Loading...
HomeMy WebLinkAboutContract 27583,. CIiY ����E�A�Y CONi�ACT f�(� . � _ .S ' e��r o� �o�� wo��b, ��xA►s � SiF►N�AR� AGR���flEN7 �O� �IVCIfV��R�f�C S��VIC�S This AGREEMENT is b�tween the City of Fork Worth {the "CITY"), and Halff Associates, Inc., (the "ENGiNEER"), for a PROJECT generally described as: Sanitary 5ewer Rehabiiitation Contract LXIV (64). ,�r�icle 1 Scope a� �ePvices A. The Scope of Services is set fo�h in Attachment A. Ar�icle II Compensa#ion A. The ENGINEER's compensation is set farth in Attachment B. Ar�icle Ill ie�ms af P�yment Payments to the ENGiNEER will be made as follows: A. Invo�ce and Paymeni (1) The Engineer sha11 provide the City sufficient documentatian to reasonably substantiate ihe invoices. � (2} Mor�thly invoices will be issued by the ENGINEER for all work performed under this AGREEMENT. �nvaices are due and payable within 30 days of receipt. {3) U�an completion of services enumerated in Artiele I, the final payment of any balance will b� due within 30 days o� receipt of the final invoice. (4} In the e�ent of a disputed or con#est�d �illing, or�fy tha# parkian so contested wil[ be withheld fram payment, and the undisputed portEan will be paid. The CITY will exercise reasonabl�r�ess in contes#ing any bill or portion thereof. No irtterest, will accrue on any contested portion af #he billir�g unti� mutually resolved. (5} If the CETY fails to mak� payme�t in full to ENGINEER for billings contested in good faith within 60 days of the amount �ue, the ENGINEER may, after �iving seven (7) days' written natice ta CITY, suspend services under this AGREEMENT ��ti1 paid in full, including interest. ln the event of suspension of services, the ENGINEER shall have �o iiability to C1TY for delays ar c�amages caused the CITY because af such susper�sian of services. — �`` V�U��ti:u� ' . —1— �(� e f f.' � vl�/ '[r14�� �l Il . � I __' - r' aM � 0 __ /�r�icye VfE Aiiachments, Schedules, and Signafures This AGREEMENT, including its attachments and schedules, constitutes the er�tire AGREEMENT, supersedes all prior written or oral �nderstandings, and may only be changed by a written amen�ment executed by bath parties. The follawing attachments and schedules are hereby made a part of this AGREEMENT: Attachm�nt A- Scope of Services A#tacF�ment B - Compensation Attachment C - Attachment D - Attachment E - ATTEST: Gloria Pearsan City 5ecretary APPROVED AS TO FORM AND LEGA�.ITY AssEstant City Attarney CITY OF FORT WORTH By� Mike Groamer Assistant Gi#y Manager APPROVED A. Dauglas Rademaker, P. E. Director, Engineering Depar#ment �F'F ASSOCIATES, INC ENGINEER By: Troy Lynn Lovell, P.E. Vice President uuv -14- Ar�icle IV Obligations o� 4he Engineer Amendments to Arkicle [V, if any, are included in Aitachment C. A. Ger�eral The ENGINEER wiH serve as the C{TY's professional engin�ering representatEve under this Agreement, providing prafiessional engineeri�g consultation and advice and fumishing custamary services incidental thereio. B. S�andard of Care The standard of care applica�le to the ENGINEER's servic�s wilf be the degree of skill and diligence normally employed in the Statte of Texas by professional engineers or consultants pertorming the same or simiiar services at t�e time such seNices are performed. � C. 5ubsu�fiace In�es4igations ('�) The ENGlNEER shail ad�ise the CITY with regarci to the necessity for subco�tract wark suc1� as special s�rveys, iests, test borings, or other subsurface investigations 9n connection with d�sign and engineering work to be {�erformed hereunder. The ENGINEER shall alsa acfvise th� CITY concerning the resufts of same. � Such SLfNPjlS, tests, and Envestigations sha11 be furnished by the CITY, uniess atherwise specifieci in Attachment A. ' (2) ir� soils, foundatinn, groundwater, and oth�r subsurface investigations, the actual characteristics may vary significantly between successive� test points ar�d sample iniervals and ai toca�Eons other than where abservations, exploration, and investigations have been made. Because af tF�e inherent uncertaint�es in subsurface �valuations, changed or unanticipa#ed underground condiiions may occur that could affect the tatal PROJECT cvst and/or exec�a#ian. These conditions and cost/�xecution effects are not the responsibifity of the ENGiNEER. D. Preparafiion af Engineering Drawings The ENGlNEER will provide to t�e CfTY the original drawi�gs of all plans in ink on repro�ucible plastic film shee#s, or as otherwise ap�raved by CITY, which snall become tt�e proper�y of the' CITY. CITY may us� such drawings in any manner it desires; provided, however, th�t the ENGINEER shali not be liable for tF�e use of such drawings for any project other than tt�e PROJECT described herein. �Z_ E. Engineer's persannel af Consiruc4ion SE% (1) The presence or duties of the ENGlNEER's persanne! at a construc#ion site, wl�ether as on-sit� representatives or o#�erwise, do not make the ENGINEER or its pe�sonnel in any way responsible for those d�ties that belong tv the CITY andlor the CITY's canstructian cnntractors or ather enti#ies, and da not relieve the canstructian contractars or any other entity af their obligations, duties, and responsibifiti�s, including, but not limited to, all canstruction methods, means, tecl�niques, sequences, an� procedures nec�ssary far coordinating and completing all portions of the canstr�action work in accordance wi#h the Cantract Dacuments and any health ar safety precautians required by such construction wvrk. The ENGINEER and its persannel have no autharity to exercise any control aver any canstruction contractor or other entity or thair employees in connection with fheir work or any healtk� or safety precautions. (2} Excep# to the extent of specifc sEte �isits expressly detailed and set fo�tfi in Attachment A, the ENGWEER or its personnel shall have na obligation ar responsibflity to visit the constructian site to beeome iamiliar with the pragress or quality of the campEeted wark an the PROJ�CT ar to determine, in genera[, if the work on th� PRO�fECT is being perFormeci in a manner indicating that' the PROJECT, when completed, will be in accordance with fhe C�n#ract Documents, nor shall anything in the Cantract Dc�cuments or the agreement between CITY and ENGINEER be canstrued �as requiring ENGINEER to make exhaustive or continuous an-sit� inspectinns ta discover latent defec#s ir� the work or otherwise check the quality or quanti#y of the wark ar� the PROJEGT. Ifi, for any reason, the ENGINEER shauld make an on-site observation(s}, on the basis of such �an-site observations, if any, the ENGINEER shall endeavor ta keep the CITY informed of any deviation firom #i�e Contract Documents c.�mir�g to the actual natice af ENGINEER regardir�g the PROJECT. {3) When professional certificatian of performance or charact�ristics af materials, systems ar equipment is reasar�ab�y requEred #o pertorm the services set fvrth in the Scape af Services, ihe ENGINEER shaCl be entitled ta rely upon such certification tv es#abaish mater�a�s, systems or equiprt�ent and perFarmance criteria to be required in tE�e Contract Documents. � �. Opinions c�f �rabable Cosfi, Financial Cansiderafions, and Schedu�es (1} The ENGfNEER shali provide opEnions of prabable costs based on the current avaifable informatio� at the time of preparatian, in accordance with Attachmen# A. (2) In pravid9ng apin�ons of cos#, finar�cEa{ analyses, econamic feasibility projectians, and schedules for the PROJECT, t�e ENGIIVEER has no control over cost or price of labor and mater�afs; unknown or Iatent conditians of existing eauipment or structures that may affect operaiian ar mainienance costs; camp�fitive bidding procedures and markef --3- conditians; time or qualify of perFarrrtance by third parties; quality, type, management, or ciirection of operatin� personnel, ar�d ather economic and operationa! factors that may materially affeet the ultima#e PROJEGT cost or schedule. Therefore, the ENGINEER makes no warranty tha# the CiTY's act�a! PRO.�EC7 costs, fi�anciaf aspects, ecanomic feasibiiity, or schedules will not vary frtim the ENGINEER's opinions, analyses, projections, or esiimates. C. Construc4:ion Pragr�ss Payments R�commen�ations by ti�e ENGINEER ta the GITY far periodic canstruction progress payments to the construction contractor will be based on the ENGINEER's I�nowledge, information, and bel�ef from selectir�e sampling and obsen+atian tha# the war�c has progressed ta the point indicated. Such recommendations da not represent that cantinuous ar detailed examinations have been made by the ENGINEER ta ascertain that the cor�struction contractv� �as completed the wark �n �xact accordance with the Contract Docurr�ents, that the final work wilf be acceptable in all resp�cts, that the ENGINEER has made an examination ta ascer�ain haw or for what purpose the canstruction contractar has used the moneys paid; that ti�le to a�y of #he wark, materiais, or equipm�nt has passed to th� CI�'Y free and clear of liens, claims, security interests, or encumbrar�ces or that there are not other maiters at is�ue between the CITY and fhe cans�ruction contractor that affect the amvunt that sho�ld be paid. H. Re�ord Drawings R�cord drawings, if required, will �e prepared, in pa�t, on the basis of information compiled and furnishe� by athers, and may not �Iways represe�i the exact locatior�, type af various compon�nts, a�r exact manner in which the PR�JECT was f9nally constructed. The ENGINEER is not responsible for any errors or omissions in the ir�formation fram athers that is incorpo�ated ir�to the record drawings. Minori�y ar�d liilloman Business �nierprise (MIWBEj par�ici}�ation �n accord with City of ForE Worth Ordinance No. 