594,39� will be exceeded
whether by change in scope of the Project, increased cos�s or other co��ditions, the
ENGINEER shall immediately repart such fact to the City's D9rector af the Department af
Engineer ar�d, Ef so instructed by Dir�ctor Of fhe Engineer Department, shall suspand al!
wotit f�ereunc�er .
EXHIBIT "B-2"
CARTER & BURGESS, INC.
SCHEDULE O� HOURLY B1�LlNG RATES
C3assification
Principal
Project �irector
Project Manager
Senior Engineer
�ngineer lntern
Praject �ngineer '
5eninr Civil ❑esigner
Civil Qesigner
Civil CAD� Technician
5�nior �.andscape Architecfi
Landscape Architect
Administrative Assistant
Survay Technician
Survey Crew Persan
Registered PubEic Surveyor
Range
$14�A0 - $190.00
$120.Q0 - $'16d.QQ
�s�.oa - ��sa.00
$12�.00-$135.OD
$66.00-$75.00
$83.Q��105.04
�s�.aa�s�.oa
$60.�0-�75.00
$�8.0�-$7�.5D
$102.00-$133.�0
$55.00-$78.00
$45.QQ-$55.Q0
$70.OD-$85.00
$26.04-$58.00
$ "{ fl5.00-$1 �43.00
m
T:1.1ob10'i 9 6241WP1CONTt�ACTl�xhib it 8-2_doc
EXHfBIT "B-3A"
ENGINEERING FEE SUMMARY
16-INCH WATER MAIN EXTENSION ALONG NORTH TARRANT COUNTY PARKWAY
FROM 1H35W TO PARK VISTA BOULEVARD
A.
� B•
�
�
�
�
� C.
� D•
�
�
lt�m
E3�SIC SBtVICeS
S�ecial S�rvices
'I. Supplemental Surveying
2. Geotechnical Analysis
3. Biddir�glAward
4. Cnrrosion Engineering
�. TxDOT P�rmit
Subtotal Special Services
Reproductian
10 % for Subconsulfiant Markup
Total
I I�Y11,{�BE Sula�consu�tanf�s
�ANR
�ANA
Geotef
� Geotel
� Total WNVBE Participa�ior�
Tota1 Fee
79,750.00
$,�oa.00
6,500.00
1, 350.OQ
12, 000.00
950.00
29,300.DD
3, 095. b�
3, 095.00
114, 59�.OD
5en►�ces
Utility Research
Survey
Geotechnical
CQrros9on Protection
MWBE F�e
3,940.00
s,�oo.ao
6,500.04
a
�2,000.ao
0
27,�QQ.00
0
0
3�,940.Q0
Fe�
3,94D.00
B,500.Op
B,SQQ.OD
12,OOD.00
30,94�0.00
MWBE °/a of
Tota! �'ee
5.0%
1 D�.O% �
� a0.0°/a �
0
� oo.a°io �
D
�2.2% I
� `
n �
27.0% �
°10 of Total F'ee
3.44%
7.42%
5.67°/a
�I 0.�47%
27.�°l0
�f:IJo6101 i624LWp1CON7RAC7�Exhi6it B�Adoc
�XHIg1T B-4
OPINION QF PROB�B1.� COST
� 6" l+iIIATER NIAlN E?iTEN510N ALO�lG NORTH TARRA�T COUNTY PARKWAY
FRO�11 1H351�i TO PARK VISTA BLV�.
�relimin�ry �p�n��� of �robabJ� Cvst
� 6" �f��er�iine
Item �escrtpfion Un�t Ruar�titY Unit Gos# Taia1
, 'i �16" Water Pi�e-- ------ L.F
2 16" Water Pipe -- Bnrinq w/24" St�el Casir�g �F
3 24" St�el Casinq L�
� Sore 16" Waie� l.ine LF
5 2" Air Release Valv� & Valve Vauit EA
6 6" Blow-of� �/alve & Vaive Vault __. _ EA
7 1B" Gata Valv� Valve & Valve Va�att EA
, 8 Fiktiriqs & S�ecials for'[6'° Water_Pipe __�S
9 AsphalE Streei & Driv�wav Repair 5Y
-
9 0 Fire Hvdrant � EA
41 Stone RipRap CY
12 Filter Fabric 5Y
'13 Grau� _ __ CY
1�4 Seedinq LF
1 � TrafFsc Control LS
16 Trench Safafv LF
94,70D
��0
�400
440 .
