HomeMy WebLinkAboutContract 27255CITY O� �ORi V�lO�i�'�f, T�XAS
SiANDaRD AGR��fiIII�N7 �UR ENGIAIEER[NG SERVIC�S
This AGREEMENT is between the City of Fart Worth (the "CITY"), and Turner Collie &
Braden Inc. (the "ENGINEER"}, for a PROJECT generakiy described as: 5outh Sho�e Wateriine
Improvements.
Article I
5cope of Services
A. The Scope of Services is set forth in Attachment A.
Article II
Compensation
�IiY S��R�i��Y � - -
� ;ON��ACT N� .
A. The ENGIN�ER's compensation is set farth in AttacY�ment B.
Article lll
Terms of Payment
Payments to the ENGlNEER wifl be made as follows:
A. invaice and Payment
(1) The Engin�er shall �rovide the City sufficient documentatian to reasonably
substantiate ihe invoices.
(2) Manthly invoices will be
under this AGREEMENT
rec�ipt.
issued by the ENGINEER for all work pe�formed
. Invoices are due and payable within 30 days of
{3) Upon completion of ser�ices enumerated ir� Article i, the final paym�nt of
any �alance wi[I be cfue within 3Q days of receipt of the �nal invoice.
(4} In the event of a disputed ar contested billing, anly that portion so
contested will be withheld firom payment, and the undisputed portion wil[ �e
paid, The CiTY will exercise reasonabl�ness in coniesting any biEl or
portian thereof. No interest will acerue on any cantested pottion of the
bi{ling until mu#uaily resol�e�.
{5) If the C1TY fails to make payment in full to �NGIN�ER for billings
contested in good faith wifhin 6a days of the amount due, the ENGINEER
may, after giving se�en (7) days written notice to the CITY, suspend
services under this AGREEM�NT until paid in full, including interest. In the
event of suspensior� of services, the ENGIN�ER shall have no liability to
the CITY for delays or damages caused the CiTY because of such
suspension af ser�ices.
-1-
��l���C�6�1d �C���
L�� �����
,�� �y��� ��
� � .=o ��_
art«i� iv
Obligatians of the �ngineer
Amendments to Article N, �f any, are inciud�d in Attachment C.
�. GeneYal
The ENGINEER will serve as the CITY's professianai engineering representative
under this Agreement, praviding praf�ssionaf engineering consultatian and advice
and furnishing customary services incidental fhereto.
�. Standard og Caee
The sfandard of care applicable to the ENG{NEER's services will be the degree of
skiN and diligenr,e normafly employed in the 5tate of Texas by professional
engineers ar consulfants performing the same or similar services at the time such
services are perFormed.
C. S�bsufface lnvestigafions
(9) The ENGfNEER 5hall advise the CITI' with regard to the necessiky for
subcont�act wark such as special surveys, tests, t�st borings, or other
s�hsurface in�estigatiQns in connection with design and engineering warlc
to be pertormed hereunder. The ENGlNEER shafl also ad�ise ihe CkTY
conceming t�e results af sarne. Such surv�ys, tests, and inuestigations
shall be furnished by the CITY, unless otherwise specified in Attachmer�t A.
(2} In soils, foundatian, groundwater, and other subsurtace in�es#igations, the
actual characteristics may vary significantly between succ�ssive test paints
and sample inter�als and at locatians other than where observations,
exploration, and investigations have been made. Because of the inherent
ur�certainties in su�surface e�alua#ions, changed or unanfici�afed
underground conditions may occur that could affec� the total PROJ�CT
cast andlor execution. These cond�tions and costlexecution effects are not
the r�sponsi�ility of the ENGINEER.
�. Pr�pa�ation of �ngin�e�ing D�awings
The ENGINEER wi�l provide to the CITY t�e original drawings of all plans in ink an
reproducible plastic film sheets, or as otherwise approved by CITY, which shall
become the property of the CITY. CITY may us� s�ch drawings in any manner it
desires; �rovided, fi�awever, thaf the ENGINEER shall not be liable for the use of
such drawings for any project other than the PROJECT described herein.
_2_
E. Engin�er's Pe�sonnel at Constpuction Site
(1) The presence or duties of the ENGINEER's personnef at a construction
site, whether as ar�-site representatives or otherwise, do not make the
ENGENEER ar its persannel in any way responsibl� for those duties that
belong to the GITY andlor the CiTY's construction contrac#ars or other
entities, and do noi relieve the construciion contract�rs or any other entity
of their obligations, duties, and responsibilities, includir�g, �ut na# fimited to,
alf constructian me#hods, means, techniques, sequences, and ��ocedures
necessary for coordinaiing and complefiing all partions of the constrtaction
work in accordance with the Confract Docum�nts and any heafih or safEty
precautiar�s required by such construction wark. The ENGINEER and its
persannal have no autt�arity to exercise any controi a��r any canstruction
contract�r or other en#ity ar their employees in canrtection with th�ir work or
ar�y health or safety precautions,
{2) Excep# to th� extent nf speci#ic site visits expressly detailed and set forth in
Atkachment A, the ENGINEER ar its Qersonnel shall ha�e no obligation or
respansibifity ta visit #�e consiruction site to become familiar with the
progress or quality of the camplefed work on the PROJECT or fo
determine, ir� gene�al, i� the work on ihe PROJECT i� being perFormed in a
manner indicating that #he PROJECT, when compieted, will be in
accordance wi�h the Contract Documer�ts, nor shall anything in the
Cantract Documents or the agreemen# between C[TY and ENGINEER be
construed as requiring ENGINEER ta mak� exhaus#ive or continuo�s on-
site inspections ta discover latent defects in the work or otherwise check
the qualiiy o�- quantity of the work on the PRO,�ECT. if, %r any reason, the
ENG{NEER shouid make an �n-site observation(s), on fhe basis of such
on-site observations, if any, the ENGINEER shall endeavor ta #ceep fhe
CITY i�farmed of any deviation from the Cantract Documenfs coming to the
actual notice af ENGINEER regarding the PROJECT.
(3) W'l�en prafessional certi�ication of pertormance ar characterisfics flf
materiais, syst�ms or equipment is reasona�ly required to p�rtorrn the
services set forth in the 5cape of Services, the ENGINEER shatl be ent'rilec�
to rely upon such certiFcatian ta establish materials, systems or equipment
and �e�fiarma�ce criteria to be requirecf in the Con�ract Dacuments.
F. Opinions af Prohabte Casf, I�inancial �ons�derations, and Sct�edu��s
(1) The ENGINEER shafl provide opinians af probable costs based on the
current a�ailable in#ar�nation at tt�e time af preparation, in acc�rdance with
Attac�ment A,
{2} In prauiding ap�nions af cost, financia! analyses, economic feasibility
pro�ections, and schedules for th� PROJECT, ihe ENGINEER has no
control o�er cost or price of iabar and materials; unknown or 1at�nt
, conditions of existing equipment or structures that may affe�# operation or
maintenance casts; competitive bidding pracedures and market conditia�s;
time or qualify af performance �y third par#ies; q�ality, type, management,
-3--
or direct�on of operating persannel; and nther economic and nperational
factors #hat may materEa!!y affect th� ultimate PR�JECT cost or sched�le_
Ther�fore, ihe ENGINEER makes no vvarranty that the C1TY's actual
PROJECT eas#s, financial aspects, economic feasibility, or schedules will
nat �ary from tF�e ENGINEER's opinions, analyses, projecfions, or
estimates.
�. Constpuction Progfess Payments
Recommendations by the ENGINEER to t�e CITY for periodic construction
progress payments to t1�e const�uction contrac#or will be based on the
ENGINEER's knowledge, informatian, and belief from selecfive sampling and
abs�rvafian thai th� work has pragressed to the point indicated. SUch
recommendations do no# represent that continuous or detailed examinations have
besn made by the ENGINEER �o ascertain that the co�struction contractor has
completed the wark i� exact accarda�ce with the Cantract Dacuments; that the
fmaE woEk will 6e acceptable �n alf respecfs; that the ENGINEER has rnade an
examination to ascertain how or far w�at pu�pas� the construction confractor has
used the mor�eys paid; that title �o any of the wark, materiaEs, ar equipment has
passed �a the CITY free and clear of liens, claims, s�curity interests, �r
encumbrances; or that there are not other maf��rs at issue between the C1TY and
tF�e construction contractor that affect the amount that should be paid.
H. Record Draw'rngs
Record drawings, if required, wifl �� prepared, in part, on #he basis of information
compiled and furnishad by others, and may not always represent the exact
location, type of various components, or exact manner in which th� PROJ�CT was
fnaEly constructed. The ENGINEER is not respansible for any errors or amissions
in ihe information from others that is incorporated into the recard drawings.
I. 11�inorifiy and �domar� �usiness Enterpr�ise (�iilF.�d��j par�icipafion
In accord witF� City of Fort Worth Ordinance No. 11923, the City has goals for the
participation of mir�arity business enterprises and woman business enterprises in
City cantracts. Engir�eer acknowledges the MIIIVgE goal estab[ished � for this
contract and iis commifinent to meet that goal. Any misrepresentation af facts
(othsr than a neglig�nt mi5representation} andlor the commission af fraud by the
Engineer may result in the termination of this agr�ement and debarment from
participating i� City contrac�s for a period of tEme of not less than three (3) years.