'f 1923, as amended by Qrdinanc� 'I3471, tne City has goafs fvr the participation of minoriiy business enterprises and woman business enterprises in Cify contracts. Engineer acknowledges t�e MNVBE goaj es#abfished for this contract and its commitment to meet that gaai. Any misrep�esentation of facts (other than a negligeni misreprese��atian) ar�dlor th� commission af fra�d by ti�e Engineer may result in the termin�tion of this agreement and debarment fram participating in City contracts far a perio� o�' time of not less than three (3) years. .�. Right �v Audi4 {1} ENGINEER agrees that the CITY shall, unt9i the expira#ion of three {3} years after final payment under this contract, have access to and the right to examine and p�otacopy any directly pertinent books, documents, papers and records of the ENGINEER invofuing transactians relating to -4- this contract. ECVGINEER agrees that the CiTY shall have access cluring narrtta! wor�ing I�aurs to aCl necessary �NGfNEER facilities and shail be pravid�d adequate �nd a�propriate work space in order to conduct audits in co�pCiance wiih #fi�e provisions nf this sectian. The CITY shall give ENGINEER reasonab{e advance natice of intended audits. (2) ENGINEER furkher agr�es to include in all i#s subcansultant agreements hereunder a provisian to #fi�e effect that the subconsuliant agrees that ti�e CITY sha11, until tE�e expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, doc�ments, papers and records of such subconsultani, invalving transactions to the subcantract, and further, that the CITY shall have access during normal working hours to all subcansultant facilities, and shall be provided adequate ar�d appropriate work space, in order to conduct audits in compliance with the pravisians of this articfe together wiih subsection (3)hereaf. GlTY shall gi�e subconsultant reasanable advance notice of intended audits. (3) ENG�NEER and subconsultant agree to photo capy such documents as may be requ�sted by the CITY. The ClTY agrees to reimburse ENGINEER for the cas# of copEes at the rate pub�isheci in the Texas Administrative Code in ef�ect as of the tim� cflpying is perform�d. K. EA�GIN��R's InsurancQ (1) kr�surance coverage and lim9ts: ENGfNEER shall pravide to the City. certificate(s) of insurance documen�ing pnlicies of ihe foElowing coverage at� minimum limits which are ta be in ef�ect pr€or to commencement of work on the PRQJECT: Gommerciai Ger�eral Liability $9,0O�,OQO eaeh occurrence $1,000,000 aggregate Autamobile Liabilit}r $1,OOf},0�0 each accident (ar reasonably equi�aleni limits of coverage if wriiten on a split Eirnits basis). Coverage shall be on any vehicle used in the course of the PR4JECT. 1Alor�Cer�s �ompensa�ion Coverage A: sfatuiory limits Coverage B; $'��0,000 each accident $500,000 disease - palicy limit $'{00,000 disease - each emplayee Professional Liability $'{,aao,00D each cEaimlannual aggregate (2} Certificates of insura�ce evidencing ihat t�e ENGINEER has abtained all -5- required insurance sFiall be deii�ered to the ClTY prior #o ENGINEER proce�ding with the PR�JECT. {a) Applicable policies sfi�all be endors�d tfl name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, nfficers, afficiaEs, agents, ar�d valunte�rs as respects th� contracted ser�ices. (b) Certificate{s) of insurance shall documer�t that insurance coverag�s specified according to items sec#ior� K.(1) and K.(2) af this agreement are pravided under applicable policies documented therean. (c) Any failure an part of the CITY fio request required insurance docume€t#ation shall not constitute a waiver of the insurance requirements. (d) A minimum af thirty (30) days notice of cancellation, nan-�enewal or mat�rial change in coverage shal� be provided ta the CiTY. A ten (10) days notice shall be acceptable in the event of non- payment of premium. Sucl�t te�ms sF�al[ be endorsed onto ENGINEER's ins�arance p4licies, Notice shall be sent to the respective Department DErector (by name), City of Fork Worth, 1000 Thenckmorton, Fork Worth, Texas 76102. �e) Insurers for a1l polic�es must be authvrized ta do business in the state af Texas or be �therwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial streng#h and sa{vency. (f} Deducti�le limi#s, or seff insured retentions, affecting insurance required herein may �e acceptahle to the CiTY at its soCe discrefion; and, in fieu of traditional insurance, any altemative cov�rage maintained through insurance pools ar risk. retention graups must be also approved. Dedreated financial resources Qr Eetters af credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favvr of the CITY as resp�cts fihe PRO,lECT. (h} The Cit�► shall be entitled, upan jts request an� without incurring expense, to review #he ENGINEER's insurance palicies inc�uding endorsements thereto and, at the CITY's discretion, the ENGlNEER may be required to pravide proof of insurance premium payments. {I) Tl�e CammerciaE General Liability insuranc� policy si�a1! have no exclusia�s by endorsemen#s unless such are approved by the G1TY. � (jj The pra#essiona! L.iability insurance policy, if written on a cfaims made basis sha[I be maintained by the ENG�NEER for a minimum two {2) year period subsequent to tt�e term of t�e respective PROJECT confract with the CITY unless suc� ca�erage is prnvided the ENGINEER on an occurrence basis. (k) The CiTY shal� not be respansibl� for the c#irect �ayment af any insurance premiums required by this agreement. It is understaod that insura�ce cast is an allowable companent of ENGINEER's overhead. (I} All insurance reauired in section K., except far the Prafessional Liability insura�ce palicy, ShaN be written on an occurrenc� basis in arder to be approved by the CITY. {mj 5ubcon�ultants ta th� ENGif�EER shaH be required by the EiVGlNEER to maintain the same ar reasonably equivaient insurance ca�erage as rec{uir�d far tY�e ENGINEER. When ins�rance caverage is mainta�ned by su4�consultants, ENGINEER shall provide CITY with documen.tation thereof on a c�rtificate of insurance. Nofwithstanding anything ta tfi�e con#rary contained herein, in the event a s[abconsultant's insurance coverage is canceled or terminated, such cancellaiion or termin�tion shall nat canstitute a breacf� by ENGINEER of tf�e Agreement, L, Independenf Consulfant The �NG�NEER agrees to pertarm aN services as an .independent cansultant and not as a subcontractor, agen#, ar employee of th� �ITY. M. Disclosure The ENGINEER acKnow(edges �o tfi�e CITY that it has made full d�sclosure in writing of any ex�sting conflicts af interest ar patential canflicts af interest, including persanal financial interesi, direct or indirect, in prv��rty abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER #urther acknowledges fhat it wiil ma�e disclasure in writing of any conflicts of interest which develop subssquent ta ihe signing of this contract and �riar to �nal payment under the contract. [V. Asbes4os or HazardQus Substances ('�) if asb�stos or hazardous substances iri any form are encountered ar suspected, the ENGiNEER will stop its own work in fihe affected portions af the PROJECT to permit testing and evaluation. (2) #f asbestos ar other hazardous substances are suspected, the ENG�NEER will, if requ�sted, assist the CITY in obtaining the services of a quslified subcantractor to manage #he remediation activities ofi the PR�JECT. -7- Q. Permiiting A�ihorifies � t7esign Changes If permittir�g authorities require ciesign changes so as tn comply with publis#�ed design criteria and/ar currer�t engineering pract�ce standards which the ENGlNEER shnuld have kasen aware o# ai the time this Agresment was ex�cuted, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. How��er, if d�sign changes are requ9red due ta the changes in �th� permitting authorities' publis�ed design criteria andlar practice stand�rds criteria which are published after the date of this Agreement which the ENGINEER could not have b�en reasonably awar� of, the ENGINE�R shall natify the ClTY of su�i� changes and ar� adjeastment in compensation wiA be made through an amendment to this AGREEMENT. Article V Ubligations aS� �he C[4y Amendm�nts ta Article V, if any, are included in Attachment C. A. Ciiy�Furnished Dafa The CITY wili make a�railable to the ENGINEER all technical data in th� CITY's passession relating to the ENGINEER's servic�s on the PROJECT. The ENGINEER may rely upon the �ccuracy, timeliness, and completeness of the informaiion �ro�rided by th�e CITY. �. }�ccess to Facilifies and �roperty The C1TY will make its facilities accessib{e to t�e ENGINEER as require� far the ENGINEER's perfarmance of its services and will provid� labor an� safiety equipment as �equired by fhe ENGINEER for such access. T1�e ClTY will pertorm, at na cost to the ENGIN�ER, such tests of equipment, machinery, pjpelin�s, ancf other companents of the CITY's facilities as may be r�quired in co�nection with the ENG1�tEER's serv9ces. The CITY will be responsible for all acts v� the CITY's personnel. C. /�dvertisemen�s, �ermits, and Access Unless otherwise agreed to in the 5cope of Services, #he CITY will ob#ain, arrange, and pay fvr all advertisements for bids; permits and licenses required by local, state, or fed�ral authorities; and 1and, easements, rights-of-way, and access necessary farthe ENGINEER's services or PROJECT