HomeMy WebLinkAboutContract 27226���
Ca.��l( ��%F�fET�� - , - � -�
G(a�Ji'�AC� � . 4rs!�.�
���r �� ���� v���a��, ��ac�►�
�T�1f�Q/��� �(�R�EI�IE�W� ��R E�1C�D����fN� ��'�1/IC��
TF�is �►GRE����lT i§ befl�e�n t�� Ci�y o� For� �Vo�th �th� '°CI�Y"), �r�d Car��r &
��arg�ss, l��., (the N�NGf�IEER"j, fior �'��OJECT ger����ly ��scrat��d as: Sani�a�y 5e���
�i�in �►r7-39'�* R�pla�em��4 from Statia¢� 1���-13 io �4�iio� 9�4���.�0.
�ir#i�0� �
���� �f ���v���
A. ih� Sco�e mf Ser�ic�� �s �e� gvrth E� Ait�ch�n�ni A.
�r�i��� 0�
���np����iio�
A. ihe �NGI9VEEI�'s compe�satAo� 'ss se4 fo�h en �►44achme�at �.
Articl� dfl�
T�rrtes of ����ertt
Paym���s io t�� �NGI��ER w1{ b� �n�d� as follovus:
Ao Invoi� a��l �ay����
{1j Th� En�ira�er �hall ��a�i�e i�� City su�icie�t docur��r�4��ion 40
re�s�n�bly substa��i�t� th� iravoir.�s.
(�) IVlonthly 'sn�aic�s wil� �� issu�d �y th� E�GAN��Ft for �11 wo�6c p��o��ed
u�der this AG�2��flAEN`�. Inv�oic�s ar� due a�n� �ayabie wvith9n 30 d�ys
of receip#.
(3) Upon ��p�etio� af se�ic�s ��urn�r�ted ir� A�tic9� I, 4h� fin�l paym�nt ofi
any balance v�rill �� du� v+rithin 3D da�s ofi r�c�ipt o# �h� �Enal i�voi��.
{4) I� ihe �:�r�nt �f a ciispu�ed a� contested billir�g, �nly ih�t �o�ioo� sn
con4�st�d dn,rill b� �u��hF�eld fram payrr��n#, ar�d 4�� �ndi�p�t�d �or�ion �ill
be g��id. ih� CITi� �ri�l �xercis� r�as�nabl�r�ess in can4es�ing �ny �ib1 ar
portion th�reo�. !Vo int�rest �vill accru� o� any �o�i�st�d par�iar� of th�
�illi�� ��til mutuaily ��sa�v�d.
(5} bg th� CIl"Y f�ils Ro a�ake p�y�t'�e�t i� f�al1 t� E�1GI�IE�R �or billi�tgs
cont����d �n good fai�h wi��in �0 days of t�� �nna�an� du�, the
,��fGINEER ��y, ���r givir�g ��ven {7) days' r�rriit�n nati�� 4a Cl�,
s�asp�nd ser�►�c�s �ar�der �hts AGREEVIAENi �n�il p�id in f�s�l, �ncl�ar�ing
ir���r��t. in t�� �v�r�t of suspension af s�r�ic��, th� EEVGDIVEER s��1➢
h��e �o i���if��r to C9'CY �or ��i�ys o� dam�g�s c��seci ti�e CITY
bec��§e of §�c� �a�sp��ass�r� �� s�rvic��. y : . .
.. •. �� � �� ..:i�
��� ;b��' ������
�, @�����`��,1�.
s
ArfiEale fV
�bligati�ns of ii�e Engineer
Amendments to Article IV, if any, are included in Attachment C.
A. {a"en�ral
The ENGINEER wi11 serve as the CITY's professio�al e�gineering re�reser�tatirre
under this Agreement, providing prafessional engineering consuftation and
adv�ce and furnishing custvmary services incidenta! thereto.
B. S4ancia�d o� �are
The standarrJ of care appl�cabie to the ENGINEER's services will be the degree
of skill and diiigence normally employed in the Stat� of Texas by professional
engineers or �onsultants performing the same or similar services at the time
such serrrices are pertarmed.
C. �ubsur�ace ln�estigations
(1) Ths ENGINEER shali advise the ClTY with regard fa the necessity for
subconiract work such as special surveys, tests, test borir�gs, or other
subsurface investigations in connection with de�ign and engi�eering
work to �e perFarmed h�reunder. The ENGiNEER shall also advise the
CITY conceming the. results af same. Such surveys, tests, and
investigations shakl �e furnished by the CITY, unless oiherwise specified
ir� Attachmeni A. '
(2) 1n soils, faundatian, .groundwater, and other subsurface'investigatEans,
#he actuaE characteris#ics may vary significantly between successive test
�oints and sample interrrals and at loc�tions ot�er t�an where
abservations, exploratian, and in�es#igations ha�e been made. Because
nf the inherent �sncerta�nties in subsurface evafuations, changed or
unanticipated underground conditaons may occur that could affect tf�e
#otal PROJECT cost and/4r execution. These canditions and
cosfi/execution effec#s are not the responsibility of the ENGINEER.
�. �reparafiion of �ngineering 9rawing�
The ENGINEER will provide to the CITY the or�ginal drawings of a}I plans in in�
on r�producible pfastic fi�m sheets, or as oth�rwise �pproved by CI"�Y, which
shaN become the praperty af the CITY. CITY may use such drawings in any
manner it desires; provided, howev�r, that t�e ENGINEER shall no# be #iable for
the use af such drawEngs for any proj�ct othe� than the PROJECT described
herein.
-�-
�. �ngineer's �e�onnei at Consgrucfirion Sii�
(1} The presence or duties of the ENGINEER's personne! at a c�nstruction
�its, whether as on-site represen#a#ives or otherwis�, do nat make the
ENGINEER ar its personnel in any way r�spor�sible for #hose duties that
�elang to the CITY andlor the CITY's canstruc#ion contractars or other
entitiss, and do nat relieve the construct+on contractors ar any other
entity of their obligations, duties, and responsibilities, incl�ading, but na#
limited to, a11 constructEan m�thods, means, technjques, seq�ences, and
procedures necessary far coordinating and completing all portions af #lie
construction work in accordance with the Cantract Dacuments and any
health or safety precautions required by such constr�.�ction wark. The
ENGINEER �nd its persor�nel have r�o authority to exercis� any control
over any construction contractor or ather er�tity or their employees in
connection witn their work or any health or safety precautions.
(2) Except to the e�ent of specific site visits expressfy cietailed and�set for�fi�
in Attachment A, the ENGINEER or its personnel shall have no '
obligatiar� or responsibility ta visif the cons�ruction site #o �ecome familEar
with tfi�e pro�ress or quafity of the cvmpleted war�C an the PROJECT or to
determine, in general, if the work on the PROJECT is being performed in
a manner indiCatjng #hat the PRO.IECT, when camplsted, will be i�
accv�dance with the Gontract �ocuments, nor shali anything in the
Contract Documents or the agreemeni between ClTY and ENGlNEER
be consi�rued as r�c�uiring ENGlNEER to make exhaustive ar continuous
on-site insp�ctions to discorrer latent defects in the work o� otJ�erwise
check the qualiiy or quantity of the wnr�c on the PRO.lECT. If, for ar�y
reason, the ENGIMEER should mal�e an on-site ohservation�s), an the
bas�s af such on-site observations, if any, the ENGtNEER shall endeavar
to keep ti�e CITY informed af any deviation from �he Contract Documents
coming ta the actual notice of ENGINEER regarding the PROJECT.
{3) When pro#essio�al certificaifon of performance or characteristics of
materials, sys�ems or �quipm�nt is reasanably required to perForm the
SBNICES 5Bt �OE'�il in th� Scap� of 5ervices, the ENGfNEER shafl be
entitted to rely upor� stach certi�catian to establish materials, systems or
equipment and performance criier�a ta be required in tE�e Contract
Dacumer�ts.
�. Qpinions ofr �robabl� Cast, �inancial Consideraiians, a�d Schedules
{1} The ENGINEER shafl prov�de opinions nf prabable casts based on the
current available informa#ion at the time of preparation, in accordanr.e
with A�tachmen# A.
(2) In providing opinians of cost,, financial ar�aSyses, economic feasibili#y
projections, and sch�dules for the PROJECT, the ENGiNEER has no
confrol over cost or price of la�or and materials; unl�nawn ar �atent
canditions of existing equipme�t or structures that may affec# operation
or maintenance costs, competitive bidding procedures a�d market
-3-
CDflCiktlQCiS; #ime or qualify o# perfarmance by third par�ies; c�uality, type,
management, or dErection nfi operating personnei; and ather econamic
and oper�af9anal factors that may materially affect the ultimate PROJECT
cost o� schedule. Tf�erefore, the ENG�NEER makes no warranty that the
CITY's actual PR�JECi costs, financial aspects, ecanomic f�asibility, or
schedules wi11 nat �ary from the ENGINEER's apinions, analyses,
#�rajections, or estimates.
C�. Cons4rruciic�n ��vgress P�yrments
Recammendatians by the ENGiNEER ta the C9TY for periodic canstructian
progress payments to the construction contractor wili be #��sed an the
ENG{NE�R's knowledge, informatian, and belief from selective sarrtpiing and
observation that the work has progr�ssed #o the poEnt indicaterl. Such
recammendatior�s do not repres�nt that con#inuaus or de#aii�d examinatians
have been made by the ENGINEER to ascertain that the constructinn cQntractar
has cam�leted the wor� in exact accord�nce with ths Contract Dncuments; that
the fir�ai work wEll be accep#able in al! respects; that the €NGINEER has made
an examinatian #o ascerkain how ar for what purpose the consfiwctian cantracfar
has used the moneys paid; t#�at �tle to any af the war1�, ma#erials, or equipment
has passed to the CITY f�ee and ciear af liens, claims, security interests, ar
encumbrances; ar that there are not oth�r matters at issue between the CITY
and the construc#ion cor�tractor that affect the amount #�at should be paid.
#�. ��ca�d Drawings
Record drawings, if required, wili be prepar�d, in part, on #he basis af
informatian compil�d and fumished by others, �nd may not atways repres�nt
th� exa�t locatian, type af variaus c�mponents, or exact manner in which th�
PROJECT was finalfy canstruc�ed. Tf�e �NGINEER is not responsible for any
errvrs or omissions in the information from otF�ers.that is incorparated into �e
record drawings.
