Loading...
HomeMy WebLinkAboutContract 40109 CITY SECRETARY CITY OF FORT WORTH, TEXAS CONTRACT NO, _. STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas (the "CITY"), and URS Corporation, (the "ENGINEER"), for a PROJECT generally described as: Big Fossil Parallel Relief Sewer. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 1 of 15 7 days'written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C.' Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test-borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 2 of 15 D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and ' responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the' construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation .from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on. the City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 3 of 15 current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (MIWBE) 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 4 of 95 E enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3)years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a -$2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. City of t=ort Worth,Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 5 of 15 I. The CITY shall be included as an insured under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions by endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY approves such exclusions in writing. -ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of"any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non-owned is acceptable. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. I. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability— the ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 6 of 15 the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a.period of 5 years following the completion of the contract. An' annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the -CITY prior to ENGINEER proceeding with the PROJECT. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. 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. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of$25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 7 of 15 to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) if asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 8 of 15 O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 9 of 15 D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims 'by third, parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article N.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 10 of 15 with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/]nstallation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 11 of 15 Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with in 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 12 of 15 work underway at the time of the CITY`S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY`S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.944, the ENGINEER shall indemnify, hold harmless, and defend the CITY against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. .Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 13 of 15 J. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.l. shall survive termination of this AGREEMENT for any cause. K. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers,.agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. f City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 14 of 15 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 Executed this the day of r i , 20_. ATTEST: CITY OF FORT WORTH By: Marty Hendrix �,aa4 �� hh( Fernando Costa City Secretary A ��000°°°op0p�i��` Assistant City Manager Q� o � �d APPFjOVAL RECO ME ED d o° d , �a °°p6°°°o°°°° a S. Frank Crumb, P.E. � �` n I1�XA�°��cy Director, Water Department APPPM\/m Qq Tr) RM AND LEGALITY URS Corporation Assistant Citytorney ATTEST: Cliff R. Hall, P.E. Vice President By: Contrac"C AU'thor Zatlou uut�' City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services r ay1 6.30.09 ` Page 15 of 15 s 4 ATTACHMENT "A" SCOPE OF SERVICES CITY PROJECT No. 01303 D.O.E. No. 3347 BIG FOSSIL PARALLEL RELIEF SEWER GENERAL Services to be performed under this attachment include professional services associated with an alignment study and design of a sewer main paralleling existing line M-402, along with other associated improvements. The general purpose and scope of this project is further described as follows: Currently, three major wastewater mains serve populations located within the Big Fossil Creek drainage basin. The City of Haltom City Carson Street outfall main provides wastewater service for portions of Haltom City. The Tarrant County Water Supply Corporation (TCWSC) main provides wastewater service for portions of North Richland Hills and Richland Hills. Fort Worth Sanitary Sewer Main 402 provides wholesale service for the Cities of Watauga and Haltom City in addition to its residential and commercial customers within the City of Fort Worth. The Haltom City outfall main and the TCWSC outfall main have significant hydraulic and structural deficiencies. In addition, the significant