J. Ftight to Audit
(�) ENGINEER agrees that the GITY sha!!, until the �xpiration of tt�ree (3)
years after fina� payment under this contract, have access #o and the right
to examine and photocapy any directly pertinent baoks, doeuments, papers
and records o� the ENGINEER involving transacti�ns relating to this
contract. ENGiNEER agrees that the CITY shall have access du�ing
`, normal wor�Cing hours to all necessary ENGINEER facilities and shall be
provid�d adequate and appropria#e work spac� in order ta conduct audits
-4-
in compliance with the provisions of this sec�ian. The CITY shall giva
ENG{NEER reasonable advanc� notice of intended audits.
(2� ENGINEER further agrees to inc{ude in a11 its subconsultant agreements
h�reunder a pravision to the effect that th� subconsultanf agrees that the
GITY shaN, �ntii the expiration a� three (3} years after fina! payment �nder
the subcantrac�, ha�e access to and the righi ta examine ar�d phatocopy
any directly pertiner�t boolcs, documents, papers and recards af such
subconsultant, in�olving transactions to the subcontract, and fut�her, that
tne CITY shali ha�e access during narmal work�ng hours ta all
subconsultant faciliiies, and snall be pravided adequate and appropriate
work space, in arder to conduct audits in compliance with the pra�isians af
this article iogether with subsection {3)h�reof. CITY shall gi�e
subcansu[tant reasonable advance notice af intended audi#s.
(3) ENGINEER and subconsultant agree to photo copy suct� documents as
may be req�ested by the C�TY. The C�TY ageees to reimburse
ENGINEER for the cost of copies at the rate pu�[ished in the Texas
Administrati�e Cod� in effect as af the tim� copyi�g is performed.
K. �NGI[�EER's lnsurance
{1) lnsurance coverag� and limits:
ENGINEER shali pro�ide to the City certi�caie(s) of insurance dacumenting
palicies of fhe foHowing caverage at minimum limits which are to be in effect prior
tn commencement of work or� the PROJECT:
Commercial General Liability
$1,flD�,00n each occurrence
$1,a00,00a aggregate
Automo�ile Lia�ility
$1,OOp,000 each accident (o� reasonab[y equivalent IimEts of caverage if writte� on
a split limits �asis}. Coverage shall be an any vehicle used in the course of the
PROJECT.
Worker's Compensation
Coverage A: statutary lim�ts
Coverage B: $10Q,000 each accident
$5d0,000 disease - policy limit
$1 �0,000 disease - each em�loyee
Prof�ssional Liabiiity
$�,�40,040 each c[aimlannua{ a�gregaie
(2) Certificates of insurance evidencing that the ENGINEER has obtained all
required insurance shall be delivered to the CETY prior io ENGIN�ER
� •, proceeding wi#h the PROJECT.
-5-
(a) Applicable policies shall be endorsed to name the CiTY an
Additianal lnsured thereon, as its interests may appear. The term
CITY sha[I include its employees, officers, officials, agents, and
vofunteers as res�ects the contracted services.
(b} Certificats{s} of insurance shall document fF�at insurance coverages
specified according to items section K.(1) and K.{2) of this
agreement are pro�i�ed undEr applicable policies documented
thereon.
(c) Any failure on
documer�tation
requirements.
part af the CITY to request required insurance
shall nat constitute a waEver af the insurance
(d) A minimum of thir�y (3�) days notice o� cancellation, non-renewal or
material change in coverage shall be provided to the CITY. A ten
(10) days notice shall be aceeptabfe in the event of non-payment af
premium. Such terms shali be endarsed anto ENGINEER's
insurance policies. Notice shall he sent ta th� respective
Department Director (by name), Ci�y of Fort Worth, � 004
Throckmortor�, For� Worth, Texas 76102.
(e} Insurers far a[I palicies must b� authorized to do business in �he
state of Texas or be otherwise appro�e� by the CITY; and, such
insurers shall be accepta�le to tf�e CITY in terms of their financial
strength and solvency.
(� Deduc�ib[e limits, or seif insured r�tentians, affecting insurance
required herein may be acceptable to the CITY at ifs sale discretian;
and, in lieu of traditianal €nsurance, ar�y alternative coverage
maintained thraugh insurance pavls or risk �etention groups must
be alsa approv�d. Dedicat�d fnancial resources or letters of cre�it
may afso be accepta6le to the City, •
{g) Appli�ab[e paEicies sha11 each be endarsed with a wai�er of
subragation in fa�or of th� CfTY as respects the PRO.fECT.
{h) The City shall be entitled, upon its request and withou# incurring
expense, to review the ENG�N�ER's insurance policies including
endorsements thereto and, at the CiTY's discretion, #he ENGINEER
may be required to provide proof of insurance premium payrnents.
(I) TF�e Commercial General Liabilify insurance policy shall have no
exclusiorrs k�y �ndorsements uNess such are approved �y the
CITY.
(j) The Pro�essional Liability insurance pa{icy, if written on a claims
made basis shall be rnaintaineci b� the ENGINEER for a minimum
�`� two (2} year period subsequent ta the term of the respec#ive
PROJEGT contract with the CITY unless such coverage is provided
a
the ENGINEER on an acc�rrence basis.
(k} The CITY sha11 not be r�sponsible for the direc# payment af any
insuranc� pre�niums reauired by ihis agreement. It is understood
that �nsurance cost is an allowable companent of ENGiN�ER's
a�erhead.
(I) All insurance required in sectio� K., except for the Professional
Liability insuranc� policy, snall be written on an accurrenc� basis in
order to be approved by the CITY.
(m) 5ubconsuitants to the ENGINEER shall be requEr�d by the
ENGINEER fo maintain the same or reasonably equivaler�f
insurance coverage as required for the ENGINEER. When
insurance coverage is maintain�d by suhconsuftants, ENGINEER
shai[ provide CfTY with dacumentatian thereof an a certificate �f
ins�rance. Notwithstanding anything to #he contrary conta9ned
herein, in ft�e event a subcansultant's insurance coverage is
canceied or terminated, such canceliat�on or termination shail not
constitute a breach by ENG[NEER flf fihe Agreement.
�, fndependet�t Consul�ant
The ENGINEER agrees to perFarm al! services as an independent cansultant and
not as a subcontractor, ager�t, or employee of �he CITY.
IVY. Disclosure
TF�e ENGINEER acknowEedges to the CITY that it has made ful! disclosure in
wri#ing of any existing conflicts of inter�st or potential conflicts of interest, including
persanai financial interest, di�ect or indirect, in praperty abutting the proposed
PROJECT and b�siness reiatianships w�th abutting praperty cifiies. The
ENGINEER fu�#her acknowledges that it will make disclosure in writing of any
cor�flicts of interest which develop subsequent to #he signing o� this con#ract and
prior to final paymer�t u�der the contract.
N. Ashestos op I�axardoc�s Substances
{1 } If asbestos or hazardous substances in any �orm are encouniered ar
suspected, the ENGtNEER wil{ stop its awn work in the affec�ed portions �f
the PROJECT to permit kesting and evaluatior�.
(2) If asbestos ar other hazardous substances are suspected, the ENGiNEER
wilf, if requested, ass9st the CITY in obtaining the s�rvices of a quafified
subcontractor ka manage the remediation activities of the PROJECT.
�. Permitting Authariii�s � �esign Changes
'� . If permitting authorities require d�sign changes so as to campiy wit}� published
design criteria andlor current engineering practice standards which the ENGINEER
-7-
should hav�e been aware af af the time this Agreement was executed, th�
�NGWEER s�all revise plans and specifEcatians, as required, a� its own cost and
exgense. However, if design changes are required due to fhe changes in the
permitting authorities' pubEishec4 design criteria andlor practice standards criteria
which are publisl�e� after the date af tl�is Agreement whic� the ENGINEER couid
nat ha�e bsen reasona�ly aware of, the ENGINEER shall notify th� C�TY af such
changes and an a�}ustment in compensation wi11 be made through an amendment
to this AGREEMENT.
Article V
Obligafions of the C�ty
Amendments to Article V, if any, are included in Attachment C.
A. City�Furnished �ata
The CITY will make available to fhe ENGINEER all technical data in the CiTY's
possess�on relsting to the ENGINEER's services on th� PRO,]ECT. The
ENGINEER may rely �pan the accuracy, timeliness, and completeness of ihe
information provided by the ClTY.
B, Access to �acilities and Ppa�erty
The CITY will make its facilities accessible ta the ENGINEER as required for #h�
ENGINEER'� perfarmance af its services and will provide labar and satety
equipment as reguired hy the ENCINEER for such access. The GITY will pertorm,
at no cost to the ENGINEER, such tests of equipment, machin�ry, pip�li�es, and
other components of the CITY's facilities as may be required in connection with the
ENGINEER's services. The ClTY will be responsible #or all acts of the C1TY's
personnel.
C. Advertisements, Permits, and �#ccess
Unless otherwise agreed to in the Scope of Services, ihe CITY will obtain, arrange,
and pay for a[I ad�ertisements for bids; permits and licens�s required by local,
state, or federal au�horities; and land, easemer�ts, rights-of-way, and access
necessary for the ENGINEER's setvices or PROJECT canstruction.