Mir�o�ity and Woman �usiness �n4erprise (�IVV�Ey pa�ticipation
In accor� with Ci�jr of Far� Wo�h Ordinance No. 11923, as amended by
Ordinance 93471, the City has goals for the participatian of minority business
�r�#erprises an� woman b�siness enterpr�ses iR City cor�tracts. Engineer
acl�nowledges the MIWBE gaal established far this contract and its commitmen#
to meet tha# gaal. Any misrepresentatiar� of fac#s {other than � negligeni
misrepresentatian) andlor the commissian �f fraud by the �ngineer may result in
the termination af this agreement and debarment from participaiing in City
contracts for a periad of time af no# fess than three (3) years.
J. Righ� fo Aurfiic
(1} ENGIN��R agrees that the CITY shall, until the expiratian af three (3)
years after fina[ payment under t�tis cantraG#, have access #a and the
rig�t tv examine and photacopy any directly pertinent baok�, documents,
papers and records af #�e ENGINEER invalvEng transactions reiating ia
��
this cantract. ENGIN�ER agrees that the CITY shali have access during
normal w�rl�ing haurs to all necessary ENGINEER faci{ities and si�all be
pro�ided adequate and apprap�iate work s,pac� in order to conduct
audits in comp�iance with the provisions of this section. The ClTY shall
give ENGINEEFt ��asanabl� advaroce natice of int�nded audits.
{2} ENGINEER further agrees to include in all its subconsul#ant agreem�nts
hereunder a provisian ta the effect that the subconsu(tant agrees that
the CITY shall, until the expiration af three (3) years after final payment
under the subconfract, have access to and the right ta examine and
photocopy any ciirectty p�rtinent boQks, dacumer�ts, p�pers and recards
af sucl� subconsu�t�n�, invo�ving #ransactions to the subcontract, and
further, thai the CITY st�akl have access during narmaf working hours to
a!I subconsultan� facilities, ar�d shall be provtded adec�ua#e and
ap�rapriate work space, in order to cxmduct audits in compliance witF� the
provisions of this article tagether with subsection (3}hereaf. CITY shall
gi�e subcvnsultani rea�onabl� advance notice af �ntended audits.
{3) ENGINEER and suf�consulta�t agree to phoio copy such documents as
may be request�d by the GITY. The CiTY agrees to reimburse
ENGINEER fo� tfi�e cost of copies at the rate pubGshed in the Texas
Admin9s�rati�e Code in effect as of the time cQpying is performed.
K. �N�IN��R's f�sur�nce
{1} Insuranee coverage and limits:
ENGiNEER s�ail provide to the City certificate(s) of insurance docum�nting
poiici�s af the fallowing coverage at minimum limits which are tv �e in efiect
prior ta commencement of wc�rk an the PRaJECT:
Gommercial Genera! Lial�ility
��,aoo,OUO ��C�1 pCCUIT�I7C�
$1,Q00,000 aggregate
Automobile L�ability
$1,�OO,DaO eac� accident (or reasonably equivalent iimits of coverage if written
on a s�lit lim9ts basis}. Coverage shalf be on any vehicle used in the caurse of
the PROJECT.
Worker's Campensation
Coverage A: s#atutory limits
Coverage B: $100,Oa0 each accident
$50�,A�0 disease - policy limit
$100,�OE} disease - �ach employee
Professiona� Liability
$'I,D00,0�0 each clairn/annual aggregate
(2) Certificates of insurance evidencing that the ENG4NEER has ob#ained all
--5-
required insurance s{�all be delivered to the CITY prior to ENGINEER
proceeding with the PROJECT.
{a) Appficable policiss sF�all be endorsed ta name the CITY an
Additianal 4nsured thereon, as its interests may appear. The #erm
CITY shall include its employees, officers, afficials, agents, and
�ol�nteers as respects the contracted services.
(b) C�rtificate{s) af insurance sfi�all documer�t that insurance
coverages specified accor�ing ta items seetion K.(1} and K.{2) of
this agr�eme�t are provided un�e�r applicable po�icies
documented tnerear�.
{cj Any failure o� part of the CiTY to request required insurance
documeniation shall not constitut� a waiver of the insurance
requir�ments.
{d) A minimum oi thirty (30) days notice of cancellation, non-renewal
ar ma#erial char�ge in coverage shall be provided to the C�TY. A
f ten (10} days notice shafl be acceptable in the event of non-
payment of premi�m. Such terms shall be endnrsed onto
� ENGINEER's Ensurance polEcies. Notice shall be sent to the
respective Depa�tment Director {by name), City of Fort Wor#h,
'f000 Tfi�rocf�mortan, Fort Wor#fi�, Texas i6'l02.
(e} Insurers fior a11 palicies musir be authorized io do busir�ess in the
state af Texas or �e atherwise a�proved by the CITY; and, such
insu�ers shaH be acceptable to the CITY in terms of their financial
strength and solvency. �
(� Deductible {imits, or s�lf insured retentians, affecting insurance
required hereir� may be acceptable to the GITY at 9ts sole
discretion; an�l, in lieu of traditional insurance, any alternative
coverage maintained through ir�surance pools or risk retention
groups must be�also appro�ed. Dedica#ed f�nancial resources ar
lei�ers of credit may also be accep#able ta the Ciiy.
(g) App�icable policies sha11 each be endorsed wii�h a waiver af
subrogatian in favor o# the ClTY as respects the PROJECT.
(h) The Gfity shal� be entitled, upon its request and without incurring
expense, to review the ENGINEER`s insurance policies including
endorsem�nts thereto and, at the CITY's di�crefior�, the
ENGINEER may be req�ired to provide praaf o� insurance
premium payments.
{l} The Commercial General Liability insurance policy sha�l have no
exclusions by endorsem�rtts unless such are approved by tF�e
CITY.
�
{j) The Pfofession�l Liability ir�surance policy, if wri#ten on a claims
made basis sf�all be maintained by the ENGIN�ER for a minimum
two (2) year periad subsequent to the term of the res�ective
PROJECT cantract with ti�e C1TY unless such coverage is
provided tF�e ENGINEER an an occurrence basis.
{1c} The CITY shall not be responsible for the direct paymerit of any
insurance premiurris require� by this agreemerit. It is understaod
#hat insurance cost is an allowable component of ENGlNEER's
overhead.
([} All insurance required in section K., except for the Professional
LiabiEity insurance policy, shali be written on an occurrence basis
in order to be approved by the ClTY.
(m) Subconsulta�ts to the ENGINEER shall b� required by the
ENGINEER to maintain the same ar reasonably equivalent
insurance co�erage as required, for fhe ENGINEER. When
insurance coverage is maintained by subconsultants, ENGiNEER
shall provide CITY with documentation thereof an a certificate af
ins�rance. Notwiths#anding anyfhing to the contrary contained
herein, in the event a sul�consultant's insurance caverag� is
caneel�d or terminate�, suc#� c2�ncellation or termination shall not
constitute a breach by ENGINEER �f the Agreement.
L. lndependenf Consul4an�
The ENGIiVEER agre�s io perFarm all services as an independen# consultant
a�d nnt as a subcontractor; agent, or employee n� the Cli�'.
4�. �isclos�re
The ENGINEER acknowledg�s ta the CITY thai it has made full discEosure in
writing of any existing conflicts af interes# or potential canflicts af int�rest,
including personal financial interest, c�irect or i�direc#, in property abutttng the
proposed PROJECT and business relattonships with abutting praperty citi�s.
The ENGINEER fiurther acknowledges that it wifl make discfosure in writing ofi
any conflicts ofi interest which develop subsequertt to the signing of this coniract
an� prior to fina! payment under the contraci.
N. Asbesios or Ha�ardous �ubs�ances
(�[) ff asbestos or hazardous subs#ances in any form are encountered or
suspEcted, the ENGINEER will stop its own wor�c in the affected portinr�s
of th� PROJECT to permit testing and evalua�ion.
{2) lf asb�stos vr oth�r hazardous substar�c�s are suspected, the
ENGINEER will, if �eguested, assist the CITY in abtaining the sen+ices of
a qualified subcontraciar to manage the remediation activities of the
PRO.fECi.
-7-
�
O. Permiiiing Au�ho�ifi�:s -� �esi�n Change�
If permitting authorities require design char�ges so as #o comply with publisf�ed
design criteria andlor current engineering practice standards which the
ENGfNEER should have been aware af a# the time this Agreement was
executed, the ENGINEER shall re�ise plans and specifications, as required, at
its awn cost artd expense. However, if d�sign changes are required due ta the
changes in the permitting authorities' publEshed design criteria and/or Practice
standards criteria w�ich are published after ihe date of this Agreement which
the ENGfNEER could not have been reasanably aware af, the ENGINE�R shall
notify the ClTY af such changes and an adjustment in compensation will be
made tl�rough an amertdment to this AGREEMENT.
Ar�icte V
8bliga�ion� of fihe Cify
Amen�ments to Article V, if any, are included in Attachment C.
A. CityeFurnished �aia
The CITY wil! ma�e avaif�ble ta tfi�e ENGINEER a11 tec�nicai data in the CkTY's
possession re�at�ng to the ENGINEER's services on the PROJECT. The
ENGINEER may rely upon the accuracy, timeGness, and compl�teness of the
informaiian provided by the CfTY.
�. Access fio �acififies and Prape�iiy
The CITY will make its faciiities acce�sible to the ENGINEER as required farthe
ENGINEER`s pertormance of its serviees and will provide labor and safeiy
equipment as required by the ENGINEER for such access. The CITY wifl
perform, at no cost to tf�� ENG[NEER, such tests af equipment, machinery,
pipe�ines, and other camponents of the CITY"s facili#ies as may �e required in
connectian with the ENGINEER's se�vices. The CITY rrUill be responsible far all
acts o� the CiTI''s persannel.
C. �d�eriisemen�s, Pe�m�ts, and Access
lJnless atheFwise agreed to in the Scape of Services, the C1TY will obtain,
arrange, and pay far all advertisements far bids; permits and ticenses requEred
by local, state, or federal authorities; and land, easements, righis-o#-way, and
access necessary for the ENGINEER's services or PROJECT construction.
�, l�imely Review
T�e C1TY wiil examine the EN�INEER's studies, reports, s#cetches, drawir�gs,
specificaiians, proposals, and other documents; ob#ai� advice af an attamey,
insurance caunselor, accountant, auditor, bond and financial ad�isors, and other
consultanfs as the CITY deems apprapria#e; and render in writing decisians
:
required by the CiTY i� a tim�ly manner in accordance with the project sch�dufe
in Attachment D.