growth within the Big Fossil Creek Drainage Basin has resulted in wastewater flows approaching Main 402's hydraulic capacity. The Big Fossil Creek Relief Sewer Planning Report prepared by Knowlton-English-Flowers, Inc., dated March, 2000, recommends design and construction of a relief main, aligned generally parallel to M-402, to convey wastewater from Haltom City, Richland Hills, North Richland Hills, Fort Worth, and future flows from currently undeveloped areas within the Big Fossil Creek drainage basin. The ENGINEER will evaluate, design, and prepare plans and specifications for the construction of two wastewater mains and three wholesale customer wastewater meter stations. The first wastewater main, the Big Fossil Creek parallel relief main, will begin at the existing 96-inch Sanitary Sewer Main M-280"A" and 84-inch Sanitary Sewer Main M-338"A" (West Fork Collectors) and extend northerly to a terminus between S.H. 26 and Broadway Avenue, a distance of approximately 14,810 linear feet. This parallel relief main is divided into two Parts. Part 1 is from the south end of the project to S.H. 121, a length of approximately 5,300 linear feet, and Part 2 is from S.H. 121 to the north end of the project, a length of approximately 9,510 linear feet, and 600 linear feet of force main. The second wastewater main, a new 30-inch main will be designed and constructed to bypass wastewater from the existing Haltom City Carson Street outfall main to the existing Main M-402, a distance of approximately 2,980 linear feet. This portion of the project is designated as Part 3. The total estimated project length is 17,790 linear feet. The project shall also include design of three new wholesale customer wastewater meter stations. These meter stations will be located to measure wastewater flows from Haltom City, North Richland Hills and Richland Hills into the Big Fossil Creek wastewater collection system. The North Richland Hills' and Richland Hills' meter stations and Richland Hills' lift station and force main will be included in Part 2. The Haltom City meter station will be included in Part 3. Transfer of flows from the portion of Richland Hills currently served by the TCWSC line to the Big Fossil Sewer main will require design and construction of a sanitary sewer lift station and force main. Design and construction services for these facilities are included in this contract. A-1 Design and construction of the lift station and force main will be coordinated with the City of Richland Hills, and construction of these facilities will be timed, phased, and coordinated with construction of the other facilities included in this contract. Also included in this contract are the following general tasks to be performed by the ENGINEER: 1. Identify alignment options and develop a proposed alignment. This task is included in the "Concept' design portion of the contract. 2. Evaluate the flow projections from previous reports and recommend the design flow to be used to size Parts 1, 2, and 3. 3. Review wastewater flow projections from Haltom City, Richland Hills, and North Richland Hills in order to size the meter stations. The ENGINEER shall include in the meter stations equipment associated with flow monitoring, electrical, "Supervisory Control and Data Acquisition" (SCADA), and odor control. 4. Submit a design report with recommendations concerning the following: a. Flow projections and design flows for Parts 1, 2, and 3. b. Recommended alignments for Parts 1, 2, and 3. c. Number and location of interconnections between existing Main M-402 and proposed Parts 1 and 2 to facilitate future maintenance and operational flexibility. d. Flow control structure at M338/M280. e. Identify permits, easements, and rights-of-entry required for construction. f. Select location and sizing of three customer meter stations. g. Develop preliminary opinions of probable construction cost. 5. The ENGINEER will provide design survey services, and prepare construction plans and specifications, and assist the CITY during the bidding process. 6. The ENGINEER will prepare easement and permit documents. The ENGINEER will prepare right-of-entry documents, but the CITY will be responsible for appraisals and acquisition of the proposed easements. 7. The ENGINEER will provide limited construction support services during the construction phase, to include shop drawing review, on-site visits, and technical assistance. Preparation of Record Drawings by the ENGINEER is NOT included. 8. The ENGINEER will assist the City with preparation of reports and forms associated with State Revolving Fund (SRF) reporting requirements including an Engineering Feasibility Report and an Environmental Information Document (EID). 9. The ENGINEER will prepare a Subsurface Utility Engineering (SUE) document which will identify known underground municipal and franchise utilities and potential conflicts with the proposed improvements. The ENGINEER will coordinate with affected utilities and coordinate the development of plan(s) for relocation of these facilities as may be required. A-2 10. The ENGINEER will perform a study to identify the potential for the presence of hazardous wastes in the project vicinity. If required, the ENGINEER will perform soil and groundwater sampling to ascertain the presence and extent of contamination within the project area as an Additional Service. (See Part E, Additional Services). 