Loading...
HomeMy WebLinkAboutContract 30885Gi"rY ��C �p�T�,�� � � �� CITY OF FORT WORTH, TEXAS ' STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and LopezGarcia Group, (the "ENGINEER"), for a PROJECT generally described as: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Ida Way (Hillside Avenue to S. Hughes Avenue), Sun Valley Drive (E. Loop 820 South to Kay Drive), S. Hughes Avenue (Ida Way to MLK Freeway) and Canberra Court (Thannish Avenue to Berry Hill Drive). Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: Invoice and Payment The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (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 CI�fY, suspend services under this AGREEMENT until paid in full, including interest. 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. =� � nRIGINAL 'I V� :� J � ��'ft � V;� G"�: c i _, - � ' 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. (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 plastic film sheets, 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. ENGINEERING CONTRACT Page 2 of 14 �'�'fh'1�:;1�=.� `%':'i�-���::)'f;�1� � J. u- 'J `., �`. I� iS'l :� !'��r�,• -. � �r �s � � i. �I�^v`S�%jrl �l''�(`� � uu;�. ��, :'��;�1� �1��, �'���� j{t" � US�� ! 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 befinreen CITY and ENGINEER be construed as requiring 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, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. - (3) When professional certification of pertormance 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 ENGINEERING CONTRACT Page 3 of 14 �;; ,� �:� �,, v� I+ I�'�% ,},'S t' �(�' c;' `-,:> :, t; l� �,�� �"��'��,J.:6� fl 3 of performance by third parties; quality, type, management, or direction of �,4 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 nQt 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 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 fumished 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. Minority and Woman Business Enterprise (M/WBE) participation In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. 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 three (3) 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 ENGINEERING CONTRACT Page 4 of 14 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 three (3) 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 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 sub-consultant 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. ENGINEER's Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the PROJECT. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability $1,000,000 each claim/annual aggregate ENGINEERING CONTRACT � i��J� 1 a� ' �� ?� � V ��' � ,�::J � Page5of14 :�s "� �/=��i�r"..,��''`% � : J U �' ; �'���;�,jr�; I;;:tc �, ;II, '1'„`I�'� �'r��/ � 1 . ..,`i1:I.'�J� '.'I?S. (2) 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. (a) 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. (b) Certificate(s) of insurance shall document that insurance coverage specified according to items section K.(1) and K.(2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on documentation requirements. part of the CITY to request required insurance shall not constitute a waiver of the insurance (d) 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. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (� Deductible limits, or self-insured retentions, affecting insurance required herein shall be acceptable to the CITY in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) 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. (i) The Commercia exclusions by exclusions. ENGINEERING CONTRACT Page 6 of 14 I General Liability insurance policy shall have no endorsements unless the CITY approves such � Q) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the ENGINEER for a minimum two (2) year period subsequent to the term of the respective PROJECT contract with the CITY unless such coverage is provided the ENGINEER on an occurrence basis. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood that insurance cost is an allowable component of ENGINEER's overhead. (I) All insurance required in section K., except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When subconsultants maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or . termination shall not constitute a breach by ENGINEER of the Agreement. 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 acknowtedges 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) (f asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PR�JECT. ENGINEERING CONTRACT Page 7 of 14 O. 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 amendment to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Fumished Data The CITY will make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The 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 and will provide labor and safety equipment as required by the ENGINEER for such access. 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. 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 ENGINEERING CONTRACT Page8of14 : _ _ _ . __ ...: ;� c, . -. ��>��,��^ �+�,� ��� �:i 1:: L �� ��r(1;; ; 1f ��� .:,:;�:�I�r��� '�. 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 in Attachment A. 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 and Indemnification (1) To the maximum extent permitted by law, the CITY will indemnify and release ENGINEER and its officers, employees, and subcAntractors from all claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation expenses arising out of or relating to the presence, discharge, release, or escape of hazardous substances, contaminants, or asbestos on or from the PROJECT. Nothing contained herein shall be construed to require the CITY to levy, assess or collect any tax to fund this indemnification. (2) The indemnification and 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 such hazardous substance, contaminant or asbestos is brought onto the PROJECT by ENGINEER. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemni�cation of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Parly 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 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." ENGINEERING CONTRACT f i I�::.� 14=� � ii 5�� �. .�, � Page9of14 vJ�j�� .,�- ��Ji�;�r: •�>,l � li 4 ��'���!��,Lb':.�,:j' � 7 iC j? qn � u� �i�:;�,.';J`�; �I �� �L�� � l 1 4 /n` �G� 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) (1) 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. CITY's Insurance 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) J The CITY will specify that the Builders RisWlnstallation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. Litigation Assistance The Scope of Services does not include costs of the requested assistance to support, prepare, document, litigation undertaken or defended by the CITY. In the services of the ENGINEER, this AGREEMENT shall I agreement will be negotiated between the parties. K. Changes ENGINEER for required or bring, defend, or assist in event CITY requests such �e amended or a separate 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. 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. ENGINEERING CONTRACT Page 7� of 14 B. 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 final designs, drawings, specifications and documents shall be owned by the CITY. 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. 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 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; b.) Out-of-pocket expenses for purchasing storage containers, microfilm, 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 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. ENGINEERING CONTRACT Page 11 of 14 ., J , . ..'i>-: �• .:u`:,� .. ..J �����;y 'V�,iS'���)'SS;��'�r�' �'�� ' b L� �la 6 �;;::� N '2 �7:i:';.'1•'��iQl�� �i��,•9 '.� � '.�:!�:J1:Cll', ����� F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). 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. 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. Altemate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If inediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than ENGINEERING CONTRACT Page 12 of 14 i9U�� �'�`�v1,L��.1;�;,�, t ::� n�fI S� ��`n i ly �o �:'d ��;% k U l� U L G�: a � $50,000, exciusive of attorney's fees, costs and expenses, will be final, `f ` judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2} Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become �nal ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. K. Severability and Survival If any of the 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.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. L. 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 shafl 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. ENGINEERING CONTRACT Page 13 of 14 Elrticle VBI 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 _ � � ,i Executed this the`- �\ day of �� -~ 2004. ATTEST: � Marty Hendrix City Secretary — l� �J � �,c���r��� �u�.�aaraa�tib� � ----- ,�-- _ .� ���� --- -- - APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ENGINEERING CONTRACT Page 14 of 14 CITY OF FORT R 'H � �.� _ _� J �` � � Marc. A. Ott � Assistant Caty Manager APPR ECOMMENDED ' < � ' �� A. Douglas Rademaker, P. E. Director, Engineering Department [�� �; � ;• - By i� �- �ti�; /J �' y � � �� Dougla�' C. Mikeworth'; P.E. Vice President/FW Office Manager , � � ;,� !i- �. � �; v i ��_,J S � � I i : � ' �",,� J�� C'y� u .��..�,}�� (— f ��� `�'�',;v;i��r;�l'n� �;'�?( � uLG,,. ATTACHMENT "A" -�- ..- . -� - "Scope of Services set forth herein can only be modr�ed by additions, clarifications, and/or deletions set forth in the supplemental Scope of Services. In cases of conflict between the Supplemental Scope of �ervices and the General Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services. " � ► :e 1) Preliminary Conference with City The Engineer shall attend preliminary conferences with authorized representatives of the City regarding the scope of project so that the plans and specifications which are to be developed hereunder by the Engineer will result in providing facilities which are economical in design and conform to the City's requirements and budgetary constraints. 2) Coordination with Outside Agencies/Public Entities The Engineer shall coordinate with officials of other outside agencies as may be necessary for the design of the proposed street, and storm drain and/or water and wastewater facilities/improvements. It shall be the Engineer's duty hereunder to secure necessary information from such outside agencies, to meet their requirements. 3) Geotechnicallnvestigations The Engineer shall advise the City of test borings, and other subsurface investigations that may be needed, In the event it is determined necessary to make borings or excavate test holes or pits, the Engineer shall in coordination with the City and the City's geotechnical engineering consultant, draw up specifications for such testing program. The cost of the borings or excavations shall be paid for by the City. 4) Agreements and Permits The Engineer shall complete all forms/applications to allow the City of Fort Worth to obtain any and all agreements and/or permits normally required for a project of this size and type. The Engineer will be responsible for negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits and will make any revisions necessary to bring the plans into compliance with the requirements of said agency, including but not limited to highways, railroads, water authorities, Corps of Engineers and other utilities. 5) Design Changes Relating to Permitting Authorities If permitting authorities require design changes, the Engineer shall revise the plans and specifications as required at the Engineers own cost and expense, unless such changes are required due to changes in the design of the facilities made by the -1- � J�j�� ,.`'�,!�'�'�: �.1�!t + T6'� -.��:�J�' i Jl�� �5��(. J��i l l..�... permitting authority. If such changes are required, the Engineer shall notify the City and an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. 