HomeMy WebLinkAboutContract 27181[k ;
�1�� tid�1J������ y 1
.��NY�A�i I�l�. --_ _��.
�17Y 4� �ORi 1d1�ORib, iEX�S
S�AIV�AR� �Gf���AA�f�� �O� �f�CI���RINC S�RVIC�S
This AGRE�MENT is between the City of Fort Worth �the "CITY"}, and Gutierrez,
Smause, Wilmut & Associates, Inc., (the "ENGiNEEf�"}, for a PROJECT generally describe�
as: Water and Sanitary Sewer Extension for Old Denton Raad/Gotden Tri�ngle Blv�.
��iale l
Scop� o� Services
A. The Scope of Serv�ces is set fortf� in Attachment A.
Ar�icie II
Co�npensa#ion
A. The ENGINEER's compensafion is set forth in Attachment B.
Arfiicle I11
ierms af Paymen�
Payments to fhe ENGINEER will be made as fo�laws:
�4, In�aice and Paymeni
(9) The Engineer shall provide the City suffic�ent documentation to
reasonabEy �ubstan�iate the invaces.
(2} Manthly invoices wifl be iss�a�d by the ENGINEER for al{ woriz pertormed
under this AGREEMENT. fnvoices are due and payable within 30 days
of receipt.
(3) Upon compfetion of services enumerated ir� Article i, the final payment of
any balance wi11 be due witiiin 30 days of receipt of the final invoice.
{4) In the event of a disputed ar contested billing, only that portian so
cantested wilf �e withheld from paymer�t, and the uRdisput�d portion will
be pa�d. The CITY will exercise reasonableness in contes#ing any biN o�
portion #nereof. No interest will accrue on any contested portion of the
billi�g U�til mutually resolved.
(5) If the CITY fails to make payment in fuli to ENGINE�R for biilings
contesied ir� good faiih within 60 days of the smo�nt due, the
ENGINEER may�, aft�r giving seven (7) days' written no#ice to CiTY,
suspend services under this AGR�EMENT until paid i� fulf, includi�g
interest. �n the e�ent of sus�ension of services, the ENGiNEER shatl
have na liabiliiy to CITY for dekays or damages caused the C1TY
because of such suspension of services.
-1-
_..... . ,�. ����.
` _ ' �"���
� V1
I,� q
Ar�icl� �V
Obliga�io�s of the �ngineer
Amendments to Articte !V, if a�y, are included in Attachment C.
A. General
ihe ENGINEER will s�rve as the Gi7Y's professionaf engin�ering represeniativ�
under this Agreement, providing professional engineerir�g consultation �nd
advice and furnishing c�stomary services ir�cid�n#al #hereto.
�. S�anda�d of Carre
T�e standard of care applicable to the ENGINEER's services wiil be the �egree
of skill a�d diligence normaHy empfoyed in fF�e State of Texas by professiona!
engineers or consultanis perto�rni�tg the same or similar services at the time
s�ch seNices are perfarmed.
C. Subsu�fiace fn�estigaticns
{1) The ENGiNEER shali advis� t�e CiTY with regard to the necessi#y far
subcor�tract work such as special surveys, t�sts, test borings, or o#her
subsurface investigations in cor�nection with 8esign and �ngineering
work to �e performed hereunc�er. The ENGINE�R shali also advise the
CITY concerning the results af same. Such surveys, tests, a�d
investigaiior�s shall be furnished by the ClTY, unfess atherwise specifisd
in At#achment A.
(2) In soils, fiaundation, groundwater, and other subsurface i�vestigations,
the actual characterisiics may vary significantly between successive test
paints and s�mple intervals ar�d at iacatians other than where
abservat�ons, exploration, a�d investigations have been made. Because
of the inherent uneertainties in subsurface evaluatior�s, changed or
unanticipated underground conditions may occur thai could affect the
total PROJECT cost andlar� execution. � These conditions and
casUexecution eff�cts are not the responsibility of the E�fG�NEER.
D. Preparation �g Engin�ering Drawings
The ENGINE�R will provide to the C�TY the original drawings of all plans in ink
on reproducible plastic film sheeis, or as atherwise approved by C�TY, which
shall become t#�e property of the CITY. CITY may use such drawirigs in any
mannec it desires; provided, t�owever, t�at the ENGINEER shall not be liable for
the use of such c�rawir�gs #or any project other thart the PROJECT described
herein.
-2-
E.
�ngin�er's P��sortr�el afc Cons�ruction �'t��
�1) The presence or duties of the �NGIf�EER's personnel at a construction
site, whether as on-site �epresentatives ar athe�rnrise, do not make the
ENGINEER or its persannel in any way responsibie for those duties that
belong to the GITY andlor the CITY's construction contractors or ather
�ntities, and da nat relieve th� constructian cantractors or any o#her
en#ity of their obligations, duties, and responsibilities, inciuding, but not
limited to, ali construction meti�ads, means, techniques, sequences, and
procedures �ecessary for caardinating and completing all portior�s of the
canstruction work in accordance with ttze Contract Documents and any
, healt� or safety precautions required by such co�stfuction work. The
ENGENEER and its personnel ha�e no authority ta exercise any controf
over any construction cnntractor or pther entity ar th�ir emplayees in
eonnection with the�r wor�c or any heaEth or safe#y p�ecautions.
(2} Except to the extent af.sp�cific site visits expressly detailed and set fo�th
in Attac�ment A, the ENGIN�ER nr its personnel shail have na
o�ligat�on or respansib'tlity to visit the construction site ta b�come familiar
with the progress or quality of the completed work on tMe PR�JECT o.r ta
determine, ir� general, if the vu�orEt on the PROJECT is being pertormed in
a manner indicating that the PROJECT, when completed, will be in
accordance with the Contract Documes��s, nor sh�ll anything in the
Cantract Documents or the agreement �etwesn CETY and ENGINEER
be constfued as requirir�g ENGiNEER to make exhaustive or continuous
o�-site ir�spectians #o disco�er latent defects in the wor�t or otherwise
check the quality or quaniity of the work an the PROJECT. If, far� any
reason, the ENGINEER should mak� an on-site observation(s), on th�e
basis of such on-site observations, if ar�y, fhe ENGINEER shall endeavar
to keep the CiTY inform�d af any deviatian from the Contract Dacuments
caming to the actuaE notice of ENGINEER regarding the PROJECT.
(3) V�lhen prafessianal
materials, systems c
serviees set farth ir
entit�ed to re�y upan
equipment and per
Dacu mer�ts.
certificatian o� perfarmance or characte�stics of
r equi�ment is reasonably req�aired to pertorm the
the Scvpe of 5ervices, the ENGINEER shall be
such certification to establish mater�aks, systems or
'ormance criteria to be req�ireci in the Contract
�. Opinians ofi Probabl� Co�t, �inancial Consid�ra4ions, �nd �chedules
(1) The ENGINEER shall provide opinivns of proba�le costs based on the
current available information at the time af preparation, in accordance
with Attachment A.
(2) 1n praviding opi�ions of cost, �inancia� ar�alyses, economic feasibi�ity
pro�ections, and schedules for the PRD.�ECT, the ENGif�EER has no
contro! over cost or price of labor an� ma#erials; ur�knawn or late�t
conditions of ex9st�ng equipment or structures t�at may affeet operation
or maintenance casts; competitive bidding procedures and marice#
-3--
conditions; time or qualify af p�rtormance by third }�arties; e�uality, type,
management, ar directio� af operatir�g personnet; and �ther econamic
and o�eratiana! factars tttat may materia�ly affect the ul#imate PRO�iECT
cost or schedule. iherefore, the �NG�N�ER makes �o warranty that ti�e
CITY's actual PROJECT casts, financial aspects, ecanomic feasibiiiiy, or
schedules will nat vary from the ENGINEER's opinior�s, analyses,
projectians, or estimates.
C. �on�grucfion Prog�ess Paymenis
Recommendations by ti�e ENGINEER to the CITY far periodic consiruction
p�ogress payments to the construction contractor wilE b� based on the
ENGINEER's knowledge, infiormation, an� belief fram selective sampling ar�d
observaiion that the work has progressed ta the point indicated. Such
recommer�dations da no# represent tfiat car�tin�ous or detailed examinaf�ons
have h�en made by the ENGINEER #o ascerkain that #�re constructinn contractor
has campl�ted ihe work in exact accordance with the Contract Do�uments; that
the finaf work will be acceptable in all respects; that the ENGINEER �as made
an examina#ian to ascertaEn how or fvr what purpose fh� cor�struction contractor
has us�d the moneys paid; that title #o any of the worfc, mater�a[s, or equipment
has passed to tF�� CITY #ree and clear of liens, claims, security interests, or
encumbranc�s; or that there are nat other matt�rs at isscae betwe�n th� CITY
and the constructiar� contractor that affect the amaurit that should be paid.
H. Record 9rawings
Record drawings, if required, will be prepared, in part, on the basis of
infarmatioR camp€led and fumished by oth�rs, and may nat ajways represent
ihe exact location, type of variaus companents, or exact manner in which the
PROJECT was f9nally constructed. The ENGIN�ER is not responsibie for any
errars or omissio�s in the information from athers that is incorporated into the
record d�awings.
E. i�inority and INoman �usiness �nierprise (I�fIN��) p��icipa4ian
in accard with City of �'ort Warth Ordir�ance No. 11923, as amended by
Ordi�ance 1347'�, the City has goaEs for tF�e participa�on af mina�ty business
enterprises and woman business enterprises in City contracts. Engineer
acknowledges �e MN�lBE go�l esfablished for this contract and its commitment
to meet tha# goal. Any misrepresentation af facts {other than a r�egligent
misrepresen#at�an) ar�dlor the commission of fraud by the Engin�er may resUlt i�
the termination of this agreement and debarment from p�rticipati�tg in City
contracts for a period ofi time of not iess than t�r�� (3} years,
J, Righ# �o R�di�
('�) ENGINEER agrees that the CITY shall, �ntil th� �xpiration oi three (3)
years a#ter final payment under fhis co�tract, �ave access to and the
right io examine and photocopy any direct�y pertinent books, documents,
papers and records of ihe ENGiNEER involving transactions relat�ng to
�4-
this can#ract. ENGfi�EER agrees ihat the CITY shail have access during
r�armal working hours fo ail necessary ENGI�i�ER facil�ties and shali be
provided adeq�aate ar�d appropriate woriC space in order #a canduct
audits in compiiar�ce with the provisians af this section. The C!�'Y shall
give ENGIN�ER reasanable advance notice of int�nded audits.
