HomeMy WebLinkAboutContract 27151� r
W
�1TY �ECR��AF31° - . _ .
C4NY�ACT iVO. 1
CIiY O� FORT lJ9�DRYW, T�XA�
S�'AN�ARD ACR��[�i�N� FOR �NC1N��RIf�� SERVi�FS
This AGREEMENT is between the City of Fort Wor�h (the "CITY"), and Chiang, Patel &
Yerby, fnc., (the "�NGIN�ER"), for a PROJECT generally described as: Siagecoaci� �ump �tat'ron
Construction �ianagement
/g►rticle I
Scope af Services
The Scope af Services is set forth in Atfachment A.
Article ll
Compensation
The ENGINEER's compensation �s set i�rth in Attachment B.
Articie I[1
ieems of Payment
Payments to the ENGINEER will 6e made as follows:
1. Invoice and Payment
{�) The ENGiNEER shail provide the CITY sufficient documentation fo
reasonably substantiate the invoices.
(2} Monthly invoices will be issued by the ENGINEER for all work pertormed
under this AGREEM�NT. Invoices are due and payable within 30 days of
�eceipt.
(3) Upon completion of services enumerated in Article I, the fi�al paymer�t of any
balance will be due wit�in 30 days af receipt af #he fina! invoice.
(�) In the e�ent af a dis�uted or contested billing, only that portion so contested
will be wi�hY�eld from paym�nt, and the undisputed portion will be paid. The
CITY will exercise reasonabler�ess in contesting any bilf or portion thereaf.
No interest wilf accrue on any cantested portion of the bil{ing until mutually
resafved.
(5) If �he CITY faifs to make payment in #ull to ENGINEER far biliings contested
in goad faith within BO days of the amount due, the ENGINEER may, aftar
gir►ing seven (7) days' written natiee to CITY, suspend s�n►ices under this
AGREEMENT unti{ paid in full, includi�g interest. ln ihe event of suspension
of se�vices, the ENGINE�R shall have no liability to C1TY for delays or
damages caused ihe C1�1( because of such suspensian nf services.
r f���� �0�' [� °?���Q�
l�ij�� S�f���,�?f�„��
-z- „ �
i V" � � .
Ar�icle IV
Qbliga�ians �f the Enginee�
Ame�dments to Artic1� IV, if any, are ir�cfuded in Attachment C.
J�. C�ne�al
ihe �N�1N�ER will ser�e as ihe CI�Y's professianal engi�eerin� �presentat��e
undef this Agreemer�t, pravi�irig prrofessi�nal er�gineering cansultatian and
advice and ��mishit�g customary services i�cid�r�tal tt��reto.
�. 5t��dard �f Ga�
ihe standard of �a,re a�plica�le #o ti�e ENCIN��R's services will be ii�� degree
of. skil[ ar�d dilige�ce normal�y �mployed in the State af iexas by professional
engir�esr� �r �nsultants pertorming tfie �ame �r similar. �ervices at the iime
such services are perfQRne�,
C. S�bsu�a�e Ir��+e��igati�n�
('i) ihe �NCIN��R shaR advise the C1TY with regar�f #a the rte�essity fo�
su6con#ra�t wo�c such as spe�ial �u[veys, tests, test barings, or aiher
5L�}5Uf"fBCG investiga�i�ns in conneciion with design. and engineerir�g
worlt�ta be �aerfaeme� heret�r�der. ihe �NCWE�R shall also advise ghe
CITY eon��ning the res�lis Qf �ame. S�ch surveys, ies#s, ar�d
inves�igatiar�s s�al1 �e fumished �y fhe GI'�, Unless oth�rirvise �pec�fied
in Attactlment A. •
(2) In soils, g�un�ation, groundwater, and other subs�a�ac� ir�vesiiga�ions,
the a�#uaI c�ta�acter�stics may �ary sigr�i�canfly 6eiween s�ccessi�e tasi
points and sa�nple inte�ais an� �t I�C,��lDRS other than ���e
�bservatior�s� explo�afian, and investiga�ans �ave been made. �ecause
of the inheren# �ncertain�ies in subsu�ace evalua#ians= �hanged or
unanfic�pafe� car��e�ground candi�iorts �may occu� that cca�ld aff�c� the
toial PROJ�Ci rast an�Jn� execx�tian. it�ese conditions and
cos�/execution eifecis are not the r�sponsibility af the �NL�IN�ER.
9. �reparatian of �ngirt�ering �rawing�
ihe �NG1N��R will pro�ide io the Glil( the original drawings o� aA plans i� ink
on �eprodu�ibie plas�ic flEm sheets, or as atherwise ap�ro�ed by GITY, which
s�ali b�come ihe property af the CIiY. GIIY may use such drawings in a�y
manner it desires; provided, however, �at the ENCSNE�R shail not be �iab�e for
the �se of s�cl1 drawings for any project ather than the PReJ�Ci desr�ribed
hereir�. �
�. �ngine��'s �errsonnel at �ons��ciion �it�
(i) ihe pr�s�nce ar duties of t�e �NGIN�ER's personnel af a construc#ion
siie, r�fi�ther as on-siie representatives or othe�wise, dn nai make the
ENGINEER or its p�rsannel in any way responsible for titiose duties that
belong to the CiTY andlor the CITY`s canstruc�on cantractors or other
entities, and do noi relieve the cons#ructian cor�tractors or any atF�er
entity of ti�eir abfigations, du�ies, and responsibilities, includir�g, but nvt
_2_
limited to� ail co�struction methods, means, teci�niques, seguences, and
procedures necessary far coardinaiing and completing all porkions of tfie
construc�io� work in accardance wi#fi the �antract Dacuments and any
health or safety precautions required �jr sur�h construc�on wor�c. '�'he
EN�IN��R and its personnel F�ave �o autho�ty ta exercise any contral
av�r �ny c�nsfruciion cor�tractor or ather eniify or their employees in
cannec�ion with their vvork or any health or safety pre�utions.
(2} �ccept to the �xtent �f spepfc site �isits expt�ssly tleiail�� and s�t for�h
in Atta�rrn�nt A, the �NGIN�ER or �ts �e�son�el �hall ha►re no
obiigafi�n oe �sponsibility #o visit the �onstrca�i�n siEe fa laec�me familiar
with the pragre�� or quality of �e completed w�rk on the �R�.J�C� �r ta
detennine, in g�neral, if tne wark on the PROJ�CY is being �e�foRne� in
� mann�r in�s�ting that the PROJ�Ci� ��n e��p=�ted, will be �r�
. ac,cordan� vvith the Contract �oc,�ments, no� �halL �nything in the
�ontra�t �adments �r tf�e agr�emer�t between CIT1� an� E[d�IN��R
b� cansi��� �s r�qUiring �N�IN��R ta ��nak� exhausti�e or �n�n��us
�o��ite insp��tions t� discov�r lateni d�fects in the wor�t ar �ihen�rlse
c�e�1c �� Q�ality �r quant�ty �f �e wo�c �n the Pi�Q,l�Ci. �f� gAr any
�eas��, gh� ��[�1M�E� s�ou�d �ake a� on-site o6servatian(s), en #he
basls'•�f �t�� o�wsite o�ser�atio�s� if �ny� the �R1G�N��R �hail enc�eador
#a I�eep 4tte CITY ir�formed of ar�y deviation fr�m the �orttract nocumenfs
caming to #he �ctual nc�ti�e of ENCWE€R r�g��ing the PROJEC�'.
{3) When prnfes�ia�at r,�ri�fica�ion of per��eman�e o� characfe�siic� �f
m�ter�als� �ysiems o� equipment is re�s�nataly �equire�l fi� perto�n the
se�►►ices set go�fih in the �cope of �ervi�s� th� �N�I���R sha�f be
en�i�le� ic� re[y upor� s�acll ce�ficat�on fo estabiisi� m�terials, sysfiems or
equipmenf a�d �e�f�rmat�ce �iter�a to be requi�ed in fhe Contract
�acum�nts. .
�. �pinions of �r���ble �osi, Fin�n�i�l ��r��i��r��i�r�s� ��d S�h�dul�s
(R) The �N{3�[d��R shail provide apinions of probabie cos#s based �n the
current ar�ailable informaiion at ihe �ime ot p�epara�ion, in acca�danc.�
wit� Atta�ment A. �
(2} In p��iding -�pinians of cAs�, financ�ai ana[yses, ecanomic feasibiiity
proj�;ciions� ar�d schedules fa� the PROJ�Ci� the �N��NEER has no
control �ve� cosi �r price of labo� an� materials; unknawn o� lat�nt
candit�ons of �xisting equi�ment or struct�r�s tha# may aff�ct ope�a�iar�
or maintenance costs; competi�ive bidding procedures and marf�et
condi�ions; time �r qualify of pertorroance by third partias; quality, type,
managemer�#, or direction of operatir�g petsonnEl; and other e�onomic
and apera#ional factors that may materially affe� the ul�imaie PRQJ�Ci
c.�si o� schedule. Therefore, the �NC1N��R makes r�o rrvarrar�ty ihat the
CI�Y's a�ual �ROJ�Ci costs, fnancial asp�cis, eear�omic feasibifity, ar
sehed�les will r�ot dary irom th� �NCIN�ER's opinions, �nalyses,
projections� or �stimates.