6) Plan Submittal Copies of the original plans shall be provided on reproducible mylar or approved plastic film sheets, or as otherwise approved by the Department of Engineering and 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; and further provided, that the Engineer shall not be liable for the consequences of any changes that are made to the drawings or changes that are made in the implementation of the drawings without the written approval of the Engineer. PHASE 7 7) Right-of-Way, Easement and Land Acquisition Needs The Engineer shall determine the rights-of-way, easement needs for the construction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary right-of-way sketches, prepare necessary easement descriptions for acquiring the rights-of-way andlor easements for the construction of this projeGt. Sketches and easement descriptions are to be presented in form suitable for direct use by the Department of Engineering in obtaining rights-of-way, easements, permits and licensing agreements. All materials shall be furnished on the appropriate City forms in a minimum of four (4) copies each. 8) Design Survey The Engineer shall provide necessary field survey for use in the preparation of Plans and Specifications. The Engineer shall furnish the City certified copies of the field data. 9) Utility Coordination The Engineer shall coordinate with all utilities, including utilities owned by the City, as to any proposed utility liens or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the existing lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work, and shall submit such evaluation in writing to the City as part of this phase of the project. f � � , ,., -2- ti7 r i ' t � �,. ! ,_.. 10) Canceptuai Plans The Engineer shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and preliminary estimates of probable construction costs for the Engineer's recommended plan. For all submittals, the Engineer shall submit plans and documents for street/storm drain and water/wastewater facilities. The Engineer shall receive written approval of the Phase 1 Plans from the City's project manager before proceeding with Phase 2. PHASE 2 11) Design Data The Engineer shall provide design data, reports, cross-sections, profiles, drainage calculations, and preliminary estimates of probable construction cost. 12) Preliminary Construction Plans and Technical Specifications The Engineer shall submit twenty (20) copies of Phase 2 preliminary construction plans and five (5) copies of the preliminary technical specifications for review by the City and for submission to utility companies and other agencies for the purposes of coordinating work with existing and proposed utilities. The preliminary construction plans shall indicate location of existing/proposed utilities and storm drain lines. The Engineer shall receive written approval of the Phase 2 plans from the City's project manager before proceeding with Phase 3. PHASE 3 13) Final Construction Plans The Engineer shall furnish five (5) copies of the final construction plans and contract specifications for review by the City. 14) Detailed Cost Estimate The Engineer shall furnish four (4) copies of detailed estimates of probable construction costs for the authorized construction project, which shall include summaries of bid items and quantities. 15) Plans and Specification Approval The Engineer shall furnish an original cover mylar for the signatures of authorized City officiais. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. �c� PHASE 4 16) Final Approved Construction Plans The Engineer shall furnish 45 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. When substitu- tion prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 18) Recommendation of Award The Engineer shall assist in the tabulation and review of all bids received for the construction of the project and shall make a recommendation of award to the City. 19) Prebid Conference The Engineer shall attend the prebid conference and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. PHASE 5 20) Preconstruction Conference The Engineer shall attend the preconstruction conference. 21) Construction Survey The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field to allow City survey crews to stake the project. The setting of line and grade stakes and route inspection of construction will be performed by the City. 22) Site Visits The Engineer shall visit the project site at appropriate intervals as construction proceeds to observe and report on the progress and the quality of the executed work. �-, ., ,� � � . i�� � �, . 1 S r� ;� i}� -- ..� �J ��. J �r �• �;l:r�+;'. , J� „� , ,. _ —4— ����� ;�5�a'��i�;��i:��l� �� ,:.; ;� � I I� f ,.�.�� ' ,yI •ifriii 1'; �;. � ,( �. 9 4a .:`:Jl�.�i�➢ VL�11a 23) Shop Drawing Review The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. 24) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 25) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 26) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. -5- EXHIBIT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: WATER & SANITARY SEWER LINE REPLACEMENT ON IDA WAY (HILLSIDE AVE. TO S. HUGHES AVE.), SUN VALLEY DRIVE (E. LOOP 820 SOUTH TO KAY DR.), S. NUGHES AVENUE (IDA WAY TO M.LK FREEWAY) AND CANBERRA COURT (THANNISCH AVE. TO BERRYHILL DR.) The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for water and sanitary sewer line replacements for the following: Contract No. 7 Project No. 00020 SUMMARY OF IMPROVEMENTS WATER AND SANITARY SEWER REPLACEMENT WATER SANITARY SEWER STREET COUNCIL Exist. Prop. Exist. Prop. NAME DISTRICT Water Map Replacement Sewer Map Replacement No. P�Pe P�pe Length (LF) No. P�pe P�pe Length (LFj /ln in In In Ida Way Hillside Ave. No. 5 W2072-372 6& 8 8 500 S2072-372 6 8 475 to S. Hughes Ave. • Sun Valley Drive E. Loop 820 No. 5 W2078-368 8 S 1,425 S2078-368 6 8 1,300 South. To Kay Dr. S. Hughes Avenue Ida Way No. 5 W2072-372 8 8 500 S2072372 6& 8 8 400 To MLK Freeway. Canberra Court Thannisch Ave. No. 8 W2060-380 10 10 2,200 S2060-380 6& 8 8 932 To Berryhill Dr.. _ TOTAL= 4,625 3,107 06/16/04 A-1-1 LGGROUP 5004P 1 : Upon receipt of Notice to Proceed, the ENGINEER will perform the following tasks: PART A - PRE-ENGINEERING 1. Initial Data Collection 06/16/04 a. Pre-Design Coordination Meetings ENGINEER will attend and document meetings, as required, to discuss and coordinate various aspects of the project and to ensure that the project stays on schedule. For purposes of establishing a level of comfort, two (2) meetings are anticipated. These include the following: One (1) pre-design kick-off meeting, (including the City's Department of Engineering and other departments that are impacted by the project). One (1) review meeting at completion of the CITY'S review of the conceptual engineering plans. b. Data Collection In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordinafion of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, 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 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 A-1-2 LGGROUP 5004P information and design the service line prior to advertising the project for bid. If the service line information cannot be obtained during design survey, the ENGINEER shall delay the design of the sewer service line until the start of construction. The CITY will direct the Contractor to de-hole the service line at the clean-out location of all buildings or structures so that the ENGINEER or surveyor can determine the flow line of the sewer service line after contract(s) for the construction of the project have been awarded, but prior to the construction of any sanitary sewer lateral or main which will require the reroute/relocation of existing public and private sanitary sewer service lines. The ENGINEER shall then use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. c. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all utilities, including utilities owned by the CITY, TXDOT and railroads. These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the concept plans. The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. The ENGINEER shall complete all forms necessary for CITY to obtain permit letters from TXDOT and railroads and submit such forms to the CITY. CITY shall be responsible for forwarding the forms to the affected agencies for execution. 2. Monthly Progress Report and Neighborhood Newsletter 06/16/04 a. The ENGINEER shall submit a project schedule after the design contract is fully executed. The schedule shall be updated and submitted to the CITY along with monthly progress reports as required under Attachment B of the contract. b. ENGINEER will prepare a quarterly newsletter detailing the status of the project for distribution to the affected Neighborhood Association. The newsletter will be reviewed and approved by the CITY prior to distribution. A-1-3 LGGROUP 5004P PART B- CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering 06/16/04 a. Surveys for Design 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, locations of buried utilities, structures, and other features relevant to the final plan sheets. For sewer lines located in alleys or backyards, ENGINEER will obtain the following: Obtain permission for surveying through private property. Locate horizontal and vertical alignment of utility lines. Tie improvements, trees, fences, walls, etc., horizontally along rear lines in an approximately 20' wide strip. In addition, locate all rear house corners and building corners in backyards. Profile existirg wat�r and/or sewer line centerline. Compile base plan from field survey data at 1" = 40' horizontal scale and a 1" = 4' vertical s�cale. When conducting design survey at any location on the project, the consultant or its sub-consultant shall carry readily visible information identifying the name of the company and the company representative. All company vehicles shall also be readily identified. ii. ENGINEER Will Provide the Following Information: All plans, field notes, plats, maps, legal descriptions and other specified documen#s prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the CITY Department of Engineering. All text data, such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format. All drawing files shall be provided in MICROSTATION (DGN), or as �i _ .; �,� � a> �..ri. �'� � f A-1-4 LGGROUP 5004P ,; SII�,tl sfI�.-}:�� ...�:IiJ�I� pL[\�� � 06/16/04 otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shall become the property of the CITY. The minimum survey information to be provided on the plans shall include the following: a) A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400; b) The following information about each Control Point; 1) identified (Existing City Monument #, PK Nail, 5/8" Iron Rod,) 2) X, Y and Z Coordinates in an identified coordinate system and a referenced origin point. Z coordinate will be based upon CITY Datum only. 3) Descriptive Location (Example: "X" set in the centerline of a curb inlet in tFie South curb line of Northside Drive at the East end of radius at the So!.�theast corner of Northside Drive and North Main Street). c) Coordinates on all Points of Curvature (P.C.'s), Points of Tangency (P.T.'s), Points of intersection (P.I.'s), Manholes, Valves, etc., in the same coordinate system, as the ControL d) No less than two (2) horizontal control points per street, line or location. e) Bearings given on all proposed centerlines, or baselines. f) No less than one (1) benchmark (City Monument) per planlprofile sheet. Benchmark should be the closest available monument to the project. g) Station equations relating utilities to paving, when appropriate. h) Obtain the "foot print" of all properties where the sanitary sewer service line is to be relocated or rerouted. A-1-5 LGGROUP 5004P 06/16/04 b. Public Notification and PersonnelNehicle Identification Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: Project Name and Project Limits, City Project No., D.O.E. Project No., ENGINEER'S Project Manager's Name and Phone No., Scope of Survey Work and Design Survey Schedule. The letter will be reviewed and approved by the CITY prior to distribution. When conducting site visits to the project location, the consultant or any of its sub- consultants shall carry readily visible information identifying the name of the company and the company representative. All company vehicles shall also be readily identifiable. c. Conceptual Engineering Plans Submittal i. Conceptual Engineering Plans shall be submitted to CITY 40 days after Notice to Proceed Letter is issued. ii. The ENGINEER shall perform conceptual design of the proposed improvements and furnish four (4) copies of the Phase 1- Conceptual Engineering Plans which include layouts of the proposed improvements, preliminary right-of-way needs and permitting requirements and an ENGINEER'S opinion of probable construction cost. ENGINEER shall perForm remaining field surveys required for final design of selected route(s). The ENGINEER shall also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the CITY as a part of the Conceptual Phase of the project. All design shall be in conformance with Fort Worth Water Department policy and procedure for processing water and sewer design. ENGINEER shall review the CITY's water and sewer master plan and provide a summary of findings pertaining to the proposed project. ��� �'. l °�',il��'i�' �.J . . 