Loading...
HomeMy WebLinkAboutContract 30887CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and TranSystems Corporation Consultants, (the "ENGINEER"), for a PROJECT generally described as: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Dennis Avenue (Burton Hill Road to Roaring Springs Road}, Fursman Avenue (Burton Hill Road to Roaring Springs Road) and Mattison Avenue (Virginia Place to Washington Terrace). CITY ��CREir�R� `, � Article I CONTRACi N� , , 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: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3} Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the 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 CITY, 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. �� �� �� ��� � I�� 5 ��� ,- �� I G I �� �. � � � ,i � . �'�:; :: � � 1 � � ; ���,tt. - ; .';;�y;,,:���3 `V�:;;� %�� Article [�/ Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. Generai 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 pertorming 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 ERGIf�EER 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 � �'.> J�;�J�� �. ._ .._ _ _ �' � l�'Ij ' �,; t,,.; �i � ..�F,r,`. ..: �. . �. l `� �;�i �f ti: � n �1 II ��,t;' 7�o ✓. �i ; G 7 l 3 Il '': G�1 a �a� �_ _ - - , �. � _ _ � �,. . n - a ,. _ (1) The presence or dufies of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnei in any way responsible for those duties that belong fo 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 fimited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and compieting ail 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 e�ent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring 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 de�iation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, sysfiems or equipment and performance criteria to be required in the Confract 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 fhe PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of ENGINEERING CONTRACT Page 3 of 14 operating personnel; and other �conomic and op�rafiionai factors that may materialiy affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actuai PROJECT costs, financial aspects, economic feasibility, or schedules wiil not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has compieted the work in exact accordance with the Contract Documents; that the finai 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 furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finaily constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. 1. Minority and Woman �usiness 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/V1/BE 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 finai payment under this contract, hav� access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable ENGINEERING CONTRACT Page 4 of 14 advance notice of intended audits. (2) ENGIfVEER furfher agrees io include in ail its subcon�uitant 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 _��,direct�_ _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 CIT1'. The CITY agrees to reimburse ENGINEEfZ 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 Page 5 of 14 (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 di�cretion, the ENGINEER may be required to provide proof of insurance premium payments. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions. ENGINEERING CONTRACT Page 6 of 14 J Y d1.�1;:� ,i�C;'�'�'%,�.:J �,�����:r�,�i`'��,;y;i�� ;';iy;l .i J; � w��u:i:: � �� �j '..' '��:�'. ` �� � , �� ;.�'�` . �.c (j) The Profe��ional Liability insurance poiicy, if wrifien on a claim� made basis shall be maintained by the ENGINEER for a minimum finro (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 pertorm all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosur� The ENGINEER acknowledges to the CIT1'that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or. suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. ENGINEERING CONTRACT Page 7 of 14 O. Pe�6�ing Aaa�hori�6e� - D�sig�a Cha�ges if permitfing 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 Agreemenf 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. C6ty-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. Advertisernents, P�rmits, 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 consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project sched�ale in Attachment A. ENGINEERING CONTRACT Page 8 of 14 E. Prompt Nm4ice 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 subcontractors 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 Con�tr�ction Site, and provisions providing contractor indemnification of the CITY and the EfVGINEER for contractor's negligence. H. Contractor Clairns and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain 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 ElVGINEER." ENGINEERING CONTRACT Page 9 of 14 {2) This AGREEMENT gives no rights or benefits to anyone other than the CIiY 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) f� (1) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim again�t EfVGINEER. CITY's Insurance The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that �uilders 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 Risk/Installation 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, litigafiion 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 Provision� 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 CONTR,4CT Page 10 of 14 i.:%ff��t:7i:�:1. 'i•:2�;�;�; :-�i �c ii ' i� ��� �1y' � � "' � - - Y y � ''J : e' L ;!I �' (' _ ' . �� �� �� � . : .; ?� � , .1;''' !� �'�;r'�r"i. '�� iI �',? h� 7 �a ..�•''✓''1�:�6'�'� I�Gt.a ---�"�-��� �. Reuse of Projecg Docurnen�s Ail designs, drawings, specifications, dacuments, 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 compieted or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any sucM 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 ofiher 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 terminafion 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. �uspension, Delay, �r Ir�te�pt6on tQ !�lQrl� 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 CONTR.4CT Page 11 of 14 F. Incierr�n6fica�ion (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 sQlely 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 � 996). 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 liabilifiy and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, �mployees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this interpretation and performance, and any other claims related to any litigation related to this AGREEMENT shall be Tarrant County, J. Alterr�ate Disput� Resolution AGREEMENT, its it. The venue for Texas. (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 �ubmitted to arbitra4ibn 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 $50,000, exclusive of attorney's fees, costs and expenses, will be final, ENGINEERING CONTRACT Page 12 of 14 ,':� L,:.,;;. ,; ;;, : ' �;y� �,; '> �' U �� c;� � ��.: .. .: d � .. "` � ; :'. � ;5� +V�,:';'l, : c�if Gn;� _ .�� �, �''? judgment may be entered thereon in any cou�t 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 final 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 shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. ENGINEERWG CONTRACT Page 13 of 14 Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A- Scope of Services Attachment B - Compensation Attachment C- Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map �� ��y � l Executed this the `�i day of � �' , 2004. ATTEST: CI F FQ . �� i �� � Y' � Marty Hendri ` Marc. A. � City Secretary Assistant -�C-�- . �__ Contrac�i. �+utho�iza�,io� 0-1 �- nate APPROVED AS TO FORM AND LEGALITY C Assistant Ci Attorney ENGINEERING CONTRACT Page 14 of 14 WO Manager APPR RECOMMENDED "�`7 ` /� A. Douglas Rademaker, P. E. Director, Engineering Department TRANSYSTEMS C;C)RPnRATION CONSl1LTANTS ENGINEER f . % i' • By: '� � - Raul Penr�, I I I, P. E. Regional Vice-President � �� r� t� F� '�Y— � i f � {-"�'^-•.