(2) Ef�G1N��� further agrees ta ir�clude in afl its subco�nsultant agreements
hereunder a provision to the effect that the subconsultant agrees tfi�at
the CITY shall, until the expiration vfi three (3) years after final payment
under the subcontract, have access to and the right to examir�� ar�d
photocopy any direc�ly per�inent �ooks, dacuments, papers and recards
of such subcansultant, involving transactions to th� subcontract, and
further, tfi�at the CITY sha�l have access during �ormal working haurs to
al! su�consultant facilities, and shall �e pro�ided adeq�ate and
appropriate warfc space, ir� order to canduct audits in campliance with the
pra�isions af this aficle together with subsectt4n (3)i�ereof. CiTY shail
giv� subcar�suttant reasonable advance notice of intended audits.
(3) ENGiN�EFt and subconsultant agree to phota copy such docum�r�ts as
may be requested by the CITY. �'he CiTY agrees ta reimburse
ENGINEER for #he cost of copies at the rate pcsblished in the Texas
Administrative Code in effect as of the tirne copying is pertormed.
#4. �FVGIN��R's Insurance
(1) 6nsurance coverage and limits:
ENGINEER shafl �rovide to the City cerkificate{s) of insurance documenting
poiicies af tt�e following coverage at minimum iimits which are to be in ��ffect
prior to comme�cement of work on #he PR�JECT:
Cammerc9a� Ger�eral l.iabi}ity
$1,OOfl,000 each accurrence
$1,ODD,OOD aggregate
Automobi[e Liability
$1,OOD,OaO each accident (or reasonabiy equivalent limits vf coverag� if writfen .
an a split (Emits basis}, Coverage shal! be an any vehicle used in the course of
the PROJECT. �
Warker's Gompensatian
Coverage A: statutory fimits
Caverage B: $104,040 each ac�ident
$50a,000 disease - policy limit
$9 00, Odfl disease - each empl�yee
Professional Liability
$1,fl00,Q00 each claimlannual aggregaie
(2) CerkifiGates of insurance evidencing that the ENGINEER has obtained a11
-5-
required ir�surance shal� be deliver�d to the CITY prior to ENGIN�ER
proceeding wit� the PROJECT.
(a) Applicable palicies shall be endorsed tn name the CITY' an
Additiona� I�sured th�rean, as i#s interesis may appear. The term
CITY shall include its employees, afficers, afificials, agertts, and
voiunteers as respects the contracted services.
(b} Certificate(s) of insurance shalE documertt that insurance
coverages specified according to items section K.{1} and K.(2) af
this agreement are provided under applicable policies
dacumented thereon.
(c) Any failure on part of the CITY to req�est required insurance
documentation shal! Rot constitute a waiv�r of the insurance
requirem�n�s.
(�) A minimum of thirty (3�) days notice of cancel�ation, Ron-renewal
ar materiaE change in coverage sha�l be provided to the CITY. A
ten (10) days natice shall �e acceptable in the ever�t of non-
payment of premium. Such terms shal� be endorsed onto
ENGiNEER's ir�surance pa[icies. Natice shal� be sent ta #he
r�espective Department Director (by namej, City of Fort Worth,
1�00 Throckmorton, �ort Warth, Texas 76102.
(e) Ir�surers for all pvlicies must be �authorized ta c4o b�siness in t�e
state of T�xas or b� c�therwise approv�d by the ClTY; and, such
irtsurers shaH be ac��ptabEe to the CITY in terms of their fi�anc9a!
strength and solvency.
(f} D�ductible limits, ar self insured retentions, � affecting insurance
required herein may be �cceptabfe to the CITY at its sole
discretion; and, in lieu of #raditionaf i�s�a�ance, any alterr�ative
coverage maintained thraugh ir�surar�ce pools or risk ret�ntion
graups must be also approvad. Dedicate� financial resources or
letters of credit may also be acceptable to the City.
{g) Ap�licable polEcies shall each be endorsed with a waiver vf
subragation in favor af the CiTY as respects the RROJECT.
{h) The City shall be entitled, upon its request and without �ncurring
expense, to review t?�e ENGINEER's 9nsurance poiicies inc{uding
enciorsements thereto and, at the C1TY's discretian, the
ENGINEER may be required to pravide proof of insurance
premium payrr�er�ts.
(1) TF�e Commercial Ceneral �iability insurance policy shall have r�a
exclusians by endvrsements unless such are appraved by the
ClTY.
�
(�) The Professiona! Lia�ility insurance palicy, if written a� a claims
made basis shali be maintained by the EN�GINEER for a minimum
two (�) year period subsequent to the term af the respect�ve
PROJECT con#ract with #he C[TY unless such cvverag� fis
provided the �NGINEER a� an occurrence basis.
(k) The C1TY shall not be responsible for the direct payment of any
insurance premiums required by tl�is agreement. It is unders#ood
that insurance cost is an a!lawable c�mpanent af Ef�GkNEER's
overhead.
(I) AI! insurance required in section K., except for the Profiessional
�.iability insurance pol�cy, shall. be written on an occurrence basis
in arder to be approved by the CI`fY.
(m) Subconsuitants to the ENGINEER shal� be required by the
ENGENEER to mair�ta9n the same or reasana�ly equivalent
insurance coverage as re�uired for the ENGINEER. When
insurance coverage is maintained by subconsultants, ENGINEER
shall provide CITY with dvcumentation thereaf on a certif'rcate of
insurar�ce. Natwithstanding anything #o tne cantrary cor�tained
herein, in the �vent a subconsuftant's insurance cov�rage is
canceled or terminated, such cancellation or termination s�aEl not
con�titute a breach by ENGINEER of #he Agreement.
�.. Independ�n� Consul�an�
Tfi�e ENGINEER agre�s ta perform all services as an independent consultant
and nat as a subcontractor, agent, or emplayee of the C1TY.
M. �iisclosu�e
The ENGINEER ac�Cnow�edges to ihe ClTY that it has made fuli disclosure in
writing of any ex9sting conflicts of inierest or potential conflicts of interest,
ineluding persor�a! financial ir�terest, d�rect �r tndi�eci, in property abut#ing the
proposed PRO.�ECT and business relat�onships wiih ab�tting praperty cities.
The ENGINEER furtf�er ac�nowledges that it wili make disclosure in writing of
any conflicts of interest which develop subsequent to th� signing af �is contra�t
and prior to final payment under the contract.
I�. Asbe��os or Ha�ardous Subsiartces
{�} lf asbestos or hazardaus substanc�s in any io�n are encountered or
sus�ecte�, th� ENGINEER will stap its own work in the affected portians
of th� PROJECT tfl permifi testing and evaluation.
(2) If asbestos �r other hazardaus substanc�s are suspected, the
ENGlNEER will, if requested, assist the CITY in o�taining the s�rvices af
a qual�fi�ed subcantracTor to manage the remedis#ion activities af the
PR�JECT.
-%-
O. i�ermitting Aufihoritiss m pesign Chang�s
Ifi permitting authorities require design changes so as to compiy with pu�lEshed
design criteria andlor current engineering practice standards wh€ch the
ENGINEER should have been aware of at the #ime th�s Agreement was
ex�cuted, the ENGINEER shaH revise plans ar�d specifications, as required, at
jts awn cost and expense. However, if design changes are required d�e to the
changes in the permitting authorities' published design criteria andlor �ractice
standards criteria which are published after t#�e date of this Agreement whicl�
the ENGINEER could r�ot have been reasonably aware of, t�e ENGINEER shall
r�otify the CIiY of such changes and an adjustment in com�ensation will be
made thraugh an amendment to this AGREEMENT.
Ariicle V
C)bligations afi �hs Ciiy
Amendments to Article V, if any, are i�cluded in Attachment C.
A. City�Fur�ished �a�a
The CITY wil! make available to the ENG1h1�ER all technical data in the CITY's
possessian r�lating to the ENGINEER`s services ar� the PROJECT. The
ENGINEER may rely upon the accuracy, timeliness, and comp#eteness of the
in#ormatian provided by the CITY.
B. Access. to Faciii4ies and Prope�y
The CITY wiil make its facilit�es accessible to the EMG�NEER as required �or the
ENGlNEER's pertormance of its services and will provide labor and safety
equipment as required by the ENGINEER for such access. The CITY wijl
p�rform, at no cost ta the ENGINEER, s�ch tests of equipmen#, machinery,
pipelines, and other components o# the CITY's facilities as may be requirEd in
can�ection with the ENGINEER's services. The CITY will be respansible for all
acts of the CI`fY`s personr�el.
C. Ad����semen4s, Permits, and Access
Unless otherwise agreed #o in the 5cope of Services, the C!'fY will obtain,
arrange, and pay �for all advertisements for bids; permits and IEcenses �equired
by lacal, s#ate, ar federal authorities; and iand, easements, rights-of-way, and
access necessary for the ENG��iEER's services or PROJECT construction.
D. Timely Re�view
The CITY wil� examine #h� ENGINEER's studies, repar#s, sketches, drawings,
specifications, proposals, and other doc�ments, abtain advice of ar� attorney,
insurance counsefor, accountant, auditor, bond and fina�ciai advisors, and ather
consultants as the CITY deems appropriate; and render in writing decisians
�
�
required by the CITY in a timely manrrer in accordance with the project schedule
ir� Attachment D.
�. Prompt Nlo��ce
The CfTY wili give prompt written notice tn the ENGINEER whenever CITY
observes or becomes aware of any development that affects the scope or timing
of t�e ENGINEER's se�vices or of any defeci in the wark of the ENGkNEER or
coristnaction con#rac�ors.
�. Asbestos or �iaxardous �ub�tiances and Ind�mr�ifca�ion
{1) To t�e maximum extent permitted by law, the CIiY wilf indemnify and
release �NGINE�R and its officers, empioyees, and subcontractars #rom
all claims, damages, losses, and costs, including, b�t not lim�t�d ta,
attorney's fees and litigation expenses arising aU# af or refating to the
presence, disc�arge, release, ar escape of hazardaus substances,
contaminants, or asbestos on or from the PROJECT. Nothing contained
herein shali be construed ta require the CITY to levy, assess or caklect
any tax to fund this indemnification. .
