Loading...
HomeMy WebLinkAboutContract 28179a . . �� _. �1T'� �E���i��� �ONiRACT �, � . '` �IiY OF� FORi V1�ORiH, Y��S SiAN��+R� AC���I��IV� �OR ��ECtPJ��RtNG S�RViC�S This AGREEMENT is between the Ciijr af For� Worth (the �rC�TY"), and APM & Associa#es, Inc,, (the "ENGIN�ER"}, for a PR�JECT ger�eraily described as: Water Replacement Cantract 20Q2 WM-t. Article t ��ope n� �ewi�e� A. '�he Scope of Services is sef fdr�h in Attachmertt A. �r�icle II Comp�nsa�ion A. The ENGINI�ER's compensatian is sei forth in Attachm�nt �. A�icle !!! Terfn� �f �ayment Payments to the F NG W EER will be mad� as follows: �. Ir���ic� and P�ymen� (1} The Engineer shall provide the City sufficient documen#ation to - reasanabfy substantiate the invaices. �2} Man#hly invoices will be fssued by the ENG�NEER �or afl wor€� performed ur�der this RGREEMENT. invoices are due and payable within 3n days af receip#. (3) U�on completian af services enumerat�d in Article I, the final payment o# any ha�ance will be �ue with�n 30 days of receipt af the final invvice. (4) In the e�er�t ai a disputed or cantested fa�llir�g, onfy that portian so contest�d will be withheld from payment, and the unrJisputed portian wilf be {zaid. The ClTY wiN exercise reasonableness in c�n#esting any biil vr portion thereof. N� inter�st wil( accrue on any contested portion of the billing �ntii mutually resolved. (5) If tF�e �lTY fails #o ma�ze payment in full tsa ENGINEER #ar bilfings contested in good faith wi#hir� 60 days of the amount due, the - ENGINEER may, after giving seven (7) days' written notice to CITY, suspend senrices under #Ftis AGREEM�Ni until paid in futl, incfudi�g interest. ln the eve�t of suspension of services, the ENGINEER sF�all have no liability to CITY for delays or damages caused the CITY becac,se of such suspension of services. -1- .,_., , ,�. � ,� r _ , �: � S A�iicl� iV OHt�gations �f ihe �nginee� Amendments to Aeticle IV, if any, are irtcluded in Attachment C. �4. Gen�ral T�e �NGINEER will s�rve as the CITY's �orofessionaf engine�ring representative under this Agreement, providing professional engineering consu�ation and �advice and €umishing custamary senrices incir�enial thereto. �. S�anda�d o� Ca�e The s#andard of care appi�cabl�a ta the ENGINEER's senrices will be ih� degr�e of skii! and difigence normally empfoyed in #F�e State of Texas by professiona[ engineers or cor�sulfants �erforming the same or similar ser►rices at the #ime such senrices are perFormed. � G. 5e��su�a�� I�ve�t�gaiions (1} The ENGINEER shal! advise tf�e CITY wiih regard ta the necessity for su�contract work such as special sUrveys, tesfs, test k�orings, or other subsurtace investigations in conrr�ction with design �nd er�gineering wor� to �e performed hereunder. The ENGINEER shail also advise #he CITY conceming #he results of �ame. Such sur�eys, tests, and inves#igatians shatl b� fumished by #h� C1TY, unless atherwise speci�ed in Attacttment A. {2� In soils, faundatian, groundwater, and other subsurtace inwestigatipns, #i�� actual character�stics may vary signi�cantly between succ�ssi�e test points and samp�e intenrafs and at lacaiions other than where aiaserv�tions, explar�fion, and investigat�ons have been made. B+acause of tF�e inherent uncertainties in subsurFace evatuations, ch�nged or unanticipatec! undsrground cor�ditions may occur that cauld affect the tatal PROJECT cost and/or executior�. These condi#ians ar�d cost/execution effects are not the r�sponsibiiity of the ENGfNEER. �. �rep�raf�an ��' �ngineering ��awitigs The EMGINEER wall provide to the ClTY th� ariginai drawings of al! plans in int� on reproducibie plastic film sheets, ar as atherwise appraved by CITY, which shal! become the property of the CiTY. �iTY may �a�e such drawings in �ny manner it desires; prowided, hav�ueWer, that the �NGI�JEER shall r�ot be lia�le far the �se of such drawings ior any praj�ct a#her than the PRQJECT des�ribed nerein. _z-� - ,,, . �. �ng�nee�`s i��p�onn�l �� G�n��ruc�i�n Si�e (1) The preserice or duties of #�e Et�GiNf�ER's personr�e! at a cnr�structior� site, whether as on-site repres�r�tatives or othen►uise, dn not make th� �NGINEER a� iis persannel in any way responsib{� far ihos� duties that belong ta fihe CiTY andlar th� CITY's construction contractors or a#her er�tities, and do no# relieae the cons#ruct�o� contraciors c�r �ny oth�r enti�y of �heir obligations, cluties, and responsibi�ities, including, b�t not fimited to, all constructio� meiF�oc�s, mear�s, techniques, sequenc�s,�and procedures n�cessary for coardinating ar�d completing all portions of the constructi�n woric in �ccordance with th� Contract Dacuments and any h�a[th or safety precautivns required by such constructior� wQrk. The ENGINEE�i and its p�rsonn�l hav� na authorfty to exercise any control aver any construc#ion cantra�tor or oi#�er entity or their empfoyees in connec#ian with 4heir war� or any healtn or safeiy precautions. (2) Except ta the exten# of speci�c site visits expressfy de#ail�d and set forth ir� Attachment A, the �NGINEER o� its p�rsonnel shafl h2�ve no obligation or respons�bility to visit the construction site to become familiar with the progress or qu�lity af th� completed wor� on the F'ROJECT or ta determine, in general, if the work on the PRaJECT is bein� pertarmed in � manner indi�ating tha# ihe PROJECT, when cc�mplet�d, will be in accordance with the Contra�f Documents, nar shaf{ �nything in the Contract Docum�nts or ti�e agreemer�t b�tween CITY and ENGINEER be constru�d as requiring ENGINEER fo ma�e �xhaustive or cvntinuflus on-site insp�ct�ons to discov�r latent dr:fects in #he work or atk�erwise checEc t�e qu�lity ar� quan�ity ofi the wor� o� fhe PR4JECT. If, #or any reaso�n, the ENGINEER shauld make an vn-site absenration(sj, on tf�e �asis of such on-site �bserv�#ians, if any, ti�e ENGIFJE�R shall endeavor fo keep the ClTY informed of any deviation ftom the Contrac# DocUments coming to the actual notice of ENGINEER regarding the pR�J�Ci. {3) Vllhen professional certification of ��rFormance or cF�aracteristics of mate�ials, systems or equi�ment is reasonably �equired to pe�Farm t#�e seruices set fart� in the Scape df Services, the ENGIN�ER shall L�e enfiit�ed to rely upon such ceriificat�on to establish materials, systems or equipmen� and perFormar�ce crite�ia to be req�irec� in the Contract �ocuments. �e Opir�ion� o� �robabl� �asi, Financial Con�Fd��a4ions, and �chede�les (1) The ENGfNEER sha11 provide opinians af.p�a%able cvsts based on the currer�t avai(able informa�vn at the time af prep�ration, ir� accordance wiih Attachment A. {2} In providing opinions of cost, firtancial analyses, economic feasibility projections, and scheduies for the PROJECT, the ENGf�JEER f�as no control over cost ar price of labor and materials; unknown or laten# conditians csf �xisting equi�ment or st�ctures that may affect operatEon or maintenanc�e �osts, campetitiv$ bidding �r�c�dt.;,*��---��d m�rke# �. �1 _3_ ', �_ .,,� � ��;,r � ,� conditior�s; time or quafify nf pertormance by third ��r#ies; q�ality, type, man�gem�nt, ar direction of aperating persannel; and other ec�t�amic anc� aperational factars thai may materiafly affect the ul�fmate PROJECT cost or schedule. Th�r�fo�e, the ENGINEER makss no warranty thatthe CE7Y's actual PRQJEGT costs, financial aspects, economic feasibility, or schedules will no# vary from #he ENGINEER's apinions, anafyses, projections, ar estimates. C. C�ns�rucfiian ��egre� I�aym�nt� aecommendations by the EfVGIN�ER to the CITY far pe�iodic consiruction �rogress p�ymen�s #o the �canstruc�ion contractor wil� be b�sed an th� ENGINEER's icnowledge, informativn, and b�l€ef fmm sel�ctive sampling ar�d abservation that ti�e wark has progressed to the point indTcated. Such recommend�tions do no# represent �hat contir�uous ar det�iled examinatians hav� been made by the EN�fNEER to ascertai� that the cor�stnaction contractor ttas campleted the wark in exact accordance with the Confiract Dacuments; that the final work will be acceptable in al� respecfis; th�t �e ENGiNEI�R f�as made �n examination to ascertain haw or for wha� purpose #he c�nsin.fction contr�ctor has used the moneys paid; that title �o any of the work, ma#erials, or equipmer�t has passed tv the C�iY fre� and clear of liens, claims, security interests, ar encumbrances; or that #here are not ather matters at issue b�tween the CITY and the constt-�acfion cor�t�actnr that af€ec# #kte amour�t that should be paid. H. R�cord �rawings Recard clrawings, if required, will be prepared, in part, art the basis of informa#iar�. campiled and fumished by others, ar�d may not always represent the exact locatior�, type vf various companents, or exact manner in which the PR�JECT was finally cons#ructed. The ENGINEER is not respoRsible tor any errors or omissions in the ir�form�tion firom atf�ers that is inc�arporafed into th� record drawings. � , !. Niin�pi�y and llVoman �usiness En�erp�i�e {MI1M��) pa�i�ip�fiQn In accord with City of Fart Worth Ordinance No. '11923, as amended by Qrdinance 1347'I, the City has goals far th� p�rtic�pation of minority business enterprises and woman business enterprises in City contracts. Engineer acicnowledges fhe M/WBE goal established for this contract a�d its commiiment to meet that goal. Any misrepresentafion of facts (other than a negfig�nt misrepresentaifan) and/or the cvmmissian of fr$ud by the Engin�er may result in the termi�ation of this �greement and de��rmer�t from participating in City contracts for a period of iime af not less than three (3) years. J. � Righ� to At�dit {1) ENGINEER agrees that the CITY shall, until the expiratian of three (3} years aft�r final paymeni under #h�s contrac#, have access to and the right to examine and p�otocapy any directly pertinent boaks, doct�ments, papers and recor�s of t�e ENGINEER involv�n�-�car�sac�i�,�s,rel�.