construciion. D, 7imely Re�iew The CITY will examine the ENGINEER's studies, reports, sicetches, drawings, specifications, propflsals, and other documents; obtain advice of an attorney, insurance counselor, accountan#, auditor, bond and finanGial advisors, and other cansulta�ts as the C1TY deems appropriate; and render in writing decisions : required by the CITY in a timely manner in accordance with the project schedule in Attachment D. E. Prampt fVofice , The CITY wil! give promp# written notice to the ENGINEER whenever CITY observ�s or becomes aware of �ny developmen� that aff�cts the scope or timing af the ENGINEER's services or of any defect in the work oi the ENGWEER or cons#ruction contractors. F. Asbestas or Hazardous 5ubstances and lndemnification (1) To the maximum extent p�rmitted by law, the ClTY will indemnify and release ENGINEER and its officers, employees, and subconiracfiors from aA claims, damages, losses, and costs, includin�q, but r�ot limited to, attorney's fees and iiiugation expenses ar9sing out of ar r8latirtg ta the presence, discharge, rel�ase, or escape of hazardoUs substances, contaminan#s, or asbestos on or from the PROJECT. Nathing contained herein shall be constr�ed to require the CITY to le�y,. assess ar ca�lect any tax ta fund this indemnification. (2) The ir�demnification and release required above shali not appfy ir� #he event the discharge, release ar escapa af hazardous substances, cantaminants, or asbestos is a res�lt of ENGINEER'S negiigence or if such hazardous subs#anc�, contaminant or asb�stas is brought onYo the PRO.�ECT by ENGINEER, - G. Contractor Indemnifiication and Claims The CITY agrees to incl�de in ail construe#ion con#racts the provisions �of Article IV.E. regardEng the ENGINEER's Personnel at Canstruction Site, and pro�isions providing contractvr indemnification af the CITY and the ENGINEER for cantractbr's negligenc�. �1. Contractor Claims and Third�Pariy �ene�ciaries (1} The ClTY agrees to inciude the failowing clause in all contracts with construction contractors and equipment or mate�ia�s suppliers, "Contractors, subcantractors and equipmeRt and maisriafs suppli�rs on t�e PRQJEGT, or iheir sureties, sha�l mai�iain r�a ciirect action against the ENGlfVEER, its officers, emplayees, and subcontractors, fvr any claim arising out of, in connection with, nr resulting from the engineering services perfarmed. On[y the CITY wiEl be the beneficiary of a�y under�akir�g by the ENG�N�ER." (2) This AGREEMENT gives no rights or benefits to anyone o#her than the CjTY and the ENGINE�R and there ar� no third-party beneficiaries. {3) The C1TY vuill incEude in eacl� agreement it enters into with any ather entity or person regarding the PROJECT a pravision that such entity or � person shall have no tt�irdWparty beneficiary rig�ts under this Agreement. (4} Nathing contained irt this section V.H. shail be construed as a waiver af any right the CITY has to bring a claim against ENGENEER. 1. �ITY`s lnsurance {�{) The CITY may maintain Property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Rislcllt�stallation insurance is maintained at the replacement cost vafue of the PRQJECT. The CITY may prowide ENCINEER a copy of the policy or documentation of such on a certificate of in�ur�nce. (3} The CITY will specify thai the Builders Risk/lnstallatian insurance shail be cc�mprehensive �n coverage apprapria#e ta the PROJECT risks. J. �itigafion Assistance The Scope of Senrices does not include costs of the ENGINEER for requireci or reques#ed assistance ta support, prepare, document, brinc�, defend, or assist ir� liiigation undertaken or defended �y th� CITY. In the event CITY requests such services of the ENGIC�EER� this AGREEMENT shall be amended ar a separate agreement wilk be negot�ated between th� parties. K. Changes The CITY may make or approve changes within #h� ge�eraE Sco�� of Services in this AGREEMENT. If such changes affect the ENGINEER's cost af or time re�ui�ed for pertormance af the senrices, an equitable adjusiment �nri.fi be made through an amendment to �his AGREEMENT with appropriate C1TY approval. Ar�icls 1!I Cenera{ �ega1 Prorrisians Amendments #o Article VI, if ar�y, are ir�cludecf in Attact�ment C. A. Auti�orization 4o Proc�ed ENGINEER s�ail be authorized to proceed with tf�is AGREEMENT upon receipt n� a written Notice to Proceed from the CITY. �. Reuse of Projec�i documen�s All designs, drawings, specifications, documents, and ofher wor�c products of the ENGINEER, vvhether in hard copy or in efectronic form, are instruments of service far this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteratiar� by the CITY or by oth�rs acting through or on behalf of the ��Z CITY of any such instruments of service without t�e writte�r permission of the ENGINEER wil! �e at the C1TY's sole risk. Tne final designs, drawings, specifications and documents shall be awned by t#�e GITY. C, Force �9ajeure T#�e ENGINEER is not responsible for �amages ar defay in perFormance caused �y acts of God, strikes, lackouts, accEdents, or other events beyond the control of the ENGINEER. �. Termination (1} This AGREEMENT may be terminated on�y by the City for cor�venience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if eith�r party fai[s subs#antially to perfarm through no fau{t of the other and does not commence correction of such nonperFormance with iive {�) days of wrEtten notice and diiigently cam�lete the correction thereafter. � (2j ff this AGREEMENT is terminated for ihe convenience of the City, the ENGINEER will be paid for termination expenses as falbws: a) Cost ofi reproduction o� partial or compl�te studies, plans, sp�cifications or ather forms of ENG[NEER'S wor[c p�oduct; b) Out of-pocket ex�enses far purchasing starage cantainers, microfilm, eiectronic data fil�s, and other data storage supplies or SEfrJICBS; c) Ti�e time r�quirements for the ENGINEER'S personnel to documen# the work underway at the tim� the CITY'S terminaiian for convenience so that the worl� effort is suitable far long time stflrage. (3) Prior to proceedir�g with termination services, the�ENGINEER will submit to the CiTY an itemized statement of all termination �xpenses. The CITY'S ap�roval �rvill be obtained in writEng prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Wor� The CITY may suspend, deiay, or interr�apt fihe services of the ENGINEER for �he canvenience of the CITY. In the event of such suspensEon, delay, or interr�ption, an equitable adjustment in the PROJECT's schedule, commitment and cost af the ENGiNEER's personnel and subcontractors, and ENGINEER's campensation will be made. -11- F�. Indemnificaiion (1} The ENGINEER agrees to indemnify and defend tfi�e CITY from any loss, cost, or expense claimed by third parties for prop�rty damage and bodily injury, including death, c�used solely by the negligence or willful misconduct of ihe ENGINEER, its employe�s, officers, and subcontractors in connection with the PROJECT. (2) if the neglig�nce or willf�l misconduct of both the ENGINEER and the CITY {or a person identi#ied abov� for whom eac� is iiable) is a cause af such damage or injury, tF�� lass, cost, or expense shall be shared befween the ENGINEER and the ClTY in proportio� to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.019 (4} (Vernon Supplement 1996}. C. Assignment Neither party wi11 assign ail or any part of this AGREEMENT without the Prior written consent of the other party. H. Ir�terpr�tation Limitations on liability and indemniti�s in this AGREEMENT are business understandings befween the parties and shall apply to a1i the different theories af recovery, including breach af contract ar warranty, tort inclu�ing negligence, st�ict or siatutory li�bility, ar any other cause af action, except faT willfuf miscor�duct or g�oss negligence for limitations of liability and sole negligence for indemnification. Par#ies means the CITY and the ENGINEER, and their nfficers, empEoyees, agents-, and subcontrac#ors. I. Jurisdictiort Th� Eavw of the Siate of Texas shall govem #he validity of this AGREEMENT, its int�rpretation and performance, and any ather claims related io it. The v�nue for any litigatian related to this AGREEMENT shall be Tarrant County, Texas. J. Aliernate Dispuie Resolutiort {1 } All claims, disputes, and ather matters in �uestio� b�tween the CITY and ENGINEER arising out of, or ir� cannection with this Agreemen# or the PROJECT, ar any breach of any obligation or dury of C1TY or ENGINEER her�under, will be submitted to media�ian. If inediation is uns�ccessful, the claim, dispute or otl�e�- matter in questfon sha11 be submitted ta arbitration if both parties acting reasonably agree that the amount of #he dispute is likely to be fess than $5D,000, exclusiw� of attorney's fe�s, costs and expenses. Arbiiration sriall be in accordance wi#h the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Associatian then in effect. Any award rendered by the arbitrators less than $�0,000, exclusive of attorrtiey's fees, cvs#s and expenses, will be final, judgment -12- may be ente�ed thereon in any court ha�irig jurisdiction, and will nat be subject tn appeal or modif�cation except to tY�e extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). {2) Any award greater than $50,afl0, exclusive af attomey's fees, costs and �xpenses, may be kitigated by either party on a de navo basis. The award sha�l �ecome final ninety {90) days from the date same is issued. lf litigatio� is �Ied by either party wit�in said nir�ety (90) day period, the