�. �romp� IVo�ice
The CITY wil� give prampt written natice to the ENGINEER whenever CITY
observes or becomes aware of any development that affects the sco�e or iiming
of the ENGI�IEER's services or of any defect in the work of ihe ENGINEER or
constru�tion contractars.
�. A�besios or F�a�ardou� Subs�ances and fndemni��aiion
(1) To the maximum extent permitted by law, the CITY will indemnify and
reiease ENGINEER and it� officers, employees, and subcontractors frorr�
afl clsims, damages, losses, and costs, including, but not limited to,
attarney's fees . and litigafiian expenses arising out of or �elating to the
presence, discharge, release, or escape of hazardous substances,
confaminants, or asbestos an ar from tt�e PROJECT. Nothing contair�ed
herein shall be construed to reyuire the CITY to levy, assess or collect
any #ax to fund this indemnifica#ion.
t2} The in�emnification and release required above shali not app{y in t�e
event the discharge, reiease or escape af hazardous substances,
contaminants, or asbestos is a res�lt of ENGINEER`S negligence or if
such hazardous sUbstartce, contaminant or �asbestos is brQught anto tfi�e
PROJECT by �NGINEER.
C. Gon�rac�or Indemnificafion and �laims
The CITY agrees ta include in ail construction contracts the pravisions of Article
1V.E. regarding the ENGINEER's Persannel at Construction Site, and �rovisions
pro�iding contractor indemnificatian of ihe CITY and the ENGINEER for
cantractor"s negl9gence.
H. Coritrac4o� Gtaims and YF�9�d�Par�y �ene�iciaries
{1) The CITY agrees to include the following clause in all contracts with
constivction contractors and equipment ar materiats suppliers:
"Contractors, subcontractors and equipmeni and materials
suppliers on #he PROJECT, or tF�eir sureties, shall maintain no
direct action against the �NGINEER, its officers, empfoyees, and
subcantractors, for any claim arising out of, in connecfion with, or
resufting fram the engineering services perFormed. Only the CITY
will be the beneficiary of any undertaking by the ENGiNEER."
{2) This AGREEM�NT gives nv rights or benefits to anyone oiher than the
CITY and the ENGINEER and there are no third-party beneficiaries.
�
(3) The CITY will inciude in each agreement it enters inta wit� any other
entity or person r�g�rding the PROJECT a provision that such entity or
person shall ha�e no third-party beneficiary rights under this Agreemer�t.
(4} Nothing contained in this section V.H. shal! be cQnstrued as a waivef af
any right the GITY has to brir�g a claim against ENGINEER.
CIiY's Insuranc�
(1) The CITY may maintain praperty insurance on certain pre-existing
structures associaied with the PROJECT.
(2} The CITY will ensure that Buifde�s Rislc/lnstallation insurance is
maintained at tl�e replacem�ni cost �a�ue of tfi�e PROJECT. The CITY
may provide ENGINEER a copy of the palicy or documentation of such
on a certificate of insurance,
(3} The CITY will specify that the Builders RisEc/lnstailation insurance sha�l
�e camprehens�ve �n coverage appropriate ta the PROJECT risks.
J. Li�iga�ion �sisfiance
The Scope of Services does not include costs af the ENGINEER for required or
r�quested assisiance to support, prepare, document, bring, defend, or assist in
litigation undertaken or defended by the CITY. !n the e�ent CITY requests such
services af the ENGiNEER, this AGREEMENT shall be amended or a separate
agreemeni will be r�egotiated between #he parties.
K. Changes
The CITY may make or approve changes w�thin the general Scope of Services
in this AGREEMENT. lf such c�anges affect the ENGINE�R's cost of or Hme
required for pertarmance of the services, an equitable adjustm�nt will b� made
tF�rough an amendment to this AGREEMENT with appropriate GITY �pproval.
p,�icle VI
Generaf Legal �ro�isions
Amendm�nts to Article VI, if any, are included in Attacl�ment C.
A. Aufhori�aiiar� �d P�oceed
ENGiNEER shall be authorized to proceed with this AGREEMENT upon receipt
of a written Notice to Prc�ceed from the C�TY.
--10-
�. Reuse �� �roj�c� 9ocuments
A[I designs, drawings, speci�icatians, dacum�nts, and other wori� p�roducts of the
ENGINE�R, whether ir� hard capy or in e�ectronic form, are instruments of
seruice for this PRO.�ECT, whether the PROJECT is cvmpleted ar not. Reuse,
change, or alteration by ih� CITY ar by others acting tF�rough or on beha[f of the
C{TY af any such instruments of service w�thout the writt�n permission af the
ENGINEER wili be at the CITY's sole risk. The f�na! designs, drawings,
specifications and documents shafl be owned ay the CITY.
C. I�orce {�a�eure
The FNGlNEER is not respa�sible for damages vr delay in performan�e caused
by acts o# God, strikes, IockQuts, acci�ents, or o#her events i�eyond tf�e cor�trol
of the ENGIN�ER.
�. iermir�a�ion
(1} This AGREEMENT may b� termina#ed only by #he City for convenience
on 30 days' written natice. This AGREEMENT may be terminated by
either the CITY ar t�e ENGINEER for cause 9f either party fails
substantiafly to pertarm through �a fiault of the other and daes not
commence correction of such �anper�ormance with five (5j days of
written natice ancf diiigent{y cqmp{ete fhe carrection thereafter.
(Z) If this AGREEMENT is terminated for tf�e canvenience af the City, the
ENGINEER will be paid for t�rmination expenses as follows:
a) Cast ofi reproduction af partia# or camplete studies, plans,
specifications or ath�r forms of E�1GfNEER'S wc�rk product;
b) Out-of-pocket expenses for purc�asing storage containers,
microfiim, electranic data files, a�d othar data starage supplies or
serv�ces;
c) The time requirements for the ENGINEEF2'S �personnel to
document the work underway at the time the CITY'S termination
for conv�nience so that the worfc effort is suitable for long time
storage.
(3) Prinr tfl proceeding with termination services, th� ENGIN�ER wilf
submit to fhe CITY an itemizecf statement of all termination expenses.
The CITY`5 appraval wilf be obtained i� writing �riar ta proceeding wi#h
#ermination services.
�. Susp�nsion, 9eiay, or interrup4ian �o !li�orr�
The C1TY may suspend, d�lay, or interrupt the services af the ENGINEER for
the convenience o# the CiTY. in the event of such suspension, delay, or
9nterru�#ion, an �quitable a�justment in the PROJECT's scF�edule, commitment
-11-
and cost of the ENGlNEER's persannel and subcantractars, and ENGINEER's
compensation will be made.
F. Indemnification
(1) The ENGiNEER agrees to indemnify and defend #he CITY from any foss,
cast, or expense claimed by third partfes for p�aperty damage and hadi(y
injury, inGuding death, caused sol�ly by ti�e negligence or willful
miscvnduct af the ENGINEER, its employees, officers, and
subcontractors in connect�on with the PROJ�CT.
(2} If the negligence ar willful mrscanduet of both the ENGINEER and the
C1TY (or a persar� identified above for whom eac� is liabl�) is a cause of
such damage or injury, #he loss, cost, or expense si�all be shared
betvveen the ENGINEER and the CITY in proportian to their relat�ve
degrees af negligence or wiHful misco�duct as determined pursuant to
T.C.p. & R. Code, sectian 33.011(4) (Vernon Supplement 1996).
G. Assignmen�
Neither party wifl assign all or ar�y part of ffi�is AGRE�MENT without the prior
written consent of the ot�er party.
H. Infe�pre�ation
Limitafions on liabifity and inciemnities in #his AGREEMENT are business
understandings between the parties and shail apply to all the different theories
of recavery, includir�g breach of contract or warran#y, tart includ�ng negligence,
strict or ' statu#ory liability, or any other cause o# acfion, except far wiflful
miscor�duct or gross negligence far limitations of liability ar�d sole negiigence for
indemnification. Parties rneans tY�e CITY and the ENGINE�R, and their vfficers,
�mplayees, agents, and subcontractors.
Jueisdiction
The iaw o'f the State of Texas shall govem th� valid�ty af this AGREEMENT, its
interpreta#ion and performance, and any other claims related to it. The �enue
for any iitigation related to f�9s AGREEMENT sF�a11 be Tarrant County, Texas.
J. ►4ife�nate �ispu�e Ftesolu�ion
{1) All clairns, disputes, and ather matters in question b�tween tF�e CITY and
ENGINEER arising o�.�t af, nr in cannectian with #his Agreement or the
PR4J�CT, ar any breach of any abligation or du�y af CITY af
E�VGfNEER hereunder, will be submitted to mediation. lf inediation is
unsuccessful, the claim, dispute or other matter in question shal! be
submitt�d to arbifratian it bath parties ac#ing reasonably agree that the
amour�t of the dispute is likefy to be less than $50,D(3{3, exclusive of
attomey's fees, costs and expe�ses. Arbitraiian shall be in accc�r�dance
with the Cans#rvction Industry Arbitration Rules af the American
-12 --
.'
Arbitration AssociatEan or other applicable rules of the Assaciation then
in effect. Any award rendered by #he arbitra#ors less than $50,000,
exciusi�e af attom�y's fees, costs and expenses, will be final, judgment
may be entered thereon in any court having jurisdictior�, and wilf not be
subject ta appeal or modif�ca#ian exc�pt to the exten# permitted by
S�ctions 10 and 11 of the Federa� Arbitration Act {9 U.S.C. Seetiorts 10
and 11). �
(2) Any award greater t�an $50,000, exc�usive ofi attomey's iees, casts and
expenses, may be litigated by either party on a de novo �asis. 'ihe
award shall become final ninety (90} days from the date same is issued.
If iitigation is filed by either pa�ty withir� said ninety {90) day period, the
award shall hecome null and �oid and shal� nvt be used by either party
far any purpose in #he }itigation.
K. Se�erabiii� and Su�rrir�at
If any of the provisians contain�d in this AGREEMENT are he{d fo� any reasan
to be invalid, illegal, or unenforceable ir� any r�spect, suctt invalidi#y, illegaEity, ar
�nenforceability will not affect any other pro�ision, and this AGREEMENT shal{
be construed as if such in�afid, 911egai, or unenforceable pro�ision had never
been contained herein. A�ticles V.F., VI.B., VI.D., VI.H., VI.I., and VI.J. shall
survi�e termination of this AGREEMENT for any cause.