�,. r�� �ii :! �V�irj�) y,��;_,.�r, '� �-' �..1,' ��,,c,'� P � i; U' �a :;J �i��l��ti� ����`=%+t��r>> �' 7'"'-, r,?�J � � '. � ?� �, i �� j f S`��i, i n. �4s�� ✓�:Ly ,� � ��� �( i S't'r .. -- .-y�f ����:� ��- --�- � ATTACHMENT "A" -�- .•-• -r - "Scope of Services set forth herein can only be modified by additions, clarifications, and/or de/etions set forth in the supplementa/ Scope of Services. In cases of conflict between the Supp/emental Scope of Services and the Genera/ Scope of Services, the Supplemental Scope of Services shall have precedence overthe Genera/ Scope of Services," �=_ � 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) GeotechnicallnvestigatiQn� 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 uti!itie�. 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 � ,r`��J��;�i V.',�;v i;J;` li .V.>'`y,� i , '.:�,,c�Sj�ll 5�,��,�^ t permitting authority. If such changes are required, the Engineer shall nofiify 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 1 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 and/or easements for the construction of this project. 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 furni�h�d on the appropriate City forms in a minimum of four (4) copies each. $) 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. -2- .;'i i"J'����.;1 � ,;;,,21>, j,,:J ^ � �� � � °J 6' 1�,I r, � �. +I�l � �� '� t7 t '}.. � � , j �. �Ili ..:� ���`.L•i li ilf � �,n� f � �%'��`✓l:lifl� ' ,( �L'1 0 �_—e��`� 10) Conceptual 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-�ections, 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 officials. The Contract Documents shall cam�ly with applicable ioc�l, 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. -3- '�;�i;;��;::,,1 ��, '�• ���;": � ��:: �<. �: � v i� a::� :i.J J l�� ��, ..\ � V 1:r�L l�_ .1� I�L� M1 �?U ';1V'�,�ii �:�I:4�I`� tI%1���1� F J � `:J1 �1�� U�G\; 1 PHASE 4 16) Final Approved Construction Plans The Engineer shall furnish 45 baund 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) Recornmendation 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. -4- 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- ��',�.'�',.�1�,=, � :�?��:.�";,.�';j; ► �,;�}� ,; ,,, �, �, � ,,,, .,, ; .�iuL c��':;i�S;�.Jr!'u' � � L'+ ��v'.��,.%'�}: l� �`� 9�i�G1 0 EXHIBIT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: WATER AND/OR SANITARY SEWER IMPROVEMENTS 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/or sanitary sewer improvements for the following: Street Reconstruction, Water and Sewer Replacement on Dennis Aven. (Burton Hill- Roaring Springs), Fursman Aven. (Burton Hill-Roaring Springs) and Mattison Aven. (Virginia-Washington) Contract No. 0014 Project No. 00024 STREET COUNCIL WATER SANITARY SEWER NAME DISTICT Water Map Exist. Prop. Replacement Sewer Exist. Prop. Replacement No. Pipe (In) Pipe (In) Length (LF) Map No. Pipe Pipe Length (LF) (In) (In) Dennis Aven. Roaring � W2024- springs 392 6 8 1950 N/A N/A N/A N/A To Burton Hill F�rsman Aven W 2 0 2 4- Roaring � 3 9z 6 8 18 0 0 N/A N/A N/A N/A Springs To Burton Hill Mattison Aven. W2036- virginia 7 392 6 8 750 52036 6 8 2650 To -392 Washington EA1-1 Rev 5/18/04 '= � � ij 'j , ;� i J c n i;��; ',� �' _� � �1�'�'�vJ;^. } ��,-!:,.J � 1;���1i ��5�✓i1t���',�1r��1 �'`;�';;'�(1'. c; � �U `It'!��i .:�:✓'1.�!(13 Il GQo Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: PART A — PRE-ENGINEERING 1. Initiai Data Collection 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 coordination 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, property ownership as available from the Tax Assessor's office. The data collection efforts will also include conducting special coordination meetings with affected properly 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: Rev 5/18/04 F'Al-2 . � The CITY shali furnish the Engineer with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the Engineer will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey, the Engineer shall delay the design of the sewer service line until after the start of construction. The CITY will then direct the Contractor to de-hole the service line at the clean-out location of all buildings or structures so that the Engineer's surveyor can determine the flow line of the sewer service line. The Engineer shall use this information to provide the design for the sanitary sewer service fine 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. 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. Schedule Submittal and Monthly Progress Report The ENGIENER shall submit a progress 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. PART B- CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering i. Surveys for Design - To be pertormed by City ii. Public Notification — To be Performed by City EAl-3 Rev 5/18/04 iii. Conceptual Engineering Plan Submittal a. Conceptual plans shall be submitted to City 40 days after Notice to Proceed Letter is issued. b. The ENGINEER shall perform conceptual design of the proposed improvements and furnish four (4) copies of the concept engineering plans which includes layouts, preliminary right-of-way needs and cost estimates for the ENGINEER's recommended plan. 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 concept 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, other pertinent design information and provide a summary of findings pertaining to the proposed project. 2. Preliminary Engineering Upon approval of Part B, Paragraph iii (b), ENGINEER will prepare preliminary construction plans as follows: a. Overall water and/or sanitary sewer layout sheets and an overall easement layout sheet(s). b. Preliminary project plans and profile sheets on 22" x 34" sheets which 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, manholes etc., related appurtenances and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. EA1-4 Rev 5/18/04 c. For sewer lines, pipelines schedule for point repairs, rehabilitation and replacement will be located on the base sheets prepared from survey information gathered under Part B, Paragraph b. 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 and trenchless technology construction is anticipated, below and above ground utilities will be located and shown on the base sheets. d. 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 that may impact the project. e. The design for 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 Part A, Paragraph 1 b. f. The ENGINEER shall make provisions for reconnecting all identifiable 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 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 all service lines which are connected to the existing main and connect said service lines to the relocated main. g. 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 EAl-5 Rev 5/18/04 details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service laterai reconnections. h. Right-of-Way Research — To be Performed by City i. Right-of-way/Easement Preparation and Submittal— To be Performed by City j. Utility Clearance Phase The ENGINEER wili consult with the City's Water Department, Department of Engineering, and other CITY departments, public utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities 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 deliver a minimum of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all utility companies, which have facilities within the limits of the project. k. Preliminary construction plan submittal i. Preliminary plans and specifications shall be submitted to City 60 Days after approval of Part B, Paragraph iii (b). ii. The ENGINEER shall deliver two (2) sets of preliminary construction plans and finro (2) sets of specifications and contract documents to CITY for review. Generally, plan sheets shall be organized as follows: EA1-6 Rev 5/18/04 3 - --- - J,,�,jJ iv1 �_ '� ;"�;�',:' 'r.',,;, ! ,1 i-, j. :. , ", v } i^'i�l'',,j ':''�(.' � _'; ; ` i �'� : 4 �' c'.. �•I}iIL _ �,. � ��`,�i;i:�v'! �'�'nIIU �� i'i � L `�: U J�.