1i:]'�. .- � . � � 11/L� :J� ��I i. A-1-6 LGGROUP 5004P } U, ;����° ' �:�!��� �l�6�1s 2. Preliminary Engineering Upon approval of Part B, Section 1, ENGINEER will prepare Preliminary Construction Plans depicting the following information: a. Overall water and/or sanitary sewer layout sheets and an overall easement layout sheet(s). b. Preliminary project plan and profile sheets will show the following: Proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves and all pertinent information needed to construct the project. Legai description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. c. Ground profile grades and elevations along centerline of proposed water and sanitary sewer line replacements. Existing found property corners (e.g. iron rods) along the existing/proposed righi-of-way. Profiles of existing and proposed paving, private utilities, storm sewers, water and sanitary sewer lines. d. �or sewer lines and pipelines, a schedule for point repairs, rehabilitation anc+ replacement will be located on the base sheets prepared from survey information gathered under Part B, Section 2. Conflicts shall be resolved where pipelines are to be rehabilitated on the same line segment. Base sheets shall reference affected or adjacent streets. Where open-cut construction is anticipated, below and above ground utilities will be located and shown on the base sheets. e: Existing utilities and utility easements will be shown on the plan and profile sheets. ENGINEER will coordinate with utility companies and the CITY of Fort Worth to determine if any future improvements are planned for private utilities or by the CITY that may impact the project. f. The design of sewer service line reroute/relocation will be provided if the flow line elevation of the sewer service can be determined from the cleanout location. If this elevation cannot be determined during design survey, the design shall be provided after award of the construction contract as specified in Section A, Part 1 b. g. The ENGINEER shall make provisions for reconnecting all water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within CITY right-of-way or utility 06/16/04 A-1-7 LGGROUP 5004P 06/16/04 easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate ail service lines which are connected to the existing main and connect said service lines to the relocated main. h. The ENGINEER will prepare standard and special detail sheets for water line installation and 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, waterline relocations, detaiis unique to the construction of the project, trenchless details, and special service lateral reconnections. i. All proposed sanitary sewer line replacements will be shown in plan and profile. Water line replacements which are 12" or larger will be profiled. ALL water line replacements, which require vertical adjustment, will be profiled. j. Proposed plan/profile sheets will utilize a standard City of Fort Worth construction legend. Adequate horizontal and vertical control shall be provided on the plan sheets to locate all proposed and existing facilities. Ownership, address, lot number, block number and addition name will be provided in the plan view. k. Plan and profile sheets shall have a horizontal scale of 1" = 40' and a vertical scale of 1" = 4'. Water line profiles shall indicate stationing, pipe material, all fittings, vertical angles, connections to existing water lines, utility crossings and any other pertinent datum and elevations. Sanitary Sewer line profiles shall indicate stationing, pipe material, percent of grade, connections to existing sanitary sewer lines, utility crossings, grade breaks flow line and rim elevations. I. Right of Way Research The ENGINEER will conduct preliminary research for availability of existing right of way and easements where open-cut construction or relocation of existing alignments is probable. Upon CITY approval of re-alignments, the CITY will authorize the ENGINEER to prepare temporary construction and/or permanent utility easements, as required. m. Right of Way/Easement Preparation and Submittal Preparation and submittal of right of way, easements and temporary right of entry agreements will be in conformance with "Submittal of Information to Real Property Division for Acquisition of Property". ��. �.-.� .,� _ .. ..._ �i ��. �;;'� i� i1� L ��j,�';: I1(1;1 A-1-8 LGGROUP 5004P ,,.� -,�,U , �� � 'r�'"i.,; � Z�.� :��i.u�fi� Iz � n. � 06/16/04 Utility Ciearance Phase The ENGINEER will consult with the City's Water Department, Department of Engineering, and other City departments, public utilities, private utilities and governmentai agencies to determine the approximate location of above and underground utilities that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities. The ENGINEER shali submit a minimum of 16 sets of approved preliminary construction plans to the City of Fort Worth - Department of Engineering - Consultant Services - Utility Coordinator. The CITY'S Utility Coordinator will distribute plans to all utility companies, which have facilities within the project limits. Preliminary Construction Plans Submittal Preliminary Construction Plans, Contract Documents and Specifications shall be submitted to CITY 30 days after CITY approval of Part B, Section 1. ii. The ENGINEER shall dsliver two (2) ssts of Preliminary Construction Plans and two (2) sets of Contract Documents and .Specifications to CITY for review. Generally, plan sheets shall be organized as follows: Cover Sheet Project Layout, Control Points & Coordinates Generai Construction Notes & Legend Plan & Profile Sheets Standard Construction Details Special Details (If applicable) Temporary Right of Entry Agreement & Easement Information (if applicak�le) iii. The ENGINEER shall submit a preliminary opinion of probable construction cost with the plans submitted. ENGINEER shall assist CITY in selecting the most feasible and/or economical solution(s) to be pursued. A-1-9 LGGROUP 5004P % p. Review Meetings with CITY The ENGINEER shall meet with the CITY to discuss review comments for the prefiminary submittal. The CITY shall direct the ENGINEER, in writing, to proceetl with Final Design for Final Review. q. Public Meeting After the Preliminary Plans have been reviewed and approved by the CITY, the ENGINEER shall prepare project exhibits, provide the CITY with the database listing the names and addresses of all residents and businesses to be affected by the proposed project, and attend a public meeting to help explain the proposed project to residents. The CITY shall mail the invitation letters. 3. Finai Engineering Plan Submittal a. Final Construction Plans, Contract Documents and Specifications shail be submitted to the CITY 15 days after approval of Part B, Section 2. Following CITY approval of the recommended improvements, the ENGINEER shall prepare Final plans, Contract Documents and Specifications (each sheet shall be sealed, dated and signed by the ENGINEER). ENGINEER shall submit two (2) sets of plans and contract documents and specifications to the CITY within 10 days of CITY'S final approval. b: ENGINEER'S Opinion of Probable Construction Cost The ENGINEER shall submit a final opinion of probable construction cost with the final pians, contract documents and specifications. PART C - PRE-CONSTRUCTION ASSISTARlCE 1. Deliver �id Documenis The ENGINEER will make availabie for bidding, upon request by the CITY, up to fifty (50) sets of the final approved; sealed, dated and signed plans, contract documents and specifications for the project tc the CITY far distribution to potential bidders. Part B- Proposal of the Contract Documents and Specifications will be delivered in electronic format. 06/16/04 A-1-10 LGGROUP 5004P 2. Bidding Assistance The ENGINEER shall assist the CITY during the bidding phase including preparation and delivery of addenda to plan holders and responses to questions submitted to the Department of Engineering by prospective bidders. The ENGINEER shall attend the scheduled pre-bid conference, if applicable. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening, develop bid tabulations and submit four (4) copies of the bid tabulation. Bid tabulations shall be submitted on a disk in Microsoft Excel format. 3. The ENGINEER shall attend the Pre-construction conference for the project. The ENGINEER shall also consult with and advise the CITY on design and/or construction changes, if necessary. The ENGINEER shall attend the final inspection walk-through at the substantial completion phase of construction. � � � 1 ;�:,;�i ;, �;' � . :'.,se> �._ .'�.,'�'r ,;'1� l�/��'.,', t;_`i� 06/16/04 A-1-11 LGGROUP 5004P �'IV; �ji�''1 ' : � !l � U �.i��., � EXHIBIT "A-2" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: STREET RECONSTRUCTION AND DRAINAGE IMPROVEIVIENTS ON 1DA WAY (HILLSIDE AVE. TO S. HUGHES AVE.), SUN VALLEY DRIVE (E. LOOP 820 SOUTH TO KAY DR.), S. HUGHES AVENUE (IDA WAY TO MLK FREEWAY) AND CANBERRA COURT (THANNISCH AVE. TO BERRYHILL DR.) The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for street reconstruction and drainage improvements for the following: Contract No. 7 Project No. 00020 SUMMARY OF IMPROVEMENTS STREET RECONSTRUC�ION PAVEMENT STORM DRAIN STREET COUNCIL 6" Lime 6" Reinforced 7' Integral 6" Reinforced 2�„ 24" 5' CURB 10' CURB NAME DISTRICT Stabilized Concrete Curb Concrete RCP RCP INLET INLET Subgrade Pavement ��F� Driveway (LF) (LF) (EA) (EA) (SY) (SY) (SF) Ida Way HillsideAve. No.S 1,711 1,621 562 3,393 N/A N/A NtA N/A to S. Hughes Ave. - � Sun Valley Drive E. Loop 820 No. 5 4,777 4,592 1,732 2,838 N!A WA N!A N/A South. To Kay Dc S. Hughes Avenue Ida Way No.5 1,806 1,764 658 3,114 N/A N/A N/A N!A To MLK Freeway Canberra Court Thannisch Ave. No.B 8,353 8,032 2,909 10,323 35 10 1 1 To Berryhill Dc � TOTAL= 16,647 16,009 5,861 19,668 35 10 1 1 06/16/04 A-2-1 LGGROUP 5004P ,, . i E 3 � STREET IDA WAY (Hiilside Ave. to S. Hughes Ave.) a. Concrete Pavement SUN VALLEY DR. (E. loop 820 South to Kay Drive a. Concrete Pavement S. HUGHES AVE. (Ida Way to MKL Freeway) a. Concrete Pavement CANBERRA CT. ( Thannisch Ave. to Berryhill Dr.) a. Concrete Pavement LANE MILES APPROX. COST / MILE (13.5' Width) (Includes pavement, curb and subgrade stabilization) 0.50 0.19 � :� 0.17 $278,505 $270,324 $275,920 $281,819 Upon receipt of Notice to Proceed, the ENGINEER will perform the following tasks: PART A - PRE-ENGINEERING E 06/16/04 Initial Data Col[ection a. � Pre-Design Coordination Meetings ENGINEER will attend and document meetings, as required, to discuss and coordinate various aspects of the project and to ensure that the project stays on schedule. For purposes of establishing a levei of comfort, two (2) meetings are anticipated. These include the following: One (1) pre-design kick-off meeting, (including the City's Department of Engineering and other departments that are impacted by the project). One (1) review meeting at completion of the CITY'S review of the conceptual engineering plans. Data Collection In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any pianned future improvements that may infiuence the A-2-2 LGGROUP 5004P project. ENGINEER wili also identify and seek to obtain data for existing conditions that may impact the project including; utilities, CITY Master plans, CITY drainage complaint files, existing applicable drainage studies and property ownership as available from the Tax Assessor's office c. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all utilities, including utilities owned by the CITY, TXDOT and railroads. These entities shall aiso be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the concept plans. The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. The ENGINEER shall complete all forms necessary for CITY to obtain permit letters from TXDOT and railroads and submit such forms to the CITY. CITY shall be responsible for forwarding the forms to the affected agencies for execution. 2. Monthly Progress Report and Neighborhood Newsletter a. The ENGINEER shall submit a project schedule after the design contract is fully e:.ecuted. The schedule shall be �pdated and submitted to the CITY along with monthly progress reports as required under Attachment B of the contract. b. ENGINEER will prepare a quarterly newsletter detailing the status of the project for distribution to the affected Neighborhood Association. The newsletter will be reviewed and approved by the CITY prior to distribution. PART B- CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering 06/16/04 a. Surveys for Design i. 