(2) The indemnification and release r�quired abave shai! not apply in the
event the disGF�arg�, refease or escape of hazardous substances,
contaminants, or asbestos is a result of ENGINEER'S negligence or if
such hazardaus substance, contaminant or asbestos is brought onto the
PRO.�ECT by ENGINEER.
C. Contraa4or Indemnification and Claims
The CITY agrees to include in a11 construction cantracts #he pro�isions o# Article
lV.E. regarding #�e ENGiNEEFt's Personnel at Canstr�ction Site, and provisions
pravidir�g contra�o� indemnification of fhe CITY and #h� ENGINEER fior
contractor"s negiigence.
H. Confiractor Claims and Third��ar�y �ene�cia�ies
(1) The CITY agrees to i�clude the follawing clause in a!I cvntracts with
construction contractors and eguipment or materials suppliers:
"Contractors, subcontractors and equipment and mat�rials
suppGers on the PROJECT, or their sureties, shall mairttain no
di�ect actian agai�st the ENGINEER, its officers, employe�s, ar�d
s�abcontractars, for any claim arising out of, in cor�nection wi#h, or
resulting fram the engineering services performed. Only the CITY
will be the benefici�ry af any un�eriaking by the ENGINEER."
(2) This AGREEMENT giv�es no rights ar benefits to anyone other thar� the
CITY and the ENGIN�ER and there are no tt�ird-party beneficiaries.
{3) The CITY wiil include in each agreement it enters into w+th any other
��
entity or person regarding t�e PRaJECT a provision that such entity or
person shall have r�o third-party beneficiary r�ghts under this Agreement.
(4} Noihing contained in this section V,H. shall be construed as a waiver oi
any rigl�t the CITY has to bring a elaim against ENGENEER.
E. CIYY's Insurance
(1} The CITY may maintairr praperty i�sura�ce on certain pre-existing
structures associated with the PRO�ECT.
(2) The CIiY will ensure that Builders Riskllnstallation insurance is
mainiained at the replacement cost value of ih� PROJECT. The CITY
may provide EN�INEER s copy of the policy or docum�ntation of such
on a c�rtificate of insurance.
(3) The �iTY wiil specify .ti�at the Builders Risk/lnstallation insurance shakl
be comprehensive in coverage apprapriate to th� PROJECT risks.
J. �i�igafiior� Assis�ance
The Scope of 5ervices does not include costs of the ENGlNEER for required or
requested assistance to s�pport, prepare, document, bring, defend, or assis# in
I�tigation underkaken ar defended by the CI7Y. In th� e�ent CITY requests such
serrrices o# the ENGINEER, this AGREEMENT shal! be amended or a separate
agreement wi11 be negotiated between the parties,
K. Changes
Ti�e CITY may mal�e or ap�rove changes within th� general Scope of Services
in this AGREEMENT. If such changes affect the ENGINEER's cost of ar time
required far pertormance of the services, an equitable adjustment wiil i�e made
through an am�ndment to this AGREEMENT with ap�ropriate CITY approva�.
/�r�icle 1ll
General L,ega! Pro�istons
Amendments to Articfe V�, if any, are inc�uded ir� Attachm�nt C.
A. Authori�a�Eon to Praceed
ENGINEER shal� be authorized to praceed with tnis AGREEMENT upon receipt
o# a writter� Notice to Proceed from the CfTY.
�. Reuse afi Projec� �ocumen�s
All designs, drawi�gs, specifications, documents, and oth�r wor�C pr4ducts of the
ENGINEER, whether ir� hard copy or in elec#ronic form, are instruments of
seNice for this PRO�ECT, wh�ther the PROJECT is campleted ar not. Reuse,
-10--
s
change, or alteration by the Cli�' or by others acting through ar on behalf of the
G�TY o� any such instruments of service without the written permission af the
ENGIN�ER wiil be at the C�TY's sale risk. The tir�al designs, drawings,
specifications and documen#s shall be owned by the CITY.
C. Force Maj�ure
T[�e ENGENEER is nat respor�sible for damages or delay in �erFarmance caused
by acts af Gad, strikes, lockouts, accidents, vr other e�ents beyond the control
of the ENGINEER.
�. Yermin�tior�
(1) ihis AGREEMENT may be terminated only by the City fnr convenience
an 30 days' written notice. �his AGREEMENT may b� terminated by
either the CITY or the ENGINEER for cause if eith�r parly faifs
substantially to perForm thraugh na fau�t of the other and does not
commence correction of such nanperfarmar�ce with fiv� (5) days of
written notice and diligently compleie the correctian thereafter.
(2) ff this AGR�EMENT is ierminated for the convenience af the City, the
ENGINEER will be paid for terminatior� expenses as follows:
aj Cost of repraductian of partia� or complete studies, plans,
specifications or other forms of ENGINEER'S work product; ' ,
b) Out-of-packet expenses for purchasing s#orage co�tainers,
microfilm, electronic �ata files, and ather �ata storage supplies or
services; �
c) The time requirem�nts for the ENGINEER'S personnel to
document the woric underway at the #ime fihe CITY'S termination
for convenience so that the wor� effort is suitable for long #ime
stnrage.
(3) Prior to proceeding w�th termination services, the ENGCNEER will
subm�t ko the CITY an i#emized statement of a!I terminatiar� expenses.
The CITY'S approval will be obtained i� writing prior io proceeding with
cermir�at€an services.
�. Suspension, Deiay, ar Ir��erruption fio Worfc
The CITY may suspend, delay, or in#errupt the services of tF�e ENGINEER for
the convenience af the C�TY. in the event of such suspension, deiay, or
interruption, a� eq�itable adjustment in the PR�JECT's schedule, commiime�t
and cost of ihe ENGINEER's personne) and subcontrac#ors, and EN�GINEER's
compensation wi[I be made.
-11-
�
F. [ndemni�ica4ion
�1) The ENGiN�ER ag�ees to indemnify and defend the CITY frnm any loss,
cost, or exp�nse claimed by third parties far property damage and badily
injury, including desth, caused solely by the negligenc� or willful
mEscond�ct of the ENGINEER, its employees, officers, and
subcontractnrs in con�ection with ihe PR�JECT.
(2) lf the negligence ar wil�ful misconduc# of both the ENG�NEER and the
CETY (or a person identified abo�e for wham �ach is IEable) is a ca�se of
such damage or injury, the loss, cost, ar expens� shal� b� shared
between the ENGINEER and ths CETY in pro�ortion to their relative
degrees of negligence or willful m'tsconduct as determined pursuant to
T.C.P. & R. Code, section 33.011(4) (Vernon 5upplement 199fi).
G. Assignment
Ne€ther party will assign all or any park af this AGREEMENT without the prior
written consent of the ather party.
H. Inierpretation
Limitatians an liabiiity and indemni#ies in this AGREEMENT are business
understandings betwee� the parties and shall apply to all the different theories
of recovery, including breach of cantract or warranty, tort including negligence,
strict or statutory liabikity, or ar�y other caUse of action, except far wiilful
misconduct or gross negligence for limitations of liability and sole negligence for
indemnificatio�. Parties means the CiTY and the ENGCNEER, and their officers,
empEayees, agents, and subcontractars,
I. .furisdiction
The law of the State of Texas shaH g�vern the validity of this AGREEMENT, its
interpretatior� and pertormance, and any ath�� claims related to i#. The venue
for any litigation refated to this AGREEMENT sha�l be Tarrant County, Texas.
J, Alfernate Dispufe Re�oluiion
(1) AiE claims, disputes, and otfier ma#ters in ques#ion between the CITY and .
ENGINEER arisir�g out af, or in cannection with this Agreement or the
PRO.]ECT, or any breach of any oa[igation or duty of CITY or
ENGINEER hereunder, wiil be submitted to me�iation. {f m�diaiian is
unsuccessful, the claim, dispute or oii�er matter in question shafl be
submitted to arbitrat�an if both parties acting reasonably agree that the
amount of the dispute is likely to be less than $50,000, exciusive of
attorney's fees, cos#s and expenses. Arbitration shall be in accordance
with t�e Construction lndustry Arbitra#ion Ru1es of #he American
Arbitration Associatinn or other appficable rules of the Association then
in effect. Any award rendered by the arbitrato�s I�ss than $50,D�0,
exclusive af attarney's fees, costs and expeRses, will be final, tudgm�nt
_12_
may be entered therean in any court having jurisdiction, and will not be
subject to appeal ar modi�ication except ta the extent permitted by
Sections �a and 11 of the Federal Arbitration Ae# {9 U.S.G. S�ctions 10
and 11 }.
{2) Any award gr�eater than $50,000, exclusive af attamey's fees, costs and
expenses, may be litigated by either party on a de novo basis. The
award shall become final ninety {90) days from the date same is issued.
if litiga#ion is fifed by either Qarty within said nineiy (90) day period, the
award sha�l become null and void and sha11 not be used by either party
for any purpnse in the litigatian.
K. 5e�erability and �urvir►al
If any of the provisions contained in #fi�is AGREEMENT are h��d for any reasQn
to be invalid, i�legal, or unenforceable in any respect, such invalidity, iilegality, or
unenfiorceability wilk not affect any ather provision, and this AGREEMENT shal!
be construed as if such �nvalid, itlegal, or unenforceabie provision had ne�er
been contained herein. Articles V.F., Vl.�., VI.D., VI.H., Vl.l., and VI.J. sha11
sur�ive termination af th€s AGREEMENT for any cause.
L. Observe and Comp�y
ENGINEER shall a# all #imes observe and comply with all federal and State laws
and reguaatians and w�th aCl City ardinances and regulattor�s which in any way
affec# this AGREEMENT and the work hereunder, and shall observe ar�d camply
with ai� orders, Eaws ordinances ar�d regulatians which may exist or may 6e
enacted later by gaverning �odies having jurisdiction or authority �or such
enactment. No plea af misunderstanding ar ignorance thereaf shail be.
consiciered. ENGINEER agrees io defiend, i�demnify and hofd harmiess CIiY
and all of its officers, agents and employees from an� against all claims or
liability arising out of the violation ofi any such order, law, ordinanc�, or
regula#ion, whether i# b� by itself or its employees.
�1�_
Ar�icle 1l�1
Aft�chmen4s, Schedute�, $nd Sign�iu�es
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, supersedes all prior written or oral understandings, and may only be changed
hy a writ#en amendment executed f�y bath parties. The folfawing attachments and schedufes
are hereby made a part of this AGREEMENi:
Attachment A- Scope of Services
Attachm�nt B - Compensation
Attachme�t C- Amendments to Standard Agreem�nt far E�gine�ring Services
Attachment D — Projec# Schedule
Attachment E — Loeatian Maps
ATTEST:
�f: � qj
� �
-��_ -
Gloria Pear�i �
City Secret�ry
, .