L. Obser�e and CompEy
ENGINEER shaEl at a!� times abserve and comply wEtt� a11 federa� and State laws
and regulations and with afl City ardinances and regulatians which in any way
affect this AGREEMENT and the work hereunder, and shall obs�rve and comply
with alf arders, 4aws ordinances and regulations which may exist or may b�
enacted later by goveming bodies %aving jurisdiction or authvrity for such
enac#ment. No plea of mFsunderstanding or ignoranGe #hereof shail be
cansi�ered. ENGINEER agrees to dsfend, indemnify and hald harmless CITY
a�d all of its officers, agents and employees fram and against all cEaims or
liability arising out o� the �ialation of �ny such arder, law, ordinance, ar
regula#ion, whether it be by itself ar its employees.
-13-
,
A�ic�e Vll
Atfiachmen�s, Sch�dules, and Signa�ur�s
This AGREEMENT, including its attachments and scheduies, constitutes the entire
AGREEMENT, sup�rsedes all prior written or oral understandings, and may only be cfi�anged
by a written amendment executed by bo#h parties. The followir�g attachments and schedules
are hereby made a part of this AGREEMENT:
Attachment A- Scope of Services
Attachment B - Comper�satian
Attachment C- Amer�dments #o Standard Agreemen� for Engineering 5erv'tces
Attachment � - Praject 5chedule
Attachmen# E - Location Ma�
ATTEST:
�
, ; � '�
f
.. .r�„ .
��. � ' _� / �
�Is�ears�n- � i
�City Secretary
��
_�
; � ', ��- — —
Con�ract 1�utharizat�ion
�, � � .� � �- ,._ _ , � -
Da�e �
APPRC31fED AS TO FOR�1l�
AND LEGALITY
L
Assistant Attorney
M391
CITY OF FDRT WQRTH
�:. .
gtf. � �
Mi�ce Groomer �
Assistant Ci�y Manager
APPROVED
�
�.:��ca.� �_ �
�
�
A. Dougkas Rademaker, P.E.
Director, Engineering Department
�ARTFR & BLIRCESS, INC;
ENGINEER
/
By: _ �
Don Allen, P.E.
Assaciate Principfe
�����������.-
���������
I� r.��,r�� �^
�► ,
-14-
ATT�Cf�M�NT ��A,�
-.- .�- . -.
"Scope of Services set forfh herefn can only be modified by additrans, clari�catrons, and/or
deletian5 set farth in the supplementa! Scope of Services. !n cases of canflicf between the
5upplemenfal Scop� of Services and fhe G�nera! Scope of Services, the Suppiemental Scape
of Services shall hav� pr�cedence over the General5cope of Services."
� ;���
1) �Yelirr�inary Conference wifih Ci�y
The Engineer shail attend pre�iminary eonferences with authorized representatives of
the City regardirtg the scope of pro�ect so that the plans and specificatians which are to
be developed hereunder by the Engineer will resu�t in pr�viding facilities which are
econorr�ical in design ar�d caniarm to the Cifiy's requirements and budg�tary
canstraints,
2) Coordina�ion wi�h O�tside Agenci�sl�ublic En4ifi��
The Engineer shall caordinate with officials of other outside agencies as may be
necessary far t}�e design of the proposed street, and starm drain andlar water and
wastewater faciliti�slimpravemer�ts. It shall be the Engineer's cfuty hereunder ta secure
necessary informatian fram such outside agencies, to meet their requirements.
3) G�o�echnicalln��s�igations
The Engineer sha11 advise the City af test borings, and other sUbsurface inves#igations
that may be needed. In the event it is determir�ed necessary to make borings or
excavate test hoies or pits, the Engineer shal[ in caorciirratia� with the City and the
City's geotechnical engine�ring cvnsultant, draw �p specifications for such testing
program. T�e cast a# the barings or excavations shail be paic4 for by #he Gity.
4} �gr�emenfs and ���mifis
T�re Engineer st�all complste all formslapplications to alfow the City of �ort Worth to
obtain an� and all agreements andlor permiis normaily requEred for a project of this size
and type. The Engineer wil! be r�sponsible fo� negotiating and coardinating .to obtain
appro�al af the agency issuing the agreemen# andlor permits a�d will ma�e any
revisions necessary ta bring the plans into complEance with the requirements of said
agency, irrcluding but nat limi#ed to highways, railroads, water authorities, Carps nf
Engineers and other utilities.
5) �esign Ch�nges Rela�ing io Permifiting Aufhori�ie�
If permitting authorities require design changes, the Engineer 5hal! revise the plans and
5�7BCIfIC21tIOC1S as required at tne Engineers own cost and expense, unfess such
changes are required due to changes in the design of tha facilities made try the
-1-
permitting au#hority. If such changes are required, tt�e Engine�r shafl notify the City and
an amendment to ti�e contract shaH be made if the Engineer incurs additional cdst. If
there are unavaidable delays, a mutuaily agreeable and r�asonable time extension
shal! be negotiated.
6) Plan Submittal
Gapies of tf�e a�iginal plans shai! be provided on reproducible mylar or approved plastic
fifm sheets, ar as otherwise appra�ed by the Department of Engineering and sha{I
becam� the praperty of the City. City may use such draw#ngs in any manner it desires;
provided, however that the Engineer shall .not be liable for the use of such drawings for
any projec# other than the project describ�ci herein, and further provided, that the
Engineer shall not be I�able far the consequences of any changes that are made to the
drawings or changes that are made in the implementatian of the dravvings w�tnout the
wr�tten approva! o# #he Engineer.
�I-�S� �
7) Righ�-of-ll�ay, �asem�nt and Land Acquisition i�eed�
The Engineer shall determtne the rights-of-way, easement needs for the constructfon o�
the praject. Engineer shall determine ownersf�ip of sucfi� lar�d and fumish the City with
the necessary right-of-way slcetches, prepare necessary easement d�scriptiar�s for
acquiring the righfis-of-r�ray and/or easements for the construction of this project.
Sketch�s and easement descriptians are to be presentecf in form s�itable for direc# use
by the Department of Engineering in obtaining rights-of-way, easements, pe�mits and
licensing agreements. All materials shall be furr�ished on the ap�ropr�ate City forms in a
minimum of four (4} copies each. '
8) �es�sn S�rvey
The Engineer shafl pravide necessary field survey for use in the preparation of Plans
and 5pecifications. The Engineer shal� furnish the City certified copies of the field data.
9} Utiliiy Coo�dinat�an
The Engineer shalf coardina#e with all utilities, ine�ud�ng utilities awnec! by the City, as to
any proposed utifity liens ar adjustment to existing utili�y lines within fihe project limits.
The information abtained shal! be shown on #he canceptual plans. The Engineer shall
show o� the preEiminary and �nal plans the loeation of the proposed utility li�es,
existing util9ty lines, based on the information pravided by the ufiility, and any
ad�ustments andlor reloca#ion of the existing lines within the project limits. The
Engineer shall alsv evafuate the pha�ir�g vf the water, wastewater, street and drainage
work, and shall submit such evaluation in writing to ihe City as part ofi this phase of the
project.
-2-
10) Cancep�ual Plan�
Th� En�ineer shall furnis� four (4} copies of the Phase '� concept engineering plans
which include layauts, preliminary right of-uvay needs and preliminary estimates of
probabie construction costs for the Engineer's recommended pian. For all submittals,
the Engineer shall submit plans and c�acuments for str�etlstorm drain and
waterNvastewater facilities. The Engineer shall receive writter� ap�roval af the Phase 1
Plans from the City's praject manager before proceeding with PF�ase 2.
�*IiAS� 2
19 ) 9esign �atia
Th� Engineer shall p�ovide des�gn data, reports, cross-sections, profiles, drainage
calcu{ations, and preliminary estimates of probable cortstructian cost.
12) �reliminary Cor�s4��ction Plar�s and �'echnical Spe�ifiaaiion�
The Engineer shall submit trNenty {20) copies of Phase 2 preEiminary construc#ion plans
ar�d five (5} capies of the preliminary technical specificatians for review by the City and
#or submission to ut�lity companies and ather agencies for the purposes of caordinating
work with existing and propose� utiii#ies. Tf�e prefiminary construction plans shaH
indicate lacatkan af existinglproposed utilities and starm dra9n �ines. The Engineer shalf
receive written approval v# the Phase 2 p{ans from the City's praject manager before
proceeding with Phase 3.
�HASE 3
13) �inal Gon�Fruc�ion ��an�
The Engineer shall fumish five ��) cnpies of th� final cons#ruction plans and contract
specifications for review by #he City.
14} �ie�ailed Co�fi �stcim�fe
T�e Engineer shall furntsh four (4) capies of detailed estimates of probable construct�an
casts for the authorized construction project, which shal! include summari�s of bid items
and quantities.
15} Pfans and �pecifica#i�n Approrral
The Er�gineer sha�l furnish an ariginal cove� mylar for the signatures af a�thorized City
officials. The Contract Dacuments shall camply with applica5le bcal, state and federa{
laws and with applicable rules and regulations promulgated by local, state and nat�onal
boards, bureaus and agencies. The Engineer shail r�cei�e written appro�al af th�
Phase 3 plar�s from the C�t�"5 praJect manager before proceeding with Phase 4.
��
f
�T11"1�� �?
16) l�ir�al App���e� Con���cFion �lans
The Engine�r shal! fumish �5 �au�c� copies of Phase 4 final app�oved constnaction
plans and contract specif�cations. The apgro��c! plans and contract specifications shali
be used as authorized by the City far use i� ab#aining bids, awarding contracts, and
construci�ng the project. �
17) �idding �os�istan�se
The Engi�ear s�all iss�� �dd�nda as a�prapriate to int�rpret, clarifiy, or expand the
bid�ing documents, an� assist th� vwner in de#ermining #�e qualifications ar�d
acceptability of prospeciive constructors, subcontractors, and suppfiers. Whert substitu-
tiar� pr�ar to the award o# contracts is aflowed by the bidding documents, the Engineer
will advise the owr�er as to the acceptabi�ity of altemate materials and ec�u�pment
proposed �y the �rospec#ive constructars.
18} ��cammendafiion of �wa�d
The �ngineer shalk assist in the tabufatian and review of a�l bic�s receiveci for the
ca�struction pf ihe project ar�cf sha1� m�ke a recammenda#ion of award ta th� City.
19) Prebi� �or�fi���nce
The Engineer sha�l attend the prebid conf�rence and the �id opening, prepare bici
iabu�ation sheets and provid� assistar�r,e to th� owner in evaluati�g bids pr proposals
and �n assembling and awarding contracts #ar constructian, materials, equipment, and
S�NIG@S.