�. Timely Review
The CITY wil{ examine the ENGiNEER's studies, re�orts, ske#ches, drawings,
sQecifica#ions, proposals, and o#her documents; obtain advice of an at�orney,
insuranee couns�lor, accountant, auditor, hond and fnar�cial advisors, and other
consultants as t�e CITY deems apprapriate; and rend�r in wriiir�g decisions
required by the CITY in a timely manner in accordance with #he project schedule in
A�tachment D.
� � �. P�ompt Natice
:
The CITY wil� giva prompt written natice ta the ENG1NEEa whenever C{TY
obs�rv�s vr becomes aware af any development that affects t�e scope or timing of
the ENGINEER's services or of any defect in th� work of the ENGINEER or
construciion contracto�s,
F. /�sbestos or° Hazapdous Suf�stances anc[ 1ncEemnification
(1} To the maximum extent permitt�d by 1aw, the Cl'TY wifl indem��fy and
release ENGiNEER anci its ofFicers, �mpioyees, and subcontractors from
aEl claims, damages, losses, and costs, inciuding, but �ot limited to,
attomey's fees ar�d litigatian expenses arising aut af or relating to the
presence, discharge, release, or escape of hazardous substanc�s,
contaminants, or asbestos on or fram fhe PROJECT. Nothing contain�d
herein shall be construecf fo require tne CITY ta levy, assess or coqect ar�y
tax tQ fund this indemnificafion. �
(2} TFre indemnificatior� and release r�quired above sha11 not apply in fhe event
the discharge, release ar escape o� hazardaus s�bstances, contaminants,
or asbestos is a resul� of ENGINEER'S r�egligence or if such hazardous
substance, contaminant ar asbestos is braught onto fhe PRcJJECT by
ENGINEER.
G. Contracior lndemnif'rcation and Claims
The CITY agrees to include in all construction cantracts �he provisions of Article
iV.E. regarding the ENGINEER's Personnel at Cons#ruction Site, and pravisions
�ro�iding contractor indemnification of the C1iY and the ENGINEER fior
contrac#or`s negfige�ce.
H. Can�rac�o� Gtaims and �hipddParty �enef"rcia��es
(1) TE�e CITY agrees to include the fialiawing clause in all cor�tracts with
construction contractors and equi�m�nt or materials suppliers.
"Contraciors, subcontractors and equiprnent and mate�ials
suppliers on the PRO�ECT, or their sureti�s, shall maintain na
direct actian against the ENGINEER, i�s offic�rs, emplayees, anc�
subcontractors, for any claim arising out of, in canr�ection with, or
resulting from the engineering services pertormed. On1y the C1TY
wiil �e the beneficiary af any undertaking by the ENGINEER."
(2) This AGREEMENT gives r�a righis or benefits ta a�yane other than �he
CITY and th� ENGINEER and there are na #hird-party beneficiaries.
(3) The CITY will inckude in each agreement it enters into with any other entity
or person regarding the PRO.{ECT a pro�ision that such entity or �erson
shall have no tnird-party ben�ficiary rights und�r this Agreemenf.
(A�} Nothing contained in this section V.H. shall be construe� as a waiver of any
r�ght the CITY has to br�ng a claim against E�lGINEER.
�
I. CITY's Insurance
(1) The C1TY may maintain property ins�rance on certain pre-�xisting
structures associated with the PROJECT.
(2} The C�TY will ensure that Builders Risklfnstal[atron insurance is maintained
at the repfacemer�t cost val�e of the PROJECT. T�e CITY may provide
ENGINEER a copy af the palicy or documentation of such an a certificate
of insurance.
(3} The CIT1' wilf specify that the Bui[ders Riskllnstallation insuranc� shall be
camprehensive in coverage appropriate tfl the PR0.IECT risks.
J. Liiigatio�n Assisfance
The Scope of Services does not inciude costs of the ENCINEER �or required or
requesfed assistance to support, prepare, document, bring, defend, or assist in
litigatian undertaken or defended by the CITY. In the event CITY requests such
servic�s of the ENGINEER, this AGREEMENT sha[I be amended or a separa#e
agreement will be negotiated befween the parties.
Ft. �hanges
The CIT1f may make or approve changes within the general Scope of Services in
this AGREEMENT. ff such changes affect the ENGINEER's cost of or time
requir�d for perFormance of fihe services, an equitable adj�stment will be made
through an amendmant to this AGREEMENT with appropriate CITY ap�rovaf.
A�trcle 1!I
�eneral Legal �rodisio�s
Amendments to Article VI, if any, are included in Aitachment C.
A. Authar�zation to Proceed
ENGINEER shaEl be authorized to proceed with tl��s AGREEMENT upon receipt of
a wrEtten Natic� to Proceed irom the CITY.
g. Reuse of P�ojeci bocuments
All designs, drawings, specifcations, documents, ar�d other work products of the
ENGINEER, whether in hard capy or in electranic form, are instruments of s��vice
for this PROJECT, whether the PROJECT is eompleted Qr nof. Re�se, change, or
alt�ration by the CITY or by others acting th�ougY� or on behalf of the CITY of any
such instruments vf serviee witl�out the wri�ke� permission of ti�e ENGINE�R will
I�e at the CITY's sale risk. The final designs, drawings, specifcatians and
�� documents shal! be owned by the C1TY.
-10-
C+:
�
Force IVYajeu�e
The ENGiN�ER is not
by acts of Gad, strikes,
t1�e ENGINEER.
Termination
responsible for damages or delay in pertormanc� caused
lockaufs, accidents, or o�her events beyond the control of
(9) This AGREEMENT may be terminated only by the City far coR�ertience on
30 days' written notiee. This AGREEMENT may �e terminated l�y either the
CITY or the ENGINEER fvr cause if either party fails substantiaily to
perForm thraugh r�o fault of the other and does nat commence correc�ion of
such nanpertormance with five (5} days of written notice and difigently
complete the carr�ctian thereafter.
{2) if ihis AGREEMENT is t�rminated for the con�enience af the City, the
ENGINEER will be paEd for terminatian expenses as follows:
a)
b)
Gost o� reproduction of partial or complete studies, plans,
specifications or other forms af ENGINEER'S work product;
Ouf-af packet expenses for p�rchasing staraga coniainers,
micrafilm, electronic data files, and other data storage supplies ar
services;
c} Th� time requirements for the ENGINEER'S personnel ta document
the work underway at the time tt�e CiTY'S termination for
convenienc� so that the worK efFort is suitable for long time storage.
E.
(3) Prior to proceeding with termination services, the ENGINEER wi11 submit
to the CiTY an i�emized sfatement of a1l termination expenses. The CITY`S
appro�al will be obtair�ed in writing prior ta proceeding with termination
services.
Sus�ension, �elay, or Inte�rupfion to 1�dae�c
The CITY may suspe�d, delay, or interrupt fhe services of the ENGINEER for the
canu�enience of the CITY. In the event o# such suspension, delay, or int�rruption,
an equitabie adjustment in the PR�JECTs schedule, cammitment and cost of the
ENGINEER's personnel and subcontractors, and ENGiNEER's campensation wi11
be made.
-i�-
F. Indemnification
(1) The ENGINEER agrees to indemn�fy and de#end the CITY from any loss,
cost, or expense cfaimed by third parties for property damage and bodily
injury, including death, caus�d solely by ihe n�gliger�ce or willful
misconduct of the ENGINEER, i#s employ�es, officers, and subcontractors
ir� connection with the PROJECT.
(2} If the �egligence orwillful misconduct af bath the ENGWEER and the GITY
(or a person identified above for whom each is liable) is a cause of such
damage vr injury, the IQss, cost, or expense shall be shared between #he
ENGlNEER and the CITY in proportian to their relative d�grees vf
negl'tgence or wifl�ul misconduct as determined pursuani to T.C.P. & R.
Cod�, section 33.01'(�4) (Vernan Suppleme�t 1996).
G. Assignment
Neitl�er par�y will ass'�gn a[I or any part of this AGREEMENT without the prior
written consent of the other party.
H, Interpre�afion
Limitations on fia6ility and indemnities in fhis AGREEMENT are business
u�derstandings b�twe�n th� �a�ies and shall appfy fo al1 the different thearies �f
reco�ery, inciud'+ng breach of contract or warranty, tort including negligence, strict
ar statutory liabiiity, or any ather cause af action, except for willful misconduct or
grass neg[igence for I�mitations of IEabi[ity and sole negligence for indemnification.
Par�ies means the CITY and t�e ENGlMEER, and their office�s, employees,
agents, and subcontractors.
I. Ju�isdiction
The law af fhe 5tate ofi Taxas shafl govem the validity of this AGREEMENT, its
interpretation and perFormance, and any other claims related to it. The venue for
an� litigatian related to this AGREEMENT shall be Tarrant County, Texas.
J, A�t�rnate Dispute Resolutiatt
{1� All claims, disput��, anc� other matters in question between the C17Y and
ENGINEER arising out of, or in cor�nectinn with this Agreement or the
PROJECT, or any breach of any abligation flr duty af CITY or ENGiNEER
hereunder, will be submitted to mediation. If inediat'ron is unsuccessful, the
claim, dispute ar other matt�r in question shafl be submitted io arbitration if
both parties acting reasonabiy agree that the amount of the dispute �s likely
to be less fhan $50,aoo, exclusive af at�arney's fees, costs and expenses.