�� "�T� � �' ►, _ . ,_
Cont��ic*� ��tk��ri�ai����
! �, �-.� •_ - f".+:� ...
�at�
APPROVED AS T� F4RM
AND LEGALITY
�
Assistant y�+ttorney
oExiorfRD
CITY DF FORT WflRTH
6
By: _ '�-��
Mil�e Groomer
Assistant City Ma�ager
APPROVED
�-�G+t�.�. ���,�---
A. Douglas Rademaker, P.E. �-
Director, Eng+ne�ring Department
GU71Ef�REZ, SM�USE, WILMiJT &
g�z�IatF�_ iNr.
ENGINEER
By' { _ U
Brian Gronholz, F�.E.
Project Manager
-14-- � ������Q� Q��i� �
���� �����j�.�q���
� � ��9 YVV��•-� '— �
�
r4TiACE�M�f�T "�!"
-�- ..- . -. -
"Scope of Services sef forth her�in can anly be modi�ed by additiorrs, clarrficafions, and/or
del�tions set forfh in the supplemenfal Scope of Services. !n cases af conflict befween fhe
5upplemenfal5cope of Services and the General Scope of Services, fhe Supplementa! Scope
of Services shall have pr�cedence over fhe General Scope of Servlces."
_A_,,_
1) �reliminar� Confer�nce with City
The Engineer shail attend preliminary conferences wi#� a�thorized representatives of
the City regarding the sco�e of praj�ct so that the plans and specifications which are #o
be developed hereunder by the Engineer wi{I result in providing facilities which are
economicai in design ar�d confarm to t�e City's requirements and budgetary
constraints. .
2) Coordinafion wi4i� Oufiside �gencieslPu�lic �ntifies
The Engineer shall coordinate with nfficials of other outside agencies as may be
r�ecessary for the design of the praposed street, and storm drain andlor water and
wastewater faciiities/improvements. it shaEl be the Engineer's duty hereunder ta secure
necessary information firam suci� outside agencies, to meet their requirements.
3) Ceotechnicallnves�iga�ions
The Engineer shall advise th� City of test borings, and other subsurtace investigations
that may be needed. In the event it is determined necessary to make borings or
excavaie #est holes or pits, the Engineer shall in coordination wiih tY�e City and the
City's geote�finicaf engineering consuEtant, draw up specificatior�s for such testir�g
program. The cost of the borings or excavatians shaH be paid for by the City. _
4) Agreemen�s and �ermi4s
The Engineer shall complete all formslapplications to allow the City of �'or� Worth to
obtain any and all agr�ements and/or permits nvrmally requEred for a praject of this size
and type. The Engineer will be resp�onsible for negotiating and coordinating to obtair�
approval of the agency issuing the agreemen# andlor permits and will make any
revisions necessary #o bring the plans 9nto compliance with the requirements of said
agency, including but nat limited to highways, railroads, water authorities, Corps of
Engineers and other utilities.
�) Design Char�ges Relating to �'ermi�#ing Authorities
If permitting authorities require design changes, the Er�gineer shall revise the pEans and
specifications as required at the Engineers own cast and expense, u�l�ss such
changes are required due #o changes in the design af the facilities made by the
-1-
permitting authority, if such changes are r�qu�red, the Engineer shall noti�y the City and
an amendment to the contract shail be made if the Engineer incurs additional cost. �f
there are ur�avoi�able delays, a mutua4ly agreeable and reasonable time extensian
shall b� negotiated.
6) �lan Submi�tal
Copies of th�e origi�al plans shall �e �arovided on repraducible mylar or ap�roved pCastic
fiim sheets, or as otherwise approv�d by the Deparkment of Engirt��ring and .shafl
become tne pro�erty of tF�e City. City may use such drawings in any manner it desires;
provided, however that the Engineer shall not be iiabfe for the use of such drawings for
any pro�ect other than the project described herein; and further provided, that the
Engir►eer shall not be liable for the cansequences of any changes ih�t are made to the
drawings or changes that are made in the implementa#ion of the drawings without the
written app�ovaE af #he Engineer.
P�iAS� �
7) Righi-o#�Ill�ay, Easemen4 and Land Acqui�i�ion IVeeds
The Engir�eer shall determine the rights-nf-way, easement needs for the construction of
the �roject. Engine�r shall determine awnership of such iand and furnish the City with
the necessary right-nf-way sEcetches, prepare neeessary easement descriptions far
acquiring fhe rights-ofi-way and/ar easements for the cansiruction o� this project.
Sketches and easement descriptions are to be presented in farm suitable for direct use
by the Department o# �ngineering in obtaining rights�of-way, easements, permits and
lic�nsing agreements. All materials shall b� furnished on #he appropriate City forms in a
minimum of four {4) capies each.
8) Design Survey
The Engineer shalE provide n�cessary field survey for use in the preparation of P4ans
and Specifications. The Eng�ne�r shall fiumish the City certified cop�es nf the field data.
9) U4ility Coordination
The Engi�eer shail coordinate with all utilities, including utilities awned by the City, as ta
any proposed utility liens or adjustment to existing uti[ity lines within tl�e project limits.
The ir�formation obtained sha11 be shawn on the conceptual pians. The Engineer shal!
show on the preliminary and final plans the location of the proposed utility lines,
existing u#ility lir�es, based on the informaiion �ro�ided by the utiiity, and ar�y
adjustments andlor relacatian of the existing lines within th� project limits. The
Engineer shail alsa evaluate the phasing ofi the water, wastewater, street and drainage
work, and shall submit such evaluatian in writir�g to the City as part of this phase of the
project.
-2-
s
'� 0} Conc�p�uaf �lans
The Engineer sha11 furnish four (4) copies of the Phase 1 cancept engineering pfans
which inc�ude layouts, prelimirtary right-of-way needs and preliminary estimates of
prabable constructian costs for tfi�e Engin�er's recommended pla�. For ali submittals,
the Engineer shall submit plans and documents for street/stvrm drain and
waterlwastewater facili#9es, The Engineer shall receive written ap�raval af the Phase 1
Pfans from the City's project manager befare proceeding with Phase 2.
�HAS� 2
'# 1) �esigrt �a�a
The Engineer sha41 provide desigr� data, reports, cross-sectians, profiles, drainage
calcutations, and preliminary estimates of probable construction cost.
12) �re[Eminary Consfrue4ion �lans �nd ieahnical Specificaiions
The Engine�r shalC submit twenty (20) copaes of Phase 2 preliminary construction �lans
and fi�e (5) copies of the praliminary technical specifications for review by the Gity and
for submissian to utility companies and othe� agencies faF the purposes of coor�inating
work with existing and proposed utilities. The preliminary construction plans shall
indicate locatio� of �xistinglpraposed utilities and storm drain lin�s. The Engineer shalf
receive writter� approval of the Phase 2 plans from the Ci#y's project manager before
proceeding with Phase 3,
PH�S� 3
13) Final Cons�Yuction �lar�s
The Engir�eer s�ail furnish five (5) copies ofi the final constructian plans and contract
sp�cifications for �evisw by the City.
14) �etailed Cosf �s4ima4e
The Engineer shall furnish four (�4} copies o# detailed estimates af prabable construction
costs for the authorized construction project, which shall include summaries of bid it�ms
and quan#ities.
15) Plans and 5pecifica�ion Appror►al
The Engineer shall furnish an original cover myfar for #he signatures of authorized City
afficiais. The Cantract Documents shall comply with applicabl� local, state and federal
laws and w�th appFicable ruEes and regulatians promulgated by local, state and na#iona�
boards, bureaus and agencies, The Engineer shall receive writien approval of the
Phase 3 plans from the City's project manager before praceedirtg with P�ase 4.
-3-
s
PHA�� 4
16) �inal Appro��d Consiructian �lan�
The Engineer shail fumish �5 bound copies of Phase �E finaE appraved cor�stnaciian
plans and contract specifications. The approved plans and contract specificativns shall
be used as aut�rorized by the City for use in o�taining bids, awarding co�tracts, and
constructing the praject.
17} �idding Assistance
The Engir�eer shali issue adder�da as appro�riate to interpret, clarify, or expand the
bidding documants, and assist the owner in determining t�e qualifications and
accep#ability af praspectiv� constructars, subcontraciors, and suppjiers. When substitu-
tion prior ta the award of contracts is allawed by the bidding documerits, the Engineer
will advise the owner as to the accep#ability of sltemate materials and equipmer�t
proposed by the praspectiv� constructors.
18} Recommendafiion of Awa�d
ihe Engineer shall assist in the tabulatior� and review n# a�l bids receiv�d for the
cons#ruction of the project and shai,i ma�ce a recammendation of award to ti�e City.
19} �rebid Confe�ence
The Engineer shail attend the pr�bid con#erence and the bid apening, prepare bid
tabulation sheets and pravide assistance to #he owner in evaluating bids ar proposals
and in assembling and awarding contracts for cor�struction, materials, equiPrnent, and
services.
PHA�� �
20) ��econsirucfiion �onfePence
The Engineer shall attend the preconstruction co�ference.
21} Cons�ruc�ion Surve�
The Engineer sh�ll be available to the City an matters canceming the layout of t�e
project during its construction and wili set control points in the fie�d to allow City� survey
crews to staEte the project, The setting of line and grade stakes and raute inspection of
construciion will be performed by the City.
22) Site Vi�its
The Engineer shall visit the �ro�ect site at appropriate in#ervals as constructian
praceeds to observe and report on the progress and the quality of the executed work.
-4-
�
23) Shop �rawing Re�iew
The Engineer shall review s�op and erection drawings submitted by the carrtractar for
compliance with design concepts, The Engineer shall review laboraiory, shop, and mi11
tes# reports on materials and equipment.
24) Ins�Yuc�€ons io Coniractar
The Engineer shalE prnvide necessary interpre#ations and clar�fiEcations o� contract
dacuments, review change orders and make recammendatiar�s as #o t�e acceptability
of the wori�, at the reques# of the City.
25) D�fFer�ng Sifie Condifions
The Ertgineer shall prepare sl�etches required to resafve prablems due to actual field
condi�ions er�countered.
26) Re�ord �rawmgs
The Engineer sha11 prepare record drawings from information submitted by the
con#ractor.