� �1 u� '�' ��• o . 1 Cover Sheet General Notes/Legand Easement layout (if applicable) Abandonment Pian & Profile Sheets Standard Construction Details Special Details (If applicable) iii. The ENGINEER shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted. ENGINEER shall assist City in selecting the feasible and/or economical solutions to be pursued. I. Review Meetings with City The ENGINEER shall meet with CITY to discuss review comments for preliminary submittal. The CITY shall direct the ENGINEER in writing to proceed with Final Design for Final Review. m. Public Meeting After the pre(iminary 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 business to be affected by the proposed project, and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. 3. Final Construction Plan Submittal a. Final Construction Documents shall be submitted to CITY 40 days after approval of Part B, Paragraph 2 k. Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans and specifications and contract documents to CITY (each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas) and submit finro (2) sets of EA1-7 Rev 5/18/04 � plans and construction contract documents within 15 days of CITY's final approvai. Plan sets shali be used for Part C activities. b. ENGINEER's Estimate of Probabie Construction Cost The ENGINEER shall submit a final estimate of probabte construction cost with the final pians submitted. PART C - PRE-CONSTRUCTION ASSISTANCE Administration a. Deliver Bid Documents The ENGINEER will make available for bidding, upon request by the CITY, up to fifty (50) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to potential bidders. Proposal will be delivered in electronic format. b. Bidding Assistance The ENGINEER shall assist the CITY during this phase including preparation and delivery of any additional addenda prior to bid opening to plan holders and respond to questions submitted to DOE by prospective bidders. Engineer shall attend the scheduled pre-bid conference. � The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening, develop bid tabulations in hard copy and electronic format and return four (4) copies of the bid tabulation, along with the contract documents to the City within three (3) working days after bid openings. c. Assistance During Construction Rev 5/18/04 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. EA1-8 EXHIBIT "A-2" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: PAVING AND/OR DRAINAGE IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perForm under ATTACHMENT "A". Work under this attachment includes engineering services for paving and/or storm drain improvements for the following: Street Reconstruction, Water and Sewer Replacement on Dennis Aven. (Burton Hill- Roaring Springs), Fursman Aven. (Burton Hill-Roaring Springs) and Mattison Aven. (Virginia-Washington) Contract No. 0014 Project No. 00024 STREET NAME COUNCIL PAVEMENT STORM DRAIN DISTICT 6" Lime 6" 7" 6" 18 24" 5' 10' Stabilized Reinforced Integral Reinforced RCP RCP CURB CURB Subgrade Concrete Curb Concrete (LF) (LF) INLET INLET (SY) Pavement (LF) Driveway (EA) (EA) (Sl� (SF) Dennis Aven. Roaring Springs � 6720 6300 3900 7650 N/A N/A N/A N/A To Burton Hill Fursman Aven Roaring Springs � 6200 5800 3600 6750 N/A N/A N/A N/A To Burton Hill Mattison Aven. 7 2600 2420 1500 3240 30 50 0 2 Virginia To Washington FsA2 -1 Rev 5/18/04 , - _ � ���.Sr��Jr����ijj..�l ���,� - �, f �:� � •- � � ''f 5 J�L�� ' ..1�.^. ,I..�1 � �� `.; :. ��o�, -' ';',�;',� � i I� � r f t sv1i��91� Ur2G� a Upon receipt of notice to proceed, the ENGINEER wili perform the following tasks: PART A— PRE-ENGINEERING 1. Initial Data Collection 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 coordination 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, 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 also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities wiihin 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 EA2-2 Rev 5/18/04 of the existing lines within the project limits. ENGINEER shall complete all forms necessary for City to obtain permit letters from TxDOT and railroads and submit such forms to the Ciiy. City shall be responsible for forwarding the forms to the affected agencies for execution. 2. Schedule Submittal and Monthly Progress Report 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. PART B- CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering Surveys for Design— To be Performed by City ii. Drainage Computations a. 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 area 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 existing system as deemed reasonable and consistent with City standards. Design of drainage facilities is not included in this contract. iii. Conceptual Engineering Plan Submittal a. Conceptual plans shall be submitted to City 40 days after Notice to Proceed Letter is issued. b. The ENGINEER shall furnish four (4) copies of the Phase 1 EA2-3 Rev 5/18/04 concept engineering plans which include layouts, preliminary right-of-way needs and cost estimates for the ENGINEER's recommended plan. 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 concept phase of the project. � 2. Preliminary Engineering Upon approval of Part B, Paragraph IV, ENGINEER will prepare construction plans as follows: a. Drainage area maps with drainage calculations and hydraulic computations. Information shown on the plans will be consistent with Part A, Paragraph 1.b. for proposed condition. b. Preliminary project plans and profile sheets which will show the following and shall be on 22" x 34" sheets: Property Ownership Curb Lines Driveways Medians (if applicable} Sidewalks Existing and proposed water and sanitary sewer mains. c. Proposed roadway profile grades and elevations along each curb line; elevations at all p.v.i.'s; p.i's half stations; high and low points; vertical curve information; and pertinent AASHTO calculations. Profiles for existing curbs (if any) and existing ground at the left and right-of-way lines shall be shown. Existing found property corners (e.g. Iron pins) , along the existing right-of- way shall be shown on the plans. Profiles for existing and proposed storm drain mains and leads shall be provided. d. Existing utilities and utility easements will be shown on the roadway plan EA2-4 Rev 5/18/04 and profile sheets. ENGINEER wiil coordinate with utility companies and the City of Fort Worth to ascertain what, if any, future improvements are planned 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., will 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 conform to 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. Legal descriptions (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. h. Furnish as a function of final plans, six (6) copies of the final cross-sections on 22" x 34" sheets. Information on these sheets will include centerline station, profile grades and centerline elevations, roadway section (existing and proposed), right-of-way limits. Scale will be 1" = 20' 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— To be Performed by City j. Right-of-way/Easement Preparation