�ing to ,. ,= , _4_ , , �� „ � �; , �� . ;i�,r" ��' . a this coniract. ENGINEER agrees that th� CfTY sf�ail have access during normal worki�g hours ta all necessary ENGiNEER facilities and shali be provicfed adequate and appropr�ate wark space in order #o cQnduct audits in compliance with the prauisians af th�s sectiort. The CITY si�all give ENGiNEER reasonabfe advance notice of intended audits. {2} ENGINEER furtt��r agnees ta is�clude in alt its subconsultant agr��ments hereunder a provision to the effeci that th� s�b�onsultant a�ree� that the CiTY shalf, until the expiratian af three (3) years after finaf paymen# under the subcan#ract, �ave access io and the right ta examin� and photacopy any directly perfinen# boo�Cs, clocumer�ts, p�p�rs and r�cords of such subcvnsultant, involving tr�nsactions ta the subcontract, and further, that the CITY shali have access during normal warking i�ours to ail subconsult�r�t facilit�es, ar�d shall be provided adequate and �ppropriate wark space, ir� order tv conduct audits in compliance with the provisions o# this article togetl�er with subsectian (3}hereof. ClTY shall giv� subconsuitant reasonable �dvance notice of intenc�ed audits. (3) ENGINE�R and subconsultar�t agree to photo copy such documents as may be request�d by the CI�``(. Ths CITY agrees fio reimburse ENGINEER far the cost Qf capies at the rate published ir� the Texas Adminis#rativ� Code ir� effect as of the time capying is pe[formed. F�, �N�lNEER's insur�nce ('f) Insurance coverage and iirni#�: ENGINEER shall pravide ta the City certi�ca#e(s} of msurance documenting policies of the folivwing coverage at minimum limifs whicF� ar� #o �e in effecf pr�or to commencemer�t of wark on the PROJEGT: Commercial Ceneral Liabifity � . $1,000,�00 each occurrenc� $1,OOfl,OQD aggregate Automobile Liability $"f ,(]00,0(}0 eacli acc.�der�t {or reasonabfy equival�nt limits o# covera�e if written or� a spli# limits basis). Coverage shall be on any vef�icle us�d in the course of the pROJECT.. Worker's Compensation Coverage A: statutory iimits Caverage B; $9a0,(l00 each accider�t $50d,000 disease � poficy limik $100,000 disease - each employe� Professianal �iability ��,�00,000 eacf� clalm/ar�nual aggrega#e (2} Cer�ificaies of insurance evidencing that the ENGII��E�-#;��-�btafned�a�! : . , � �: , -�` � „� � , �.�i e'; � �� .. required insurance sha�l be delid�red to the CiTY priar to ENGfNE�R proceeding with fhe PROJECT. (a} Applicabfe policies sha�l be endarsed to name #he CITY an Addi#ian�l insured thereon, as its interests ma�y appear. The term CITY shall i�cfud� its empioyees, offic�rs, officials, agents, and volunteers as respects the can#rac#ed services. (b) Certificate(s} of insurance shal! dacument thafi insuranc� coverages specified according to items section K.(1) and K.{2} of this agreemen� are provided un�er applicable policies doc�mer�t�d thereon. {c) Any failure on part af tF�e CIiY to request required ir�surance �ocumer�tation sf�al! nat cons�itute a waiver of the insurance requirements. (d) A minimUm a� thirty (��} days notice of cancellation, non-renewal or material cha�rge in coverage shal{ be provided to the CIT`f. A ten (1 �) days noti�ce shall be acc�p#able in the e�ent af non- payment af premium. Such terms si�all be er�dorsed anto ENGlNE€R's insurance palicies. Notic� shall be s�nt ta fhe respectiv� Department Director (by nam�), City af �ort Worth, 1flQD Throckmortan, Fort Worth, Texas 769p2. {e) Insur�rs for �ll policies must be authoriz�r! to do business in fh� ' state af Texas or be oth�rwise approved by th� CITY; and, such insurers shall be acceptabfe ta the C1TY in term� o# their financial strenc�th and solvency, {� D�ductib[e Eimits, or seif insured retentians, affec#ing insurance required herean may be acceptable to tf�e CITY �t its sofe discretian; and, in lieu vf tradi#ional insur�nce, any altemative caverag� maintained tl�raugh tnsurance paals or risk retentian groups must b� also appfoved. Dedic�t�d financial resources ar fetters o� creclit may afso be acceptable ta the City. (g} Applicabl� �alicies shall each be endorsed with a wai�er of subrogation in fa�rar of the CITY as respecfis th� PROJECT. (�} The City shafl be entitled, upon its cequest anc! withau# incurring expense, to review th� ENGIN�ER's insuranc� policies inc�uding er�dars�ments thereto and, at the CITY's d�scr�tion, the ENCINEER may be required fo provide pmof of insurance � premium p�ymenis. (I} T�e Commercial General �.iability insurance policy sh�f� have na exclusians by endorsements ur�less such are appra�ed by the C1TY_ , , ,� : -6� , ;� �� � '. {j) ihe Pro�essior�al L�abili� insurance policy, if wri�t�n on a claims made basis shal# f�e r�nain#ained by the ENG�NEER far a minimum two {2} year period subsequent to the term vf the respective PROJECT contract with tize GITY unless such coverage is provided the ENGINE�R on an occurre�nce basis, (�} Tf�e ClTY sh�li nat be responsible for the direct payment of any insurance premiums required by this agreement. It is undersiood #hat insurartce cost is an allowable campanent of ENGINEER's aver�ead. (I) All in�uranc� rEquired in seci�an K., except for the Pratessional Liability i�suranc� policy, shail be written an an vccurrence basis in order ta be approved by the CITY. (m) Subcansultants to the ENGfNEER shall be requirec! �y the ENGIN�ER to maintain the same or reasonabty �equi�afen# insuranc� .co�erage as r�quired far the �NGINEFR. When insurance caverage is maintained by subconsultar�ts, ENGINEER shall pravid� CITY with documentaiion thereaf on a cer�ific�te of in�u�ance. No#withstar�ding anything to the contrary cor�tained herein, in the event � suhcansultar�t's insurance co�erage is canceled or terminat�d, such canc�llation or t�rminatian shall not canstitute a breach by 1�NGINEER of the Agre�m�nt. �. Independ�n� �onsui�an� Tf�e �NGINEER agrees #o perform all services as an independent consuttant and not �s a s�bcontractor, agent, or empinyee of the CiTY. A�. Disclosup� The ENGINEER ac�nowledges to the C�TY that it has made full disclasure in writing of any existing �on�licts of interest or potential canflicts of interest, including personaf financial int�rest, d�reci or �ndirect, in praperty abutting th� proposed PR4JEGT and business relati�nships wiih abut�Eng proper#y cities. The ENGINEER further acknawledges that it will make dzsclosure in writtng of any canflicts of interest whic#� dev�fop subs�quent to th� signing af this contract and �priar ta final paymer�t under the contract. N. �s�e��os �r k����r�dou� SuFasianc� {1) !fi asbestos or hazardo�s substances ir� any farm are encountered or suspected, the ENGlN�ER will stop iis own wor�c in fhe affected portions of the PROJEGT to permit t�sting and evaluatian. (2) If asbestos or other hazardaus substancss are suspected, #he ENGINEER will, if requested, assist the C�TY in abtaining the seNices of a qualified subcontractor to manage the r�rr�ediation activit�es of tFte PR�JECT. . , �, -%- , . ���'� .: ,�. ,. , , ,. , . , , ���� Q. ���mitiing �.utho�i�ies a �esigrn ��ang�� If permittir�g authorit�es require ciesign changes so as to campfy with �xrblished design criteri� and/or current engirteering practice standards which i�e �NGlNEER shoufd f�ave been aware of at th� #�me tt�is Agreement was executed, t�e ENGINEER sha�ll revise plans and specificai�ans, as r�quired, at its own cost and expense. However, if design changes are r�quired due to ihe changes in ihe p��rnitting authorities' published design criteria and/or practic� standards crit�ria which ar� published after the date of this Agreemer�t whicf� th� ENGINE�R could not ha�e been reasonsbly aware af, the �NGINE�R sh�ll noti�y the CITY of such changes and an adjustmen� �n compensatior� wii! be made thraugh an amendment to this AGREE��Ni. Arf�ale V ��?�ig�41tl�15 �C Ck1E �1� Amendments to Article V, i� any, are included in Attachment C. �. �iiy�Fur��i�h�� �a�a The GITY will make avail�ble to the ENGINEER aRl technical data in the CITY's possessior� r��ating to the ENGINEER's servic�s on the PRQJECT. The ENGINEER may,rely upon the acc�racy, �meliness, and camplete�ess of ti�e information pra�ided by fihe ClTY. � �. Acce�� to �aciliti� and ���p�rty The CIl`Y wil2 mak� its f�cilities accessible to ihe ENGlNEER as required for #he ENGIN�ER`s pertormance of i#s services and wilf pro�ide �ab�r and s�fety equipment as required by the ENGINEER far such access. The CITY wii! p�rForm; at no cost tn the �NGINEER, such tests of �quipment, machinery, pipelines, anc! other cRmponents of the CITY's facilities as may be required in connection with the EhIGfNEER's s�rvices. The CITY will be respansib#e far ali acts af the CITY's personnel, C. Adr►erCi�menis, �ermi�, and A�s��� unless atherwise agreed tn in the Scope o�' Services, th� CITY will obtain, arrange, and pay for� all adver�isements for bids; permrts and licenses required by local, state, or federal �uthorifi�s; and lands sasements, righ#s-ofi way, and access necessary for the ENGINEER's services ar PROJEGT construction. D. Timely �e�i�w The CfTY will examine the ENGINEER's st�dies, reports, slcetches, drawings, specifications, proAosals, and other documents; obtain advice of an attomey, insurance counselar, accour�tar�t, �uditar�, bond and financial advisars, a�d ather consultants as the CITY deems apprap�iat�; and render in writing dPri�ipns �g_ � � � � required by the CITY in a timely manner En accordance with t�e project sche�ule in Attachmen# D. �. ���mpt Ne���e The GITY will give prampt written rtotice ta the ENGINEER whene�er CITY observes or becomes aware of any devefopment tf�at affects the scope or timing of if�e ENGINEER's services ar of any de#eci in the work Qf the�ENGINEER or cohstruction contractors. �. A��e�t�� �r ba�a�d�u� Su��tan�e� �r�d Intl�mnifc��ion ('f) 7o the maximum extent �ermitted by law, the CITY will it�demnifj+ and reie�se ENGfNFER �nd its officers, employees, and subcontractars from all claims, ciamages, loss�s, and costs, incfudir�g, b�t �ot I�mit�d to, attomey's fees and litigativn expenses arising out of or relating to the presence, dischacge, release, or esc�pe of hazardous substances, cc�ntaminartits, or asbestos on or from the PR�.lECT. Nothing contair�ed herein shall be construed to require the CfTY to levy, assess or collect any tax to fund this Endemnification. (2) ihe indemnification and release required �bave shall nat appiy in the �v�nt the discharge, release or escape of haza�clous substances, contaminants, ar asbestos is a result of ENGINEER'S negligence or if such h�zgrdous substanc.