-5-
�x�i�i� �����„
SU����fW�PliAL SCOP� C�� S�RVIC�S
(�IJPPLEIIA�N�' �O AiT�°,Cbl4lYEWT ,�A,�)
S�nitary 8� I�a�er �ine �xfiension
Old �enfon �oad and Golden iriangte �fvd.
DQ� No. 339 R
DESfC[V S�R'1�IC�5: S��lE� LIiV� AN� INAT�� LIN� �X��PI514iV
The following is a clarification of the tasks that the ENGiNEER will perform under ATTACHMENT
"A". Work under this attachment includes design of approximately 14,4QQ feet o# 24"-8" diamefer
sanitary s�wer pipe and i,Q00 f�et of 16"-12" diameter wat�r pipe located alang Golden Triangle
Bl�d. and Old Dentan Road in the City of Fort Worth. Upon receipt of Notice io Proceed, the
ENGINEER will �er�orm the following tasks:
�ARi A — PR�-�NGIN��R�f�C
1. inifiial Dafa Goll�cfion
a. ��eeDesign Coordinafion f�eetings
ENGINEER will attend and dacument meetirigs, as required, to discuss and
coordinate various aspeets of the p�oject and to ensure that the project stays on
schedule. For purposes of establishing a le�el af comfo�t, two (2} meetings are
anticipat�d. These include the follawing:
One (1) pre-design kick-off ineeting, (including fihe CITY's Department of
Engineering and other ciepartments that are impacted by the project).
One (1) r�view rneeting at completion of the City's review of the conceptual
engineering plans.
b. Research of bistory
The ENGINEER will conduct a cursory review of completed sanitary s�wer and
water main wark in the Areas. This wil{ inc{ude discussions with �arious CiTY
departments, and coardinatian with local consultanis engaged in past and current
sanitary sewer and water impravement projects. Interviews will also be canducte�
with sfiaff in the Field �pera#ions Division. The research data will be compiled and
EP.1-1
�
mapped to avoid poier�tial duplication of work proposed under this contract.
c. Coorc�ination wiih Oiher �gencies
During the concept phase the ENGINEER shall coorcfinate with all utilities,
including utilities owned by the City, TxDOT and railroads. These eniities shall also
be contacted if appiicable, to determine plans far any proposed facilities or
acfjustment to e�sting facilities within #he project limits. The informa#ion obtained
shall be shown an the concept plans. The ENGINEER shall shaw the location o#
the proposed utility lines, existing utility lines ar�d any adjustments andlor relocation
of the existing lines within the praject limits. ENGINEER shall complete all forms
necessary far City to obtain permit letters fram TxDOT and railraads and submit
such forms io the City. Ci�y shall be responsibie for forwarding the forms to the
affected agencies for exec�tion.
�►4Ri � - GONS�RUC�IOiV F'�NS �►N'D SPECIL�'IC��'IONS
1. Conceptual Engineering
a. Surveys for �esign
ENGINEER will perform fieid surveys to collect horizontal and Wertical
elevations and other in#ormatian which will be needed for use by the
ENGINEER in design and preparation af plans for the project.
Informatian gathered during the survey shall include topographic
data, e[evations of all sanitary and adjacent storm sewers, rimlinvert
elevations, location and buried utilities, structures, and other features
rele�ant to the final plan sheets. For sew�r lin�s located in alleys ar
backyards, ENGIN�ER will obtain the following:
Obtain permission for surveying through privaie proper#y.
Locate horizontal and vertical alignment of utility lines. Tie
�mprovements, irees, fences, walls, �tc., horizontaNy along rear lines
in an apprnximately 2�' wide strip. In additian, locate all rear house
corners and building comers in backyards.
Profile existing water andlor sewer line centerline.
��i-z
�
Compile base plan fram field survey data at 1"-40' scale.
Obtain permission for surveying through pri�ate pro�erty. Locate
horizontal and vertical alignment of ufility fines. The impra��ments,
trees, fenc�s, walls, etc., harizontally along rear lai lirtes in an
approximate�y 20' wide strip. In addition, locate all rear house carners
and building corners in bac�yards. Compile hase plan frorr� field
survey data at 1" _�40' horizontal and 1" = 4' verkical scale.
b. �ngineer VUill �rovide �he �'ollowing Infio�mation:
All �lans, field notes, plats, maps, lega� descriptions, or other
specified documents preparec� in conjunctian with the requested
services shall be provided in a digital format compatible witF� the
electranic data collection and computer a9ded desEgn and drafting
software currentEy in use by the CITY Department of Engineering..
All text data such as plan and profile, legal descriptians, coordinafe
files, cut sf�eets, etc., shall be pro�ided in the American Siandard
Code for Information Interchar�ge {ASCI[) format, afl drawing files
shall be provided in Autocad (DWG or DXF} format (curren�ly
Releasa �4}, or as otherwise appraved in writing �y the C]TY, and
all data coil�cted and genera#ed during the course of the project
shali hecame the property of the CITY.
The minimum informatian ta be provided in the plans shall include
the foflowin�:
i. A Project Control Sheet, Showing ALL Contral Points, used
or set while gathering data. Generally on a scale of nat �ess
than 1:4a0:
ii. The following information abaut each Control Point;
a. [d�ntified {Existing City Monument #89Q9, PK Nail,
518" Iron Rod}
b. X, Y and Z Coordina#es, in an identified coordinate
system, and a referred bearing base. Z coa�-dinafe
on City Datum only.
EA1-- 3
c. Descripti�e Locafion (Ex. Set in the centerline of the
inlet in the South curb line of Narth Side Drive at the
East end of radius at the Southeast carner of North
Side Drive and Nort� Main Street).
iii. etc., in the same coordinate system, as the Control.
iv. Na less than two horizontal contro� points, per [in� or
location.
v. Bear�ngs gi��n on all proposed centerlines, or baselines.
vi. Station equations relating utilities to pa�ing, when
appro}�riate.
c. Public No�ifica4ion
Prior to conducting design survey, ENGINEER will notify affected
residents of the project irt writing. The natification letter shall be on
company I�tt�rhead and shall include the following: project name,
fimits, DOE project no., Consultant's project manager and phone
no., scope of survey work and design survey schedule. The letter
will be reviewed ancf approved by the City prior to disiribution.
d. Concepival �ngirteering �lan SubmE4tal
i. Concepival plans shall �e submitted to City 60 warking days
after Notice to Praceed Latter is issued.
�i. The ENGINEER sha[I perform conceptual design af the
proposed impravements and furnish four (4) copies ofi the
canc�pt engineering pfans whic� includes layauts,
preliminary right-of-way needs and cost estimates far the
ENGINEER's recommended plan. ENGINEER shall
perform remaining field surveys required for final design of
selected route(s). The ENGlNEER shall also evaluate the
phasing of the water, sanitary s�wer, str�et and drainage
work, and shall submit such evaluation in writing to the City
as a part of the concept phase of the project. All design
shall be in conformance with Fort Worth Water Department
EAl-4
policy and procedure for pracessing water and sewer
design. ENGINEER shall review the City's water a�d sewer
master plan and provide a summary of findings per�aining to
the proposed p�oject.
2. f�reiiminary �ngineering
Upon appro�al of Part B, Section 1, 5ub-section d-- Conceptual
Engineering Pian Submittal, ENGINEER will prepare preliminary
cor�sfr�ctian plans as follows:
a. Overall sanitary sewer and water layout sheets and an
overall easement layouf sheet(s).
b. Preliminary project plans and profile sheets which show the
folfawing: Proposed water andlor sanEtary sewer plan/profile
and recommended pipe size, fire hydrants, water service
lines and meter boxes, gate val�es, isolation valves and all
pertinent information ne�ded to construct the project. Legal
description (Lot Nos., Block Nos., and Addition Names)
along with property ownership shall be pro�ided on the plan
vfevw.
c. For sewer lines, pipelines schedufe f�r point repairs,
rehabilitation ar�d replacement will be lacated on #he �ase
sheets prepared fram survey information gathered under
Part B, Section 1, Confiicts shall be resolved where
pipelines are to be rehabilitated on t�e same line segment.
Base sheefs shall reference affected or adjacent streets.
Where o�en-cut construction is anticipated, belQw and
abo�e graurtd utilities will be located and shown on the base
sheets.
d. Existing utilities and utility easements wiil be shown on the
plan and prafi{e sheets. ENGINEER will coardinate with
utility companies and the City af Fort Worth to determine if
any future improvements are planned that may impact the
praject.
e. The ENGINEER shall make provisions for reconnecting all
EA1-5
wafer andlor wastewater service lines which cannect
directly to any main being replaced, including replacement
of existing service lines wi#hin City right-of-way or u�ility
easement. When the existing afignment of a water and
sanitary sewer main or lateral is changed, pravisions ►nrill
be made in the final p[ans andlor specifications by the
ENGINEER t� relocate all service lines which are
cannected to the existing main and connect said s�rvice
lines to the r�lacated main.
f. The ENGINEER wilf prepare standard and special detail
she�ts for water line installation and sewer rehabilitaiion or
replacement that are not already included in the D-Section
of the Ci#y's s�ecifications. These may include conneciion
details between �arious parts of the praject, tunneling
details, boring and jacking details, waterline relocaiians,
details unique t� the construction of the project, trenchiess
details, and special service lateral reconnections.
g. �rivate Sec�ar Rehabilita�ion {Opfional)
�valuate pri�ate sector alternatives including deanout
repairlreplacement, lateral point repairs, and lateral
replacement. ENGINEER will }�rovide copies of the field
inspection forms in the construction docum�nts. ENGINEER
shall nat prepare detaile� plans for repair of pri�ate sector
defects. The ENGINEER also assumes no responsibility for
the accuracy of service cleanduts and la�eral locations since
the appearance of smake does no# pinpoint the �xact
locatian of service cleanauts and lateral�.
h. iVew �flanhoie Cons�ruction Locafions {Optional)
Provide map showing locatian of naw manhole construction
at #he end of existing sewer segments, 90 degree �ends, or
tee connections. Sufficient data i.e. coordir�ates shall be
provided to allow for construction and staking of the
manholes. Easement or right-of-entry agreements shall be
prepared and delivered to the City. The contract documents
shall specify #hat it is the Contractor's respansibility ta
EA1-6
�
coordinate utility location, etc. for rranhol� construction. A
tofal of n�w manhole consfiruction is anticipated.
i. �igh4�of-If�ay Research
The ENGINEER will canduct preliminary research for
a�ailability ofi existing easements where open-cut
construction ar re[ocation of existing afignments is probable.