and Submittal— To be Performed by City k. Utility Clearance Phase EA2-5 Rev 5/18/04 The ENGINEER will consuit with the City's Transportation and Pubici Works Department, Water Department, Depar�ment of Engineering, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities 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 deliver a minimum of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to afl utility companies, which have facilities within the limits of the project. Preliminary Construction Plan Submittal i. Preliminary construction plans and specifications shall be submitted to CITY 60 days after approval of Part B, Paragraph iv. ii. The ENGINEER shall deliver two (2) sets of preliminary construction plans and two (2) specifications to CITY for review. Generally, plan sheets shall be organized as follows: Cover Sheet General Layout and Legend Sheet Drainage Area Map and Computations Plan & Profile Sheets Standard Construction Details Special Details (If applicable) iii. Preliminary estimate shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted. Engineer shall assist City in selecting the feasible and or economical sotutions to be pursued. m. Review Meetings with City The ENGINEER shall meet with CITY to discuss review comments for preliminary submittal. The CITY shall direct the ENGINEER in writing to proceed with Final Design for Final Review. EA2-6 Rev 5/18/04 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 ihe database listing the names and addresses of all residents and business to be affected by the proposed project, and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. 3. Final Construction Plan Submittal a. Final Construction Documents shall be submitted to CITY 40 days after approval of Part B, Paragraph 2(b). Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans and specifications and contract documents to CITY (each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas) and submit finro (2) sets of plans and construction contract documents within 15 days of CITY's final approval. Plan sets shall be used for Part C activities. b. ENGINEER's Estimate of Probable Construction Cost The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. PART C - PRE-CONSTRUCTION ASSISTANCE Administration a. Bid Documents Submittal The ENGINEER will make available for bidding, upon request by the CITY, up to fifty (50) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to potential bidders. Proposal will be provided in electronic format. EA2-7 Rev 5/18/04 rIJP. I �J�. � �' l :.,:J ,'���7 -? �� � .c; D . , � � iv �� I� J'. .Iyi I1S �' "�'� ':J 1 dI (l� y U ��G't o b. Bidding Assistance The ENGINEER shali assist the CITY during this phase including preparation and delivery of any additional addenda prior to bid opening to plan holders and respond to questions submitted to DOE by prospective bidders. Engineer shall attend the scheduled pre-bid conference. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening, develop bid tabulations in hard copy and electronic format and return four (4) copies of the bid tabulation, along with the contract documents to the City within three (3) working days after bid openings. c. Assistance During Construction 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. EA2-8 Rev 5/18/04 ATTACHMENT "B" COMPENSATION AND SCHEDULE ENGINEERING DESIGN SERVICES ASSOCIATED WITH STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT Street Reconstruction, Water and Sewer Replacement on Dennis Aven. (Burton Hill- Roaring Springs), Fursman Aven. (Burton Hill-Roaring Springs) and Mattison Aven. (Virginia-Washington) I. Compensation A. The Engineer shall be compensated a total lump sum fee of $114,012.00 as summarized 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" and "A-2" for all labor, materials, supplies and equipment necessary to compensate the project. The Engineer shall be paid monthly 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 o�cer of the Engineer. II. Schedule Final Phase I Plans shall be submitted within 150 calendar days after the "Notice to Proceed" letter is issued. A. Conceptual Engineering Plans — 40 calendar days B. Preliminary Engineering Plans and Contract Documents — 60 calendar days C. Final Engineering Plans and Contract Documents — 40 calendar days D. Final Plans and Contract Documents for Bid Advertisement —10 calendar days B-1 � � EXHIBIT "B-1" (SUPPLEMENT TO ATTACHMENT B) ENGINEERING DESIGN SERVICES ASSOCIATED WITH STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT Street Reconstruction, Water and Sewer Replacement on Dennis Aven. (Burton Hiil- Roaring Springs), Fursman Aven. (Burton Hill-Roaring Springs) and Mattison Aven. (Virginia-Washington) 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 project. The aggregate of such monthly partial fee payments shall not exceed the following: Until satisfactory completion submittal and approval by the fee. of Exhibits "A-1" and "A-2", Conceptual Engineering Plan City, a sum not to exceed 30 percent of the total lump sum Until satisfactory completion of Exhibits "A-1" and "A-2", Construction Plan submittal and approval by the City, a sum not to exceed 60 percent of the total lump sum fee. Until satisfactory completion of Exhibits "A-1" and "A-2", Final Construction Plan submittal and approval by the City, a sum not to exceed 90 percent of the total lump sum fee. 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 15�'�' of every month in the format required by the City. B. If the Engineer determines in the course of making design drawings and specifications that the construction cost estimate of $1,400,000 (as estimated in exhibit B-4) will be exceeded, whether by change in the scope of the project, increased costs 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 Engineering Department, shall suspend all work hereunder. � „i�;j � , ���� � � ����� �� 1'�. . � B1-1 �,7 � . '��o :'f,'`✓� :� �I �n � ��'!� y�; � EXHIBIT B-2 (SUPPLEMENTAL TO ATTACHMENT B) a Consultinq Firm Prime TranSystems M NVBE Sream Water Group Arlington Non- M / WBE N/A EXHIBIT "B-3A" (Supplemental to Attachment B) SUMMARY OF TOTAL PROJECT FEES 2004 CIP Dennis, Fursman, and Mattison Scope of Services Total Fee MIWBE Percent Design Services $ 114,012.00 $ 25,000.00 $ 22 % of Total Engineering $ 21,500.00 $ 19 Reproduction � 3,500.00 � 3 EXHIBIT "B-3B" (SUPPLEMENT TO ATTACHMENT B) PROFESSIONAL SERVICES FEE SUMMARY Street Reconstruction, Water and Sewer Replacement on Dennis Aven. (Burton Hill- Roaring Springs), Fursman Aven. (Burton Hill-Roaring Springs) and Mattison Aven. (Virginia-Washington) Part A— Conceptuaf Design and Part B— Plans & Specification Transportation & Public Works: (Construction Cost X ASCE Curve "A" X 85%) Paving & Drainage $928,175 X 7.7% X 85% _ $60,750 Water Department: (Construction Cost X ASCE Curve "A" X 85%) Water Improvements $248,000 X 8.7% X 85% _ $18,352 Sanitary Sewer Improvements $215,000 X 8.7% X 85% _ $15,910 T&PW and Water: Basic Services Total Additional Services: Transportation & Public Works: Erosion Control Plans & SW3P Drainage Study Meetings & Reports Exhibits Printing & Reproduction Subtotal Administrative (10%) Fee on M/WBE Firms Additional Services Subtotal Water Department: Erosion Control Plans & SW3P Meetings & Reports Exhibits Printing & Reproduction Subtotal Administrative (10%) Fee on M/WBE Firms Additional Services Subtotal T&PW and Water: Additional Services Total _ $1,500 _ $4,000 _ $ 500 _ $ 500 _ $3,000 _ $1,500 _ $11,000 _ $1,500 _ $1,000 _ $1,500 _ $3,000 _ $1,000 _ $8,000 _ $ 19,000 $95,012 ! vr; �;' � ��;�,, � ,;;, t � �, �. .� 1�: 5 l. �.;' hi J ' �¢��7�11•��;�� - - �-;If���c�:� ,� `�/ ':,'�:ili „._.o..._...:?,.� B-3B-1 2� ''iji; ��i. C; ��'it cj �-j�r 1 0 '.