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, locations of buried utilities, structures, and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown , �., � _ .,_ _, ._� '�,!�; {'� f� A-2-3 LGGROUP 5004P ,.��v;1i�;�� S'�;}^ � UL,G�� 06/16/04 on intersection layouts with cross slope to fit intersecting grade lines. When conducting design survey at any location on the project, the consultant or its sub-consultant shall carry readily visible information identifying the name of the company and the company representative. All company vehicles shail also be readily identified. ii. ENGINEER Will Provide the Following Information: All plans, field notes, plats, maps, legal descriptions and other specified documents prepared in conjunction with the requested services shali be provided in a digitai format compatible with the electronic data collection and computer aided design and drafting software currently in use by the CITY Department of Engineering. All text data, such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format. All drawing files shall be provided in MICROSTATION (DGN), or as otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shail become the property of the CITY. The minimum survey information to be provided on the plans shall include the following: a) A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400; b) The following information about each Control Point; 1) Identified (Existing City Monument #, PK Nail, 5/8" Iron Rod,) 2) X, Y and Z Coordinates in an identified coordinate system and a referenced origin point. Z coordinate will be based upon CITY Datum only. 3) Descriptive Locatiori (Example: "X" set in the centerline of a curb inlet in the South curb line of Northside Drive at the East end of radius at the Southeast corner of Northside Drive and North Main Street). A-2-4 LGGROUP 5004P '}. '& 06/16/04 c) Coordinates on all Points of Curvature (P.C.'s), Points of Tangency (P.T.'s), Points of Intersection (P.i.'s), Manholes, Valves, etc., in the same coordinate system, as the Control. d) No less than two (2) horizontal control points per sheet, line or location. e) Bearings given on all proposed centerlines, or baselines. f) No less than one (1) benchmark (City Monument) per plan/profile sheet. Benchmark should be the closest available monument to the project. g) Station equations relating utilities to paving, when appropriate. b. Public Notification and PersonnelNehicle Identification Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: Project Name and Project Limits, City Project No., ENGINEER'S Project Manager's Name and Phone No., Scope of Survey Work and Design Survey Schedule. The letter will be reviewed and approved by the CITY prior to distribution. When conducting site visits to the project location, the consultant or any of its sub- consultants shall carry readily visible information identifying the name of the company and the company representative. All company vehicles shall also be readily identifiable. c. Drainage Cor���.ations ENGINEER will review and document the storm water watershed drainage runoff area and existing street, right-of-way and storm sewer capacities for the subject site. A drainage map will be drawn at 1" = 200' scale from available contour maps. Calculations regarding street and right-of-way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Capacities of existing storm drain will be calculated and shown. The ENGINEER's responsibility includes recommendations for improvements of the A-2-5 LGGROUP 5004P existing system as deemed reasonable and consistent with City standards. d. Conceptual Engineering Plans Submittal i. Conceptual Engineering Plans shall be submitted to CITY 40 days after Notice to Proceed Letter is issued. ii. The ENGINEER shall perform conceptual design of the proposed improvements and furnish four (4) copies of the Phase 1- Conceptual Engineering Plans which include layouts of the proposed improvements, preliminary right-of-way needs and permitting requirements and an ENGINEER'S opinion of probable construction cost. The ENGINEER shail also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the CITY as a part of the Conceptual Phase of the project. 2. Preliminary Engineering 06/16I04 Upon approval of Part B, Section 1, ENGINEER will prepare Preliminary Construction Plans depicting the following information: a. Drainage area maps with u�rairag� calculations and hydraulic computations. Information shown on the plans will be consistent with Part A, Paragraph 1.b. for the proposed condition. b. Preliminary project plan and profile sheets will show the following and shall be on 22" X 34" sheets: curb lines, driveways, medians (if appiicable), sidewalks, and existing and proposed water and sanitary sewer mains. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. Paving pian and profile sheets shali have a horizontal scale of 1" = 40' and a vertical scale of 1" = 4'. c. Proposed roadway profile grades and elevations along each curb line, elevations at all Points of Vertical Curvature (P.V.C.'s), Points of Vertical Tangency (P.V.T.'s), Points of Vertical Intersection (P.V.I.'s), high and low points, vertical curve information, and pertinent AASHTO calculations. Profiles for existing curbs (if any) and existing ground at the right and left right-of-way lines shall be shown. Existing found property corners (e.g. iron rods) along the existing/proposed right-of-way shall be shown on the plans. Profiles of existing and proposed, storm drain mains and leads shall be provided. A-2-6 LGGROUP 5004P d. Existing utilities and utility easements will be shown on the roadway plan and profile sheets. ENGINEER will coordinate with utility companies and the CITY of Fort Worth to determine if any future improvements are planned for private utilities or by the CITY that may impact the project. e. Preliminary roadway cross-sections will be developed, from the survey notes, at intervals not-to-exceed 50 foot along the project length and will extend 10' past the right-of-way line on both sides of the street. Additional cross-sections at important features including driveways, P.I.'s of intersecting streets, (minimum distance of 100' along cross-street at each P.I.) walks, retaining walls, etc., wiil also be provided. Profiles of centerline of driveways will also be provided where necessary. Scale will be 1" = 10' horizontal and 1" = 2' vertical. f. Street and intersection layouts. g. Proposed plan/profile sheets will utilize a standard City of Fort Worth construction legend. Adequate horizontal and vertical control shall be provided on the plan sheets to locate all proposed and existing facilities. Ownership, address, lot number, block number and addition name will be provided in the plan view. h. Furnish as a function of final plans, six (6) copies of the finai cross-sections on 22" x 34" sheets. fnformation on these sheets will include centerline station, profile grades and centerline elevations, roadway section (existing and proposed), and right-of-way limits. Scale will 1" = 10' horizontal and 1" = 2' vertical with cross- sections plotted with stationing from the bottom of the sheet, and will include laterals and inlets. CITY policy with regard to parking design shall be maintained. Excavation and embankment volumes and end area computations shall also be provided. i. Right-of-Way Research The ENGINEER will conduct preliminary research for availability of existing right of way and easements where open-cut construction or relocation of existing alignments is probable. Upon CITY approvai of re-alignments, the CITY will authorize the ENGINEER to prepare temporary construction and/or permanent utility easements, as required - j. Right-of-Way/Easement Preparation and Submittal 06/16/04 Preparation and submittal of right of way, easements and temporary right of entry agreements will be in conformance with "Submittal of Information to Real A-2-7 LGGROUP 5004P 06/16/04 Property Division for Acquisition of Property". k. Utility Clearance Phase The ENGINEER will consult with the City's Transportation and Public Wortks Department, Water Department, Department of Engineering, and other City departments, public utilities, private utilities and governmental agencies to determine the approximate location of above and underground utilities that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities. The ENGINEER shall submit a minimum of 16 sets of approved preliminary construction plans to the City of Fort Worth - Department of Engineering - Consultant Services - Utility Coordinator. The CITY'S Utility Coordinator will distribute plans to all utility companies, which have facilities within the project limits. I. Preliminary Construction Plans Submittal i. Preliminary Construction Plans, Contract Documents and � Specifications shali be submitted to CITY 30 days after CITY approval of Part B, Section 1. ii. The ENGINEER shall deliver two (2) sets of Preliminary Construction Plans and two (2) sets of Contract Documents and Specifications to CITY for review. Generally, plan sheets shall be organized as follows: Cover Sheet Project Layout, Control Points & Coordinates General Construction Notes & Legend Drainage Area Map and Computations Plan & Profile Sheets Standard Construction Details Special Details (If applicable) Temporary Right-of-Entry Agreement & Easement Information (if applicable) iii. The ENGINEER shall submit a preliminary opinion of probabie construction cost with the preliminary plans submitted. ENGINEER shall assist CITY in selecting the most feasible and/or economical solution(s) to be pursued. A-2-8 LGGROUP 5004P m. Review Meetings with C(TY The ENGINEER shaii meet with the CITY to discuss review comments for the preliminary submittal. The CITY shail direct the ENGINEER, in writing, to proceed with Final Design for Final Review. n. Public Meeting After the Preliminary Plans have been reviewed and approved by the CITY, the ENGINEER shall prepare project exhibits, provide the CITY with the database listing the names and addresses of all residents and businesses to be affected by the proposed project, and attend a pubiic meeting to help explain the proposed project to residents. The CITY shall select the location and maii the invitation letters to the affected customers. 3. Final Engineering Plans Submittal a. Final Construction Plans, Contract Documents and Specifications shall be submitted to the CITY 15 days after approval of Part B, Section 2. Following CITY approval of the recommended improvements, the ENGfNEER shall prepare Final plans, Contract Documents and Specifications (each shest shall be sealed, dated and signed by the ENGINEER registered/licensed in the State of Texas). ENGINEER shall submit two (2) sets of plans and contract documents and specifications to the CITY within 10 days of CITY'S final approvaL b. ENGINEER'S Opinion of Probable Construction Cost The ENGINEER shail submit a final opinion of probable construction cost with the final plans, contract documents and specifications. PART C - PRE-CONSTRUCTION ASSISTANCE 1. Deliver Bid Documents The ENGINEER will make available for bidding, upon request by the CITY, up to ffty (50) sets of the final approved, sealed, dated and signed plans, contract documents and specifications for the project to the CITY for distribution to potential bidders. Part B- Proposal of the Contract Documents and Specifications will be delivered in electronic format. 06/16/04 A-2-9 LGGROUP 5004P 2. Bidding Assistance The ENGINEER shall assist the CITY during the bidding phase including preparation and delivery of addenda to plan holders and responses to questions submitted to the Department of Engineering by prospective bidders. The ENGINEER shall attend the scheduled pre-bid conference, if applicable. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shali attend the project bid opening, develop bid tabulations and submit four (4) copies of the bid tabulation, along with the contract documents to the CITY within three (3) working days after bid opening. Bid tabulations shall be submitted on a disk in Microsoft Excel format. 