Loading...
HomeMy WebLinkAboutContract 47844 040 SECRFTAW CITY OF FORT WORTH, TEXAS COPITRACT No. 2 STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Stream Water Group, Inc., authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: Water and Sanitary Sewer Replacement Contract 2016, WSM-A. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation shall be in the amount of $329,450.00 as set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the fin [_iin i. City of Fort worth,Texas OFFICIAL RECORD Standard Agreement for Engineering Related Design Services CITY SECRETARY Revised Date:9/24/2014 Page 1 of 16 ti'f9n wORTK TX (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 2 of 16 (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 3 of 16 ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 4 of 16 matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Engineer acknowledges the MBE and SBE goals established for this contract and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 5 of 16 facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an insured under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions by endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non-owned is City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 6 of 16 acceptable. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability — the ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 7 of 16 d. Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 8 of 16 m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. ®. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 9 of 16 amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights- of-way, and access necessary for the ENGINEER's services or PROJECT construction. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:912412014 Page 10 of 16 D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article ME. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 11 of 16 no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 12 of 16 Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. D. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with in 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/2412014 Page 13 of 16 b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; C.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify, hold harmless, and defend the CITY against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 14 of 16 I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. J. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.1. shall survive termination of this AGREEMENT for any cause. K. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B — Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 15 of 16 Executed and effective this the day o9 , 2016. BY: BY: CITY OF FORT WORTH ENGINEER Stream Water Group, Inc. Jesus J. Chapa Arefin Shamsul, P. E. Assistant City Manager President I Date: moo?7'- Date: APPROVAL RECOMMENDED: By: ///'r.-/�. Christopher Harder, P.E. Acting Assistant Director, Water Department APPROVED AS TO FORM AND M&C No.: C —27718 LEGALITY M&C Date: May 17, 2016 By: ouglas W. Black Senior Assistant City Attorney 't2g17-;� -atile - t 3All? ATTEST: ary J. City Secr tary OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 FT.WORTH,TX Page 16 of 16 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016 WSM-A,CITY PROJECT NO.02693 ATTACHMENT A _Scope for Engineerinq Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016 WSM-A, CITY PROJECT NO. 02693 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Water Sewer Ui 'i d CL ttS CL U) LO N 4l OL N D fn N a co � J J "L) d U) _a. Pipe U) ._ Q Pipe o w Length `° w °' Length Location Limit L) LF LF Farnsworth Ave from Faron St to Horne St 3 2024-384 678" 560 None None 0 Fletcher Ave From Hervie St to Faron St 3 2024-384 6"/8" 1,060 None None 0 Geddes Ave Bourine St to Horne St 3 2024-384 6"/8" 1,050 None None 0 from E.Dead End to Prevost Goodman Ave St(to loop water include 3 2024-384 678" 1,330 None None 0 Penticost St-from Goodman Ave to Libbe Ave L-3160 Street T/8" 70 crossing M-163 29+48 to 6"/8" 180 Halloran St from Malvey Ave to Camp 3 2024-384 12/"12" 720 27+68 Bowie Blvd L-843 Street 6"/8" 70 crossing L-3437 Street 6"/8" 70 crossing Houghton Ave froSt m Como Park Dr to Horne 3 2024-384 6"/8" 2,100 None None 0 from Halloran St to Bryant Locke Ave Irvin Rd 3 2024-384 6"/8" 1,055 None None 0 Malvey Ave from Halloran St to Bryant 3 2024-384 6"/8" 1,055 None None 0 Irvin Rd N Wellesley Ave from Merrick St to Prevost St 3 2024-384 6"/8" 410 None 0 City of Fort Worth,Texas Attachment A FWWfR Release Date:02.02.2010 Page 1 of 16 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT LXXVI(76) CITY PROJECT NO.:01488 CL Water Sewer 'L L 0 CL Q ON O N c y O s _J . alA o N a Length 3 S 0 d Length Location Limit C1 W o. LF t� W a 1 (LF) from Sappington PI to Marys 2018-384L-3437 Garland Ave Ln 3 2018-388 61/8" 1,350 Street 678" 424 crossing fromGarland Ave to 2018-384L-3658 Marys Ln Greenway Rd 3 2018-388 6"/8" 800 23+10 to 6"/8" 857 14+53 L-4389 7+02E to 6"/8" 502 2+00 from Curzon Ave to Hemsell 2018-384L-4396 Olive PI PI 3 2018-388 678" 1,250 7+12E to 6"/8" 288 4+24 L-4586 3+72E to 6"/8" 372 0+00 L-4401 12+89E 6"/8" 119 to 11+70 from Calmont Ave to L-4391 Tex Blvd Greenway Rd(to loop water 3 2018-384 6"/8" 3,850 4+75 to 6"/8" 475 include Curzon Ave-from 2018-388 0+00 Tex Blvd to Marys Lane) L4392 5+73E to 6"/8" 573 0+00 Total 16,590 4,000 (LF) WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 2 of 16 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT LXXVI(76) CITY PROJECT NO.:01488 TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, • communicate effectively, • coordinate internally and externally as needed, and • proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting = Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, schedule and objectives • Conduct review meetings with the CITY at the end of design phases 2, 3 and 4. • Prepare and submit monthly invoices in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Water Department: • Baseline Project Schedule and Project Schedule updates with a schedule narrative, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Prepare and submit monthly M/WBE Report Forms and Final Summary Payment Report Form at the end of the project • Attend quarterly Consultant Project Status Review meetings • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 3 of 16 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT LXXVI(76) CITY PROJECT NO.:01488 ® Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • 6 MWBE reports will be prepared • 2 plan review meetings with city staff • 6 monthly water department progress reports will be prepared • 2 monthly project schedule updates will be prepared ® 3 Quarterly Consultant Project Status Review Meetings DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports with schedule updates and schedule narrative describing any current or anticipated schedule changes D. Baseline design schedule E. Monthly M/WBE Report Form and Final Summary Payment Report Form TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule, in the form of a Conceptual Design Report. The purpose of the conceptual design is for the ENGINEER to ® Study the project, ■ Identify and develop alternatives that enhance the system, ® Present(through the defined deliverables)these alternatives to the CITY ® Recommend the alternatives that successfully address the design problems, and ® Obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection ® In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 4 of 16 ATTACHMENTA DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT LXXVI(76) CITY PROJECT NO.:01488 • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. • The ENGINEER shall include site photographs in the Conceptual Design Report that depict existing conditions and clearly identify potential alignments. 2.2. Geotechnical Investigations • ENGINEER shall advise the CITY of test borings and other subsurface investigations that may be needed for the project. If the CITY determines that such borings or investigations are needed, then the ENGINEER shall work with the CITY and CITY's geotechnical consultant to draw up specifications for such testing program. The cost of such testing will be paid for by the CITY. 2.3. The Conceptual Design Plan (30%) shall include the following: • Cover Sheet • Project Location Map(s) • Concept Design Plan (30%) • Proposed phasing of any water and sanitary sewer work that is included in this project documented in both the project schedule and narrative form. • Estimates of probable construction cost. ASSUMPTIONS • 0 Geotechnical borings are expected for this project. • Full Size Plan and Profile sheets shall be prepared on a Scale of 1:40 H and 1:4 V • 2 copies of the Conceptual Design Plan (30% design) will be delivered. Drawings will be 11"X17" size. • ENGINEER shall prepare the meeting minutes of the Concept Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Report. DELIVERABLES A. Conceptual Design Plan City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 5 of 16 ATTACHMENTA DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT LXXVI(76) CITY PROJECT NO.:01488 TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet • A Proiect Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall proiect easement layout sheet(s)with property owner information (if necessary). • Overall project water and/or sanitary sewer layout sheets. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity of the proposed improvements. • Overall water and/or sanitary sewer abandonment sheet. (if necessary) • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. • Bench marks per 1,000 ft of plan/profile sheet—two or more. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Plan and profile sheets which show the following: proposed sanitary sewer plan/profile and recommended pipe sizes, existing and proposed manholes locations with existing and proposed stationing, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Property Address, Lot Nos., Block Nos., and Addition Names) along with property owner name and address shall be provided on the plan view for all affected properties. • The ENGINEER shall make provisions for reconnecting all identifiable wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 6 of 16 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT LXXVI(76) CITY PROJECT NO.:01488 to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. • The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the ENGINEER with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the ENGINEER will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey, the ENGINEER shall delay the design of the sewer service line until after a Quality Level A Subsurface Utility Engineering (SUE investigation has been performed). The Level A SUE will be performed;(1) by the CITY prior to bidding if the CITY determines that it is needed for satisfactory completion of the design; or(2) by the Contractor after the project has been bid, by means of a bid item to that effect. In all options, the ENGINEER shall propose appropriate locations for all exploratory excavations in the project and collect flow line elevation and other applicable information of the sewer service line. The ENGINEER shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. • The ENGINEER will prepare standard and special detail sheets for sewer rehabilitation or replacement that are not already included in the D-section of the CITY's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, details unique to the construction of the project, trenchless details, and special service lateral reconnections. 3.2. Geotechnical Investigation (Omitted) 3.3. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible, consider potential future utilities in designs. • The ENGINEER shall deliver approved preliminary construction plans to the CITY's Utility Coordinator as well as upload a DWF preliminary plan set to the City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 7 of 16 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT LXXVI(76) CITY PROJECT NO.:01488 designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. 3.5. Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's Buzzsaw website. The typicals need not be sealed individually, if included in the sealed contract documents. • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. 3.6. Storm Water Pollution Prevention Plan • For projects that disturb an area greater than one (1) acre, ENGINEER will prepare the Storm Water Pollution Prevention Plan (SWPPP) required for the Project for use by the Contractor during construction. ENGINEER will prepare drawings and details for proposed SWPPP improvement that the Contractor must use during construction. Contractor will be responsible for filing the SWPPP with appropriate regulatory agencies. ASSUMPTIONS • 0 public meeting(s) will be conducted or attended during the preliminary design phase. • Full size Plan and Profile sheets shall be prepared on a Scale of 1:40 H and 1:4 V • 0 None borings at an average bore depth of(Not Applicable) feet each will be provided. • Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an additional 0 none project specific traffic control sheets will be developed. • 1 set of 11"X17" size plans will be delivered for the Constructability Review. • 2 sets of 22"x34" size plans will be delivered for the Preliminary Design review (60% design). • 2 sets of the bid proposal section of the specifications will be delivered for the Preliminary Design (60% design). • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • Drawings for Utility Clearance shall be uploaded to Buzzsaw. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 8 of 16 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT LXXVI(76) CITY PROJECT NO.:01488 DELIVERABLES A. Preliminary Design drawings and specifications B. Utility Clearance drawings C. Traffic Control Plan D. Storm Water Pollution Prevention Plan (Only Plan) E. Estimates of probable construction cost F. Data Base listing names and addresses of residents and businesses affected by the project. TASK 4. FINAL DESIGN (90 PERCENT)AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: ® Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. ® Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by an ENGINEER registered in the State of Texas. ® The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS ® 1 set of 22"X34" size drawings and 1 set of specifications will be delivered for the 90% Design package. ® 1 set of 22"X34" size drawings and 8 sets of specifications will be delivered for the 100% Design package. Estimated number of plan sheets (see table below): Part 1 Part 2 Sheeet Sheet Title Sheet Sheet Title N 1 Cover Sheet 1 Cover Sheet 2 Legend And General Notes 2 Legend And General Notes 3 Overall Water and Sewer Layout 3 Overall Water Layout 4 Overall Water and Sewer Layout 4 Overall Water Layout 5 Control Layout 5 Control Layout 6 Control Layout 6 Control Layout City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 9 of 16 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT LXXVI(76) CITY PROJECT No.:01488 7 Halloran St,8"Water 7 Farnsworth Ave 8"Water 8 Locke Ave,8"Water 8 Fletcher Ave 8"Water 9 Locke Ave,8"Water 9 Fletcher Ave 8"Water 10 Malvey Ave,8"Water 10 Geddes Ave,8"Water 11 Garland Ave,8"Water 11 Goodman Ave,8"Water 12 Garland Ave,8"Water 12 Goodman Ave,8"Water 13 Marys Ln,8"Water 13 Houghton Ave,8"Water 14 Olive PI,8"Water 14 Houghton Ave,8"Water 15 Tex Blvd,8"Water 15 Houghton Ave,8"Water Sewer L-3160(8"SS P&P, Street 16 Wellesley Ave,8"Water 16 crossing) Sewer M-163(27+68 to 29+48 8"SS 17 Details Sheet 17 P&P Sewer L-843(8"SS P&P,Street 18 Details Sheet 18 crossing) Sewer L-3437(8"SS P&P, Street 19 Details Sheet 19 crossing) Sewer L-4396(8"SS P&P,0+00 to Details Sheet 20 4+24) 20 Sewer L-4389(8"SS P&P,2+00 to Typical Traffic Control Plan Sheet 21 7+02) 21 Sewer L-4396(8"SS P&P,4+24 to Typical Traffic Control Plan Sheet 22 7+12E) 22 Sewer L-4586(8"SS P&P,0+00 to Typical Traffic Control Plan Sheet 23 3+72E) 23 Sewer L-4401 (8"SS P&P, 11+70 to Typical Traffic Control Plan Sheet 24 12+89E) 24 Sewer L-4391 (8"SS P&P,0+00 to Typical Traffic Control Plan Sheet 25 4+75) 25 Sewer L-4392(8"SS P&P,0+00 to Traffic Control Work Zone Detail 26 5+73E) 26 27 Details Sheet 28 Details Sheet 29 Details Sheet 30 Typical Traffic Control Plan Sheet 31 Typical Traffic Control Plan Sheet 32 Typical Traffic Control Plan Sheet 33 Typical Traffic Control Plan Sheet 34 Typical Traffic Control Plan Sheet 35 Traffic Control Work Zone Detail DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 10 of 16 ATTACHMENTA DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT LXXVI(76) CITY PROJECT NO.:01488 D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a DOC file. Unit Price Proposal documents are to be created utilizing CFW Bidtools only. The spreadsheet generated in CFW Bidtools shall be inserted into the appropriate tab in the Bid Proposal Worksheet Template available on Buzzsaw. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. • The ENGINEER will answer all bidders' questions and requests for additional information received during the bidding process. The ENGINEER shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders' questions and requests,in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation is to be uploaded into the project's Bid Responses folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 11 of 16 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT LXXVI(76) CITY PROJECT NO.:01488 5.2 Mylar Drawings • The ENGINEER shall submit a set of sealed as-bid mylar drawings for record storage, no later than the pre-construction meeting. • As-Bid Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: 1. TPW file name example — "W-1956—org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "—org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053—org3.pdf and K-0320—org5.pdf II. Water and Sewer file name example — "X-35667—org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "—org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755—org18.pdf Both PDF and DWF files shall be uploaded to the project's Bid Package folder in Buzzsaw. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • The ENGINEER shall be responsible for selling printed construction documents to prospective bidders upon request, and shall make the construction documents available on Buzzsaw= • 10 sets of 11"X17" size and 10 sets of 22"X34" size drawings and 10 sets of specifications (conformed, if applicable) will be delivered to the CITY. • PDF files will be uploaded to Buzzsaw. City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 12 of 16 ATTACHMENTA DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT LXXVI(76) CITY PROJECT NO.:01488 • 1 full size (22" x 34") set of mylar plans (conformed, if applicable)will be delivered to the CITY. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Construction documents (conformed, if applicable) E. Conformed mylar plans TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents. • The ENGINEER shall attend the"Final" project walk through and assist with preparation of final punch list. Upon completion of the walk-through, the ENGINEER shall issue a "project acceptance" letter indicating that the project was substantially constructed according to the plans. ASSUMPTIONS • 0 (None) RFI's are assumed. • 0 None Change Orders are assumed. DELIVERABLES A. Public meeting exhibits B. Responses to Contractor's Requests for Information C. Letter of Acceptance TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 13 of 16 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT LXXVI(76) CITY PROJECT NO.:01488 7.1. Right-of-Entry/Easement Identification • The ENGINEER shall identify all rights-of-entry and easements required for construction of the project. Required parcels shall be identified based on the approved plans and shall be reviewed and approved by the CITY prior to submission to property owners. 7.2. Easement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to acquire all permanent and/or temporary easements required to construct the improvements. • The ENGINEER shall submit the easement documents to CITY PM as early as possible after approval of the Conceptual Design Report, but no later than the 60% plan submittal. CITY Land Agents will be responsible for acquisition of the necessary easements. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 7.3. Temporary Right of Entry Preparation and Submittal • Upon approval of the 60% plans, the ENGINEER shall prepare Temporary Right of Entry documents for all parcels which the Contractor may be required to enter during construction. ENGINEER shall mail the documents to the affected property owners. Parcels for which signed documents are not received after the first mailing shall be submitted to CITY PM for real property acquisition. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • 0 (None) Easements or right-of-way documents will be necessary. • 0 None Temporary right-of-entry documents will be necessary. • Right-of-Way research and mapping includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the project and available on-ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms (None). B. Temporary Right of Entry Letters (None) City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 14 of 16 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT LXXVI(76) CITY PROJECT NO.:01488 TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: — The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. 8.2. Temporary Right of Entry Preparation and Submittal • Prior to entering property, the ENGINEER shall prepare and submit Temporary Right of Entry for landowners to CITY PM. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • Topographic survey at intersection will include no more than 50 ft. in each direction. City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 15 of 16 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT LXXVI(76) CITY PROJECT NO.:01488 DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not specifically included in the existing Scope of Services— CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services may consists of the following: • Negotiation of easements or property acquisition including temporary right-of- entries. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services • Periodic site visits during construction phase • Design phase public meetings • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services related to submitting for permits (ie.TxDOT, railroad, etc...) • Services related to Subsurface Utility Engineering Levels A, B, C or D • Services related to Survey Construction Staking • Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right-of-entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Construction Shop drawing review, samples and other submittals submitted by the contractor. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. • Additional Engineering Services. City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 16 of 16 ATTACHMENT B COMPENSATION Design Services for Water and Sanitary Sewer Replacement Contract 2016 WSM-A, City Project No. 02693 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of$329,450.00 as summarized in Exhibit B-1 — Engineer Invoice and Section IV—Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. Ill. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department, monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:5.19.2010 Page 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Stream Water Group, Overall Project, Project $287,657 88.24% Inc Management, Surveying, and Engineering Design Proposed M/WBE Sub-Consultants BDS Technologies, Inc. Topographic Surveying $38,728 11.76% Non-M/WBE Consultants None TOTAL $329,450 100% Project Number & Name Total Fee M/WBE Fee M/WBE % Water and Sanitary Sewer Replacement $329,450 $38,728 11.76% Contract 2016 WSM-A, City Project No. 02693 City M/WBE Goal = 10% Consultant Committed Goal = 11.76% City of Fort Worth,Texas Attachment B PMO Official Release Date:5.19.2010 Page 2 of 3 B-2 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:5.19.2010 Page 3 of 3 B-3 , = eeeeeke S- --i z ; e R � ( ( f / ( c \ \ E ) § ) ® X00 - ® ® ` -- ,rD e E » CD CD - C-D ID 0 a \ \ $ @ - \ \ ze # o / § n g \ } J $ CD \ \ ! ! § = OL) 2 ° ƒ / E 7 § § _ m » ) ® 3 0 / � /k g < 0 7 \ Pr CD m CD 0 � \ c c» [ 0 / ( x WID / \ ( o >/ CD ) ® OL 2 \ \ En e ® ® / 3 � \ ` \ ; 22 \ — CD 0- @ ƒ \ { \ \ ( 3 § ( / , \ ; ( / ( ? - - - - ƒ mCD _ e / > > - ] = J ; E 'D _ - - F { } /\ \ \ cn ; ] q CD CL n ) } � } [ a o } <CD EF } <5. } § : , m [ / La , , _0 E2 -n2 $n n ,g2 *gam \ \ 4 22\] ƒ § § (\/J\o ; iF>p , 22 ® , E ] § f \\ 0 7 � .. 7 ;u « oa ~ 2 - z 0.m e � 4 •• @ @ �8 / ) _ § m / � � wCD CL 2 mf - ET_ \ 7 / f m ) m a / ) ƒ \ \ (\ k; E a \\ \ § / Q® , 2 q (� \ \\ - - [ ) ® SCD { / , o !N _ Ob %: ^ t ( � � \ � \\ \ ƒ > M | 2 'CL _ - m � \ \ } o > > E ; }\ } / /D \ � CL Er 0 7 ] ! CL 0. CL /( La \ ) � \ --i -n z ;g2 *gam \ ' § § (r(1)u 0 #c ; ( = m aR - m « 0c k� \ a , 2) § § § § .• ., .. E Co o � 4 @ { } (D \ y - 2 } G � 0 - ) / CO Fn \ \k \ ° E /2 ?� CD \ ` o> D . / 2: , � m , , i \ } (\ 7 \ $ \) - a } , : k 0 ° > - & <o (k _ \ � \ § 7ID? / j - j K § f \ ) \ / G _ ( § 3 £ CD - 3 , co ~ � � \ [ \ � 0 \\ VCL \ � 2; 7 ] ) ID rL 0 CD { \ /} [ § ` EXHIBIT B-2 (SUPPLEMENT TO ATTACHMENT B) M/WBE Summary Engineering Design Services-Water and Sanitary Sewer Replacement Contract 2016,WSM-A City of Fort Worth Project No. 02693 Task Total Fee M/WBE Fee % M/WBE Task 1: Design Management $6,655 Task 2: Conceptual Design $75,400 Task 3: Preliminary Design $90,166 Task 4: Final Design $22,242 Task 5: Bid Phase Services $6,301 Task 6: Construction Phase Services $14,226 Task 7: ROW/Easement Services (None) $0 Task 8: Survey Services $80,588 $38,728 11.76% Task 9: Permitting Services (none) $0 10% M/WBE Fee $3,873 Task 10:Additional Services $30,000 Total $329,450 $38,728 11.76% M/WBE Firms Services Fees BDS Technologies, Inc. Survey $38,728 Total $38,728 Non-M/WBE Consultants: None EXHIBIT B-3 (SUPPLEMENT TO ATTACHMENT B) HOURLY RATE SCHEDULE Engineering Design Services-Water and Sanitary Sewer Replacement Contract 2016,WSM-A City of Fort Worth Project No.02693 Employee Classification Rate/Hour Principal $150 Senior Professional $150 Registered Professional $150 Professional $125 Designer $120 Technical Support $105 Clerical/Administrative Support $45 EXHIBIT "B-3A" (SUPPLEMENT TO ATTACHMENT B) Summary of Total Project Fee Engineering Design Services -Water and Sanitary Sewer Replacement Contract 2016,WSM-A City of Fort Worth Project No. 02693 % of Prime Consultant Scope of Services Fee Contract Stream Water Group, Inc. Engineering, Surveying & Proj. Mgmt $ 290,722 88.24% Proposed M/WBE Subconsultants BDS Technologies, Inc. Surveying Services $ 38,728 11.76% Proposed None M1WBE Subconsultants None Total For Professional Services $ 329,450 100% Project Description Scope of Services Total Fee M/WBE Fee Actual M/WBE Percent Engineering Services Engineering, Surveying $329,450 $38,728 11.76% & Proj. Mgmt City's M/WBE Goal 10% EXHIBIT B-313 (SUPPLEMENT TO ATTACHMENT B) Total Fee Summary and Design Fee Breakdown Engineering Design Services -Water and Sanitary Sewer Replacement Contract 2016, WSM-A City of Fort Worth Project No. 02693 A. Summary of Total Fee Service Description Sewer Water Total Council District 3 Engineering Services $ 47,284 $ 201,578 $ 248,862 Surveying Services $ 15,312 $ 65,276 $ 80,588 Total $ 62,595 $ 266,854 $ 329,450 1 Breakdown of Sewer Fees (Less Survey Fees) a. Concept(30%) _ (Total Sewer Fee-Survey Fee) $ 14,185 b. Preliminary (60%)_ (Total Sewer Fee-Survey Fee) $ 28,370 G. Final (10%) _ (Total Sewer Fee-Survey Fee) $ 4,728 Total = $ 47,284 2 Breakdown of Water Fees (Less Survey Fees) a. Concept(30%)_ (Total Sewer Fee-Survey Fee) $ 60,473 b. Preliminary(60%) _ (Total Sewer Fee-Survey Fee) $ 120,947 c. Final (10%) _ (Total Sewer Fee-Survey Fee) $ 20,158 Total = $ 201,578 EXHIBIT B-3C (SUPPLEMENT TO ATTACHMENT B)-Level of Effort Supplement TASK/HOUR BREAKDOWN Design Services for Engineering Design Services:Water and Sanitary Sewer Replacement Contract 2016,WSM-A City of Fort Worth Project No.02693 Basis for Labor(houm) Expense Total Task Description Hour Unit Project Project Project Total Labor Task No. Estimate Director Manager Engineer EIT CADD AdministrativeTotalSubconsultant prime Travel