�,;;✓1:�Jt� �'SG!tn SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) A. SUMMARY OF TOTAL FEE Service Description Water Sewer Paving Total Engineering Services $22,352 $19,910 $71,750 $114,012 Surveying Services By City By City By City By City Total $22,352 $19,910 $71,750 $114,012 B. BREAKDOWN OF WATER SEWER AND PAVING FEES (LESS SURVEY FEES) 1. Total Water Fee (less survev fee) Breakdown bv Concept, Preliminarv and Final Desian a. Concept (30%) _(Total Water Fee — Water Survey Fee) x 0.3) _$ 6,706 b. Preliminary (60%) _(Total Water Fee — Water Survey Fee) x(0.6) _$13,411 c. Final (10%) _(Total Water Fee — Water Survey Fee) x(0.1) _$ 2,235 2. Total Sewer Fee (less survev fee) Breakdown bv Concept, Preliminarv and Final Desiqn a. Concept (30%) _(Total Sewer Fee — Sewer Survey Fee) x 0.3) _$ 5,973 b. Preliminary (60%) _(Total Sewer Fee — Sewer Survey Fee) x(0.6) _$11,946 c. Final (10°/o) _(Total Sewer Fee — Sewer Survey Fee) x(0.1) _$ 1,991 3. Total Pavinq Fee (less survev fee) Breakdown bv Concept, Preliminarv and Final Desiqn a. Concept (30%) _(Total Paving Fee — Paving Survey Fee) x 0.3) _$21,525 b. Preliminary (60%) _(Total Paving Fee — Paving Survey Fee) x(0.6)= $43,050 c. Final (10%) _(Total Paving Fee — Paving Survey Fee) x(0.1) _$ 7,175 ,� EXHIBIT "B-3C" (SUPPLEMENT TO ATTACHMENT B) FEES FOR SURVEYING SERVICES Street Reconstruction, Water and Sewer Repiacement on Dennis Aven. (Burton Hill- Roaring Springs), Fursman Aven. (Burton Hill-Roaring Springs) and Mattison Aven. (Virginia-Washington) Surveying Services: Paving Water Topographic Surveys By City Topographic Surveys By City Sanitary Sewer Topographic Surveys By City T&PW and Water Department: Total for Surveying Services By City B-3C EXHIBIT "B-3D" (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES Street Reconstruction, Water and Sewer Replacement on Dennis Aven. (Burton Hill- Roaring Springs), Fursman Aven. (Burton Hill-Roaring Springs) and Mattison Aven. (Virginia-Washington} Additional Services: Transportation & Public Works and Water Department: Mounted Exhibits Attend Public Meetings (2) Drainage Study Reproduction SWPPP 10% for Sub-Consultant Total for Additional Services Transportation & Public Works: $ $ $ $ $ $ 2,000.00 1,500.00 4,000.00 6,000.00 3,000.00 2,500.00 _ $ 19,000.00 Water Department (Water & Sanitary Sewer): B-3 D _ $10,750 _ $ 8,250 i �;C'I i�1 p'�',i•:' i '1 _� �1; 1� ,�_ l. i ��� _,S,,J I � � ' �� � ' ���{�/ � ����6 c'�':i1:Li:'.:�• 0 ': �7 ; �:'r �� 1f .�� , 6� o:'v� \:i' 1 i�,� Il ��'_���, z EXHIBIT "B-3E" (SUPPLEMENT TO ATTACHMENT B) FEE FOR REPRODUCTtON SERVICES Street Reconstruction, Water and Sewer Replacement on Dennis Aven. (Burton Hill- Roaring Springs), Fursman Aven. (Burton Hill-Roaring Springs) and Mattison Aven. (Virginia-Washington) Printing & Reproduction: Transportation & Public Works and Water Department: Conceptual Design Report 4 sets of Report Preliminary & Utility Clearance Plans 16 sets of Constr. Plans 2 Sefs of Specifications Final Plans 5 Sets of Constr. Plans 5 Sets of Specifications Bid Documents 50 Sets of Constr. Plans 50 Sets of Specifications Mounted Exhibits for Public Meetings 1 Drawings Final Mylars for Record Purposes 1 Set of Plans $.10Pg X 45 Pg/Report X 4 =$ 18.00 $.72/Pg X 60 Sht/Plan X 16 =$ 691.20 $.10/image X 400 image/Spec X 2 =$ 80.00 $.72/Pg X 60 Sht/Plan X 5 =$ 216.00 $.10/image X 400 image/Spec X 5 =$ 200.00 $ .72/Pg X 60Sht/Plan X 50 = $2,160.00 $.10/image X 400 image/Spec X 50 =$2,000.00 $ 4/Pg X 24 Each $ 9.00/Pg X 60 Sht/Plan X 1 Printing & Reproduction Subtotal Transportation & Public Works: Water Department (Water & Sanitary Sewer): B-3E _ $ 96.00 _ $ 540.00 _ $ 6001.20 _ $3000.00 _ $3000.00 T��/VSYSTEMS :°��= PO/?AT/O/V �,�� C O N S U L T A N T S July 3 0, 2004 Ms. Dena Johnson, P.E. Deparhnent of Engineering City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102-6311 RE: 2004 CIP (Dennis, Fursman and Mattison) Year One 2004 CIP Contract 11 Project No. 00024 Dear Ms. Johnson: We appreciate the opportunity to present this proposal and fee schedule for your consideration. Attached please find construction cost estimates, schedule, and exhibits depicting the scope of work. We propose to complete the proposed work in accordance with the following fee schedule: � Estimated Paving and Drainage Construction Costs $928,175 Basic Engineering Design Services: (TSPE Curve A = 7.7%) (0.077x0.85 = 6.55%) $ 60,750.00 � Estimated Water and Sewer Construction Costs Basic Engineering Design Services: TSPE Curve A = 8.7%) �o.os�Xo.gs = �.4o°io> Special Services Mounted Exhibits Attend Public Meetings (2) Drainage Study Reproduction S WPPP 10% for Sub-Consultant $ 34,262.00 1,500.00 2,000.00 4,000.00 6,000.00 3,000.00 2,500.00 $ 463,000 .; f �� J��� i: �� i: � i_,'' '� , J ��'�(,?� .',�'�..',1.'r',I _1/��I� U 1�i�''''�����i�' f� i�'�l; r 1`R.: '�'S'`JY:�fi� '��/\ � � /L ✓�i p � Ms. Dena Johnson July 30, 2004 Page 2 TOTAL Lump Sum Fee of $114,012.00** ** Fee does not include: drainage design, construction administration or ROW/Easement preparation. We will be using Stream Water Group for engineering and Arlington Blueline for reproductions to ensure 22 % of the contract will be performed by an approved MBE. If you have any questions or require additional information please give me a call. Sincerely, TranSvs� R�1 Pena Principal � Consultants C; IDocuments and SettingslrpenalMy DocumentslMy DocumentslproposalslFort YYorthICIPIProposal letter.DOC J t J'� �� 1i'S ly,' �; ; i �,� �; ;';_ , ���� -., �•-� �l� u�� �;; �'�v':;�;� ;" '� j`% �'; I':1. ! �� yl;`;�^,i: i; ji �f `� S' a � ' � .;�?I���l�i �� �I:o EXHIBIT B-4 SUMMARY CAPITAL IMPROVEMENTS PROJECTS SUMMARY OF OPINION OF PROBABLE CONSTRUCTION COST 30-Ju1-04 A. Dennis (Burton Hill-Roaring Springs) 1 Paving $ 397,071.95 2 Water $ 108,438.00 3 Sewer � ' subtotal $ 505,509.95 B. Fursman {Burton Hiil-Roaring Springs) 1 Paving $ 369,766.65 2 Water $ 98,175.00 3 Sewer � ' subtotal $ 467,941.65 C. Mattison (Virginia-Washington) 1 Paving $ 161,337.00 2 Water $ 42,713.00 3 Sewer $ 212,928.38 subtotal $ 416,978.38 TOTAL ESTIMATED CONSTRUCTION COST $ 1,390,429.98 Total Paving $ 928,175.60 Total Water $ 249,326.00 Total Sewer $ 212,928.38 Subtotal Water and Sewer $ 462,254.38 Total $ 1,390,429.98 Page t Dennis Avenue FORT WORTH, TEXAS "PRELIMINARY" OPINION OF PROBABLE COST PROJECT N0. OD024 Prepared by: TranSystems Corporation Consullants 7130f2004 Dennis Ave 1950 Linear Feet ROW WIDTH = FT., STREET WIDTH = 28 FT. DOE N0. Quantity Units Unit Price Total Price WATER REPLACEMEN7 1 8" Water Line(Includes Removai) 2 Fittings 3 Fire Hydranl Assembly 4 Concrete Blocking (Type E) 5 B' Valves 6 6' Valves 7 12'x8' Tapping Tee 8 Class A Meler Box 9 1' Service 10 8' Jack & Bore water Line 11 Temporary Pavement Repair 12 Permanent Pavement Repair 13 Crushed Limestone Sub-total 10% Cantingency TOTAL WATER C05T5 SEWER REPLACEMENT 1 8' Sanitary Sewer( other then open cut) 2 8' Sanitary Sewer, Various Depths 3 Manhole (New) 4 4' Sewer Service 5 4' Service Line Replacemenl 6 Manhole Insert 6 Fence replacement 7 Pre TV Inspection 8 Post N Inspection 9 Trench Excavalion Protection (5' to 10') Sub-tofal 10% Contingency TOTAL SEWER COSTS 1950 3 3 5 3 2 2 61 61 0 195D 50 10 LF TN EA CY EA EA EA EA EA LF LF LF CY LF LF EA EA LF EA LF LF LF LF 22.00 3,000.00 1,50D.00 50.00 500.00 350.00 2,000.00 B0.00 250.00 �so.00 �.00 35.00 20.00 60.00 26.00 1,500.00 250.00 20.00 100.00 15.OD 3.00 125 2.00 $ 42,90D.00 $ 9,000.00 $ 4,500.00 $ 250.00 $ 1,500.00 $ 700.00 $ 4,000.00 $ 4,680.00 $ 15,250.00 $ - $ 13,650.00 $ 1,750.00 $ 200.OD $ 98,580.00 $ 9,858.00 $ 108,438.00 Since ENGINEER has no control over Ihe cost of labor, malerials, equipment or services fumished by others, or over the Contractor�s) methods of detemtining prices, or over competitive bidding or marketcondNons, ENGINEER's opinions of probable Total projec[ Costr and Construc6on Cost provided for herein are made on fhe basis of ENGINEER's e�erience and qualificailons and represe�t ENGINEER's bestjudgmenl as an experienced and qualified professional engineer, farnifiar with ihe construction industry; but ENGINEER cannot and does not guarantee that proposals, bids or actual Total Proj°ct or ConsWction Costs will not vary from opinions of probable cost prepared by ENGINEER. If prior lo the Biddng or Nego6ating Phase OWNER wishes greater assurance lo the Construction Cost he shall employ an independent cosl estimator. P;�202�96V80391ADM�dennis-fiusman-matlison-.XLS, 7/302004 EB5-2 {- ��''d 1 J , `�c' � ,; c, , �:'-, l� ,.