Arhitration shall be in accordance wi�h the Construction Indusfry Arbitration
Ru1es of the American Arbitratian Associatian or other applicable rules of
tt�e Association then in effect. Ar�y award rendered by the ar�itrators �ess
. than $50,000, exclusive of at�omey's fees, costs and expenses, will be
fnal, judgment may be entered therean in any courk having jurisdiction, and
��Z_
will not bs subject to appeal or modification except to the extent permitted
by Sections 10 and 1'{ of the Feci�rai Arbitration Act (9 U.S.C. Sections 10
and 19).
(2} Any award �reater than $5�,000, exclusive af afto�ney's fees, casts and
expenses, may be fitigated by eiiher party on a de navo basis. Th� award
sha11 become final ninety (90) days fram the date same is issu�d. If
litigation is filed by either party within said ninety (9Q} day period, the award
shail become nuH and void and shaEl nat be used by eitF�er party for any
purpase in the litigatjan.
K. Sede�ab'tlity and Sur�i�al
If any af th� provisians contained ir� this AGREEMENT are held far any reason fo
be invalid, iflegal, or uner�farceable in any respect, such invalidify, iiEegality, or
unenforceability wil[ not affect any other provision, and this AGREEMENT shall b�
canstrued as if such invalid, illegal, or unenfarceable provision had never heen
cantained h�rein. Articles V.F., VI.B., VLD., Vi.H., VI.I., and VI.J. st�al[ survi�e
#ermination of ihis AGREEMENT for any cause.
L. Observe anci Comply
ENGINEER shall at all times observe and comply wit� al! federa! and State laws
and regulatior�s and with all City ordinanc�s and regulations which in any way
affect this AGREEMENT and the work hereunder, and shal� observe and camply
witt� all arders, laws ordinances and regulations which may exist ar may 6e
enac#ed later by gaveming bodies havir�g j�risdiction or authority for suct�
enactm�nt. No plea of m[sunderstanding or ignorance fhereaf shall be consider�d.
ENGINEER agrees to defend, indemnify an� ho�d harmless CITY and al1 of its
officers, agents and employees from and against a1l claims or liability arising aut of
the �iolation of any such order, iaw, ordinance, or r�gulatian, whe#her it be by i#self
or its em�loyees.
-13-
Ar�icle VI�
Attachments, 5chedules, and Signatures
This AGREEMENT, including its attachm�nts and schedules, constitutes the entire
AGREEMENT, supercedes all priar w�itten or oral understandings, and may onEy be changed by
a written amendment execut�d by boti� par�ies. The folEaw[ng attachments and schedules are
here�y made part of this AGR�EMENT:
Attachment A-- Scnpe of Services
Aitachment B — Compensaiion
Attachment C—Amendmenfis to Standard Agreement for Enginaerir�g Services
ATTEST:
�
�iGlori 1'ear�on �, �
(� City ecrefary
�� -_- �. �'�� - -.
�d��r��t �u�k��g�������
�'�� �+�f__ ..- - �
����
APPR�V�D AS T� FORM
AND LEGALITY
CITY OF FORT WORTH
By:r -
Mike roomer
Assistant Ciky Manager
APPROVED
Dale A. �isseler, P.E. ,
Director, Wat�r Departm�nt
TURNER COLLI� & BRAD�N INC.
ENGINEER
"�
Assistant Ci Attarr�ey
South Shor� Waterline
By: l l�� .� 1
Stephen R. ,lames, P.E.
Principa!
-14- �i ����1���1� ��L�p�S�J �
C�V$''V������'��° !
� �. 4�n►��! ��� r �
ATTACHMEf�T "A"
General Sco�e of Services
"Scope of 5ervices set for�h h�rer'n can anly be modifred by additrons, clarifications, and/ar
deletrorts set forth in the supplementa! Scope of Services. In cases of carrf[rct between the
Supplemental Scope of Services and the G�neral Scape of Servrces, the Supplemental Scope af
Servrces shall have precsdence over the General Scope of Services."
C�P��R�L
1) P�e[iminary Conference with Cify
The Engir�eer shall attend preliminary confere�ces with autfiorized representatives af the
City regarding th� scope af pro�ect so thai the plans and specifications which are to foe
develo�ed hereund�r by the Engineer wil! result in pro�iding faciGties which are
economicaf in design and confarm to the City's reguirements and budgetary constraints.
2) Coordination with Outside AgencieslPublic �n#ities
The Engineer shall coordinafe with affcials of other auiside ag�r�cies as rnay be
necessary for the design of the proposed street, and storm drain andlor water and
wastewater facifitieslimpro�ements. It sha�i be the Engineer's dufy hereunder to seeure
necessary information from such outside agencies, fo meet their requirements.
3) Geotechnicallnvestigaf'rons
The Engineer sha�l advise the Cify of test ba�i�gs, and other subsurtace investigatians that
may be needed. In the event it is determined necessary to make borings or excavate test
holes or pits, the Engineer shall in coordinatian with the City and #he City's geotechnical
engineenng consultant, draw up specifications for such t�sting pragram. The cosf of the
borings or excavations shaN be paEd for by #�e City.
4) Agreements and �er�mits
The Engineer shall camplete all farmslap�l�cations to allow the City of Fort Warth to obtain
any and aq agreeme�ts andlor permits normally require� for a prvject of this size and type.
The Engineer will be responsible far negotiating and coar�inafing to obtain approval of the
agency issuing the agreement ar�dlor permits and wili make any revisions necessary to
bring the plar�s inio campliance with the requiremen#s of said ag�ncy, including �ut not
limited to highways, railroads, water authorities, Corps of Engineers and other utiiities.
5) Design �hanges �2elating to Permitting Authorities
If permitting authorities require design cF�anges, the Engineer shall revise the plans and
specificatians as required at the Engineers awn cost and expense, unless such changes
are requir�d due ta changes in the design of the facilities made by the permit�ing authority.
�`�, if such cha�tges are required, the Engineer shail notify the City and an amendment to the
cantract shall be made if the Engineer incurs additional cost. If there are unavaidab�e
-1-
delays, a mutually agreeable and reasonable #ime extansion shali b� negotiated.
6} Plan 5ubmittal
Copies af th� arigir�al plans shail be prav�ded or� reproducible myfar or appror►ed plastic
fiim sheets, or as atherw�se a�proved by the Department o� Engineering and shall hecame
ihe property of the City. City may use such drawings in any manner ii desires; pro��ded,
howe�er that the Engineer shail not be liable far the use of such drawings for any project
other than the project described herein; and furkher provided, that the Engineer shall not
be lial�le for the consequences of any changes that are made to the drawEngs or changes
that are mada in the implementation of the drawings without the written appro�a! of the
Er�gir�eer.
PHAS� 1
7) Rightdof 1�lay, �asemen# and Land �cquisition Ne�ds
The Engineer shal� determin� the righis-af-way, easement needs fi�r the cans#�-uctian of
the project. Engineer shall determine awr�ership of such land and fumish t�e Ciiy with the
necessary r�ght-of way ske#ches, prepare necessary easement descriPtians for acqua�Eng
#he righ#s-of way andlor easements for #he canstriaction of this pro�ecf. Sketches and
easement descriptions are #a be present�d in form suitable for direct use kyy the
Department of Engineering in obfaining righks-of-way, easem��ts, permits and licens9ng
agreements. All materials shall be f�rnished o� #he appropriate City forms in a minimum of
four (4) copies each.
$) �}esign Survey
The Eng�neer shall pra�ide necessary field survey for use in the preparation of Plans and
5pecifications. The Engineer shall furnish the City certifisd copies of the fi�{d data.
9} Utility Goordina�iion
The Engineer sF�ail coardinate wi�h all uti�ities, including utiiities awned by the City, as to
any Qroposed ufility lisns or adjustment to existing utility iines within the project limiis. The
infarmation obtained shall be shown on the conceptual pEans. The Engineer shali shaw an
the preliminary and final plans the location af the proposEd utility lines, existing utility fines,
based on the ir�formation pro�ided by the utility, and ar�y adjustments andlor relocation of
#he existing lines w�thin ihe praject iimits. The Engineer sha{I afso evaluate tha phasing of
the water, wastewater, street and drainag� work, and sha�f submit such ��aluation in
writing t� the City as par� of this phase of the project.
�
-z-
10) Conceptual Plans
The E�gineer shalf furnish four (4) copies of the Phase 1 conce�t engineering pla�s which
include layauts, �reliminary right-of-way n�eds and pre[iminary esiimates of probable
construckion casts for the Engineer's recornmended plan. For all submitta�s, the Engineer
ahall submit plans and documents far streeilstorm drain and wateNwastewaf�r #acilitiies.
The Engin�er shall receive written approval of the Phase 1 Plans fram the City's project
manager baf�re proceeding with Phase 2.
PWAS� 2
1 T) Design �a�a
The Engineer shakl provide design data, re�aarts, cross-sections, profiies, drainage
calculations, and preliminary estimates of probable construction cast.
12) F�pefimina� �onsiruction �lans and Techni�al Specifications
The Enginee� shall submit fwenfy (20) copies of Phase 2 prefiminary canstru�tior� pfans
and five (5) cop�es af the pre{im�nary technical specifications for r�view by the City and for
submission to utility campanies and ather agencies for the purposes of coordinating work
w�th existing and proposed �tilities. The preliminary canstruction plans shall indicate
Eocation of exis#inglproposed utilities a�d storm drain lines. The Engineer shall recei�e
writte� approvai of the Phase 2 plans from the City's project manager before proceeding
w9th Phase 3.