�, contaminant or ashestas is brought onto the PROJ�CT by ENGINEER. C. C@ntra��� Ir�demni�ieation �nd Claims Th� CITY agrees ta incl�de im a11 cor�struction contracts the provisions of Article N.E. regarding the ENGINEER's Personnef a# Constructian Sit�, and provi5ions pra�i�ir�g cor�tractor indemnifrrafior� ot' the GITY and the ENGINEER fior contractor's negligence. , H. Confi�a�for Ciaims �r�d ihi�dnParfy �en��ieiaries (1) Th� Ci1Y agrees tv include the �ollawing c(ause in all contract� with construatian contractors and equipment or materials suppfiers: "Contractors, subcontractors and equipmer�t and mater�als su�pliers an #h� PR�.lECT, or th�ir sureti�s, shail maintain no direct action against the ENGINEER, its o�cers, emplayees, and subcantractors, for any claim arising out of, in connect�can with, or r�sulting fram the engineering services pertarnned. Only the CITY wiH be the bene�ciary of any under�aking by tt�e ENGINEER." (2) ihis A�R�EMENT giv�s na rights ar benefits to any�ne ather ihan the CITY and the ENGINEER and there are no third-party ben�ficlaries. (3) The CITY will incfude in eacF� agreement it enters into with any other entity or person regarding the PRQJECT a pravfs±an thafi.���h �nfity,_.ctr _�� � � . .. , i !�',. h �� � i I �� 'I{ ,i �'. , . persvR shail ���e no third-party beneficiary rights under this Agreement. (4) Matt�ing contained in this sectior� V.H. shall be construed as a waiver of any right the CIN has to bring a claim against EA1Glf�EER. Clil''s lnsu�ance (1} �'he CITY may maint�in prope�fy insurance on certain pre-existing structures associated wifit� the PRQJEG`f. (2} The CITY will ensure th�t �uiiders Riskllnst�ll�fiiort insurar�ce is maintained at the replacement cost value o� the PROJECT, The CITY may provide ENGIN�ER a ca�y of the policy or documen�ation of such an a certificat� of insr�rance. (3) The CITY wi�l speci� t�at ff�e Builders RisEcllnstafl�tian insurance sf�all . be cornprehensive in cover�g� appropria�e to the PRO�lECT risl�s. J. �iiiga�ion As�ist�an� The Scape of Services does r�ot inclucle costs of the ENGINEER far required or requested assistance ta suppnrk, prepare, cfocument, bring, defend, or assist ir� litigaiion und�rta6cen ar defended �y the CfTY. {n the everrt CIT`f requ�sts such s�rrrices of i�e ENGINEER, this AGREEMENT sh�ll !ae amended or a.separate agreemeni wili be negotiated betweert the parties. I�. �F��r�ges The CITY may make or apprav� c��nges within the ger�eral Scope of �ervices in this AGRE�MENT. ft such changes �ffsct the �NGINEER's cost af or tim� required fiar pertormance af the services, an equitable ad�ustment will be made through a� amendment to #his AGREEMENT with apprapTiate GIiY appro�al. Ar�icfe VI G�ner�l Legal P��vision� Amendments tQ Article V!, if any, are included in Attachment C: +�. Auihor�izaii�n 40 ���eeed ENGlhlEER shall he authorizec! to proceed with this A,GRE�NlENT upon receipt of a written Notice to Proceed from the CITY. �. Reuse of �w�je�� �ocum�r�is All designs, drawings, specifications, documents, and athef work praducts vf tf�e ENGfNEER, wf�ether in h�rd copy ar in electronic form, are Ensiruments af service tor this PfZOJECT, wheiher ihe PROJECT is completed or not, Reuse, change, or alteration by the ClTY nr by other� ac�ing thmu�h or on behalf_af t�e � � _�0_ „� , �� ' � , � � � � � .. ,�; , 1,� � �, , CITY of any such instrumen#� of service without the written permission af the ENGINEER wilf be at the CITY's s�le ris�C. The final designs, drawings, specificatians and c�ocuments shail be awned by #he CfTY. C. ��rc� �A�jeur� Ti�e ENGINEER is nat respansibla for damages or delay in pertormance caused by a�ts af God, strikes, lockouts, accidents, or o�her events beyond ihe control ofi the ENGINEER. �. �°erm'rna�ion {1} Th�s AGREEMENT may be terminated only by the City �or conv�nience on 3a days' written notice. This AGREEM�NT may be termin�ied by either the GITY or il�e ENGINE�R for cause if either party fails substantially to per�orm tt�raugh no faul# af the other anai does not commenc� correctivn of such nonperformance with �ve (5} days of written notice and diligently complete the coRection thereafter. (2) If this AGRE�MEN'F is #ermin�ted for the con�er�ience of the City, the ENGINEER will be paid for term'tnaiion expenses as fal�ows; a) Casf af reproduc#ion af partiat or complete stu�fi�s, pfans, specifications or other farms af ENGINEER'S wark produet; b) Ou#-af-pvcket expenses far purchasing storage cont�iners, microfilm,� eiectronic data files, and ofi�er data starage suppiies or SBNIC@S; c) The #ime requirements f�r the ENGINEER'S p�rsannel to document the work underway ai the time the CITY`S terminatipn to� conveni�nce so that the wor� �effort is sui#abl� �ar lang time storage. �3) Prior #o proceeding with termination senrices, the ENGINEER wii! sUbmit to th� CiTY an itemized s#atem�nt of a11 termin�tion expenses. Th� CITY'S appro�af will be obtained in wri#ing priar to procee�ir�g with termiRation services. �. �uspen�ian, �ei�y, �r In�er�rupti�n �eo U1�'o��c The C�iY may suspend, delay, ar irtterrupt the services afi the ENGfNEER far the convenience of the CITY, In the event af such suspension, defay, or interruptior�, an equitable adjustment in the PRQJECT's schedule, commitment and cost af the EIVG�NEER's personr�el and subcantractors, and �NGINEER's compensatior� will be macle. � ,� , � - , -ll- �: • , . �� ; , , , �� .� � � 1�. Indemni�icatian (1) The Efdf�{NE�R agrees to i�demr�ify and defend the CITY �rom any i�ss, cost, vr �xpense claimed by third parties for proper�y c�amag� �nd badily injury, including death, caused sol�ly by the r�egligence or wiltful misconduct af the ENGINEER, its employees, of�icers, and subcontractors in connection witt� the PR�,lECT. (2} If th� negfigence or willful misconduct of both ihe ENGENEER and the CITY (ar a person identified above far whorn each is liable) is a cause of such damage or injur�, the loss, cos�, or expense sh�ll be shared be#ween the ENGIN�ER and the CITY in praportion ta th�ir relati�e degrees of negl�ger�ce o� wiflful miscanduct as determined pursua�t to T.C.P. & R. Gode, seciion 33,Q'!1(4} {Vemon Suppfement '1996}. . ia. A�Sigllm�i�� fVeitiier parly will assign alf or any �art of this AGREEMENT witho�t t�re prior writte� consent of th� other �arty. b. [n�rr�reta�Een Limitations on liabi�iiy and indemnities in this AGREEMENT are business und�rstandings between the par�ie� and shall apply to all the differeni theories of recav�ry, including breach nf r.ontr�ct or warraniy, tar� including negligence, strict or statutory liabifity, or any ather cause of actian, except #ar willful misconduct or grass negligence for limitatior�s of liabiii� and sale negligenc� for indemnification. Parties means the CfTY and �f�e ENGfNEER, and thei� officers, emplayees, agents, �nd subcontrac#ors. I. Juri�d'reti�n The law of the 5tate of Texas shail govem the valic�ity of this AGREEMENT, its int�rpretatian and performance, and ar�y other claims reiated ta i#. Th� venu� for any litigation reta#e� io t�is AGREEMENT shal! be Tarrant County, Texas. J. Alte�naf� D�spu4e �e�olu�i�n ('!) A�I claims, disputes, and ofiher matters in question between the CITY and ENGlNEER arising out of, ar in connec�on with t�is Agreement ar the PROJ�CT, or any breacf� of any obligation or duty of CITY or ENGINEER hereunder, wi!! be s�bmi#ted to mediation. If inediation is unsuccessf�al, the clairn, dispute ar other matteP ir� question shall b� s�bmitted to arbitrat�on i€ bath parties acting reasonably agree tha� the amount of the dispute is lil�ely #o be less than $Sti3OQ(l, exclusive vf attorn�y's iees, casts and exp�nses. Arbitration shall be in �ccordar�ce with the Construction Industry Arbitration Rules of th� Amerfcan Arbitration Association or other applicable rules af the Assaciafion then in effect. Any award rende��d by the arbitraiors fess than $SO,OOD, exc�usive of attamey`s fees, costs and expe�ses, wi1l.b,e fir�a(, j�dgmeri� � ,, �1�_ . ,. . �, `� . ; , j� a; � may he �ntered ther€�or� in any court having jurisdictian, and will not b� subject to appeal or madification except to the ��ctent p�rmitt�d by Sectians 10 and '[1 af the Federal Aibitratian Act {9 U.S.C. Sections 1Q �nd 11). (2) Any award greater than $5Q,00�, exclusive af attamey's fees, casts and �xp�nses, may be litigated by either pariy on a c�e r�ovo t�asis. The award sh�il become final ninefiy (9�} d�ys from fi.�e dat� same fs issued. If litigation is filed �y either party within said nin�ty (90) day period, the award sh�l� become null and vaid and shall not b� used by eith�r party for any purpose in the litigation. K. 5�vera�il��y an� S�awival If any of the provisions contained in this AGREEMENT are held fo� any reason to be invalid, illegai, or unenforceable in �ny respec�, such in�alidity, illegality, ar unenfarc�ability wiil nn# af#ect any other provision, an� this AGREEiUIENT sh�l! be construed as if sucf� invalid, i1l�gal, or une�forceable pr�visEan had never been cont�ined herei�. Articles V.F., VI.