`, �; rJ, � i�'i r�� jli, r�cti'_;, .,. I l.��L � 1��21�'iJ:��L � �1��.0 _.<<,U �,r4,�� �`��111� � ���:� Dennis Avenue FORT WORTH, TEXAS "PRELIMINARY" OPINION OF PROBABLE COST PROJECT N0.00024 Prepared by: TranSystems Corporation Consultanis 7/30i2D04 Dennis Ave 1950 LinearFeet ROW WIDTH = FT., STREE7 WIDTH = 28 FT. DOE N0. Quantity Units Unit Price Total Price PAVINGIMPROVEMENTS 1 Unciassified Excavation 2 7' Conc. Curb 3 6' Rein. Goncrete Pavement 4 6' Lime Stabilized Subgrade 5 Lime 6 Retaining wall 7 4' Sidewalk 8 6' Concrete Driveways 9 Sidewaik & Driveway Removal 10 Utility Adjustment 11 Vaive Adjustment 12 Water meter box adjusiment 13 Remove Conc. Curb & Gutter 14 Silcon Joint Sealer 15 10' Siorm Inlet 16 Storm Drain Lalerals 17 Remove inleis 18 Remove Storm Sewer 19 tandscape repair 20 Topsoil 21 Projeci Sign Sub-totai 10% Contingency TOTAL PAVING COSTS 5000 3900 6300 6720 707 0 17060 850 7650 1 5 61 3900 s�oo 0 0 0 0 1 500 2 CY LF SY SY TON LF SF SY SF LS EA EA LF LF EA LF EA LF LS CY EA 10.00 2.10 23.00 3.00 9D.OD 15.00 3.20 35.00 1.25 4,000.00 200.00 40.00 2.00 1.50 2,500.00 6D.00 500.00 15.00 4,000.00 9.00 200.00 $ 50,000.00 $ 8,190.00 $ 144,900.00 $ 20,160.00 $ 9,630.00 $ - $ 54,592.00 $ 29,750.00 $ 9,562.50 $ 4,000.00 $ 1,0OO.OD $ 2,440.00 $ 7,800.OD $ 10,050.00 $ - $ - $ - $ - $ 4,000.00 $ 4,500.OD $ 400.00 $ 360,974.50 $ 36,097.45 $ 397,071.95 Since ENGINEER haz no control overfhe costof labor, materiais, equipment a services fumished by others, or ovw ihe Contractor(s) methods of defertnining prices, or overcompeti6ve bidding w market conditions, ENGINEER's opinions of proba6le Total project Costs and Construc6on Cost provided fa herein are made on Ne basis of ENGINEER's experience and qual'ficaitons and represent EN6INEER's bestjudgment as an experienced and qualified professional engineer, (amiliar with the conshuction industry; but EN�INEER cannot and does not guarantee ihat proposals, bids or actual Total Project or ConsWction Cosk wiil not vary from opinions of probable cost prepared by ENGINEER. If prior to ihe Biddng or Negotiating Phase OWNER wishes greater assurance to the Construc8on Costhe shall employ an independent cost es6mator. P:1202V8V80391ADM1dennis-fiusman-mattison-.7�7.5, 7r302004 EBS-3 Fursman Avenue FORT WORTH, TEXAS "PRELIMINARY" OPINION OF PROBABLE COST PROJECT NO.00D24 Prepared by: TranSystems Corporation Consultants 7/30/2004 Fursman Ave 1800 Linear Feet ROW WIDTH = FT., STREET WIDTH = 28 FT. DOE N0. Quantity Units Unit Price Total Price WATER REPLACEMENT 1 B' Water Line(Includes Removal) 2 Fittings 3 Fire Hydrant Assembly 4 Concrete Blocking (Type E) 5 8' Vaives 6 6' Valves 7 12'x8' Tapping Tee 8 Class A Meter Box 9 1' Service 10 8' Jack & Bore water Line 11 Temporary Pavement Repair 12 Permanent Pavement Repair 13 Crushed Limestone Sub-total 10% Contingency TOTAL WATER COSTS SEWER REPLACEMENT 1 8' Sanitary 5ewer( other then open cut) 2 B' Sanitary Sewer, Various Depths 3 Manhole (New) 4 4° Sewer Service 5 4' Service Line Replacement 6 Manhole Insert 6 Fence replacement 7 Pre N Inspeciion 8 Post N Inspection 9 Trench Excavation Protection (5' io 10') Sub-totai 10% Contingency TOTAL SEWER COSTS 1800 2 3 5 3 2 z 55 55 1800 50 10 LF TN EA CY EA EA � En EA LF LF LF CY LF LF EA EA LF EA LF LF LF LF 22.00 3,000.00 1,50�.00 50.00 500.00 350.00 2,000.00 ao.00 250.00 150.00 7.00 35.00 20.00 60.00 28.00 1,500.00 250.00 20.00 10D.00 15.00 3.00 1.25 2.00 $ 39,600.00 $ 6,000.00 $ 4,500.00 $ 250.00 $ 1,500.00 $ 700.00 $ 4,000.00 $ 4,400.00 $ 13,750.00 $ - $ 12,600.00 $ 1,750.00 $ 200.00 $ 89,250.00 $ 8,925.00 $ 98,175.00 Since ENGINEER has no control overthe costof labor, materiais, equipment or services fumished by olhers, or over the Contracror(s) methods of determining prices, or overcompetitive bidding or maricetcondi�ons, ENGINEER's opinions of probable Total projectCosts and ConsWction Cost provided for herein are made on the basis of ENGINEER's ezperience and quaificaitons and represent ENGINEER's bestjudgment as an experienced and qualfied professional engineer, familiar with the construcdon (ndustry; but ENGINEER cannot and does not guarantee that proposals, bids or actualTotal Projedor Construction Costs wid not vary from opinions otprobable costprepared by EN6INEER. If priw to the Bidding or Negotiating Phase OWNER wishes greater assurance io the ConsWction Cosi he shail employ an independentcost estimator. P:�20P98V8039�ADM4ieunis-fiusman•mattison-J�.S. 7l30/2004 EB$'`} Fursman Avenue FORT WORTH, TEXAS "PRELIMINARY" OPINION OF PROBABLE COST PROJECT N0. 00024 Prepared by: TranSystems Corporation Consultants 7f30/2004 Fursman Ave 1800 Linear Feet ROW WIDTH = FT., STREET WIDTH = 28 FT. DOE N0. Quantity Units Unit Price Total Price PAVING IMPROVEMENTS 1 Unclassified Excavation 2 7' Conc. Curb & Gutter 3 6" Rein. Concrete Pavement 4 6' Lime Stabilized Subgrade 5 Lime 6 Retaining wall 7 4' Sidewalk 8 6' Concrete Driveways 9 Sidewalk & Driveway Removal 10 Utility Adjustment 11 Valve Adjustment 12 Water meter box adjustment 13 Remove Conc. Curb & Gutler 14 Silcon Joint Sealer 15 10' Siorm Inlet 16 Storm Drain Laterals 17 Remove Inlets 18 Remove Storm Sewer 19 Landscape repair 20 Topsoil 21 Project Sign Sub-total 10% Contingency TOTAL PAVING COSTS 50D0 CY 3600 LF 5600 5Y 6200 SY 100 TON 0 LF 15720 750 6750 1 5 55 3600 6200 0 0 0 0 1 500 2 SF SY SF LS EA EA LF LF Ea LF EA LF LS CY EA 1 D.00 2.10 23.00 3.00 90.00 15.00 3.20 35.00 1.25 4,000.00 200.00 40.00 2.00 1.50 2,500.00 60.00 500.00 15.00 4,000.00 9.OD 200.OD $ 50,000.00 $ 7,560.00 $ 133,400.00 $ 16,600.00 $ 9,000.00 $ - $ 5D,304.00 $ 26,250.00 $ B,437.50 $ 4,000.0� $ 1,000.00 $ 2,200.00 $ 7,200.00 $ 9,300.00 $ - $ - $ - $ - $ 4,0OO.OD $ 4,500.00 $ 400.00 $ 336,151.50 $ 33,615.15 $ 369,766.65 Since ENGINEER has no control over �he cost of labw, materials, equipment or services fumished by oth=rs, or over ihe Contractor(s) methods of de[ermining prices, or over competitive bidding or marketconditions, ENGINEER's opinions of probable Total project Costs and ConsWc6on Cost provided For herein are made on the 6asis ot ENGINEER's experience and qualificaflons and represent ENGINEER's bestjudgment as an experienced and qualfied professional engineer, farniliar wilh the consWc6on industry; but ENGINEER cannol and dces not guarantee thal proposals, bids or aclual Total Project a ConsWction Costs will not vary 6om opinions of probable cost prepared by ENGINEER. If priw to the Bidding w Negotiating Phase OWNER wishes grealer assurance tn ihe Construcfion Cost he shail employ an independent cosl estimator. P:�202V8\98039�ADM�dennis-fucsman-mattison-.XLS, 7/302004 EBS-5 :'�1�1 �..� �s_:,L �,�.1y:,.-_�, n �i �, s ; - �'.�'.. : , . .;;1���� ��;��;o���,, ��,,� � � _ � ,�: _. . .. ; ��l ����:���,, ,- .'� f�� :'i'�':�}.���1'� �' ..., (� _"'"'_"— .____ .__l Mattison Avenue FORT WORTH, TEXAS "PRELIMINARY" OPINION OF PROBABLE COST PROJECT N0. 