3. Assistance During Construction - 06/16/04 The ENGINEER shall attend the Pre-construction conference for the project. The ENGINEER shali also consult with and advise the CITY on design and/or construction changes, if necessary. The ENGINEER shall attend the final inspection walk-through at the substantiai completion phase of construction. A-2-10 LGGROUP 5004P ATTACHMENT "B" COMPENSATION AND SCHEDULE Engineering Design Services Associated With Street Reconstruction, Water And Sanitary Sewer Replacement On Ida Way (Hillside Ave. To S. Hughes Ave.), Sun Valley Drive (E. Loop 820 South To Kay Dr.), S. Hughes Avenue (Ida Way To MLK Freeway) And Canberra Court (Thannisch Ave. To Berryhill Dr.) (Concrete Pavement) Contract No. 7 Project No. 00020 Compensation A. The Engineer shall be compensated a total lump sum fee of $123,315.72 as summarized in Exhibit "B-3". Payment of the total lump sum fee shall be considered full compensation for the services described in Attachment "A" and Exhibit "A-1 " for all labor materials, supplies and equipment necessary to complete the project. B. The Engineer shall be paid rtionthly as described in Exhibit "B-1", Section 1- Method of Payment. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the Engineer. II. Schedule Final Plans and Contract Documents for bid advertisement shall be submitted within 146 calendar days after the "Notice to Proceed" letter is issued. A. Conceptual Engineering Plans — 40 calendar days B. Preliminary Engineering Plans and Contract Documents — 30 calendar days C. Final Engineering Plans and Contract Documents —15 calendar days D. Final Plans and Contract Documents for Bid Advertisement —10 calendar days 06/16/2004 B-1 LGGROUP 5004P , � . EXHIBIT "B-1" (SUPPLEMENT TO ATTACHMENT B) Engineering Design Services Associated With Street Reconstruction, Water And Sanitary Sewer Replacement On Ida Way (Hillside Ave. To S. Hughes Ave.), Sun Valley Drive (E. Loop 820 South To Kay Dr.), S. Hughes Avenue (Ida Way To MLK Freeway) And Canberra Court (Thannisch Ave. To Berryhill Dr.) (Concrete Pavement) Contract No. 7 Projec� No. 00020 Method of Payment Partial payment shall be made to the Engineer monthly upon City's approval of an invoice from the Engineer outlining the estimated current percent complete of the total project. The aggregate of such monthly partial fee payments shall not exceed the following: Until satisfactory completion of Exhibit "A-1" and "A-2", Conceptual Engineering Plans submittal and approval by the City, a sum not to exceed 30 percent of the total lump sum fee. Until satisfactory completion of Exhibit "A-1" and "A-2", Preliminary Construction Plans submittal �to City, a sum not to exceed 60 percent of the total lump sum fee, less previous payments. Until satisfactory completion of Exhibit "A-1" and "A-2", Final Construction Plans submittal and approval by the City, a sum not to exceed 90 percent of the total lump sum fee, less previous payments. The balance of fees, less previous payments, shall be payable after all of the pre-construction meetings for the Project-have been conducted. Progress Reports A. The Engineer shall submit to the designated representative of the Director of the �� Department of Engineering monthly progress reports covering all phases of design by the 15th of every month in the format required by the City. B. If the Engineer determines in the course of making design drawings and specificat�ons that the opinion of probable construction cost of $1,483,039.25 (as estimated in Exhibit "B-4") will be exceeded, whether by change in the scope of the project, increased cost or other conditions, the Engineer shall immediately report such fact to the City's Director of the Department of Engineering and, if so instructed by the Director of the Department of Engineering shall suspend all work hereunder. 06/16/2004 B1-1 `', )�>' ` ; ' �,.', , ;;;; �i ; ,�5, � -,,.�.: , �,; � �, : �.; '�, f � n� LGGROUP 5004P �-��''` � 06/16/04 EXHIBIT "B-2" (SUPPLEMENT TO ATTACHMENT B) Engineering Design Services Associated With Street Reconstruction, Water and Sanitary Sewer Replacement On Ida Way, Sun Valley Drive, S. Hughes Avenue and Canberra Court Contract No. 7 Project Na 00020 2004 Standard Rate Schedule 8-2-1 LGGROUP 5004P 2003 Standard Rate Schedule (continued) 06/16/04 B-2-2 LGGROUP 5004P EXHIBIT "B-3" (SUPPLEMENT TO ATTACHMENT B) SUMMARY OF DESIGN FEES 5treet Reconstruction, Water and Sanitary Sewer Replacement On Ida Way (Hillside Ave. To S. Hughes Ave.), Sun Valley Drive (E. Loop 820 South To Kay Dr.), S. Hughes Avenue (Ida Way To MLK Freeway) And Canberra Court (Thannisch Ave. To Berryhill Dr.) (Concrete Pavement) Contract 7 Project No. 00020 .lune 21, 2004 Ms. Dena Johnson, P.E. Senior Project Manager Engineering Department Consultant Services City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 (817) 392-7866 Reference: Street Reconstruction, Water and Sanitary Sewer Replacement On Ida Way (Hillside Ave. To S. Hughes Ave.), Sun Valley Drive (E. Loop 820 South To Kay Dr.), S. Hughes Avenue (Ida Way To MLK Freeway) And Canberra Court (Thannisch Ave. To Berryhill Dr.) Contract 7 Dear Ms. Johnson: We appreciate the opportunity to present this proposal and fee schedule for your consideration. Attached please find construction cost opinions, schedule, and exhibits depicting the scope of work. We propose to complete the proposed work in accordance with the following fee schedule: Total Project Opinion of Probable Construction Cost $ 1,483,039.25 Opinion of Probable Construction Cost for Street Reconstruction Opinion of Probable Construction Cost for Water Line Replacement Opinion of Probable Construction Cost for Sanitary Sewer Replacement Basic Engineering Fee based on 7.10% of construction (T.S.P.E. Curve) ($1,483,039.25) (7.1%) (0.85) 10% Sub-consultant fee (0.1 x $21,700.00) Total Basic Engineering B3-1 $ 839,256.55 $ 359,293.00 $ 284,489.70 _ $ 89,501.42 _ $ 2,170.00 _ $ 91,671.42 LGGROUP 5004P Exhibit B-3 Ms. Dena Johnson, P.E. June 21, 2004 Page Two MNVBE Scope of Services Total Fee M/WBE Percentage Paving, Water & Sewer Design $89,501.42 $21,700.00 24.25% Paving, Water & Sewer Survey Temporary Right of Entry Documents Reproduction $18,265.00 $120.00 $5,259.30 $0.00 $0.00 $4,267.00 0.00% 0.00% 81.13% Storm Water Pollution Prevention Plan (SWPPP) $6,000.00 $0.00 0.00% Attend Public Meetings ' $2,000.00 $0.00 0.00% Subconsultant Fee (10%) $2,170.00 $0.00 0.00% Total $123,315.72 $25,967:00 21.06% ' Proposed M/V1/BE % of Consultants Services Fees Total Fee EJES, Inc. Paving, Water & $21,700.00 17.60% Sanitary Sewer Line Design, TROE Docs. Hugo Trevino and Associates, Inc. TOTAL Reproduction B3-2 $4,267.00 $25, 967.00 3.46% 21.06% ' �:`J'i'J��.�Ji�'s� ..._.. � ��^ ry f;�� :�,��/-':�pi�� �;',.., J�;'.�� 'r , ��,� I �1.L: d L�, � L 1 1 ;.i i7 n•. :�t7ip n�r�•� f � LGGROUP 5004P Exhibit B-3 Mr. Dena Johnson, P.E. June 21, 2004 Page Three Basic Engineering (7.1 %)(0.85) of Construction Cost Designs Surveys ($3.25/LF for 5,620 LF) Special Services: Temporary Right of Entry Documents (2 @$60) 89,501.42 18,265.00 $, 120.00 Reproduction*: 4 Sets of Conceptual Plans =(4 Sets){$2.10/Sheet)(20 Shts./Set) $ 168.00 16 Sets of Preliminary Construction Plans =(16)($2.10)(20) $ 672.00 2 Sets of Preliminary Specifications =(2 sets)($0.13/Sht.)(230 Shts.) $ 59.80 5 Sets of Final Construction Plans =(5)($2.10)(20) $ 210.00 5 Sets of Final Specifications =(5)($0.13)(230) $ 149.50 50 Sets of Approved Construction Plans =(50)($2.10)(20) $ 2,100.00 50 Sets of Approved Specifications =(50)($0.13)(230) $ 1,495.00 Mounted Exhibit for Public Meeting =(1 Exhibit)($45.00) $ 45.00 1 Half-Size Set of Final Plans =(1 set)($2.00/Sheet)(20 Sheets) $ 40.00 1 Set of Final Mylars =(1 Set)($16.00/Sheet)(20 Sheets) $ 320.00 Subtotai $ 5259.30 * Estimated using 20 sheets per plan set Storm Water Pollution Prevention Plans (SWPPP) Construction Services Attend Public Meeting, Pre- Construction Meeting & Final Inspection SubconsultanYs Fee (70%) TOTAL Water Design Fee Sewer Design Fee � T/PW Design Fee $ 6,000.00 $ 2, 000.00 $ 2,170.00 $ 123,315.72 $ 33,047.38 $ 25,201.56 $ 65,066.78 We will be using EJES, Inc. for the preparation of paving, water, and sewer construction plans for Canberra Court and Hugo Trevino and Associates, Inc. for printing for a total M/WBE Participation of 21.06% which exceeds the City's M/WBE goal of 21.00%. if y�U have any questions or reGuire addit��nal i�fc� matio�, please give me a call. Sincerely, LOPEZGARCIA GROUP. Douglas C. Mikeworth, P.E. Vice President DMT:td B3-3 LGGROUP 5004P EXHIBIT B-3A , _ (SUPPLEMENT TO ATTACHMENT B) SUMMARY OF TOTAL PROJECT FEES Engineering Design Services Associated With Street Reconstruction, Water And Sanitary Sewer Rep(acement On Ida Way (Hiliside Ave. To S. Hughes Ave.), Sun Valley Drive (E. Loop 820 South To Kay Dr.), S. Hughes Avenue (Ida Way To MLK Freeway) And Canberra Court (Thannisch Ave. To Berryhill Dr.) (Concret� Pavement) Consultinq Firm Prime Consultant: MIWBE Consultants: EJES, Inc. Hugo Trevino & Associates, Inc. Non-M/WBE Consultants Contract No. 7 Project No: 00020 Prime Responsibility Paving, Water and Sanitary Sewer Design Amount $ 97,348.72 Paving,Water and Sanitary Sewer Design $ 21,700.00 Reproduction $ 4,267.00 Not Applicable Total for Professional Services $ 123,315.72 Proiect Description Scope of Services Total Fee M/WBE Fee Engineering Services Water, Sewer, Paving. and Drainage $123,315.72 $25,967.00 06/16/2004 B-3A-1 Percent 78.94% 17.60% 3:46% 100.00% Percent 21.06% LGGROUP 5004P EXHIBIT B-3B (SUPPLEMENT TO ATTACHMENT B) PROFESSIONAL SERVICES FEE SUMMARY Engineering Design Services Associated With Street Reconsfruction, Water And Sanitary Sewer Rep(acement On Ida Way (Hillside Ave. To S. Hughes Ave.), Sun Valley Drive (E. Loop 820 South To Kay Dr.), S. Hughes Avenue (Ida Way To MLK Freeway) Arid Canberra Court (Thannisch Ave. To Berryhill Dr.j (Concrete Pavement) Contract No. 7 Project No. 00020 Part A- Conceptual Design and Part B- Plans and Specifications Transportation and Public Works: (Construction Cost x ASCE Curve "A" x 85%) Paving and Drainage $ 839,256.55 x 7.1 % x 85% _ $ 50,649.13 Water Department: (Construcfion, Cost x ASCE Curve "A" x 85%) Water Improvements $ 359,293.00 (56%) x 7.1 % x 85% _ $.21,683.33 Sanitary Sewer Improvements � 284,489.70 (44%) x 7.1 % x 85% _ $ 17,168.96 Total Water & San. Sewer Improve. $ 643,782.70 (100%) x 7.1 % x 85% _ $ 38,852.29 TP&W and Water: Basic Services Total Additional Services: Transportation and Public Works: Topographic Surveying Services (by Prime Consultant) _ Storm Water Pollution Prevention Plan (SW3P) _ Meetings and Reports = . Printing and Reproduction Subtotal = Temporary Right of Entry Documents = Administrative (10%) Fee on MJWBE Firms = Additional Services Subtotal = T/PW Additional Fee Less Survey Fee _ ($14,417.65 - $6,643.00) Vliater Depar�ment: 08/28/2004 a Topographic Surveying Services (by Prime Consultant) _ Storm Water Pollution Prevention Plan (SW3P) _ Meetings and Reports = Printing and Reproduction Subtotal = Temporary Right of Entry Documents = Administrative (10%) Fee on M/WBE Firms = Additional Services Subtotal = Water Additional Fee Less Survey Fee _ ($19,396.65 - $11,622.00){.56) _ : : $ 89,501.42 $ 6,643.00 $ 3,000.00 $ 1,000.00 $ 2,629.65 $ 60.00 $ 1,085.00 $ 14,417.65 $ 7,774.65 $ . 