G. Construciion ��ogre�� Payments
R�cammendations by the ENGINEER #o the CI�I' �or periadic cansiruci�on
pragress payments ta the constrc��tion cor�tractor wi�l be baseti on the
ENGINEER's knowledge, informatinn, arid belief from selecii�e sampfing and
�3-
abservation fhat the woric has progressed to the point indicated. Sucti
recommendatians do not rep��seni thaf can�anuaus or detailed examinatians
have been made by ihe ENG�NE�R to ascertain thai the construction eontrac#or
has camp�eted the war�c in exact accarciance with the Contract Documents; tha#
�he final worfc wiYl be acceptabl� in aIl �espects; that the EI�CIN��Fi has made
an examination to ascertai� I�ow ar fpr wi�at puYpose the consint�tion cvntra�ior
has used the moneys paid; that title ta any of the wo� materials, a� equspment
has passe� io the C[� free �nd clear of (i�ns� c!aim�, se�urity interests, �e
encumbranc,�s; a� that ther� are not oi�er matters at isstte betiween the C�TY
an� ihe constn��tian c�nira�t�r that �ffe�t ti�e arnot�nt fid��t sh�uld be paid.
H. Record �rawing�
Rec�rd drawings, ff req�ire�, wi[� �e pr�epared� . in pa� or� �h� b�sis �t
intormatian rompil�d an� f�smished by oth+�rs, �nd �nay naf ahnrays �epr�sen�
if�e exact 1oc.�iian, type of vario�s compor�en#s� or ex��t �manner in whir.h if�e
PRQJECi was finally construcie�. ihe Ei�G[N��R is not respansi6�e for �ny
emors �r omissi�ns in the info�rnatian from oth�rs th�t is incorpo�ated into the
rec�i� tirawing�.
I. �lin�rif� �nd l��rr��r� ���in�� ���erpri�e (Ml��j ��tr�I�ipation
In accar� w�t� �ity of For# l�ilar� Orciir�ance �v. 9i9�3, the �ity has g�als fo�
iI�e partidpation of minority �usiness enterprises �nd _ wam�n bu�ine�s
ent�rpr�ses 'in City �antr�acts. �ngi�eee ac�Cnow[e�ges �• the . Ni�V�� g��i
established far this cantrac� �nci its �ammitment -to rmeet -that gaaE. Any
misrepresentati�n of facis (ot3�er than a n�glige�t rnisreprese�taf�on).andl�r the
commission of fraud by the �ngineer may restitt in the .termina%an of this
agr�ement �nd debarment from parEicapati�g in �'tty e.nr�iracfis fo� a Period af
�ime of not fess than tt�ree (3) yea�s.
J. Righ� �� Audi�
(9} �NG[N��R agrees t�at #I�e CITY sha[I� uniit �he expiraii�n of th�ee (3}
years afte� final payment unde� this contrac#, have access �� and ihe
�ight ta examine a�d pfi�tocopy any �i�d�y pertir�ent-6oa�ts� �o�ments,
papers �nd records �f the �N�1�i��R inr►olming iransacti�ns celai�ng to
this cant,ract. �NCINE�R agress that the GI`i� shals have aEcess during
normal working f�o�rs ta alE necessa�y �NCIN��R facili�ies and shall be
provid�d adequate and appropriate war�c space ir� order to �nduct
audlts in eompliance with the pr'ovisions of this section. ihe GIIY shall
gi�e ENC3INE��t reasor�able advance nntice �f intend�:d audit5.
(2) ENC1td��� fucthe� agrees ta inc�ude ir� al[ its sutaconsultant agreement.s
h��eunder � provision ta the sffact that the subcansultant ag�ees ihat
tl�e CIT1f shall� �tntil the expi�atian of three �3) y���s after fnaC p�yment
und�r fh� s�bcvntract, have ac.�ss 40 �n� the �ght fiv examine �n�
photocopy �ny directiy p�rtinent boo�Cs� do�aments� pa�pe�s �r�d �ecords
of such su�consultant, 'rnvolving transacti�ns to #he sube�ntract, and
fur#heP� �hai the GIiY �hall i�ave access d�ring norma[ warking hours to
all subcor�sultant facilit�es, ar�d sF�alt be provided adequate and
ap�rapr�ate work s�ace, in order ta condu�t audits in eamplia�ce with fhe
provisians o# this articfe tagether with subsectian {3)he�eo#. GfTY shall
give subconsultani reasonable advance no#ice af i�tended audits.
-4-
{3) �NGIIV��R and subconsuItant agree to photn co�y suctt documents as
may be requesied by tt�e CITY. Yhe CI�1( agrees to reimric�rse
�NGiI���R for i�e cast of copies at the wate pubf�shed in ihe Texas
Administrati�e Code in effect as af the time copying is pertarmed.
FG ���1N��R's lr����an�e
('i) Insuranc� cav+�rage and limits:
�N��N��R sha�l pmvide ta the �ity �e�ifi�te{sj c�f insuranc� do�rmer�ting
�licies of ihe fa[lowing caderage st minim��n limiis w�ieh are to be in effec#
�ei�r to c�o�n�en�ement of war�c ori the �ROJ�GT:
��merraal �eneral Li�,bifity
�1,OOO,ADO each occurrence
�'[,D00,�00 sggregaie
A�tom�bi[e �iabil'�iy
�'��800.0�0 each a�'s�ent (or reas�nabfy equt�aZent [irrnits of co��rage if wriften
or� � split [imiis b�sis}. �ader�ga sha�i ta� �n �r�y vehi�e �ased in the co�rs� of
the �R���i:
Wor�ce�s �mpensaiian
�verage �O: sta�.tta�r iimits
�overage �: S'� OO,OOa eac,In acadent
$�00�000 dis�as� - poli�y timit
�°�OQ,000 disease - each �mplayee
Professiot�al �iabi[ity :.
$�,QOO�OOQ each r�aimla�n�at agg�gate
{2} �ertife�t�s �f i�sU�ance e�idencin� th�t the �NC1N��R has �btained atl
r�quired i�surar�ce shall be delive�d to th� Gl'�Y prior to �M�[NEER
proceeding with tf�e PR�JECT.
{a) �ptic�ble polic�es shall be er�c�arsed io name tl�te C[TY an
A�ditio�al Insurad thereon, as its interesf� m�y appear. The tefm
�ti�l s�a�l irtclude its emplayees, aificers, affcials, ag�nts, and
volunteers as respects the cantr�cted servic�s.
(b) �riificate{s) pf ins�rance� � sha11 documenf th�t insurance
cove�ages speciFed accoPding to items section K.(R) and K.(2) of
this agreement are prowided uroder ap�iicable poticies
da�umenied thereon.
{cy �►r�y tailure an part of th� CIiY ta requesi �equired insu�ance
clocumentation shall noi cons#it�ie a waiver of the insurance
�equirements.
(d) l�, minimum �f thi�y (3pj days natice of c.�ne.�[lation� nan-renewal
v� maierial chang� in coverage shatl be pravided ta the CEi�l'. A
ten (1a} ciays no#ice st�all b� accepta��e in the even# of non-
paymerit of premium. Such terms shatl be endorsed onto
�NGINE�R's insurance policies. Notice shalf be sen# to the
--5-
respective D�partmer�t Director (by name), City of Fort Worth,
1 QQO Throckmorton, Fort Worth, Texas 76102.
(e} Ins�rers for aIl palicies must be a�fhorized to do business in fhe
siate of iexas or be otherwise approvec[ by the CITY; and, su�h
in�urers shall be acceptabte to the CI�Y in terms af their fir�ar�cial
strer�gth and solvet�cy.
(�} �educ�i�Ee iimits, �� �elf ins��ed reientions, affectin� ir�s�rance
r�eq�ire� her�in may be a�e�ta�le to fhe �[TY �t its sole
�is�eti�n; an�� in lie� �f �a�itional insuranc�, any alt�rna��re
�verage rnaintained thnough insurance p�als �r risk rr�ten�an
groups m�st be als� appeo�e�. 9edic,�ted financaal resour�es o�
l�tters of ��it may a�so be a�cepta�le to ihe Ciiy.
(g) ApPlic.�ble p�licies shal[ eac� be endorsBd with a waiver of
s�brogation in favor of the CETY as resAect� �he PRAJ�C�.
(h) The �ify shal! �e entitie�� �pon its requesf ar�� wiihout in�rrring
expense� fo review the ���1N��R's insurance p�li�ies ind�ding
endorsem�nts tn��eto and, at if�e �IiY's d�sct�t�on, the
�N(�IN��R may be �q�aired to prnvide proot of i�s�ranee
premium payments.