����� �
20) ��eeconsfrwc�ion Cnnf��nce
The Engineer sha{I attend the preconstructi�n car�ference.
21 } Can�f�u�Fion S�nrey
The Engineer shall i�� available to the City an matters canceming tt�e �ayout of the
project during its construction and wiil set control points in the field tn a11ow City survey
crews to staEce the praject. The setting af fine and grade stakes and route inspecfion of
cnrtstruction wi{I be pertormed by the City.
22) Si�� di�it�
The Engine�r shall �isit the pra�ect site at appropriate intervaEs as cahstru�tion
proceeds to observe and report on the pro�ress �nd the quality �f the execu#ed work.
_�
23) ah�p Drawing R��iew
The �ngineer sha�l rer�iew shop and erection drawings submitted by the contrac#or foe
compliance with design cor�cepts. The Engineer sfi�al! rev�ew labvratory, shop, and mill
test reporks nn materials and equipmar�t.
24} fnstrua�ians fo Cor���a�io�r
The Engineer sh�ll pravide rtecessary interpretations and clarificatiorts of contract
dacum�nts, review change orders and make r�commendatians as to the acceptabiiity
af the work, at the request af tf�e City. �
25) �i���ing 5ite �onr�i�i�n�
The Engineer shall prepare sketches required to reso�ve probf�;ms due to �cfual field
condit�ons encountered.
2B) Record �rawings
The Engineer sf�all prepare record drawRngs from informatior� submitted by the
contractor.
-s-
EXHIBIT "A-1"
SUl'kLEMENTAL SCOPE OF SERViCES
{SUP�LEMENT TO ATTACH�'IENT "A")
DESIGN SERVICES: WATER AND/OR SANITARY SEWER, .tMPROVEMENTS
For
30" Satiitary Sevaer Relocaiion
M-391 from Sta. 160+13 to 183+48.80
Water Project Nn. PS58-d'%OSSO1'%5660
This Exhibit "A-I" descri6es the Scope of Work to be perfornned by Carter and Burgess, Tnc. {ENGINEER)
for the City of Fort Worth (CT"1'Y} for the 30" Sanitary Sewer Relocation M 391 fram Sta, 150�-13 to Sta.
183+ 48.$0 Project (Project}.
In general, the Prajeci is a sani�ary sewer rehabilitation and impravernent �roject involving approximately
2,400 Iinear feet af 30-�nch diameter sewer Iine.
The following is a clarifcation a� the tasks that the ENGINEER will perform under ATTAGHMENT "A".
Work under ihis attachment ineludes engineering services for water and/or sanitary sewer impravements:
Upon receipt of notice to proceed, the ENGrINEER will perform the following tasks.
PART A — PRE-ENGINEERING
1. Initial Data Col�ection
a. Pre-Design Coordivation Meetings
ENGINEER will at�end and document rneatings, as required, to discuss and coordinate
various aspects oithe project and to ensure that the praject stays on schedule. For purpo�es
of establishing a level of comfart, two (2) meetings are anticipated. These include the
following: -
One (1) pre-design kick-off' meeting, (including the CITY's Department of
Engineering and other departments that are ixnpacted by the praject).
One (1) review meeting at campletian of the Cit}!s review of the conceptual
engineering plans.
N:\job�011077\mz.sc109_Exhihit A-1.doc EAl-1
�
b. Data Coilection
In addition ta data obtained from the City, ENGINEER will research and make
efforts to abtain pertinent informaiion to aid in coardination of the prvposed
improvements with any planned future improvements that may xzifluance the
�roject. ENGINEER will also ideniify and seek to abtain data for existing
conditions that may impack the project including; utilities, City Master plans,
property own�rship as available frorn the Ta�c Assessor's af�ce.
c. Caordinatian wifh Other Ageucies
During the concept phase the ENGINEER shall coordinate with all utilities,
including utilities owned by the City, TxD�T and raiIroads. These entities shall
also be contacted if applicable, to deternune plans for any proposed facilities or
adjustment to existing facilities within� the project limits. The information obtained
shall be shown an ihe concept plans. The ENGIlVEER shall show the lacation of
tl�e propased utility lines, existing utility lines and any ac�ustments and/oz
relocation of the existing line� within the praject limits. ENGINEER shall complete
all forms necessary for City to abtain permit letters from TxDOT and railraads and
submit such fnrms to the City. City shall b� respansible for forwarding the farms to
the affected agencies for execution.
2. Monthly Pragress Report and Neighborhovd Nev�vsIetter
a. The ENGIENER shall submit a progress sehedule after the design contract i� fu11y executed.
T'he schedule shali be updated and submiited to the CITY alongwith monthly progress report as
xeqnired uz�der Attaehsnent B of the coniraat.
b. ENG1.�IEER will prepare a quarterIy newsieiter detail�ng the status of the project for disiribution
to the affected Neighborhood Association. The r�ewsletter will be reviewed and appraved by the
City prior to distributian.
N:1jab�07.1077\misc\09_Exhi.bit A-l.doc EA1�2
PART B- CONSTRUC�ON PLANS AND SPECIF'ICATIONS
i , Conceptual Engineering
i. Surveys for Design
a. ENGINEER will perfozm field surveys to collect k�orizonta� and vertXcal
elevations and other information v�rhich will be r�eeded for use by the
ENGINEER in design and preparation af plans for the project. Infarmation
gathered during the survey shall include topographic data, elevations of all
sanitary and adjacent storm sewers, rim/invert elevatians, location and
buried utilities, structures, and other featuxes relevant ko the fnal plan sheets.
For sewer lines located in a3leys or backyards, ENGINEER will obtain the
follawing:
Obtain permissian �ar surveying through private property.
Locate harizontal and vertical aIignment of utility lines. Tie improverrients,
trees, fences, walls, etc., horiwntally along rear lines in a� approximately
2fl' wide str'tp. Tn addition, locate all rear. house corners and building corners
in backyards.
Profile existing water andlar sewer Iine cente�iine.
Compile base plan from �eld survey data at 1"-ZO' scale.
Ohtain pernaission for surveying through private property. Locate horizontal
and vertical ali�nznent of utility lines. The impravements, trees, £ences,
walls, etc., horizantally along rear Iot iin�s in an approximately ZO' wide
strip. In addition, locate all rear house corners and buildiz�g carners in
backyards. Compile bas� plan frorn feld survey data at 1" = 20' horizontal
and 1" = 2' vertical scale.
When conductin� design �urvey at any location on the project, the
consultant or its sul�consultant sha11 carry readily visible information
identifying the name of the campany and the company representative. All
company vehicles shall also be readily identified.
N:\job\011077\misc\09_Exhi6iC A-l.doc EA1-3
b, Engineer Will Provide The Foliowing Information:
All plans, field nates, plats, maps, legal descrzptions, or other speciiied
dacuments prepared in conjunction with the requested services shall be
provided in a digital format campaiible with the electxanic data collection
and computer aided design and drafting svftware curr�ntly in use by the
CITY Deparanent of Engineering. All text data such as plan and pro�le,
IegaI descriptions, coordinate files, cut sheets, efc., sha11 be provided in the
American Standard Code for Infarmation �anterchange (ASCT� foz-mat, aIl
drawing �les shall be provided in Autocad (DWG or DXF) format
{currently Release 12}, or as otherwise approved 'zn writing by th� CITY,
and all data collected and generated during the course of the project shall
become the praperty of the CITY.
The m.inimum infornoation� ta be provided ix� �he plans shall include the
following;
1. A Praject Control Sheet, showing ALL Conlrol Points, used ar set
while gathering data. Generally on a scale of not less than 1:400:
2. The fallowing information about each Control Point;
a. Identified (Existin� City Monument #890i, PK Nail, 5/8"
Iron Rod)
b. X, 'Y and Z Coardinates, in an identified coordinate
system, and a referred bearing base. Z coordinate on City
Dai�am only.
c. Descr�ptive Location (Ex. Set in the centerline of the inlet
in t�e South curb line af North Side Drive at the East end
of xadius at the Southeast com,er of North Side Drive and
North Main Street}.
3. Coordinates on aIl P.C.'s, P,T.'s, P.I.'s, Manholes, Valves, etc., in
the same coardinate systezn, as the Contral.
4. No less than two horizontal control points, per line or location.
N:\job\D1107�\m�isc�D9_Exhibit A-l.doc EAl-4
5. Bearings given dn a11 praposed centerlines, or baselrnes.
6. Station equations relating utiliti�s ta paving, when appropria�e.
iii. Public Notification and PersannellVehicle Tdazti�cation
P�ior ta conducting design survey, ENGINEER will� notify affected
residents of ihe praject in wc-iting. The noti�cation letter shall ba an
company Ietterhead and shall include the following: praject nanne, limits,
DOE project no., Consultant's praject manager and phone no., sco}ae of
survey work and desig;n survey schedul�. The letter will be reviewed and
appraved by the City prior to disnibutio�n.
When conducting site visits to the proj�ct loaation, the consultant or any nf
its sub-cozasultants sl�all carry readily visible informat�on identifying the
name of the company and tine company represerttative. All campany
vehicles shall also be readily i�entifiable.
iv, Conceptual Engineering Pja� Subuuttal
a. Go�eeptual plans shall be submitted to City 15 working days after
Notice to Proceed Letter is issued.
b. "I'he ENGINEER shall perform conceptual design of'the prvpased
improvements and furnish four (4} copies of the concept
engineering plans which includes layouts, preliminary righ�of
way needs and cost estimates for the ENGINEER's recomrnended
plan. ENGIlVEER s,hall perform remainixzg field surveys required
for final design of sclected route(s). The ENGINEER shall also
evaluate the phasing af the water, sanitary sewer, strect and
drainage work, and sha11 submit such evaluation in writing to the
City as a part of the concept phas� of the project. All design shall
be in conformance with Fort Worth Wafer Department palicy and
procedure for processing water and sewer design. ENGTNEER
shail review �he City's water and sewer master plan and provide a
summary of findings pertaining to the proposed project.