11,622.00 $ 3,000.00 $ 1,000.00 $ 2,629.65 $ 60.00 $ 1,085.00 $ 19,396.65 $ 4,353.80 LGGROUP 5004P �: Sewer Additional Fee Less Survey Fee _ ($19,396.65 - $11,622.00)(.44) Water & Sewer Additional Fee Less Survey Fee _ ($19,396.65 - $11,622.00) T&PW and Water Dept. Additionai Services Total _ $ 3,420.85 _ $ 7,774.65 _ $ 33,814.30 SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) A. SUMMARY OF TOTAL FEE Water Sewer Paving Paving Service Ida Way, ida Way, 2004 CIP , 1998 CIP Description Sun Vailey Dr., Sun Valley Dr., Ida Way & S. Hughes Total S. Hughes Ave., S. Hughes Ave., Sun Valley Ave. & & Canberra Ct. & Canberra Ct. Dr. Canberra Ct. Engineering Services $21,683.33 $17,168.96 $18,881.15 $31,767.98 $ 89,501.42 Additionai Services $ 4,353.80 $ 3,420.85 $ 2,898.26 $ 4,876.39 $ 15,549.30 Surv�ying Services $ 7,010.25 $ 4,611.75 $ 2,476.40 $ 4,166.60 $ 18,265.00 Total $33,047.38 $25,201.56 $24,255.81 $40,810.97 $123,315.72 : 1 2 3 BREAKDOWN OF WATER, SEWER AND PAVING FEES (LESS SURVEY FEES) Total Water Fee (Less Survev Fee) Breakdown bv Concept, Prelimina�v and Final Desi n � a. Concept (30%)=(Total Water Fee-Water Survey Fee) x(0.3) b. Preliminary (60%)=(Total Water Fee-Water Survey Fee) x(0.6) c. Final (10%)=(Total Water Fee-Water Survey Fee) x(0.1) R � $ 7,811.14 $ 15,622.28 $ 2,603.71 Total Sewer Fee (Less Survey Fee) Breakdown bv Concept, Preliminary and Final Desiqn a. Concept (30%)=(Total Sewer Fee-Sewer Survey Fee) x(0.3) _$ 6,176.94 b. Preliminary (60%)=(Total Sewer Fee-Sewer Survey Fee) x(0.6) _$12,353.89 c. Final (10%)=(Total Sewer Fee-Sewer Survey Fee) x(0.1) _$ 2,058.98 Total Pavinq Fee (Less Survey Fee) Breakdown by Concept, Preliminarv and Final Desiqn (2004 CIP — ida Way and Sun Vallev Drive) a. Concept (30%)=(Total Paving Fee-Paving �urvey Fee} x(0.3) _$ 6,533.82 b. Preliminary (60%)=(Tot. Paving Fee-Paving Survey Fee) x(0.6) _$ 13,067.65 c. Final (10%)=(Totai Paving Fee-Paving Survey Fee) x(0.1) _$ 2,177.94 08/28/2004 : : LGGROUP 5004P ii 08/28/2004 Total Pavinq Fee (Less Survev Fee) Breakdown bv Concept, Preliminarv and Final Desiqn (1998 CIP — S. Huphes Avenue and Canberra Court) a. Concept (30%)=(Total Paving Fee-Paving Survey Fee) x(0.3) b. Preliminary (60%)=(Tot. Paving Fee-Paving Survey Fee) x(0.6) c. Finai (10%)=(Total Paving Fee-Paving Survey Fee) x(0.1) : : _ $ 10, 993.31 _ $ 21, 986.62 _ $ 3,664.44 LGGROUP 5004P EXHIBIT B-3B1 FEE SUMMARY CAPITAL IMPROVEMENTS PROJECT Engineering Design Services Associated Wiih Street Reconstruction, Water And Sanitary Sewer Replacement On Ida Way (Hitiside Ave. To S. Hughes Ave.), Sun Valley Drive (E. Loop 820 South To Kay Dr.), S. Hughes Avenae (Ida Way To MLK Freeway) And Canberra Court (Thannisch Ave. To Berryhill Dr.) (Concrete Pavement) Contract No. 7 Project No. 00020 *** WATER AND SANITARY SEWER *"* OPINION OF PROBABLE CONSTRUCTION COST CURVE A (7.10%)(0.85) _ (6.04%) ENGINEERING DESIGN SURVEYING DESIGN ( 3576 L.F.) REPRODUCTION ADDITIONAL SERVICES TOTAL WATER AND SEWER FEE TOTAL WATER FEE TOTAL SEWER FEE 0% FOR SUE SUBTOTALFEE **'` PAVING AND DRAINAGE "** OPINION OF PROBABLE CONSTRUCTION COST CURVE A (7.10%)(0.85) _ (6.04%) 06/] 6/04 ENGINEERING DESIGN SURVEYING DESIGN (2044 L.F.) REPRODUCTION ADDITIONAL SERVICES TOTAL FAVING AND DRAINAGE FEE 0% FOR SUE SUBTOTALFEE TOTAL PROJECT FEE [:�tl:�l $ 643,782.70 $ 38,852.29 $ 11, 622. 00 $ 2,629.65 $ 5,145.00 $ 58,248.94 $ 33, 047.38 $ 25,201.56 $ 0.00 $ 58,248.94 $ 839,256.55 $ 50,649.13 $ 6,643.00 $ 2,629.65 $ 5,145.00 $ 65, 066.78 $ 0.00 $ 65,066.78 $ 123,315.72 LGGROUP 5004P EXHIBIT B-3D (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES Engineering Design Services Associated With Street Reconstruction, Water And Sanitary Sewer Replacement . On Ida Way (Hillside Ave. To S. Hughes Ave.), Sun Valley Drive (E. Loop 820 Sauth To Kay Dr.), S. Hughes Avenue (Ida Way To MLK Freeway) And Canberra Court (Thannisch Ave. To Berryhifl Dr.) (Concrete Pavement) Contract No. 7 Project No. 00020 Additional Services: Transportation and Public Works and Water Department: Prepare SW3P W/NOI & NOT Attend Public/Neighborhood Meetings (2 meetings)/ �re-construction Meeting, Final Inspection Temporary Right of Entry Documents (118 @$50.00) Subconsultant's Fee (10%) Total for Additional Services Transportation and Public Works Water Department (Water and Sanitary Sewer) _ $ 6,000.00 _ $ 2,000.00 _ $ 120.00 _ $ 2,170.00 _ $10,290.00 _ $ 5,.145.00 _ $ 5;145.00 06/16/2004 B-3D-1 LGGROUP 5004P 2 z EXHIBlT B-3D (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES Engineering Design Services Associated With Street Reconstruction, Water And Sanitary Sewer Replacement On Ida Way (Hillside Ave. To S. Hughes Ave.), Sun Valley Drive (E. Loop 820 South To Kay Dr.), S. Hughes Avenue (Ida Way To MLK Freeway) And Canberra Court (Thannisch Ave. To Berryhiil Dr.) (Concrete Pavement) Contract No. 7 Project No. 00020 Additional Services: Transportation and Public Works and Water Department: Prepare SW3P W/NOI & NOT Attend Public/Neighborhood Meetings (2 meetings)/ Pre-construction Meeting, Final Inspection Temporary Right of Entry Documents (118 @$50.00) Subconsultant's Fee (10%) _ Total for Additional Services Transportation and Public Works Water Department (Water and Sanitary Sewer) 06/16/2004 B-3D-1 _ $ 6,000.00 _ $ 2,000.00 _ $ 120.00 _ $ 2,170.00 _ $10,290.00 _ $ 5,145.00 _ $ 5,145.00 LGGROUP 5004P EXHIBIT B-3E (SUPPLEMENT TO ATTACHMENT B) FEE FOR REPRODUCTION SERVICES Engineering Design Services Associated With Street Reconstruction, Water And Sanitary Sewer Replacement On Ida Way (Hiilside Ave. To S. Hughes Ave.), Sun Valley Drive (E. Loop 820 South To Kay Dr.), S. Hughes Avenue (Ida Way To MLK Freeway) And Canberra Court (Thannisch Ave. To Berryhill Dr.) Contract No. 7 Project No. 00020 Printing and Reproduction: Transportation and Public Works and Water Department: Conceptual Design Report 4 Sets of Report $ 2.10/Pg x 20 Pg/Report x 4=$ Preliminary and Utility Clearance Plans 16 Sets of Constr. Plans $ 2.10/Pg x 20 Pg/Report x 16 =$ 2 Sets of Specifications $ 0.13/Pg x 230 Pg/Report x 2=$ .: �� 672.00 59.80 Final Plans 5 Sets of Constr. Plans $ 2.10/Pg x 20 Pg/Report x 5=$ 210.00 5 Sets of Specifications $ (i, � 3/Pg x 230 Pg/Report x 5=$ 1�9.50 Bid Documents 50 Sets of Constr. Plans $ 2.10/Pg x 20 Pg/Report x 50 = $ 2,100.00 50 Sets of Specifications $ 0.13/Pg x 230 Pg/Report x 50 =$ 1,495.00 Mounted Exhibits for Public Meetings 1 Drawing $ 45.00/Pg x 1 Pg/Report x 1=$ 45.00 Half-Size Final Plans for Construction Phase 1 Set of Constr. Plans $ 2.00/Pg x 20 Pg/Report x 1=$ 40.00 Final Mylars for Record Purposes 1 Set of Plans $ 16 00/Pq x 20 Pq/Report x 1=$ 320.00 Printing and Reproduction Subtotal =$ 5,259.30 Transportation and Public Works Water Department (Water and Sanitary Sewer) Prime Consultant - LOPEZGARCIA GROUP MWBE Consultant — Trevino Engineering Support Services 06/16/2004 B-3E-1 _ $ 2,629.65 _ $ 2,629.65 _ $ 992.30 _ $ 4,267.00 LGGROUP 5004P C7 . Z . a' � W Z : . W (� ,d LL W �i LL m O F � � ' 2 � � C X � � � W ] p u �7 LL 1 0 > z F- : U ."- U _ N „'� W 0 Y � v Y � o v r n r T 7 a o _ � a m 7 Q , o � � J ; w i v _ > � � 1 ) � 1 � i � . : � ) C ( � ai � a' N i N I = u m i y Ul ` o � r F ai a W .� N Q S L -- n a A Q � u A a .� L C � _ � � n 0 "> S n `a � ) ,� � C o v ^ N � E o P � Z � m � a � Z � � � � � C Gui � c U � ' o a � U I t� O� O CV t7 tD � 1� � QJ O� � 00 O �(1 t") 00 'V N 1� 1� N'cY �(1 O � tD � C1 tU M W N Ql �f1 O t7 �� V�" M r �yJ o0 fD O tD � 1� O'1 tD 1' e- N LL � (p pp N Ol � � t7 r� W J � u] � a a � 0 � .R .... �. � «�, � .�, e, w. «�. .� � N� OJ M � O Q) � N�f7 r 00 tD N t") O N N'V tD 'ct 6� � f� In f`i W�(O C7 � Vr o� c0 R N 1; m t� c� O m 7 Z m N N N h h N h7 t"1 � Q a as w w�r a�r �s e�r �sr w � N Gf � 7 N V Ot W a� O O � N 1� � M 00 R 1") � �� f0 W � o n m o v v�i o m N O N N C N c'7 V � � � K Q r z � tg us ra tn w t» O N 7 T N � D� lD 'Q (D N O m m a o { � � r r- m v_ c F61 � N � N Q � Z O 1-- a � U N W O W U � W � tR O r N V Pl 1� c"1 M ��v r�i O N t'7 � w � � � U � � U � � � � � Z Z � � � � t/�1 � cn N � � N m m � m m � m Q C G � p� C C� p� C C O aTi O C O d O C� N �o Z � '- �o Z � '_ 'v Z Q(n (/1 W Q fn (n W Q Ul 'O ❑ C C � " Y > F Q L W uNi � L O Q � (n Z = o N W � � W a � F O F, O � y J Q W N N a > � O 2 >. .� a �i. � N � � ^ A a3i LL Y � F � a w N Q � L S � m O f � N m U � v > 0 N � 7 � t' � ' o a Q V � m a � >. L � � d 7 � � = IC9 � N u'1 eY r fn W tr �'c! U h7 N'Q N � m� m a � � c-i r> m �_ � N o c a ri r� � ai a m��n `� d o c0 0� r� in � n U �� �= U °' °' ��D U o 0 0 0 � (D � N � �- M cD � � a0 C� O O N T � M O m m � .... ,... C C C rn rn rn QfR fA k/3 fl� O tf) (f) H3 f9 Q VT Vt !JT fA m m N � C C LL LL LL v v �a G G C t0 10 19 c� n � u c� u t0 d �0 d (0 y C d - a C d '� �y, 'E LL �� .. LL '� II II .II y '� II 11 II y '� 11 11 II y a i l m' Z a, ri m � a ri �n Z 0 0 o N _ o 0 0� ., o 0 0� � X X X � � K X X � � X X X � � ' d v m= � v a v � � a m v � � d v d> � a d v> � a� m a> 0 LL LL li � � LL LL LL N � lL LL LL m fn T N UTi N a �. N O�i N a 9. d N N a w. � �� Z m � � Z� a�'i '� � Z Z v W C � 3 - lL C � � - LL C 7 7 7 LL u- 3 rn u� v� a, � rn u� cn o, 3 v� �n rn o, � � rn rn o� = � rn rn rn= a rn rn rn � W � C C C�j Y - � C'j y C C C�j � N �'j j'j f0 �p j�j �j N ry �> j�j � � d m �a m a v m�a m a ` m m m a � m a a a� m 4. d a� m a a a� N aa, a�, a o m a�, a o a a�, a�'i o N d LL LL LL H d LL LL lL F- y LL u- lL H W LL m m m LL m m m LL m m m J � C = C T G = C T G � C N � N N m � N m m 2 N N I�C w � a a a � a a a � a a a LL � N 10 N � m i0 N . � N N IC � N o 0 o y o 0 o y o 0 0 Z a, F- H F- a� F- H t- a, �- F- t- � � 11 II 11 J II I I II J II I^ II Q Q1 e o e °' o o e °' e e e a °' o 0 0 °1 0 0 0 °1 0 0 0 �y, LL ` :D. LL ` <D � v lD O � � � ► � v � a a a � a a a ^ a a n Z > m m ai '> a m ai '> m ai a� � f0 U = C 10 tJ U � a C C C o °" o 0 o a o 0 0 0 0 0 O � U U U m U U U � U U U Q� f0 � U � t� � U F 10 9 U W N - M � � fL a v 0 0 � a � 0 � c� c� J v m � � h � O U Z O � U � � �' � r m O � F, U � m � � � W a f� m O � a W � Z O z a O � Z � w W Z � Z L1.1 S I-- � O � �' O � LL � H U � c � E a� ` � -� o �- o = a� � � Y � � L � r � � � � � � � W � � ._ � � � � � fn � U � � = O � � O � � J � a� � mui�' � � � � >_ o o Q V . j �' � C � � d � C � = N O � � > C aUi � V a �' � C � w � � � G) dj L N � Q � O ._ � a� U d-� L d � � � � N = J � � � o � t-° � Q> `� v�Q� U � 'O � � N � _ � � = C C '"' N � � Q N � N V � L � �= � � G � N O = � Uj C .� G W � O Z v � c O U O N O O 0 0 Z U .� O a` � � 0 0 � a � O � C� � � � v m d' O O N � � � O � � N Q U z Q F U � Q' � � m z . � F, U m W = m ll.� a m O � a LL O Z � Z a O C� z � ll.� W Z � Z W � 2 Q � � O � � � F d' O LL � O H U C a> E � � � � a � = N � � (v � d Y � 3 o m N �-.. � L H � � d f° o i 'c � Q � o � � U N C �' C N �C N y J L �a LLi ~ � -- �c � d � c > p � � U U � � ` T � N � y � � c ) c o m o c U � � � � � � i j T � Q f0 L � d d � a1 �- a � Y N = J N � Lr .N � � N � �a Q N Q � N � N V � � � N � N _ _ N S C C � G1 U> >, i .N � Q d � N � � N � � � C � C =N O N � C .� C W C N � � > � a d d U C 0 U O n N 0 O � z � V O � Z � C V O � U � a � o 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 o O O O ,,., o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O O o d o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � �C O � O O O O O O N W O � N O O �fJ O O O M O M <`�1 ��n �n co .- co � o in rn rn � � v co o c� cv �n rn co c'') CO � � t`') ln N CO N � Q) f� N Q] � � N N C'7 � CO CO CO N ln E cfi �n co � ss s� � c� c� � es e» cD e» as s� e» e» ss c� - Q EA Efl 6 EA 69 EA EA Efl 6 ('i � N Qi — v� N C7 �A Q M Ef3 M ,�, Ef3 EA � a�n �n o r� c� �n m o co ��n �n v �n m c� o " f� N O � CD N m (6 C �CJ N '�"� � N N Ch W � � �"' (� 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a�� .� o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 � o 0 0 0 0� o 0 0 0� o� o 0 o s�s o 0 0 � � U Z O o�n c� cD rn c� � o �n v c� rn o v � o co �n rn e? Q Z Wc U E N � �- N N � � cD M r � N N � � N � W C Q ffl fA (O EA Efi E9 Efi Efi FR (`"� (A EA El-T EA (O m�I �w♦ � ER ff-� fn fA � Z V EA y C� � a � >` � O O � N N O N O C1� �`7 M ln r � O V O _ z J � C I� O N N u) � � � � m Q. � � �f,� U � { `v `� Z U �' � � o W y o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o Z � o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � � o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o T J 0 o e� o o v� o�n o � o u� o o f» �n o v> �n r� � � O O (D N O I� � I� CO ('7 N CO M V C`"J N � O 7 � � r � � N N � N �(O � � � � N W Q ¢ e3 � e» v� E» ey e» v3 cs� � � �s Q � � � �` O O O N N O U] 1� l[J f� N ln O M O O "" 4� 0 1� I� 1� � � C � � r Q _ � �L (/j � J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � � o 0 0 o O o 0 0 0 0 o O o O O O O o 0 0 � � O O O O O O O O O O O O O O O O O O O O O 'L � O � EA O O <fl O O N N O LL) N O Efl ff3 O O O N p 1fJ M c'J O O t(J r cD c") c'J V I� N � .- O � � � � r � c`� V o ! 7.- � r r � N N Q ('7 69 EA EA V3 N eA EH <A Q� � Ev sv u3 F» s> � � >' u'7 ln O � O O N O N � O O C7 O �`�-. N N �'V CO V e- � N r � N C C V N (D V 3 @ �i N d O O O o o O O O o o O o 0 o O O o 0 o O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � o o� o o� o� o o� o o� o� o� � p ifl O � N O I� c'� N C1 V CO 61 � � � �'» � � �c c�i ri " � fa e» e» f» �- c� Q �s � � � �s �» v� � � � "(3 �" tL) O O N O O � O O O N O O 3 � c� o � o C tfl N CO N UJ O o 0 o O O O o o O O O o O o 0 o O O �o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O N N O O O O O N O O O o� O O O O O �A ac� N N o o�n o�n f o�n ds o o�n o o F» EA H3 69 CJ c0 O O N Efl .- c'7 c'7 cD � 7 V' � . Ef3 EA � ff3 Efi fA �j Ffl EA EA 69 C EA ff3 b9 69 � O � � N � C y J N m � >m � � N > � C > N N C - � > > O � � LL � � � n >. m m °� � '� 2 Q� Ur m co N � J ' i� C� � � � N LL = V � Cp (p = Z � Q C � � c m m v•� o� m o� y LfJ � C C � N F- _ C = _ 0 � — (0 lU � X 01 N U N � J N fA N . V '2 �2 X X O C X � X X X c U � o o m�� Z X W� � w W W o m ia f0 a� c LL-� � � rn� Z o� rn o> > � 3 � � � � � o � � m � � � � m � � a �� T m m � o � > � tn >>> x o� a� a� >—'Z �� c��� cn tn ti� W � W � > > m �' � � � =o � �� p m m�-- Cn m otf KS ot5 �LS Z' -o W U U j m a� � p� Q Q-o, d d�>>>�� Z >> d m R� cv o ,n 2 o a� o 0 0 o N J d d_ C� C� _ �� U � m a�i a�i ~ a�i a�i a�i z m � io co � iD 'm � U �:- U i.