(�) The �ammerraal (a�n�ral �,iability insurartc� policy shali have n�
ex�[usions by endorsements uNess such are approved by the
CI�'Y. �
Q) 7fie �rofessiona[ Va�ility insuranc,� pa[icy, if writt�n on a dairt�
made basis �halt ta� �nainiained by the �N�[N��f� for a minim�m
iw� (2) yea� periad subseqUent to the te�m of the t�spec�ve
�R�J��i c�ntracf witY� �ttte �I�'Y .�n�ess such c�v��age is
�rovided the �NCIN�ER on an �ccurrence basis.
{k) i'he CI`!�( s�a�l n�t be resp�nsible for the �direct payment �f ar�y
insurance p�emiums requi�e� by this �greemen�. 1t is un�erst�
thai insUrance casf is an allowable com�or�ent af EM�CN��R's
overhead. _
(I} Aif insurance required in section E{., except for the Prafessional
LoiabiEity insurance policy, sha11 be written an an occ�mence basis
in order to be approved by #he CITY.
(m) Subconsultant� to the �NGIN��R shall be �equired by fhe
�NC�[N��R ta maintain the same or reasanably equivaleni
insUrance c.overage as requzrr�d �o� the �NGIN�ER. 11Vhen
insUrance cove�age is maintained by s�bconsultanfs, �NG[N��R
shalF pro�ide C[ fY with dor,�mentation thereof fln a certifcate of
insurance. Natwithstanding anything to the cor�ir�ary contained
he�in, in the event a subcans�itant's insurartc� coverage is
s�nceled o� terminated, such ca�cellation or termination shall not
consiitute a br�ach b�+ ENGINE�R of the Agreemenf.
�
L. Inde��ncie�t Cansuttant
The ENCIN��R agrees to pertorm all services as an indep�ndeni consultani
and nat as a subcantrac#ar, agent, ar employee oF i�e CIiY.
M. Dis�losure
ihe �I��IN��R ar�cnawiedges ta the CI�Y that it has made fc�l[ �isc�asu�e in
writing of any �xisting �onflic�s �E interest nr potential canilicis of int�r�s�,
ine�t�ding persa�al fr�ancaal interest, direct �r Endirect, tn praperiy a�attttir�8 the
pro�osed �RO.i���' and busi�ess r�elationships with �b�attjng �roperty �ti�s.
ihe �NG1IVE�R ��rth�r ae.k�ow�edges that i# wi[I make disc�osure in w� i�ng of
any c,onflicts af interest whic� �e�elap st�bsequent #o the signing of this contra�t
and �riar to �na1 paymen# un�e� #he eantract.
N. �be�#�� �r W�rdo�� S�b�Y�n�e�
{1} if asbestos or ha�ardous substanc,es in any form a�e encounter�d er
st�spectec�, the �N�IN��R. wiil st�p its �wn wark in the affecte� po�fions
�f tt�e �FtOJ�C� to pe�rnit testing �nd e�al�aiion.
(2j �f as�estos or other ha�ar�lous subs#ances are suspecied, th�
�N�I[���R will,:�f peqUeste�� assist the C1 iY in a�taining the �ervic�s of
a Quaiifed s�bcontrac#g� 4o manage the t�medla#ion �ctivities of �e
�ROJ �CT.
O. Permtffing �4�or�i��e� � Desigr� Changes
lf perrniiting authorifies require design c.hanges so�as fo comply witii published
design criteria and/or �urreni engi�eet�ng p�a�ce sta�r�da�cJs which ihe
�N�IN��R sho�ld have been aware �f af ti't� �#ime this Agreement �ras
executedr the �NGIN��R sha�l �vise pians and sp�c.if�ca#ions, as required, at
i�.s own cost and ejcper�se. F�oweve�, if design char�ges are �eqt�ired �iUe ta ttie
c�anges in the permitting auihor�#i�s' p�b[ished design criteria a�dlor practice
�standards c,riteria whic�t are published a�ter the date of this Ag�eement which
the �N�IN��Ft could nat have been reasonably aware of, the-�MG1N��R shal[
notify the C1TY af such cizanges �nd a� a�justment in campensation will be
made throug� an amendment to this A�R�EM�hi.
�ic�e d
�bligafivns of 4l�e �ify
Amendmer�ts to Articie V, if any, are inc�uded in Attachment C.
A. �ity-���nish�d �ata
ihe �[YY wiil �nake availabie ta the �NCIN��R a11 tecti�ical data ir� the C1TY's
possession r�ela�ing to the �NGIN€�R's s�rvic�s an the �'ROJ�GT. The
ENGIN�ER may rely eapor� the accuracy, timeiin�ss, and completeness af the
information provided by the GITY �xcept when �+eri�ica�ion is necessary #o insure
the proper defi�ery af services to be performed.
o�o
6. Access fn Faci�ities and Property
The CITY wiil make its far�lities accessible to the �NC�INE�R as required for the
�NGINE�R's perFormance of its services and wi�l provide labar and safeiy
equipment as eequired by #he �NG1N��R for such access, ihe C�TY eviil
perform, at �o c,ost to th� �N�it1��R, such tests of equiprnent, machinery,
pipeltnes, a�►d oih�r companenfs of the CI�1f"s faci�ities as may be required in
connectiah +�th fhe �NCfH��R's services. �he CIiY wilf be responsiiai� for a!I
acts of ihe CIYY"s personnel,
�. Adde�iisem�n�s� €��rnrtits, an� �,��e�s
UNes� �thervvise �greed tn in the S�o�e of 5erviee�, the �{iY wiq obtain�
at�range, �n�i pay fee all adver�tis�met�ts #or bids; permits �nd [icenses r�quired
by lor.�[, state� o�° federal authonties; ar�� land, easements� rights�f way, and
access nec�ssary fn� the ENGItd��R's servi�es or PROJ��i construcEion.
D. iim�ly R�v�ew
ihe Cfi1( will exam�ne the �N�IN�ER's st�cdies, reports, skeic�es, drawings,
specaficafians, p�posals, and atheP �e�mer�ts; �b#�in �d�ice of ar� atfomey,
insurance co�nselo�r accaUntan#, audit�r� bond and fnancia� advisors� and ather
const�[tants as th� �[1Y �eems a�p�ap�at+e; arod �ender in weiting decisians
���uir�� by the CI�1l in a fimely mann�P in a�rdanee with the praject schedule
in Atta�ment D. �
�. �t9campfi �[o�i��
i'�e GIiY will give prompf writt�n r�atice to #he �NCINEER wheneve� GITY
obser�r�es or becomes aware of any development that affects the scop� o� timing
of the �NGZNE�R's �ervices or of any defeci in the work of the �N�1N��R or .
constivcf�on c.Antractors. .
F. �►sbe�tas �r Ha�a�dous S�bs#anc�s and [�demnifcatian
{9) io tf�e maximum extent permitted !ay faw, the CITY witl indemnify and
release �NGIN��R and its officers� emp�oyees, ar�d suY�cor�tracEars from
a�l r�aims, damages� �asses, and costs, incl�ding, 6ut not fimiied fo,
attome�s fees ari� (itigation e�enses arising out o€ or relating to the
presence, discharge� �elease, or escape of ha�ardous substances,
� r,c:ntaminantsF o� asbest�s on or from the PRO.lECi. Nathir�g contairied
herein s�a![ be co�s#rued to �equire the ClT�1' to levy, assess or co�iect
any tax ta fund ihis indemniiica�ior�. ,
(2} The ir��lemr�ifica�ion and re�ease required above shall not app�y in the
event the disc.�haPge, release ar escrape of hazardous subsiances�
contaminar��.s� or asbestos is a resutf af EN�I�I�ER'S neg[igence or if
sUch hazardous suhstance, con#ami�ant or asbestas is braught anto the
PROJECT by �NG(N�EF�.
�g_
C. Contrac#ar Indemnifi�a�ion and �laims
The GITY agrees to ir�ci�de in all canstruc�tion rontracts the prov�s�ons of Artir�e
IV.E. regarding the �NGIN�ER's �ersonnel at Cons#ruct�an Site� and provisions
prav�d�ng contracior indemnificaiian of tfie Cli'Y an�1 ti�e ��IG1N��F2 for
cflr�irar.tar's neg[igence.
H. G��fra�o� �laims and ihird�a�iy ��n�ficiari��
(�) ihe C[Ti' ag�e�s io in�u�e the f�liowing �lause in alt �ntrac�s airf�
constru��n caontr�ctors and_equipm�nt �� mai��i�is supp[iers:
��o�tractors, s�bcontractors an� equipment and �►ateriais
suppliers on the �RO�f�Gi! a� their �ureiies, snatl maintain no
direct ac�ion against ihe �NGIN��R, iis afficers, employees, a�nd
s�h�nt�-a�t�rs, to� any r�aim a�s�ng out of, in co��ec�on with, or
r�sulting from the engineerin� s�rvi�s p�rformed. Onfy the �[TY
wiIl be th� �eneficaary of any undet�aKing by the �N�INEER "
(2) ihis A�R��M�N�' gives r�o �ghfs vr b�nefts io anyane other tha�t the
C1TY an� th� �NGIN�ER and there �re r�o th�r�pariy beneficaa�ies.