�2
s
12
�
�,ano
3Q
�oo
'fUQ
_-�tio- -
14,70Q
1
��a,7oo
$60.00 $88�,Op0_DU
$275.00 �'137,5UO.OD
�� QD.00 $4D,OOa.00
$125.Q0 $�O,OtIDAO
$2,500.�D $3D,flfiD.OD
�a,�oo.�o �zo,n�o:on
$7,50f}.00 $9Q,OOD,O{D
���,oaa.00 ��s,000.oa
$�D.OD $50,4ti0.flll
��,�on.ao ��,000.ao
�2s.ao �2,s��,ao
�ao.00 �z,�oo.ao
$'�5.00 �1,500AD
$2.�� $36��50.OD
$17,500.OD $�iY,5DflAU
�z.ao �z�,�oa_oa
Su6iofaA�9,449,�50.�tl
�01 Conrfingerrcy $7�,945.�Q
. Tota�$7,�94,395.f?[i
ATTACHMENT "C°
CHANGES AND AMMEN�MENTS TO STANDARD CDNTRACT
AND ATTACHM�NT "A"
N�NE
city o� Fort 1Nortn
Project Schedule
16" Water �ine along f�crth Tarran#
Parkway From 1H-35 tc F�arEc Vista
DQE A1o.
August �,��2
Task! Descriptlan
Fiauie 5tudy
Gity Reviewl Approvai of Itaute Study
Geotech nical InvestigationlCathodfc
,Protection Study
pesEgn 5urvey (S�pptemental)
Ut9lity R,esearch
Prelfminary �esign
Subm9t Preiiminary Pians
City }Zeview of Preiiminary P[ans
Final Design
5u6mit Final Plans
Advertisel�id
�.
ICiiy Copnci! Approval
�Confrof 5taking
Natice to Proceed
Consirpcfion
Final Walk Throug[�il Funch�ist
Gompfet� PunchEfst
Citjr Acceptance
A��achrra��ut � - ��a�jec� S�h�d�aQ�
Aug 20021[ Sep 2002 l Oct 20a2 Nov 20fl2 Dec 20�2 Jan 2003 Feb 20�3 k ar 2003 Avr 2003 May 20fl3 Jun 2003 � Jul 20( 3 I Auq 2403.
rl. _ � I - . I
I
,
+� .Fr - - - - — J
. �' �i�4 !i� �
�'- . y'��
��, �; "�' — -
+`�; I � ;� �..: »�; -- -
�' - .. � � i
-.�
�_
�k i
_r
.:``�� '_,�::;f�,a�` ��I
� �{
� _ ��;;; r;_�-�'
I -
� _
II-- -
� I
�
' �
�
.._, ;i'
M1 , - . _ �'
, �
''� a�'�� `�� ��=,�.���=r:�-N, _ = °--
;`7 � __ k. �I;�e� ?`�' �' I S �:� ';•. . . _
� _ � , _- --- ---�----- �---
J� ��
:,�,
��:� � �
� ' .
T:L]DB101'i624\PMLSCNEDULE4nipkwy5ched 7_Q2xis 8f1l2002
�����wi���Y �
�
s
0
g I
�
FORS WORiH
`,j I .�
c,
\
� r �
I
AARK GLF� � �
�I �' - .
,�I � ��
� I�I �
I� �
i
I �
�.
;
�
n J�
� � ' ' ` �� �
�
�
Cl �
4�
Z
�
tl
9
0
�
a
FORT w�
1�
_ �ix uiail�
� �
� .. .
w-����
�
�
L�GEND
o ■■ ■�
PR�P�SED WATER�INE
���'�`�����r����
CansuRanis in 6ipineadnd, Archltedvre,
Planning and ihe EnvimnmeM
cnrre� & aulgeas, �nc.