Temporary and permanent easements will be appropriated
based on a�ailable ir�formation and recommendations will
be made for appraval by the City.
j. Righ��v� wayl�asement Preparafiion and Submittal
Preparation and submittal af right�of-way, easements and
rights-of-�ntry will be in confarmance with "5ubmittal of
Information to Reaf Property for Acquisition of Proparty".
F�. Util"rty Clearance Phase
The ENGINEER will consult with the City's Water
Depar�ment, Department of Engineering, and ather CITY
departments, �public utilities, pri�ate utilities, private utilities
and go��rnment agencies to determine the approxima#e
locatian of above and underground utilities, and other
facilities that ha�e an impact or influence o� th� praj�ct.
ENGINEER will design City facilii[es to a�aid or minimize
conflicts with exis�ing utilities.
The ENGIN�ER shall deliver a minimum af 13 sets o#
approved preliminary canstruc�ion plans to the City's Utility
Coordinaior for forwarciing to all uti[ity companies, which
have facilities within the limits of the praject.
I. P�eliminary construcfion plan submi4�Cal
i. Pr�liminary plans and specificatians shall be
submitted to City fi0 worl�ing days after appraval of
Part B, Section 1.
EA1-7
ii, The ENGINEER shall dekiver two (2) sets of
preliminary construction plans and iwa (2) sets of
specifications and contrac# documents to CITY for
review. Generally, plan sheets shall be organized as
follows:
Cover S�eet
Easement layout (if applicab��)
Plan & Profile Sheets
Standard Construction Details
Special Details (If applicable}
iii. The ENGINEER shall submit a preiiminary estimate
of probable construction cost with the preliminary
plans submifted. ENGINE�R shall assist City in
selecting the feasihle andlor economical solutions to
be pursued.
m. Review l9dleetings wi�h City
The ENGINEER shall meet with CITY to discuss review
comments for preliminary submittal. The CITY shall direct the
ENGINEER in writing to proceed with Final Design for Final
Review.
n. Public 14�eeting
After the preliminary plans have been reviewed and approved
by tF�e City, ENGINEER shall prepare exhibits along with an
invitation letier and attend pub�ic meeting to help explain the
proposed project to residents. The CITY shall mail the in�itation
letters.
3. Final I�ngineering �lan Submittal
a. Final Construction Documents shall be submitted #o C1Tl' 2Q working days
after appro�al of Part B, S�ction 2.
FoNowing CITY appro�al of the recammended impro�ements, the
���-e
ENGINEER shalE prepare final plans and specifications and contract
documents to ClTY (each sheet shall be siamped, dated, ancE sign�d by
the ENGINEER) and submit two (2) sets of plans and constructian contract
dacuments within 20 wor[cing days of CITY's final appravaf. Plan sets shal[
be used far Part C activifies.
b. E[VGIPIEEf�'s �sfima#e a� ��obaf�l� Cons�rucfion Cos�i
The ENGINEER shall submit a final estimate of probable construction cast
with the final plans submitted.
P►�Ri G � P�E-CQhlST�UC710R! �SSIS�ANC�
Aciminisfiration
a. �eliver �id �ocuments
The ENGINE�R will make available for bidding, upon request by the CITY, up ta
for�y (4Q) sets of the final appro�ed a�d dated plans and specifications and
contract documents for the projects ta the CITY for distribution to potential hidders.
Proposal will be deli�ered in electronic format.
b. �iciding �essistance
The ENGINEER shall assist the CITY during phase including preparatian and
deli�ery of addenda to plan holders and responses to q�estions submitted to the
DDE hy prospective bidders. �ngineer shall attend the scheduled pre-bid
conference.
The ENGINEER shall assist in re�iewing the bids for completeness and accuracy.
The ENGINEER shall attend the project bici opening deveiop bid tabulatians in
hard copy and electronic format and submit four (4} capies af the bid tabulatian.
c. Assisfance �urir�g Constir�uctiion
The ENGINEER shail attend the pre-construction conference for the project. The
ENGINEER shall also cans�lt with and advise the CITY on design andlor
cortstruction changes, if necessary.
EA1-9
ATTACHM�Ni "B"
COMPEPlSA�IOfV AND SCH�DULE
Compensatron
A. The Engineer shall be compensated a fotai lump sum fee ofi $203,411.�0 as summarized
in �xhibik "B-3A" and "B-3B". Payment af the tokal lump sum fee shall be cansidered full
compensation for the services described in Attachment "A" and Exhibit "A-1" for ail labor,
materials, supplies and equipment necessa�y fo corr�plete the proj�ct.
B. The Engineer sha11 be paid in four partial payments as described in �xhibit "B-1" upon
receipt of four individual invaices from the Engineer. In this regard, the Engineer shaii
submit in�oices for four partial payments as described in Exhibit "8-1", Section I— Method
of Payment.
Each in�oice is to be verifi�d as to i�s accuracy and compliar�ce with the terms o# this
contract by an officer ofi the Engineer.
1!. Schedule
A. The water and sanitary sewer pipeline design shall be comPleted witi�in 14� working days
after "Notiee ko Proceed" letter is issued.
C�1
�
�XHI�IT "�-1"
(SIJ���EMEfVT TO ATTACH{VI1�NT �}
ii��THOD OF PAYf��N7 AND pROGRESS REPORT R�QUIREMEiV7
SAIVI�Af�Y S�WFR ANC] WAT�R �X7�CPISIOW
OLD DEN�OPI ROAD and GOL��N Yf�EANGLf� BOIJLEVAR[�
I. ti,�Yethod of Payment
The Engineer shalf be paid in four partial payments as outline below:
a. Pa�tial Payment Number 1, which shall be equi�alent to 35% of the tatal
lump sum fee (appro�c. $71,193,85}, sf�all be payable after City approval
ofi Exhibit "A-1", Part B— Section 1, Sub-section d-- Conceptual
Engineering P[an Submitial,
b. Par#ial payment Numb�r 2, which shall be equivalent to 65% of the total
lump sum fee, less preWious payments (approx. $61,023.30), shall be
payable after City appro�al of Exhibit "A-1", Part B, Seetion 2, 5ub-
section I— P�-eliminary Construction P�an Submittal.
c. Partial Payment Number 3, which shall be equivalent ta 95% of the totai
lump sum fes (approx. $61,023.30}, less pre�ious payments, shall be
payable after City appro�al of Exhibit "A-1", Part 6, 5ection 3—�inal
Engineering Plan Submittal.
d. Par�ial Payment Number 4, w�ich shall represent th� balance of earnings
(approx. $10,�7Q.55), less previous payments, shall be payable after all
of the post-constructivn meetings for fhe Praject have been conducted.
ll. Progress Repo�ts
A. The Engineer shall submit to t�e designated representative of the Director of the
Department of Engineering manthly progress reports covering all phases of
design by fhe 15t'' of every month in the farmat required by the City.
B. If the Engineer determir�es in the course of making design drawings and
speeifieafiions #hat the opinion of probable construction cost af $2,191,701 {as
estimated in Exhibit "B-5") will be exceeded, whether by change in the scope of
the project, increased cost or other condifiohs, the �ngineer shall irrzmediately
report such fact fa the City's Director of the pepar#ment of �ngineering and, if so
instructed by the Director of th� Department of Engineering shala suspend al]
wark hereunder.
�XHi�li "B-2"
(SU1'PL�IViENY TO ATTACHM�NT "B")
HOURLY FtATE SCHEDULE
Position Classificakion Hourlv Bfllir�g Rate
Principai $126
Praject Manager $11Q
Engineer $90
Cad Tech $75
ClericallOffice Servic�s $54
EB2-1
s
Exhibii �m3�4
(Supplemenf �o Affachmeng �j
Design �ee Gos# Summary
!�/ater and Sewer �x�ensr�n for Old �en�on Road and (aolden %riangle E�Ivd
{�nnexa�ion A-00�99J DO� fi�a. 3399
PF�ase
I — Water Design Services
I I— Sanitary S�wer 17esign Services
Prflposed f4flIWBE Sub-consultants
A.N.A. Consultants, t.L.C.
Hugo Tre�ina
Scope of Services
New Gonstruct9on
New Construction
TOTAL
Serrrices
Survey
fiepraduct9on
TOTAi.
Fee % of Contract
$ A�2,716.00 21 %
$ 160.695.00 79%
$ 203,411.00 ,
Fees % of Contract
$ 47,25Q.00 23.2%
$ 4,425.00 2.2%
$ 57,6i�Aa 2�.4%
�xhibifi ��3�
(�upplemenf to �4f�achmenf �)
Aesign �ee Cos� �ummary
Part A- Basic Desiqn Fee
Plan & Profile Sheets wlEngine�r's Cost �siimate
Cantracf Documents and Specifica#ions
StandardlSpecial Details
Traffic Plan
Existing Utility Research {As-Suilts)
Data Acquisikion (from Cons#ruction P{ans)
Field In�estigation
Public Me�ting
Reproduction (Administration)
lncorparate City Review Comments
Final Constructian �ocuments
Enginesr's Final Cost Estimafe
Part B - Special 5ervices
Right-af-E�try Research, Database & �xhibits
Survey and Easements (Administration)
F'art C - Canstruction Senrices
Pre-Consiruciion:
Tabulate Bids
Erraluate Bids & Low Bidders
Attend PrE-Construction Meeting
$123,635.00
$2, 872.00
$Z,zao.ao
$3,7fi0.04
$1,020.Ob
$1,'160.00
$1, 554.00
��,�aa.00
$30a.00
$3,50D.Ofl
$976.00
$1so.oa
Tatal:$142,553.ad
$438.40
$4,99 5.00
Toial: $�,3�3.00
$760.40
$350.00
�zzo.oa
Post-Construciran:
Sit� Visits and Fina1 Ins�ecfion
Public Meeting
Part � - Reproductions fi�ilWB��
13 Sets af Preliminary Plans for Utility Clearance
12 5ets a# Preliminary Plans for review
10 Sets of Preliminary 5pecifications for review
45 Sets of �inai Construction Plans
�45 Sets of Fi�al Cohstruction Specifications
40 Mylars
Part E - 5�nrev �MIIMBEI
�esign Survey �
�asements
$1,500.00
��,oao.ao
Total: $3,830.00
$390.Q0
$360.Q0
$35p.00
$1,3�0.00
$1, 575.00
$�OQ.O�
Totai. �a,aa�.ao
��a,aaa.00
$z,s�a.00
Total: $41,�aU.00
�ump Sum iotal: $�03,�1 �9 .00
EXHIBIT "B-4"
(SUPPLEMENT TO ATTACHMENT "B")
pES1G� �EE
Sewer & Water Line Extension
Old Denton Raad and Golden Triangle Bl�d.