� � F i� K K� w C� W H '� u. u. � Q Q¢� Q�¢ Q Q tL � Q Q Q Q� Q � J J.J W W W � W J W W W J J W W W W J > E — d f"' — N c`') V u'i (D 1� N � O N M �7 � (O I� W O] Z f6 � a i '�:I'�., f;=! � . .'d���il c`'I��� :.. ;� ,.,�,�c���� � `.i;:.`,'�y,C•'.I,` d V 0 O � d � O � � � J N V m v 0 0 N � � 0 � H � � '^ Z Z 0 Q' � W V W Z E- Z 'a � y, W m Z � S � O Q � 2 m = � x Q N �--� W O O � LL � LL ll.. 0 O � Z O U Z a O C � E a� R ^ 0 Q Q � N r � R � � Y y � o m �n ~ i F" � 3 ai � o � .c � Q � � L !n � U N C Q C � O � L � R y J � � W � C > ' o 'C � j U � � .��, °� ar c j c c�i c U d � � � � N � f6 � j T � Q <6 L � d � � � LL 7 N = J f0 � r2 .N � � N ai m Q > v� Q � a� �a � � v .Z � �, d — � s c C N � >R Q .N d > N � � L � � m � c 3 d O = a� � c .� C W c d � a> > f6 a a� d U C O U 0 r N 0 o � Z � U � � z C U O � U � a y o 0 o a o 0 0 0 0 0 0 0 0 0 o p O o „_, o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0� ti d o 0 0 0 0 0 0 0 o co v r o o r y � O o 0 0 0 0 0 0 �`'� o <O o N N� � L 7 N N �f'J � CD � O O o� t(� N r � tn CO .•.• o oi ri cv ri c� .- ch ei � v co ri � v m tO W'�f' fn � V O) N r fH tH eA V tH tf3 tA �c] _ Q EA FH 64 Eij (A 69 EA LIj C�I 00 Q N ER N � � � O�, o r� o 0 0� c� cfl co m � � � m o " co o rn rn co 0 0 0 c4 c v �n rn r'' N N c`') lt� M c7 � � O O O O O O O O O O O O O O O Q } � � O O O O O O O O O O O O O O O� G O O O O O � O O O c0 V N O O i� � U z � � O cD � �'7 O N O � O u] CO M N tt) tt! O O�� N M t� tn N N CO O) �- V M Q Z W V 1� (� V EA EA V? EH � r V3 £A V t--. W �i V Q cv e» ea i» f» f» � m U` W � `�s �' `» E» � Z U ,Q T� N � � i� N N O � z -� � C !� � N N C�O 07 � N � Q a W U U � � o �' � o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0.W 7 O O O O O O O O O O O O O O O �� � � O O O O O O O O O O O O O O O � O O O O O O O O O O O O V' O V (jJ N p O O O N V' (A 69 � Efl � � b�9 EA � � :Ii Q Q � � � [f3 � 6�9 � %' � � � ai Q � T p O N oJ N V' r- N N O O O N O � �'= o 0 0 0 o co 3 c N v ��� Z _ � Q � � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � ;O O O O O O O O o O o O O O O Q C O O o O O � O O O O O O O o � LL 'y� � O O O O O f� O � O N O O CO O CO p N O lf') M � M tf1 I� ch V c0 c'7 c'�J � N � � � u� m O CD tn 69 V3 FA � N � N lf) Q T Q N c`� H3 69 69 N Ef3 69 ER � � Efl Efi f!i � � 0 m �""' �."'-_T. c�o o v v c� c� ch co r� c�o 0 o c� o � C N c'7 � � m � � @ ' ' N � d 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c o 0 0 0 0 0 0 0 0 0 0�ri o o �i � o�n �n �n o 0 0 0 0 0�n r v� cn p � N i� cD V tn u7 � N O O) V N � V (6 � �� � EA � 69 FA EA EA � ei H3 tF! 69 M � a � � '6 T� � N V N N O � �Cl N O — " r � � r � C N V � � � m C1 O o O O O O O O O O O O O O �o 0 0 0 0 0 0. o 0 0 0 0 0 0 O O O O O � O O O � N O � a N M t(7 � O { O � O Kl 64 69 N EA v� � � e� � � � � � � . e� c � � 0 a a� ' o � r � � �, f6 ma a3i � m d � � N � a> � u� @ �a � o m � c r p �p � (4 0 4 as - cW �- p p a y u�i U a�i C V — @ O C ¢ N W m m Q a@ � L � c � U � � �� � m � c .c � � � d U U fn � i r �-� N °' d a� .-, � � � � � > � d Z a� Z� Zo � o� a� cn � �j ��n tn o>"v U a a� F tn � � � � = O -° a� � � � o O y C O p� W a3i m a3i c t� a � c�� L� c m > . tn � cA m tA � m m U` m a� '^ 'v ' �� ��' `°��� ' �, ��� � ... U f. m � c�� m d o L E tn � 'c c > o C U � > V O �. C) N �n a �n o � � � � � �, _ � � � "v �o v � n Q � c°� � � a° � > c� Z �� � u Q a¢ u. Q a Q�� u. Q� Q � J J W W W� � W W W J J J W J � = a�i I"" — N M V �A (O 1� CO �� N c7 � Z N = a N M + � N R � O h � � � � t N N � � 0 Z Q N � � M ti � � + .- � � . � (Q Y m � � � N p O � � ti � ' O � � f6 O � � Vi � j � N � w � � .N !n N O � <O � � or'��n M � � tC � J M N � ' �j cc � � � � f!± tr0 > y � F_ � 'C � � �J�aU � J � N y fQ W�1° rna� > > � c 2 c N�cqUiU � r N M d' F"' Z Q � � V O O � a � O � � � J M 7 m v 0 0 N � � 0 � o 0 0 0 0 0 0 0 0�n o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �c Cf o o c�i c�i co o v�i r N N o 0 0�ri o ro o 0 0 0 0�ri o 0 0 0 oi o c � c o o c� �n co o rn rn n�n n m o u� m O co r�n u� o o c� o 0 0�n rn o ct 0 o m � m rn N N �� co � w � m� o r� o� v ti w c� c� in '- r e» o o'. u) 1� V OJ [n N cD V W N � (�J f") N O� �[J N���� N N N� C`1 (� (n QE esr i» ��n N N c� �n � � e� v� es r» e» ei e» F» e» e» t» � e» F» va Fri vi m� v� in �v � � Q � � � cn � c� v c� r� rn � � m o n �n m rn o c� u� � ��n o r� .- [O � 1� 6J V O 1� t0 t0 N n� m I� V (`� � c7 @ C aD CO I� CV [D O � oJ tD N c0 � O � �n r� N �o � cD u� rn m F- � c+� c� 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0�n o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � O O a0 (h c0 O (O V O N N� O O O O N O O O O O � O O O O Q> O � j O O (D N O O O O I� m V O �fl M O � f`') �� O O N O O O� O> EA O O O � � � �� ~� � N N � V i� O N O V O 1� o� N N LL� � 1� Vi (� QN �� V N'ct �O c0 � 1� c- m N N� C7 N ����� N N N� » t,v � in e» i» r rA ss �� rA vf en s� e» �» F» E» en l6 � � � T � N Q� ch N (O c7 N O�(") [O N � W N N � O(h LL'1 ��[1 O(�1 O •Q `• O tD m V LL'S (h O O N t7 � i� c0 c� � c7 '- c+] � � � m c�1 � (h O � O� c") (O N C U ] N N � �O c0 W N O V � � � � Gl ^: O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O � ^ Q 3 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O tD � O) O GV oJ LL� (O N O O �l O I� O O O O O O O O O O O O N � C � o o � o o � o cD ��n m o o w e» o w �n Eti u> ss sv F» E» ss e> Fn E» r- ��n c� cn � n c� � m n co v o rn r� r> �n o r� m � O i i ��� M(V (h c7 m N N 69 fA 69 EA �p � f0 � Q Q fA fA fA E9 fA � EA 69 �� b9 fA � w Y � 3 o m aNi � H L� � � co � cv co v co c m c� cv � O r� o 0 0 0 0 0 0 0 0 0 0 � r F - �n � o r� o cD <o �n � o cn M � �c <D � c7 m i� I� co .- o � 7 � . _ � m � t�1 w O ) � .0 N Q fn �v o,c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � N V N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O � y � C O O V' V V O'ct T O O N(D O O O O (7 O O O O O O O O O O O O fn 'D Q• ' ] O O (D oJ (O O � N O� C') �[] N O u) LL� O m Q1 O d3 E9 EA EA EA EA fA tA fA O � F C Q C p O (O V C� " V �f1 O(D t'1 C'1 N Q> O O N��� � � � @ � C � E N�(7 t0 i� c0 � � �� � N� � c�l � N (n O � J L Q EA fA V3 fA EA 69 O fA 69 �� Vi EA 69 e3 � N d � V3 U (� � W !�- — O � � y � ~ > T � N N V (D O I� N O(V N V (7 C�1 O N(h (7 O O O O O O O O O O � 7 Z - ch w rn co I� rn rn th (7 co c7 �n u) N F W C> p w C. � r m t� ��n <n n m o m U W O' V � 3 � � co v v� � c�i co � C7 ` � � c o W � � F- Z �`m � t� N > o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o Q o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � Z>' W c f0 �c aEi O� d � o o v c u'i o N N co ui c� m o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m 7 O O O N 6J (O O N(O N O!� 7 O � N O N t� � 69 69 fA b4 EA 69 tH U'1 di s9 h1 m O Q� v � V � Z W o�n r� r cn �n o v�� v_ �n o� sms �� � s�v � � O � � � W� p�(% � y ` Z �y >N i in � s�v ��� i» i» �� e» a�v J � .� t0 y "' U � > X Q� F � � T V � O Z�O �, � � N V N O � f0 N fh N M � N � O� O O O O O O O O O O O W m Q' � Q � C U = lD �� f`� N N �O Q� (V N � � O L � N U a O j u') � cV t� tD tD u') �i cV d �� �� v � � � � � LL LL �-p 7 y I— o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O } v= � Z a� o 0 0 0 0 0 0 0 0�n o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 'F V O O N Of O(V (V N V V O O �1 O � O�(l O O O � O O O� M O Z c6 �� W O O fA EA EA O fA N fA 69 H3 EA O N f`> O t� c"1 � O O EA O O t0 f� (A O O U •o � W d o � � s3 sr�s m� e» c� e» F» r» e» r� m� �� F» en o� Z Q -� � N CV N a a � F T > v� O y Q � �' m � y � a 3 0 � � � � � � � N v — J (n N — � Ij.� ' N N 2 C � C� t0 a c�'v rn>.> Q m m m � .y � Q Z :o � m v O tn m � O� a�i a a t� c�a (7 `�' � m L � � (U U C T U U Q � c� O 4 �> r E � Y a�i ¢ m o 2 a. > °� d E T 'p U N O Z O. � > N E N N N C ` � f/j Q '`v m � c >, s d m d � 3 ¢ �n � m m > a d � � w c Z � � � o t) aEi a3i 3 a3i a a3i c' � °� °� o . O U m �� Z Z o � — c m E � Z � U W � E a� o m '� m '- '� o a3i o �;� a � a n. m c°ii � m � � U� �� a a 0 tn z c E � � U o m — Of U N U � N � m m O O O � N �(J � X 0. � � o o W�<j d � U d m m m Q H� � U o� L� � c U a� o m m u`o m E� E U o a�n o � p C N N � C � `1 C C � 2� � ] Q � V 0I Oi m ` KS m.� a' y� m N U cA c U U>°� g= � c c c H> E � y V fn 01 �"O O�'O O � 2 t0 R tA Uf in � p a'a 'x `� ��� m�a U � c°�i � c°� a�i E m m'x 'x 'x m c a�i E � m w�,`°-' cn u> > m � m� n— � a� � w w w � .� m � O o 0 0���� o E a c a� m a� a U U'y � Q, " o o m� E'a��i o m m m�n -- y U p'c � a o'o 'o ���� t° c°�i =�oE E �°� � K � � K���.� ¢ f- �� m E E E U U= _ o c m m c E_ — a v a�- - - d a� a� d o � c a� � a K�� � i� io in i- �n v¢ a a= io io ifl ���� in � cv cv �� -Ci J W J ln U � N� J J(n UJ W W i W U N U W W W J W W J J U J �I �I �I �i �I �I ni mI �I �I �I �I �I �I �I �°I �I �°I °'I �I NI NI NI �I NI NI NI NI N 1 o u> � O o co � � 6� N N cD � N r� �si � � Q �- fn � � U � O z Z N F W w M m �` � t/i � z LLJ � ~ � — Z � O a z c � o C � W � � Q _ Z Q � � ❑ Z Q Z O � U � � �"_ � Z O U W � H W W � F � � � tl.. F ' � 7 m 0 0 N � � O ,\ k e ATTACHMENT C CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND ATTACHMENT A Engineering Design Services Associated With Street Reconstruction, Water And Sanitary Sewer Replacement On Ida Way (Hillside Ave. To S. Hughes Ave.), Sun Valley Drive (E. Loop 820 South To Kay Dr.), S. Hughes Avenue (Ida Way To MLK Freeway) And Canberra Court (Thannisch Ave. To Berryhill Dr.) 06/16/04 Contract No. 7 Project No. 00020 C-1 ►�i7�C LGGROUP 5004P U d O O 0 Q � ` °' a � � � O Q � C� � C9 -� -' c � � L ], � QI U � � Q � � - .Q m` - � � - ca U � — ':. � LL c �n a o c � � T ,.. N N � ..... L . _ t0 � . "'_""'"""""""'..."__"""""' _'" �...'_"""'""'___'"""'__ � .. ' """_"_"_" .... C U Y � � � � � i Q > ~ cn y z C U N � L � O LA U X � O W d 2 n. c� °� - ul _ m o, > � - �o Q - � aTi � - - -: ... � _ ,.. :::. _ � > N � ••--• ......................•--•••-•.......--•--......-•-...._..-•--•-...----••-• o .: O .J 30 T _ W y�� @ ��Q �pZ � c y : p Q o � �= U� � ¢ Y � � Z �'� V � �Y '7 C' V V �f 7 V V 7 �Cl t!') �A � u'1 � � � O W U' �� o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � � a � � Ui � C n. .tD V ln tn � N V V � N c0 h V CO t� N N N Q Q n. � L e-� N N �- � � � N � U�U � O ti �/1 N t0 (O t� N � O � c- N N � N N O O O � � _ Q(J.� � C � �� � "- � 7 L T 7 c- 7 c- 3 " _O 7 � � = N N N �'"i •- N LL 3 L LL L L � 7 L 7 L � L tL N L •�, '� " Q � � � U � � � � � f- � � � E- � t- � � LL � � �° cn 0 U n. ��Y C O. C d� <t v v V V v ' V ' V V V '�T v �n �n u� � �n 'L y p O O O O O O O O O O O O O O O O O O N� V M M «� � c0 (O O c7 ln i` t0 M t� I� 1� 1� OO OO aO d` .� a-- c- N N � N � r- N � � a- \ �- � <- N = d �p tn li7 (p �cD f� CD .- O �-- N N � N N N O . � i N �. .0 L lL O L.L LL � � LL LL ll LL � � � LL � LL W ln F- F" � � a�+ N Ul >, tA U) v7 Ul (n N tA fp N t�7 y T N tn T •C C T T (0 >. >. >. >+ ?. �, >, >. T >, >. (0 T >+ (Q . (0 c6 'a (9 (II (0 (0 (6 (6 (0 (6 !0 (O (Q '0 R . � 'a ca ��p v -o �a a v -o a v � -o a v � -a -o � � m� � � � o o � � u� o � co 0 "O j tn c7 N M y N N pp �O � C � � � Q d �.+ � C U � > � N � > (0 U1 C (6 � N � � � � C N O N C� fYNO � N E O � U ... � y > � O c F- d � Cn i � '� U 'D - m y � a� Q ` o. C - 0 � � � `p � U N � - w '> >, - � o E m U � („) � � � U ` � ¢ U Nd N � �o � � 3 � U a � v c � c c �n a> n. �n � � a�i a�i � � a> rn c > tn c o p� � � ul � � � � > � � a � � � U aNi � Z c �� d�❑ d � o, rn � a' o o p o � � 3 o � c � � � � a�'i aNi d � � a. N ~ ` '� O� m m d a� � oni a�'i '� '� � � N Q � � � � � � � Z' � m Z '� � Z � c '� '� � @ `> � > �° � � � c Q �° tn Z� c c a� Z � 3 t- o c Y U z cn U U d a ii ii � Q Q Q C� Z U iL �� c `� W � O Q �v � o F- � f� U (� � � N N W � � c0 � r N t7 C � c0 I� c0 Q� O N ch V � (O 1� N �(6 p CO � � U o ATTACHMENT "D-1" PROJECT SCHEDULE CITY OF FORT WORTH ENGINEERING Engineering Design Services Associated With Street Reconstruction, Water and Sanitary Sewer Repiacement On Ida Way (Hillside Ave. To S. Hughes Ave.), Sun Valley Drive ( E. Loop 820 South To Kay Dr.), S. Hughes Avenue (Ida Way To MLK Freeway) and Canberra Court (Thannisch Ave. To Berryhill Dr.) Contract No. 7 Project No. 00020 SCHEDULE Cit of Fort Worth PROJECTED ACTUAL ID Task Name Duration Start Finish LL Duration Start Finish � Notice-to-Proceed 1 da Fri 06/25104 Fri 06/25/04 =` da s 2 Topo raphic Surve 14 da s Mon 06128/04 Thu 07l15104 " da s 3 Prepare 30% Conce tual Plans 25 da s Fri 07/16104 Thu 08/19/04 >. da s 4 30% Plans Submittal to DOE 0 da s Fri 08/19/04 Fri 08/19104 =' da s 5 Cit of Fort Worth Review of 30% Plans 10 da s Fri 08/20/04 Thu 09/02/04 =- da s 6 Nei hborhood Meetin 1 da Fri 08/27/04 Fri 08l27104 __ da s 7 Address DOEICitizen Comments 10 da s Fri 09/03/04 Thu 09/16I04 '-- da s 8 Submit Plans for Utilit Coordination 1 da Fri 09117/04 Fri 09/17/04 `_ da s Incorporate CommentslPrepare _ 9 60°/ Prelimnar Plans & Specs. 