(�} The C[i`f will indude in e�ch ag�eement �E enfers into with any �ther
enfiiy �� �r�on �egardi�g �►� PROJ�G� � provision that sucti eni�tjr or
Persan shal! hav� na thirci-�ar�y �ene�icaa�y r�ghts under this Agreement
(�} Nothir�g c�nfained in this se�iia� l�.�i. s�ap �e c�nstrued �s � waive� of
ar�y right the CIiY has to bri�g a daim agair�st EMGIN�ER.
l. CIT�"s insuran�e
(�) ihe GiTY may mainfain ptnpe�y insurance on cer�in p�e�exis�ng
siructures associated wiih the PROJ��i.
(�} ifne Cl'i�' will �nsure that �uil�ers Riskltnstalla�ion insurar�ce is
maintained at the replacement c,�st yal�e of the PROJ�CT'. ih� CiTY
may provide �NG11�E�R a copy af the policy or dac�mentation of such
an a certifi�ate of insurance.
(3) 7he �ITY will specafy that the �uilders Risk/lnstallatian ins�r�nce shall
be comprehensi�e i� coEverage app�apr�ate ta i�e PRQ,��Ci' risks.
J. I�ifiigation Assisf.an�e
'�he Scape of Serv�ces c#oes not include cos�s of fihe �NCINEER for required or
re��ested assisiance #a support, pre�ar�, �acumenf, brir�g, defe�d, or assist in
litigatian unde�Eaken ar defended by the CIYY. In the evenf GIiY r�quests such
services af the �f�CINE�R, this AGR��M�N'i shal[ be amended ar a se�arate
agreem�nt will be negoti�ied �aetween t�e parties.
�
K. Changes
ihe CITY may maEce or a�prove changes wi#hin the g�nerat Scope nf Services
in this A�;RE�MENi. If such citanges affecf the �N(3lN�ER's cost of ar �ime
required for pertarmance of the s�rvices, an �quii,able adjustment wiIl �e made
through an amendment to this A�R�EMENi with app�opriate CITY approval,
I�.��Vi
��n�r�l �gal ��disi��s
Amendm�nis to Arti�l� Vl, if any, are in��ded itt Attacl�ment C.
A, Aufhoti�aii�n t� ����e�
ENC11d��R sh�tl be �ufhoriized to proceed with this A�f���AII�NT �pon �eeeipt
of a writt�n No�ice to Proceed from the Cl�i Y. '
�. FZe��e.o�' ��aj�� �o��m�nt�
AI[ des'sgns, drawings� �pec�€icatiens, �ocurYtents, andl ofher war€� produ�ts of the
�N(�1NE�R, w�ether� in hard �py or in elec�onic tormr ar� instrumenfs of
service far #his [�F�BJE�T', u�efheg the PRO,i�C� is �ampleted or n�i. Reuse,
c.�ange, o� �lt��atiat� by #he Cf�V �e by �thers a�ting thr�Ugh or on behal# of fhe
C1TY of any suc� instruments of service withot.� the wiitten permissian of the
�N�iN��R wilZ be at the Cli`�'s sote risk, ihe f�na! designs, drawings,
�pecifir�tions and �acumenis sha(t be awned by ihe �[`f�(. �-
C. ����� �Illia���r�
ihe �N�1N��t� 'rs not �s�onsible for �amages or delay in �e�forman�e ��sed
by acts of �od, sirikes, loc�couts, accidenfs� a� other eve�ts beyan� tfie �onfrol
af the �NCIN��R. � � �
D. iermina�ian
('�) ihis A�fi���M�(dT may be terminated oNy by the Ciiy for conveni�nce
on 30 days' wrififen no�ice. This ACREEM�Ni may be termirza#ed by
eithar the GIiY nr the �N�INE�R for cause if eithe� party fai[s
substantially fo pertarm ii�rough rto �'a�ft at the other ar�d does nvt
commence cerrec#ion of s�c� nonpertorrnance wiih � days of written
natic� and diligeni[y ct�mplete the correction thereafter.
(2} [f this A(�R��M�Ni' is terminated f�� the can�enience af the Cify, ihe
�NG[N��R wilt be paid far terminafion ex�enses as follaws:
a) �osi oi reproduction of partial ar complete studies, pians,
speci#ica�ions or oti}er farms of �NGINE�R'S work product;
b) Out�af pocket exper�ses f�r purchasing storage can#ainers,
micsoflm, elec�ronic data files, ar�d other data siorage su�plies or
s�nric�s;
-10-
c) The tlme r�equiremenfs for the ENGfNEER'S persor�nef fo
documenfi the wor�c und�rway at the time the CIZY'S terminatian
for conve�ience sa that the wor4c effort is suitak�l� for lang �me
storage.
(3) Priar io �roceeding with #ermir�ation services, the ENGI(�E�R w�ll
submit to the �IIY an itemEzed sta#�ment of all #erminatior� �xpenses,
i�e �[ i`�(°S a�pro�at wiit be obtair�ed in writing priar to p�oceeding wifh
terminati�n services. .�
�. S�spension� Dei�y, �r ln�errupti�n fio l�or�
ihe CI�Y may s�rspend, delay, �t� it�terrupt the servic�s of ihe �[d�IM��R fo�
th� canver�ien�e �f t�e CIiY. !n the er�er�t of �uc�t suspension, d��ay� o�
in4�map�ion, an e�c�itable sdjustment ir� the PR�J�CT"s s�eduie, �mmftm�nt
and cvsi af the �NGIN�ER's personnel and �ubconiracto�s� an� �fd��t���R�s
compensa�ion wifl k�e made, �
F. f�d�mnification
(1} T°h� �NC�ZM��R agr��s to i�dsmn�fy and defend the �IiY from �ny ioss,
cosi, o� exp�nse claimed by thirc� pa�;ies far pr�per�y damage �nd bndiiy
inj�ry� inr��ding death, cause� sa�sly by the negfigence ar will��I
miscanduct of the �NCIN��R, its emp[oyees, � officers� and
subcontrac#ors in connection with the f�RQJE�T.
(2) If the negligence o� wi��ful �misconduct of bath the El�C�Ii���R a�d the
�ITY (o� a persan ider�tified ab�ve far wfiam each is I�able} is a eause of
such damage o� injt�t�r� the loss, c;ost, or ex�ense sMaA be sha�+ed
between the �MG(N��R and the Ci�lf in p�apo�ri�n io their PeEative
ciegrees o� negligenr� o� wi�IfuI r�iscar��uct as detePmin�� p�rsuant ia
i.G.P. 8� Ft. �ad�� sec�ior� 33.01'i{4) (Vefnon �cap��ement �99�),
C. A,ssignment
Neither party vrrilt assigr� alf o� any par# of this AGR�EMENT without ffie prior
written cansent of ihe ofher party.
H. Inter�r�tatio�
�.imifations an liabiiity and indemnifies in ti�is AC�RE�MENi° ��e �usiness
understan�ings between the �arties an� shall ap�ly to a!I the different theo�ies
of �ecaveryr inciuding breach oi contraci or warranty, iorfi inc�uding negligence,
s�ricE ar statutory �iabiiity, or any athe� cause of actian, except �or wil�fu[
-miscondt�ct ar gross r�egliget�ce far I'rmitations of liability and sole negligencae for
indemniiicatinn. €'arti�s means the �iYY and the �NCEN��R, and 4hesr aiticers,
emprayees, ager�ts: and su�car�tractors.
I. Jurisdicfian
The {aw af the State oi �`exas shat� govem the walidity ot �this AGR�Eh1��N�, its
interpretai�on and perfvrma�ce, ar�d any other claims relai�d to it. The venue
for any litigativn related to this ACREEMEMT shall be Tamant Gounty, �exas.
_x�_
J.
�
�.
Alt�;ma#� C]ispute Resolution
(1) Atl daims, c#is�ufes, and ather matters in question betweer� the CITY and
�NGtNE�R arising out of, or in connec�ion with this Agreement or #he
PR�J�Gi, or any breac� af ar�y abligatior� or duty of Cli'Y or
��GIN��R hereunder, wi[E be submit�ed to media�ian. !f inediai�on is
unsucx,�ssful, ii�e claim, dispcste or oiher matter i� question shalt be
submitted to at�bitrat�or� �f both par#ies acting reasanably agree #hai .the
amount of the disp�te is �ikely io be less than �50,000� exei�asive of
att�me�'s fe�s, eosts and ex��nses. Arbitra�ort shall be in at�r�ar��e
with the �onstruction Industry Arbitraiion �ules � o� ihe Ameriean
Arbitratian Ass�c�ation or ather applicabie rules of th� Associa#ion then
in effeet. Any award �en�ered by #he ar�bitrators less than �SQ�OflO�
exclusive af attome�s #ees, c,osts ar�d expenses, wip be final, judgmeni
may be entered ther�an in any cour� having jurisd�ctio�� and will noE be
subject ta �ppeaf or tra�ifcation except to the extent pecrni�ied by
Seciions �0 ar�d 11 of the Federal A�itration A�# (9 U.S.�. Secfiorts 'f0
and �i 1).