award shalf become null and void and shall not be used by either party for any purpose in the litigation. K. Severability and Survival If any of the provisinns contained ir� this AGREEMENT are held for any reason to be invali�, illegal, or �anenforceable in any respect, such invalidity, illegality, or unenforceability wil� not affect any other prov�sion, and this AGR�EMENT shall be construed as ii s�ch invalid, illegal, ar unenforceable �rovision had never been contained herein. Articles V.F., VLB., Vl_D., VI.H., VLI., and VI.J, shall survive termination of this AGREEMENT for any cause. L. Observe and Comply ENGINEER sl�all at al! times observe and camply with all federal and Sta#e laws and regulati�ns and wi�h ali City �ardinances ar�d r�gulations wt�ich in any way affect this AGREEMENT and the work hereunder, and shall nbserve and comply with al! arders, laws ordinances and regulatians which may exist or may be enacted later by governing bodies havit�g jurisdic�ian or authority for such enactment. No pl�a of mEsunderstanding or ignorance thereo# shall b� cansidered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of Ets o�fic�rs, agents and employees from and against ail claims or liability arising out of #he �iolation of any such order, law, ardinance, or reg�lation, whether it be by itse[f or its employees, -13- A�tic�e VII Attcachments, Schedules, and Signatures This AGREEMENT, including its aitachments and schedufes, cor�stitutes the entire AGREEMENT, supersedes all prior written or ara� understandings, and may only b� changed by a r�vritten amer�dment executed by both parties. The fol�owing attachments and schedules are hereby made a part of this AGREEMENT: Attachment A- Scope of Sertirices Attachmen# B - Compensatior� Attachment C- Amendment to A�iicle and Attachment "A" Attachmer�t D - Project Schedule � Attachment E - Exhibits ClTY OF FORT WORTH City Secretary 11.�1Z� 17 "1 ' `� Bridgette arrett ` Acting Assistant City Manager , � - /��� .�-- Gpntract Ruthorization �����`�� � Date APPROVED AS TO FORM AND LEGALITY . _f� - -1 - : , . . � -• �J A. Douglas Radema�Cer, P.E. Director, Depa�tment of Engine�ring HAI �F A��O .IATF.�i. IN('_ EN( r __ � �. ♦ • � �� Assistant C� y Attomey uuv � -ia.- �}�U��Q�� G?���Q� �� ��`�� �����;� �C�� � ' � ��:���M �� � AiiACb�I�NT' "A,� r�- ..- . -. "Scope of Services sef forth herein can only be modified by additians, clarr�cations, and/or delefions set forth �n ihe supplemenfa! 5cope af Services. In cases of conflicf ,betuveen fh� Suppfemental Scope af Services and fhe General Scope of Services, the Supplemental Scope of Services shall have precedence aver tne General Seope of Services." ►,:. 1) 2) 3) A�) 5} �reliminary Con�erence wi4t� City The Engineer sf�akl attend preliminary conferenc�s with authoriz�d representativ�s of #he City regarding the scope af project so tY�at the plans and sPecifications which ar� to be de�eloped he�eunder by the Engineer will result in providing facilities which are eco�nmical in design and conform to the City's re�uirements and budgetary constraints. Caordinaiion wifh Ou�side AgencieslPublic �nfi�ies The Engineer shall c�ardinate with officials of other outside ager�cies as may b� necessary for the design of the propos�d street, and storm drain andior water and w�stewater facilities/improvements. It sfiall be ihe Engineer's duty hereunder #o secure necessary information from such outside agencies, to meet their requiremer�ts. Geofiechnical Investigafions The Engineer shall advise the City af test borings, and ather subsurface investigations t�at may be needed. In the event it is determined necessary to make borings or excavate test holes or piis, �he Engineer shall in coordination with the City and the City's geotechnical engineering consultant, draw up specificatiorts for such testing program. The cost of the borings or excavatians shall be paid fo� by the City. Agreemenis and Permifis The Engineer shail complete all formslapplications to allow the City of Fart Worth to �obtain any and all agreements andfor permits normally required for a praject af #his size and iype. The Engineer will be responsib�e for n�gotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits and will make any revisions n�cessary ta bring the plans into compliance with the requirements of said agency, inefuding but not limited #o highways, railroads, water authorities, Corps of Engineers and oti�er utiiities. Design Char�ges Relating io PermifFi�g A�fihori�ies If permitting autharities requir� design changes, speci#ications as required at the Engineers c�ang�s are required due to changes i� the the Engineer sha11 revise the plans and ow�n cost and expense, unless such design of the facilities made by the -1- permitting authority. If such changes are required, the Engineer shall notify the City and an amendment #o t�e contract shaH be made if the Engineer incurs additional cost. If there are un�voidable delays, a mutually agreeable and reasonable time extension shall be negotiated. 6) Plan Submi�al Copies of the original plar�s shal{ �e provided on r�producible mylar or approved plastic film sheets, or as otherwise appro�ed by the Department of Engineering and shali become the property o'f the City. City may use such drawings in ar�y manner it desires; pravided, hawever that the Engineer s�al! not be liable for the use of such drawings for ar�y praject ot�er than the project described herein; and further pravided, that the EngEneer shall not be liable for the cansequences af any changes that are made to the drawings or changes that are made in the implemer�tation of the drawings witF�out the written approval af the Engineer. �HASE 1 7} �tigh�-of-Way, �asemenir and Land Acquisifcian Needs The Engineer shall determine the rights-of-way, easeme�t needs far the canst�uctian o� ths project. Engineer shall datermine ownership of such land and furnish the City with the necessary right-of-way sketc��s, prepare necessary easement cfescript�ons for �cquiring the rights-of-way ar�dlor easements for the construction of this project. Ske#ches and easement descriptions are to be presented in form suitable for direct use by the Departmeni of Engineering in obtaining rights-af-way, easements, pe�mits and licensfng agreem�nts. All materials shall be fumished Qn the appr�opriate City forms in a minimum of four (4) copies eac�. � 8) Design Survey The Engineer shal! provide necessary fi�id suivey far use in t1�e preparatian of Plans and Specifications. T�e Engineer shall furnish the City certified copies of the field data. 9) U�ility Coordina#ion The Engineer shall coordinate with all utilities, including utiiities awned by the City, as to any propased utility liens or adjustment to existing utility lines within ihe project limits. The inforrnation obtained shall b� shown on the conceptual plans. The Engineer shall show on ti�e preliminary and final plans the location of the proposed utility lines, existing utility lin�s, based an the information provi�ed by tf�� �tiliiy, and any adjustments and/or relocation of the existing �ines wit�in the project fimits. The Engineer shall also eva�uate #he phasing af the water, wastewater, streei and draina�e work, and shall submit such evaluation in writing to the City as part of this phase of the praject. _2_ '10} Concepfival Plans The Eng�neer shall furnish four (4) copies of the Phase 1 concept engineering plans which include layauts, preliminary right-of-way needs and preliminary estimates of probable canstruction costs for the Engir�eer's recommended plan. For afl submitta[s, the Engineer snall submit plans and documer�ts for stree�lstorm dra9n and wat�r/wastewater faci�ities. The Engineer shall receive written approval of the Phase 1 Plans from the City's �roject manager befare proceedang with Phase 2. PHAS� 2 11 } Design Da4a The Enginee� shall pro�ide design data, repor#s, cross-sections, pr�fites, drainage calculations, and preliminary estimates of probable construction cost. 'i2} �reliminary Consfruction Plans and i�chnical Speaificaiions The Engineer shall submit twenty {20) capies of Phase 2 preliminary construction plans and fiv� (5) copies of the preliminary technical specifications far rsview by tF�e City and far su�mission to utility companies and other agencies for the purposes of coardinating wark wit� existing and proposed �tilities. The preliminary construction plans shall indicate locatinn of exisiinglproposed utilities ar�d storm drain lines. The Engineer shall receive written approval of the P�ase 2 plans from the City's project manager before praceeding with Phase 3. �HAS� 3 13) Final Cortstruction �lans The Engineer shall furnish five {�} copies of i�e 'final construction plans and contract specifications for review by the City. 14) befiailed Cosf Es4�mate The Engineer shall furnish four (4) capies of detailed estimates of prabable constructiar� costs fior the authorized canstructian projec�, which shall i�nclude summaries of bid items ar�d quantities. 15) Pians and Specification Approva� The Engin�er shall fumish an original cover mylar for the signaiures of autharized City officials. The Contract Dacuments shail comply with app[icabie local, stat� and federa! faws and wiih applicabie rules and regulations promuigated by local, st�te and nationaf boards, bureaus and agencies. The Engineer shall receive written approvai af the Phase 3�lans from the City's project manager be#ore proceedir�g with Phase 4. -3- �was� � 16) �inal Appro�ed Consfruction P1ans The Engineer shall fumish 45 ba�nd copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contr�ct specificatians shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project. 