Pki�S� 3
13) ��nal Gonstruc�ian Plans
The Engineer shalf furnish five {5} capies af the final construciitin plans and contract
specifcations fflr revi�w b� the Ci�y.
14} �e#ailed Cos� �siimaie
The Enginee� shall furt�ish four {4) copies of detailed �stimates of pro�able construetion
costs for the authorized construc#ion project, which shal! incfude summaries of �id items
and quantities.
15) �ians and �pecificatior� Approval
T�e Engin�er shal{ furnish an origina! cover mylar for fhe signatures vf authorized City
officiais. Th� Cantract Documents shall comply with applicable local, state and federal
laws and witi� applicable rules and regulations pramulgated by focal, state and national
baards, bureaus and agencies. The Engineer shall recei�e wriften appro�al af the Phase 3
plans from the City's praject manager befare proceeding wit� Phase 4.
�
`
-3-
PHAS� 4
16) �inai i4pprar►�d Canst�uction [�lans
The Engineer shall furnish 45 bound copies af Phase 4 final approved canstructian pians
and contract sp�cifications. The app�oved plans and contract sp�cificatio�s shall be used
as authorized by the City for use in obtaining hids, awarding contraets, and construc#ing
the pra�ect.
17) �idding Assisfattce
7'he Engineer shall issue addenda as apprapriate fo interpret, clarify, ar expand the
b�dding documents, and assist the awner in determining the qualificatiar�s and acce�tability
of praspective constructors, subcontractors, ar�d suppliers. When su�stitution priar to the
award of cqntracts is allawed by the bidd�ng documents, ihe Engineer will acfvise the
owner as to tF�e acceptability of alternate ma#�rials anci equipment pro{�os�d by the
prospective constructors.
18) Recommendatian of l�war�d
The Engineer sha[i assist in the tabulation and review of aU bids received €or the
construction of the project and shall mak� a recommendation of award ta the City.
� 9) Prebid Conferenc�
The Engineer shalf atten� the prebid canference and the bid opening, prepare bid
tabulation sheets and provide assistance to the owner in evaluating �ids or praposals and
in assembling and awarding contracts for construction, materials, equipment, and
services.
�HASE 5
2a) Pr�cons�ructian Conference
7he Engineer shall att�nd the �recons#ruc�ion confi�rence.
21} Ganstr�uct�on Su�rey
The Engineer shafl ae a�aiiabl� to the City on matters conc�rning the layaut of the project
during its construction �nd wiil set eontro! points in the field to allow City surv�y crews #o
stake the pr�ject. The setting of line and grade stakes and raute inspectian of construction
wi{I be perfarmed by the Cify.
22) 5ife Visits
The �ngi��ef s�a11 visit the pro�ect site at appropriate intervals as construction proceeds fo
observe and repo� an the progress and th� quality of the executed work.
-4-
23) Sl�ap Deawing Review
The Engineer s�all reuiew shop and ereciion drawings submitted by the contrac#ar far
campliance with design concepis. The Engineer shall review laboratory, shop, and mill test
repo�s on mater�als and equipmer�t.
24) Instpucgions fo Contpacfio�
The Engineer shall provide necessary int�rpretatians and clarificat€ons of cantract
documents, review c�ange orders and make recommendations as to tne acceptability af
the work, at the request of the City.
Z5) Differing S'rte Condifions
The Enginee� shal! prepare slcetches required to resalve prob�ems due to actuai feld
conditions encountered.
26) Record ��awings
The Engi�e�r shalE prepare recard �rawings fram i�farmation submitted by the contractor.
�.�
Gi��"1���� n p oA r�
F,1 1
SUPP��IUI�NTAL SC�f�� O� S�RVIC�S
(SUPP��fi��I�T i0 AaiiACHftII�WY `�A��j
SOUi�I SbOR� I.,�ilIAT�R Llf�� IfV�PROV�[Vi�NiS
DESIGN SERVICES: WATER DISTRIBUTION SYSTEM IMPROVEMENTS
Turner Collie & Braden (TCB) and its subconsuitants (Garcia & Associates Engineering, Inc.,
InterStar Public Relations & Marketing, and Hugo C. Trevino & Associates, Inc.) will perform the
taslcs c�escrilaed in this Supplemental Scope of Services ur�der ATTACHMENT "A". Work under
this attachment includes engineering services for the following:
•�S&� �repa�ation. P�ans, sp�cificatians, and estimate (PS&�) wili be prepared for
approximately 28,750 linear feet of water iine (actual iength to be determined dur��g tl�e
Preliminary Engineering phase). Waterli�e size wil] be determiraed as park �f the Hydraulic
5tudy. The plans wilk be preparec� in 3 phases, as shown in Attachmen# E.
� Hyd�aulic Study. A hydraulic study will be performed for the water distributian network tha#
fo[lows the limits of Phase 1 anly, and Pt�ases 1, 2, & 3 com�ined with an interconnect to
the City of White Settlement, The study will result in a determination of pipe size based on
fire flow requirements and futu�e develapmenf. H2ONet will be used for hydraulic mode�ing.
Upon receipt af notice to proceed, the ENGINEER wifl perForm the following tasks:
PART A — CONC���UA� ��SiGN
1.0 Initial Data CaElectior�
1.1 Project Kick-Off Meeting
The Engineer shail meet with the City of Fork Warth stafF ta review and discuss
the project services, project schedule, data callection, primary design criteria,
aperational concerns, maintenar�ce requirem�n#s, equipment preferences and
other prelimEnary data. The Engineer shali prepare a record of the preliminary
design meeting and distribute it to all attendeEs.
12 Data Callection
The Engin�er shall coniact the Texas �epar#ment of Transportation ta obkain the
latest existing right-of-way infarmation or� lH 820. In a�dition, the Engineer shall
obtain available re�aorks, plans, existing geo#echnical information, and other data
relevant to the project from ihe City. Th� Engineer will also cor�tacf the public
and private utilities along the proposed alignments for information on existing
and propas�d facilities. The City shal{ provide a�rial photographs of the project
sit� in digita! format to the Er�gineer.
19/07/01
EA1-1
2.Q Hydraulic ModeEing
2.1 Lay out a water clistribution network that follows the fimits of Phase 1 and Phase
1,2,&3.
2.2 Develap line lengths and nodes where the demand af the identified Eand use will
be assigned.
2.3 Delineate service areas far eaeh node.
2.4 Dekermine existing and future demands.
2.5 Use �eaking faetars Qf 2.4 for the peak day to a�erage day factor, and 2.0 far the
p�ak hour to peak day facfor to determine peak day and peak hour flows.
2.6 Devetop a static average day, peak day, and peak hour mod�l far Phase � and
Phas� 1, 2, & 3 of #he project.
2.7 �xercise and debug each model and review the peak hour results for line
ve�ociti�s in excess af 5 feet per second, head losses in excess of 5 feet per
1aD0 feet of line and pressur�s I�ss than 35 psi. Where high velocities or head
iosses or low pressures are noted, the lines will b� resiz�d and th� model will be
rerun until the above criteria are met.
2.S DeWelop a peak day plus fire model for each phase by inserting the required City
af Fort Worth fire filow at a node in the peak day model.
2.9 Review the peak day pius fire results for line velocities greater than 10 feet per
second, head losses greater than 10 feet per 1040 feet, and pressures less than
20 psi. Where I�igh velocities or head losses or law pressures are noted, the
lines will be resized and the model will be r�run �ntil the abo�e criteria are met.
2.10 Prepare a tabl� of line lengths and diameters wifh propased alignments, showing
the lines and nodes and t�e numbering system us�c! for all a# the mode�s for
bath the nod�s and the pipes needed to serve the project area.
2.11 Once the modeling is camp�eted the assumptions, various demand scenarios,
and madeling resuEts w[II be presented to the client for �evi�w. As a result of
issues raised during client review any appropriate cY�artges will be made and finaf
modeling will be canducted.
2.12 Prepare a draft [etter report documenti�g the assumptions made, the criteria
used to develop the demands, the models developed, and the cor�clusions
�eached as a resuit of the modeling wark. The letter report will include the model
output as appendices.
11/07/01
EA 1-2
2.13 After the �etter repart has bes� through QAIQC and the client had a final review,
then the final letier report wili be issued.
2.14 The model will not include current and future water sources such as �ump
stations or elevated starage tanks. The model wikl anly determine line siz�s. lf
there is a desire to evaluate the existing pumps and water supply facil�ties that
will require an extendecf period simulation (EPS) model, additional modafing
effort will be rsquired that is not cavere� by this scope or budg�t. Updating the
previaus rriodels of the project area to represent #he modeled future demands
will require additional effork that is not covered �y this scope and �udget.
��R� � — COiVSTRUCTION �LANS /�N� S��Cf�ICAilO�'S
3.0 Surveying (Garcia & Associates Engineering, Inc.)
3.1 Final Design Survey
3.1.� To complete vertica[ and �orizo�tal surveys, the Engineer shall utilize all
information from recent water li�e canstruction pra}ects and from TxDOT.
Ow�ership data far all tax parcels cantaining fror�tage along the project
limits sf�all be researc�ted. Right-of-Entry leiters shall be prepared.