11. The ENGINEER will identify specimen trees which will require removal during construction operations and develop a tree mitigation plan in accordance with the provisions of the cities' current tree ordinances, (for the project segments located in the cities of Fort Worth, Haltom City, Richland Hills and North Richland Hills). 12. The ENGINEER will submit the design report within three (3) months from the date of the notice to proceed. The ENGINEER will prepare final plans and specifications within twenty four (24) months from the notice to proceed. The ENGINEER'S scope of services and tasks are further described in more detail as follows: PART A— PRE-ENGINEERING 1. Initial Data Collection and Field Investigations (Engineering) 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 initial (2) meetings are anticipated. These include the following: 1. One (1) pre-design kick-off meeting (including the CITY's Water Department and other departments that are impacted by the project). Also representatives of North Richland Hills, Richland Hills, and Haltom City are requested to attend this meeting. 2. One (1) review meeting at completion of the CITY's review of the design report with the CITY and representatives of North Richland Hills, Richland Hills, and Haltom City. B. Data Collection 1. The CITY will be responsible for making information, upon which the ENGINEER may rely, available to the ENGINEER for review and reproduction. Costs for reproduction shall be borne by the CITY. The ENGINEER will prepare a data collection log that includes data collection request, date of request, date obtained and data collection items that remain outstanding. The scope for data collection is as follows: a. Record drawings — the CITY will assist the ENGINEER in identifying and will provide available record drawings related to the existing Big Fossil Sewer main, meter stations, flow monitoring facilities, and infrastructure improvements within the study area for completed water and/or wastewater improvement projects, as well as any roadway or storm water project(s) in the vicinity. b. Maps — the CITY will provide the ENGINEER the CITY's existing digital maps. Maps should include the following: A-3 1) Block and R.O.W. maps 2) Utility maps (water, wastewater, and storm sewer) in AutoCAD (dwg), MicroStation (dgn), or GIS format. 3) Contour maps with contour intervals of 5 feet (or smaller interval) based on the source data available from the CITY. 4) The CITY will provide the ENGINEER with the most recent aerial photography of the study area available. C. Metering data — the CITY will provide the ENGINEER the CITY's historical wastewater flow meter data on the existing Big Fossil Creek main, including flow data from the cities of North Richland Hills, Richland Hills, and Haltom City, if available. d. Master Plans — the CITY will provide the ENGINEER the latest wastewater system master plan maps and data for the Big Fossil Creek watershed area, including any water, storm water, thoroughfare, or land use plans which existing or future planned improvements might affect or be affected by the project. e. Permits — the CITY will provide the ENGINEER any current or historical permits for the existing Big Fossil Creek wastewater main M-402 including Texas Department of Transportation (TxDOT) highway crossings, Dallas Area Rapid Transit (TRE) railroad crossings, U.S. Army Corps of Engineers (USACE), Texas Commission on Environmental Quality (TCEQ), Environmental Protection Agency (EPA), U.S. Fish and Wildlife Service (USFWS), Texas Parks and Wildlife Department (TPWD), or other agency permits associated with or in the vicinity of the project. f. Wastewater Overflow — the CITY will provide the ENGINEER the CITY's historical information on wastewater overflows in the study areas. The location, line size, wastewater line material, and the cause of the overflow will be provided for each occurrence. The CITY will provide this data in a tabular format. g. Hazardous Wastes — the CITY will provide the ENGINEER information from its database on known industrial or hazardous waste sites along the alignment of the proposed project. 2. In addition to data provided by the CITY, the ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with planned future improvements that may influence the project. The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including utilities, City Master Plans, and property ownership as available from the Tax Assessor's office. C. Property Research and Rights-of-Entry Property research will be performed by the CITY and right-of-entry letters will be prepared by the ENGINEER based on property data furnished to ENGINEER A-4 from the CITY. ENGINEER's work in the pre-engineering phase of this project will include the following tasks: 1. Property Owner Contact: Each property owner will be notified by the ENGINEER in the beginning to inform them of the project and seek right- of-entry for site visits and surveying as well as environmental and geotechnical work to be performed on the property. 