17} �idding Ass�s�ance The Engineer shall issue addenda as appropriate #o interpret, clarify, or expand the b9dding documents, and assist the owner i� determining the qualifications and acceptability of prospeciive constructors, subcantractars, and suppliers. When substitu- tion prior to the award of contracis is allowed by the bidding dacuments, tE�e Engineer will ad�ise the owner as to the acceptabili#y of alternate materials and equipment praposed by fihe prospective constructars. 18) Recommendafiion vf Awafd The Engineer shall assist in the tabulation and review of all bids received for the construciion of the project and sha[I make a recommendation af award to the City. 19} Prebitf Canference Th� Engineer shall att�nd the prebid conference a�d the bid opening, prepare. bid tabulation sheets and provide assistanc� ta the owner ir� ��afuatir�g bids or proposals and in assembling and awarding con�racts far construction, materials, equipment, and SBE`VIC9S. P�IASE � 20j Preconsiruction Canfierence The Engineer shall attend the preconstruction eonference. 21) Cons�ruc4Eon Survey The Engineer shall be avaiiable to the City on matters concerning the layout af the project during its construction and will set cantrol paints in the field to allaw City survey crews ta stake the praject. The setting of lin� ar�d grad� stakes and route inspectian of canstruction wilf be performed by the Cit�. 22} Si�e Visifs The Engineer �hall visit tl�e project site at appropriate intervals as construction proceeds to observe and report on the progress and the quality of th� exe�uted work. -� 23} Shop �rawing Review The Engineer shall review shop and erectian drawvings submitted by the contrac#ar for campliance wiih design cor�c�pts. The Engineer shali review laboratary, shop, and mi�l test reports an materials and �quipmeni. 24) Insiructions io Con4racfor The Engineer shall provide necessary interpretatio�s and c�arifications of contract documents, re�iew change orders and make recommendations as to the acceptability of the wark, at th� request of the City. 25} �i�ering Si4e Conditions The Engineer shall prepare slCetches required t4 resolve probfems due tn ac�ual fi�1d conditions encountered. 26} Recard brawings The Engineer shal� prepare record drawings from informatian submitted by the contractor. -5- ��c�t�iY ,.�o�„ SUPPL��Ii�fViAL SCOP� �Fr S�RVICFS {SUP���I�ENi f0 AiT'AC�ii'��FIT ���'�) Sanif.ary Sewe� 5ys�em Rehahili�afion and Improvements Cont�ac� LXI'1l {64), �O� �lo. 34��, Projecf i�o. PS��-0705801ia600 lVll-��'l, iwe161J�21, 1�-�4, ��23�, and M�215 Drainage Area Rb►45� I ���SIGN S�RVIC�S: S�1N�� �I�'�LIN� R��#A�IL1�F��"[ON The fallawing is a clarification af tne tasks that the ENGINE�R wiil perForm under ATTACHMENT "A". Work under this attachrrient inciudes replacemenf of approximafely 1�,015 feet af small- diameter sanitary sewers (lateral designatian} and p�rtial rehabilitation (point repairs) in Basins M- 251, M-169/221, M-54, M-238, and M-215. lJpon receipt of Notice to Proceec{, the ENGINEER wi{I perform the foliawing t�sks: PA�.� A e COIVC�PiUdL �CSICN 1. ini�ial �a�a Collection a• F�r���esign Coordinafion fl�eetings Attend and document meetings, as req�aired, ta discuss anci caordinafe vafiaus aspects of the project. For purposes of establishing a level of camfort, two (2) meetings are anticipated. These include tha fo[lowing: One {1) pre-design kick-off m�eting, (including the CITY`s Department of Engineer�ng and other departments that are impacted by the pro�ect). One (1) review meefiing at completian of the City's review of the Design Summary Report. b. �esearch af Rehab History The ENGINEER will canduct a cursory revi�w of completed sanitary sewer replacement and rehabiiitation worlt in the M-25'f, M-1611229, M-54, �-238, and M-215 Project Area. This wiVl includ� discussions with various G1TY departments, and caordination with local consultants engaged in past and current sanitary sewar improvement pra}ects. Interviews will also be conc{ucted with staff in the Field Operations Division. The research data will be compiled and mapped to avoid EA9 -'I patentiai dupiicatian af wo�-k propased under this contract. c. Coordination with O#her Agencies The ENGINEER will cansult with the CITY's Wat�r and �ngineering Departments and other C1TY departments, public utilities, private utili�i�s and railroads as necessary to gather information on underground ut�lities and other facilities that have an impact or infiuence the project. This includ�s limits of private property that may be impacted ciuring construction af the project. � 2. �esign Summary a. A design summary repart shall be suk�mit�ed to CI"T"Y 45 days after Natice �a Proceed Letter fs issu�d. b. Based on infarmation cantained in t�� ENGINEER's Report of the Sanitary Sewer Evaluation Survey of the Project, the ENGINEER shall prepare a b�ief le#ter repart i�cl�ding locafion maps af all line replacements and painfi repairs and submit to the CITY. �our (4} copies ofi the design summary report sha[I be submitted. 3. �on�hly P�agress i�ee�ings The ENGINEER shaU hosf, attend and participate in man#hiy pr�agress meetings as requested by the CITY. The ENGINEER shail submit a praject schedufe after the design contract is fully executed. The schedule shall be updated and submitted ta ihe CITY afong w�th monthly progress reports as required under Attachment B o# the contract. �ARi B� CORSi'RUCT'19N PLANS AiVD S��CIFICA�`fONS 1. � �'�eliminapy Design a. Surveys The ENGINEER will conduct hor�zontal and verfical controf surveys af fhe approved and fina� relief sewer afignments included in the Design Memo. This represents approximately 11,D1� linear feet o�f sanitary sewers includtng sites where anly paint repairs may be needed. lnformation gathered during the survey shall include tapographic data, eie�atians of all sanitary and adjacent storm sewers, rimlinver� el��ations, locatian of bUried utilities, strucfures, and other features rel��ant to fhe finai pian sheets. �A1-� b. �1an and Profrile Sh��fs Pipelines schedtale for paint repairs, rehabilitation and r�placemenfi will 6e located on the base sneets prepared from survey information ga�F�ered under B.1.a. Conflicts shall be resolved where pipelines are fo be rehabilitated on the same line segment. Base sheets shall reference affected or adjacent str�ets. Legal descriptions (Lot No., Blocfc No., and Addition Name) along with property ownership shall be pro�icled an the pfan view. Where open-cuf construction is an�icipated, below and above ground utilities will be located and shown on the base sheets. All plan sheets sl�all be D-size and in digital format. Vertical scale for pipelir�e rehabilitation sit�s shail be 1"=4'. Horizantal scale shali be 1"=20'. Horizontal scale far point repairs sha11 be at 9"-2D'. All design shafl be in conformanc� with �ort Worth Water Department po{icy and procedure for processing water and sewer design. ENGINE�R shall revi�w the CITY's Master Sewer Plan and submit a summary of findings pertaining to the proposed project. c. Standard and 5�ecial Defiails The ENGINEER will prepare standard and special deiail sheets for pi}��line rehabilitatian that are not already included it� the D-Section of the specifications. These may knclude connection defails between �ariflus parts of the project, tunneling details, boring and jacking details, waterline relocat�ons, detaEls unique to th� construction of the project, trenchless details, and speciai service lateral reconnectians. d. Right�of Way Research The ENGIN�ER shall conduct prelimirtary research for a�ailability of existing easements where open-cut consiruc�ion or relocation ofi existing alignments is probable. Tem�arary and p�rmanent easem�nts wilf be approxEmated based on available information. Legal descriptions and plot maps will be prepared on 8.5" x 14° standard sheets for all necessary temporary and permanent �asemen#s required for relief sewer construction. Description shall be prepared in standard farmat as directed by the DOE. Temporary ar�d permanent easements si�al! also be prepared if needed. A total af zera {0) permanent easements, zero (0) temporary cor�structian easements, and �A1-3 twenty-four {24) r�ghts-af-�ntry agreements are included. The CITY will secure easements and right-of-entry agreements as neeessary. e. Uiility Locations Tne ENGiNEER wiA consult with the City`s Water Department, Department of Engineering, and other CITY d�partments, public u�ilities, private utilities and go�ernment �gencies to determine the approximate �acation of above and undergroUnd utilities, and other facilities that ha�e an impac� or influence on the project, The ENGINEER shal! deliver preliminary construction pians to the CITY fiar forwarding to all utility companies, wh9ch have facili#ies within the limits of the project. f. Ser�ice Line Reconnec�ion The ENGINEER shall make pro�isions for reconnecting all wastewater service lines which connect directly to any main being replaced, including replacement afi existing service lin�s within City right-of-way or utility easement. W�en th� existing alignment or any sanitary sewer main or lateral is changed, p�ovisions will b� made in the plans and specifications by the ENGINEER to relocate all servic�s lie�s which are cannected to the exis#ir�g main and connect said� service lin�s to the relocated