00024 Prepared by: TranSystems Corporation Consultants 7I30/2004 Mattison Ave 750 Linear Feet ROW WIDTH = FT., STREET WIDTH = 28 Ff. DOE N0. Quantity Units Unit Price Total Price WATER REPLACEMENT 1 8" Water Line(Inciudes Removal) 2 Fittings 3 Fire Hydrant Assembly 4 Conaete Blocking (Type E) 5 8° Valves 6 6" Valves 7 Class A Meter Box 8 1" Service 9 8" Jack 8� Bore water Line 10 Temporary Pavement 11 Crushed Limestone Sub-total 10% Contingency TOTAL WATER COSTS SEWER REPLACEMENT IL-1983, L-958, L•959) 1 8° Sanitary Sewer( other then open cut) 2 8' Sanitary Sewer, Various Depths 3 Manhole (New) 4 4° Sewer Senrice 5 4" Service Line Replacement 6 Manhole Insert 7 Pre N Inspection 8 Post N Inspection 9 Extra Depth Manhole 10 Fence Replacement 11 Trench Excava6on Protection (5' to 10') Sub-total 10% Contingency TOTAL SEWER COSTS 750 2 2 3 2 2 26 26 0 400 5 1353 1300 8 104 400 8 1300 1353 15 1300 1300 LF TN EA CY EA EA EA EA LF LF GY LF LF EA EA LF EA LF LF LF LF LF 22.00 3,000.00 1,500.00 50.00 500.00 350.00 80.00 250.00 150.00 7.00 20.00 60.00 28.00 1,500.00 250.00 20.00 100.00 3.00 1.25 100.00 15.00 2.00 $ 16,500.00 $ 6,000.00 $ 3,000.0� $ 150.00 $ 1,000.00 $ 700.00 $ 2,080.00 $ 6,500.00 $ - $ 2,800.00 $ . 100.0� $ 38,830.00 $ 3,883.00 � 42,713.00 $ 81,180.00 $ 36,400.00 $ 12,000.00 � 2s,000.00 $ 8,000.00 $ 800.00 $ 3,900.00 $ 1,691.25 $ 1,500.00 $ 19,500.00 $ 2,600.00 $ 193,571.25 $ 19,357.13 � 212,928.36 Since ENGINEER has no control over the cosl of labor, materials, equipment or services fumished by others, or over fhe Contractor(s) methods of determining prices, or over competitive biddirg or market condiGons, ENGINEER's opinions of probable Totai project Cosfs and ConsWction Cost provided for herein are made on the basis of ENGINEER's experience and qualificaitons and represent ENGINEER's bestjudgment as an experienced and qualified professional engineer, familiarwith the consUuction industry; but ENGINEER cannot and does not guarantee fhat proposals, bids or actual Total Project or Construc6on Costs wili notvary Bom opinions of probable cost prepared by ENGINEER. If prior to ihe Bidding or Negofiating Phase OVJNER wishes greater assurance to the ConsWcfion Cost he shall employ an independent cost estimator. P:�202�98U8039V+DMldennis-fiusman-mattison-.XLS, 7/30f2004 EBS-6 Mattison Avenue FORT WORTH, TEXAS "PRELIMINARY" OPINION OF PROBABLE COST PROJECT N0.00024 Prepared by. TranSystems Corporation Consultants 7/30I2004 Mattison Ave 750 Linear Feet ROW WIDTH = FT., STREET WIDTH = 28 FT. DOE N0. Quantity Units Unit Price Total Price PAVINGIMPROVEMENTS 1 Unclassified Excavation 2 7" Conc. Curb 3 6" Rein. Concrete Pavement 4 6' Lime Stabilized Subgrade 5 Lime 6 Retaining wall 7 4' Sidewalk 8 6' Concrete Driveways 9 Sidewalk & Driveway Removal 10 Utility Adjustment 11 Valve Adjustment 12 Water meter box adjustment 13 Remove Conc. Curb & Gutter 14 Silcon Joint Sealer 15 10' Storm Inlet 16 Storm Drain Laterals 17 Remove Inlets 18 Remove Storm 5ewer 19 Landscape repair 20 Topsoil 21 Project Sign Su6-total 10% Contingency TOTAL PAVING COSTS 300 1500 2420 2600 48 70 6000 360 9000 1 4 26 1500 2600 2 80 2 80 1 30� 2 CY LF SY SY TON LF SF SY SF LS EA EA LF LF EA LF EA LF LS CY EA 10.00 2.10 23.00 3.00 90.00 15.00 3.0� 35.00 1.25 2,000.00 200.00 40.00 2.00 1.50 2,500,00 60.00 500.00 15.00 4,000.00 9.00 200.00 $ 3,000.00 $ 3,150.00 $ 55,660.00 $ 7,800.00 $ 4,320.00 $ 1,050.00 $ 18,000.00 � �2,soo.00 $ 11,250.00 $ 2,000.00 $ 800.00 $ 1,040.00 $ 3,000.00 $ 3,900.00 $ 5,000.00 $ 4,800.00 $ 1,000.00 $ 1,200.00 $ 4,000.00 $ 2,700.00 $ 400.00 $ 146,670.00 $ 14,667.00 $ 161,337.00 Since ENGINEER has no control over the cost of labor, materials, equipment or services fumished by others, or over the Contractor(s) methods oi determining prices, or over competitive bidding or market condifions, ENGINEER's opinions o( probable Total project CosLs and ConsWction Cost provided for herein are made on the basis of ENGINEER's experience and qualificailons and represent ENGINEER's bestjudgment as an experienced and qualified professional engineer, familiarwffh ihe consWction indus6y; but ENGINEER cannot and does not guarantee fhat proposals, bids or actuai Tofal Project or ConsWctlon Costs will not vary from opinions ot probable cosl prepared by ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to ihe Construction Cost he shail employ an independent cost estimator. P:�202�98�98039�ADM�dennis-fii�sman-mattison.XlS, 7!l02004 EB$-7 ATTACHMENT "C" ENGINEERING DESIGN SERVICES ASSOCIATED WITH STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT Street Reconstruction, Water and Sewer Replacement on Dennis Aven. (Burton Hill- Roaring Springs), Fursman Aven. (Burton Hill-Roaring Springs) and Mattison Aven. (Virginia-Washington) ADMENDMENTS TO ARTICLES IV, V, AND VI AND ATTACHMENT "A" Article IV.K.(2)(i): Endorsements are noted on the Certificate of Insurance provided to the City for this project. Article IV.K.(2) (I): Business automobile insurance is written on an accident basis. Article VI.L., line 4: Remove the following: "or may be enacted later" Attachment A, Item 26: Delete this item, the Engineer will not prepare "record drawings" for this project. , �� ���; � ���- : . �� � � �;�,� l f �� � , :;J �, � � � � �, .,_ „; l �J�`L� � C , � . �' ! 2�j ',;,;: � ;;,}71f ti? =��,; , � . C:�Documents and Settings�rpena�ivly Documents�ivly Documents\proposals�Fort Worth\CIP\City exhibitsWttachment C.doc C-1 � , o i o �N W I Q a ---------- � ----•-! -----------------•----�-------------------------•---- --�---------------•----••- •- Z o � � O N � � t � � f m � � � --- --------��---�-----._...------�----------------------------._.---------iy - ---------i � � Q � N � ` .... .... � ..... _ ,� ::. � � a� :::: r' � LL :::�: _" """"""""_"" ' _' """""... """' """"""""""""""..."'_'...."""'_"' ... Z O " " .:.�. .:.. � N � a � � � � � {�:?'r � c ..., Z' .... -----_.-••_---------�--- Q`m -•-------------------------------- --�---- --- -------------- - � .n M p.,' � N �-:y� �: J V � J y =t � """""""'..."""'...""_""' " " _"'_""""_'_""'_"""'_"""""""'_"_""" _ � � � t,�'��-. R � � ;�,� = O � - WN ""_""""""'� '_"""' """"" """""""""""_""""""""""""'_"""'. . ( _ � � > o I � Q � € c . �::. � .... .... Z o ':ti�::• E y in � O ':::. � � 10 � ------ - --- --...-- — --- ----�-------- � ----�— -----------------�-----�-- -- — ---�- ---�- ( ? ------- -------- 4 c c = � � � m m c u. E � [ y � � � rn .... .... - �:::. ,-. .,::: � a� ,... � W u'S o � � .... Z� --•---- — --- — — -------- — ------------------- — ------------------------- — ---------- ------�----�----- � o a N �Z Nt � vU' O �'' .::•: 0 o Z ~ :::: � :�:: Fo�Z Q::,. -----•------------------------------------------------------------------� o :::: ------------•--- — :::: Z = Wp0 a.:i:: � pCtno r ... ....................................•-..................................-•••••-...............•-•....... � Z Q o :::: m =H,�2� a';vr j a ¢W=Q � � ♦ Q� Z Z � E � O � v ':.<t :� ;� € t � ;a `v �v iv €�t ;�n iv � iin ;� ;�n �n ;�n iu� ;u� ;in ;�n in ! Z. f- o 0 0 �o io io =o io €o 0 0 €o €o to ;o ;o to o io ;o o €o o io � m a� Z m �m � ��o °c0 ;N it0 i`J i� iM !M ii� il� C iC iV il� 't� ih [1� i� i� iN E m Ln � `m ;O �O i0 :� ;O €� �c'�l a- � - _ ` �N iN i� r � 3N � E ; ;�y ;� � { � e- � S(� i(� iM ifh iM 1 � � � � � Z j,� � �� iIL IlL il1 :LL i N ill slL ilL �lL iF itl !� `LL �LL ,� !I- iF- ;I- iF- :1- 'f- iF- � � U j ; � t i� : ; ; i z a��i E o � � ? � i i : ' £ � � � ------�--_._ �.—__i.-----�---�-----�-----�---�-----�------ -- -----�------ ---- ----- -- ------- ---- -- ------ -- -- -- � cn a � Z v v v :v I� `v `<r ;� v i�r :v �v '� �v ;� �n ��n !�n in �in �n '�n �n ^i� Z o o±o io €o to io ;o io ;o €o ;o io €o o€o io io !o 0 0 0 o io W N :c0 .