Reproduction Expense Task Suh Total $150 $150 $125$120 $105 $45 MWBE Cost 1.0 Project Management 20 5 17 0 0 14 $6,505 so 50 $150 so $150 $6,655 1.1 Managing the Team 1.1.1 Internal Team Meetings 0 Ea 0 0 0 0 0 0 50 50 so 1.1.2 QA/QC 1 Ea 20 0 $3,000 so 53.000 1.2 Communications and Reporting 1-2.1 Pre-Design Coordination Meefing 1 Ea 1 1 5275 $25 525 5300 1.22 Quarterly Project pdate eeings 3 Ea 4 4 $11,1110 $501 S50 51,150 1.2.3 Prepare Baseline Schedule 0 Ea $0 $25 $25 $25 1.2.4 Prepare monthly Progress Reports 0 None 4 5180 50 5180 12.5 Update ont y e ue a None 4 5180 1.2.6 Prepare Monthly MWBE Reports 12 Monthly 12 6 $1,770 $50 $50 $1,820 1.2.7 nv-mg on 0 0 0 0 0 0 so 50 50 2.0 Conceptual Design(30-Percent) 0 63 106 188 276 8 $74,600 $0 $0 $150 $650 $800 $75,400 2.1 Data Co action 1 8 8 12 16 $5.320 $50 550 $5,370 Communication and coordinate with other 22 agencies and City Departments 1 Ea 21 4 8 a $2.600 50 $2.600 2.3 City Review Meehng 0 Ea 0 0 50 $25 1 $25 $25 2.4 Conceptual Design Package 2.4.1 Cover Sheet 1 Ea 1 1 2 $485 $0 5485 Develop Plan Sheets With Conceptual 2.4.2 Layout 32 Sheet 40 80 160 250 $61,450 $450 $450 $661,900 Develop Conceptual Estimate of Probable 2.4.3 Construction Cost 1 Ea 8 8 8 8 $3,520 s0 S3,520 Submit Conceptual Design[a City for 2.4.4 Review $1E 1 5125 $25 $200 $225 5350 Conduct Review Meeting w/City Develop 2.4.5 Minutes and action Items 4 4 $1,100 $50 $50 $1,150 Receive Permission to Proceed with 2.4.6 Preliminary Design 0 $0 5o 50 3.0 Preliminary Design(60 Percent) 2 104 179 184 269 25 $89,725 $0 $0 $100 $341 $441 $90,166 Development of Preliminary Design 3.1 Ofawings and Specifications s0 50 3.1.1 Revise Cover Sheet 1 4 $545 $0 $545 3.1.2 Develop Index 1 8 8 $1,990 so 51,990 3.1.3 Develop General Notes 1 4 4 $1,070 50 $1,070 Develop Project Control and Monument 3.1.4 Sheet on City Datum 1 4 8 8 $2,450 $O $2,450 Develop Project Easement and R.O.W.. 3.1.5 Sheet Inane) 0 0 0 0 0 so 50 511 Develop Overall Water&Sewer Layout 3.1.6 Sheets 1 4 12 24 $4,610 s0 54,610 [VA0. Develop Plan and Profile Sheets 2 64 80 132 145 2 $51,055 $200 $200 $51,255 Prepaare Standard and SpecialDetail Sheets 2 8 16 4 $3,160 SO $3,160 Develop Preliminary Specifications 4 12 8 $2,460. 50 $2,460 Develop Prliminary Estimates of Probable ConsWction Cost 1 Ea 8 24 A s0 S4,200 Constructibilty Review with City 1 Ea 4 4 s0 51.100 Meet on-site with Clry 1 Ea 4 4 $50 550 51,150 Submitutity Plans for Udity clearance 1 Ea 1 4 1 1 1 $25 $112 5137 5832 City of Fort Worth,Texas Attachment B-Level of Effort Supplement PMO Official Release Date:5.19.2010 1 of 3 (SUPPLEMENT TO ATTACHMENT B)-Level of Effort Supplement TASKIHOUR BREAKDOWN Design Services for Engineering Design Services:Water and Sanitary Sewer Replacement Contract 2016,WSM-A City of Fort Worth Project No.02693 Basis for Labor(hours) Expense Total Task Description Hour Unit Project Project Project Total Labor Task No. Estimate Director Manager Engineer EIT CARD Administrative Cost Subconsultant prime Travel Reproduction Expense Task Sub Total MWBE Cos[ 5150 $150 $125$120 $105 $45 Consult with Other City Department and 3.5 other Agencies on UOity Locations 1 Ea 2 8 4 $1,480 S❑ 51.480 3.6 City Statndard Traffic Control Details 2 sheet 2 2 4 0 $970 50 5970 3.7 Develop SWPPP Plan Sheet(No Docs) 2 sheet 2 16 16 4 $4.080 so $4,080 Develop Top of Curve info(Only Plan view, 3.8 no Profile) Ea 1 41 6 16 40 $7,470 so $7,470 3,9 Submit Preliminary Plans to City for Review 1 Ea 1 $125 $25 $30 $55 5180 Conduct Review Meeting w/City Develop 3.10 Minutes and action Items 1 Ea 3 5 1 2 $1,165 So S1,165 Receive Permission to Proceed wth Final 3.11 Design 1 Ea 0 50 SO $0 4.0 Final Design 0 13 37 68 68 4 $22,055 $0 $0 $25 $162 $187 $22,242 4.1 Develop 90%Final Plans 32 Sheet 8 16 64 64 0 $17,600 50 $17.600 Develop 90%Final Estimates of Probable 4.2 Construction Cost 1 Ea 2 4 4 0 4 $1,460 1 $o 51,460 Develop 90%Final Construction 4.3 Specifications 1 Ea 2 16 0 4 0 $2.720 So $2.720 4.4 Provide Cover Mylar for Signature 1 Ea 1 1 0 0 0 $275 S25 S162 $187 $462 5.0 Bid Phase 0 10 27 0 4 16 $6,015 $0 s0 $50 $236 $286 $6,301 5.1 Bid Support 1 Ea Upload Plans&Specifications into Buuaw 5.2 in PDF Format 1 Ea 2 4 0 0 0 Slim so $800 sell Contract Documents and Maintain 5.3 Plan Holders List I Ea 1 4 0 0 a $1.010 50 $1,010 Receive,log and respond to all bidders 5.4 questions and request 1 Ea 3 4 0 0 4 $1,130 so SI.130 Develop addendas and upload addendas 5.5 in Sumaw 1 Ea 2 4 0 0 0 $800 SO $800 5.6 Attend Bid Opening 1 Ea 0 2 0 0 0 $250 SO 5250 Tabulate and Review Bids Received, 5.7 evaluate and make Recommendations 1 Ea 1 4 0 0 4 $830 SO 5830 5.8 Mylar Orawngs 59 Sheet 1 4 0 4 0 $1.070 $25 S25 $1,095 5.9 Submit Mylar Drawings 1 Ea 0 1 0 0 0 $125 $25 $236 $261 $386 6.0 Construction Phase Services 0 24 24 16 32 0 $11,880 $0 $0 $101 $2,245 $2,346 $14,226 6.1 Constructton Support $1,803 $1,803 $1,803 6.1.1 Attend Preconstruction Conference 1 Ea 2 2 0 0 0 $550 $25 $25 $575 6.1.2 Develop Project Exhibits 0 S eet 0 0 0 0 0 $0 so 50 6.1.3 Attend Public Meeting 1 Ea 2 2 0 0. 0 $550 $51 $442 $493 $7,043 Project Site visits and Assistance during 6.1.4 Construction 1 Ea 12 12 0 0 0 $3,300 $25 $25 $3,325 6.1.5 Submittal Review(None) 0 Ea 0 0 0 0 0 50 $0 50 Request for lnformafionlChange Order 6.1.6 Review(None) 0 Ea 0 0 0 0 0 $0 So 50 6.1.7 Fina a Throng and Punch List 1 Ea 4 4 0 0 0 $1,100 $O $1,100 6.1.8 Record Drawings 0 4 4 16 32 0 $6,380 So $6,380 6.1.9 Construction Survey(none) 0 Ea 0 ❑ 0 0 or s0 SO 50 7.0 ROWIFasementServices 0 0 0 0 0 0 $0 SO $0 $0 $0 SO $0 7.1 Right-of-Way Research(None) 0 Ea 0 0 0 0 0 50 so So 7.2 Easement Preparation and Submittal(None) ❑Ea 0 0 0 0 ❑ 50 So $0 7.3 Temporary Right of Entry Submittal(None) 0 Ea 0 0 0 0 o 50 50 $o City of Fort Worth,Texas Attachment B-Level of Effort Supplement PMO Official Release Date:5.19.2010 2 of3 (SUPPLEMENT TO ATTACHMENT B)-Level of Effort Supplement TASK/HOUR BREAKDOWN Design Services for Engineering Design Services:Water and Sanitary Sewer Replacement Contract 2016,WSM-A City of Fort Worth Project No.02693 Basis For Labor(hours) Expense Total Task Description Hour Unit Project Project Project Total Labor Task No. Estimate Director Manager Engineer EIT CADD Administrative Cost Subconsultant Prime Travel Reproduction Expense Task Sub Total Cost $150 $150 $125$120 $105 $45 MWBE 8.0 Survey 0 4 20 64 84 0 $19,600 $38,728 $22,260 $0 $0 $60,988 $80,588 Develop and submit Right of Entry letter for 8.1 survey(None) 0Ea 0 0 0 $0 $0 50 8.2 Conduct Survey(17,425 LF) 17425 LF 0 0 24 24 0 55.400 $38,728 $22,260 $60.988 566,3a8 8.3 Prepare Base Map 17425 LF 4 20 40 60 0 514.200 s0 514,200 8.4 emporary g of Entry Submittal(None) a 1 0 0 0 0 0 $0 SO 50 8.5 Construction Survey(None) _ALF 0 01 0 01 0 $0 $0 $0 9.0 Permitting 0 ?0 0 0 $0 $0 $0 $0 $0 $0 $0 9.1 TxDOT(Name) 0 Ea 0 0 0 0 0 50 50 50 9.2 Railroad(None) 0 Ea 0 0 0 0 0 50 $0 50 10.0 Additional Services a $30,000 530,1100 otos 22 223 410 520 73J 67 $26MB01 538,728 $22,260 $576 $3,633 $65,197 $325,577 Project Summary Total Hours 1,975 Total Labor $260,380 Total Expense $65,197 MWBE Sub(survey) $38,728 Prime consultant(Survey) $22,260 10%MANBE Markup $3,872.75 MWBE Participation 11.76% Total Project Cost $329,450 City of Fart Worth,Texas Attachment B-Level of Effort Supplement PMO Official Release Date:5.19.2010 3 af3 EXHIBIT B-3D (SUPPLEMENT TO ATTACHMENT B) Engineering Design Related Services Engineering Design Services-Water and Sanitary Sewer Replacement Contract 2016,WSM-A City of Fort Worth Project No. 02693 Service Description Sewer Water Total Surveying Fee $15,312 $65,276 $80,588 Exhibit "B-3E" (Suppliment to Attachment B) Design Services for Engineering Design Services -Water and Sanitary Sewer Replacement Contract 2016, WSM-A City of Fort Worth Project No. 02693 No. Item I I Sets $/sheet sheets Total 1 Conceptual Engineering Plans with Report 1 2 $100/set $200 (59 sheet 11X17 Sheet/set) 2 Preliminary Design 2.1 Plans 1 1 3 $1.20 31 $112 (59 sheet X Sheets/set) 2.2 Halff Size (11"X17') 1 $0.50 59 $30 2.3 Specs 0 $0 3 Final Design 3.1 Plans 2 $1.20 59 $142 (59 sheet X sheets/set) 3.2 Specs 9 $450 3.3 Mylar Cover Sheet 2 $10 1 $20 4 Bid Advertisement 4.1 Plans 1 10 $1.20 59 $708 (59 sheetX sheets/set) 4.2 Specs 1 1 20 $50/set $1,000 4.4 Half Size (11"X17') Plan Sets 10 $0.50 59 $295 (59 Sheet X Sheets/set) 5 Final Mylars 5.1 Plans 1 $4 59 $236 (59 Sheet) 6 Public Meetings 6.1 Mounted Exhibits 2 $150 1 $300 6.2 Plans I i i 2 $1.20 59 $142 (59 sheet/set) Total Reproduction $3,633 EXHIBIT B-4 (SUPPLEMENT TO ATTACHMENT B) Opinion of Probable Construction Costs -Project Summary Engineering Design Services-Water and Sanitary Sewer Replacement Contract 2016,WSM-A City of Fort Worth Project No. 02693 Probable Construction Cost Project Service Description Total Percent Total Sewer Improvements $594,483 19% Water Improvements $2,522,727 81% Total $3,117,210 100% EXHIBIT B-4A (SUPPLEMENT TO ATTACHMENT B) ENGINEER'S EP ge I of I Water and Sanitary Sewer Replacement Contract 2016,WSM-A,Project No.02693 Engineers Estimate of Probable Construction Cost SUMMARY PART 1 -Water Line Improvements $ 1,534r 746 PART 1 -Sanitary Sewer Improvements $ 594,483 PART 2-Water Line Improvements $ 987,981 Total Estimate: $ 31117,210 Prepared By:Strewn Water Group,Inc. WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016,WSM-A 1/I S/2016 City Project No.02693 EXHIBIT B-4A-1 ENGINEER'S ESTIMATE (SUPPLEMENT TO ATTACHMENT B) Page I of 4 Water and Sanitary Sewer Replacement Contract 2016,WSM-A,Project No.02693 Engineers Estimate of Probable Construction Cost PART 1 Project Item Information SEWER Engineers Estimate Pay Specification Unit of PART1 Item No. Description Section No. Measure Unit Price Quantity Value i 1 0241.2201 Remove 4'Sewer Manhole 024114 EA $500 16 $ 8,000 2 3125.0101 SWPPP >_1 acre 31 25 00 LS $5,000 1 $ 5,000 3 3201.0113 6'Wide Asphalt Pt Repair,Residential 3201 17_ LF $20 80 $ 1,600 j --- -.