Horizontal and vertica! control shall be ti�d to USGS or U5C&GS
monuments and #o City of Fart Worth monuments. Using City surveys
and new field surveys where required, obtain the foilowing survey data to
be utilized in the deve[opment of pi�elin� construction plans.
3.1.2 Establish baseiine control, locate and tie exisf�ng abave ground utilify
appurtenances, struck�res, trees, curbs, pavement limits, fences, etc. to
the baseline. Locate existing water and wastewater pipe and service
lines features. Locate existing manhole invert and rim elevations. L.ocate
existing paving limits. Lacate underground utility surface features.
4.0 PubliclProperty Owner Meetings (InterStar lrtc.}
4.1 A public relations subconsultant will arrange and set up no more than four public
meetings after �he City �as reviewed the Preliminary Letter Report. The
Engineer wil� prepare an exhibit f� illustrate the proposed proj�ct to resid�nts,
E]USIf1�55 OWf�21'S, and property a�rvners along the selected alignment. The pu�lic
relations subconsultant will provide the following:
4.1.1 List of contacts for public meeting from database provid�d by the City of
Fart Worth.
4.1.2 Meeting notices by �etter for the first meeting and postcards for
subsequent meetings. The Engineer wil{ �repare the notices and the City
will send them out.
4.1.3 Public meeting set-up and arrangement
11/07/41
�A1 �3
4.1.4 Written meeting summary.
4.2 Items not included are med�a relations, web page suppori, and newsletters.
5.0 Preliminary Engineering
5.1 Review of Develapment Plans
The Engineer will review and incarparate into the project the following
information available from the City and TxDOT.
Existing surveys for the project area.
Existin� plans developed for the project area.
Existing detailed waterlwastewater construction cirawing sheets.
5.2 Preliminary Engineering Repart
5.2.1 The Engineer shafl evaluate a{ternative materials of construction for new
instaflaiians and de�elop horizar�ta� and ve�tical alignments for the
proposed water [ines. Prepare a recommendation of proposed
improvements fior new ►rvater lines, and, ifi require�, pi�ing, �a��es, and
related improvements. Develop a preliminary estimate of probable
construction cost for the propased improvements.
�.22 Prepare a brief prelimEnary engineering letter reporf summarizing the
initia! f�ndi�gs, desigr� alternatives, cost estimate and preliminary
recommendations. The letier report shall includ� preliminary Eayouts of
proposed improvements. The Engineer will present the preliminary
�ngineering report to the Fark Worth stafF for review, comment, and
appro�al.
6.0 Final Engineering Plan Submiital
6.1 Final Engineering Design and Details
Based an the approved preliminary engir�eering repvrt, the Engine�r shall
prepare final design calculations and design details for all proposed
improvements. The Engineer shall prepare an application for utility access for
the City's subrnittal ko TxDOT.
B.2 Prepare Fina! PlansICADD
�.2.1 The Eng[neer shall prepare final plans far the proposed impravements,
including water line plans and profiles, details, nates and related
informatian r�quired far bidding.
6.2.2 Prepare fiinal design plan and profile sheets in compliance with City
CADD requirements. Plan and profile sheets wilf include 1"=40' scale
111Q71D1
EA1-�4
plan view and 1"=40' horizantal and 1"=�4' vertical scale for the profile.
6.2.3 Prepare project layout control showing pertinent survey data on the plan
and p�ofile sheeis.
�.2.4 Finaliz� horizantal and vertieal alignment on tf�e plan and profile sheets.
6.2.5 Finalize sp�cial design consit�erations and lacations of appurtenances.
6.2.6 Finalize pfans and profiles. AdJust harizontal and v�rticel alignments to
impro�� hydraulics, minimize conflicts and pro�ide sufficient utility
clearartces.
6.2.7 Prepare required permits from TxDOT for crassing IH 82Q right of way.
fi.2.8 ldentify pipe materials based on design criteria and soil types. Design
corresponding embedment requir�ments.
6.2.9 Develop plan5 to maintain service for City utilities and service lines.
6.2.10 Provide storm water pallution pre�e�ttian plan for construction activiti�s
within project limits.
6.2.11 Visit site as required during design.
6.3 Prepare Specifications
Prepare detailed technical specifications for the proposed impravements #o
suppiement the City af Fort Warth standards, and other applicable sta�dard
specifications.
6.4 Prepare Bid Documenis
Prepare bid documents in accordance with City of Fort Worth standards.
6.5 Review Meetings
Me�t with the Fort Worth staff at least once a month during final design to review
�rogress, discuss design issues, obtain adc{itior�a[ ciesign information, review
plans and specifications, and coarc�inate final details. The Engineer shall
prepare a racard o� all review meetings and distribute it ta attendees.
��R�' C — PR�- CORlS�RUCYIOf� ASSIS��ANC�
7.0 Pr�-Construction Assistance
7.1 Bid Assistance
Assist the City of Fark Worih in advertising the project for bid and during the bid
phase. Prepare copies af plans, specEfications, and bid documents for
91/07/01
EA1-5
distribution. Distribu#e cantract documer�ts as direc#ed by the City. Prepare and
distribute addenda required by the City to modify the requiremen#s of the pr�ject
during b'tdding, respond to requests for clarification, and issue instructions to
bidders as directed t�y the City of Fart Worth.
7.2 Prebid M�eting
Assisf Ciky staff in conducting a prebid meeting with praspective bidders. Prepare
a record of the prebid meeting and distribute it to all attend�es,
7.3 Bid Tabulation
Prepare a tabulation of bids for the praj�ct, verifying the bid amounts, bid bands
and other required information.
i.4 Recommendation for Award
Prepare a recommendation for award ofi contract or other action and notify
bidders of the action taken by the City of Fort Worth.
PART D — CONSiFiUCiION ASSISiANCE
8.0 Construction Services — Field Constructian
8.1 Preconstructian Meeting
Attend a precanstruction meeting with the selected cantractar.
8.2 Construction Stafcing
5urveying subconsultant will pravide cnnstruction staking for tne project. 5taking
will include centarline offset grade stakes and cui sheets at spacing appropriate
for nbtaining accurate grade data or a maximum of every 50 feet.
8.3 Construction Phase Suppor#
Assist City staff in responding to construction-related issues. The le�el nf
suppork for this task is lim9ted to the amount shown in Exhibit B.
8.4 �ina[ Inspection
At#end a final inspection o# #he completed construction. Prepare a r�cord of
observations and iterns requiring correctian by the cantractor prior to final
payment.
8,5 Recard Drawings
Preparatio� of recorc! drawings is not included in this scope of services
111D7101
EA1-6
ATTACH��N� B
SOUTH SHOR� WAi�R l.1N�
C�IViPENSAiION AND �AYi'�ENi SC�I�[]UL�
Compensatian
A. Payment far services shail �� com�ensated on a total lump sum fee basis.
B. Paymer�ts shall also include Direct Nar�-l.abor Exper�ses which, in general,
include expenses for supplies, �ransportation, equ+pment, tra�e�, c�mmunication,
subsistence, and lodgjng away fram home, and similar incidenfals.
The Direct Non-�.abor Expenses sl�all be reimbursable at actual invoice cost plus
10% except for living and trav�l �xpenses when away from th� home ofFice on
business connected with the Praj�ct. All expanses for travel outside of the
DallaslF'ort Worth Met�opolitan Area made by the En�ineer in connectEon wiih
the Praject must first be appro�ed in writing by the City.
C. Suhconsultant costs shall be reimbursed at the actual in�oic� cost plus 15%.
D. Payment for expenses, casts, and s�rvices as described in Attachment A and
Exhibit A-1 shall not exceed $423,230.
�. Partial payment sha[I be made montl�ly, as stipu4ated in Exhibif B-1, upon receipt
of an invoice from the Enginesr, prepared from the books and records of the
Engineer, outfining the amount of hours warked by each employee, the
employees name and classification, and the employees salary rate along with
itemized charges fo� any subcontract ancE direct nan-labor wark performed during
the period cavered by said invoice. Each invoice is to be �erified as #o its
accuracy and compliance with tf�e terms af this contract by an officer of the
Engineer. Payment acc�rding to statements will be subject to certification by the
Director of the Water Deparkmeni or his authorized representati�e #hat such work
Y�as been performed.
Schedule
A. Work under this can#ract shall be completed as specified in Exhibit A-1.
11/07/01
B-1
EXHf�iT "B-1"
(Sl1PPL�M�NT TO ATiACHMENT "�"j
S�UTF� SWOR� WAi�� LlN�
COIV�PENSAT[OfV
COMPENSATION
A. The �ngineer shall be compensated a tatal lump sum fee of $423,230.
Paymen� af the total lump sum fee shall be considered full com�ensation
for the services described in Atkachment A for all labor, materials,
supplies, and equipment n�cessary to comp�ete the project.
II. METHOD OF PAYMENT
A. Partial payment shall be made monthly upon receipt of an invoice fram
the Engineer based on the percentage o# the work completed.
B. An officer of the Engineer shall verify t1�e accu�acy of each invoic�
su�mitted which shall comp�y with the terms of fhis agreement.