`-1� I�f' ip� ;(O :N itp �00 iM ;N it0 ;N ;e �O ih iN ;N iN ;t� i� :'-� :�D - 0 �`- �O� ;O� €O i0 :O i0 :O i� �(� `� i(� - e�- r .- r- � r � a- � `- � iN :`N �M :M Z :� C ; Cp i j i C 4•C � :'O I`- - � C ' ' C �� iLL ' C , G i C �� '- � 3 " i N t� O � � �� �~ �� �LL � � :> I O �� i� �� itL 4� i O :� i� ;� ;F ilL :� :lL ;F ' U1 � F" i � j i � f� i� � � ° � ` i jy ,T �y �y ,y �In f fn !y 'Vl 1 N �N �fD i fD N .`N N !N N jN � W ..� . _.� . � T �T 1 T :T ;>. ;>. "sl6 !�+ tT I T tT �T iT i?. tT t>. :T [T :T :>. : T tT iT ;>. U C N iN ° N 'f0 :c0 :(0 i'D it0 i@ IN ic0 @ :lU ;c0 i@ iN iN iN iN iN � t0 iN icU iN �'6 -p j�p ;� tV i'O j'D 't�d "� iV ('O i'd i� i'O ia ';U i'd ;� i� ;'0 i� iL :V g '� � io �� �, ,o :o ;o o �o ;o ,o ;o � o �, � ;a ;o �, o � o :� - :� ; W o I ; ; � � , ;� [ ;� ;� ( , ' ' ' `� i } � - =---�--_.-_..-----__ __ '_--.,_.._.- - - ---- ------ - - --- - --� - --------------- ---- ----- -- - - � _� N..._ j � ___..._,....'-_.�__" . . � . ' - [ � ' : : i � � ; i i i oi I ; I_ ..<� ; > ' � ! I � � 1 N � i . , J W � i ! , ' O :p � t i t� V% � 'y 'N : d j . . ' � � . . . I � 0 � i ` � � d � C ; t0 i � ;� ; t4 ;� 3 Y r-. p7 Q� � j�p � ; ?� ip �N iC ! iC ;� t� iN 'N �--' fn n. <� j ` E i O ' ;.�' i O [ � �>, ;E '>. �� io U {�' iV � 'm :E iA ;� ;c `c iaNi ;� f a t.n �v ;'> � rn =U :� •� € o o :'> i �n • rn ; o ' � o Q � i� �a� 5 ;� �� sc 'o ia� :o to €a�i in '� [° €o ] >. !v� � ` � �� s�a� :� ; d ; � � ;� U ; Q ;� m a io � � � `V iN `0I `� i.0 ':N i:_ i� jE ;� j2 �� icp `!A `'L �� `� :U `� ;o �V � Z � = y jd i f0 � E ; 0 `� iU ! O j � i E �-_T. i O ! C "O ' O E� i N i N - ',0 ` N � � o :o �c :3 :� ;o W !w iU €� ;'_ €� €'u- im � `� ;m �� Ed i� ':m � ;� ~ m :� !a ;o ' � � i-e i.°c €o m `=' 'v� € � `�e ' m ; w ,�e ; � ;a +a € E , v, ` 3 ;V � V E rn � 'cn I� 'C i0 ` EQ. !t` :C N ?O FN iC t0 � � :a� a� €;o 'Q � m w � o ` � : � € m [�- €.°n � a, . ! o = m L ;tL p m €ti ,a � t �n ; w ?m iU ;,� m � Z rn ?a� 'ca im d so L t� ;E ia in_ so €o €a :n- ;o s� ;a�i � ;c U ic � m tn y °a io �y ;� �o i�, �m ;v ;� `� �o ` �y` 'cai '' w !c `� f� ;� in � o ix 'o Z F F � � ' i•- � � �Z i0. fd :M :U iZ iQ_I(n iC �� iLL ;U 'C -�"-U '_�LL_—U'_Q—Q_—O'_'�'___U'_'W �� L W _._ __ __' —'__-"_ __' j'_-" � : __ _'_'_ _ -"" i ""_- _" _"_ � O ` � � � U � i � 3 i � � ` � r W �� :� ?� j I� i� t� +.� j i O'� W ; ad � � � ❑ .- �N [9 7 t0 �(O �t� �o� �T �O �N ch 'Q �tfl �CO �h �c0 `6� IN �N 'N �iM �N t � ^'> �� � � � @ ao PROJECT NO. 00024 STREET RECONSTRUCTION WATER AND SWERE REPLACEMENT ON DENNIS AVEN. (BURTON HILL- ROARING SPRINGS), FURSMAN AVEN. (BURTON HILL-ROARING SPRINGS), AND MATTISON AVEN. (VIRGINIA-WASHINGTON) CITY OF FORT WORTH ATTACHMENT E-1 STREET RECONSTRUCTION AND WATER REPLACEMENT ON DENNIS AVE (ROARING SPRINGS RD TO BURTON RD) AND FURSMAN AVE (ROARING SPRINGS RD TO BURTON RD) & STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT ON MATTISON AVE (WASHINGTON TERR TO VIRGINIA PL) FORT WORTH T ANS'f�STL�MS . CGY2P0!?A770N�i�+� , C O N S U L T A N. T S W z N J � W � w F-- ~ Q Z � W � �p _ U o Q w H � 0 �a Q o � a � � m z 0 0 0 � Z O F- � � � � z °' wo �� W � � � � N � � � z � _ � Z � Q c� �z � �a w� � v Q � Q � z z �.lJ � O O N W J Q U N _.�-�"�$ E-- W � z � � i �a� r� d' N � � � � �p O O � � � � � m rn �r r O N �p � N � N � N d' M d- N � � N � Q N N N � N � �„� N N N N � N Q C� � � O N O � � N � N r N cD N � N d' N N OS N N N 0 N 6� ! � � � cD Nol�ne � __ � �� I � _ F- m ' - N d- ( _ r-, m � N W � F" � F- I-- � � Y � °� Q C..� a m � w Z � W > � ���'Q � � U � � � W � � d Q.. —oo � 0000 J �d.d� � � i ���-,J. d 1� N �° _ � tn d' N � � � � � __; I � N O �- � � _ . I N � � N � N I � �- � N N � I _' p N Q I� � o � `'�.� � °� N � c° � O p� � � ' � op �y (� � w = � ���) :::) r o � � � I (fl p� t'� r cD I ( � � N � j I d- r � � in d- I � r� �� `° S � M I__' I N Q���G - S � w � cD Q � � � N � \�� � N .._.����__r... F�°P� � N =� N F Z Q F J 7 N Z O U � � Y z J � Q � � � W m � � �i �' o F-- � Z WC �.L-� Q G � L.LJ F-' w � � z ~ �Z W j � � _ � �C t�r1 Q Q G c� � Zd � z t"_ m z Q ¢ U Q � � �- z Q Q � � z Z W � 0 0 N w � U N.yh '�1�.Y � � z � � lyi U ��/ �I� W H O � �00 J p E"+ � � � �� W Z �I" J W W I-- ~ Q Z � W � Op _ U � Q w � � � � ao � � � F Z Q � J � � Z � U � � z � F-- � � � � m z � W �-. � W � > � O � � Z �� �a (/) Z � Qz � Q � O w� �w Q �Q � � � a� Noi�ne � �■ F� � ■ � ■ a N �Q N �Q�\NGS O P�\�G � F� � � Z Q � J 7 � Z 0 U � Q Z Y O J I- Q � � � W m � � N �- O Z 0 W W Q � � W N z W Oz W F'"' � � _ � � � � Q � Z F- � � Q m Zp QUQ� a, w z Q ¢ Q a � � � � � 0 0 N w J Q U Nyh_ '�"��-�/ Y � � z �� � � F �� O N � 0 oz J p E"■ �� � � Q U � w z � J i W � W t-- ~ Z a w � = 00 U o Q w � N O Q O � a � � Z Q 1-- J � � Z O U J � Q Z (/) � H j Z wo �� W � � � Ow � ~ �- z �o — ►- zz Q= � N Q � � W W Qa � z 0 � � � Q � I L ��d N � r N W ����1 g = �� � , � � N (� p � � / a 0 � � � � - �ii) ' ! I� Z � I - �� � � W H H � � Y � Q �, � m � w Z � W > � ���Q � U(/')�a. w dd��. � 0000 W ���� J �dd.� � � z a � J � N Z 0 U J d Y Q �Q Q Z � � W � � � � � � I— O � p Z� � Za W � p� � W � � � � � W j � — z '- O z ��I— W��o � � _�,�; �z o � Q� _ �N c� m E— Q �- m z � Q� ]� � � Q . N v � Q c� z z > o Q � a F- — F Q � — o a � — V -�-��- �101��lIHSbM � � c v Vi N Z O N F � r 0 w m � n 0 i a 3 W v� � d ¢ �z I-- � Z � to W j nZW O �� J�F- �J Q� WasW� � � w � � W � �— z�N— z ���W � Q�� w = �',o� a Q o0 0 >-- � ��� w Q J �' Q zZ Qo �� � � ¢ � City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 10/19/2004 DATE: Tuesday, October 19, 2004 LOG NAME: 30CIPDENNIS REFERENCE NO.: �`*C-20342 SUBJECT: Engineering Agreement with TranSystems Corporation Consultants for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Dennis Avenue, Fursman Avenue and Mattison Avenue RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with TranSystems Corporation Consultants in the amount of $114,012 for pavement reconstruction and water and sewer main replacement on Dennis Avenue (Burton Hill Road to Roaring Springs Road), Fursman Avenue (Burton Hill Road to Roaring Springs Road) and Mattison Avenue (Virginia Place to Washington Terrace). DISCUSSION: The 2004 Capital Improvement Program (CIP) includes funding for pavement reconstruction of Dennis Avenue (Burton Hill Road to Roaring Springs Road), Fursman Avenue (Burton Hill Road to Roaring Springs Road) and Mattison Avenue (Virginia Place to Washington Terrace). This project consists of the preparation of plans and specifications for pavement reconstruction and water and sanitary sewer main replacement on the above identified streets. TranSystems Corporation Consultants proposes to perform the necessary design work for a lump sum fee of $114,012. City Staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $55,475 (water: $17,600; sewer: $9,948; and streets: $27,927) is required for project management by the Engineering Department. TranSystems Corporation Consultants is in compliance with the City's M/WBE Ordinance by committing to 22% M/VVBE participation. The City's goal on the project is 22%. This project is located in COUNCIL DISTRICT 7, Mapsco 74D and 75D. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of the Water and Sewer Capital Projects Funds and the Street Improvements Fund. TO Fund/Account/Centers Logname: 30CIPDENNIS FROM Fund/AccountlCenters P264 531200 607170002431 P264 531200 607170002432 6 706.00 $13,411.00 Page 1 of 2 P264 531200 607170002433 P274 531200 707170002431 P274 531200 707170002432 P274 531200 707170002433 C200 531200 207400002431 C200 531200 207400002432 C200 531200 204000002433 Submitted for C� Manager's Office by: Marc Ott (8476) Oriqinatina De�artment Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) Logname: 30CIPDENNIS 2 235.00 5 973.00 $11,946.00 $1.991.00 $21.525.00 $43,050.00 7 175.00 Page 2 of 2