777 Mnln 5lreef. �orf Worlh. Taxao 76162
NDRTH5ID� ll
1 G" WAT�RI� 1 NE ALONG
NaRTH YAFtRANT PARECWAY
F�aRT W�RTW
MAPSGO 35&�6
COUNCi� DISTRICT �4
�
0 2�00 5aoo 7�ao
--- — - — , ���
GRAPHIC SCALE IN FI��Y
ocN=z.��o��ot�s�a�civ�o�wcs�civ�over�i i.dgn
�'��r c���'��i ���i�9 �'e�c��
���� �n� �����;� ������;������
DATE REFERENCE NlJMBER LOG NAME PAGE
7I23/Q2 **�A� �� �Q 30NORTH 1 of 2
su�J�cT ENCINEERING AGFdEEMENT WfTH CARTER & BURGESS, INC. F4R THE
NQRTH�ID� II 1fi-�NCH WATER MAIN fcXTENSIQN ALONG NORTH TARRANT
CQUNT`( PARKWAY FROM IH35W TO PARK VISTA B4tJLEVARD
R�COMM�NDA�'ION:
kt is recommended that the City C�uncil authorize the Ciiy Manager to �xecufe ar� engir�eering
agreemer�t with Carter &�urgess, Ir�c. for a fee not to exceed $114,595 to prepare plans and
s�ec��cations for the Northside If 16anch water mairt extension a[ang No� Tarrant Cour�iy P�r��way
from IH35W to Park Vista Boulevard.
�iSCUSSI�N:
On I�arch 16, 9998 (f�&C G-17322}, th� C�ity Council approv�d ar� engineering agreement with Camp,
Dresser & McKee, Inc. fvr the Cantrell-Sansam Pump Station and associa#ed pipelines and tf'�e
NorthsidelGraund 5torag� REsenioir. The agreem�nt included a study of t�an�f�r of water from other
pressure planes into the Northsi�e Illlll pressure planes to m�et fu�ure �emands.
The praposed e�ctension of the 16-i�ch w�ter main a�or�g Nor�h Tarrar�t County Parf�tway will provide an
additionai water source to the Northside II pressure plane and increased wa#er reliabiliYy in ��e r��idly
grawing northern sectar o� the Ci#y. The projec# incfudes wa�er transmi�si�n main des�gn and tkte
prepa�ation o� construction plans and specifications far the e�c#ension of approxim�fiefy 14,700 lir�ear
feet af 1�-inch water main sxtensi�n alang No�th Tarranfi Cour�ty Par�cway from IH35W to Par� Vista
Boule�ard,
Ca�ter & Burgess, Inc. prapas� to perfarm the d�sign wor�t for a lump s�am fe� of $194,595. City �#�ff
cons�ders this fiee to be fair and reasor�abie for the scope ofi services propased.
In addition �a #he contract amaunt, $3,OOa is required for pr��ect managemeni by the Engineertng
Department. �
Garter & 6urgess, �nc. is in compliance with the Gity's MfWBE Ordinance by committing to 27% M1W�E
p�rticipatian, The City's goal a� th�s projec� is 27°l0.
This pr�je�t i5 loc�ied in C�UNCIL QiSTRICT 4, �#apsco 3�G, H ar�� 3�E, F, an� G.
. �`i� �,�'�'�� i���`�i, T"���
� ����� ��� ������ ������y�������
�
DATE R��ERENCE NUMBER LO� NAME PAGE �
7123102 '��������� � 3DNORTH I 2 ofi2
suB.��c`r E�(�t��ER�NG ,qCREE�IIENT WiTH CARTER & BURGE�S, 1NC. FOR THE
NORTI�SIDE if '16-iNCI� 1NATER MAIN EXT�NSiON ALQN� NQRTH TARRANT
COLINTY PARKWAY FRpiVJ IH35W TD PAF�K VISTA BQULEVARD
�15CAL INFQR11llAiiUNIG�R T I�iCATIOiV:
The �inance Director c.er�fi�s �at f�and� are avai3abl� in the cu�'r�nt capital b�rdget, as apprapria��d, vf
the INa�er Gapital Projects Fund.