2. Right-of-Entry Letters: ENGINEER will prepare requests for right-of-entry letters based on data furnished by the CITY for each identified property owner which shall be reviewed and approved by the CITY before the property owners are contacted in writing. Copies of written right-of-entry permission letters shall be furnished to the CITY. D. Subsurface Utility Engineering (Initial Data Research and Investigations) The following is a general description of the levels of research and data gathering included in the Subsurface Utility Engineering (SUE) work: The ENGINEER will perform the SUE work required for this project in general accordance with the recommended practices and procedures described in ASCE Publication CI/ASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data). As described in the mentioned ASCE publication, four levels have been established to describe the quality of utility location and attribute information used on plans. The four quality levels are as follows: 1. Quality Level D (QL"D") — Information derived from existing records; 2. Quality Level C (QL"C") - QL"D" information supplemented with information obtained by surveying visible above-ground utility features such as valves, hydrants, meters, manhole covers, etc. 3. Quality Level B (QL"B") — Two-dimensional (x,y) information obtained through the application and interpretation of non-destructive surface geophysical methods. Also known as "designating" this quality level provides the approximate horizontal position of subsurface utilities within approximately one foot. (Included in Part B of Exhibit "A-1" of this contract). 4. Quality Level A (QL"A") — Also known as "locating", this quality level provides precise three dimensional (x,y,z) information at critical locations by exposing specific utilities. Nondestructive vacuum excavation equipment is used to expose the utilities at specific points which are then located horizontally and vertically by survey. (Included in Part B of Exhibit "A-1" of this contract). It is the responsibility of the ENGINEER to perform due-diligence with regard to records research (QL "D") and acquisition of available utility records. The due- diligence provided for this project will consist of reviewing the "As-Built" documents previously compiled by CITY, ENGINEER, and others. Utilities that are not identified through these efforts will be here forth referred to as "unknown" utilities. After right-of-entry permits have been obtained from all affected property owners within the project vicinity where SUE work will be required, the defined A-5 work area will be scanned using electronic prospecting equipment to search for "unknown" utilities. However, the ENGINEER is not responsible for designating and locating these "unknown" utilities in Part A of this scope of services. After Level "D" and "C" research and data have been obtained, Level "B" and "C" SUE work will proceed as described in Part B of Exhibit "A-1" of this contract. 2. Initial Data Collection and Field Investigations (Environmental) A. Preliminary Cultural Resources Investigations Prior to preparation of the Environmental Information Document (EID) which is required as part of the SRF process, and after right-of-entry permits have been obtained, the ENGINEER will begin conducting cultural resources data gathering and environmental field reconnaissance activities as follows: 1. Obtain Texas Historical Commission (THC) Permit Prior to initiation of fieldwork, the ENGINEER will secure an Antiquities Permit from the THC. The permit will be between the ENGINEER and THC, but will require the signature of a City of Fort Worth official or their designated representative. The ENGINEER will request a two-year permit. At this same time, the ENGINEER will meet with the USACE to review this proposed Scope of Services and secure their approval of the plan. 2. Archival Evaluation of Corridor At the same time the permit is secured, the ENGINEER will begin archival research on past land use along the proposed corridor. Besides the review of various maps, photographs, books, and records held by the Tarrant County Historical Commission and other local preservation organizations, archival research will include personal interviews. The ENGINEER will focus upon locating and mapping old stream channels and quarry locations over the past hundred years. At this time, the ENGINEER will contact known avocational archaeologists who may be aware of unrecorded prehistoric archaeological sites in this part of northern Tarrant County. Past surveys in the area have found sites along Whites Branch and other tributaries of Big Fossil Creek. 