11/d71Q1 EB1-1
�XHIBfT "�e2"
(SUPF'L�IV��NT TO ATTACHi'��Ni' "B")
50lJTH SHQR� 1NAT�R LIME
HOURLY �t�,iE SCHI�DUL�
Employee Classificatian
Secretary IV / Word Processor N
Technician
Sr. �ngine�ring Technician 1 Sr. Project Rep. 1
Graduate Engineer
Staff Engineer
Sr. Engineer ! Manager
Project Directar 1 Off�cer of t�e �irm
(Minimum)
10.00
11.03
'{ 8.38
19.8�
25.91
29.73
Haurly Raie�
(Maximum)
'12.50
1$.90
24.15
27.25
38.5�4
�1.44
* Eff�cti�e January 'i, 2001 thraugh December 31, 2001. Haurly ra#es are subject to
revisian afterJanuary 1, 2002.
11/47/01 EB2-1
�XHI�I�' "B-3"
(SUPPL,Ei'VIEN� TO ATiACHi4lII�N� "B"'j
SOUTH SHOR€ WATL R L1N�
F�E SUMiViARY
Sco�e of Services
Water Line Design
Pronosed MIWB� 5e�bconsultant 5erviees
Garcia & Associates - Surveying
Interstar Public Relations & Marketing
- Public Meetings
Hugo C. Trevina & Assoc.- Reproductian
Total MIVIIBE Participation
�ee iNi1Vi�BF �- %1
$423,23d ($10�,810 — 25%}
Fee
$ 55,460
$ 17,850
� �,500
$ 105,810
% of Tatal Fe�
20.2%
4.2°/a
0.6°/n
25. a%
'f 1107/Q1 EB3-'�
EKMIBI7 "B-4"
(Supplement to Aitaahment "B"j
50UTH SHORE WATERLiNE FEE �STIMA7E SUMMARY
8A51C 5ERVICES
PART A - GQNC�PTUAL UESIC�N
Goordination �Uleekings 8 Data Collection
PART B- CONS7RUCTION PLANS & SPECS
Construction Plans & 5pecs
PART C - PRE-CONSTRtJCTION ASSlSTANCE
Bidding Assistance
PART D - CONS7RUCTION A5SISTANCE
Assistance Quring Construction
BAS1C SERVICE 70TAL
SPECiAL S�RVIC�S
Hydraulia 5fudy
Public Meetings
Topographic Surveying
Conslruction Staking
5PECIAL SERVIGE TDTAL
TbTALS BY PWASE
SQTAI.PROJECT
PHASE 9
$ 1,OOQ
$ 54,814
$ 2,7h0
$ 4,490
$ 63,040
$ 7,440
$ 8,8�0
$ 26,670
$ 14,950
$ 57,$70
$ 920,910
� 423,23Q
PHQSE 2
$ 2,000
PHASE 3
$ 2,81 b
$ 58,840 $ 94,730
$ 2,740 $ 2,740
$ 4,490
$ 66,07a
$ 4,49a
$ 104,770
$ 8,810
$ 27,170
$ 15,530
$ 51,51�
$ 717,58D
$ 8,810
$ 45,28Q
$ 25,88a
$ 79,97D
$ 98a,740
1117101 EB4-1
• �XHIBIi `��-���
(SUPP�.Ei9AENi i0 AiTACWIUiEN7 "�")
City nf For� Worth
Sauth Shore Waterline Pretiminary Probable Cos# Estimate
Phase 1
Quantity
6, 300
2aa
10
16
62
Unit Item
LF 12" PVC waterline {incl. pvmt. & fit#Fngs}
LF Jack and bore 12" PVC waterline
EA 12" gate valve
EA fire hydrants
�A 1" waier service, tap, stop, tee & meter box
Subtatal
24% Conkingency
Unit Cost
$ 50 $
$ 2�0 $
$ 1,240 $
$ 1,920 $
� �oo �
$
$
Tota� Cost
395,000
4Q,000
'{2,400
30,720
31,40Q
429,120
85, 824
Totaf - Phase 1
ghase 2
Q�aantity
5,95Q
800
6
15
25
Pl�ase 3
Quantity
8,750
2,54Q
1
9
3
29
60
Ur�it Item
L.F 12" PVC waterlir�e (incL p�mt. & fittings)
LF' 8" PVC wateriine
LF Jack and bore 12" PVC waterline
EA 12" gate valve
EA fire hydrants
�A 1" water ser�iee, tap, stop, tee & m�ter box
Subtotal
20% Contingency
Total - Phase 2
llnit Item
LF 12" PVC waterline (incl. pvmt. & fittings)
LF 8" PVC waterline (incl. pvmt. & fittings)
LF Jack and bore 12" PVC waterline
EA 12" pressure reducing valve
EA �2" gate valve
EA S" gate �alve
�A fire hydrants
EA 1" water service, tap, stop, tee & meter box
Subtotal
20% Conti�gency
Total - Phase 3
PROJEC7 TOTAL.
$
llnit Cost
$ 50 $
$ 47 $
$ 200 $
$ 1,24� $
$ 1,920 $
$ 500 $
$
$
$
llnit Cost
$ 50 $
$ 47 $
$ 200 $
$ 10,04Q $
$ 1,246 $
$ 1,�D0 $
$ 1,920 $
$ 500 $
$
$
��i�,944
Total Cost
297,50fl
160, 040
7,44a
28,800
12, 500
506,240
101,250
64i,�490
Tatal Cosf
437,5Q0
117,5D0
1 Q,4D0
11,160
3, 000
55,680
30, 00�
634,840
126,968
$ i61,808
$ 1,884,240
91171�1 ���-�
A��ACFif�V�IVi C
����I�� �R�!ll�I�iV�
C�N��I��IN� �RlG1R���1�� C�i���4�i�
o�hanaes o� If�ork: The Engineer shalf make such revisions in the work included in
this contrac� whieh t�as been cornpleted as are neeessary to carrect errors appearing
therein when required to do sa by fhe City withaut undue delays and additional cast
ta the City.
If the City finds it n�cessary to request changes to pre�iousfy satisfactorily completed
work or parEs thereof, th�e Engineer shall make such revisions if requested and as
directed by the City. This wi11 be considered as additional wark and paid for as
specified under Addi�ional l�for��.
• Addigionaf 1ii�ae�: Work not specifically described under "5cape of Services" must
be appro�ed by suppl�mentaf agreemertt to this con#ract by the City befiare it is
undertaken hy th� Engineer. if the �ngineer is of the opinion that any work he has
been directed to perfarm is aeyonc� the scape of this agreement and constitute� extra
work, he shall promptly notify the City �n writing.
In the event the City finds that such work does constitute extra work, then tf�e City
shall so advise #he Engineer, in wrifing, and shafi pro�ide extra compensation ta the
Engineer for doing this uvork on the same basis as cavered under "Compensation"
and as pro�ided under a supplemental agreement. The lump sum fee shall be
adjusted if additional work is appro�ed by suppiemental agreement and �erFormed
by the Enginee�.
� �Ilino�iivlWomen �usiness �nie�a�ise f1�lIL�l��] �eecenfaae Goal: The
percentage goal for MIWBE participation in the work tn be performed under this
contract is twenty-five {2�%) percent of �he contract amount.
91/03/01 C-1
ID Task Name
1 NOTICE 70 PROCEED
2 PAFtT A- CONCEPTUAL DESIGN
3 PART B- CONSTRUCTION PLANS & 5PEC5
4 PART C- PRE-CONSTRUCTION ASSIS7ANCE
5 PART b- COIVSTRIJCTIdPf ASSlST/1NCE
6`��F�►�i�e�l�e�l� � - ���.��4.i� �4i1"I�����G
��U.���J ! �EtA�� �i"���� �De��
2002
Duration Start Finish dct�Nov�Dec Jan�Fe]��Mar�AprlMay�Jun� Jul �Aug�Sep�Oct�f�ov�Dec Jan(Feb�Mar�Apr�May
1 day Mon 11/'[2/01 Mon 91/12/01 �,��,�Z
60 days Tue 11/13/01 Mon 214/D2 I
:i ..�1
125 days Tue 2/5102 NEon 71291�2 � y
- L �
30 days Tue 7/30102 Mon 919102 - �
i
160 days Tue 9/10102 Mon 4121/03 =
' • • f � �� � � a� � �
�� ���
��c����n �VJLa� (NIA�PSC� ���e 59)
�: _ � �;" : � , . - - .. . � ;t�.;�,, � --.: _.4,�.,:w,... , 5, ���. • � tr
'r-.w�": • r��k;..:J��t. �,t :�,' `�"��.Y��` �,s. • �;:��'�.�47. �����:�..._.;
��t .4�..�. '= : , y .,L , s�. . �,s,
�yf��,�'_�f.h �.-f,- �'M1 7 � � '� J,�%A'.r''.'•'r�'.
c �.f 4 i.. ,.ti' Yw _i� � ;�..: �¢�„•+ � , tl . ""
' .3,. ��I �r - `!� . . n 4 j � - f���:� ���' ���' � . . r�? ��
�� }.�.}�•- _ . _ ��:r"�'y.� i-��._i�A�i�'.. . :'IL�' �• �F. ��.' � 1��1, lP�� � fl
y� 'rt's.' �.y.� �k �(t� ry ;9 - . . .+ t " �a; '.Z':�,xi �'' �. ' . _ (a-,,1
� } ::�'I�: ll} ' . . .-.. ..�"'if"�'}r"_'�+' r ���'��4, ' �� SS,� , V�IH
��-.a,� ��,�;���:: .: ' y,'; ' .�r�,.' �;:;.�-.: �k`-• � �.{:�?i�.:'�:;�a:�.�.�., ��. .. :�'i9: H Pa�k
.,: _ .,ry.. , �.�=-• � -�-- �. .. - � Y.'.���''. � . . -
'� �`;i�#��'� � � - . - - :���.. � ,l � . � .