�., VI.D., VI.H., Vf.i., and VI.J. shalf survive termination of tF�is AGREENEENT for any cause. �. O���rrve an�l G�mpfy ENGt�lEE�4 shall at alf times absenre and comply with all federal �nd Stat� laws and regul�tions �nd witfi alf City ordinances and regulations w�ich in any way afFect this AGREEMENT and the work i�ereunder, and sha�l abserue and camply with all ord�rs, laws ordinances and regulations which may exist or may be enacted lat�r by gov�ming �badies havi�g jr�risdictian vr au#hority far such enactment. No �lea of misunderstand�ng or ignorance #i�ereaf shall be considered. ENG��[EER �grees ta defend, indemnify �nd hold harmless CITY` and all of its officers, age�ts and employees from and against ali claims or liabili#y a�sing out of the violafion of any such order, . l�w, ordinance, or regulation, whe#her it be by itself ar i#s employees. vl�_ . . . . � ; � �. , .' � ,, , . a 0 ��fiici� Vli A��chmen��, Scheduies, and Sign��ure� This AGREEMENT, including its �ttachments and schedules, cn�stitutes the en#ire AGREEMENT, supersedes all prior written or oral understandings, and may oniy be changed by � written amendment execut�d 6y both parties. T#�� fotlowing att�cf�ments and sch�d�fes are �ereby made a part of this AGREEM�NT: Attachment A- Scape of S�rvices At�achment B - Compensa�ion Attac#�meni C- Amendmer�ts ta Standarc� Agreement for Engineering Services A#tachment D - Project Sch�dule Attachment E - Location Map A7TEST: � r . _ '� � . � ����.� . � _ . ..,�,�. __ - ,�� C�Iaria Pearson City 5ecretarx �� � ��� l� Cvntra�t Authori.����An ����%��,�_._ . Da�te APPROVED AS TO �ORM A�ID LEGAL[TY [� Ass�stant ity �Attamey . - ►-�,T•_��YaZ�IT���.� � a GtYY OF F'ORT WVORTH ay: M�rc A. Ott �' Assistan# City M�nager APP�OVAL RECOMMEN�ED A. Dou�l�s Rademaker, P.E. . Qirector, Engineering n�parkment �14- �, : ' � �f _ . _ r ;, B�. � �: y - Afis . �labimt�n, P.�. President � i�, � �, - � � , �' �i�l1b�"OIYIGI�IY r�pn �S -,i- � ••- • -,■ - "Scope of Seivices set forfh her�ein cart oraly be modifred 6y addi�ions, cfari�cations, aRc!!or delefions set forth in the supplementa! 5cope of Services !n cases af canflict befween fhe Supplementa! Scr�pe of Services and fhe �'eneral Scope of 5ervices, t�he Supplementaf Scope of Services shall have p�cedence over the General Scope af Se►vices." �� 'I) P��limina�y �on�p�n�� wi�h City The �ngin�er shall attend preliminary conferences with �uthariz�d representatives of tt�e City r�ga�^di�g th� s�op� of praject so that th� plans and specificatians which are to bc� developed hereunder by tfie �ngineer will resUlt in providing. fiacilit�es which ar� econamic�l in design anci cor�#orm ta t�e City's requiremen#s �nd b�adgetary constraints. 2) Coo�dinaii�� with �ufsi�l� Ag�n�iesl�ublie �n�i4ie� The �ngineer shall caord�n�te with officials oi other outsic�e agencies as may h� necessary #or f�e de�ign of the prop�sed str��t, and s#orm drain and/or water and wastewater facilities/improvemenfis. It s�all be the Engineec's duty �ereunder to secure necessary informatian from such outside agencies, to meet #�teir requirements. 3) Geoie�hni�allr��e��igatian� Th� �ngin�er shall advis� the City of test borings, and other subsurf�ce investigations t�at may be needed. [n �f�e eveni it is determined necessary to make borings or exca�ate ies# hofes ar pits, tl�e Engineer sh�ll in cvordination wfth the City and the City's geatechnical er�gineering cor�sultant, draw up specifications for such tes#ing program. The cost of the barings or excavations shall be paid for by the City. 4) Ag�emen�� �nd Pe�mii� Th� Engineer shall complete ali formsla�plications �a ailaw the City of Fart Warth to obtain any and all agreements and/or permi#s narmally required far a project c�f this size and type. The �nginee� wil! be responsible far nega4iating ar� caardinating to c�bta}n approval of tFt� agency issuing #he agre�men# and/ar permi�s and will m�ke any revisiarts necessary to aring the plans into compliance with the requiremenfs af safd agency, inclutfing but r�at iimi��d to highways, r�ilroads, w�ter au#i�ori#ies, Carps of Engineers and a#l�er utilities. 5) De�ign �hang�� Rela�ing �o ��emitting Authc��i�ies If permitting authori#ies require design chariges, the Engir�eer shall revise the plans and specifications �s requir�d at the Engineers own cost and expense, unless such c�anges are required due to changes in the desigr� of the facifities made by the -i- permitting authority. Ifi such changes are reqUired, the Engin�er shall notify the City and an amendment to the cantract sh�ll be made if the Engineer incurs additiona! cost. If there are unavoidable delays, a mufually agre�able and reason�ble i�me e�ctension shall be negati�ted. �) �lan �ubmi�r�l Capi�s of th� original plans sh�il be provided an r�producible mylar or �pprov�c! plastic film sheets, ar as otherwise approved by th� Department of Engineering and s�alt become the proper#y of t�e City. Ciiy may us� such drawings in any manner it desir�s; pravided, however that the i�ngineer shall noi be lia�le far the use of such drawings for �ny project athe� than the praject describ�d her�in; and further pr�ovided, that fhe Engineer shall not be liat�le for the co�sequ�r�ces af any ch�nges that ar� made to the drawings ar changes that are made in the imp�ementation af the drawings witF�out ti�e wr�tten a�proval o# the Engineer. �FiAS� 9 7) Righ�-�o�'-lM�7�, ���emen4 and �and �cquisi�aon fV�eds The Engin�er sha�l determine �h� rights-of-way, easement needs fior the eanstr�ctior� of the pro�ect. �ngmee� shal! o��termine ownership ofi su� fand and fumish the City wit� the r�ecessary right of way sketches, �re�iare necessary easement descriptians far acquiring the rights-of-way andlar easements far ti�e canstructian af th�s proj�c�. Sketches and easement descripfions a�e to b� presented in farm suitable fnr direcf us� by the Department of Enginee�ing in obtaining rights-of way, ea5ements, permits and licensing agreements. All m�terials shafl be fumished ar� the appropri�te City forms in a minimum of �our (4} copies each. 8) 9��ign Suwey The Engi�eer shail prnvide r�ecessary f+eld survey for use in the preparation of Plans and Speci�ca�ians. The Engineer shal� fumish the City cerkified cop�es of the �eEd data. 9) lJfiility Coort9ina�ion The Engineet sha{! caordin�te with all utifi#ies, including utilities owned by the City, as to any proposed u#ility liens or adjustmer�t to existing utility lines within th� projeck limits. The information abtained sh�ll be shown on the conceptual plans. The Engineer shall show an the pre�iminary and finaf plans th� Ic�cation of the propos�d utility lines, existing utitify (ine5, �ased on the infiormatio� provicfed by ttre �tilify, and ar�y adjustmer�ts and/or refocation of the exist�ng lines within the project fimiis. The �ngin�er shal! afso e�atuate the �hasing of th� water, wasiewater, sfreet and drainage wor�, and �shali submit such evaluation in writing to the City as part of this phase of the prajeci. -2- 10) Ca�cep�u�l Plans ihe Engfn€er shall f�arnish four (4) copies n€ #he Phase 1 cnncept engineering plans which include layo�ts, preliminary right of-way ne�ds and preCiminary estimates o� probable construction costs for the Engineer's recommended p�an. F'or all submittals, ihe �ngineer shall submit plans and c{ocume�ts for streetlstorm drain and waterlwastewater facilities. T�e Engineer shall receive writt�n approval of the Phase 1 Plans from the City's project manager befare proceeding with Phase 2. Pi�eS� 2 11} �e�ign da�a The Engineer shali pro�ide design data, r�ports, cross-sectinns, prof�les, drainage calculations, and preliminary estimates of probable cortstructian cost. 12) Pr�limin�r� C�n��r�etion �tans and Yechni��l Speci�ications ihe Engin�er shall submit twenty (20) capies of �hase 2 preiiminary constru�tion plans and five (5} eopies of the prelimir�ary teci�nical specific�tions fior review �y fihe City and for submissior� to utility campanies and ather agencies for #he purpases of caardinating wor� with exis#+ng �nd propo�ed util�ties. The prelimir�gry cor�structian plans shail indic�te locatio� of eacistingCproposed util�tias anr! storm drain lines. The Engineer �half receive written appraval of the Phase 2 plans from th� City's praje�t manager b�fore proceeofing with Pi�ase 3. �H�S� 3 13) �'ina! C�nstruc�ion Plans The Engineer shall furnish five {5) copies of ti�e final construction plans anc! coniract specificat�ons for revi�w by the City. '� 4) �e��iled Cosf �stimaf� The Engineer shafl fumish fo�r (4) copies of detailed estimates of probable construction costs for the authorized constructian project, which shatl include summaries of bid items and quantities. 15) �i�n� and �pecifi�a�ion Approval The �ngir�e�r shall �urnish an original cpver mylar �or the signatures of autharized City afficiais. The Con#ract Docum�nts shafl comply with applicable local, state ar�d federa( laws and with applicable rules and regulations promuigated by Eocal, state �nd national bo�rds, bureaus �nd agencies. The Engineer shail receive writter� appraval of the Pi�ase 3 plans from the City's praject manager before praceeding with Phase 4. -3- �i�4S� 4 76) ��nal �ppr���ed Construcfion Ptan� Th� En�ineer shafl furnish 4� b�und cop�es oF Phase 4 final appro�ed construction Pfans and co�t�act spsci�cations. Th� appro�ed plans ar�d ccmtract specificatio�s shalt be used as authoriz�d by the City for use in ob#aining bi�ls, awarding contracts, and constructing the project. 17) �idding �ssis��nce The Engineer shall issue addenda as appropriate ta int�rpret, clarify, or expand #he bidding dacuments, and assist the own�r in determir�ing the qu�lificatio�s �nd a�ceptability of prospective constructors, subco�tractors, and suppliers. When substitu- tion prior ta the award af cvntracts is al�owed by the bidding documents, th� Engin��r will advise the owner as to the acceptability of altemate mater��ls and equipment proposed by the prospective constructors. 