main. g. Peefiminaey Suhmitfal to CIiY Prefiminary p�ans ar�d specifieations shall be submitted to Cifiy ninety (90) days after the appraval af Part A, Seciion 2. The ENGINEER shall deliver four (4} sets of preliminary plans and speciiications to C{TY for review. ft is proposed that the construction under ihis Phas� wili be one canstruction contract and bid jointly. ENGINEER shall provide additianal units and contracts as appropriate fo ins�re ihat design an�{ construction are completeci as sch�duled. Generafly, pEan sh�ets shafl be organizeci as follaws: Cover Sheet - Projeet title and sheet index Project Location Map - Index af plan ancf prafile sheefs Plan & Profile Sheefs - All pipeline rehabilitation sites (separate sets) Standard Construction Details and S�ecial Details €A1-4 The ENGINEER wiil prepare a preiiminary estimate of probable consfruction costs for ali of the canstruction pro�ects and submit them to th� CITY as part of the p�eliminary plan suhmitta{. h. Review �eetings wi�ih Cifiy The ENGINEER shaN meet with CITY to discuss their review camments �or each canstructian confrac�. Caorc{inate and participate in coordination activities with ENGINEER's design team and CITY. A maximum of twa review me�iEngs are induded. The City shall direct the ENGINEER in wrifing to proceed with Part B, Section 2- Fina1 Design far Finai Review. i. �ublic !9lleet�ngs Afte� the preliminary �lans have been review�d by the City, �NGfNEER sha11 prepare exhibifs along wiih an invitation letter and attend public meeting(s) to help �xplain the proposed project to r�sidents within the Drainage Area. The CITY shal! mai� the invitatian letter to residents. 2. - Frnai Design and F�inal Re�iew a. �'inal Construction Documenfis shall be su�m9ttad to CITY fi0 days after approval of Part B, 5ectian 2. Foljowing CITY approva! �f the recommended improvements, the ENGINEER shall prepare final plans and speci�icafions ar�d contract docum�nts to CfTY (each she�t shall be stamped, dateci, ancf sign�d by the ENGINEER) and submit four (4) sets of Pla�s and construction contract documents within 1� days of CITY's final approvaf. Plan sets shall b� used for Part C ac#ivit�es, The ENGINEER shaH provid� utility companies, which have facilities wi�hin the limits of the project, with final construction plans of the project. b. Ef�Gif��EV�'s �stima�e of Probable Construcfiian Cost The ENGINE�R shall submi# a final estirnate of probable constructian cos# with the final pfans suhmittal. . EA1-� �l�Ri C - �'R�eGOtdSYRU�TlO{V �1S�ISTAA�C� 'f. Adminis�ra�ion a. �eli�er �id �ocuments The ENGINEER will make available for bidding, upon request by the CITY, up to foriy (�0) sets of the fina} approved and dated plans and praject ta the CITY for distribufion ta potential bidders. Th� ENGINEER will pro�ide four (4) baund sets (�er advertised project) of all rights-of-entry agreements and easemet�ts to the CITY far bidding purposes. b. �iddirig A►ssis�ance The ENGINEER shall ass�st t�e C1TY during phase including prepara�ion anc! delivery o� addenda to plan holders and responses ta quesfions sul�mitted to the DOE by �ros}�ecti�e bidders. �nginee� shall attend the scheduled �re-bid canference. The ENGINE�R shal[ ass�st in reviewing the bids for completeness and accuracy. The ENGINEER sha11 attend #he praj�ct fnid o�aening(s) and develap i�id ia�ulati�ns and submit a recommencfation of contract award along with faur (4) capies of the bid ta�ulation. c, Assistance During Consfcrucgian The ENGWEER shall assist the CITY in conducting a pre-canstruction confierence for the project. The ENGINEER shal{ document minutes of t�e mee#ing and submit them to the City on design andlor cansiructian changes, if necessary. The ENGINEER sl�all attend the fina! inspectiar� for this phase, review the post- construction television inspection video tapes, and prepare a brief final repork o� the completed projact as to comp�iance vvith the ENGINEER's design. �A't -B �►iT►��bI�Y�MT "�" C�l1A�I�R4��1fi1�[� A►N� ��YI�dI�iV'T SCh1�DUL� �anitary S�wer �ehabiiifiafi�ion �on�rac� 3�LIV (64� �O� No. �4�� I, Compensatio� a. The Engineer shall be comper�s�ted � tota[ lump sum fee of $'i35,600.00 as Summarized tn Exhibit "8-3". Payment of th� total lump sum fee shail b� considered full compensation fior the services �escribed in Attachment "A" and Exhibit "A�1" for all labor materials, supplies and equipme�t necessary #a complete the project. � b. Th� Enginear shall�be paid in fvur partial payments as described in Exhibit "B-1� upon receipt of four inciividual invaices from the Er�gineer. In this regard, the Engin�er shali submit invoices for four partial payments as describe�l in Exhibit "8-1 ", �ection 1-Methond of Paymer�t, ltems a to d. Each invoice is io bs verified as to its accuracy and campliance rvith the terms ofi this contract by an office of �e Engineer. I1. Schedule a. Fina! pEans shail be submi#ted within approximately one hundred eighty (180) calendar days after the "Notrca tti Proceed" letter is issued. : i��/'4LIIl�1i1�1Y� Lt�o�f! GOfVY��WSAiION �i�� �AeYMENT S�H��l1Ll� S�nitary �ewer �ehabilitation Contract XLV {64) ��E FVa. 34�4 i. M�thod of F�ayrr�ent The Engineer shall be paid in four (4) partial payrnents as outlined below: PartiaE Payment Number 1, which shall be equi�afen# to 40°/0 of the total lump sum #ee, shall be payable after City appra�al af Exhibit "A-i ", Part A, 5ection 2, Conceptua! Design Summary Report. Partiai Payment Number 2, which shall be eq�ivalent to 75°/n of the tvtal lump sum fee, iess pre�ious payments, shall be payable after City appro�al of Exhibit "A-1 ", I'art B, Section 1 h, preliminary submit#al ta City. Partial Payment Number 3, which shaN be equivafent to 90% o# the total lump sum fee, less �revious payments, shaN be payable a#ter City approval af Exhibit "A-1 ", Part B, Section 2a, Final Constructiart Documents. Partial Payment Number 4, which shal! represent the balar�ce of fees, less previaus payments, shall be payable after a!k of the pre-constructian meetings for the Project have b�en conducte�. iL Progress Reports a. The Engineer shall submit to the designated representati�e of the Director of the Department af Engin�ering monthly progress reports cvvering all phases of design be the i 5th of every month in t�e format required by the City. h. If the Enganeer determines ir� the course of making d�sign drawings and specifications that the opinion of pro�able cost af $1,286,000 (as estimated in Exhibit "B-3", "B-�A" and "B-3B°) will be exceeded, whether by change in the scop� af the �ra�ect, increased cvst or other conditions, the Engineer shall immediately report such fact to the City's Director af th� Department of Engineering and, if so instructed by the Directar of the Department of Engineering shall suspend ali wark hereunder. Bi--1 �xNra�r e-�a SUMMARY OF i0'�AL PROJEC f���5 Sanitary Sewer Rehahilitatian Cantract LXV (64) DQ� Pla. 3��4 Sewer Pro�ect No. �S�S-OiQ580't75600 MlWB� % MlWB� $ 33,04Q 90.9% $ - Q,0% � - a.o°�a $ � QO% $ 33,Q4U $0.3% �SYIMAT�D CONS7RUC710N C05i: L-�397�R, L-2608, L-3062, L-3086, 1.-3130, L-968, L-1580, L-1626, L-653, L-7fl8, & L-1537 $775,Dp4 L-6151 $275,D40 M-215 $23B,Q00 '�OiA� COSi (11,015 linear teet of sanitary sewer) $1,286,000 �ASiC �NG�N��RING D�S1GN P��: Estima#ed Constr Cost TSI'E Gurve A Basic Charge 1 b% Fee Reduct�an (Cnnstr) Basi� �ee SP�C[A� S�RVEC� Field Surveys Rignt-of-Entry Docum�nts {maxim�m 24) Monthly Pragress Repflrts {maximum 9} Pub{ic Meetings (maximurn 2) . SU�T�iAL (SP�CIAL S�RV�C�) m CdNS�RUCTION S�RVIC�S Pre-Canstruction Post-Canstruction SU�iOiAti (CONSTRUCiI+QN SFeRVIG�S) $1,286,000 7.5% $ 96,5�0 85.fl°/8 $ $2,DQ0 F�� $ �36,350 $ 1,200 $ 7,fi00 $ 2,OOQ $ 41,�50 � $ R�PRODUCTION (ass�mes 1 contract with a total 3S sheets) 2D sets af preliminary plans {utii9ty ci�arancej $ 50 sets of Cons#ruction Plans $ 50 sets of Specificatians $ i set of My1ar $ Mounted ExF�ibits for Public Meetings $ SUB�'Oi�L �REPRODUCTiON) $ i /28/D2 1,90Q $ 3,2Q0 $ 5,100 $ 1,155 $ 2,890 $ 1,825 $ 5so $ sao � '7,3�v0 $ � 1,a50 2,625 1,754 525 5,95� '�OiA� iUM� SUM F�� $ �35,6�0 $ 38,990 PROPOS�D MIWB� SUBCOTlSU�iANiS PR�POS€� S�RV�C�S FE�S Gorrond�na & Associates, Inc. (Field Sur�eys, Base Maps, & ROVI� $ 33,040 Huga Trevino Assaciates $ 5 950 , ro��a� nniws� B3A-1 4.0% O.a% U.0°� 90.9% 90.8% �o.s�fo �0,5% o.a°io 81.0% 28.8% % Contract 2�.4°/a 4.4°/a $ 38,990 28.8% �XHIBIT �-�B �i�g�a� (SUF'P��M�NT 7'Q �XFil81'� B-3/�) �SiIM1�1 f g� HOURS Sanitary Sswer Rehabilita#i�n Cflntract �.XV (64) D�� No. 3454 Project: Main C1C48 a�d Misc. Sewers ' Fhase I: i?esign Services - Relie�IRepCacemeni 5ewers HOU1��Y RAT� WORK -�STIMAT�D MAiVHOURS iQiAL TOiA� WORFL iASK �LSCRtP�'ION PM P� EI'� CA��17echl Cierical � HOURS � F�� _ Monthly Meetings {Part A Item �l) i A. Prepare 9 Reports 9 9� '18 $ 1,576 � � StJBTOiA� 48 30 18.269 1G.85 24 78� $ �,576 Direct Costs � � � $ 25 Y�TAL _ _ � _ I I � $ - •7,80� a B3B-1 �xHiei� B-sc {SU�'P��M�N'� �O �X�ilBli B-3A) �S�IIIAA��D HOUF�S Sanitary Sewer k�ehabilitation Caniract �.XV (�4} DO� Na. 3�L54 1/28l02 Project:- Main C1 C4B and Misc. Sewers , _- �� � Phase I: Des9gn Ser�ices - RelieflReplacement Sewers HQUFiLY RAYE WORF�- ESiIMA7Ea�M,4[VHDl1R5 �70iA� 70TA� W�R1C iASiC �]E5CRIPTION PM P� �IT CADDlTecN Clerical HOURS F�� Construction Serrrices A. Pre-Co�structian � 1. Bid �pen 8� Re�iew Bids 1 4 5$ 5�6 2. Compile Bid Tab 1 4 8 13 $ 905 3. Pre-Constr Meeting 2 2 1 5$ 496 Subtotal B. Post Constructian 1. Final FieldNideo Inspect 2. Report on Final Inspect Subtotal TOTAL 4 10 0 8 � B 4 B 12 16 0 32 52 0 0 9 1 2 U 3 Q 24 0 $ - 0 $ - 23 $ 1,917 0 $ - 77 $ 1,839 14 $ i,382 3� $ 3,220 108 $ 5,137 B3C-1 �XbI�IT �-5 �PII�IOIV OF P����►�LE G�hlSi�UCiI�N C�Si 5anifary Sewer Rehabifitation Con�ra�� LJ�V (fi4) DOE Na. 3454, Froject No. PSS�-Oi058097560D SUMMARY OF PROBABL� CONSYRUC'�ION COSTS SANIiARY SEWER L-1976R, L-2608, L-3062, L-3086, L-3130, L-968, L-1580, L-� 628, L-653, �-�Q$, & 1.