..4��;.' M1��..;�L. .s_. '.yr.r'+ 'r.r "�.�. ��.5.�. �•--,e�. . � 8
w -,�_�`-� �`�3� � k � {' . `;'. :,' -�- , ' �.�1�R4vlt$!�nrk� = � � ��
H Q �+���'���� � � j4 i � � r f.7rt�'� :, r x '�3_'�+ � � �,�� •� � ��d�T�A
i � - �� � 4+` �'�'f
9! �f .6 � � S: �R: di F". ��Y: o-',: ; }e: r
� . �:J i�'�l� i" ��':.� � ;',;�:�}���.rx,r' . �'��" �tt
- '� � � l� ' l4"� :'{.-'' _5.}�.�,. _ � i
�N��,a�'� - .. , 4s;:; ;, ' - -f'� � '��;,";
- Q : . . . � '��:. , -
Z �f�'�Yj..�'' . ._� , ���'r�?
� ,p_ � � �. ��:4. `p� . .. ', . � f� " �'L i .. ''r t
,�r �-�}''` + �1���� 1 ,r.
1 ? ••�_.,�,. _ `t�" _;,r.a. ':[
: � I ��L �}}l',����
' I 4' � �' �i � •� � 5 .�1P5}4'i�i�4i
� � �� e 3 . %�� � i.�,� '° �'�`�'tr . , ,
� ;,,V;�.
r�+-� �" ,��� M1rt i?,�f}f,=��4..� 4 4,'.Y�.,'•f.�;:.: �+rr].
� 9(i s }�-�� � �` .. �!: "_'•.a ,
p r�- � 4' �`.4 f's:.�t?_, � i r #i -: .}�; :•. � =� � i .
n i � , �rti:+Jy� ���x : �' • � ��.
" ■�y'1 ■■ !��- � • � �' - �.�•. ..1.4 _ - - - � . _
� �1 v� ■ � I,�i � � ���`�x� ! 4' �y �rry� �
. . r r ���W. JL
�-
� . � � �.. .;�.� .:' JLt�4.��JL�lr1
� �`�� ' �'� �
��j� : �° ,��_::- - _ �Gh � ���'�`,.'�1 J._ t
ti.+4�� �/ � k:�' � . f': � •'1'tµ � � I
�g } _ F r+T J'l ,�� ' L
� ��. `3� C` TM ` ��
��� � � ' . .
' �� . ' � "l '
� '
� Sl `'
� o EHIEBEC . ?
.., . . _ � � Mapsca. tne, �
� � 9 NTA o'� AHA ; .
r o
� �_ �
�� � Eq$ �c°'3 �, �, . � - � � �
�� � r" q QI �B� �' � ��
�4 gz . � � � � � � � �il�.�� � � ;
• _ p ��
] z � � �'�
/ � $ � x ¢ - -
! �� �Al1 � 8 � � �
� , .
� � . ,� � North � a - � �
� � KIA�A � � � � � � � x � v�
� ftOC Y �+ � � ' I
89 � � � 87 0 � �
�+� N � � � � � � i '''
II� vwieu� � � � a� � ��,
. :. � *
� � ¢ s�, u� a�rr� . � g
¢ � ,� � y � �
`k�0�`9 _ � ` � u� ......� C� �EFCIA9ST r�.! �
„r' ' � � Saddle H�� M:' ���- JpY � 85 83 ��.. � „ � �`:t.. : ._76 � ri �
��. r 1Ne9fPadt;� _ �",�.� - �,, �Q R�NRfE � � � s � _ � � `NfiR4VEEi . �';;r �
.�== s� '
- .�::'r�. . .s . _, . :�: ;: 7 �� a �.,,,E - ,
--:�...�; g � � � � �A;.
4 , � RAY9fIQNl3 � ' � '� �'.�
� .�an�orm � $s � $4 _ eart,n�►a� _ �
��yl� �
_��= ,.:= � � � � � � "� AA'INON[3 �, � - � F
.�,;�, . i �, � {^e*s � ���.
+;: ' � •ti S � � � •y� ��.
o � _, � � _ � WF !TE �ETiLEM�N�' !tb °` -� "� • �'?; � ,
' �� �� �.
� � � FAR�u9EH � ( g � �Admin 77.�� 6 �ry " ��-',; I
{_� '�a� nEls TE � N1est f a _ � ��: � I
- � ww��" � �y N �,..�.. - - 341 -"i'�
' � - - ` - � {.,
a� � n� �'��� � � z- � M � �;i" �. �
� � 9a � �.. � `� u�aa � � � � �- . . �'�;�t
�. : , 4 K-.-•.-"�. " __ _ . _
�'ity of Fo� �or�h� T'exa�
���r� ���1 �����! ���r��;��t��n
�
DA7E REFERENCE NUMBER LOG NAME PAGE
912�10� **��� 3��i I 6000LLIE I 1 of 2
SUBJECT APPROPR[ATION ORDINANCE AN� AWARD OF ENGIN�ERING AGREEMENT TO
TURNER, CO�LIE & BRADEN, INC. FOR THE DESIGN OF �"HE HERON ARIVE EASi �
WATER LINE EXTENSION
RECQMMENDAiION:
It is recommended #hat the Ci#y Council'.
1. Authorize the transfer of $425,730 from ihe Lake Worth Infrastrucfure Escrow Account to th� Wafer
and Sewer �'und; anci
2. Adopt the attached appropriatian ordinance increasing estimat�d receipts and appropriations ir� the
Water and Sewer F'und in fhe amount of $425,73Q; and
3. Aut�orize the transfer of $425,730 from the Water and Sewer F�and io the Water Capital Projects
Fund; and
4. Adopt the attached appropriation ordinance increasing estimated r�ceipts and appropriations in t�e
Water Capital Projects Fund in the amount of $425,i3�;and
5. Authorize the City Manager to execute an e�igineering services contract in the amount of $425,730
wifh Turner, Collie & Braden, lnc. for the design of the Heron Road East wa#er line.
DISCUSSION:
In accardance with policy 'for the ins#allation of community faciliti�s, the residents of Heror� Drive,
Audrey Ann Lan�, Mallard Court, Sandp�per Circle, Shar�view Drive, Kilfdeer Circle, Abefia Drive, and
Bomber Road have submitted a petition for water service to the Water Department Director.
Turner, Collie & Braden, Inc. wilf pro�ide engineering design services fo� a new water line on the south
shore of La�e Worth to serve residents from indian Cove to Bomber Road. In a�dition to the
preparation of construction plans and specifications, the consultant wilf perform �y�draulic modeling to
e�alua#e pipe sizes and looping requirements to ensure minimum le�els of fire protect9on in ihe
praposed service area. Also ineluded in this contract services is representation at neighborhood
meetings as necessary for public invol�ement in this p�ojec#.
iurner, �Co11ie &�raden, Inc, is in com�liance with the Ci#y's MlVIlBE Ordinance by committing to 2�%
MIW�E participation. The City's goal on this project is 25%.
(n addit[on to the contract amount, $2,500 is budgeted for siaff support and review.
This project is located in COUNGIL DESTRICi 7.
City af �ort Wo�ih, �'eaca�
���� �r�� ����i� �����;���i��
�, �, �i
I DATE R��'ERENCE NUMBER LOG NAME PAGE
si2�ro� - *��o� 33�� 6aCOLLI� I z of 2
sue,��cY p,ppROPR1ATI�N ORDINANCE AND AWARD OF ENG[NE�RIN� AGRE�MENT 70
TURNEF4, COLLIE &�F�ADEN, INC. FOR THE D�51GN OF TH� bERON DRIVE EAST
� WATER LiN� EXTEN510N
FISCAL IIVFORMATIONICERTIFICATIDN:
The �inance Director certifies that �pon approval of the a�o�e recommendations and adoption of #he
attached appropria�ion ordinances, funds will be available in the current capital budget, as ap�ropriated,
of the Water Capital Prajects Fund.
MG:�
Sabmitted for City Manager's
Offlce by:
Mike Graamer
Ortgiaating Departme�t�ead:
Dale Risseler
Additlnnal Infnrmat[on ConfacE:
Dale Fisseler
6140
8207
SZQ�
FUND � ACCOIINT
(to}
1) PE45 444192
2) PE46 538070
3&4) P'E6D 472Q45
4)P160 531200
4)P160 51907D
(frvm)
1} PE45 � 240075
3)PE45 538070
5)P160 I 539200
CENTER
060'! 000
OB09020
D60160151090
060160151090
OB41fi015�090
� AMUUNT
$425,730.00
$425,730.00
$425,730.D0
$425,73Q.00
$ 2,fiO4.DD
� CITY SECRETARY
f �1�1�� CQ C4L
1 �
c F P �� �A01
�L ��
Cit9 S��t�ry ot t�e
�:ity d ��Yt Wox1l�,1`�am�
DOOOQ4D $425,734.00
0609Q20 $425,730.00
050160151090 $425,73UA0 I
i
��[o�fe� Ordir►arr� ����� ada�ted Ordinan� �d���
��