18) Recommendati�n of Aw�rd The �ngin�er shall assist in the tabulation and re�iew of �II bids recei�ed for the canstruciion of the prvject and shall make a recommer�dation of a�rvard ta the City. °f 9} Prebid C�n�er�er�c� The Engineer s�all atterrd the p�rebid confer�nce ar�ri the bid o�enfng, pr�pare bid tahuiation she�ts and provide assistance #o the ow�er in evalu�ting bids or praposals and in assemb�ing and awardir�g contracts fflr canstructivn, ma#erials, equipment, and services. . �k�AS� 6 20) �r�cons�ruction �anfe�ence The Engineer shal! attend the preconstruction conference. 2'1) Cvn��ruc�ion Su�rr�y The Engineer shal� be a�ailable to the City o� matters conceming #he layout of th� project during its construction and wili set eantra� points in the field to allaw City survey crews ta stake the proj�ct. The s�tting af fne and grade stakes and �oute Fnspection a� canstr�ction will be perfo�med �y the City. 22) �iie Visi�� The Er�gineer shall visit the project site �t appropriate intervals �s construction praceeds to observ� and rePart on the progress and the qualify of the executed work. G"� 23) Shap �rawing f�e�iew Th� Engineer shall review shop and �re�tion drawir�gs submitted by the contractor fior corr�pliance wi#� design concepis. The Engineer shald review lat�aratory, shop, and mil� test reparts on materials and equipmen#P 24} Insir�c�i�ns to C�n4�actoe The Engir�eer shal! prnvide necessary in�erpretatinns and clarifiications of contracf documents, review char�ge ard�rs and make r�commendatior�s as to the acceptabili#y of the work, at the r�quest of fl�� City. 2�) �irfrering Sif� Condi�ion� The Eng�neer shall prepare sEcetches re�uired ta resolv� probf�ms due t� actua! feld conditivns� encnunter�d. 26) L�ecord �r awing� The Engineer shall prepare recard drawings from i�farmation submitt�d by the contractor. I -5- �x�«rr „���„ Sl1��L�14��iVid� �CB�'� (��° S��VEC�S (��IP�L�{�I�I�i i� AiiACH[�II�Ni "A'�j D�SI�N SERVIC�S: l�i4i�� �IN�I�R SAF�IiARY Si�li��R I�flP��!l��fl�PdT� The tollawing is a clarification of the fasks that the ENGWEER will perForm under ATTACHMENT "A". Work under this at#achment includes engineering services for water andlar sanitary sewer Emprovements for #i�e following: F#��fier� �eplacemen� Cont�ac� �D021dV�C-1 Upan recei�t ot notice ta proceed, tt�e ENGlNEER wil! perForm the foflowing tasics: Pi4�T A - f�I�I�P�IVGIf����If�G 1. Initial �aia Collection a. Pre-�bes�gn Coordina�ion Mee4ing� ENGI�JEER wilf at#end and dvaument meetings, as required, to discuss and coordinaie various aspects af fi.he project and to ensure tha# ti�e praject stays on schedule, For purp�ses of establishing a leve{ of comfort, finro (2) meetings are anticfpated. These include tt�e foilowing: One-{1} pre-design ki�ck off meefing, (includ9ng the CITY's Department af Engineering and ather departm�nts that are impacted by the projeci}. �ne (1 } review meeting at cample#ian afi th� City`s review of the concep#ual engineering plans. �. Data Gollec�vr� In addition to data obfiained fram the City, ENG�NEER will research and make efforts to ob#ain pertinent information to aid in coordination o�F the propose� im�rovements with a�y planned f�ture improvements that may influer�ce the project. ENGINEER will also identify and seek ta obtain data for existing conditio�s that may impact the projact incfudir�g; +�tiiit�es, Ciiy Master pfans, pra�erty ownership as available from th� Tax Assessor's office. . ��-1 c. Coo�dina�ion with O�her Agencies During the concept phase the ENGINEER shalf c�ordinate with all �atiiities, including utilities owned by #Y�e City, TxDOT and railroads. These entities shall also be contacted if applicable, iv determine �lans for any propose� faeilifies ar adjustment to existing facili�ies within the �roject limits. The infofma#ion obtained shall be shown o� the concept plans. The ENGINEER shall show the lacation of the propased utiliiy lines, existing uii�ity Iines and any adjusiments andlor relocation ot the ex�sting iines within the prolect limits. ENGINEER shalf camplete a�l farms nec�ssary for City to obtain permit letters fram TxDOT and raifraads and s�bmit such forms to the City. City shall be respansible for farwarding the forms to the affected agancies for executian. 2. hNonfhly �rogress Repo�t and Neighhorhood iVevdslef�er a. The ENGIENER sl�all submit a pragress sched�ale after th�: design car�tract is fully exacuted. The schedule shall be updated and submitted to ti�e CITY alor�g with montnfy progress report as required under Attachment B of the contract. b. ENGINEER wifl prepare a quarterly newsletter de#aiGng the status of the praj�ct for distributiQn to the affec�ed Neighborhaad Association. The r�ewsletter will be reviewed and approved by the City prior to distr�butian. ��Ri � � C�Rl���tUGiCOt� P�N� �P�� ��ECI�IC�+iI�N� 1. Conceptual Engineerirtg i. �e�rveys far� �esigr� a. ENG�NEER will perForm fie�d surveys fo collect horizontal and vertical elevations and other information which wi{I be needed for use by the ENGINEER in design and preparation of �lans for the prolect. �nformation gathered during the SLINBy shall include topographic data, elevations ofi all sanitary and adjacent storm sewers, rimlinvert elevatians, location and buried utFlifies, sfructures, and other feat�res relevant to the final plan sheets. Far sewer lines located in alleys or backyards, ENGINEER will obtain the following: Obtain permission far surveying through. private properiy. EA�. -2 Locate hor.izontal and uerticaf alignment of utility lines. Tie improvements, trees, fences, walis, etc., F�orizor�talfy afong rear lines in an ap�roximatefy 20' wide strip. In addifion, locate all rear ho�se corners and b�ilding corners ir� bac�Cyards. Profife existing water and/or sewer fine centerline. Gompile base plan from fieid survey data at 1"-20' scale. Obtain permissian for surveying thr�ugh privaie property. Zocate horizontal and vertical alignment of utility lines. The impro�ements, trees, � fencesP waifs, etc., horizonially along rear lof fines in an approximately 20' wide strip. In additiar�, locate all rear hause corners and buiiding corners in backyards. Gompil� base plan firom field survey data at 4" = 20' horizonta! and 1" � 2' vertical scale. UVhen" conduc�ing d�sign sunrey at any location on the project, t�e c�r�suEtant or its sub-c�nsultar�t shall carry readify visible informatEon idenfifying the name of the company and the company representative. AI! company vehicles shall also be readily identified. b. �nginee� ld�i11 P�ovide �he Foilowing lnfa�m�fion: Af( plans, field notes, plats, maps, legal descri�ations, or other specified documents prepared in conjunction wEth the request�d services shai! be provided in a�igital format compafiible with if�e eleciranic data call�ctior� and camp�ter aided design and drafting . software currer�tly in use by the CITY Departmerit af Engineering. Ali text data stach as pian and profil�, legal �escriptions, coordinate files, cut sheets, etc., shafl be provic�ed in the American Standard Code for In#ormation Irrterchange �ASClI) format, all drawing files shall be provi�ed in Autocad (DWG or DXF� format (currently Release 92), or as otherwise approved in wri�ing by the CITY, and all data collected and generated during the ca�rse of the praject shall b�come t�e prope�ty afi the CITY. Th� minimurn information to b� provided in th� plans shail incfud� fhe follQwing: EAI--3 1. A Praject Contrvl5heet, s�awing A�L Control Points, used or set while gathering da�a. Generally on a scale of r��t less than 1:400: 2. The folfaw'tng ir�formation abaut eacf� Control Poin�; a. Identified (Existing City Monument #8901, PK Nail, �18" Iron Ftod) b. X, Y and Z CaQrdinates, in an ider�tified coordi�ate system, and a referre� beating base. Z coardinate �on Ciiy Datum onfy. c. Descriptive Location (Ex. Set in the eenterline of the inlet in the South curb line af North Side Drive at the East e�d of radius ai the Sautheast carner of (�orEh Side Drive and �Jorth Mafn Street�. 3. CoQrdinates on all P.C.'s, P.T.'s, P.f.'s, Manf�aies, Values, etc., in the same �oardinate system, as th� ControL 4. No less than two h�rizantal control points, per line or locatian. 5. Bearings given �n all proposed center�ines, or iaaselines. 6. Statian . equaiions relating utilities to paving, when appropriate. iii. Public Notificatian and PersonneWehicle IdEnti#icatio� Prior ta conducting design survey, ENGI�fEER wiEl notify affected residents of the project in writing. The notification letter shall be an campany letterhead and si�aN inciude the follawing: prajec# name, limits, D�E praject na., Cansul�ant's p�vject manager and phor�� no., scop� of survey work and des�gn survey schedule. Th� letter will be reviewed and appraved by the GRty prior #o distributiar�. EA1-4 When conducting site vi�its ta the project iocation, the consultant ar any of its sub-consuliants shall car�y readily visible infdrmation identifying the name of . the company and #he company represe�tative. Al! compar�y vehicles shali also be readily identififable. iv. Conceptuat Enginee�ing Plan Submitta! a. Conc�ptual plans shail ba submitted io City 4D days after Notice to Proeeec! Letter is issued. b. The ENGWEER shail perform conceptual design of the proposed improvements and fiurnish four (4} capi�s of fhe concept engineering plans which includes IBjIDU'�5, preliminary righfi-af-way needs and cost estimates for the ENGINEER's recommended p(an. ENGfNEER sha(I perform remaining field surveys rr�quired for fina! design af selected route(s). The ENGlNE�R shall also eva{uate the phasing of the water, sanitary sewer, street and drainage work, anc! shall s[�bmit such evaluation in writing to the Ci#y as a park of the concept phase af tfi�e proj�ct. Aif design st�all be ir� conforrnance with Fort UVarth Water Department policy ar�d procedure for pracessing water and sewer design. ENGINEER st�aH review the City's wat�r and sewer master plan and provide a summary ot fndings pertain�ng to the propos�d prvject. 