S�W�R PROJECT NO. - P5
WATER �ROJECT I�O. - PW
DOE C'l�OJECT I�[O. -331'[
Design 5ervices #or Sanitary Sewer and Water Line Extension
PROPOsE� HOURS FOR �ACH TASK
$ 126.00 $ 110_00 $ 9fl.00 $ 75.�D $ 54.00
Task WorkTask Qescr�i,ptions Prin. P.M. Ene!r. CAD Tech Clerical
PART A BASIC DE51GN FEE
a Plan & Profile Shee#s wl Enqineer's Cost EstimatE 0 379 '197 950 0
b Gontract Docurnents & Specifications 0 8 11 4 13
c 5tandard/S�ecial �etajls 0 5 5 �6 0
d Traffc Plan 0 17 S 1 S 0
e Existinq Utility Research (As-8uilts) 0 0 3 10 0
f Daia Acquisition ifrom Constructian Plans] 0 4 3 6 0
q Field Investi�ation 4 5 4 8 0
h Public Meetrnq 0 7 1 8 a
I Reproduction�Administration] 0 D 0 4 D
J �ncorporate Ci�' Review Comments 0 7 7 28 D
k Final Cor�str�ction Documents b 2 1 6 4
I En�ineers Final Cost Estimate a 0 2 0 6
Subtatal 0 434 166 1058 17
�ART B SPEC�AL SERVIC�S
R3pht-af-Entry Research, Data6ase & F.�chibits
5urveys 8� Easements (Administra#ion)
Swbtotal
PART C C01�5TRUCTION SERVICES
Pre-Consfruction:
Tabulate Bids
Eva[uate Bids & Lvw Bidders
Atiend Pre-Const. Meetinq
Pre-Canstrucfion
Site Visits & Final Ins�ectian
Public Meetin� I
Su {�taial I
PART Q REPROqUCTION {MMIBEI
Reproduction af Pfans /5pacs & Report
5 u bto#a1 I
PART � SIiRVEY (MNIlBE) '
Surve� & Field Measurements
Easement Permanent
S u btota f
� TOTAL
D
D
a
a
D
a
0
a
a
0
0
0
0
0
0
EBQ-1
0 2 2
20 6 29
20 8 31
2 1 6
2 1 0
2 a a
6 1 10
5 0 6
17 3 22
o a o
a a a
0
fl
0
471
D
�
0
171
0
0
0
1T1T
2
0
2
D
D
a
a
a
D
0
0
0
0
0
19
'FOTAL
Direct AMOU�VT
Costs
$ 85.00 $ 123,535.00
$ - $ 2 872.00
$ - $ 2�200.00
$ - $ 3�160.0�
$ - $ 1,02DA0
$ - $ 1,160.00
$ 4a.00 $ 1-550.00
$ 4Q.D0 $ 1,b00_fl0
$ 300.OQ
$ - $ 3,500.fl0
$ - $ 976.Q0
� - $ lsa.oa
$ 145.fl0 $ 'i42,55�.00
$ - $ 438.OQ
$ - � $ 4,915.00
$ - $ 5,353.0�
$ - $ 760_00
$ 40_00 $ 350.60
$ - $ 220.OD
$ - $ 3,500.D0
$ - $ '! 000.00
$ 40.00 $ 3, 830.00
$ 4,425.OD $ 4,425.00
$ 4,425.00 $ 4,425.00
$44,400.Q0 $ 44,4dD.00
$ 2,850,D0 $ 2,850_4D
$47,250.D0 $ 47,25D.00
$51,86fl.D0 $ 203.499.OD
�
�xhibit "��5"
(SUP�������' �'O Ai��CFii��[Vi ��8��)
�Id Denton Rd. l �olden Tri�ngle �Ivd.
���+�r �nd !�la�er Lin� ��ter�sion
Ser�►er� �r�ojeet N�. P�
�O� �roject No. 331 �
R
C�NSi�L1Gil�id C��� �� fl�fllAi�
Item , Descriptior�
_� ._.
� 5td. 5-foot alameter SSMH (to 6-foot depti�)
2 �xtra depth for 5-foot diameter SBMH
3 5td. 4-foot diameter SSMH (to 6-foat depth}
,q Extra depth for 4-foot diameter SSMH
� Reconnect 24-inch to existing SSMH
g Concrete collars for SSMH
� Watertight manhole insert for SSMH
g 24-inch PVC sanitary sewer pipe (all depths)
g 21-inch PVC sanitary sewer pipe (a1! depfhs}
1p 18-inch PVC sanitary sewer pipe (all depthsj
11 12-inch PVC sanikary sewer pipe {all depths)
�Z S-inch PVC sanitary sewer pipe (a11 depths)
13 36-inch DIP Class 51 san. carrisr pi�e by other than apen cut
14 24�inch DlP Class 51 san. sewer pipe by other than open cut
� 5 12-inch DEP Class 51 san. sewer pipe by other than open cut
�g 8-inch DIP Class 51 san. sew�r pipe by otherthan apen cut
�7 4-inch PVC sanitary sewer service taps to 18-ineh PVC pipe
1 g 4-inch PVC sanitary sewer s�er�ice tap5 to 12-inc� PVC pipe
�g 4-inch PVC sanitary sewer ser�ice taps to 8-inch PVC pipe
Zp 4-inch PVC sanitary sev�er service lines*
2� 4-inch PVC sanikary sewer service lines (by bore)'"
22 Two Way Lateral Cleanaut (non-traffic areas}
23 Two �Way Lateral C[eanout (high traffic areas)
24 Concrete curb and guiter replacement
25 Permanenf asphalt pa�ement repair per Figure 4
26 Post-construction N inspection of sanitary sewer
2� Vacuum iest SSMH
2g Trench safety system for trenches {depkh �5')
5ub-Total
10% Contingency
1 llnit ,, Quantityl Unit Pei�e, Cost
EA
V�
EA
VF
EA
EA
EA
LF
LF
LF
LF
LF
LF
LF
LF
LF
�A
�A
EA
LF
LF
EA
EA
LF
L�
LF
EA
L.F
14
60
12
50
1
26
26
430a
2500
240Q
375fl
950
3D0
10a
50
50
20
10
5
1450
1000
5
30
100
2000
94400
26
144Q0
$1,8�0
$140
$1,600
$14�
�Z,soa
$275
$100
$90
$8Q
$68
$42
$38
$425
$350
$250
$200
$600
$300
$245
$20
$100
$250
$3�D
$28
$34
$1.45
$125
$1.50
$25, 200
�s,aoa
$19,200
$7,OQ0
$2,560
$7,150
$2,600
$387,000
$200, 000
$163,200
$157, 500
$36, � 00
$127,5a0
$35,000
$12,50a
$10,0�0
$12, 000
$3,0�0
$'f ,225
$29,000
$100,000
$1,250
$10,500
$2,800
$68,000
$20,880
$3,250
$21,600
$1,474, 355
$147,436
$1,62'f ,791
EB5-1
�xt�ihi� "�-�,�
(SIJPP��[i��Ni �'4 ATiACbA�EWi "�'�)
Old Denion �d. l �olden iriangle �Ivd.
Sewre� and 11Va�er �ine �xfiension
!l�ai�er �rojec� Rlo. P1�V
DO� �roject No. 33'�'9
C01�SY�UCTI�i� ��5� �S�1�r4i�
liem Description
� 16-inch f].I. Water Pipe {Class 51)
2 12-inch D.L Water Pipe (Class 51)
Z 16-inch Bare
3 16-inch Gate Valve
4 12-inch Gate Valve
� 'f-inch Air Release Valve �nrl �ault
g 4-inch Blow-off Valve wl Vault
7 Fire Wydrant w/ ap�urk.
g 5ervice Taps to Main
g Watet Service �.ine
10 Furnish and Set Meter Box
� � Cast lron Fittings
�2 Permanent asphalt pavement repair per Figure 4
13 �re�ch safety plan
�,� 5olid sod replacemenf
5ub-7otal
10% Cantingency
� Unit
LF
L�
LF
�A
EA
EA
EA
�A
�A
LF
�.A
TN
LF
LF
LF
Quantity Unit Price 'i
500D $50
2000 $35
100 $300
4 $9,�00
2 $1,400
2 $�,50Q
2 $1,5D0
14 $2,000
25 $250
600 $20
25 $300
4 $2,50D
1200 $34
7000 $1.50
'f 000 $825
�
Cosf
$2b0,OD0
$70,000
$30,000
$36,000
$2,80D
$3,OD0
$3,000
$28,000
$6,250
$12,000
$7,5�0
$10,OOD
$40,800
$10,500
$8,250
$518,100
$51,810
$569,910
�g�-a
�
AiCACHMf�[VT "C"
14i��NbM��VYS i� 14R7'ICL�S Ild,1�, �►ND V)
�fone Required
C-1.
Ib 7ask Narne
'1 Letter OP Authorization
2 Survey Field Work
3 Conceptual Design - 5 Days Added
Due To Holidays
4 City Review
5 Pre[iminary Design
6 City Re�iew
7 Final Design
8 Submit Final Design Planwork
Project: Old Denton Rd/Golden Triangie Water & Sanitary
Sewer Improvements - DOE #3�19
Date: 9/2fi109
Old Denton RdlGolden 7.riangle Water & Sanifary Seurer Improvements
' • D.O.E.#30i9 -
Septemb dctaber Novembe Decem�e January February March April iUlay June .fuly ,
StaR Finish Sep 1 Oct _ Nov � Dec � Jan Feb Mar � Apr � May Jun I Jul
7ue 10l9101 Tue 10I9I01 fl� g.p� � � `
' ...,..,.... -. __ _ ... .,........
Oct9'01 i ///�//- .-- - ._ ..� .�. —
. .. . ,_.....�_ . .
Tue 14I9/01 Mon 1i11910i Nov 49'01 ! ' i
__ .... ... .....: ..... .._._ • _ ....., . .. _.. �,..,...,.,._ _ ___�� , _. �.�.�.�.�.,..,,.._,.. �...,. - ---..........