— vmi —.. -- - - — - ---- 4 3201.0400 Temporary Asphalt Paving Repair 3201 18 i LF i $1$17 3134 $ 53,278 I 5 3301.0002 Post-CCTV Inspection 33 01 31 LF $2 4119 $ 8,238 ----- Testing -- -- .-' - -Vacuumm 33 01 30 EA $150 16 $ 2,400 6 3301.0101 Manhole Vacuu - i 7 3305.0103 Exploratory Excavation of Existing Utilities 1 33 05 30 EA j $600 7 $ 4,200 8 3305.0109 Trench Safety - �! 3305 10 LF� S2 4319 $ _ 8,638 i 9 3305.0112 Concrete Collar 3305 17 EA $350 16 $ 51600 11 13305.0202 Imported EmbedtnentBackfnll,CSS 330510 CY $60 40 $ 2,400 12 3305.0204 Imported EmbedmentBackfill,Crushed Rock 33 05 10 li CY $00 40 $ 2,000 13 3305A207 Imported Embedment/Backfill,Select Fill j 33 05 10 CY $40 40 S 1,600 14 3331.3101 4"Sewer Service 33 31.50 EA 2 $850, 83 S 70,550 15 ,3331.3102 4"2-Way Cleanout j 3331 50 EA_i $200 83 $ 16,600 16 '3331.4115 8"Sewer Pipe 33 31,20'' LF $60 4319 $ 280,735 18 !3339.0001 Epoxy Manhole Liner 33 39 60 ! VF $200 8 $ 1,600 r P xY ---- - ---- - - 19 3339.1001 4'Manhole 33 39 20 EA $2,500 16 S 40,000 21 3339.1003 4'Extra Depth Manhole 33 39 20 VF $200 20 S 4,000 i 22 :3471.0001 Traffic Control 3471 13 j MO , $2,000 12 $ 24,000 PART 1-Sanitary Sewer Improvements Summary PART 1-Sanitary Sewer Subtotal: $540,439 10%Contingency: $54,044 PART 1-Sanitary Sewer TOTAL: $594,483 Prepared By:Stream Water Group,Ine. WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016,WSM-A 1/18/2016 Cih Project No.02693 EXHIBIT B-4A-1 ENGINEER'S ESTIMATE (SUPPLEMENT TO ATTACHMENT 13) Page 2 of 4 Water and Sanitary Sewer Replacement Contract 2016,WSM-A,Project No.02693 Engineers Estimate of Probable Construction Cost PART1-SEWER Halloran Street Marys Lane Project Item Information L-3160,M-163 L-3658 L-843,8c L-3437 Pay Specification Unit of Approx. Approx. Item No. Description Section No. Measure Unit Price Quant. Amount Quant.0241.2201 Remove 4' $ Amount 1 Sewer0241 14 2 3125.0101 >_.0101 SWPPP 1 ac y 312500 LS__— -$$ ,0000 0.2 S 1,000 0.2 $ 1,000 3 3201.0113 6 Wide Asphalt Pvmt Repair,Residential` 3201 17 LF $20 $ $ 4 3201.0400 Temporary Asphalt Paving Repair 32 01 18 LF $17 390 $ 6,630 $ 5 330_1.0002 Post-CCTV Inspection 33 01 31 LF $2 490 $ 980 857;$ 1,714 j 6 3301.0101 Manhole Vacuum Testing — j 33 01 30 EA� $150 2 $ 300 41$ 600 7 3305.0103 Exploratory Excavation ofEaisting Utilities 33 05 30 _ EA $600 _ 2 S 1,200 1'j$ 600 8 3305.0109 Trench Safety 3305 10 LF $2 490 $ 980 857 $ 1,714 9 3305.0112 Concrete Collar ! 3305 17 EA $350 2 $ 700 4';$ 1,400 p 5 $ - 300 i _11 '.3305.0202 Imported EmbzdmzndBackfill,CSS i 33 05 10 CY $60 10 $ 600 I 12 3305.0204 Imported Embedment/Backfill,Crushed Rock 3305 10 i CY $50 10 $ 500 51I$ -- 250 ; 13 13305.0207 Imported Embedment/Backfill,Select Fill 33 05 10 CY $10 10 $ 400 5 $ — 200 ^14 3331.3101 4"Server Service ( 33 31 50 _' EA j $850 2 $ 1,700 29 $ 24,650 — — —s 9.�. 15 3331.3102 4"2-Way Cleanout 3331 50 _EA $_200 2 $ 400 29 $ 5,800 j 16 3331.4115 8"Server Pipe j 3331 20 LF 1 $65 490 $ 31,850 857 II S 55,705 18 3339.0001 Epoxy Manhole Liner 33 39 60 1 VF $200 8 $ 1,600 $ - 19_,3339.1001 4'Manhole 33 39 20 EA i $2,500 2 $ 5,000 4I,$ 10,000 21 3339.1003 4'Extra Depth Manhole 33 39 20 VF $200^� 8 $ 1,600 2 j$ 400 22 3471.0001 Traffic Control 3471 13 MO $2,000 3 $ 6,000 2,$ 4,000 j PART 1-Sanitary Sewer Improvements Summary PART 1-Sanitary Sewer Subtotal: $62,440 $110,333 10%Contingency: $6,244 $11,033 PART 1-Sanitary Sewer TOTAL: $68,684 $121,366 Prepared By:Stream Water Group,hm. WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016,WSM-A 1/182016 City Project No.02693 - EXHIBIT B-4A-I ENGINEER'S ESTIMATE (SUPPLEMENT TO ATTACHMENT B) Page 3 o174 Water and Sanitary Server Replacement Contract 2016,WSM-A,Project No.02693 Engineers Estimate of Probable Construction Cost PART 1-SEWER Tex Boulevard Olive Place Project Item Information L-4401 L-4339,L-4396,&L-4536 Greenway Road Pay Specification Unit of Approx. Approx. Description Unit Price Amount Amount Item No. Section No. Measure Quant. Quant. i 0241.2201 Remove 120.0101 S WPPP>I acre Mariltole 2 3 ,--` 3125 00 LS $5,000 0.2 $ 1,000 0.2 $ 1,000 —------- 3 3201.0113 6'Wide Asphalt Pvntt Repair,Residential 3201 17 LF $20 $ 00 $ 1,000 4 3201.0400 Temporary Asphalt Paving Repair 32 01 18 LF $17 1186 $ 20,162 1162!$ 19,754 5 330 1.0002 Post-CCTV Inspection —�� i 33 01 31 LF $2 1186 $ 2,372 1162, $ 2,324 6 3301.0101 Manhole Vacuum Testing 33 O1 30 EA $150 1 $ 150 5:$ 750 o ----- -— -- --- -- _J 7 3305.0103 ExploratoryExcavation of Existing Utilities i 33 05 30 EA $600 1 $ 600 2!$ - 1,200 8 _3305.0109 Trench Safety 3305 10 ! LF $2 1386 $ 2,772 11621$_ 2,324 9 3300.0112 Concrete Collar 3305 17 .j EA �I $350 1 $ 350 5 $ 1, _ 7001 _ 11 3305.0202 Imported Embzdntent/Bac6fill,CSS 1 3305 10 1 _CY $60 10 $ 600 10 $ 600 12 '13305.0204 Imported Embedment/Backfill,Crushed Rock 33 05 10 Cy $50 �— 10 $— 500 10l$ 500 13,3305.0207 Imported Embedment/Backfill,Select Fill 3305 10 Cy $40 10 $ 400 10'$ 400 j 14 3331.3101 4"Sewer Service 3331 50 EA $800 3 $ 2,550 44$ 37,400 j 15 3331.3102 4"2-Way Cleanout 3331 50 EA ,i, $2003 $ 600 44 $ 8,800 16 3331.4115 8"Sewer Pipe 33 31 20 LF $65 1386 $ 90,090 1162 $ 75,530 18 133_39.0001 Epoxy Manhole Liner 33 39 60 VF $200 $ $ 19 3339.1001 4'Manhole 33 39 20 EA $2,500 1 $ 2,500 5i S 12,500 21 3339.1003 4'Extra Depth Manhole 33 39 20 W $200 2 $ 400 6I$ 1,200 22 3471.0001 Traffic Control j 3471 13 j MO $2,000 2 S 4,000 3;$ 6,000 PART 1-Sanitary Sewer Improvements Summary PART 1-Sanitary Sewer Subtotal: $129,546 $175,532 10%Contingency: $12,955 $17,553 PART 1-Sanitary Sewer TOTAL: $142,501 $193,085 Prepared By:Stream Water Group,Ina NATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016,WSM-A 1/18/2016 City Project No.02693 EXHIBIT B-4A-1 ENGINEER'S ESTIMATE (SUPPLEMENT TO ATTACHMENT B) Page4of4 Water and Sanitary Sewer Replacement Contract 2016,WSM-A,Project No.02693 Engineers Estimate of Probable Construction Cost PART 1-SEWER Garland Avenue Project Item Information L-4396 Pay Specification Unit of Approx. Item No. Description Section No. Measure Unit Price Quant Amount 1 024 L2201 Remove 4'Sewer Manhole 0241 14 EA $500 41 S 2,000 2 3125,0101 SWPPP >1 acre 31 25 00 LS I $5,000 0.2 $ 1,000 3 '3201.0113 6'Wide Asphalt Pvmt Repair,Residential 3201 17 i LF $20 30 $ 600 4 3201.0400 Temporary Asphalt Paving Repair 1 3201 18LF 1. $17- 396 $ 6,732 ---- -- ---- 5 3301.0002 Post-CCTV Inspection 3301 31 LF $2 424 $ 848 6 13301.0101 Manhole Vacumn Testing 330130 EA $150 4 $ 600 7 13305.0103 Exploratory Excavation of Existing Utilities 33.0530 EA $600 1 S 600 8 !3305.0109 Trench Safety_ j 3305 10 !, LF I. $2 424 $ 848 9 .3305.0112 Concrete Collar 3305 17 EA j $350 4 $ 1,400 11 '3305.0202 Imported Embedment/Backfill,CSS ! 3305 10 Cy $60 5 S 300 12 3305.0204 Imported Embedment/Backfill,Crushed Rock 3305 10 , CY $50 5 $ 250 13 3305.0207 Imported Embedment/Backfill,Select Fill 3305 10 j Cy $40 5 $ 200 I ' 14 3331.3101 4"Sewer Service 33 31 50 EA $850 5 $ 4,250 15 3331.3102 4"2-Way Cleanout 33 31 50 EA $200 5 $ 1,000 16 3331.4115 8"Sewer Pipe 33 31 20 LF $65 424 $ 27,560 18 3339.0001 Epoxy Manhole Liner 33 39 60 VF I $200 $ - 19 3339.1001 4'Manhole 33 39 20 EA $2,500 4 $ 10,000 21 13339.1003 4'Extra De tlr Manhole 33 39 20 -VF $200 2 $ 400 22 3471.0001 Traffic Control 3471 13 MO $2,000 2 $ 4,000 PART I-Sanitary Sewer Improvements Summary PART 1-Sanitary Sewer Subtotal: $62,588 10%Contingency: $6,259 PART 1-Sanitary Sewer TOTAL: $68,847 Prepared By:Stream Water Group,Ina WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016,WSM-A 1/132016 City Project No.02693 EXHIBIT B-4A-1 ENGINEER'S ESTIMATE (SUPPLEMENT TO ATTACHMENT B) Pale I of 5 Water and Sanitary Sewer Replacement Contract 2016,WSM-A,Project No.02693 Engineers Estimate of Probable Construction Cost PART Project Item Information WATER Engineers Estimate Pay Specification Unit of PART 1 Description Unit Pr ce Value Item No. Section No. Measure Quantity 1 0241.1302 Remove 6"Water Valve 0241 14 EA $1.50 40 I $ 6,000 2 0241.1510 Salvage Fire Hydrant 0241 14 EA $250 7 $ 1,750 3 0_330._00_01 Concrete Encase Utility Pipe 03 30 00 C_Y $60 70 $ 4,200 4 3125.0101 SWPPP >I acre _ 31 2500 LS $15,000 1 S 17,500 5 3201.0113 6'Wide Asphalt Pvmt Repair,Residential 3201 17 LF $20 730 $ 14,600 6_;3201.0400 Temporary Asphalt Paving Repair 320118 LF $17 9,350 $ 158,950 7_!3304.0101 Temporary Water Services 33 04 30 LS _' $20,000 1 $ 23,333 8 3305.01 O1 Fire Hydrant Stem Extension 33 05 14 EA $150 7 $ 1,050 93305.0103 Exploratory Excavation of Existing Utilities 330530 EA - $600 3 $ 1,800 10 3305.0109 Trench SafetyI 330510_ LF_ $2 10,170_ $ 20,340 I 11 3305.0202 Imported Embedment/Backfill,CSS 33 05 10 CY j^ $60 70 $ 4,200 12 3305.0204 Imported EmbedmentBackfill,Crushed Rock 33 05 10 C $50 70 13 ;3305.0207 Imported Embedment/Backfill,Select Fill 1 3305 10_I CY_ $40 70 $ 2,800 14 13311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON $5,000 4 $ 17,500 15 331L0161 6"PVC Water Pipe _ 33 l l 12 LF _ $55 90 $ 4,950 16 !3311.0261 8"PVC Water Pipe 33 11 12 LF _I $60 9,380 $ 562,800 17 13311.0461 12"PVC Water Pipe 33 11 12 ! LF $75 700 $ 52,500 18 13312.0001 Fre Hydrant �� 33 1240 j EA $2,700 7 $ 18,900 --- - - 19 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA $1,500 24 $ 36,000 20 -'3312.2001 1"Water Service,Meter Reconnection 331210 EA $350 259 $ 90,650 21 3312.2003 1"Water j 33 12 10 EA $1,000 259 $ 259,000 22 3312.3002 6"Gate Valve 33 1220 EA $1,200 7 $ 8,400 23 3312.3003 8"Gate Valve _ 33 1220 ' EA $1,500 33 $ 49,500 24 3471.0001 Traffic Control 1 3471 13 1 MO $2,000 18 $ 35,000 PART 2-Water Line Improvements Summary PART 1-Water Line Subtotal: $1,395,223 10%Contingency: $139,522 PART 1-Water Line TOTAL: $1,534,746 Prepared By:Stream Water Group,Lie. WATER AND SANITARY SEVER REPLACEMENT CONTRACT 2016,WSM-A 1/18/16 City Project No.02693 EXHIBIT B-4A-1 ENGINEER'S ESTIMATE (SUPPLEMENT TO ATTACHMENT 13) Page 2 ors Water and Sanitary Sewer Replacement Contract 2016,WSM-A,Project No.02693 Engineers Estimate of Probable Construction Cost PART 1-WATER Halloran Street Locke Avenue Project Item Information Faron Street to Hervie Street to Home Street Faron Street Pay Specification Unit of Appros. Approx. Description Unit Price Amount Amount Item No. Section No. Measure Quant Quant. 