2. PYelirninary �ngineeeing Upon approval of Par� B, Sectiort 2, ENGl�lEER will prepare preliminary cQrtstructior� plans as'follows: a. Overall water andlor sani#ary sewer layout shee#s and an overali easement layout sheet(s). b. Preliminary project plar�s and �rnf'ile sheets which show the follawing: Proposed wat�r andlor sanftary sewer planlprofile and recomm�r�ded pipe size, fire i�ydrants, water service lines and r-�eter boxes, gate �alv�s, isolat�on valves and all pertin�rYk information needed fio canstruct the project. Lega! descriptian (Lot Nos., Black Nos., and Addition Names) �AZ-5 along with property ownership snall be provided on the pfan view. c. �or sewer lines, pi�aelines sche�ule for point repairs, re�abilitatian and replacement will be facated on tl�e base sheets prepared from survey information gathered under Part B, Sectian 2. Cor,flicts shali be resafved wher� pipelfnes are to be rehabi�itate� vn tl�e same line segment. Base sheets st�all reference affecied er adjacent stre�ts. Where open-cut construction is anticipated, k�elow and a�ove graund uiilities wil! be located and shown fln the base sheets. d. Existing utiliti�s and utiliiy easements vuill be shown on the plan and profile sheets. ENGINEER will coordinate with utility companies and the City of Fort Wor.th to determine if a�y future improvements are planned that may impact tt�e project. e. The ENGiNE�Ft sha�l make pravisions for recannectirtg a!I water andlor wastewaier service lines w�ich connect direetly to any rnain being replaeed, including replacement �f existin� service lin�s within City right-of-way ar utility easement. When the existing alignment ot a water anc! sanitary sewer main or latera! fs changed, provisions will be rnade in the fiina! plans and/ar specificatians by the . ENGINEER ta relocate all service lines ►tihich are c�nnected to the existing main ar�d connect said service lines to the re(ocated ma�n. � f. The �NGINEER wi11 prepare standard and special de#ail sheeis for. r�rater line installation and s�wer rehabifitation ar replacement that are not already included in the D-Section of the C�ty's spec�fi�ations. These may indude connection defiails betwe�n variaus parts of the project, tunneling details, boring and jacking details, waterline relocatians, details unique to the construction af the project, tr�nchless details, and special service lateral recor�nections. �A1-6 g. ��ghi�of �'ay �eseaecF� The ENGINEER will concfuct preliminary research for availa�ifity of existing easements where open-cut cans#ruc�ion or reldcatinn of existing alignments is probable. Temporary and permanent easements wiii be appropriated base� or� available infarmatian and recommenc(ations wifl be made for approrral by the Ci#y. h. Ft�gh�-ofewayl�asemeni Pr�pa�atEan and Submi�al Pr��aratian and s�bmitia� of right-of-way, easemenis and rights-of-entry wii! be in conformanc� witt� LLSubmittal af Inforrnation to Real Property forAcquisitian of Property". i. �Jtiliiy CleaPance Phase The ENGINEER will consult with the City's Water Department, Department of Engineering, and other C1TY depa�#ments, p�blic utili�ies, private utilities, priva�e uti1�#ies and gavernment agencies ta determin� fhe approximate locatian o€ abova and underground utilities, and other facilities tt�at harre an impact or influence on the project. ENGINEER wil! design City facilities ta avoid ar minimize conflicts wiih exisfing utilities. The �NGlNEER shall deliver a minimum of 13 sefs of approved preliminary cons�-�ction pians to th� Gity"s Utility Goorclinator far forw�rding to all utiiity compar�ies, wMich have faciliti�s �vithin the limits of the project. j. P�elim�nary const�uction plar� submif�a! i. Preliminary plans and specifications shall be su�mitted to Ci#y 40 aft�r approval of Part B, Sectian 2. EA1-7 ii, The ENGINEEF� shall deliver two (2} sets of pr�liminary construction plans and two {2) sets oi spe�cificatFons an� contract documents to CITY for revi�w. Generally, plan ��eets shal! be arganized as foliows; Caver Sheet Easement layaut (ifi appiicable) Pian & Pro�le Sheefs Standard Canstruction Datails Specia! Details {!f applicable) iii. Th� ENGINEER shall submit a preliminary estimate of prabable constructian cost with the preliminary pians submifted. ENGINEER shafl assist City in selecting the feasible andlor econamical salutivns ta be pursued. k. Rer►ievrr 1Vleeiings wifh Ci�+y The ENGINEER shal! meet with CITY to discuss review comments far prefiminary submittal. The CETY shal! dfrecf the ENGIN�ER in writing to praceed wfth Final Design for Final Review. t. �ublic 14�ee�i�g After the preiimmary plans have been reviewed and� approved by the City, ENGINEER sha[I prepare exhibits alo�ng with an invitatian I�tter and attend public meeting to halp explain the proposed project ta re�idents. Tt�e ClTY shalf mail tf�e invitation letkers. 3. �inal �ngi�eering �ian Submiffial a. Fina� Construct+on Documents shall be submittec! t� ClTY 4D days a�ter appro�aF of Par# B, Sectio� 4. Following C1TY approval of t1�e recammended irnprovements, the ENGII�EER shall prepare final plans and spec�fications and contrac� EAI-$ uments to CITY (each sheet shafl be stamped, dated, an� signed by the ENGIN�ER} and submit two (2} sets of plans anc! construc�ion cantraet clocuments within 15 days of ClTY's final appraval_ Rlan sets shall be used for Part C activities. b. �I�GIN��R's Esf�mate af �'rabable �onst�ucfiion Cvs� The ENGINEER shall sUbmit a fina! estimate of probable construction cost with th� ftnal plans submitted. t��l�i C - PR������RUCi��N �S�lSi/�l�C� Adminisfrafii�n a. �li�er �id �ocumen�s The ENGW�ER wiU make av�ilable tar bidding, upon reques� by the CITY, up tv fvrty (40) se#s of the fir�al approve�d and dafed �lans ar�d specificat�ons and con#ract documents for the projects t� the CiTY for dis#ribution to paiential bidders. Proposal will be delivered in electronic format. b. �idding Assisiance The ENGlNEER shall assist the CITY during phase iRclud'mg preparation and deiivery of adclenda to plan holders ancf respanses to qu�stions submitted to the DOE by prospect�ve bidd�rs. Engineer shalf attend t�e schaduled pre-bid conferenc�. � T�e ENGINEER shaEl assisfi in reviewing the bids tor comp{eten�ss and accuracy. The ENGINEER sf�all attend #he praject bid op�nir�g develop bid tabulations in hard copy ar�d electronic format ar�d s�bmit fs��r (4) cvpies of the bid tabulaiion. c. Assisfiance �uring Consi�uction Tne ENGINEER shall attend #he pre-canstruction conferance for the project. The EN�INEER shall also consult with and advise the CITY on design ar�d/ar construction changes, if necessary. �A�,--9 �A�Y D — ��NS�'RUGiI�N SiAKiPf� (OPil�N�►Lj ENCIN�ER if directed by the City, wiil set cor�iral �aints (i.e. tie survey ta permanent manument such as TPVIf monuments andlar �roperty corners, one Iocation each at be�inning and end of proJecty for fhe p�oject, estabiish a minim�m of two bench marks per pian sheet (bench marks shal[ be located adjacent to praject) and also pravide the foilowing constructio�t staking senrices: 1, ��►Pf1�°p.Ry ��1�l�Fi SiA141i�G; Pravide an offset siaEie at 50' intervals (25' intervals ir� curves if required) and at proposed manholes, points of curve, points of tangent, and at all harizontal of veriical angle paints, with a cut to �Iow iir�e anci a cu�/fiii �a #op of praposed manholes. Provide centeriine elevatior� at �0' intervals. Provide focation of prflpos�d servicss for construction purposes ar�d for as-bUilt purpos�s. In case fhe proposed SS line w�ll be cons#ructed in a loca#ion other than i�e existing line, services will be located by two options: the TV optian which provides a(og repart of service focations ar by locating the existirtg servic� at the #ime of construction. Stake easements and property lines w�ere applicable. �in� and grade shall be se# to a tolerance of +�1- QA1 ft., 2, ldlfd'��R �TdK1N�; Provide an offset stake at 50' intervals (25' intervals in curves if required) and at va(ves, tees, and at all horizQntal or vertica! angle points wfth a cut to top af �ipe ar flow line of pipe (depending on the propased siz�). Provide centerline elevation at 5Q' intervals. Pro�i�e a location of proposed services #'vr constructio� purposes and far as�built purpases. Pravicie offset locatior� and grade stakes for proposed fire hydranfs and water meters with a cutlfill ta tf�e proposed top of curb. Stak� easements and property lines where a�plicable. Provide property ties to al! valves, hydrants, tees, horizontal or veriical bends and other apput#enances. Lin� and grade shali be set ta s toleranc� o� �-/- D.Q�ft. ' 3. "�S STAF��" ��C�R� O�' TF�� CC}NST�UCiI�t�: Throughout the pracess of all construction, locate anc! record anytt�ing that does na# conform with the construcfion plans. A drawing caf the project layou� wiih dim�nsians and a coardinate list must be submittecf. A capy of sample fFelcf notes that must he �rovided is a�tached. The field noies must include the fotlowing information: a. For sa�itary sewer mains, Iaterals and sewer services; Pipe size and type, percent of grade of sew�r lat�rals, manhaie locations, fies to property line in�fuding r�orthlsouth and �ast/west lir�es, P.C.'s, P,T.'s ar P.Fi.G.'s, fop of ground etevatian and flawline elevation of each station number referenced. Cut and ti11 documentation. Prop�rky ties to �il locations. EA1-10 b. Far water iines; Pipe size and type, its location in the street along wifh ti�s ta property �ines and a water intersection sketch. Cut and fil! documentafian. Properiy ties to all service locafions. 