(2) Any awa�d greater th�n ��O�ti00, exclusi�e of attbmey's
ex�enses, may b� �itigated by eiil�e� �ariy on a de �
award �hail bec�me �inal ninety (9D) days �rom the date
If [itigafian �s filed by ei#he� patiy within said r�inety (9�)
�ward sha�l become nu�I and �aid and shatl nat be use
for a�y purpos� in the !i#igatior�.
Se�eerab�lify and S�rr�ivai
fees� cvsts a�d
ovo basis. �he
same is iss�ed.
day period, fhe
d by either party
if �any of fhe �resvisions cantained in this AGR��MENi are he[d fa� a�y reason
ta �e invali�� illegal, or �n�nfor�ceable i� any �espect, s�ch invalidity; i�legality� ��
unenfarceabitity wi![ �at affect any otfier provision� and this A�R��Ni��i shal[
be cans#rue� as i� �caci� i�va�id, iliegal, ar �nenfa�ceab�e provision had never
been can�ained herein. Artides V.F.s VL�., Vf.�., Uf.F�., VI.1., and VI..l. shail
sUrvive termination of this AGR��M�Ni far any cau�e.
Obsei�e and Comp[y
ENGIN�ER sY�atl at a!I times abserve and camply wiiYi all federal and State laws
an� reguia�ions and with all City ordinances and reguiations which in any way
affect this AGR��MENi and i�e w�rk hereurtd�r, and shalf o�serv� and campfy
with all oniets, laws ordirtances and regula�ions which may exist or may i�e
e�acted later by go�emir�g badies naving j�risdiction ar au�ority for such
enactmen� No plea of misu�derstanding or ig�orance thereaf s�all be
considered. �F�CIN��R agrees to defend, indemnify and hold haRnfess �fTY
and ati ot i�,s o�ce�s, agents and emptoye�s from ar�d against ali ciaims or
�iabilify arising out of the viaEation of any such arde�, law, ordinance, or
regulation, whether it be by itself oc its employees.
-12-
Arficle 1�11
Attachmenfs, Sch�dules, and Signafioure�
This AGREEMENT, inc{uding its attachments and schedules, constitutes #he entire AGREEMENT,
supersedes all prior wriiten or oral u�derstandings, and may only be changed by a written
amendment execut�d by both parties. The following attachments and schedules are hereby made a
par# a� this �GREEMENT.
Attachment A— Scope af Services
Attachme�t B -- Campensation
Attachment C— Amendments to Standard Agreem�nt
.� J -
AT�T: ! �
� � JC /.r� :�.� .
' C�laria Pears n
City Secretary
C1TY f�F FOR�I`11rifOR`►�i
�ay: , , ..- � ,, " ... ..
MiEte�roomer
Assistant City Manager
�' - ���� � / / _. ..—
�antrect Authorfza�ion
�i �` �,� � , � �-
Da:te �
APPROVED: ,� ''
,� ' . �. -
By: �'� _-"r �� •
� �ISSL'IB1� i�.E.
Directar, Water Department
APPROVED A5 TO FORM
AND L�GALITY
Assistant Cit�+ttomey
-13-
CHIANG, PATEL & Y�RBY, INC.,
ENGINEER
g 6dl��
y -
William E. Carrofl, P.€.
Vice President
ATTEST:
�y: ����
�
Michael F. Gra�es, P.E,
Project Manager
„��`':i� °���l�Jl��
��� �� ������
�,�o���'�. �o
/'4��F��Jf71tl1�1�S� ii A 1!
Fy
����� OF ���IIIC�S
�O���RUCYIOf� l�dll�l�AGf�III�EN1` O�
�i�eCE CO�eGH Pl��� �TATIf�I� IM�R�VEII�EIVi�
P�OJE�i ��SC�I�iION
The City of Fort Worth propases construction af a new pump stafian faciliiy adjacent to �he exisfing
Stage Coach Pump Station lacated at 8608 West Freeway (IH-30}, Fort WVorth, Texas. The project
will be coordir�ated to a�low the existing pump statian to remain in service during the canstruction of
the proposed pump station, t�us rninimi�ng out-of-service periods.
The Engineer will pertorm Construction Management servicss to include part-time, on-site resident
representaiion for construction observations, construction contract a�ministratior�, fiefd testing,
witness facility tesiing, canduct substantial completion and final inspections, and review Contractar's
record drswir�gs.
�CO�� �F SER1/1C��
PROJ�Ci iASKS
As �art of tne professionaf services required to complete this project, the Engineer wilf perform �he
following taslcs:
iask 1 Peoject NYanagement
Project management activities will consist af the following:
� Coordinate Project Kick-a�F M�eting - The Engineer wil[ conduct and coordir�aie a�roject
kicicoff meeting which will include representa�ives fram the City and Engineer's
subconsultants,
• Constructability Review - The Eng9neer wifl review the 94% complete Contract
Documents and prepare writter� r�view comme�ts.
• Subcontractar Coordination - The Engineer will caordinate the subconsultant and testing
service contracts and activities.
� Pre-Construction Meeting - T�e Engineer will attend the project pre-construction
meeting.
• Monthly Invoices - The Engineer wifl �repare and st�b�nit e�ght (8) monthly invoices for
construction management activities.
o Monthly Praject Meetings - The Engineer will conduct eight (8) monthly pragress
meetings with representatives from the City and Cor�tractor.
T:WROJECi34CFWD13I14GREEMEN71ATfACFiMEMT•A�OG f1" I August28� 2041
� Re�iew Contractor Pay Requests - The Engine�r will review �ight (8) Contractor Pay
Requests.
o Shop Draw�ng Review - The Engineerwill recei�re and keep on file, thirty (30) contractor
submittals. The Engineer will coardinate and make recammendations ta the Design
Engineer, when appropriate, concerning field observativns that could impact t�e
dispositian of �he shop drawing.
� Monthly Progress Repor� - The Engineer will prepare and submit eight (8) monthly
prflgress reports to the City. The reports will include construction ac�ivities to date,
percent complete, testing results, and othe� per�inent informatian.
o Other ffiems - Engine�r will request necessary interpreia�ions and clarifications ofi
Contract Documents from the Design Engineer. The Engi�eer will prepare change
orders, and make recommendations to the Owner as to acceptab9lity of the work.
Daliverables: Meeting minu�es, progrsss reports, pay requests, submitta! log, and change orderlog.
ias� 2 Construction f�anagement and iesting
Construction Management ar�d Testing will consis� o� activifies related to the observation of
construction progress. Testing and inspection activities will qe performed by the Engineerto assist
Dwner in defermining thai construction is proceeding in accor�ance with the Cantract Dacuments.
Canstruction vbservation will be on a part-time basis, involving a pre-determined number of site
trips, with observation occurring during specific constructian phases or afiier specific portions of the
work are camplete. Construction management and testing wil! incl�de the following activities during
the s�ecific Phases:
PH�S� �9 � �reliminary 5i#e dlfork
� Canstruction Staking - Enginee� will observe the Cantractor's layout. One (1) trip will be
required.
� Clearing a�d Grubbing -�ngineerwill observe the cleared and grubbed site. One (1) trip
will be required.
• Buried Pipe Instailation - Engineerwi�l observe buried pipe instalfation. Two (2) trips wiil
be required.
e Duct Bank lnstallatian -�ngineerwill observe the electrkcal duct bank i�stallation. Three
(3) trips wifi be required.
� Transformer Connection - Engineer will observe the transformer connection. One (1) trip
will be required.
• Pi�e Testing - Engineer wi11 witr�ess Contractor's pipeline testing. Two (2) trips will be
required.
� Testing - Two {2} moisture density tests, two (2) liqui� and plastic limit tests, faur (4)
fabaratory sieve anaiyses, and twenty-four (24) in-place moistur� density tests wiil be
conducted during Phase 1. Ten (10) trips will be required.
T:WRQIECT85CFN9137VrGREFJ�N7WTTACHMENI=A.00C A�2 AuguSt 26, 2aQ1
PbASE � � �aundation
o Faundation Preparation - Engineer will observe the #oundation work. Three (3) trips wifl
be required.
� Form Work - Engineer will vbserve the concrete form work. Faur (4) trips will be
required.
• Concrete Pour - Enganeer will witness the cancrete placem�nt and witness collection of
concrete sample cylinders. Twelve (12) trips will be required.
o Testir�g - Three (3) moisture density �ests, three (3) liquid and plasfic limit tests, two (2}
laboratory sieve analyses, seventy-two (72) in-�lace moisture densitytests, and thirty-six
(36} cancrete cylinder tests will be canducted during Phase 2. Thirty-eight {38) trips will
be required.