3. Cultural Resources Survey The flagged study area will be walked in its entirety in order to verify which parts of this area have been disturbed by mining and where undisturbed deposits are present. Field notes and other records will be generated during the course of this investigation. Shovel-testing will be concentrated in the undisturbed land forms. Shovel-testing and bank profiling are means of determining the presence of cultural materials and deposits that lie buried beneath the modern surface. Shovel tests will be excavated on the average to the depth of 80 cm. [some may be excavated to a meter or more] and will be excavated using a shovel and other hand tools. The holes will be square in plan and, where possible, fill will be screened through 1/4" hardware cloth in order to recover artifacts, if present. Notes will be made of the A-6 nature of the sediment matrix found in each shovel-test, auger hole, and profile. This will include color and sediment composition. This information, including a map showing the locations of the holes and bank/cut profiles, will become part of the permanent record. Shovel-testing will be done following the guidelines of the THC. 4. Backhoe Trenches As per past agreements with the USACE, the ENGINEER is proposing the excavation of 4-6 backhoe trenches along the channel/floodplain in the sedimentary floodplain deposits which have not been mined or covered with buildings/parking lots. The Quaternary deposits of Big Fossil Creek are poorly recorded (Ferring 1990) at best and it is our opinion that the potential of discovering in-place archaeological deposits like the Aubrey Clovis site (Ferring 1989) is low but shell-lens and midden deposits are possible. 5. Laboratory Analysis Laboratory analysis will progress along with the tasks outlined above. Interim analyses will be conducted during the tasks and results that are critical to the scheduling of the project will be transmitted to the CITY. Laboratory analysis will include the preparation of artifacts and records for permanent curation as well as the description of the artifacts and other cultural evidence discovered during survey and testing. This also includes the preparation of maps, photographs, and records generated during Task 2.A.3 and 2.A.4 above. 6. Preliminary Report This task will involve the preparation of a draft report which contains data and information required to prepare the Environmental Information Document (EID) that is required as part of the SRF application and reporting process, as discussed in detail below. This report will be submitted to the review agencies after review by the CITY. The draft report (2 copies) will be submitted to the CITY, the USACE, and the THC for review. After review and satisfactory responses to the review agencies, 20 copies of the final report will be submitted to the THC as per the terms of their permit. Five copies will also be submitted to the USACE and the CITY for distribution as they see fit. 7. Artifact/Record Curation The permanent curation of the artifacts and records generated by this investigation will be arranged with the Texas Archeological Research Agency (TARA) in Austin, Texas. This repository is approved by the THC for permanent curation. The cost of this curation is included in the proposed budget. 8. Schedule The ENGINEER is prepared to begin work on this investigation immediately upon receiving a Notice-To-Proceed. During the first month, the ENGINEER expects to secure the Antiquities Permit (Task 2.A.1). The ENGINEER will begin work on Task 2.A.2 during the second month. The cultural resources survey (Task 2.A.3) should begin no later than week 5 and should take no more than one month to complete, assuming good weather. Task 2.A.4 will then be carried out in the next month. Tasks 2.A.5 and 2.A.6 will begin just as soon as Tasks 2.A.3 and 2.A.4 A-7 are completed and will incorporate the results of Task 2.A.5 into the report just as soon as they are available. It is anticipated that the draft final report can be submitted for review no later than 4 weeks after the fieldwork is completed. The Commission generally requires a month for draft report review. The revised final report should be completed no longer than three weeks after the reviewed drafts are returned. 9. Deliverables The draft and final reports are the major deliverable product of this cultural resources investigation. The ENGINEER will also prepare field and laboratory records so that they are available for review, if needed, and the curation facility. B. Environmental Field Investigations Environmental investigations will be performed by the ENGINEER. The scope of this work shall be as follows: The ENGINEER will undertake the environmental studies and investigations required to prepare an Environmental Information Document (EID) for the Project, as outlined in detail in section 3.13 below. The EID will be prepared according to Texas Water Development Board (TWDB) guidelines for State Revolving Fund (SRF) projects in anticipation of the necessary review and approval by this and other agencies consistent with the project's scope and potential environmental impacts. The ENGINEER will conduct wetland delineation, Section 404 permitting, and associated mitigation (if applicable). The ENGINEER will also coordinate with the Texas Parks and Wildlife Department (TPWD) and U.S. Fish and Wildlife Service (USFWS). The ENGINEER will also conduct a tree survey and identify and classify all trees over six inches in diameter within the proposed temporary and permanent easements in accordance with the provisions of the applicable tree ordinance(s), and prepare a tree replacement or mitigation plan subject to approval by the City Forester, as may be required. The following tasks will be conducted as part of the environmental data gathering and field reconnaissance activities associated with this project: 1. Data Collection Write letters to the TPWD and USFWS notifying them about the project and asking for their input/concerns. Collect data required for the various report headings listed under Environmental Report (below). 