1 0241.1302 Remove 6"Water Valve 0241 14 EA $150 5 $ 750 3 $ 450 2 0241.1510 Salvage Fire Hydrant 0241 14 EA $250 $ - 1 $ 250 3 0330.0001 Concrete Encase Utility Pipe 03 30 00 CY $60 10 $ 600 10 it $ 600 4 3125.0101 SWPPP >1 acre 31 25 00 LS $15,000 0.167 $ 2,500 0.167 $ 2,500 5 3201.0113 6'Wide Asphalt Pvmt Repair,Residential 3�O 1 17 LF $20 30 $ 600 60 $ 1,200 6 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF $17 690 $ 11,730 995 $ 16,915 i 7 !3304.0101 Temporary Water Services 33 04 30 !, LS - $20,000 0.167 $ 3,333 0.167 $ 3,333 8 :3305.0101 Fire Hydrant Stem Extension 3305 14 EA_ __ $150 $ - - 1 $ v 150 9 3305.0103 Exploratory Excavation of Existing Utilities -i, 33 05 30 ! EA $600 I _ $ 600 $ _ 10 '3305.0109 Trench Safety 33 OS 10 LF $2 720 $ 1,440 1,070 $ 2,140 11 !,3305.0202 Imported Embedment/Backfill,CSS 33 05 10 CY $60 10 $ 600 10 $ 600 12 3305.0204 Imported Embedment(Backfill,Crushed Rock 3305 10 I CY $50 10 $ 500 10 1 $ 500 13 13305.0207 Imported Embedment/Backfill,Select Fill 330510 CY $40 10 $ 400 10 $ 400 14 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 _TON $5,000 0.75 $ 3,750 0.50 $ 2,500 15 3311.0161 6"PVC Water Pipe 33 l 112 LF $55 $ 15 $ 825 16 3311.0261 8"PVC Water Pipe 33 11 12 LF $60 20 $ 1,200 1,055 _�$ 63,300 17 3311.0461 12"PVC Water Pipe 33 11 12 LF $75 700 $ 52,500 $ - _ - 18 3312.0001 Fire Hydrant 33 12 40 EA $2,700 $ - 1 $ 2,700 e __------_ _ 19 3312.0117 Connection to Existing 4"-12"Water Main 1 33 1225 EA �: $1,500 3 $ 4,500 3 S- 4,500 20 3312.2001 1"Water Service,Meter Reconnection 33 12 10 EA $350 $ 38 j $ 13,300 ---'I - - 21 3312.2003 1"Water Service `�-j 33 12 10 - EA J $1,000 t$ _ 33 1$.-- 38,000 22 !3312.3002 6"Gate Valve 33 12 20 EA $1,200 $ _ 1 S 1,200 ----------- -� ------ -- r - - -- -- 23 3312.3003 8"Gate Valve j 33 1220 -,.,.EA�I ___-$1,500 5 $ 7,500 2 $ - 3,000 24 ;3471.0001 Traffic Control 3471 13 1 MO $2,000 2.5 $ 5,000 2.5 $ 5,000 PART 2-Water Line Improvements Summary PART 1-Water Line Subtotal: $97,503 $163,363 10%Contingency: $9,750 $16,336 PART 1-Water Line TOTAL: $107,254 $179,700 Prepared Ey:Stream Water Group,Inc. WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016,WS?,[-A 1/18/16 City Project No.02693 EXHIBIT B-4A-1 ENGINEER'S ESTIMATE (SUPPLEMENT TO ATTACHMENT B) Page 3 of 5 Water and Sanitary Sewer Replacement Contract 2016,WSM-A,Project No.02693 Engineers Estimate of Probable Construction Cost PART 1-NATER Nialvey Avenue Marys Lane Project Item Information Bourine Street to Como Park Drive to Horne Street Home Street Pay Specification Unit of Approx. Approx. Description Unit Price Amount Amount Item No. Section No. Measure Quant Quant. i 1 0241.1302 Remove 6"Water Valve _ 02 4114 EA $150 3 + $ 450 3 $ 450 2 0241.1510 Salvage Fire Hydrant -; 0241 14 EA $2501 1 $ 250 1 i $ 250 3 0330.0001 Concrete Encase Utility Pipe i, 03 30 00 CY $60 10 $ 600 10 $ 600 4 3125.0101 SWPPP>I acre 31 25 00 LS $15,000 0.167 $ 2,500 0.167 $ 2,500 5 3201.0113 6'Wide Asphalt Pvmt Repair,Residential 3201 17 1 LF $20 60 $ 1,200 20 $ 400 6 3201.0400 Temporary Asphalt Paving Repan �i 3201 18 1 LF $171 995 $ 16,915 780 $ 13,260 7 3304.0101 Temporary Water Services 33 04 30LS $20,000 0.167 $ 3,333 0.167 $ 3,333 i - 8 3305.0101 Fire Hydrant Stem Extension 3305 14 EA $150 1 $ 150 1 $ 150 9 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA $600 $ - $ - _ -, - -------- ---- 10 3305.0109 Trench Safety 3305 10 LF _ $2 1,070 $ 2,140 _815 _j$ 1,630 11 3305.0202 Imported Embedment/Backfill,CSS `1 33 05 10 CY `! _ $60- 10 $ 600 10 $ 600 12 3305.0204 Imported Embedment/Backfill,Crushed Rock j 33 05 10 CY $50 10 $ 500 10 $ 500 13 3305.0207 Imported Embedment/Backfill,Select Fill 3305 10- _$$4; CY~j 40 10 $ 400 - IO $ 400 - -- - 14 3311.0001 Ductile Iron Water Fittings w/Restraint 33 It 11 TON $5,000 0.50 $ 2,500 0.25 $ 1,250 15 3311.0161 6"PVC Water Pipe 33 11 12 j LF $55 Li $ 825 15 $ 825 16 3311.0261 8"PVC Water Pipe 33 11 12 LF $60 1,055 $ 63,300 800 $ 48,000 17 13311.0461 12"PVC Water Pipe 33 it 12 LF $75 $ - $ - 18 3312.0001 Fire Hydrant 33 1240 EA i $2,700 1 $ 2,700 1 $ 2,700 19 3_312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA - $1,500 2 $ 3,000 2 I$ 3,000 20 3312.2001 1"Water Service,Meter Reconnection 33 12 10 EA $350 38 $ 13,300 29 $ 10,150 i- 21 3312.2003 1"Water Service 1 33 12 10 EA ! $1,000 38 $ 38,000 29 J $ 29,000 22 13312.3002 6"Gate Valve 33 1220 1 EA $1,200 1 $ 1,200 1 ($ 1,200 23 3312.3003 8"Gate Valve 33 1220 1 EA $1,500 2 $ 3,000 2 $ 3,000 24 3471.0001 Traffic Control 3471 13 1 MO j $2,000 2.5 $ 5,000 2.5 $ 5,000 PART 2-Water Line Improvements Summary PART 1-Water Line Subtotal: $161,863 $128,198 10%Contingency: $16,186 $12,820 PART 1-Water Line TOTAL: $178,050 $141,018 Prepared By:Stream Water Group,Inc. WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016,WSM-A 1/18/16 City Project No.02693 EXHIBIT B-4A-1 ENGINEER'S ESTMUTE (SUPPLEMENT TO ATTACHMENT B) Page 4 ors Water and Sanitary Sewer Replacement Contract 2016,WSM-A,Project No.02693 Engineers Estimate of Probable Construction Cost PART i-WATER Tex Boulevard Olive Place Project Item Information Calmont Avenue to Nfeaick Street to Greenway Road Prevost Street Pay Description Unit Price Amount Specification Unit of Approx. Approx. Amount Item No, Section No. Measure Quant. Quant. 1 0241.1302 Remove 6"Water Valve 024114 EA $150 15 $ 2,250 5 $ 750 2 0241.1510 Salvage Fine Hydrant _ _- 4 0241 14 EA $250 3 $ 750 1 $ 250 3 0330.0001 Concrete Encase Utility Pipe --v 03 30 00 CY $60 10 $ 600 10 1 $ 600 4 3125.0101 SWPPP>I acre _ 31 25 00 LS $15,000 0.167 $ 2,500 0.167 $ 2,500 5 3201.0113 6'Wide Asphalt Pvmt Repair,Residential 3201 17 LF $20 500 $ 10,000 30 1 $ 600 6 3201.0400 Temporary Asphalt Paving Repar 32 01 18 LF $17 3,350 $ 56,950 1,220 j S 20,740 7 .3304.0101 Temporary Water Services 33 04 30 LS $20,000 0.167 $ 3,333 0.167 $ 3,333 8 3305.0101 Fire Hydrant Stem Extension 33 05 14 EA $150 3 $ 450 1 j $ 150 - . - 9 3305.0103 Exploratory Excavation of Existing Utilities 1 33 05 30 i EA $600 2 S 1,200 _ $ i 10 3305.0109 Trench Safety 330510 LF $2 3,880 $ 7,760 1,265 $ 2,530 11 3300.0202 Imported Embedment/Backfill,CSS 1 33 05 10 CY $60 10 S 600 10 1 $ 600 12 3305.0204 Imported Embedment/Backfill,Crushed Rock 33 05 10 CY $50 10 $ 500 10 $ 500 13 .3305.0207 Imported EmbedmentBackfill,Se1ect Fill 33 OS 10 CY $40 10 $ 400 10 $ 400 14 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON $5,000 0.75 $ 3,750 0.25 1$ 1,250 1.5 3311.0161 6"PVC Water Pipe _; 33 11 12 1- LF $55 30 $ 1,650 15 $ 825 16 3311.0261 8"PVC Water Pipe 33 11 12 LF $60 3,850 $ 231,000 y 1,250 - j $ 75,000 i 17 3311.0461 12"PVC Water Pipe 33 11 1_2 LF _ $75 $ - $ - 1 i 18 13312.0001 Fire Hydrant 33 1240 EA $2,700 3 $ 8,100 I $ 2,700 19 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 i EA $1,500 7 $ 10,500 3 $ 4,500 20 3312.2001 1"Water Service,Meter Reconnection 33 12 10 1 EA $350 104 $ 36,400 44 $ 15,400 i 21 3312.2003 1"Water Service 33 1210 EA $1,000 104 $ 104,000 _ 44 j$ 44,000 22 3312.3002 6"Gate Valve 33 1220 1 EA $1,200 3 $ 3,600 1 $ 1,200 ---- --te---- - - - --- - r --- - 23 3312.3003 8"Gate Valve 33 1220 EA $1,500 12 $ 18,000 4 $ 6,000 24 ,3471.0001 Traffic Control 3471 13 MO i $2,000 2.5 $ 5,000 2.5 1$ 5,000 PART 2-Water Line Improvements Summary PART 1-Water Line Subtotal: $509,293 $188,828 10%Contingency: $50,929 $18,883 PART 1-Water Line TOTAL: $560,223 $207,711 Prepared By:Stream Water Group,Inc. WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016,WSM-A 1/18/16 City Project No.02693 EXHIBIT B-4A-1 ENGINEER'S ESTIMATE (SUPPLEMENT TO ATTACHMENT B) Paga s of s Water and Sanitary Sewer Replacement Contract 2016,WSM-A,Project No.02693 Engineers Estimate of Probable Construction Cost PART 1-NATER Garland Avenue Project Item Information E.Dead End to Prevost Street Pay Description Specification Unit of Unit Price Approx. Amount Item No. Section No. Measure Quant. 