�HAS� 3 � Structural
• Buildir�g Const�uction - Engineer will observe CMU and brick veneer construcfion,
reinfarcement, and building openings. Fir�e {5) trips will be requirad.
� Pilaster Construction - Engineer will observe pilaster reinforcement and construc#ion.
Three (3) tr�ps will be required.
m Roaf Construction - Engineer wiil observe roof construction. Three (3) trips will be
required.
� Steel Welding - Engineer will observe steef welding construction. Three {3) trips will be
required.
• Testing - Twenty-four (24) sets of martar cube tests will be collected and tested. Twelve
(12) sets of grout prisms will be collected and tested. Nine (9) trips will be required.
�I�AS� 4 - Nlechanical, �lectrical, and Instrumentafion
� Pump Installation - Engineer will observ� pump ins#allation. Two (2) trips wilf be
required.
� Pipe an� Fitting �nstallation - Engineer will o�serve pipe and fittir�g mater�al and
instal{ation. Two (2) trips will be required.
� Instrumentation Installation - Engineer will observe instrumentation equipment and
installation. Six (6} trips wili be required.
o Crane Installation � Engineer will observe crane and crane installation. One {1) trip will
be required.
� Pipe Disinfec�ion and Testing - Engineer will witness pipe disinfection and �eview testing
results, Or�e (1 } trip will be required.
� Electfical Construction - Engineer wiil obse►ve all electrica! items including canduit,
panels, junction boxas, lighting, and wiring. �ive (5} trips will be required.
T:IPROJECTSw'FWV78MGREEMENTYIT7ACHMENT-A�OC A�� August 28� ?Qa�
PbAS� � e 5ite Vidork
o Roadway Construction - Engineer will observe excavation, verify horizantal and �ertical
layout, and witness base and asphalt testing. Thr�e (3) trips will be required.
� Bollard Construction - Engineer will observe bailard installation. One (1) tr�p will be
required�
o Walkway and Apron Installation - Engineer will observe concrete walkway and apron
construction. �ne {1} tnp will be required.
� Testing - One {1) kimelafterburg �seri�s, one (1) moisture/density relations, one (�}
liquidlplastic limits, f�ur (4} soiVkime pulverization analyses, four (4) in-place moisture
density tests, two (2) HMAC extractianlgradation, two (2) HMAC lab molding and densiiy,
twn (2} HMAC h�eem stab�lity tests, two (2} maximum theoretical specific grav�t�r, and
sixteen (16) in-place HMAC density tests wi�l be conducted. Nine (9) trips will be
re�uired.
fask 3 Siartdup iesting, �ina{ lnspec�on, �s��uil� Re�iew
Task 3 wil� consisf of activities related to the facility start-�p testing, inspection, and review. The
Engineerwill observe �um� and instrumentation testing. A substantiai completion inspeciion will be
conducted and a punch list of iiems to be addressed ar completed will be generated by the
Engineer. Tk�e Engine�r will witness the Contractor's facility demonstration and conduct a final
inspect�an. Task 3 activities will i�clude the faflowing:
� Start Up Testing - Engineer will witness testing of all pump statian components including,
but not limited �o, pumps, instrumentation, controls, vent�lation, heating, fight�ng, e#c.
Four (4) trips wi{I be required.
� Substantiaf Completion Inspection- Engineer wiil perform a full #acility inspection after
�he Contractar declares the facility is Substantially Complete. Three (3) trips wiU be
required.
• Pur�ch List - Engineer will develap a punch fist of items far the Contracior to address,
based on the subs#a�tiaf com�letion inspection.
��acility Demonstration and Finaf Inspection - Engineerwill attend the Contrac#or's facility
demanstration and revfew ihe Punch List items. Three �3) trips will be required.
• As-Built �rawings -�ngineer will review ihe Contractor's as-built drawings and wilf
provide comments to aid in completion of recard drawings by #he Design Engineer.
iask � Supplemental Ser�ices
Any services nat defined above shall be considered Su�plemental Services. Supplemental Services
shall include, but not be limited to �he iollowing:
� Additiana4 services beyond the specific number stip�iated.
Services required beyond the a�ticipated eight (8) month project schedule from the
Cantractor's Notice to Proceed until Final Inspectian.
T;SPROJECTSVCFNA737WGRE�MENN4iTACiIMENT•A.60C A`Y AUgU$t ZB� ?OO�
� Other services reauested by the Owner.
PROJ�Ci SCb��U��
The Engineer will comple�e tF�e tasks described in the Scope o�` Work wifhin the eight (8) month
period designated for the construction, from the Contractor's Notice to Proc�ed to Finaf Completion.
T:SPROJECTSSCF'Ntl1371A0REEMENTUITTACHNENT-A�OC A�J
August 2$, 2041
A��peCH��N� "�3"
CO�,rYF��idSAT10R!
STAf��COACb PUIV�P ST`Ai[OiV CONST'R�1Ci101V f�ANAC�f�V�N�
SER!lIC��S
�ASIG �NCIN��RlfV{� S�RV[C]�S
For engineering services under Attachment A, the City shail pay the Engineer a
lump sum fee of $129,069.45 for canstruction management, observatEon, and
testing. Payment shal! be on the basis of a lu�np sum price equa[ to $96,133.68
per month for eight {8) months.
11 SUf�PL�A��N�'A,L S��VIC�S
F'or supplemental services, the City shall pay the Engineer as follows:
A. Labor: The Engineer shall be compensaied for the services af his
personnel on the basis of Salary Cost times a mufti�lier of 3A for #he time
such personnel are directly uiilized on the work. The estimated range of
haurly ra#es for Engineer" personnel is indicated in Exhibit B-2,
5alary cost is de#ined as the cos# of salaries ofi engineers, technicians,
word processars, surveyors, derks, laborers, etc., security contributions,
u�employment, excise and payrall taxes, and insurance benefifs, sick
leave, vacation, and holiday pay applicable thereto.
The salaries of any persannel assigned are subject to reasanable
modification by the Engineer throughaut the term af this Agreement.
B. Oiher Incidental Direct Costs: The Engineer shall be compensated at
cost plus 'f 0% for all costs oth�r than salary costs that ar� incurreci
}aursuant to this Agreement, but which are not normally inclucled as part of
the Engineer's ove�head. These costs include: air fare, automobile rental,
mileage charges, parki�g, tolls, taxi, meals, lodging, telephone, printing
and feproductioin casts, compueter and word processors, postage and
mailing costs, and other miscellaneous costs incurred specifically for this
praject. The estimated cost for testing services and trip charges are
indicated in Exhibit B-3.
C. Subconsultant 5etvices: For all subcansultant s�rvic�s, t�e Engine�r
shaEl he compensa�ed at the actual cost plus 1D%.
M:1�uTAGECOACFIL4TTACHMENT-B.00CIKN ��� September24, 2��'�
D. Payment: Partial paym�nt shall be made monthly upon receipi af art
invoice fram the Engineer, �repared from the boaks and records of the
�ngineer, out[ining the amount af hours worked by each employee, the
employee's name and classification, and the emplayee's billing rate along
with itemized charges for subconsultant services and other incidental
direct costs pe�ormed during the period covered by said invoice.
Ill f Ihfl�LIN�SS
Lump sum fees are based on the City providing a notice ta proceed for tf�e work
by Octaber 1, 2001. 1f a notice to proceed is nof provid�d within ane (1) year of
the contract date, the Engineer has the option to renegotiate the lump sum fee
�nd hourly billing rates.
M:15TAGECOACIiSATTACHMENT-B.DDCIKN B"2 September 24, �00'�
CbIAI�G, PAi�I� & Y��i�Y, IiVC.
�XbI�IT "���"
bOURLY �i��[NG RA��� — �001
Classification of Personnel
Principaf
Project Manager
Registered Engineer
Graduate Engineer
Teehnician
Word Processor (Clerical)
Testing Technician
Welding Inspector
Ranqe of Billina Rafes ($Ihr.�
�XH1�17 "�-3"
iFcSiI�G AI�D TRIP R�1i�S
Moisture 1 Density Relations
l.iquid and Plastic Limiis
Laboratory Lie�e Analysis
ln-P1ace Moisture 1 Density Testing
Lime 1 Atter�urg Series
Soil / Lime Pulverization Analysis
Eactraction 1 Gradatior�
i.ab Molding and Density
HVEEM Stal�ility
Max. Specific Gravity
In-Place Density by Nuclear Method
Concrete Test Cylinders
Masonry Mortar Cu�es
Grout Prisms
Trip Charge (rounci trip)
$14� - $205
$102 - $121
$117 - $138
$54 - $79
$54 - $68
$42 - $63
$4Q - $52
$54 - $70
$135.00 Ea.
$45.00 Ea.
$40.00 Ea.
$20.00 Ea.
$22�.�0 Ea.
$20.00 Ea.
$135.00 Ea.
$120.QQ Ea.
$135.00 Ea.
$80.0� Ea.
$50.00 Ea.
$15.00 Ea.
$18.00 Ea.