2. Preliminary Engin$ering
Upon approval of Part B, Section 2, ENGINEER will prepare preliminary
constn�etion plans as foll�ows:
N:\jo�a\Qi107'7\misc\09 Exhibit A-1.doc EA1-5
R
�
a. Overall water and/ar sanitary sewer layout sheets and an overall
easennent layout sheet{s).
b. Preliminary project plans and pro�le sheets which show the
following: Proposed water andlor sanitary sewer planlprofile and
recomrraended pipe size, fire hydrants, �vater servic� lizaes and
rneter boxes, gate val�es, isolation valves and aA pertinent
informat�on needed ta construct the project. Legal descrip�ion (Lot
iVos., Block Nos., and Addiiion Names) along with pxoperty
o�vnership sha11 be provided on the p1an �riew.
c. For sewer lines, pipelines schedule for paint repairs, rehahilitatian
and replacement vvill be located on the base sheets prepared from
survey information gathered under Fart B, Sectian 2. Conflicts
shall be resolved where pipelines are to be rehabilitated on th�
same line segment. Base sheets shall reference affected or adjacent
streets. Where apen-cut construction is an#icipated, below and
above ground utilities will be located and shown on the base
sheets.
d. Existrng utilities and utility eas�ments wi11 be shown on the plan
and profile sheets. ENGINEER will caordinate with utility
campanies and the City of F�rt Worth ta determine if any future
improvements are planned that may impact �he project.
e, T%e ENGINEER shall make provisions for reconnecting ali
water and/or wastevvater service lines which connect directly to
any main being replaced, including x�placement of e�isting
service lines tivithin City right-of-way or utility easemen�t. When
the existing alignment of a water and sanitary sewer main or
lateral is changed, provisians will be made in the final plans
and/or specifications by the ENGINEER to relocaie aIl service
lines whieh are connect�d to the existing main and connect said
service lines to the relocated main.
f. The ENGIlVEER will prepare standard and special detai] sheets
for �cvater Iine installation and sevver rehabilitatian or
replacement that axe noi already included in the D-Section of the
City's speci�catians. 1'kiese ma�+ include connection details
between vaxious parts of the project, tunneling details, boring
N:\job\011077\misc\09 Exhibit A-�.doc �Al-6
r
and �ackmg details, waterl�ne relocatians, details unique to the
cor�structzon of the praject, trenchless details, and special service
lateral reconnections.
g. Right-of-Way Research
The ENGINEER �vill conduct prelirninary researck� for availability
of existing easements where open-cut construction or relocation of
existing alignments is probable. Temporary and permanent
easements will be appropriated based on available information and
recommendations will be rnade for approval by the City.
h. Righf-of-waylEasement Preparation and Sabmittal
Preparation and submittal of right of-way, easements and rights-
of-entry wi11 be in canformance vsrith "Submittal of Infarmatian to
Real P�raperty for Acquisitian of Property".
i. IIfility Clearanee Phase
The ENGINEER will consult. with the City's Water Deparnnent,
Department of Engiu�eering, and oth�r CITY departments, public
utilities, grivate utiliiies, private utilities and government agencies
ta determine the approxirriake locafiian of ahove and underground
utilities, and other �acilities that have an impact or influence on the
project.
ENGINEER will design City facilities to avaid or minimize
conflicts with �xisting utiiities.
'The ENGIN.�ER shall deliver a minimurn of I3 sets of approved
prelirnit�,ary aonstruction plans to ihe Cit�s Uti�ziy Caordinator for
forwarding ta all utility carrzpanies, whick� have facilities within the
lzmits of the project.
�. Preliminary canstrnction pla� s�t�mittal
i. Preliminary plans and specifications shall be submztted to
Ciry w�ithin 15 warking days after approval af Part B,
�ection 2.
N:\job\011077\misc\09 Exhi.bit A-1.tEoc EAl—'7
ii. The ENGINEER shall deliver two (2) sets of preliminary
aanst�ruuction plans and twa {2) sets of specifcatians and
con�ract docurnents to CITY for review. �enerally, plan
sheets shall be organized as fa�Iows:
Co�er Sheet
Easement layout {if applicable)
Plan & Prafile Sheets
Standard Canstructian Details
Special Deiails (I:f �pplicable)
iii. The ENGINEER shalI submit a preliminary estimate of
prnl�able canstruction cost �ith the preliminary plans
submitted. ENGINEER shall assist City in selecting the
feasible and/or econarnical solutions io be pursued.
k. Review Meeti�gs with City
The ENG�]EER sha11 naeet with CITY to discuss review comments
for preliminary submittal. The CITY shall direct the ENGINEER in
writing to praceed with Final Design fnr Final Review.
1. Public Meeting
After the preliminary plans have been reviewed and approved by the
City, ENGINEER shall preparc exhibits along with an invitatian letter
and attend public rneeting to help explain the proposed project to
residents. The CI'I'Y shall mail the invitation letters.
3. Fival Engineering Plan Subr�iittal
a. Final Construction Documents shall be submitted to CITY within 15 working
days after approval of Part B, Section, 4.
�Qllowing CIT`Y approval of the r�commended improvements, tk�e ENGINEER
shall prepare final plans and specifications and con�ract uments to CITY {each
sheet shall be stamped, dated, and signed by the ENGINEE�} and submit two {2)
sets of plans and construction contract documents within 15 days oi CITY's final
apgroval. Plan sets shall be used f�r Part C activzties.
b. ENGINEER's Estimate af Proba�ale Construction Cost
N:�job\D1107'l\misc\09 Exhibit A-1.doc EAl-8
The ENGINEER shall submit a final estimate af probable construction cost witn
the finaI plans sul�mitted. �
PART C - PRE-CONSTRLTCTION ASSISTANCE
Administration
a. Deliver Bid Documents
The ENGINEER wilj make available for bidding, upon request by khe CITY, up to forty
(4D) sets of tha final approved and dated plans and speci�ications and contract documents
for the projects to the CITY far distribution to potential bidders. Proposal wiIl be delivered
in electronic forrnat.
b. Bidding Assistance
The ENGINEEl� shall assist the CITY during phase including preparation and delivery af
addenda to plan holders and responses to questions submitted to the DQE by prosp�ctive
bidders. Engineer shall attend the scheduled pro-bid canference.
The ENGINEER sha11 assist in reviewing the hids iar con:�pleteness and accuraay. 1he
ENGINEER shall attend the projeet bid opening develop bid tabulationsin hard oopy and
electranic format and submit four (4) copies af the bid tabulation.
c. Assistance During Constructian
The ENGINEER shall attend the pre-construction conference for the project. 'The
ENGINEER sha11 alsa consult with and advise the CiTY on design and/or construction
changes, ifnecessary.
PART D — CONSTRUCTION STAKIl�TG (OPTLONAL}
ENC`rINEER if directed by the City, t�ri1l set control points {i,e, tie sutvey to permanent monument such as
TPW monuments andlor praperty corr�ers, one lacation each at beginr�ing and end of project) far the project,
establisl� a minimum af t�rQ bench marks per plan sheet (laench marks shall be located adjacent ta project}
and also provide the fallovving construction staking services:
1. SAN.CTARY SEWEIZ STAKING. Provic�e an offset stake at 50' inter�vals (25' intervals in curves
N:\jok�\011077\misc\09_Exhibit A-l.doc EAl-9
if required} and at prapased manholes, paints of curve, points of tangent, and at all horizontal of
vertical angle points, with a cut to f�ow line and a cutiisll ta top af proposed manholes. Provide
centerline elevation at SO' intervals. Pravide location of proposed services for construction purposes
and for as-built purposes. In case the proposed SS line will be construci�d in a location other than
the existing line, services will be located by two options: the TV aption which pro�ides a log repart
of service locatians or by locatin� the exisCing service at the fime of construction. Stake easemen.ts
and properiy lines where applicable. Line and grade shall be set to a tolerance of -��- 0.01 ft.
Z. WATER STAKING: Pravide an offset stake at 50' intervals (25' intervals in curves if required)
and at vaives, tees, and at all horizontal or ve�rtical angle points with a cut ta top of pipe ar flow line
of pipe (dependin� on the prop�sed size). Provide centerline elevation at 50' intervals. Provide a
location of proposed serviccs far constructian purposes and £or a�built purposes. Provide-affsei
Iocation and grade stakes for proposed fire hydrants and water meters with a cutlfill to the proposed
top of curb. Stake easements and property lines where applicable. Provide property ties to all valves,
hydrants, tees, horizontal ar vertical hends and other appurtenances. Line and grade shall be set ta a
tolerance of+/- O.Olft.
3. ��AS STAKED" RECORD OF THE CONSTRUCTION: Throughout the process of all
canstruction, locate and recard anything that does not confornta with the construction plans. A
drawing of the proj ect lavaut with dimensions and a coordinate list must be submitted.
A copy of sample field notes that must be provzded is attached. The field notes must include the
%llowing inforznation:
a. For sanitary sevver mains, laterals and sewer services;
Pipe size and type, percen� of grade of sewer laterals, manhole locati�ns, ties to property
line including north/south and eastlwest lines, P.C.'s, P.T.'s or P.R.C.'s, top af ground
elevation and flowline elevation of each station number referenced. Cut ar�d fill
documentatian. Property ties td all locations.
b. Fox water lines;
Pipe si.ze and type, its location in the street along with ties to property lines and a water
intersection sketch. Cut and fill documentation. Property ties to all service locations.
4. COORDINATiON W.ITH CITY INSPECTORICONTRACTOR: Engineer's surveyor is
expected to work with coniractor ta provide any special requests contractor may have providing
the scope of work described abov� is not exceeded. It is �xpected that a few stak�s will be
lrnocked out dur�ng dirt work. Provi,ding that the number of disturbed stakes is minor, the
N:\jol�\Oi1077\misc\09_Exhibit A-l.doc EA7.-10
Engineer's surveyor sha11 replace these stakes at no extra cost. Ii addational ma�or restaking is
required, the consulting engineer's surveyor, shall provide the additianal work at an haurly rate
of $ 100.Up per hour for a 2-tnan field crew. Major restaking may be required if a
sul�stantial number of the initial stakes are knocked down as a result of the contractor's activzty
and �here are not enough stakes left to construct the project. 'I'he contractor shall be responsible
for paying the consulting en.gineer for this additional �vork. The City inspector assigned to the
pro3ect shall be responsible for determin�ing what constitutes minor and major restaking.
5. INCIDENTAL PR�-CONS'i'RUCTION ST1�.IdNN'G: Right-af-way flagging, ba�k of curb
location, curb radii (to determine pale Iocation} for utiliy clearance.