2. Meetings/Coordination Attend up to 4 meetings with (but not limited to) the ENGINEER and the CITY. 3. Site Reconnaissance Pedestrian and photographic survey of the site will include physical inspection of vegetation, jurisdictional waters, proposed ROW, adjacent land use, socio- economic and demographic characteristics of project area, wildlife habitat, A-8 threatened/endangered species, parks, flood plains, surface water features, and drainage. Note: The ENGINEER's subconsultant, will obtain right of entry for the proposed pipeline route, as required. The pipeline ROW lines and centerline will be surveyed and staked at 100-foot intervals by the ENGINEER's surveyor. 4. Jurisdictional Waters and Wetlands Delineation The ENGINEER will delineate all jurisdictional waters and wetlands within the proposed ROW (from ROW line to ROW line). The ordinary high water marks will be staked at each jurisdictional water body for surveying. Wetlands will be delineated per the USACE 1987 Wetland Delineation Manual. Note: This scope of services and cost proposal is based on no more than one acre of wetlands being located within the ROW. Wetland boundaries will be flagged for surveying. 5. Jurisdictional Waters/Wetlands Delineation Rpt/Permit Application a) Jurisdictional Waters/Wetlands Delineation Report The ENGINEER will document wetland findings and prepare a wetland delineation report. The ENGINEER will meet on site with the USACE to verify the wetland delineation, if required. b) Section 404 Permitting The ENGINEER will provide technical data for application for Section 404 Permit and will prepare all necessary maps, exhibits, and paperwork for 404 Permit, if required. 6. Wetlands/Tree Mitigation and Monitoring Plan The ENGINEER will prepare wetland and tree mitigation and monitoring plan. The scope for this task includes two assumptions that were used to estimate a budget for this task. a) Assumption 1 - Mitigation for wetlands and trees will be no more than 3 acres (a 3:1 mitigation ratio based on a maximum of one acre of wetlands). b) Assumption 2 - Suitable land is available for wetland mitigation and the mitigation area consists of only one location. Note: the ENGINEER will inspect up to three potential mitigation areas for suitability. 7. Resource Agency Meetings The ENGINEER will attend two USACE meetings and two USFWS meetings for the wetland/tree mitigation plan; one meeting per resource agency regarding the preliminary plan and the other meeting per resource agency for the final plan. A-9 8. Proposed Mitigation Area Site Reconnaissance The ENGINEER will visit the proposed mitigation area to determine suitability. 9. Mitigation/Monitoring Plan Report The ENGINEER will prepare the mitigation plan design. The ENGINEER will prepare a wetland and/or tree mitigation/monitoring plan report and recommendations for use in the construction plans to be prepared by the ENGINEER. 10. Environmental Report The environmental data gathered during this phase of the project will be incorporated into an Environmental Information Document (EID) as described in detail in Section 3.13 below. C. Coordination with Other Agencies During the pre-engineering phase, the ENGINEER shall coordinate with all known affected utilities, including utilities owned by the CITY, TxDOT, the TRE, Trinity Railway Express, and the cities of North Richland Hills, Richland Hills, and Haltom City. Waste Management services shall also be contacted. These entities shall also be contacted to determine if there are plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the concept plans, along with data obtained during the Subsurface Utility Engineering study. The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. The ENGINEER shall complete all forms necessary for the CITY to obtain permit letters from TxDOT and the TRE railroad and submit such forms to the CITY. The CITY shall be responsible for forwarding the forms to the affected agencies for execution. The ENGINEER will also coordinate with the TWDB, as part of the SRF funding activities associated with this project, and with the USACE regarding 404 and/or Section 10 permitting requirements for construction within Big Fossil Creek. Coordination with TCEQ, EPA, USFWS, State Historic Preservation Officer, FEMA, Texas Parks and Wildlife Department, Natural Resources Conservation Service, U.S. Forest Service, North Central Texas Council of Governments (NCTCOG), and other state and federal agencies as required for preparation of the Environmental Information Document (EID) work (described in detail below). 