$20.00 �a.
$35.04 Ea.
M,15TAGECaACMWTTACHMEN�-B.o0C4KN B-� September 24, 2�01
�
AiTACHIV�Eh�T "C"
AMEfV�f9lIV�N�'S �0 SiAN�ARD �C���i��IVT
SiAC�CQi4Cb PUl4�YYP SiATI�W CO[dS�RUC�'lON �AfVAC�f�dl�Ni S�RVI��S
A AI4�EA�Di�1FNiS i0 ��TIGLE 1V
Items C, D, F, H, and O of Article 1V are hereby deleted fram this Agreement. These services
are not required from Engineer for the Scope af Services for this praject.
M:�STAGECOACHIATTACHMEN7-G.DOCIKN C� 1
August 28, 2001
�
.
�ort Worth S#ar�ecoach Pump Station
Canstr�ction IV�anagement �udgei
�R��IMINARY
R. Mehta 5/3010t
Chiang, Patet & Yerby, Inc.
- - - .--- - . . . : -- --
�� . . . � . . , . � . .. � � ' CDI15l. � �`•,^Sr,
Task Na, �T�sk Descrlptiar� �� �� Prinaipai NAana�er Insp.
� 1 PROJECT MAIVAG�MENT _ _
� Develop overxll Scope ___ _ 4 32
{ Gonstr�ctabilitY Rev�ew 4 32 __
� Coordinate PraEecf Kick-aff MeeEing 4 4
I Suhconlractos Coordinatton 2 8 __
Pre-Cnnstruc�ion bieetirtg 4 4
Monihty Invpices (8 totai) 4 4
� NiontFtly Prajeci Nleetings (8 total) 32 32
� Q�aliiy 3�ssur��cefQuaE'rty Cqnirol 12 k0
� R�view Coret�actor Pay ReaueSts (8 Totaf} 16
S�op Dca+�+e% Fieviesu - review for a+�rnin�strative com�f8teness
I and verify submital w/ tield isistalfation {based on 3Q submifEals) _ 1 D
i Monthly Progress Aeporl {S} 4 8
2 CONSTRUCi'iON MANAGEMEN7 ANp TESTiNG
�- PHASE i- Pre�iminary Site Wark �
� Constructian Management
� Costruction Stakinq - inspect surveYors layout
� Clearing and Grubbinq - site inspection
� Buried Pipe lnstallatian - inspect trenchin�, bedding,and cover
puci Bank Installation - inspect �ank size and blocking
� TransfQrmer connection '
� Pipe Testing - wltness test
� Testing 5ervice
� MoisturelbensitY relations (21
� Liquid & Plastic limits (21
� Laboratory Sieve Analysis (a)
En-Place moisture/Density test {241
PHASE 2 - Foundatian _ _ _
Construcflvn Maflaqement
Foundation Preoaration - inspect compacted or slabilized fip
Fwm work - inspect re9farcemeni, Ges for equipment pads, and
,, supparts
Concrete PQur - witness pour, t�st cycltnder collection, and slump
test
7esting S�ruic� `-
Moisture/[3er�sity retations f3)
Liquid & PiastiC fimils (3)
Laboralory 5ieve Analvsis {2)
In-Piace moisture/Densitv test (72�
4
- ... -- - .�7� __... _._._...__--__ -__ �....�, _ _
L;n�tr.C�! titr�ir.t�ira� Wpinin� .NO. 'Y� . . . - --�iieaOB j
��gEr!eer �nglneer TechriiGl�n y�'hn,icia,ry Testlrlg 5vc. �'rins t60.6 l�ia.ApM.Tr��4� No.iGAi T:los iVo.iM 7rin� � � �'� � '��ubtata� 1
Cl�rlcai (GAIj (APNtj 'FTsrra 11Aar�_ �Terra Mar) (Terra Mar� enf}_ �(81 r�i) (�35ftrlpj � �� (g2fl/trip) L_abar Suhtotak. . :(�0.3511ni� Task �ubtotai
_ � _ .._ _.. _ - -- $3,BQ2.00 _ . _ _ $�.00 $3�6Q2.00
_ - -- 2 i 6 d & - - -- � --- - _ �fi,Q82.6Q $0.00 $6,082.00
4 4 --- 4 1 1 1 _ t $2,18�� -.. 'S1fl4.56 $2,284.56
2 - - ---- $1,172=00 - $D.00 $i,172,00
� §1,380.00 $21.21 $1,4Q1.21
8 16 - --- i •� - - -$3,220A0 $21.21 _ $3,241.21
16 2a 2A 8 4 _ __ 4 _ . $15,57&.00 $423.08 _ $15,999.08
g � g $7,584.DD $0.00 $7,58D.00
g g g - - - _- _ _ _ ... _ $4,a48.40 $�1.00 $4.048.00
20 � g _ $6,250.OD $O.DO $6,250.D�
12 24 24 $7,872.OD SQ.DO $7,872.OD
• �a.00 • $o.oa �a,00
� -- 1 - $260.00 $2121 $281.21
. 1 $Z60.0� $2i.21 $281,21
. 2 $520.Op $42_42 $582.42
y6 1 2--- $1,540.00 $91.21 _$1,631.21
g - - - 1 ----- 1 $885.00 _ $56.21 $891.21
2 $1,120.00 $42.42 � $1,162.4�
30 � 10 � $1,350.00 $204.40 $1,550.00
� � $a�o.ao _ $o.00 �o.00 ���o.ao
' $90.04 $0.00 $0.06 $90.00
$16Q.Q0 -- $0.�0 $O.fl6 $166.00
$480.D0 $O.OD $0.00 $48D.00
4
4
8
4
3
12
4
-8---
8 4$
PNASE 3 - 5trucfurai
Construction Management
Building Construction • inspecS CMU and brick veneer construction
and reinforcerne�t, openings for doors and roll-up daor
�ilaster Construction - inspect bond beam and steel connections
Root Construction
5teel Weidina�fns�ection
iestfnp Service
Concrete'Fest CYlinders {38 sets}
Niasanry Mortar Cubes [24 sets) �
4 ifi
.�__. • -4 •• --
-• -- - 4 •--
- 8
24
16I
I
BB
24
16
...�` .:..
. ---� 12 - .. .---
$540.00 -�--
$432.00
ea -
1 2
1 3
s 2
--- 22
$405.d0 _
�135.00 _
$80.00 - -
�1,440.Ofl _
�860.4C
$2,32�.b0
$5,D�0_00
$2,970.fl0
$f}.00
�0.40
�o.oa
$a:oo
$77'.9i
$1�6.26
$183.96
$aao.00
$0.00
$0.00
�o.00
$p.00
$937.9i
$2,426.2f
$5,183.9E
$s,4 i O.00
$405.00
$135.d{
�ao.oc
$1,440.�C
2 3 �3,18Q,�0 $'E27.47 $3,307.b7
j 2 - - - $1.460.04 - $77.91 $1,537.91
-1 2 - - �1,d6Q.00 -- $77.9i $1,537.91
3 $724.00 $60.OD $78d.4(
25 �3.860.D0 -•- $500.00 �4,Ao0AC
- --- $�0.00 - . $0.00 $54DAC
- .---- __ _.__ . . $O.DO- -- �0.00 $432.00
. ' . � . ' ��i :i ' - , , _ '. � � � . ' . ' " 'Llev4rFyY1 Str���i�r�l � . ulelYlinp win CPY � . . -, � . - = ---- - M1Eeage:-w = ----�
: , ;
.. �' �, � � � . . . - . -.*-' '. r 1 r, � � . ' r�Y^Q�_ r�^`4 � , K!?4ineer �ngine�r ?�.�•��wiaq �'�4!trfiCJAn Testing �vc. ?rins 4�o,c, wr,;naM Tr!e� Na.t�Al,l'rips Nn TRII Tri05 - SU�tO�E I i
1 5f�� � � � � 1:�..,�r':�i �$d' • . .