4• COOf�Dlf��e�lOW �1�4lI`iH CI fY 11VSP�CTC}RICORIT�GTO�: Engineer's surveyor is expected fo work with cantractor to provide any specia! requests contractor may have providing the scope of work described above is not exeeeded. !t is expected that a few stakes will be knocked out during dirt wflrk. Providing that the number of disturbed stakes is minor, the Engineer's surveyc�r shafl replac� these stakes at no extra cost. !f additional major restaking is required, the cor�sulting engineer's surveyor, shall provid� the additional work at an hourly rate af $ 12a.00 per hour for a field crew. Major restaking may be required if a s�abstantial numb�r of the initia! stakes are knocked dorrvn as a r�sult of the confiractor`s activity and there are not enougF� stakes left to construct the project. The contractar shall be responsib�e for paying the cor�sulting engineer for this addi�ional work. The City inspectar assigned ta the project shali be responsible far detarmining what constitu#es minor and major restaking. �. IN�l��l�i►4L PR�-CONSi�UCiI�N SiQKI�C: Right-ofi-way flagging, back af curb lacatio�, curb radii (to determine pole locafion} tor utility clearance. 6. SP�Gl�l� G�fV�IiI�P� a: a. The City Inspector assigned to th� project s�all oversee all construc#io� stakir�g activity. All documentation includ�ng field r�otes, cut andlor fifl notes, grades, "as staked" informatian etc., sl�all be provided t� t#�e Ci#y inspector and shall be sealed and signed hy a� surveyor licensed in the State of Texas. �. The Engineer's Surveyor sMall atkend the pre-construction canfer�nce. c. The Engin�er's Surv�yor shall meet with Gity lnspector and Contrac�or to coordinate surveying sc�edule and needs priar to beginning wor�. d. The Engineer's Surveyor sha11 stake eacFr �ti�ity separatefy and at different times with sanitary sewer frst, water secand, storm drain third arrd roadway construction fourth and shai! provide enough construction staking information so thai the projects can be constructed as designed. e. A member of Engineer's firm fami�iar with proJeet shall be avaiiable at af times to immediately respond to questions from fhe �eld. City inspector shall be responsible for all �eld coardination. �As�zi ��Y{�Ci��i��� �r�in ��NIP�Pl��il@h! �iVD PAYi4��Pli SCF;��ULE (�Ul�Ai' �Uh�j 1��7�� ��PI�AAG��IY�I�i CON���� 200� — �'iVdYo! I. �ompen��tion A. Tf�e Engineer shall �e compensated a total lump sum fee of $3�,760.00 as summari�ed in Exhibit "6�3". Payment of the tofal iump sum fee sha!! be considerec! full compensatian for the services described in Attachment "A" anc! Exhibit "A-1" for a�! labar mat�rials, 5lJF3�If�S and equipmen� necessary to compiete the project. B. The Engineer shail be paid in four partial payments as descr`rbed i� Exhibit "B-7" upan receipt af faur individua! invoices from the Engineer. In th�s regard, the �r�gin�er shall su�mit invoices for four partial payments as describec! ir� Eachibii "B-1 ", Sectian 1- M�thad of Payment, Items a to d. Each Envoice is to be veri�ied as to its accuracy and compliance uvith the terms of this Cvntract by an officer of the E�gineer. tl. ��h�d�ule A. �inal Phase I Plans shal! be submitted within 220 calendar days � affier tt�e "Notice to Proceed" I�#ter is issued. �Afl��� 1 n�a 1 n (�UP���R��Ni Y� �i'�ACi�N��I�T �) - NP�iF;�D 8� #�I�YI��Ni 14{V� �I��GR��S R��ORi' 1�I�QUlRFNY�I�i ��r�� ����c�n���� � COiVi�ACi �00� — l�4�R��1 I. �efi�od o� �aymen4 The Engineer shal� be paid in four partial payments as ou�lined beEow: Partial Payment Number 1, wi�ich shall be equivalent #o 40% af the total Iump sum fee, shal! be payable after City appraval of Exhibit "A 9", Part �, Sectior� 1, Co�ceptual Design S�mmary Repart. � . Partiaf Payment Number 2, whic�t shall be equivale�t to 75% af the total Iump sum fee, less pre�ious payments, shali be payable afte� C�ty approval af Exl�ibit "A-� ", Part B, Section 2, Preliminary Submittal tv City, Partiai P�yment N�amber 3, which shall be �qui�aEen# to 90% of the tvtal lump sum fee, fess previo�s paymer�ts, shal! E� payabfe after City appro�ai of Exhibit "A-1", Part B, Section 3, Final Construction Dticumenis. Par#ial Payment Number 4, which shall represenf the balance �f earnings, less previous payments, s�ail be payable after all ofi the pre-cor�stnaction meetings for the Projeci have been conducted. II. Prog�e�� �epor�s A. The Engi�eer shar! submit to iFr� designat�d represen#ative of the Director of the D�partm�nt of Engir�eering mon�hly progress reports covering all pf�ases o# desigh by the 15th of every manth ir� the fiarmat req�ired by the City. �. If the Engin�er determines in the course of makRng design drawfngs and specifications that the opinion of probable cos# ofi $240,�00.00 (as estimated in Exhibit "B-5") will be exceeded, whether by change ir� the scope af the projact, increased cost or other conditians, the Enginser shall immediately report s�ch fact to the City's Director of the Department of Eng�neering and, if so instructed by th� Director of #he Departmen# of Engineering sha�l sc�spend all wark hereunder: �3Cbl�ii "�-3'� {�UPl��.EIY��A�T T� .�'i�A��IMERli �y �Ufl�iP���Y �i� Y�T�►�, �I��JEGi ���5 rd4l�i�R ��l� SANlTA�Y S�Ii��R iil�p���A�Y�Ni �Oi�i�Ci �002 -- �IIF�-I ilfl�. Ra�ce�sh �haubey, �.E. Project Manag�r Departm�nt af Engineering City of Fort Worth 81'I Lamar Stres#, Suite 310 Fort Wort�, TX 761 a2 R�: �ater �eplacement Can��acfi ��4� — liVNi�l DpE Project No. 3709, Water Praject Na. PW�3-06U530�76600 Dear Mr. C�aub��: May 20, 2�02 We appreciate the opportunity to presen# this proposal and fee s�hedule for your consider�ation. Attached please fir►d construcfiion cost estimates, schedule, and exhibits d�picting the scape of wari�. 'u'Ve �ropase ta complete the proposed work in accordance� with ti�e following fee schedufe: �oial �stim�fed Canst�ction Cvs4. �����{���,�� 1, Basic Engineering �ee based on °lo of construction {T.S.P.�. Curve) CuNe A (10.Oa°!o) Basic �ngineering (10% af Cans�ruct'r4n Cast x D_85} 5peciai Services Public I�leetings including exhibiis �esign Surveys (3,3a0 L.F. Q $3.251FT:� Provide Record Drawings (As-Buift) $2D,40�.OQ � 9 ,aQ0.00 $9 0,72a.00 $ 2,125.04 Reproduction* 16 Sets of Prelimi�ary Plans (util, c{ear.) $ 480.00 50 Sets af Construction Alaros $ 1,500.a0 50 Sets of Specifications {$3Q/�A.} $ 1,500.00 Miscellaneo�s Printing {6 sets & Misc.) $ 180.00 Myfar $ 340.Op �'Esfirr�ated using 25 sheets per plan Constructio� Rdministratiort � ���-p� iOi�,L, R�Oi TB-f�XC��D �3�,760.00 We wi11 be using ANA Consultants, L.L.C, for Survey�ng for a total M/W6E Participation af 2n°f�. If you have any quastierts or require a�ditional informatian, Please give me a cali. Sincerel , v� - �r G Rona d L. O'Connell, P.E. Vice President R�OIsb �KI ����� ng_5s� {5U��'L�M�NT i0 AiTACHM�NT Bj ENGINE�R'5 OPINION OF PROBABL� CDNSTRUCYiON COST WAi�R R�Pf A��M�Ni GONTRACi �OQ2 • WMd � item j, Descciptlor� � Water Line Consiruction � 'I 8-Inch Watar Line � 2 5iandard Ftre Hydrant Assembly I3 6-inch Ga#e Vaive 4 8-inch Gate Vafve 5 Cast Ir�an Fitti�tgs 6 Remove Exist. Fire Hydrant 7 Lay 2-inch Pipe w/ FitEings (temp setvice) 8 1-inch Wafer Service �9 Afew Me#er Sox 14 NM�IC Perrnanent Pavement Rep€�ir 11 Permanent Goncrete-Pavement Repair 12 Remove Co�creie briveway & Sidewalk 13 Remove Conctete Curi� and Gutter 14 Construct 4" Rei�forced Conc Sidewalk 15 Trench Safery System%r Water Cons#ruction li Unit �� Qty J� � i�rice �j �F 328D �A 6 EA 6 EA 6 TN 2.5 EA 6 LS 1 EA 60 - EA 60 LF 3300 SF �f} LF 5Q LF 920 SF 10� L� '1200 Subtotal Confingency (1 �%} Subtotal Wat�r Improvemen� � $25.QQ $1,50D.00 $5aa.aa $600.Op $3,OOOAO $3Q0.00 $4,000.00 $400.00 ��oaaa $20.00 $3D.00 $'I O.DD $1 p.00 $�.00 $i .�JO Cost j � $82,000.40 $9,Q�0.00 $s,000,aa $3�6��.Q0 $7,�00.00 $1,800.Of] $4,ODO.OQ $24,D00.00 $92,�QO.DO $66�DOOAO $7 ,500.00 $SflQ.00 $1,200.00 $50fl.00 $1,200.Q0 $2'! 7,800.Of1 $22,20D.00 $240,0OO.Oa � I a��c�n��n��r K�„ CH�OWG�S ARlD ANY�IV�IR��N1"S iQ S�AN�ARD AC�t����Ni E�W� Air'ACH�iVI�Pli A WAY'�R ��P�Cf�i��N�' , co���c� aaa� w�-i Tt�ere are no changes and amendments to Standard Agreement and Attachrnent A, A'T'r�HMEivT "pV" PFtpJECT SGH��u�� 20D2 • WNb4 WA?ERREPI�'CEMEI+ft �ON'fRA -�'�� vnt _ �-� �n►ein N� _ �-.. f ._��. �-� 1 �J �_.. �_`' S .__— — J.�- _�-' �� d �� �_ _. —�- � � �je�eciPt�oss �•• � �--_ . �� ��� d, Part A. - P�e-E�!r!eenn '. ' P�p�► fi�r �oordfn� ��tin9 :::+ � T 1 �a i"yQl70G�.1D�j �� �C1P.S ' 4 �`Caordination . ., ns & 5P�5 . :s,:u.: Part B- G°'nstm�io�� `� urvs � � g�r; tVlaPP�n9 , �rin� Plan •C+onc tual �n9 � Pians FreliminarY� Re earch ,�qan IRia��f W y gnt l'r �. -_'"rn.of Wa IEasem ��� . �.. �-. , �T � R+ �oordtn , � 1! 1� �tearanc� �e.,�eyv bY the G�� aretion Final En ineerin,� pl�'n PT�P `En�aneers Op�n�on �i Cos4s t I.Review'�}' �,e CitSt � iFinal �� D°�m� �cificafwns _'.� Adveriisel Biddin�q ' e -� ��stru�n -.. .� � �,--� �-�'. _ �:. � �� g� �5��5 � ��� . � f `' 1 �� � � � ,— �-%�� `--- �� ��1 � ��. _.�o��: _--a. r— �'�I � •• ' ��� � �!. i. , . �- ' 1 �� � � ��d ! � i � i �� :__ WATER REPLACEMENT GONTRACT 2�002 WM-f MAPSCD= I � � � � i I + � � � PW53-Ci60530/76500 � �� ¢� � �,� ' �� � � � ��I - I I ARLII�fGTpN i i ' � i �� AVE. -�-�,---.--g„o� �__—�-__------.�-- � 77R & 78N J+ �� i � I � � - � , I� � � I � �I � �� ! I I �� I�' � �1 ,� Ij �� I' �� I a� � �f ' �I U� vf � � .� � � � ---�I � ���� I� 84' LEGEND SNATER UNE SEWER LINE EX. WpTER C7NE --~---��---� �__�__� � � ., `` � `\� ��. J �_ = � ���'- �- �/,, .- � � �� 3"AR ar CRE�K � U ,� ATTACHMENT E -�� E. Arlingtnn Ave. CUualde St, to US. 28T1 COU€�CIL DfS7RICT �$ o' � U d- ��\ � \� fi � ,�� 'Op� '\ . 