Loading...
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, , ,