, . .. . _. . � r �.t �
task Na.����� Taslt IDescr[pilon � -. � � �' �,� � � � � � � . . - � princlpal �Vlanas�er Insp, - Ci�rtcal �GAI) _ . (AYM) 17err� tJlar) ,(Yerra YNar erra Q41ar mi � 8i rnj . � ��� (�3,r/ir(p).a: � t�2pltrl�j � La�bar �ut�total (50.35/ml} � Task Sub#otal
Masanry Grout Prisms (12 setsj , _ $240.�0 $O.Qp $0.00 $24Q.00
PIiASE 4- Mehacnlcal, Eiectricaf, and Instrumentatian �
_- � .,- -• - - - - - - - - - - -------- --- -
Canstruction Mattagement
-. ... -----.._. ... . . .. -.. --- � - - - -' - � - • ` - 860.00 $42.42 $902.42
PumA Installation --- - -4 - -- 8 --- ; - - - ---- -- . --• _ .._.... 2
� �860:00 � $42.42 _ $902.A2
C aneenstallat on ��atiolnn _ _ _ _. .. . 4 �„ .._ � . • - -- - •• - $196.21
- �- --_
- ---� 4U , f 1 5
-- ^.._..... ,.., �..._ -- - - ��,72U.00 $3,916.21
__. �... - - -. ! ,..,,-- - ,� � 1 _ - - - $260.D0 $21.21 $281.21
Pi e dis[ntection and testing ___ 4� 16 � ^2 _ $i,3B0.00 $42.42 _ $1,422.A2
- _ .- - � - - - •_. .._ r
E ectrical Inspecfion _ _ _ I - " � - "" -
-- �•---• 4U _ � ^. , _ _ . _ 5 $3,200.00 _ $175.00 $3�375.00
PHASE 5- Site Wark � � I
Consir�atto� TNanage[nent - _-_ -- --- - - - --- - -- - - - • I ---
Roadway - ins�ect excavation, �erify horizontal and vertical layaut, ��� '^� - -
witne�sbaseandasphaltiesting - - 24 _ ---_ _-__--� . 3 -_-� -- $1,560A0 $63.63 $1,623.83
Bollard instaliat� 4 � 1 $260A� $21.27 $281.2i
WalkwaY, a�raon �stat�aiion J 4 . _ .. .. _ -.L__. _ . 1 $2B4.�0 $21.21 $281.21
Finai gradiru� ar�f Se�in g - - ----
� - -. . I .--- _.I 1 -- . . $520.{l� $21.2T $541.21
Paintinq an� �ati�eq - -- - - I 8 - _-. _ � � - - - - $620.00 $21.2i $541.21
TestEr�g 5er�Fce -'_ - f 12 � - 9 $540.00 $�80A0 $720.00
�imelAtterbur s�res �� } f-- - �22a.oa� - -� - - -
� - - --- I - - --- - �o.00 _ �o.ao �2zo.ofl
iVtolsfure/Density g{elations (Sj $135.00 $0.00 _ $0,00 $135,00
Liquid/Pfastic �imits {1j ___ _ _ _ ____ _ $45.ODI $0.00 $Q.00 $A5.Ofl
Sailllime pulv8ri�ation analysis (4 $80.Q0 $O.OQ $0.00 $80,00
In-(� lace moisture/densit,r iesting �4) _ _ _ _ _ $80.00I _. $O.OQ �0.00 $80.00
FlMAC extraction/gradation (2j $270.00 � $0.00 $0,00 $270.00
- ---- �
FEMAC lah rnofding ar�d densiiy {2j � $24D.00� � $O.flD $D.00 $2d0.00
NMAC hveem stability {2} ' $270.00 yO.Od $0,00 $270.00
Max. theorerica[ specitic Ara�ity (2) . $160.a0 � �
-- _ _ � $0.00 $0.00 � $160.00
i�-place HMAC density $8�0,00 _ $O.aO $0.00 $SOO.DO
I- -
Start Up 7estinq _ 4 8 16 16 2 2 • $3.780.04 $112.42 $3,892.42
Substankial Completion Inspection 8 8 B S �S � 1 1 1 $4,000.00 $84,56 $4,084.56
I -
Develap Punch List 1 2 8 4 4 � � $1,5Q5.OQ $O.dO $1,545.00
�
Facility Demonst�atian and Final Inspeet�n 1 �4 a 4 � 4 � ( i i� 1 $1,415.00 $84.56 $1,499.56
Gornplete As-8uiit drawings 1 4 24 4 4 I I $2,715.00 $0.00 $2,715.00
Toiais= 85 244 403 42 �S2 248 200 i2 56,572.Q4 $Q � 21 22 7fl $114,132A0 $3,825.85 �124,529.85
,� Other Direct Costs (tax, copfes, mail,etc.)= $4,539.60
�Loaded HourEy i�aie
.� �
PM CM InsP. Cler. Elect. 5truct Testinq Tech Weld. Tec�
I $195.00I $85.00i $65.Od� $51.00� $8�.Q0� $75.00I __ $45.00I _ $60.OpI ___ ____�
CPY APM G�I TM
Trip Subtataf= $1,060.50 $595.35 5770,D0 $1,g0U.00
La6orSubtotal= S65,fi52.D0 �18,600.00 S20,160.00 59,72p.D0
Testing Su6totaf= 56,572,00
Othar D[reat Costs {fax, copiss, maii,etc.)_ $3,saa.00 5500.OD S439.6D
- - - Tota�= $7U,312.50 599,685.35 521,389.60 517,692.00�
PRQJ�CT TOTAR_ _ 5129,Qfi9.45�
$129,q68.Q5
���� °� '�
a
, p � ��o
�"r�,� c��`�'o��� �'o�t�, T'�x�ar�
����� r���M ���r��� �or��������i��
C�A'1'E f�����Fhd�� h�LJM��R �..�C fVATti�S� r3�G�
9f��i�Q�l **�..'� $�� � 60P1�T�1� 1 of �
������`T F�l�INE�RIf�� ��r����ncr�r UVITI�E �Fi11��1�. P�1T�L f� ��F�BY, �N�. �'�R
co�vsTr�u�YGc��v r��rv����n��r�n�� G�,s����r�o�,�� �r�������� �ur�w����Na�
IN��RQ1f�EVi�NT�
R��Q�I+It+1�EhJf��,TIC��l:
�t i� r�camm�nd�d to the �ity �oun�i� a�r���ri�� l�� �`rl�+ Man���r to �xe��t� ar� �nglrt�ering agr��m��t
wiki� �hl�n�, l��#ai S� �l�r��, Ir�c, f�r t��c co���leuc�ion man�gemen� �rid �n��ectian of �tagecoacfi Pump
�tati�r� i�x�pra�rer►��nt� ��r � tc�t�l �ee �f nat �o �xc��d �� 29,{36�,4�.
C�I��EJ��I��V:
$t�g�c�ach Pump �tat3on, �vhich is t�c� an1�r source of w�ter fior #he 1N�s��itle Ili ��d VVes����1e fll
pressure plan�s, is In r�e�d o� re�abilil�iion �c� in�:rease rc�lia�lliiy and ca�aci�� for th� gfav�l�� �r�s��id�
a� �ort Ws�rt�. �1� t�e exis��r�� �ta�e�:c�a�h Pur�rp ��al��r� r�c�uir�� �x���s�v� ele�kri��k �n-�pravemenl�,
ec�p€aceretent of obsoiete switch��ar and pump rep�ac��nent�, a r�ew i���er �urr�p s#atGon wGlf be
cons�ruc�eci a� tl�e sarrxe sit�. �� �dd�t�a�, t�e sec�r�d ef��tri�al ��ed�r for �I�c�r€ca1 power r�li�b�ili#y �n+ifl
�� ir��ll��l�ti.
�hi��r�, f'�t�l 8� `��rb�, ln�. u+ill �rovid� co�s�ru��ior� r�taria��ment and insp�c#i�n during lhe
construc�ion pl�as� of th� r��w �#ag�cc��c� P�,mp �taiion_ TE�e �ngRn��� will prrrv�ci� ar� n�-si�� r��i�en�
proj�ct r�pr�sent�tl�r� ��r ��ns�ru�ti�n i���e�:ti�r� s�rvic�s, �iel�1 t�s�ing anci �or�stru�ti�n admir�is�raiion.
T���r p��jec� k� t��ater� i� ��}�Ji�7�lL DI�TR��T 7.
fu11WB� -�hl�ng, I��te1 8� Y�rl��r, Inc. is in complian�e with tk�e �ity's h+�J1+VB� �rdinance by cor�mitting
4Q �.�}�!U ��VYU� �G�������1I��� �i �� L+�4�FrJ ���� Q� ����V �����i�� Y� i��Ftl�
F1 ��AI.. I�iF�R�1A1TI��V��� FiT1�1�ATl��l;
Th� �Inan�� Dir�c#ar c�rkifkos ihat f�nds �re ��r�il�l��� in the curr�rrl ���Ital k��dgek, a� appropriat�d, of
the V1fa#er ��pital Pra�ect� Fund.
i1��:n
�ILI�o14�IlC[� �0�' ��[�' (4'�St}4ge�'S
c�rs��� �k�:
h4o�o �roomer
O�-iginr+lin� ]�lepai�n�cqf Il�sed:
Dale � is5tfcr
�#ddi#koual it�f�rr��xsxll«r� ('�>p�ts�t�:
�41 �ii�
$��}7
T.)�Gc I�e�sel�r ��{�7
1 L�UND
� crs�}
�
�
I(i�rai�,1
I Pino
� ACC�UNT �
53��00
C�NT�R I A�l�LfiYT
I _
�s��sniaoaza �12�.a5�.�a:, �
f
�j����} ��.�-�������'r���}
,��1�� �I S� )�'v�i�_ �.?
� �'�I 1' G�������
, ".�:`s ���� �Q�a�
;;�'��,��, 4 �i. �. ,*.I
(��iq'�firral�hxy af Ih+,
{�Ily �t }'or� �.�url��, �',..:� �