'A Y '�. r� ��� ' `S � 'qJ— ' , cp >>��� u}+ �, �4 � n � `. i �'', � ' ! � � � �� '� � yI tiI I ti1 ,, � a � t � � � �' �� 1 � � , �� I I � 1 � 1 r r i � � f 1 fo � j I� r� 1! � � i i � � � � (� � APM & Associates, Inc. Engineers . Pianners • Surveyors N.T.S. _ N WATER MAP5G0 � � F I I � � �__�, �--� � , I �I Q� � � � E i 78N � � � r I ` � � � � , , �N���"�� �j � ������� � /'" PyE i' � � � I I f CREEK LEGEND warFR uNF � s�vER ux� �� EX.WATER UNE REPLACEMENT CONTRACT 2002 WM-! \� PW53-06053D17�5pQ �, �� � I 5 l � ' �� I \ I \ 4 � �\ \ y I _ �r� � \ `. �� \ � � o� � o� , � . \�. � \ _ `\ \. � I � I � ti i I I . � f � i f i � � , I s .� ! r 1 � 1 ' ' 1I' ` 1 \ `\ • ��/ �7 ! jr r � _ ! �� I+ I � � �r\ �r f �� ! j�� COUNCIL DISTRICi \ � � �� ,, ,�� \ \ N \ � \ �, � ' , ' \ I 10„ 1Q" � i 0 � - N CV p� �� �� �� �\. �\ �� I - r sr,, r �� "` ('� V �g I , ! _I �� � �IN i � � i I � � I f I� —� I I I 5'� � � E � � I T8 I I � �� r�, � z j_ � � � � ,s. ' � �'� I �� �� I I f i U � U� � il � i- Q �i � I Et � N f �f >I f f �� `��� � -j L--J '�E�iER _, L__ STr °'; I iTz� __� ^�__��__� I � � � J� i�� � � I TI � �I �1 � �� �� � ; � mi �� � .5n� I � � ATTACHMEfVT E U.S. 287 CE.,4rlington Ave.to Berryhill DrJ �---�-- � I � � � � __—__ 33 I � � � J1 �, � w� -� �� U � � f �i � � APM & Associofes, Inc. Engineers e p�anners a S�rveyors N.T.S. N MAPSCO� 63M WATER REPLACEMENT CONTRA�T 2402 WM-f PW53-060�3D1765D0 ___________ � - - � 1 1 ' f~ ASTER , ` -------- � � � ' W; � o� I z � di _ � � � __ _�_ `; L GARNATf�N AVE. `� . �__,__�_��� ______________�__._� �----� � � , � �� �, Q -------_____, 41------------------ � �„ , , � � � � l 1 MARIGOL.D � ,� �� 1 I� , , � � ��� ��� �1 � � �� ,� __J � �_ � H�NEYSUCKLE ��� , � t � ti 4 5 �, A1�E. _ 6, `_------.---�__�_______ ------ � � �� � i I � � � I � � 1 � zo.5� ,_' _� r � .______� CL}UNCIL �43' ` ' `' '4 AVE. 00 � � i . � � , I r � f �_---_----- 6" � , DfSTRICi' *2 -- � f � , � _ � � NI + i �� f �� -----� � r-------------- R � � � � '� f � � �, -� � � � � � _ �__-�_________________._� �' ° ��8� ---, . , � ____--�� - � w' o� �� _� W �I �' -----� ---------, `--------____________._�_� � L ; -------_-�------- � AVE. � � � �- z I ' `� o � i � �� � �i� � ! I � L__---� ._____.�-- 2" �_ ! �- f , 290' �--------- ---� , � � � , �f � � I � N LEGEND AT T AC H M E N T E WAT�R LlNE CAr4NA77QN AVE. p D APM & Associates, fnc_ SEWER LJNE �+ Engineers e Plonners o 5urveyors exwar�t� u�uE f3021T0 HONEYSUCKLE AVE'J N,-�.g, W A�ER REPLACEMENT CONTRACT 2�02 WM-I MAPSCO: 91C .I �� �� I I I_ � _ � D� ~ ��� � _�� I� 50`�" _````M1 �l/ 1 I � �' I �� � I i � — — �_�-�.� � I I � L 7%.5' ` i` i ti � i i �i � rT `N ��__-, _ MINDEN�--�-- �--� , _ � i � =~—;�` --- � I �� � ~�`' �``�� � , `� T� � � �� I , PW53-06053017fi5�0 I � m � 1� � I _�--RiPY _-�--Si". __�_ � �,� r -�j ---�-- ---� --f--_-.-- , i i u� -S�-=------ � - —__ s',_—__.� � I �� � � , �—� _ ' �. � `� � �� �� I- � �` = _ � ``' + � �' `�—� � � _ � � U , �R � � I n O N BUTLER �-------- ----- �— � ----ST—_- -- � I I . 8„ r------------------- �----- � � -.f---- i�-� ��-s� � � �' Y I� Iw �� I f � � -�_- � -- ELVA _WARREN4--� 6�� I -------�-------------�---, LE'GEND war�� ub� .i� st�vFR uxe --�, EX. WATER L1NF I N � L__ -------- I6 �------- ----f---�--- S-�.�--�__ COUNClL DISTRlCT #9 ��ti �� �-----, , � �, `�. ; �,, - ,� crace I � � �`\EMPL E . � � . . / \ � � - �� _f _ •~ - _—a ��___� _ _ _ZZ:S� _ ( .� � �I �s o, u' � � N! I �I I �� ! �3 � Q i �'I �---__� l � 2„ I -�----------- � _—__--,---� �.------ ATTACHMENT E JOE FRAZIER ST. � BUTLER ST.TQ MINDEN 5TJ � � APtvl & As�ociates, {nc, Engine2rs e Planners a Sutveyars N.T.S. � . —. _ _ �. . I - � , �� � � �z� � % .� I I � NTS � � � � . I I ���— � �- - � � � _ � � � �s : � �4 � � � � � l t __ �. R�IRQAQ-�_�._ �- � ---"`— � I � --� � � � � I � �� � _ �I- _ r .. � T �� � �� — � � � � UN/p� 1 �� ' �� \ Y � � �--� B� _�{{(,I r� , _ T� �. � ._4� S � I —� � � � � � � I . 1 � 1 I � O �� � � ■����1� _ _�- � 5 t Yi '�\f' �-� -+ T, �� 4 �� i � �� I � �__J 1��� � ,��� 1 � �1�� .. ,� ����� ; �.�., �*i�:� ."-�'�� �+�`�>, ����' �f �'r�'� 1�f i� � �_,�� ,11 l;. l ��'''�j 1 �;��: � ��'.� �,_ -- :��I ► mi II � �( . ' � � � � 1 , � � . � , � �_ � / AkyF/� �/ ��C�{./ � J qN / � ' / � � � � _ ____ , ,� . �` � , � _- i �- - � � � �''�- � � � . � �� I 1 � �4 2 a � �_ f � _ — � � � �� — G — —�--- -- , - ��� _ �� � � � ,� �,�`_ � � - �.� 4 � �' ' � �� � 35W aa dn 1� � � �— ' � � �` � �� , �f,, � ,� , � � �� � f � � , --�'' „l� �� ' FORr � � , � � iao WORTH - �`I � � 1 � q��,� . � 1 ,. � � � I � I r � � l g FOR� � `� � � � �� — i wesr � . � i 7 r / . T ,� j � �� --� � � � ' �, � ' �a � �� � � �-- � Z � �-� - -: I � - � ��� � � � �'� � J r � ,_I_� 1 � � „_ _ �' � I�,� �_ _�, �� , _ WATER REPLACEMENT CONTRACT 2002 WM-I PW 53-06053017650� �� �� � l .� 5N! ' !-� ` � � ��7 — ��`� � I aan+a 4�- � � '� J— � � � � i � �LOCATION 1: �.—� E.ARLlNGTON AVE. � ,� � (Fram Walde Si.tv US.2B71 4 � LOCATlON 2: � U.S 287 iProm E. Ar!ington Ave. fo 8erryhll! ��J cocarroN 3: CARNATlON AVE. �� �_ fFrom 302lfo Noneysuckle) LOCAT�ON 4: J�E fRAZfEf7 ST. ! (From Buller to �flrrder�J _ I� � � ��, ._-�� � � �y _� � I I � � �: i � �'�: —� ��: � `� -t�� �I i I�` � I � , � � � � �� I �� � �� -y� \ p�+ _rl �o �. � 21 1� � p D APR+I & Associates, Inc. Enqineers = Flonners • Surveyors �`i� o, f'.�a�°t �or�h9 7'�e�� ���� �rr�� '�����;1 ���m�����t��� GATE R�F'ER�NGE NIIMBER LdG NAME �'��E 1 ol2zia2 ����1 �3�3 � sOASSoc � - 1 of 2 suB.��cT �,Wp,aD OF PROFESS��NA� S�RVICE� C{�CV�RA�T i� P��M & ASSOG1ATE�, IRl�. �Q� TH� ��SIGN �F `IVATI�R ��PLAC�M�N� C�NTR�CY 2002 VtJSM-E R�CONl1VlEf��RiION: li is recomm�nc�ed th�t the City Council ��thori�e the City Manag�r to ex�cute a prof�ss9on�l s�rvic�s contract with A�M & Associa�es, lnc., i�n the amount af $38,i6�, far the design of Wat�r Repl�c�ment Contract 2Qa2 WSMwl. DISCUSSIfJN: This project consists of fhe prep�r�tion of pl�r�s �nd specifc�tians �or wat�r lin� r�piac�mer�t on �e following streets: STRE�T �RdM T� ��st Arlin�ton Avenue U.S. Highway 28i Gamat�on Avenue Joe Fra�ier Stree# �lvalde Street A�ling#on Avens�e 30�1 C�ma#ian Street �ut�er Street lJ.S. Fiigf�way 3��' ��rr�hiil �rive i�oneysucfcle A�venue Minden Stree# All pavement to be impact�d by canstrvction, wifl �e perm�nently repaired with asphalt afc��- the propased impro�emenfs are campl�t�. APM & R►ssnciates, Inc. prappses to perForm fhe d�sign work for a lump sum fee of $38,760. City staff con��d�rs thls fee t� b� fair and feasonable for th� scop� af services propased. MNV�E - APM & Assaciates, Inc. is ir� compliance with the Cit71's MNUB� Ordin�nce by cnmmiifing ta 23% M1V11�E particip�t�an. The City's goa( on this project is 20�0. ihis projec# is iocate�i in COUNClL C}lSYRlCTS 2, 8,and 9, Mapseo G44C, 78S, N ar�d i, and 9'(C. In ��dition to the cor�#rac� amount, $�,�00 is required �or project ma�tagemen4 by t�e �ngineering Depariment. �'aty a, f �'o� �'or��, ��r� ���� A�f� ��[��1��� ��i�11i������1���� QATE REF�R�NCE NUMBEFi L.OG IVAM� PAGE 1 a1�21o� �C�193 i 3 � 3�AssaC ' � o� � SUBJECT AWARD U� PRaF�SSION�4L SER1(�CES GQNTRACT 7� APM & ASS�CIA�`ES, ENC. �'�R TNL D�SIGN ��' WAY�R R�Pl�4CEM�N� CQ�lif�A�T �002 WSM-I �lSC/�L �NFU�MA�IONICE��IFICAT'I�]N; , ih� Finance Director c�rtifi�s that funds �re a��il�ble in th� current ca�Ffal budge�, as appropriat�d, of #�e Gamm�rcial Pap�r-1lllater �und. , MO:n � � I Submitted fox City Maeager's O�ifce by: Marc Ott Uriginaiing D�pariment Head: Douglas Rademaicer Additianr►1 Iaformatfon CanfacE: Daugias Ra�makee I F�TD I ACCOTJN'1` � CENTER � AMUUNT CTTY SECRETARY I (to) - fi122 � - - � � - - � 6157 (from) � API'ROVED �D/22JD2 PW77 53'f200 QB0770157300 $38,76D.00 � . 6157 � . City o��o�i Wo�ih, �T'ex�s M�yor ��d Cou�ci[ Con�n�ur�ic��t�a� DA7E REF�RENCE NUMBER � LOG NAME PAGE � oi22io2 **��� �3� 3 30A550C I � of z SUSJ�CT AWARD OF PROFESSIONAL SERVICES CONTRACT TO AP� & A��O�jAT��, IIV�. FOR THE DESIGN OF WATER REPt.ACEMENT CONTRACT 20Q2 W5M-! RECOMMENDATION: It is recommended that the City Caunci! authorize the Gity Manager to execute a p�ofessionaf s�rvices contrac# with APM & Associates; Inc., in the amount of $38,7�0, far the design of Water Replacement Gontract 2a02 WSM-I. DISCUSSI�N: This project consists af the preparation of plans and specifications for wat�r line replacement on th� following streets: STREET FROM TO East Arlington Avenue U.S. Highw�y 2$7 Carnation Avenue Joe �'razier 5tre�t U�alde Street Arlingt�r� Avenue 3021 Carnation Street Butler Street U.S. Hig�way 377 Berryhil[ Dri�e Honeysuckle AvenUe Mir�den Street A[I pavement �o be impacted by cons�ruction�, will be permanently re�aired with asphalt after the proPas�d impravements are com�lete. APM & Associates, inc, praposes to perform the design ►nr�rk f�r a Eump sum fee of $38,76�. City staff considers this fee to be �air and reasonable #or th� scope �f services propased. MIWBE - APM & Associates, Inc. is in compliance with th� City's MNVBE Ordi�ance by cammitting to 23°/n MlVVBE participation. T�e City's goal on this project is 2d%. This project is located in COUNCIL DISTRICTS 2, 8 and 9, Mapsco 64C, 78S, N and T, and 91C. In ad�ition to the cantraci amount, $1,000 is required for project management by the Engineering Department. C'ity of'1�"o�t Worih, Texas �i�yor ar�d Cour�cil Cor�r�ur�ic�-�ion �ATE REF�RENCE NUMBER LOG NAME PAGE � � ni22�a2 **��� 93� 3� 3oassoc I 2 0� 2: 5UBJECT AWARD OF PROFESSfONAL SERVICES CONTRACT T� APM & ASSOCIATES, INC, FOR THE D�SIGN OF WATER REPLACEMENT CONTRACT 2Q02 WSM-I � FISGA� INF�RMATi�NICERTIF[CATI�N: The Finance Dir�ctor c�r�ifies that funds are avaiEable in the current capital hudget, as appropriated, af the Cammercial Paper-Water Fund. 1►C��ii1 5ubmitted for City Manager's Office by: � �urrp � (to) � ACC�i1NT I CENTER I AMOt7NT CITY SECRETARY APPROVED 10/22/02 531200 Q8Q770157300 $$B,76Q,�0 Marc Ott 6122 Or�ginating Department Head: Douglas Rademaker � 6157 I (from) PW77 Additional Informatsan Contact: Douglas Rademaker G 1 S7 I