20 da s Fri 09/17/04 Thu 10/14/04 ' da s 10 60% Plans Submittal to DOE 0 da s Thu 10/14/04 Thu 10/14/04 = da s 11 Franchise Utili Relocations 60 da s Mon 10/15l04 Fri 01/06/05 -' _ da s 12 Cit of Fort Worth Review of 60% Plans 15 da s Fri 10l15/04 Thu 11/04/04 ` da s Incorporate CommentslPrepare 13 90°/ Pre-Final Plans & Specs. 15 da s Fri 1'1/05/04 Thu 11/25104 '=_ da s 14 90% Plans Submittal to DOE 0 da s Thu 11/25/04 Thu 11I25/04 : da s 15 Cit of Fort Worth Review of 90°/ Plans 5 da s Fri 'f 1/26/04 Thu 12/02/04 ' da s Revise and Prepare 100°/ Final Plans & - 16 S ecs. for Advertisement for Bids 10 da s Fri 12/03/04 Thu 12l16104 =- da s 17 '100% Plans Submittal to DOE 0 da s Thu 12/16/04 Thu 12/16/04 ' da s 18 Circulate Final Plans for Si natures 5 da s Fri '12/17/04 Thu 12/23I04 '__,__ da s 19 Advertise Pro'ect 0 da s Thu 12/23/04 Thu 12/23/04 ==` da s 20 Advertisement Duration 15 da s Fri 12/24/04 Thu 01/13/04 = da s 21 O en Bids 0 da s Thu 01H3/04 Thu 01/13/04 , da s 22 M& C Circulation Process 15 da s Fri 01/14/04 Thu 02/03/04 : da s 23 Council Award 0 da s Thu 02/03/04 Thu 02/03I04 -_ da s 24 Execute Contract Documents 5 da s Fri 02/04/04 Thu 02/10/04 _= =- da s .� J J � J�':.. �'_ �.. u p ,�JjS% �/ 1,1� (1 '�;, . "��? A �`�:7JV G c�.��,�✓�':�21��r!'}:��� 06/16/2004 D�-1 LGGROUP 5004P '. 1 ATTACHMENT E-1 LOCATION MAP Engineering Design Services Associated With Street Reconstruction, Water And Sanitary Sewer Replacement On Ida Way (Hillside Ave. To S. Hughes Ave.), Sun Valley Drive (E. Loop 820 South To Kay Dr.), S. Hughes Avenue (Ida Way To MLK Freeway) And Canberra Court (Thannisch Ave. To Berryhill Dr.) Contract No. 7 Project No. 00020 Attached are the locations for street reconstruction and replacement of water and sewer lines shown on pages E-2 to E-6 which are numbered as follows: E-2 E-3. E-4 Project Site Map Ida Way (Hillside Avenue To S. Hughes Ave.) And S. Hughes Avenue (Ida Way to MLK Freeway) — Street Reconstruction (Mapsco Page 92D and 93A) Ida Way (Hillside Avenue To S. Hughes Ave.) And S. Hughes Avenue (Ida Way to MLK Freeway) — 8-inch Water Line (Mapsco Page 92D and 93A) E-5 !da Vl�ay (Hillside Avenue To S. Hughes Ave.) And S. Hughes Avenue (Ida Way to MLK Freeway) - 8-inch Sanitary Sewer Line L-5676 (Sta. 0+00 To Sta. 8+71.2) (Mapsco Page 92D and 93A) E-6. E-7 E-8 E-9 E-10 Sun Valley Drive (E. Loop 820 To Kay Dr.) — Street Reconstruction (Mapsco Page 93K and 93L) Sun Valley Drive (E. Loop 820 To Kay Dr.) — 8-inch Water Line (Mapsco Page 93K and 93L) Sun Valley Drive (E. Loop 820 To Kay Dr.) — 8-inch Sanitary Sewer Line L-6318 (Sta. 3+00 to Sta. 15+63) (Mapsco Page 93K and 93L) Canberra Court (Thannisch Ave. To Berryhill Dr.) — Street Reconstruction And Drainage Improvements (Mapsco Page 78N and 78S) Canberra Court (Thannisch Ave. To Berryhill Dr.) - 10-inch Waterline (Mapsco Page 78N and 78S) E-11 Canberra Court (Thannisch Ave. To Berryhill Dr.) - 8-inch Sanitary Sewer Line L-3775 (Sta. 12+98.47 To Sta. 16+98 And Sta. 22+98.69 To Sta. 28+32) (Mapsco Page 78N and 78S) 06/16/2004 E-1 LGGROUP 5004P C1TY OF FORT WORTH � � . �- �, � i s �,� I �� ` t � �' � ,` — � `� _�� il\ �,iir ��'��� ��� � �` `.` t ``�� � / 1 l .� ,' � ._ ,� �,i ` ! L�� �, �� ` �� � '- � i 1- r l �y Z _',J' l f ` � `' \' , ~ � 1/ ,\' " � �-� °! � � . , ,�'� � J. / , � � f/ ' � � �.. �� ` \�' _ i/ , ( � ; — t' 'Fl \ 1 ' , r ` �� � ' , �- � '`� �n '���•,, "�'� ;�" -� IDA NfAY/HUGHES AVE. �.KE a ,_r- =` ' • ��, � - � I � PAVING, WATER, SEWER � i '� � i COUNCIL DIST. NO. 5 woarN 'I -�ti �„ _��,�„ '� - �=,,>, - MAPSCO NO. 92D, 93A I� ' 1 �'` - � \ _ .� I `�;i�-- ` - ' �;,'; �, � � i� --,' " d � -� CANBERRA CT. �' SUN VALLEY DR. � PAVING, WATER, SEWER _" ,�� � ----� PAVING, WATER, SEWER � J COUNCIL DIST. NO. 8 COUNCIL DIST. NO. 5 � MAPSCO NO. 78 N, S `J � ' -- � MAPSCO NO. 93L �'� � I ' � , > > � ) � , �� � l l � �;y�. _ .�� ,I. .�' � / J 1-, 1--' - � `� , . -- � �;. � �. ` _. '- '( �'� �, _ ---_ i I \ _ `r � �. ',� t' '1 'C._ -- �1,� `1 - � ' -., \ •t `+ � .,; �'";� 1 /� � ,J—�.�;_ ��_ — � / _ -r\ / t �\ ` I . ` J�,- _ f. )V -�_'% " ' �� % �, ` _- ` � �; -- - -- ' , J " ` _ f ,� _ ., I - - - � - � - � r� ' \ 1 _ � �1`\�` ' _ •,, 1 , �',� � � w � �' � r /` � / ./ , 1� � _�" / ATTA C H M E N T E-2 STREET RECONSTRUCTION, VVATER ��� �AI�,19�,^,E�� eEo,lVE�d ���L��EIVI��1�' �iV ��� l�VQY ��!LLL�IQE o!!E. ?'Q �o �l�Gl��S. AVE.), SUN VALLEY DR. (E. LOOP 820 TO KAY DR.), S. HUGHES AVE. (IDA W�4Y TO MLK FREEWAY), fafV� C�►I��ERR�4 CT. -: : Jti=, L lr��`- (THANNISCH AVE. TO BERRY�IILL DR.� �:,;5,����;s;�,, � � � �� LOPEZGARCIA GROUP 6850ManhattanBoulevard 1817144b-7800 Suire 300 (817144b-7113 Fax FortSYorth,Texas76120 (8 7 71 429-96 2 0�detro www.l opezg a rdagrou p.com F�RT O�ORT�I i � ` � � COUNCIL DISTRICT NO. 5 MAPSCO NOS. 92D, 93A LEGEND PROP. CURB & GUTTER PROP. SIDEWALK PROP. DRIVE PROP. PAVING Q► i i ���i���T �m� PAVING, CURB AND GUTTER, AND SIDEWALK � � PAVING IMPROVEMENTS :f'j�� �� `' `�' IDA WAY (HILLSIDE AVE. TO S. HUGHES AVE.) AND '����1� ,;�",;`?L'': S. HUGHES AVE. (IDA WAY TO MLK FREEWAY) ";�i:;�;,;,���1, �'� LOPEZGARCIA GR❑UP FORT WORTH 6650ManhattanBoulevard �817�44fr1800 Sui[e 300 (877) 44�1113 Fax FortWorth,Texas16120 (817)a29-4620Metto w,vwJopezgarciagroup,com � W2072-372 COUNCIL DISTRICT NO MAPSCO NO. 92D, 93A LEGEND PROP. "OPEN CUT" 5 PROP. "TRENCH�ESS" ---------' PROP. VALVE N PROP. HYDRANT -♦- PROP. REDUCER � �� 1 Q��IVIGIV� �-� PROPOSED 8" WL WATER MAIN IMPROVEMENTS IDA WAY (HILLSIDE AVE. TO S. HUGHES AVE.) AND S. HUGHES AVE. (IDA WAY TO MLK FREEWAY) L�PEZGARCIA GROUP 6650Manhattan8ou�evard (81p44b�7800 Suite 3D0 {817) 446�1113 Fax FortWorth,Texas76R0 (811)429-9b20MeVa www.lopezga rdagroup.com F�RT �ORTK S2072-372 COUNCIL DISTRICT NO. MAPSCO NOS. 92D, 93A LEGEND PROP. "OPEN CUT" 5 PROP. "TRENCHLESS" ---------' PROP. MANHOLE • A�'TQCl�-!l��E�!!T' �-5 L-5676 PROPOSED 8" SS SEWER IMPROVEMENTS IDA WAY (HILLSIDE AVE. TO S. HUGHES AVE.) AND S. HUGHES AVE. (IDA WAY TO MLK FREEWAY) L❑PEZGARCIA GR❑LJP 6850 Manhattan Boulevard �8ll) 446-1800 Suite 300 (817� 44fr1113 Fax Fort 1Yonh Texas 76110 (8 7 71 4 24-962 0 Metto wwwJopezga rda group.com FORT �ORTI� ��lli•)L'1��� LEGEND PROP. CURB & GUTTER COUNCIL DISTFiICT NO. 5 PROP. SIDEWALK --'-' MAPSCO NOS. 93L PROP. DRIVE -� PROP. PAVING '�_�'� �"- Q �i �i h � �'i i�i � �: � -- '�' PAVING, CURB AND GUTTER, AND SIDEWALK RAVING IMPROVEMENTS SUN VALLEY OR. (E. LOOP 820 TO KAY DR.) LOPEZGARCIA GRo�P �CORT�ORTH 6850ManhattanBoulevard (9U)446-1800 Suite 300 (81 n 44b-1113 Pax Fort Worth, Texas 16120 (611) 429•9620 Metro www.lopezgardagroup.mm i °: LEGEND W2078-368 PROP. "OPEN CUT" COUNCIL DISTRICT NO. 5 PROP. "TRENCHLESS" ---------' MAPSCO NOS. 93L PROP. VALVE H PROP. HYDRANT -♦- PROP. REDUCER � �T�A���.��!�IT �_7 PROPOSED 8" WL WATER MAIN (MPROVEMENTS SUN VALLEY DR. (E. LOOP 820 TO KAY DR.) LOPEZGARGIA GROUP 6850ManhattanBoulevard (817)44b-1800 Suite 30� (817) 446-i 113 Pax Port Wortfi, Texas 76720 (81 p d29-9620 h4etro w�vw.lopezga rciag roup.com �ORT �ORTK '� S2078-368 COUNCIL DISTRICT MAPSCO NOS. 93L LEGEND PROP. "OPEN CUT" NO. S PROP. "TRENCHLESS" ---------� PROP. MANHOLE • �TZ'� � E-! �!�! E !V "L" E-� L-6318 PROPOSED 8" SS SEWER IMPROVEMENTS SUN VALLEY DR. (E. LOOP 820 TO KAY DR.) _ L❑PEZGARCIA GR�UP ' b85UManhattanBoulevard �811)446-1800 Suite 300 (617) 44&1113 Fax FortYlorth,Texas16120 (8UJ429•96201Aetro ' ' wwwJopez9arciagroup.com �O�T WORTH PROP. 6" CONC. PAVIN ccee paax cosa PARK £AST � COUNCIL DISTRICT NO. 8 MAPSCO NOS. 78N, S �� _ � , �i�RTi � 3� (i � , <Gr S : : A �iF� i,yTF 3 �nE i BiOEK�R ST. RSJ. C 0 � �� 9T� BiDEK'R tic Fj� 28� FF�v z � Na qr �_, � , 5 8 � A 0 p �0 o � „ a , ,z _ . „� �i ° .. 4 3 21 �0 5 d 1 6 I �� 1' I 2 29 �Z � Ii i3 t � Za� 2� HA NI C, 2ty s r z. 6 ZS �� 3 6 t I 6 23 1 1�0 I Z� �. a �� iz n �. s �� 9U TO �E �o z� � o � za za s a m i3 �9 2l � u �a w �� � " " ii �z n � 5 �6 I� � 3E Y ST. N SCALE: 1" = 500' s �p p�0 �`PSS �oo� LEGEND PROP. CURB & GUTTER PROP. SIDEWALK PROP. DRIVE PROP. PAVING ATTACHMENT E-9 PAVING, CURB AND GUTTER, AND SIDEWALK PAVING IMPROVEMENTS CANBERRA CT. (THANNlSCH AVE. TO BERRYHILL DR.) _ LOPEZGARCIA GROUP 6850�danhattan Boulevard (811144b-1800 Suite 300 (817� 44Crt 113 Fax FatWorth,Texas76120 (Bin429-9620Metro wwwhpezgaraagroup.com � ���� ` a-�:�'J FOR.i �VORTK � LEGEND W2060-380 PROP. "OPEN CUT" COUNCIL DISTRICT NO. 8 PROP. °TRENCHLESS" ---------� MAPSCO NOS. 78N, S PROP. VALVE ►� PROP. HYDRANT -� PROP. REDUCER t ATTA C H iVi E N T E-10 PROPOSED 10" WL WATER MAIN IMPROVEMENTS CANBERRA CT. (THANNISCH AVE. TO BERRYHILL DR.) L�PEZGARCiA GROUP 6850ManfiattanBoulevard (BV)446�1800 Suite 300 (617) 44b-1713 Faz Fort Worth, Texas 76120 (817) 429-9b20 Metro wNnv.lopezga rciagroup.mm FORT �C�RTH LEGEND S2060-380 PROP. "OPEN CUT" COUNCIL DISTRICT NO. 8 PROP. "TRENCHLESS" ---------� MAPSCO NOS. 78N, S PROP. MANHOLE • ATTACHMENT E-11 L-3775 PROPOSED 8" SS SEWER IMPROVEMENTS ,�r����-� � '�� p '� P �� rl I"c��' CANBERRA CT. (THANNISCH AVE. TO BERRYHILL DR.) -'!�'�;i ;;,'�,�;'.. `�� �! ,? II'�� � LOPEZGARCIA GROIJP ���T O�ORTI� 6BSOManhattan8oulevard (811�446-1800 Suite 300 (817J 446-7113 Faz Fort Worth, Texas 76120 (Bt n 429-9620 Metro - - www.lopezgardagroup.mm I�\C04YUN,KH 300dP\Contract�.l..nw I6. 200A�R��w -- .- _.. __.._ _._. NI&C Request Review .� ���� ��. COUNCIL ACTION: Approved on 9/21/2004 Page 1 of 2 �'ORT'4�UR1'H Print M&C DATE: 9/21/2004 REFERENCE NO.: **C-20281 LOG NAME: 30CIPIDA CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Engineering Agreement with LopezGarcia Group for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Ida Way, Sun Valley Drive, South Hughes Avenue and Canberra Court (DOE 4593) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with LopezGarcia Group in the amount of $123,315.72 for pavement reconstruction and water and sanitary sewer main replacement on Ida Way (Hillside Avenue to South Hughes Avenue), Sun Valley Drive (East Loop 820 South to Kay Drive), South Hughes Avenue (Ida Way to MLK Freeway) and Canberra Court (Thannisch Avenue to Berry Hill Drive). DISCUSSION: The 2004 Capital Improvemenf Program (CIP) includes funds for pavement reconstruction of Ida Way (Hillside Avenue to South Hughes Avenue) and Sun Valley Drive (East Loop 820 South to Kay Drive). The 1998 Capital Improvement Program approved funds (M&C G-17274) for the reconstruction of South Hughes Avenue, Ida Way to MLK Freeway, in Council District 5, from the following source: $120,000 - Deletion of the reconstruction of Amanda Avenue from the 1998 Capital Improvement Program. The 1998 Capital Improvement Program approved funds (M&C G-14275) for the reconstruction of Canberra Court, from Thannisch Avenue to Berry Hill Street, in Council District 8, from the following sources: $ 188,000 Deletion of Sylvania Avenue from the 1998 Capital Improvement Program $ 244,000 Gouncil District 8 Undesignated Funds $ 66,000 CDBG Funds $498,000 Total The engineering agreement is for the preparation of•plans and specifications for pavement reconstruction and water and sanitary sewer main replacement for the above identified streets. LopezGarcia Group proposes to perform the necessary design work for a lump sum fee of $123,315.72. City staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $23,243 (water: $7,184; sewer: $5,688; and streets: $10,371) is required for project management by the Engineering Department. � LopezGarcia Group is in compliance with the City's M/WBE Ordinance by committing to 21 % M/WBE pa�ticipation. The City's goal on the project is 21 %. http://www.cfwnet.org/council�acket/mc_ review.asp?refnum=C-20281 10/U2004 M&C Request Review Page 2 of 2 � The,project is located in COUNCIL DISTRICTS 5 and 8, Mapsco 78N and S; 92A; and 93A, K and L. FISCAL WFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of the Water and Sewer Improvements Funds, the Street Improvements Fund, and the Critical Capital Projects Fund. TO Fund/Account/Centers Submitted for Citv Manager's Office bv• Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers P264 531200 605170002031 7 811.14 P264 531200 605170002032 $15,622.28 P264 531200 605170002033 2 603.71 P264 531200 605170002051 7 010.25 P274 531200 705170002031 6176.94 P274 531200 705170002032 $12,353.89 P274 531200 705170002033 2 058.98 P274 531200 705170002051 4 611.75 C200 531200 205400002031 6 533.82 C200 531200 205400002032 $13.067.65 C200 531200 205400002033 2177.94 C200 531200 205400002051 2 476.40 C116 531200 020116040626 7 365.97 C116 531200 020116040627 $33,445.00 Marc Ott (8476) A. Douglas Rademaker (6157) A. Douglas Rademaker (6157) ATTACHMENTS http://www.cfwnet.org/council�acket/mc review.asp?refiium=C-20281 10/1/2004