3. State Revolving Fund (SRF)Assistance A. Engineering Feasibility Report(for SRF funding) This report is required as part of the SRF funding application documentation. Data included in this report to be provided by the ENGINEER shall be based on information included in the Big Fossil Creek Relief Sewer Planning Report prepared by Knowlton-English-Flowers, Inc., dated March, 2000, including updated material as may be required. The ENGINEER shall prepare and submit six (6) copies of this report to the CITY, (four copies to be furnished to the A-10 TWDB). Preparation of the Engineering Feasibility Report by the ENGINEER shall include the following information: 1. Identify entities to be served and current and future population projections. 2. List current project's sponsoring political subdivisions. 3. List consultant names and information. 4. Describe program for which financial assistance is solicited. 5. Provide map of geographic limits of the service area. 6. Provide statement of wastewater issues of the service area including: a. Domestic population of area to be served (present through 20- year projections), and the design population of the project, based on 20-year planning needs, and 10-year construction period. b. Discussion of operational concerns of the existing Big Fossil Creek wastewater collection system. C. Discussion of any applicable EPA or TCEQ enforcement actions (information to be provided by CITY). 7. Proposed project description including the following data or information: a. Service area maps. b. General location of proposed improvements. C. Water and wastewater treatment plant sites (to be provided by the CITY). d. Existing and proposed streets. (Location of future streets to be provided by CITY). e. Location of parks, including Fort Worth, Haltom City, Richland Hills, and North Richland Hills areas. f. Show location of drainage ditches, creeks, and streams. g. Show location of water mains. (To be provided by CITY). h. Watershed area map plotted on contour map (no greater than 10- foot contour interval). i. Construction phasing discussion. j. All maps and exhibits plotted on 22" x 34" sheet size, or uniform size format. k. Water-related information including sources, ownership, and adequacy of water supply for the planning period, and status of A-11 the Water Conservation and Drought Contingency plan (to be provided by CITY). 8. Provide discussion of project routing alternatives and reasons for selecting preferred route, including opinions of costs of alternatives. 9. Discussion of proposed Lift Stations and Meter Stations. 10. Discussion of proposed system expansion on existing system capacity. 11. Discussion of existing and anticipated infiltration/inflow and how it is addressed in the sewer system design. (CITY to provide 1/1 data). 12. Opinions of probable cost of the project including break-down by proposed phases or segments. Also provide an opinion or a projection of total project cost per connection, including debt retirement and operation and maintenance costs. Include a comparison of existing costs per connection to the projected cost per connection. (Number of connections in service area to be provided by CITY). 13. Prepare project schedule outlining projected target dates including the following: a. Submittal date for TWDB loan application. b. Submittal date for TCEQ and TWDB approval of plans and specifications. C. Advertisement dates for project Segments. d. Bid opening dates and contract execution dates. e. Easement acquisition schedule. f. Projected construction schedule. B. Environmental Information Document(EID) The ENGINEER shall prepare an EID in accordance with SRF guidelines, as a separate, self-contained document. Preparation of this document shall include the following data, information, and/or tasks: 1. Description of the Project a. Describe purpose and need for the project. 1) Describe sewer collection problems. 2) Give average and peak capacities of the existing Big Fossil wastewater main, the TCWSC line, and the Haltom City Carson Street wastewater line. Include design year and design populations. A-12 3) Describe current treatment requirements and treatment processes now in use. (To be provided by the CITY if required for SRF report). 4) Discuss and document all existing and anticipated violations of Federal and State standards associated with the Big Fossil Creek wastewater collection system. b. Provide map of the current facilities planning area and associated water supply area. (To be provided by CITY). 2. Environmental Setting a. Describe the existing environment without the proposed project. 1) Geological elements — describe the topography and geology of the Big Fossil Creek watershed area. 2) Hydrological elements — Identify receiving stream and applicable stream segment for the River Basin. Discuss all applicable waste load allocations and/or limitations imposed by the Water Quality Management Plan (to be provided by the CITY), including current proposed state effluent limitations. Describe any water rights, inter-basin transfers or related issues that may affect the project. Provide a description of any area aquifers, including shallow or perched water tables affected by the project. (To be provided by CITY). 