MQ:�c
- - --
Suhmitted for City Manag�r's , F[T.Nb I ACC(DUNT I C.ZNTER � AMpUNT � C1TY SECR�TARY
�'3ce by: (to) —
Marc Ott 6122 � l
Ot�inatingDepartment$ead: � -- �
I �
DougIag Itarlemalcer 6157 {(fro�mj � ap��ov� o��z3�oz
� P'iB1 531200 U601611�11a4 $11�4,595.00 �
Ad�ii�nna! Infnrmatlan Cout�ct: I
i �
nfl�� R�a��aks 6�s� t I I
City o��''a�t T�o��h, �'exas
�1�yor a�d Cour�c�[ Comn�ur�ic��io�n
DA7E REFERENCE NUMBER LOG NAME PAGE
T/23102 �*�_� �� �D � 30NORTH I 1 of 2
sus.�ECT ENGINEERING AGREEMENT WITH ��4R�'I�R ��3L������, E�l�, FOR THE
N�RTHS�DE II 16-INCH WATER MAIN EXTENSION A�.ONG NORTH TARRANT
COUNTY PARKWAY FROM IH35W TO PARK VISTA BOULEVARD
RECOMIViENDATION: �
It is recommended that ihe City Council authoriz
agreement wit� Car�er & B�rgess, Inc. for a fe�
specifications for the Northside I� �6-inch water ma�
from fH35W to Park Vista Boulevard.
e the City Ma�ager to execute an engineering
nof to exceed $� 14,595 to prepare plans and
n extension along North Tarrant County Parkway
DISCUSSl�N:
On March 16, 1999 (M&C G-17322), the City Counci! appro�ed an er�gineermg agreement with Camp,
Dresser & McKee, Inc. for the Cantrell-Sansam Pump Station and associated pipelines and ihe
NorthsidelGround Storage Reservflir. The agreemer�t included a study of trans�er of water from ofiher
pressure planes into tt�e Northside IIIII I pressure plan�s to meet future deman�s.
T#�e proposed extension of th� 16-inch water main along North Tarrant County Parkway will pravide an
additional water saurce to the Northside If pressure plane and increased water reiiability in the rapidly
growing northern sector of the City. The project includes water transmission main design and the
preparatian of constructian� plans and specifications for the extension of approximately '{4,700 linear
feet of 16-inch water main extensian along Norih Tarranf County Paricway from IH35W to Park Vista
Boule�ard.
Carter & Burgess, Inc. proposes to perform the design work for a lump sum fee of $114,595. City staff
considers this fe� to be fair and reasonable f�r the scope of services proposed.
]n addition ta the cantract amount, $3,00� is required for praject management by ihe Engineering
Department. .
Carter & Burgess, Inc. is in campiiance with the City's MIWBE �rdinance by commitiing tn 27°/a MIWBE
participation. The City's goal on this project is 27%.
This project is [ocated in COUNCIL DISTRICT 4, Mapsco 35G, H and 36E, F, and G.
�`ity of Fort T�V�ort�h9 �`exas
i�i�yor ar�d Cou��il Cor�mur�����t�o�
DATE REFERENC� I�UMB�R I LOG NAME PAGE '
7123102 **��9 9� 6D 30NORTH 2 of 2
suB��cT ENGINEERlNG AGREEMENT WITH CARTER & B RGESS, INC. FOR THE
NORTHS[DE I! 16-INCH WATER MAIN EXTENSfON ALONG NORTH TARRANT I
COUNTY PARKWAY FROM IH35W TO PARK VISTA BOULEVARD ,
F{SCAL INFORMATfONICERTIFICATION,:
The Finance Direcfor certifiies that funds are a�a�lable in the current capital budget, as appropriated, of
#he Water Capital Projects Fund. �
MO:k
Svbmitted for City Manager's
Office by:
Marc Ott
Originating Departmenk Head:
IIouglas Rademaker
Addition�l In%rrnatinn Contact:
6122
�'[jND I ACCOUNi' `
� (to}
�
I (fram) �
I P161 531200
CE1�ET'ER , AMOUNT
�6D16i'1411Q0 $114,595.00 {
I
1
, 1
CITY S�CRETARY
APPROVED 47/231Q2
5157
Douglas Rademaker G157