1 0241.1302 Remove 6"Water Valve I 0241 14 EA 1 $150 6 $ 900 2 .024 L 1510 Salvage Fire Hydrant 0241 14 EA $250 $ - 3 0330.0001 Concrete Encase Utility Pipe -7-03-3000 CY $60 10 $ 600 4 3125.0101 SWPPP >1 acre - —�'i 31 25 00 LS $15,0001 0.167 $ 2,500 5 3201.0113 6'Wide Asphalt Pvnrt Repair,Residential j 3201 17 LF $201 30 $ 600 i 6 3201.0400 Temporary Asphalt Paving Repair 320118 - LF- $I7 1,320 $ 22,440 7 3304.0101 Temporary Water Set-vices 33 04 30 LS $20,000 0.167 $ 3,333 - — - - -- r- -__ 8 3305.0101 Fire Hydrant Stem Extension 33 05 14 EA i $1.50 $ - 9 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA $600 $ 10`'3305.0109 Trench Safety 3305 10 i LF $2— 1,350 $ 2,700 11 3305.0202 Imported EntbedmzntBackfill,CSS 33 OS 10 CY $60 10 $ 600 _ -- ---- 12 13305.0204 Imported EmbedmentBackfill,Crushed Rock I- 33 05 10 CY $50 10 $ 500 13 3305.0207 Imported Embedment/Backfill,Select Fill 33 05 10 i CY $40 10 $ 400 TON - 14 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 $5,000 0.50 $ 2,500 — 15 3311.0161 6"PVC Water Pipe1 33 11 12 LF $55� $ - _ 16 3311.0261 8"PVC Water Pipe 1 33 11 12 LF $60 1,350 $ 81,000 17 3311.0461 12"PVC Water Pipe 331112 LF v $75 — $ — - — _ $ — 18 3312.0001 Fire Hydrant33 1240 EA $2,700 $ —_. 19 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA $1,500 4 $ 6,000 — - ----- 20 3312.2001 1"Water Service,Meter Reconnection 33 1210 EA $350 6 $ 2,100 _ 21 3312.2003 1"Water Service 3312 10 EA $1,000 6 $ 6,000 22 3312.3002 6"Gate Valve 33 12 20—' EA $1,200 $ - - -- 23 3312.3003 8"Gate Valve j 33 1220 EA $1,500 6 $ 9,000 24 3471.0001 Traffic Control 3471 13 MO 1 $2,000 2.5 $ 5,000 PART 2-Water Line Improvements Summary PART 1-Water Line Subtotal: $146,173 10%Contingency: $14,617 PART 1-Water Line TOTAL: $160,791 Prepared By:Stream Water Group,Inc. WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016,WSM-A 1/18/16 City Project No.02693 EXHIBIT B-4A-2 ENGINEER'S ESTIMATE (SUPPLEMENT TO ATTACHMENT B) Page t of4 Water and Sanitary Sewer Replacement Contract 2016,WSM-A,Project No.02693 Engineers Estimate of Probable Construction Cost PART 2 Project Item Information WATER Engineers Estimate Pay Specification Unit of PART 2 Item No. Description Section No. Measure Unit Price Quantity Value 1 10241.1302 Remove 6'Water Valve 0241 14 EA $150 24 $ 3,600 3 024t.1510 Salvage Fire Hydrant 0241 14 EA $250 7 $ 1,750 4 10330.0001 Concrete Encase Utility Pipe 03 30 00 CY $60 60 $ -3,600 5 13125.0101 SWPPP>1 acre 31 25 00 LS $15,000 1 $ 15,000 6 13201.0113 6 Wide Asphalt Pvmt Repair,Residential 3201 17 LF $20 180 $ 3,600 7 3201.0400 Temporary Asphalt Paving Repair 32 01 18______LF _ $17 -6,330 $ _ 107,610 8 13304.0101 Temporary Water Set-vices 33 04 30 LS $20,000 1 $ 20,000 - = -- '--- 9 13305.0101 Fire Hydrant Stem Extension 3305 14 EA $150 7 - $ 1,050 10 13305.0109 Trench Safety 3305 10 LF $2 6,615 $ 13,230 11 _13305_0202Imported EmbedrnentBackfill,CSS 330510 CY $60 60 Aj $ 3,600 12 13305.0204 Imported EmbedmentBackfill,Crushed Rock 3305 10 CY $50 60 $ 3,000 13 13305.0207 Imported Embedment/Backfill,Select Fill 3305 10 CY $40 60 $ 2,400 14 13311.0001 Ductile Iron Water Fittings tv!Restraint 33 11 11 TON $5,000 2 $ 10,000 15 13311.0161 6"PVC Water Pipe 33 11 12 LF $55 - 105 -;-$- 5,775 16 13311.0261 8"PVC Water Pipe 33 11 12 W LF $60 6,510 $ 390,600 17 13312.0001 Fire Hydrant 331240- EA $2,700 7 -', $ 18,900 18 ,13312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA - $1,500 16 $ 24,000 19 13312.2001 1"Water Service,Meter Recomrection 33 12 10 J EA $350_ 153�I $ 53,550 20 !13312.2003 1"Water Service 33 12 10 EA $1,000 153_ $ 153,000 21 13312.3002 6"Gate Valve 33 1220 EA $1,200 7 $ 8,400 -- 22 13312.3003 8"Gate Valve 33 12 20 EA $1,500 17 $ 25,500 I 23 13471.0001 Traffic Control 3471 13 MO $2,000 15 $ 30,000 PART 1-Water Line Improvements Summary PART 2-Water Line Subtotal: $898,165 10%Contingency: $89,816 PART 2-Water Line TOTAL: $987,981 Prepared By:Stream Water Group,Inc. WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016,WSM-A 1/182016 City Project No.02693 EXHIBIT B-4A-2 ENGINEER'S ESTIMATE (SUPPLEMENT TO ATTACHMENT B) Page 2 oro Water and Sanitary Server Replacement Contract 2016,WSM-A,Project No.02693 Engineers Estimate of Probable Construction Cost PART 2-WATER Farnsworth Avenue Goodman Avenue Project Item Information Faron Street to E.Dead End to Home Street Prevost Street Pay Specification Unit of Approx. Approx. Description Unit Price Amount Amount Item No. Section No. Measure Quant. Quant. 1 0241.1302 Remove 6"Water Valve 0241 14 EA $150 4 $ 600 6 $ 900 s- _------ --_ -----_ -- ----- -__- - -------- - - 0000 _ -- ---__-_ 3 10241.1510 Salvage Fire Hydrant 0241 14 EA $250 1 1 $ 250 1 $ 250 - 40330.0001 Concrete Encase Utility Pipe 033000 CY $60 10 $ 600 _10 $ 600 _ - -- - _ 5 !3125.0101 SWPPP >I acre 312500 LS $15,000 0.167 $ 2-500 -0.167 $ 2,500 0000- 0000 ---_ 0000- 00_00 _ -- - 6113201.0113 6'Wide Asphalt Pvmt Repair,Residential 3201 17 LF $20 $ 60 $ 1,200 7 !3201.0400 Temporary Asphalt Paving Repair 320118 LF $17 560 $ 9,520 1,270 $ 21,590 -----0000-- -- - ---- --_- ------ 8 3304.0101 Temporary Water Services 33 04 30 LS $20,000 0.167 $ 3,333_0.167 $ 3,333 9 13305.0101 Fire Hydrant Stem Extension 33 05 14 EA $150 1 $ 150 1 _ $ 150 10 3305.0109 Trench Safety -� 3305 10 LF $2 575 $ 1,150 1,345 -;$ 2,690 11 13305.0202 Imported Embedment/Backfill,CSS 3305 10 CY $60 10 $ 600 - 10 $ 600 _ 12 13305.0204 Imported Embedment/Backfill,Crashed Rock 3305 10 CY $50 10 $ 500 10 $ 500 13 13305.0207 Imported Embedment/Backfill,Select Fill 33 05 10 CY $40 10 $ 400 10 $ 400 _ �i 14 13311.0001 Ductile Iron Water Fittings w/Restraint - 03 3 110 _ 11 TON $5,000 0.50 $ 2,500 0.25 $ 1,250 - - 00-- -_ 15 13311.0161 6"PVC Water Pipe 3311 12 LF $55 15 I $ 825 15 $ 825 16 13311.0261 8"PVC Water Pipe 33 11 12 LF $60 560 ~j$ 33,600 1,330 $ 79,800 -- -,_ .-_ __0222_ 2222__-2323-- 2030-_ -- 17 13312.0001 Fire Hydrant 33 12 40 EA $2,700 1 $ 2,700 1 $ 2,700 18 13312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA $1,500 2 $ 3,000 4 !$ 6,000 _2220_ 0 19 -�3312.2001 1"Water Service,Meter Reconnection 33 12 10 EA $350 20 - j$ 7,000 41 - S 14,350 _- 20 13312.2003 1"Water Service 33 12 10 EA $1,000 20 $ 20,000 41 $ 41,000 -- - - -- 21 13312.3002 6"Gate Valve 33 1220 EA $1,200 1 $ 1,200 1 1$ 1,200 -- - - -- - i 22 13312.3003 8"Gate Valve 33 1220 EA $1,500 3 $ 4,500 5 $ 7,500 -- 23 13471.0001 Traffic Control 3471 13 MO $2,000 2.5 $ 5,000 2.5 $ 5,000 PART 1-Water Line Improvements Summary PART 2-Water Line Subtotal: $99,928 $194,338 10%Contingency: $9,993 $19,434 PART 2-Water Line TOTAL: $109,921 $213,772 Prepared By:Stream Water Group,Inc. WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016,WSM-A 1/182016 City Project No.02693 EXHIBIT B-4A-2 ENGINEER'S ESTIMATE (SUPPLEMENT TO ATTACHMENT B) Page 3 oro Water and Sanitary Sewer Replacement Contract 2016,WSM-A,Project No.02693 Engineers Estimate of Probable Construction Cost PART 2-WATER Fletcher Avenue Geddes Avenue Project Item Information Hervie Street to Bourine Street to Faron Street Home Street Pay Specification Unit of Approx. Approx. Item No. Description Section No. Measure Unit Price Quant Amount Quant Amount 1 1024 L 1302 Remove 6"Water Valve 0241 14 EA $150 2 $ 300 3 $ 450 3 10241.1510 Salvage Fire Hydrant 0241 14 EA $250 1 $ 250 1 $ 250 4 10330.0001 Concrete Encase Utility Pipe 03 30 00 CY $60 10 $ 600 10 S 600 5 13125.0101 SWPPP >_1 acre 3125 00 LS $15,000 0.167 $ 2,500 0.167 j$ 2,500 6 3201.0113 6'Wide Asphalt Pvmt Repair,Residential 3201 17 LF $20 $ $ 7 13201.0400 Temporary Asphalt Paving Repair 3201 18 LF $17 1,060 $ 18,020 1,050 $ 17,850 8 13304.0101 Temporary Water Set-vices 33 04 30 LS $20,000 0.167 _! $ 3,333 0.167 $ 3,333 9 3305.0101 Fire Hydrant Stem Extension 3305 14 EA $150 1 _! $ 150 I $ 150 10 13305.0109 Trench Safety 330510 LF $2 1,075-j$ 2,150 1,065 $ 2,130 11 13305.0202 Imported Embedment/Backfill,CSS 33 05 10 CY $60 10 $ 600 10 $ 600 12 13305.0204 Imported Embedment/Backfill,Crushed Rock 3305 10� CY $50 10 $ 500 10 $ 500 13 13305.0207 Imported Embedment/Backfill,Select Fill 330510 CY $40 10 $ 400 10 $ 400 14 13311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON $5,000 0.50 $ 2,500 0.25 $ 1,250 15 13311.0161 6"PVC Water Pipe 33 11 12 LF $55 15 $ 825 15 $ 825 16 13311.0261 8"PVC Water Pipe 33 11 12 LF $60 1,060 j$ 63,600 1,050 1$ 63,000 17 13312.0001 Fire Hydrant 33 1240 EA $2,700 1 $ 2,700 1 $ 2,700 18 13312.0117 Connection to Existing 4"-12"Water blain 33 1225 EA $1,500 4 $ 6,000 2 $ 3,000 19 3312.2001 1"Water Service,Meter Reconnection 33 1210 EA _; $350_ 36 $ 12,600 39 $ 13,650 ----- 20 13312.2003 1"Water Service v 33 1210 EA $1,000 36 -$ 36,000 39 $ 39,000 21 13312.3002 6"Gate Valve 33 1220 v' EA $1,200 1 i$ 1,200 -1 $ 1,200 - $ - -- - 22 3312.3003 8"Gate Valve 33 1220 EA $1,500 1 $ 1,500 2 $ 3,000 i 23 3471.0001 Traffic Control 3471 13 MO $2,000 2.5 $ 5,000 2.5 $ 5,000 PART I-Water Line Improvements Summary PART 2-Water Line Subtotal: $160,728 $161,388 10%Contingency: $16,073 $16,139 PART 2-Water Line TOTAL: $176,801 $177,527 Prepared By:Stream Water Group,Inc. WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016,WSbt-A 1/182016 City Project No.02693 EXHIBIT B-4A-2 ENGINEER'S ESTIMATE (SUPPLEMENT TO ATTACHMENT B) Page 4 oro Water and Sanitary Sewer Replacement Contract 2016,WSM-A,Project No.02693 Engineers Estimate of Probable Construction Cost PART 2-WATER Wellesley Avenue Houghton Avenue Project Item Information Merrick Street to Como Park Drive to Prevost Street Bourine Street Pay Specification Unit of Approx. Approx. Description Unit Price Amount Amount Item No. Section No. Measure Quant. Quant. 