-1537 l..-fi 151 M-2i5 GRAND �'07AL COSi $775,QQ0 $275,000 $236,000 $1,286,4UU 85-1 �XHIBIY ��5 OPIi�IOi� O� ��O�A��� COP1SiRUCiION COSi 5anifiary S�wer �tehab�litation Con#ract �XV (G4) DO� No. 3454, Project No. PS58-07U580175600 Dralnage Area M-251, M-1611221, M-54, & M-279A (L-197BR, L-26Q8, �-3082, L-308fi, ti-343Q, L-9fi8, L-1580, L-1626, L-fi53, L-708, L.-1537j ` iotal � ;� Unit � Total Itern No, � Description � Quantity � Unit � Cost { Amaunt . 1-- _ =8" Sanitary 5ewer �ipe (0'-12`� . 6,408 I �F � $32.00_ $205,056 _.�. _. . . � _... .. . _ n _. . 2. .�. g" 5anitary Sewer Ppe BOTOC . 300. mm l_LF 9 $240 00 , $72,000 3 Remove Ex�stin Manhole 3n � FA I . � $4[1(],QQ �12E1�(] .. ......�..,..,_,,,, ....,...,,..� ,., ., ,. .,..� . ,.,.,... . 4 �{nstall 5td. 4' Dia. Manhole � �n EA �i,dnc].00 �4�,nOp . . W... .._.._.........----........._...,..__ .........................�__ 5 �Additional Depth (�6'� 1?n VF $1?0:04 �14,4n9 --_.__ .._ _._ _ . ..._.___._� �._._. 6 Concrete Collar �n F.A �250:00 �7,�p0, .. � .� __.� .� __� .�.�� ._____. __.._. _� _ -- LL` 7, q�Vai�rtioht MM Insert 3� F.A $1oa:p4 fi:3,nQg - 8__ Vacuum Test hliM 30 �A �1 p�:00 �:�;(1�0 g r�" Sprvi_r.e 7aos to Main ' 210 �A , �225.OQ $47,7�c� - ,_10 ��.'' Sp,r�lce Pioe � 3;229 L� ' $22_0� � $71,�38 � _ _11 ._— ��wn-WayCje�nouts � �1Q kA ' $200,00 $4�,{}(][1 j2 nra-C;nnctrii_r.tinn 7U InciqeCtion 30Q I F �4,25 �i,7'7� ._ 13 _ �Qosf-Construction iV knsoection fi;7�8 L� $250 �15,77f1 Jj4 'Tranr_.h �afPtv SVstem $,7[IR �F ��.Op $��7[lR 15 W ?spha{t �avement Fieoair �;�#tl7 �F $:�5,00 $$��74� j� t=nn_r.rPtr� Pavrarnr�ni Rca�air 7?� SY $40.Q0 �29,{l(l[l� .17__ RPplace Concrete Curb & Gutter 60 �F $30_00 $i;Sfl� i 8 � He lace Concrete SideWalk 1 n SY �4n nn $400 ... ..._.. �._. ....., F? � . . .... . .. .. ...... ............. , ......1.9............_._�Topsoll .................. . .3,:��n � F �7 nn ���3.�so • .............. . T-�� � � 20 5eedin� _.. .� �..._.�.�_.._ :�,:��n l—F $5.00 � �� F ��o _. __�__�_�___,_. _,__._ ; , 21 �Exploratory_Excavation 5 �A �1,-000.00 �� n00 __ ..... .. ........__ . _.. ...... . ........ ....._... ; � - � � - -.._� � ........� . _. . _ _ . ......... .... �__�.._._ �� _. ._.. .__._.. ; . _ .. __ - -- -- � , ... . __. � _. � .... . ........ . . .. . � .. ... . _... ..._ _._.m........__. _ . . . .... ..... ....... „ i j I I . --�. , - _ ._._. _ ....... _.. .._. �..____ _�.... _ .. _..�.. _��._. �.__ . ___..._.._�_.. � _. �_. _._ _ � �. �_ _ � _ . _.___ ..... �. _ _ . �__.�_ . _. _ _ _� _ . _�_. �u6tota� $704�642 i -- - ..._ ---__ _.. _ - -.. . ....._ ............. 1�% Continaency �70,4F4� .,,.. �...,.� .............. : �O'PA� $77�,1�F .. ,. -- - -...^..._ .. ............_...,.._,. _,_.,., ,_,.,.,....,.,..,.__.._,...........---��----.,........, � _�._._.... _.,..___._.._..._._......� _.....---......_..._.._..-----..__.._.....,.._..._. _..._........_._ _ .. � SAY $775,Op0 Tf�l� �!as�rnoe�l�y.�as �r�opaepd �iliiizing �k�nd�r� ovst �stirn�ia pr�rti;;�s, Gs is t+ndersx❑ad an� �grn�d thal C�kls is an e�iim�te �rrly, ar�cV �hat Ei��l�r�or sr�all rro� �e I?�bl�s i� ��vn�r or �a a Ik�ir� pnrty iur any faslure tn ac���r��A4y asiim�tc� th� c�s� or �r7c pro�FacM, r�r �ny 4�,rs ahc�or�. 55-2 �X#�E�I� ��5 ��li�l�N O�' ��O�A�L� CANSiFtUCiIOP! �OSi Sanitary 5ewer Rehabilitation Gontract ��V {64) DD� No. 3454, Project No. �S�B-Q7Q580175600 Drainage Area M-238 (L-6151) � f Total � lJnit iotal Item No. � �escr�ption � f�uantity� EJnit � Cost � Amaunt 1 8 Sarnta Sewer Pi e 0-12 de th " ' ' ' s 840 � LF � �32:00 � �26,884 �------ -� - ...... __ . _rY.. p � �-� -�...___ _ .. ... . . .. ...._. �...... .___. � - - -- � -- �,.? _.__..__10",Sanitary Sewer �iQe_(0'-12' depths} .. ....__. .. 1,698 LF $3E.00 $61,i28, _........._._ ... ....................... 3 Rema�e �xistingWManhole�� �� . , _ . 72. ; �A . $400_�0 . �4;8Qp .�,..�.��..,_�.�� �.�._�.�. �.� . ,��.�. _..m�.. , 4 knstall Std. 4' Dia. Manhole 12 ' EA $�;490.00 �7�,800 _ �_..�..... .�. ,.�.,..�...�,.,..�.�.. � �.. � �,��mm��__..�...._A...m_.Q....�...�_..__ , ,��.�.__ � 5 Additional Depth �<6') � 24 � VF $i2DA� �2;880 -- - -- --- 6 Concrete Collar � b 7 Fq �25a.00 a�,�OQ , ...... .._..._�_ .�......_._ .__.... ........ ..._ _...... ..__-__-�_� _ ._.__._.._��.._..._ �aterti�ht MH fnsert __ ��._.� 12 EA $10Q.Q� ��;2cx] . � 8 _µ . Vacuum iest MH �2 � �A $10D.�0 �1,2❑�. 9 $" Service Taps to Main �� EA $225_�p $6;a75 . .. ..._. . .._. ._. 10 4° Service Pipe__.. F---- _-_ 810 LF $22.04 �17,820 -----_.. _._ _ ..._...-------� .�.------- 71 Two-Wa Cleanouts �7 FA ��nn.nn $5;A.0� __ _.___..�e.. _ �....�_.�_.�_...___,�.��.w_,��_...�W....____�....�.�.�.....�..�,. 12 Post-Construction 7V Inspection �� 2,538 LF $2.5p �6;345 13 Trench Safety System � � � _ _ _ _ 2;538 LF $1 _00 $2,538 � .. 14 Asphalt Pavement Repair 2;550 L..�' �3�,Q0 �es;25p __ _ -__- .. _ ..... . . .... . . . ......... � 15 �Replace Concrete Curl� & Gutter 1 D LF �3a ap �:�gp � .� 16�� �Exploratar�r Excavation.�.�. �rv� T��. ���+�._ _, _, %. � 4 EA �1.0OO.Od �a;ann � �. - -� � -- �.. — � � _ - - l� - -� - 5�btotaE �249.fi�6� ......................... — . � � � µ n.�. . � � 1 Q% Cont9naenc� $24,962 � � - F -- - �� rora� �z7a;s�a _ � F.._._.�� �.. �._�.�� � .�.,..� ., � - - � - — - � - -- � - � � � ___ � - --.._....._... .......... .... , ; �AY �275,040 ��hks st.�lerr���7E was �,rcparn;� u�lliain� �t�ndar4l t:usf esfin�a4a psactic�s C1 is �nclerslooJ arsd �yr+�a� �I��,i 11�Gs I� vn QsiFrn�9� ors;y, ar�d ih�,�t E�r:�i,feer ��i��ll t�r�1 be la�bke �o �swnnr �7r �r, a lhird �r�rlV f4r �ny i�ilutL !b c���i�r�,k�ky es��mat� ihe ros# uf �he pr���r,�, o; arsy part kh�f�oi, B5-3 �XWI�I f �-5 OPflVI�N O�' �RO�AB�� �OiVSiRUCTION C�Si Sanitary Sewer Rehabi[itation Contract L�C1� {64) p0� Ho. 3454, Project No. PS58-070584175600 Item IVo. Descriptian � 1 �10" 5an Sewar Pipe_by Pipe_�nlargement . . .. __ _.. 2 Sag Ad�ustment for Pipe Enlargement _ _ ._ _... 3 .,Remave �xisting Manhole .. . _ _ 4 instail Std �' Dia Manhola . .. - .... .. . 5 Adciitional bepth �<6') �.__ . ...._ .___-_� ___... .. . ..�__ _._ W..... 6_ _ Concrete Colfar _.... .. .. ...... . ..� _ __ .. ..... _. . _. _. __ __... _-_-_____--__ ��� 7 Watertight MW Insert _ _ ___ _ . _. ...- - - . $ ` y��r.uum Test MH __..�.....g_..... . ���� �ervir_.e Ta�s to INain __. 10 4" �P�ieP Pine --"._.._-- ---- - r - 11 �fw�-yVay Cleanouts -- ---. ,._ .............. 12 ��'g-Construction TV Inspection .�' 13 . .. �'ast-Constructian TV Inspeciion _..._. 14 Trench 5aiety 5ystem -- - ._ .............. 15 ,. Asphalt Pavement Raeair _ 1 fi. ,4enlace Concrete Curb & {-��trer W.. i7 He�lace Concrete Sidewaik 18 Tnpsoil .. ...... ..... 19 Grass 5od . ._. _._____�. 2Q �xnloratonr �xcavatian _ ........ .._ r r __._-..."-..__.....,.. - - -- - I , _,_ ._ . _.,. ... I _ ...._..._ ._.�.---.. ' _ ' I _,,., ,. ... -- -�-I . . '- ........_.,......._...._....._........ - - � Main 215 Yotal Quanttty' Unit :� 1,768 � LF � __.____.-- 180_..� ;...�F_.:. _�. . 6 t �A � _�_.�. 6 � EA i _ � .. ....�--�? ---- ; V�.. : _...._....i............_6........... �A......� _.._ �.. 4 ...6 _� EA__; � 6 � EA . >'� EA ' , �7� LF � ?:� �A . 1 �7'FfS I F � ,,:��� a_F 'E 15 � LF � 195 �� : �n LF _ 45 SY € 115 LF i �.��a s� 4 �A - -' I � - i I , I Unii ! iatal � Cost � Amount ._��__._...---$75mm00 _._...___. $132,600 .._.. $8�.00 ...._..._. $i4,40fl $4�0.00 $2,400 � $120 00 - - -_..__ ... W �8;44Q . . ..... � $250.04 $1,600 _.. __._._.. . ��_oo.oa �saa , �100.OQ $fi0Q �475,Qd $10,925 � �22:00 $s,o72 �2oo.n❑ ; �a.�oo �4,251 $7;514 $?�� $4,42Q � �1:0� $1'15 $3�.DU $���325 �3Q:+�0 $1;l30Q �4�.40 $1,800 $7.00 $$D5 � $3,OR � $3��}50 , �1;oon.oa � �4.000. � _- _ i _.. . ........ . — Subtotal $21 ��2fi6 � -- ..__......... . � - — � ' ip% Caniingencv $2�,427 I . .. � � ........ __ � � I �OT,4� $235,ti93 � SAY $236,OD0 Thi� �'_akarr�arsi ��a� prep2re� €�Clls�ing st�rld�r�i �os� �3slirr��te pracksco�, ii �s unsir�r�it�a� �nd a�reaci ihnt th+i� i5 �r� esllmnk� nnly, �nr� fhaT �n�cneer sh�ll n4i !xe Ilabie t� Ov�nes nr 10 211�ir�f p::riy �or any I�ilure !v �i�cura;ely �stimalo ih� c�tik ok 1hs �}ro;era, O� �lly �:8rt 1hQ��of. e B5-4 A`P�'�4CFi�dII�R�T �aC��� �anitary Sewer� �ehabilifafion Confi�act X�I!! �s4? A1l��ND�lI�iV�� i0 �►RTIC�,I�S !V, !�, AI�� Vi �N� A�'�'ACH{VII�NT °°,�„ Article IV.K.(�)(�): Endo�semen#s this �roject. are nated on fihe Certifica#e af Ir�surance pro�ided to the City for Article IV.K.