6. SPECIAL CONDITIONS:
a. The City Inspector assigned to the project shall oversee all construction staking activity. All
documentation including field notes, cu� and/ox fill notes, grades, "as staked" inf�rmatinn
etc., shall be provided to the City inspector and shall be sealed and signed by a surveyar
licerzsed in the State of Texas.
b. The Engineer's Sutveyor shaIl attend the pr�construction conference.
c. The Engineer's Surveyar shall meet with City Inspector and Contractor to coordinate
surveying schedule and needs prior to beginning �vork.
d. The Engineer's Surveyor shall stake each utility separat�ly and at diffezent tixnes with
sanitary sewer first, water second, storm drain tkur� and roadway construetion fourth and
shall provide enough construction staking informaiion so that the projects ean be
constructect as designed.
e. A rnember of Engineer's firm familiar with praject shall be available at al tir�es to
immediately respond to questians from the field. City inspectar shail be responsible far all
field coordination.
N:\job\O11D77\misc\09_Exhibit A-l.dp� EA1-�.l
ATT�►�b�A�N� �
CO�IYPEIVS��I�N AND SCH��UL�
30" Saniiary 5ewer Relocation
M-397 from Sta. 16Q¢13 to 183�°4�.80
Water Project IVo. �'S�8�Q705801 ��fiBO
D.O.�. f11a. 3��2
l. Compensaiion
a. The ENGINEER shali be corr�pensated a total lump sum fee of $38,000.00 as
summarized on Exhibit "B-3". Payment of the total lump sum fee shall be
consider�d full compensatian for the services described in Attac�rnent "A" and
Exhibit "A 1" for all labor, materials, supplies and equipmert necessary to complete
the project.
b, The ENGINEER sh�ll �e paid in four partial payments as d�scrit�ed in Exhibit "B-1"
u�on receipt af faur indi�idual in�oices from the Engineer. In this regard, the
Engineer shafl submit invoices for four partial payments as ciescribed in Exhibit "B-1"
Section 1-Method af Payment, ltems a to d. �
Each invaice is to be verified as t� its accuracy ar�d comp[iance with the termsof this
contract by+ an off9cer of the Engineer. .
Each invoice is to be verified as to its aceuracy and compliance �rvith the termsof this
contract by an officer af the ENGINEER.
Schedule
a. Final plans shali be submitted witin seventy (70) calendar days after the "Notice ta
Proceed" letter is issued.
IV:WOB10ii0771RPT101 1 07 761.R02 B � � �
EXH1�3f� Bo1
(SUPPL�IV��NT i0 A��►CHflIi�RlT "�")
30" Sanitary Sewer Relocation
fl1f�391 from 5�a. 16a�13 40 183+Q�8.84
1d11aiter �rojecfi f�o. �5�8�0705�01��66Q
�.O.F. iVo. 3���
Methad of Payment:
The Engineer shall be paid in four (4) partial payments as owtlined below:
PartEal Payment lVo. 1, which shall be equivalent ka 4�% of the total lump sum fee, shall be
�ayable after City approval of Exhibit "A-1 ", Part A, 5ection 2, Conceptuai Design Summary
Repart.
Partial Pay�nent No. 2, which shall be equivalent to 75% of the total lump sum fee, less previous
payments, sha11 be payabae after City appro�al of �xhibif "A-�", Part B, 5ectian 1 h, pretiminary
submittal to City.
Partial Payment No. 3, wfi�ich shall be equivalenk to 90% of the total fump sum fee, less any
previous payments, shalf be payable after City approva) of �xhibit "A-1 ", Part B, Section 2a, Final
Constructian Documents.
Partial Payment No. 4, which shall represent the balanc� af amines, less previous payments,
shall be payable after all of the pre-constructian meetings fo� the Project to have been conducted.
Progress Reporks
A. The �ngineer shall submit to the designated repres�ntative of the Dlrectar of the
DePartment af Engineering monthly progress reports coveri�g all phases ofi design by fhe
15th of every month in the format r�quired by th� City.
B. If the �ngineer determines in ihe caurse of mafc9ng design drawings and specifications
that the opinion of probab�e cost of $�53, �89.00 (as estimated in Exhibit "B-3", 'B-3A" and
"B-3B"} will be exceeded, whether by change in the scope of the project, increased cost
or other conditions, fY�e Engineer shall immediately repart such fact to the City's Director
of the pa�artment of �ngineering and, if so instructed by ihe Direcior of the Department
af Eng�neering shall suspend all work hereunder.
I�I:IJOB19717291RP719 7 1 72 9 0'f.R01 S"2 ���
EXHIBIT B-�
(SUPPLEM�NT iD ATTACHMENT "B")
HOIJRLY SA�AFtY COST RA�IC�
30" Sanitary Sewer Fielocation
M-391 from Sta. 16��13 ta'�83+48.8Q
Water Project No. PS58-070a8(i1�56fi0
' Averag� Hvurly Salary , Hourly Sa�ary Range
Princl�al
Associate Principal
Associate
Branch Manager
Senior Project Mariager
Projecf Manager
Senior Englneer
�ngineer fl
�ngineer I
5enior Env[ror�mantal Scientist
Enviranmental Scientist
5enlor Cansultant
Fielci Representative
Consultant
Senior Architect
Interior i?esigner l
Architect II
Architect I
Senior Planner
Planner II
Planner l
Geolog9st
Gf5 Specialist
GIS Manager
Survey Manager
Registered f'ublic Surveyor
Survey Crew Chief
Survey Project Manager
Survey CADD Liaison
Survey Technician
CAbD System Manager
iVetwork Administrator
Party Chief II
Pariy Chief 1
Instrumentman II
Instrumanfman 1
Estimator
Rodman
l,ead Designer
Senior Designer
Designer
CADD Operator
CADD Drafier
Camputer Systems Manager
Chief Draf#er
Senior Drafter
Drafter
Word f'rocessor/Secretary
$59.46
49.26
46.83
48.88
38.48
31.05
3� .32
26.81
20.11
26.44
16.23
33.47
20.63
24.�4
31.42
13.70
23.3�t
'I 7.94
25.68
19.11
17.13
18.86
15.39
28.85
3Q.96
25.00
2D.40
25.10
23.50
16.27
3� .25
2D.27
'{ 8,71
13.46
10.59
�o.a�
30.54
6.40
23.61
21.44
17.96
9 4.09
14.78
26.59
13.91
38.i1
14.b5
14.15
$37.50
42.�'f
23.56
46.00
27.4D
19.41
23.73
17.79
12.84
25_48
16.23
31.49
16.Q0
21.9 5
24.28
13.70
1923
12.fl0
z�.oa
15.60
71.55
7 9.86
15.39
28.85
26.76
25.0�
20.40
19.23
23.50
'f 0.50
28,85
14.42
15.75
i.30
9.D0
�.�a
3Q.5�
6.04
7 6.59
') 3.46
13.00
9.79
s.oa
23.08
9.D0
13.83
8,35
11,54
98.58
64.9Q
64.90
52.50
50.00
65.00
44.7 Q
41.35
42.79
27.4Q
16.23
35.1 D
25.00
27.89
40.87
13.70
30.00
29.33
27.89
24.04
24.86
'f 9.86
15.39
28.85
33.65
25.00
20.40
29.81
23.50
Zz.so
33.85
21.15
26.25
2d.00
16.30
14.50
30.50
7.15
34.77
27.88
25.24
19A0
zs.00
32.69
9 8.82
2�.�a
19.85
17.4p
N:1JOB19717291RP7197172901.R01 g_� �2}
9. Autamohile Mileage
2. FAX Cost
3. Reproduction
4. Plottir�g
5. Courier Charges
6. Postage
7. Telephone
R�IMBURSABL� �XPENS�S
34.5¢Imile
$1.00lpage
Produced in-house at commercial rakes
Cobr - $12.5�
BIW - $5.04
Actual Cost
Actual Cost
Actual Cost
N:1J OB1011 Q771F2PT1011 Q7701. F�02 B-2 (3 }
�XHIBIT B-3
(SUPPL�M�NT TO ATiACHMENT "B'°)
Scooe of Servic�s
A. Construction bocurnents
�. Surveying
C. Reproduction
RROJECi F�� COST Sl]MMARY
30" Sanitary 5ewer Relocation
M-393 from 5ta. 160+�3 to 1�3�48.80
Wate�r Project No. PS�S-D7058�1�'�660
ee
�27,oao.00
$9,0OO.�fl
$2,aoo.00
MIWBE %
o�i�
100°10
� °�a
Pr000sed MM1BE
Subconsultants
ANA Consultants, L.L.C.
N:�.lOB10110771RPT10150774�.R02
Ser�ices
Surveying & Easemenfs
Fees
$9,000.00
B-3(1)
i
� 0��077.0�0
�r.n�a�rFR & �URGESS, �N�.
77'� iilllAlN SiR��7, 1��RT 'WnR_�'M, '��xAS ;���102
P�-ION� NO. (817'} �3s-�000 C.+!' MA�ro �'$1i1 i1�9-i7170
�XHIBI'C �a4
�571MATE� CON57RiJC�'lON COST
30"' SANIFARY SEWER R�LOCATIOI�
M-391 FROM 5TA 160+13 TO 183�48.8fl
WATER PROJECY NO. P558-07058017�680
ITEM# DE5CRIPTI4N
1 30" D1A. PIPE BY OP��1 CU7 AI�L DEPTHS
2 30" DIA. CL. 51 D1P BY OPEN CIJT ALL DEPTNS
3 34" DIA. CL. S1 DIP BY BOR� W154" CASI�fG PIPE
4 5' QIA MANHOLE
5 ADDITIONAL ��P7H FOR 5' DIA. MH COVER
6 CONCRETE �NCASEM�NT
I 7 WATERTIGHT MANHOl�E INSERTS
S CONCRETE MANHOLE COLLAR
9 VACUUM T�ST MANHO�E .
10 TREI�CH SAFETY SYSTEM
19 N II�SPECTION (POST-CONSTRUCTION
12 REMOVE EXISTING SS MANFiOLE
13 ROCK RIP RAP
14 NATIVE GRASS S��DING
I 15 ER0510N CON7ROL
f 16 CUT & PLUG EXiS�ING SS
� 17 CRUSii�D LIMESTONE
QTY
5A�0
1,620
240.Q
8
70
10D
$
8
9
2,z7a
2,400
3
100
4,OQ0
1
50
ur�ir
L.F.
L.F.
L.F.
EA
V.F'.
L.F.
EA
�A
�A
L.S.
L.F.
EA
C.Y.
S.Y.
L.S.
EA
C.Y.