1 '0241.1302 Remove 6"Water Valve 0241 14 EA $150- 3-i $ 450 6 $ 900 3 10241.1510 Salvage Fire Hydrant 0241 14 EA $250 1 $ 250 2 1 $ 500 4-10330.0001 Concrete Encase Utility Pipe 03 30 00 CY $60 10 $ 600 10 $ 600 5 13125.0101 SWPPP >I acre 312500 LS $15,000 0.167 $ 2,500 0.167 $ 2,500 6 13201.0113 6'Wide Asphalt Pvmt Repair,Residential 3201 17 LF $20 -®j $ 120 $ 2,400 7 1320 L0400 Temporary Asphalt Paving Repair 3201 18 LF $17 410 $ 6,970 1,980 $ 33,660 _8 13304.0101 Temporary Water Services 33 04 30 LS $20,000 - 0.167 j $ 3,3331 0.167 $ 3,333 9 13305.0101 Fire Hydrant Stem Extension 3305 14 EA $150 1 $ 150 2 $ 300 10 13305.0109 Trench Safety 3305 10 LF $2 425 $ 850 2,130 j$ 4,260 11 13305.0202 Imported Embedment/Backfill,CSS 3305 10 CY $60 10 S 600 10 $ 600 12 13305.0204 Imported Embedment/Backfill,Crushed Rock 3305 10 CY $50 10 �j $ 500 10 1 $ 500 13 13305.0207 Imported Embedment/Backfill,Select Fill 33 05_10 CY $40 10 j $ 400 10 $ 400 14 13311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON $5,000 0.25 1$ 1,250 0.25 J-$ 1,250 15 13311.0161 6"PVC Water Pipe 33 11 12 LF $55 15 $ 825 30 $ 1,650 16 !3311.0261 8"PVC Water Pipe 33 11 12 LF $60 410 $ 24,600 2,100 1$ 126,000 17 13312.0001 Fire Hydrant _ 33 1240 EA $2,700 - 1 $ 2,700 2 $ 5,400 --- - - 18 13312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA $1,500 2 $ 3,000 2 $ 3,000 _ ..-- 19 13312.2001 1"Water Service,Meter Reconnection 33 1210 EA $350 13 $ 4,550 4 1$ 1,400 20 13312.2003 1"Water Service 33 1210 EA $1,000 13 $ 13,000 4 $ 4,000 21 13312.3002 6"Gate Valve 33 1220 EA $1,200 1 $ 1,200 2 1$ - 2,400 22 13312.3003 8"Gate Valve 33 12 20 EA $1,500 2 $ 3,000 4 $ 6,000 i 23 13471.0001 Traffic Control 3471 13 i MO $2,000 2.5 $ 5,000 2.5 PART 1-Water Line Improvements Summary PART 2-Water Line Subtotal: $75,728 $206,053 10%Contingency: $7,573 $20,605 PART 2-Water Line TOTAL: $83,301 $226,659 Prepared By:Stream Water Group,Lrc. WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016,WSNI-A 1/132016 City Project No.02693 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Water and Sanitary Sewer Replacement Contract 2016 WSM-A, City Project No. 02693 No Amendments City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of I ATTACHMENT "D" SCHEDULE Design Services for Water and Sanitary Sewer Replacement Contract 2016 WSM-A, City Project No. 02693 Schedule Final Plans and Contract Documents for bid advertisement shall be submitted within 180 calendar days after the "Notice to Proceed" letter is issued. Conceptual Engineering Plans 90 calendar days after Received of City's "Notice to Proceed". Preliminary Engineering Plans and Contract Documents—45 calendar days after receiving Concept Plan Review comments from City. Final Engineering Plans and Contract Documents—30 calendar days after receiving Preliminary Engineering Plan Review comments from City. Bid packages- 15 calendar days after receiving City's recommendation for Bid Advertisement. City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of I ,v+ O W N O l0 O7 J 61 U'1 A W N 1p rD -n rt n N S CD E Q _ t 0 m fDQ n N z 2°SZ° n - o ° 5 X- rD n to Wo703 Q < - ro • , D < rD y. v -p 3O O 'O W rD Q rD' L rD d O p O 6 m n n 3 m W rt -+ � v fD �n Er O Q 00 rD (D N O n y rD v C m O rr (D ( Q) -P N N h- N 4�- -P F-' p SD O Q O Q c ® - L � L TLA N (n 7- vii L Ln O Q. ;1;- Ln 0 (n _ flJ C C L `G rD rD O O O O O O O O O O rD -P. N 7 7 7 7 7 :3 :3 7 :3 D Ul rD N N O O \ \ \ \ V rD D WM CD\ \ \ \ \ W N NW N W 1-1 \ Ln -�I O Ln 7 F, ' 7 7 d F, N F F rn rn m rD r7 -p 7- C C c d < N OED 3 Iv y O 0' � cn Ln Ln LnCL 7 7 rD `% C CO N C (1 rD3 3 3 m (Dc (D rD rD C 7 O L 71 ON :�u C7 m m 0 N rn _A Cn 7 lQ fD fD p 1 a w zq v ^ m o m o _ 19 m co p n p n m` 7 p T rD N II I N D o_ C C 7 11111..1111:11111111111111 IIIIIIIIIIIIIIIIII�. s�lll:,��la► _ � . - IIIII• IIIIIIIIIIIIIIIIIIII I!I!1!IIIIlIlul�r�,� milli Fit IIIII. x'11111111111111111 I�f �f '_ 1323]IIE; i,. � _ '-I'._L : • IIIIIIIIIII�I[:;I IIII1111111�11111III Ililllillll1111!1111 �- I� t_":.Iilllllillllllllll. `II HIIIIIIIIIYI'11: IIIIIiIiiiBlYllllif!I !V!'I'I 'lli�llt'I �II1111�: 'g�, . �Yllllllllll�5111. 11111111111111-1-1111""""lIIIIIII IIIIIIIIIIIIIIIIII :'lIIIIIIIIiliil .. IIII 111111111111111V !lllllllllllllllliil IIIIViiYIYIYIIY'IIIII OHIIIIIIIIIIIIYIIii- t`�IIIIIIIIIIIIIR 11 �I 1711 •1.: .1.. :, M11101 vll �IIIIIIIIII�111 Illilllll�r. 1111 IIIIIIIIIYIIIlIIIIII fIMPROVEMENT lilllil�l IIli11111l111111 IIIIlIIIIf1111111111 IIIIIIII111111h. IIII_ IiY'1►11Y'I'�i E�IY_ Ih_ . � 3 . . . . I �!'llll =IIII�IIIIIIIIIIIYIII �iliilllllllllll�lll IIIIIIIIIIIIII�IIII ce� IIIIIIIIIIlIII� IIIIIIIIIIIIIIIIl�i IIIIIIIIIIII��,� ,� IIIIIIIIIIIIIIIYIIII Illlilllllllllllllli .Illlllllllillllallli .11111111111111111!!! i'llWATER llllllllP!11113f "il�l11;11�41t' m1u�����u��V�lll ' �L &... .: �II��IIII. - I���IIIIII � Irlllllllll . ,. • �, ����f�� l��tititi1 WYYINVV���I����...�,..�.::...._ ...� illl �111111111111h�i�ll IIVIi11111111i111111 111111111111111111 IYIIII Illllllliflll: ' 1111111111iYlfll 3 ��II�iU!Ilull li111111 11111111111111711111 IIII: IIII 11111111111111111111 1101111111111111li IIl111111111111111 IIIIVIQVIilliillllll ��=: 1111111111111. 111111111illllll 1111111111 111111 Illi 11111111111111111 111111111111111111IN 11111IIIIIII1111ii 11111111®Illlllli 11�lII11111IIIIIlIII IIIIIIIIII11111111:Y 111111111ilillil�� !11111 IIII 1111111111111111IIII Illlllllllllllililll 1111111111111111111 IIIIQIIIIIIIiVl1!!i l�VIIIIIL �iiGi- °I11[11i111i!11111�_ i�lllllllllllll 111111 IIII i11111111111i�111111 IIIIIIIIII1111111lIII 1111111'lllilllllll III IIIIIIIIYIIIIIIIi IIII�IIIYI_IIIIII111IIIVII Ilillllllllllllll�ll X11111 IIII I!IlIIIIIIIIIIIIIIII Illill�lllllllll1111 IIIIIIIIIII!!1lIIlI IIIIIVIIIIIIIIIiIII! •IIIII�I�IIJIIIlI!II 11111111111111VI�i 1111111111111111111 111111 IIII IIIII'11111111Yilllll IIIiI PI.11G 11111 1111111111llllllll II1IIiI1111111111111 IIIIiIIIVIi11.11111 I1111110111111111 !1111111111111111111 111111 Ilii..iiIIIIIIIIIl111Ga_- Il1111111111111lIIII- 1111111111111111111 . lIIIIIIIIII!IIIIIIII_.IIIIIIIIIIIIIVVIIIII. IIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIII IIIII IEmI �!1111111111111Yh1 IIIIIIIIIIIIIIIIIIII 1111111111111111111 h�Illlllllillllllll 1lilaYIIIIIIIIl11 .. IiIIIllillllVlllllll11111111111111111111 111111 i� 1111lI�Ili�la�1111Y`ii!IYi111lVii14�l1 IIIIIIIIIIIIIIIIIII I��IIlllllllllllllll IlIIIIIIIIIIIIVIIIII ' 1!111111111111111111 IIIIIIIIIIIIIIIIIIII � vnm nu [.i ° unnununu �� l i1�i .NIIIIIIIII ., , ; . a�l�!!�I'!II!1R I:YIII!IIIIIli111111 III1111111111111111 I�IIlfililYllllllll � � Ilnui�ii III I!Illllllllh��enu mnuunnnmm NII1�3�����1��11111 IIIIIIIIIIIIIIl�I�II 1lIIIIIIVIIIIIIII�I�_- 1111111'lllllllll11111 . ��_ 111�1�111111 NI 15 11111WA IMPROVEMEN :::11 � lllllllll �Illl�f��ll ADllllll�ir 111111l111� �Ah,���;11 U11111N 1111111111 .111111111 II �,���1'll loss! Mill 1111111111' _. 11l1l111111111111111111 11111::11LEGEND 111 11�1l1i11111 � ' � 1111111111111 N111��IIZ1 y111.�1111 -. ���:. 111111111 alllllllll. 111�111�11 :- :■Illlilill �;G1S1� III 111111/111 - Z. <� . • :111111111:NIIIiII'IIII•• 11�1�`=� ($W� AS PROJECT TEX 1 1 OF FORT • • ._Kmood Stair Rd..Ste.230 Council+ .02693 Contract 2016 Group Map#2024-384,2024-380,2030-380• Ii i WIN �� � � �� � - . IIIIIIIIIIIIIII�� II�IIIIIIlI�IIII[III hYYIII!�!111�111 II I[[IIIIYII�I[Illlll WIN=_--__- ��, itl!lI.,IIIIIIIII�ll IIIIIIILIlII�Illlll 6:�[,,.«a.ylIIYI! II IIII�I!11111�►11111 � 1 �1111�11�111�1!�� IIIIIIIIIIIIIhlllll . Illlllllllllfllll losses Ili Illlllllllllllllll �1� j�� ���lli1 � i1[[IlIIII�► il�ef�l: IIII[Illll�lflll�Ili IIIIII[IIIIIIIM[II[ .111111, IINII II II![IIII[III�IIIII _ . �= ----— �1 IYIIIIII1111111N1IIIii'I,I'1a9►�!I!!I Ili I IIIIIIIY"III 11111�?lIIIIIYYII II IIII1111111111YIIII q yRMAI =10 IIIIIIIIIIIIII�IIIII 11i 111lIIIII�IIIIII. .Illllil(IIIIIIIIIIIII IIIaIYIIIIIIIII i. ,�'�' �� .�h �����hV-4DE 2-59E 2-59F 4-46E '�'���iIIIIIIIIIIIIIIYIIII IIP'PEP!I�I�i!CIIY� I'IYIIIIIIIIIINII[II IiIP!I[I[lIIYIYII . �— I� i2R� r�,r� i �I IIIIIIIIII�Il�l�lll nmlllllllllllllll I�IIIIIIlIIIIIIIII ! �t � . I�: �� llyll�Q_ PROPOSED"__-'--�-��� I�IIIIIIYIIIII�IIIII_Illlllt1l:��li;� , 1111111 I 1'/L�'l�lvlmlllyll,�•I III{VI"nnu.nm .amm�m II[II[II�II . [�IIII-`-IIIIIIIIIIIII I:If:::::ll:::lfllau 1'e 3 le 1°II.I .. ' IIlIIIII"YIIIII �!IIII...........5.:........._.... Illi(glii --•-• — - •,,,,I,u►1il � [II!IIIII IIIII� [IIIIIIIIIIIYhllll ''11111111111 I!!!]3i91;�►iI�'' r. lill![IIIIIIIII t� lllb a l�l[Ilplll' : �.�. u�lllllllll�llll ll..1111 i YllllIIIIIII' !11liiflllll ,��� I -_ III �IIIIII. -------------- .II .. - Mm IlI!311_IIIIYIIIII � ,.��- .• Illel �ll _ �. ;.•III. : _��s��� ��!,►ili:��ly!:II' IlVllllllll�lallu, .ISI IfIIIIIIIIYI!IIII =! �`:=©""' ,! IIIA°' ellllll[Illllllllll III[IIIIIIIIIIII[I!_ II.ltiu!hllll II � `�zvli 1 _ [,[a ,i_II�I,I, :�IIIIIIIII .Y- IIP91111II IIIIIIIIIPPIIu�,.r flllllllll._,. � ililIIIIII�NIlfYllll IIIIlIIII[IlIII�I_ I lIII�IIIIIIIIIIIIIII €�IIII�III "' --. IIIIIfIIYlllll[Il�� . "YiPIIIIIIII�PI,I'�P 'il!I�IIIIIIIIIIIIYI IIIIIYII ,;. — �� '� . IIIIIIIIIIII I_�Illllllh,nnm ,,Ill�llllnllllllll ![IIIIIIIIIIIIII 11. �- IlilllllllGllIIIIII"F II[I�IIlIIIIIIIIIlII IIIIIIIiRliillllllll.:IIIII�IIIIIIIIIIlIII IIIYIIIIIlIlI[III -"Illl�llllllll��l� IIIIIIIIIIIII► . IIY�Illllllllllll�m ..IIIIYIIIIIIIIIIIIII P_I[��II�U,�II�m��IIIIYIIIIIIIIIIIII I Illlllllil��ll� �:.Ilr,����!�II illlllll[ , i 1 • $� IL' umm�u �� IIIIVIIIIIIlIIII�„ II[IIIIIIIIIIIIIIII IIIIIIIlIIIIIIIIIII! .III��LIIIIIIIII�[I I"�Illlllllllllli�� IF.,�n.!,:e,[[IIIIIII III�IIII�IIh' �— _ J=" ii @' •�' X111111111 ` 'llllllPllllllllll� III�IIIIIIIIIIIVIIII IIIIIIIIIIIII�Ni!,!I_! II;Pfal[!�IPIYlllll IIIIYIIIIIIIIIIIIm li ::�'lllllill IIIIII�II�II, � I�IIIIIIIIII�IIIII IIIIYIIlIII[�IIIIIII IIlllli[lIIIIIIII[I!L. I�II[IIIIIlII[IIIIlI IIIIIIiIlIIIIIIIIII I!I!It = IfliiIYIIIIIIIIYI!PI PIIIIIIIIIIIIYIff YII IIVIIIIIIIIIIII[PI IIIIIIIIIIII!19'!!!! I!lIIIE;►11@IMIIII VIII � „ �" :i illlliiillll"illllll 'iiilllllllllllllllll 1[i'1''t i5a115C::Ir�1 ne���unuu■��u munmw€az�a�� •nm Gro p :0 024-384