Tue 11/20/01 Mon 1I71D2 Nov 20 '01 //////// Jan 7'42 '
i
... _... �.� _.. � _ _ � .:. __ .. __. ........�_ . _� .. .. - — _.. .... -
Tue 11B102 Mon 112�142 Jan 8'42 Jan 2'1 02 �
. ......------- �....._ �.... _ __........_..
Tue 1122102 n�on ail3roz ,��n zz F�z ��///////////// Ap�'��'flz
, _.
........_...._�_ _._ ___....�..--------._......._ ..__.�_ �_._.........-=----._...---. �.......�...�.�
Tue 4l16/02 Mon 4l29J02 ', Apr 1fi '02 ' Apr 29'42 '
_... , p :
Tue 4130102 Mon 5I27/02 A r 30 '02 Tlkay z7 '02
;
i...---- ...................:.... __. _. .._._._._ ... _.r..�. _._.._..... __ ..
--.i.._.
Tu8 5128f02 Tue 5l28lD2 � � fily�y 28 '�Z
auration
0 d ays
30 days
35 days
14 days
60 days
1 � days
20 days
0 days
Task
Crifical Task
Progress
Milestone
� . f Summary , p �,, Ratled Up Progress
}�///�%/////j RolledUpTask �- -- - �j 5plit ,,,,,,,,,,,,,,,
Rolled Up Critical 7aslc G��/%f//i'�/,� Extemal TasKs � �
� Rolled �p Mifestone 0 Project Summary � T
Page 1
i '
. �
�. I �
o�� ,� �
�
_��_,�
�
�
�,
- -. �
�� v -_ .
`y� _� , :� o
-,�, � �.
��—���r
�� �
=.���� ►� _i
.�_���. �
a .�.. �
�
�'4�ZT WORT�Y
co�aN rar�xcr,� a���� � `� :'"v � � «-�, - _ - _
��: ~ ,�� i ' � � _ 8, — — - cot.a�v rxrr�uc� sc�.
� e�' �� �� ���
�
�� �
�
:�_ .��p� � r�' � �° _..
�� z•'!�' � "� �,� �
PR�S9YCS �'
j COUR�' �" .:� ,��, ��
� �
� �
, �� �
� h� - -
�
�
V I •
� ' _
,
I I i �
� � I�R]TGGS
�.
�' . � I
I
ra� sx� &�� ' �� � :
����� �
�1d1 D���ari i��l./���d1�� Tria���e �lv�.
P���a�s�� ����r ��r�� E���riisn.�aa.
T�.�.E. �33 � 1
�
�
�
�
�
F � � �
� YISTA
sa.e�a �c
8AY � ItD.
1
1
�
��, �fl��. �
� ��.. ��.
eaRr „a�rn+ • ouus a+a/Envwaw�tt+r+�
Hevsmr-+�ui+o �
�
�
■
�
/ '� \
�P
9 .m �p4 1 �siW
��i�¢. 1dV
�
�'
�r
. �--
� �
i .
�Project
Locatian �
� � I
.wu
��
:
� °~�
RN}� 8
� � � �. .
FO�Z'�' WORT]Ei � I
�- �
car� raraxc� � �,\r' -'?� �' � ; � �-�• � _
+=� � � � oL� i ' s� i� P1�P, 5r9AL 5G6&6 --- - ��N �GI� BLYD. -�-- - i----
� I.I.II�III NR ^- i .. _ � I
�� � ,��' - i �� �
p� ` �� '�°` � ��` � � '� � � � � �
�I�,��`1� �a � � �
PR�5TLG6 � � I � •' ` � � • r----------1 � BSAR C�69f -
69
LYiURT �- �y,'..��, ��, I ir�Ti�� � � YlS�'L
. •y'q� � . � i
I � 1
�
i j S�O.BB$ dC
i
. �
. i
- i
; E � BAY �iIl7� iiD. �
I i
. �� i
►! i � � � -
. �
� i i
v� � � � i �
�� � ' �
� �� I � �
. ,, ID� 1� , ,- F..7
�.�1k _ I C
�� �� � ,
� .II ,t__ ni
� fIF.Rdi`�GS � wi , - - -
� � yr� - �` �
I d � 1�\ � �i � �
i
P-�-._BL��� i �� � -L �-
� �
� ���A'l � - "� c
�� ,�
���1 D�n��n ]Rd./�����n� ��iangle �lvd.
]�ro��se� Sa��i�a��� S���r �ai�a Ex�e�.s�a� �� �. °�`�`
& ���.. ��.
D.D.E, #331 � ' �T�.o� a�,��
H�.,� �
�'�� ���` �'�r� �o►,����, �'�.xa�
���+v� ���I ���r��! ������������
f_7ATF Tf�EFCR��J�� Ni.1MdCR i..p� IVA[v1� �AG�
��l161�1 �*�-'�8'T$� �����DEN � of �
�+����-c;� �hl�',I�1�E�Ih�� ��R����hlT 11UI1`H {�,LlTEEF2i�E�, ��+,+�����, 1NRL�11iJT $�
�ISSOC��A��S, IN�. ��F2 WA��1� Af�p SEW�F2 �XT��SlO�1 FOR TH� ��p DEfVT�N
I�OAI]I�O�.C}�N �F�1�1�E��� B�ULCVF�RD �IREA
R���11�h+��N DAT�Oh7:
It i� r��or�m�x�r��d tE�at tfne �ii� �oun�il authork�� lh� ��t�r M���c��r to ex��ute ai� �r�c�Jne��lr�g
agr�emc�ni with �u�ier���, �rr�au��, �lV�Imul & As����a{�s, Irr�. for a��e� n�t to ��cce�c� ��(1�.41 �.��, lo
propa�e �la�� and �p�cRfi�atio�s �or w��er ar�d sew�.r axterrsion for th� �kd C���ton �'�o�dJ�o�d$n
Tri�r�c��e Boulevard ar�� �A�nr�exa#io� A-OQ-� ��.
�fSC�SSION:
�n Jar�ua�y 9, 2��� ��.+1&� P�-2����, kl�� �ity �o��c�f ��proved �rc�ir�arf�� �la. � �4�� for th€�
anr��x�t�a� of ���1.30� acres �f la�d ot�t af the 1Niili�m N�c�aw�r� �urvep, Ak��tra�k fVo. 999, T�rrant
�o�nty, Texas ���rteac�tion �ase Na. A4�0-1��,
Th� eng€r�eering sc�rvice� to be per��rrrted undr�r tR��s can#ra�1 consist of t�e pr���r��iora of p��r�s and
spe�ificatio�s f�r #he c�xker�sion of appra�c�matef� 7,00� line�r fe�t �r � 2-�r�cl� aF�d � C�in�h diarr7e��r v��l�r
lines and '�4,4�0 I�r�ear f�r�i �� v�rious �Ize sar�lt�ry ��w�r Jwn�s ran��ng Jn �fam���r fro�x� 8-3n���s t� ��-
Inche�. l`h� propos�d le���rovamen#� �v�il provide w���r at�d sanitary sev�rer servie� to th� �nne�ced ar�a,
�utierr�z, �ma��se, 1+VIImuk & Flssoci�t�s, Ir�c. �roposes to �erf�rm �he d�si�n w�rf� ft�r a I�m� s��r� fee
af $�b3,�'I'E.OQ. �t�f� ����si���s thi� fee to �e fai� 2�r�d reasor�able �or th� �cope �f services prop�s��i.
In �ddition t� kh� �a�tr��t �mt�unt, ��,��� �Wat�r: $�,��0, �ew�r: $3,00f1} is r�qu�r�� for �roj��l
msna�err�e�k by tha ��ginaer�n� ����rtmenk, �e�l Pro�ert}� �ll������r���t I��vFsion.
�NVBE •���ti�rr�z, �r7�ouse, Wilm�t c� As�oc:i��as, Inc, is kr� ca�npl[��c� wi�h ii,e �Cil�r's �1I1+i�BE
�?rd�r�anc� L�y c�r�miltln� t� ��"l� �1+1l1+V�� parki�i���trnn. "��� �€t�+'s g�al on tk�is ��rvject is 2�°l�.
Ti�e pr�pert� is t�cat�d ��ulh of �oCd�r� 7ri�r��le B�u��vat��. e,��t a� ]FI35W a��d i� contig��u� �a
��UlV�IL DI�TRI�T 4, [�+1ap��o ���.
��ty o��'a�� �o��l�, �'�xas
����� �r�d �o�r��� �,,���������i��
DA�E i��F�R�i�10EfVU#+9B�F� �..O�I�l�i�iE f'AG�
1 �1'I �ID1 *"��-� ���$ � 3��O�.I��N � of 2
su�.���T Ehl�IfV��f�IfV� ��REEfv1�i��' VUI�'W �i�iIERRE�, ��11�U�E, I+VI�.M�T &
A��O���TE�, Ihl�. ��F� 1NAT�l� �1CVD �EUVEft �?C7E�l�]�N �QI� TF�EF.. �1�l� D�EVTQf�
f��Ap��OLDE� TRI�h1��.� B�UL�1lAF�D �1R�A
F���AL ihl�C�RIV?AXI��l��EF�TIFI��TRO�I:
�'he �inarrc� Dfr��t�r c��#ifi�s #hat f�nds are �v�pable �r� the �urre�t capital budget, a� ap�ropraated, of
the Water �r�d �ew�r �apktal P�o�e��� Fun�1s_
�r�i C�'1�i1
5ul�mi�lttl for C�iy I��nn�er's T�]IV� , A.CCOUNT 1
Dfflce Ly: {t41
Mik� C'irouincr filAQ I
[�rlgln�tlu� �c�Mart�ne�� Head: �
�
L}oa�gle� Rndcrr�zk�r b]S7 I {Franj}
P7f�
A�IdJtio��s�l f��fa�r�7pa�lioo Coulucl; �P97�
�
Qou�los Rsdemaker !� a 47 �
CGN'�'L?st j An�f�]l�Iw'l' CIiY SGi:it�.'l'Ar�� I
— ���r°�i{}��i�f.i,a
�+ �,� ��1 ������`����
5312Q� OGQ�B�ij;i�6�0
531�i18 �70'E7Q'1316�0
$ 52.887,�a
�7 5U,�y24,��0
�
�� ,.�un�y ..� 1��a
�., �I ! �i:1�� ,i, , ,