S l! BTOTAL
'[0% CONTINGENCY
T07AL
PR1C�
$75.40
125.00
375.OD
3,004.Q0
� 50.00
60.00
175.Q0
250.00
150.00
2,00
1.50
1,50p.00
100.00
1.00
8,040.OQ
300.04
�a.ao
AMOl1NT
$ao,sao.00
202,5DqA0
90,0�0,00
24,OOQ.00
10,5QD.00
6,00�.00
1,4p0.00
2,000.4fl
1,350.40
4,540,00
3,600.00
4,500.00
9 0,000.00
4,000.00
5,Oa0.Od
soa.00
1,500.00
$451,99D.00 �
$41,199.Od �
$453,189.OD i
Page 1 of 1
AT7'ACHMEhtT "C"
AM�NDMEtVTS 70 ARiICLES IV, V, A�iD Vl
No�re Required
C-1
DESCR[PTION
Research/Alignment Study
�11/92l01 - 191'E6104
�
Design Survey
1 9119101 -1 'f 120101
Design
1 'f 126/01 - 12l0710'{
i
ReviewlFina! comments
i2110J09 - 72/14/01
Easement Preparationlprocessing
11126l01 - 02/04/02
Ad�ertising for Bidding
92l17/0'! - 116102
�ward of Contract
01I07IO2 - 42/04/02
Construction
� 02l041�2 - 4126I�2
EXHIBIT D
30" SANITARY SEWER REI�OCATION
M-391 FROM STA 160+13 TO 153-�48.80
SEWER PROJECT 1��. PS58-{i70580175660
NOV �EG JAN
11/12 i 1116
�
1917 �+ 11130
7'1I�ti 1?J7
�
ir17� Z2/14
�
11 i26
21�4
214
FEB MAR APR �
2i4 4126
- - . i � -s,
. � -1 � � _ �_.
� - � �.i - �, '� �
, i __ , � �
� � C � �' �
�� HARMON ��y9 � \
a-� � .�. .� �
`� as� `— � �
�. �
� � y/ ;
. _
� ' .
.`
�� �
�
` �
�
�� l
�� 1 �
f�
� . �
� ' �
i �
� � S
I � � �
I �
I
l i� I
4'� I
I; �
�r� 4
i�
, `
1 \
r �
1 �
'' �'� ���a��� � � � \ I �
� �4CA�'I�1� 1 'a .� �r � {
1
� �)
0
BA I LEY - B05WELL 1 s'��i
� ,�l
\��
�
�� � j
s��°o� �. j
STR�A UNIdN �
'� y t VICTORIA
,�c. ' 1,� y � STAT j ON
'�.�' 1�ap T,S, �',c �-- �
. G�` p.� "9 �'�i(, .a
P s� �c�, �aSSWOp� � �
� ���
� Ve. �:�
a � 4�
� �
� � � qVER�aN
$ CE(]A
= Y � � � ANYO
�� V �:
A
� ' C`
o , y,
� o + � ���q"�
ng„; �\
' . � v l
� n ! o
�s°�
0
.; �. o � —
� � a
r
� Q + �
`�
I
I
rJ
cu o
�4�
4
�
� � � ti�
J�WATALIGA � \J
GLOBE �1 +
� � _
z ��-� �
� GLEN L
4 CORR I �l �"
� FAGAN ` `
4 1 _
� ¢ � Z �n��'�'�� � �
3� 0. Y CAftTER & BURGE55, INC.
i o a z 777 MAIN SiREET
� � � = FORT WORIH� T% 78102
7 W G ��
il Q J m
r V m O
L V1 �- �
�G
,�
WESTERN CEN7ER _ ___
i �
���,
�'
4_
w
�
.
LEGEI�D:
�.QCAT I ON OF
—'1MPROVEMENTS
MAIIV M-391
5�1�lIiARY S�IN�R IAAPROV�AAEIJTS
�ROJ�Ci I�Q P558-0705�Oi7�b60
3�1M
�r
Z87
��
1 �
1 �
l 1
1
�,�14 �
� �
, 1
� Iti
� I�,
s
1
�
�
A1iACFiM�fvi �
PRO���;Y ��GA�101� MAP
(NOi i� SCAL�}
�
Ciiy o��o�t �o�th, T'e�cas
���� �r�� ��ur��I �������c��;��
DATE � REFER�NC� NUMBER LOG NAM� PAGE
1�Ifi101 **��� $$2� 30CART 1 of i
SUBJECT ENGINEERING AGREEMENT WiTH CARTER & BURGESS, INC. FOR SANITARY
SEWER MAIN M-391 REPLACEMENT FROM STATION 160�-13 TO STAT�ON
1 s4�4s.8a
REC�MMENDATION:
!t is recommer�ded that #he City Council authorize #he City Manager to execute an engineering
agre�ment with Carter & Burgess, Inc. for a fee not to exceed $38,000 to prepare pfans and
specifications for sanitary sewer Main M-391 replacement from Siation 160+� 3 to 5#a#ion 18��48.8D.
D[SCUSSIDN:
ln order to pro�ide adequate sanitary sewer capacity ta accommodate increased sewage flows from
proposed and future dev�lapment within an area focated west of IH35W and south of Bailey-Bosw�ll
Road, it is necessary to replace a 2,400-�oot, 12-inch segment of ex9sting sewer Main M-391 with a 30-
inch diamet�r pipe.
The engineering services to be perfarmed under this con#ract consist of fhe preparation of plans and
sp�cifications for ti�e replacement of 2,�400 feet o� sewer Main M-391. Carter & Burgess, Inc. proposes
to pertorm the design work for a lump sum fee o# .$38,000. Staff considers th9s fee to be fair and
reasonable for the scope of services proposed.
In addition fa the contracf amount, $2,000 is required fo� project management by the Engineering
Department.
Ca�er & Burgess, Inc. is in compEiance with the City's MIWBE Ordinance by committing to 24% MIWBE
participation. The City's goal on this project is 20%.
T�e property is lacated in CUUNCIL DISTRICT 2, Mapsco 35G and H.
FISCAL INFORMATIONICERTIFICATI4N:
The Finance Director certifies that funds are available in the current capital budget, as apprapriated, of
the Sewer Capital Project Fund.
MG:k
Suhmitted for City Manager's
Oi'fice by:
Mike Groomer
Origtnating Department Head:
l�ouglas Rademaicer
Additional Informafion Contact:
61�10
I FUND f ACCUUNT � CEN'rER � AMOUNT
� (to} -
1
�
I (fram)
� P558 531200 07058a175660 $38,�D0.00
CiTY SECRETARY
APP�QV��
c��rY cou�ct�
��� � ��
fiS57
Douglas Rademaker 6157
�� ���
Citq ��tarp �[ t�o
Citg of Fort WorRh,'�a�
Ci��r r� f �or�� ��r����l�, C'��xc�.��
���r�� �n� ����c�� ���n�������ar�
C�ATr_ R�FE�:f���r, .r f�1_,rrf�FR — �oG fv�fv�� PA��
�, � ����� **��� s��� �o���T 1 1 �� �
s�a��c-r EN�If���R�N� A�RF�NI��}T WITH �ARTCR � BUF��E��, I�1�, ��f� �Af�l1`AR1�
���+V�R f�1P�!!� N1-391 F���L�,��NI�NT ���Nl �TATMC}N �60��� T� ���Tf�1V
� ���48.8A
R��f�kV1�+lE�J �A�TI DN:
i# is r�r.omrnor�ci�d ti7a� lhe �i��+ �auncil au�Y�o�-izc� [he �ik}� f��r��ger �o ��c�cui� an engineerir��
��r�err��nl wltl� �art�r ��urg�s�, l��, for � f�e r��t t� �xc�ed �38,�OQ ta prepar� plans ar�d
�pec�fica#ians f�r sanitary sew�r Niain �I-��� r�p�acern�n# from �takion �5���1 � t� �#�tior� 184�QS.8�.
Dl��l.l��l��l:
In ord�r ko prc�v�de adequate sanitary ��wer capacity t� a�c�mrt��dat� in�r�easac� sewa�� fl�ws �rom
pr�pos�tl and fulure dev�Eop�-nenk will�in a� area I�ca#�d we�l o� 1��51N a�d souih �f �ail�y-�asweGl
f2oad, i� �� n�ceSs�r�+ #o r��l���r ��,400�f��1, ���inch �e�menl o� existang sewer Nlair� PI{�-��1 wi�h a��-
�r��� di�me��r pi��,
The engin�ering �ervices t� �e �erfo�med �r�der ti�is contr�.�t �onsi�t �f khe �r�p��atRor� of ��ar�s and
��e�ific�ti��� for k�e fe�la��mer�t �� �,4�U fe�t �� s�vt+�f Nl�in f�+1-��1. ��r�er ��ur��s�, In�_ propos��
to p��Forrr� #h� �esign w�fk� far a lump s�m fe� af ��8,000, ��aff �or���der� khis fee to �e fair and
r�a�onabEe for th� �c��� �f �er���es pro�osed,
kn �,dditi�n to th� �:ontr�ct �r�-r���nt, �2,��0 l� r�quire� �or project rr�ana�ernen# �y �he Enginc�r�nc�
D�partment,
�arter � Bu�g��s, Inc, Es in compliance wwth th� �ity"S MNUB� ��C�R1�2.f1CB �]f C�f�iEl-klt�klZ� �� ��°�o MIWB�
par��cipak�oe�, The �ik�'s gaal ar� ihis projec[ is ��°fo.
T�e pr�perty i� €o�ated in ���J�3�1L �E�TF�I��` �, M��sc� 3�� �nd N,
FI���l� INF�F2f1�A�lOiV���R�'I�I��ilO�l:
Th� FJn�n�� [}ir��tor c�r#tfies #hat fu�ds �e� avallabl� ir� ki�� curf�nt c�p�tak b��g��, as apprvpri�,�ed. ��
t�c� ��w�r �a�ai#al Prc�j�c! ��and.
I t�C�'A'�
Subrn�rtcd I'ar City 14�aiaagcr's
Of�iri It}�:
Mike �r�r,Frnr�
Origina�i�sg Depar�ati�e�Mt FIrK[i:
C]ose�lus ftadr.n�ni�sr
i Acldiliffn�3 lnfnrm�[�on [�_untncr;
fJnuglas Itademuk�r
[��;:�n � ,���c•cxt�v�r
(�a�
01 �sl
�
fi157 I {!'r�m)
P��� �3920Ci
{� I 5 7 � �
('F:��iT€�:R I AM1if}1�ftiT
�
070i8�175fi60 �3�.440,0�
�
{������ .r4r,{����.���r����
��������w�
��i�� ������L
���� � �{��
�� �� �
(';;e� 6.�i o� #�w
i
t�i#p �f �orr War�. T��szi1