(2) (I): Business autamobile insurance is written on an accident basis. Article VI.L., iine 4: Remave the fol�ow�ng: "or may be enacted laferN Attachment A, Item 26: Delete this It�m, the Engineer will no# prepare "record drawings" for this project. ID S 2 3 4 5 B 7 8 9 10 19 �z 13 14 15 7fi 17 18 � Task Name '��. Not'ica to Proceed CONCEPTUAL D�SIGN Initial Data Coilection Besign Summary Report City Re�iew Concept Progress Rpts CDN57R PLANSISPECS PreEim Design City Review Pre[im Publ9c Meetings Final f}esign City Review Finai CQMSTRUCT�ON Final Bid Documents Bidding Gi#y Corttract Nafice-io-proceed Constr�ction Task Project: ProjecYE Ci#y of Fart Worth PM : Rakesh Chaut Split Cansultant: tislff Associates, 1nc. Progress AIiTA�F114dIilE�T' D PROJEC'� SC�IIE���E Sar�itary Sewer Reha�ilitation and Improvements Contraet LX1V (B4), DOE No. 3454, Froject �lo. PS58-070580175600 Duratian 1 day 40 days 10 days 20 days 10 days 170 days 130 days 65 days 'ED days 20 days 45 days 'i 0 days 194 days 10 days 20 days 20 days 10 days 130 days 5tart NEon 314102 'iue 315IQ2 7ue 3/5102 Tue 3113102 iue 4/16102 7�e 315/02 Tue 4l34l02 Tue 4/34102 Tue 7l30102 Tue 8113/02 7ue 8l93l02 Tue 10/75/02 Tue 10/29/02 Tue 10/28/02 7ue 17112/�2 Tu� 92I10102 iue 1 RIQ3 Tue 1/21143 zaoz Jan I Feb lMar I Apr I Mav I dun I_Jul I A�o I Sep I Oct I�1ov � �ec �� Milestone � �.,���a.����,�, S�mmary Project Summary F�temal Tas[cs Zofls � Jan � Feb I Mar I Apr I May I Jun �.fu[ � Aug � External Milestone � Deadline � Page D-1 �_ �..� � �— . J / al � � l� � z � �Z � m �� I � � �I —y I � ` � I �� 1 _i �� � � � I I � I M I �� �K O� l I . I �i � � \ C� I � J07 T C1NDY oa � � � � � � �� TR is7E Ti I I — 1.105 p Iy I N _ � ,p TA � ` I � � I&T[ IB76L1 1 7fl IBTH 1 l�C � AC l 1 AC ���� - � - - -�- - � , � U W QI l� � W �� � � �, � _ � � ' . 4 — J I I ___r� K _ I I � .O i _ 4 4 W Y I I � r 0 -• i i � � E . I 1- ~ 4 � � F0554 OR 1 �� 1 I- -W� } a 4 1 � lLL � �f � �� re iese s.ia ac �nc�n�n ov� �.n n �II l �l r� �N� O 2 � � � IJ � I � � , ,. . �-N � ' i i.9sa� '� I 0 25U 500 SCALE lN FEE7 �4�iAC�iM€NT °�-�' MISC. SAh�ITARY S�W�� SYST�M R�HA�ILITATION AND IMPROV���NTS Fw LOCATOR MAP # 2060-�4i2 COUNCIL DIST. 4 JAN 2002 � MAPSCO 49Z�50W p0E #3454 ��� Halff Associates, Inc. � • • �b f "'.�6���9" � - A-85$ L9NG AYE �I ���1 � � � ' I - � � � � rai� Ro � � , � � .. . I�I� �nuz�E �R , � 1 � lljllI V ' I I I I I I � I I 1 . � vaNEssa oR � YPi1lAh16A DR � � � _ � MAbEIRA pR _ , �� G� � � � � � .� _ , MOMTERREY i?ft 1 � ���� ����if� Ill�lll'I!l �. EILIS Rp � � � I � I I 1 �� __ _ NORr�allo� uR N, I � 4 � MAFtI'Hp LN � 11 '� pRAIUFG� R.D.W. \ � MenoawaRoox aR � —� � � i I I �� � J � i r i iyi i ll �I �l� � � I I1 Q � ��ti I �II� I I �\ 4 1 I 11 � BRENTYJ04D STAIf2 R� II II 14 1 I_ l4 Il LFURtE OP l � r � � IYHi��_»H UK � i j� � I � You�aNa�. oR . � ` ' � I ' IAFD£!RA OR . � { 4 I � l 1 � � kIbNTErtREY 9R �� i ��i � � .� CALMAR CT �Ifl/ . N�`'t�Y l�'� �uE'��� P,6 1 N ��� 0 250 5fl0 � � � �— SCALE IN FE�S A��ACbM�NT °�-6" MISC. SAPlITARY S���R SYST�M ��HA�ILITA�'i0N AN� IMPROd€M�NT� FW LOCATOR MAP # 2090-392 cour�c�t oisY. s �a� �oa2 � MAPSCO 80C,66Y DOE #3454 ��� Ha1frAssocia�, Inc � �_. -4 ' j ' � � 1 I I I I I I I I I I 1 I I I I 1 1 I I 1, ' ' THIRSY S1XTH ST u�airci� f �G�� � I ' � � � ►�-�eRx�+c i � . �� W > �p W 4 � � a 'r� 'Pj'.y ¢ i s�a s �' � � 'i�T � � m I Z 'i'' `9jO � ' W `r0 O p I I T ,flO � � cJ s � � I I _� . � FHIRTY FIFTH ST THIRTY FIFfH ST � � - .„ I � - THI FDU $T� THIRTY FOURTH ii. THIRTY FOUR7H 5T I j �'�� _ � � � � W i ` wl � � ¢ \ � �c�F � s ¢ 9� Y � I t � I — U �� , � LONG AV� S'P , -, � , . _, . � _, , � � , ' - � I —�II � � � _�"_—_ �.__.J — , _ �-- ..eo�dooe� ' � — q ----� ' �G —� � � � � CLOSEG i THI iTY SECq�ID ST __, � , � � � ,1 1 � � � � I� _ N � r� — i o c � � = N � � q o — U � _ v �L m TH1P.Tl FlRST ST -, . p Q5d 500 �,i I W — � ` J _� ,� ¢ --� SCALE IN FEET _ _ �_ a ' A��'ACHM�NT °���' MISC. SANIiARY S€W�R W —�- � ,� SYST�M R�HA�I�1�ATfOP! � � � � AND I��ROV�M�Pl�S Q � �� 'I �-- Q n FW LQCATOR MA� # 2036-412! �� �— � �' COIJNCIL DtST.2 JAN 2002 � 7HIRTI TF{ ST � � � � � � ��] � � �� �� I MAPS�CO 48W, 62A QOE �3454 ! , �� � �� Ha1ff Associates �nc. , � �IdXFF� . MdITECTS . SC�TS . .W�S . SIhlVEYOHS � ' � ��ii�LAIW IW'�'�-�LL� .. � � ?5, � ,%I�/ �� i � CAM� s�R� i i� � � .l 1 �v_�/ �� '�/ � ��� ; ����Q V ���� n `1 _ �,� l I�L s � s" . THiRr // � a � � �I z z s � � -� ---�I ---� THIRT . � �I�� �� 25Th1 �.��0 —� , ---i ` �� � _1 � C , � c � —�— w 4 N� � i a .� _._ � �— � _ �� — �, --�-- --- z . 0 250 500 / � �� � ��� ,� SCALE 1N FEET � ATTACb�€P1T '€�a' � SAhIiiARY 5��'€R � ��HA�II�I�A�I�P� ,� COfV�'RACY �XIV �64) , FW LOCATOR MAP # 2036-40'��� , � COlJNCIL DIST. 2 ,lAN 2002 E' MAPSCO 61 D,H pp� #3454 I � ��� Ha1.ff Assoczates, Inc , - � � � � � � � � --t- �� � �. , � �c�ase� w � a � , F ,�.—�— w � � —� —� i � ----� � �— w � � � c� T o �i w T �— Z � z w —r�� q � � � � U 4 � 7iqltl Q � �I z Z � � �l� '� 22No sr ZW , I_� . . . � �I -} � L.-- � �� �� �`��O � �� � � ��� �� � --� _ . —� .� o a � w � Z N - � � � O V i � , � � � . �� � 2�sr sr . � 1 j� I I � � I t �' — � � r ��� -—j— � � � 1 _ Q �___�= f I � I� r � U � -� �� � � � -� , � _� � . , , I , � �---,c— a ��s J � � N s��� r�,s ��y / � '`� � o-'�, � ��P~ ��� n 0 2sa soo i�� SCALE IN FEET � ' A��ACbPA�NT °�-�4" MISCa SANITARY 5�i��R SYSi�M ���A�I�ITA�ION AN� IM�ROV�M�NTS � � , F'W � L.00ATOR MAP � 2042-404 ' COUNC�L D15T. 2I JAN 2�Q2 MAPSCO 62L, Q 1 DOE #3454 , �� HalffAssociates, �nc. _ , — ord�as . uax�cTs . sc�msn . F�u+Exs . wRVEroas J 1 � � . .. � — -��—� - � � — ���� - � � _ CLOSE� 1 1 CLOSEO ` THIRTY SECOhIp 5T _ 1 , I _ 1 � — , — �—'— � ,1 � �+ � ' x `� u � �, o � e � � � G o ' � N i — — � o y o n � — U � � � — � q� y� m yc � _ ` [CLO5E�) TMIRTY FIPo�T ST � � 1 4 I . — � � � \ �� ' — � —Y \ \ � �ic� �� —_ <�� ` � — �..._� o —_ 94�� ' THIP,T3ETH ST � ��` ��� � Y � I _�_ � � � � 1 � y 'd — L-_ �.— � � f,yj P � _ — I— � -,�-- — �� ' e � F O n I j j � �+ � G — ` I ¢ (cios�n} � -P '� �-, --- � � ��1 \ � 1 r — a — — 9y� � a - c 1 x �� � `� � = 4� � a Y F � � � � 8'�° --- Y � ` � U � I� 1 I I\���� i nRaitiF ST. N 1 , , —. (CLOSEO} N l �RAIfJE 5 94 �� � P' ro r+ I � � c _�� � � � 2aTt+ � � 0 25� 5D0 �� � i� � I I I SCALE IN FEET � �� � , �' £� Av� A�iACbM�N�' �-� � � �� ' MISC. SANiT,�RY 5�1��R � � � SYS��M R�bA�ILITATIOfV � �— -�� � �, _ � AN� 1�9��DV1�M�MTS � FW LOCATOR MA��.=4,.: ��_- � o �� CQUNCIL DIST. 2 � JAiV 2002 � i M A P S C O 6 2 A, B D O E � 3 4 5 4 i� —.- _ � 7WEN1Y S�YEhSTFi „ , r� o � �I � � � �o� Halff Associates, Inc ■�■�.,�„��..�.F�.�� , , ,� , , . t.��,����. � � .� � � I I I I I �' ��THiR� S���N� ST 44 ��%/� �/ , o z5o sao %�,� ��—�� ' / �; SCALE IN FEET Ai�ACHM�N� °��3A` MiSC.SAN���4RY S�W�R SYSi�M R�HA�I�I�AiION AND IMPROV�M�i��'S FW LOCATOR MA� #�;���,�41�� COLJNClL D15T. 2 JAN 2002 MAPSCO 47Y, S1D I DOE #3454 :�� Halff Associates, Inc. � ��o�.,�T,.�.�.�� -- �..� �' City of Fo�t Worth, Texas l�ay�� ���1 C�`���� 1 Coa�c�a���. �� t� on DATE REFERENCE NUMBEF2 LQG NAME PAGE 3�� 9�02 �`*C�� 9000 3�HALFF 1 of 2 SIJBJECT APPROPRIATION �RDINANCE AND ENGINEERING AGREEMENT VIIITH HALFF ASSOCIATES, fNC. F4R SANITARY SEWER REHABILITATION CONTRACT XLIV (64) RECOMMENDATION: It is recommended that fihe City Council: 1. Authorize the transfer of $141,600 from the Water and Sewer Fund to the Sewer Capital Project Fund; and 2. Adopt the attached apprapriafion ordinance increasing estimated receipts and appropria�ions in the Sewer Capita[ Project Fund in the amount af $1�1,6a0 fram a�ailable funds; and 3. Authorize the City Manag�r fo execute an engineering agreemenfi with Halff Assaciates, Inc. ir� the amaunt ofi $135,600 for Sanitary Sewer Rehabifitation Contract XLIV (64). DISCUS510N: T�e project consists primarily of the preparation af pfans and specificatians for the rehabilitation of the following se�ere[y det�rio�ated sanitary sewer main and laterals: � M-21 � � L-6151 Beginning firom a point [ocated 400 feet south of the Cindy DrivelFairview 5treet intersectior�, westerly 2,25Q feet to Mesquite Dri�e; and Located on Sandy Lane from Martha Lane to Brentwoad 5iair Road; and � L-30621L-3086 Beginning from #he Prairie Avenue/34th Street inter�ection, southeriy 2,200 feet on Prairie Avenue; and � L-3� 30 � L-968 o L-708 Beginning from a point located 6D0 f�efi south of the Lo�ing Avenue/Long Avenue intersectior�, sn�therly fi5p feet; and Located in the alley between 27th Street and Azle A�enue from Ephriham A�enue ta Menefee Avenue; and Located in �he alley between Ellis Avenue and North Main 5tree� from 22nd Street to 23rd 5treet, Halff Associates, Inc. proposes ta p�rform the design wor4c for a fump sum fee of $135,600. Staff considers ihis fee to he fair and reasonable for the scape of services pro�osed. In addit�on to the � contract amount, $6,Q00 is req�ir�d for project managemenf by ihe Engineering Department. �'ity of �or� �'orth, 2'e�as M�yoa� ��� �our�c�� C��������t��� �AT� REFER�NCE NUMBER I�OG NAM� PAGE 3119102 **C�19000 � 3aHALFF + 2 of 2 sus��cr APPROPRIATIQN ORDINANCE AND ENGINEERING AGRE�MENT WITH HALFF ASSOCIATES, INC. FOR SANITARY SEWER REHABILITATION CONTRACT XLIV {�4) Halff Associates, Inc. is in com�liance with the City's MIWBE Ordinance by committing to 29°/o MIWBE participation. The City's goal on this project is 22%, The project is located in COUNC�L DISTRICTS 2, 4 and 8, Mapsca 47Y, 48W, �9Z, 50W, 61D and H, 62A and B, 66Y, and 8�C. F'ISCA� fNFORMATIONICERT[FICATION: TY�e F'inance Director certifies ti�at upan approva� and comp[etian of recammendation No. 1, and adoption of the attached appropriafion ardinance, funds wili be available in the current capifal budget, � as appropriat�d, of the Sewer Capital Project Fund. BG.k 5ubmitttd for CiYy Managcr's ore�� by: Bridgette Garrett/Aciing Originaiing Department Head: Douglas Rademalcer Addttional Informaiion Cantact: I FUND � {to) � 1 &2) P558 �14U 2) P558 2) P558 G157 � ACCOUNT I GENTER � AMOUNT 472�45 0705$Q175600 $141,600.00 531200 070580175Fi0Q $135,600.00 53135p Q3658D175800 $ 6,a0Q.00 53120� 070580175600 $i35,BaQ.qO 538070 070902D $141,604.00 CITY SECRETARY APPROVED Q3/I9102 ORD.# 15027 (fram) 3) P558 1 � PE45 Douglas Rademaker 6157