3) Floodplains and Wetlands — prepare a map showing the limits of the 100-year FEMA-designated floodplains in the project area. Also show the limits of known wetlands in the project area based on USFWS Wetland Inventory maps. These maps will be provided to the USACE to determine if jurisdictional waters are impacted by the proposed improvements, and if a Section 404/Section 10 permit will be required. 4) Climatic elements — describe temperature, precipitation, prevailing winds, and air quality issues in the Big Fossil Creek service area. 5) Biological elements — describe major plant and animal communities in the service area, endangered species, and provide map of habitat areas. 6) Cultural resources — conduct reconnaissance to identify any cultural resources potentially impacted by the project. (Discussed in 2.A.3 above). 7) Economic conditions — describe economic and social impacts of the proposed project, and include median annual household income information and population A-13 projections consistent with the State Water Quality Management Plan. 8) Land use — describe any land use planning or control (zoning, master plans, etc.) that may interact with the proposed project, its alternatives, and development accommodated or encouraged by the project. 9) Site assessment — the ENGINEER shall perform an initial site assessment to assess the potential for hazardous materials contamination on any property being acquired or constructed upon as a part of the project. As a minimum, the ENGINEER shall document existing and prior uses of the site and conduct a survey for unusual soil discoloration, vegetation anomalies, and odors from the property and adjacent properties. A more detailed assessment shall be conducted if the initial assessment indicates potential for hazardous material contamination. (Discussed in Part B, Section 1.D below). 10) Other programs and projects — describe any other programs, and/or projects, such as highway or water supply construction, that may affect the proposed project or its alternatives. b. Summarize the future environment without a project in terms of the above environmental settings (Items a.1 through a.10). 3. Alternatives to the Proposed Action a. ENGINEER shall discuss alternative solutions to the water quality problems, including an emphasis on projects that will involve new site selection, interceptor routes, or construction in environmentally sensitive areas. Alternatives discussed will include the following: 1) Alternative wastewater management techniques, including no action, treatment and discharge, land application, on- site or individual systems, and wastewater or solids reuse. 2) Flow and waste reduction measures, including infiltration and inflow reduction and the implementation of a water conservation plan. 3) Alternative locations, capacities, and construction staging of the facilities. 4) Alternative methods of sludge or other project waste disposal, including process options, disposal options and disposal locations. b. The ENGINEER shall present reasons for rejecting or accepting alternatives along with their significant environmental impacts. A-14 C. Since portions of the project will be located in FEMA-designated 100-year floodplains and/or wetlands, the following procedures must be followed, (in accordance with Executive Order 11988, Floodplain Management, Executive Order 11900, and Protection of Wetlands) 1) Direct Impacts — the ENGINEER shall consider and discuss alternatives that would avoid construction in the floodplain or wetlands. The ENGINEER shall demonstrate, by analyzing environmental, cost and technological factors that there is no practicable alternative to such construction. If not alternatives are practicable, then: i. Prior to completion of the planning documents, the ENGINEER shall design and/or modify the proposed project to minimize potential harm to the floodplain or wetlands and develop measures to mitigate any adverse impacts. ii. Prepare and circulate a Floodplain and/or Wetland Management Notice containing an explanation of why the action is to be located in the floodplain or wetland, including a location map, to the Fort Worth offices of the USACE, the USFWS, the TNRCC, the TWDB, FEMA, and the municipal offices responsible for implementing the National Flood Insurance Program including the Cities of Fort Worth, Haltom City, Richland Hills, and North Richland Hills. This notice shall include the following: (1) The reasons why the project is to be located in a floodplain or wetland. (2) A statement including how the project will conform to the applicable federal, state, or local floodplain and wetland protection standards. (3) A list of alternatives considered. (4) A map showing the relationship between the project components, the wetlands, the floodway and floodplain, including the maximum flood elevation and the elevation to which the facilities will be protected, based on FEMA data. 2) Indirect Impacts — Since floodplains are to be affected, the ENGINEER shall demonstrate, consistent with the applicable provisions of Appendix B, "Floodplain Requirements of the SRF", included in Appendix G of document "WRD-708B", that indirect adverse environmental impacts to the floodplain will not result from A-15 the proposed project. The ENGINEER shall perform a similar evaluation for wetlands. 3) Mitigation — the ENGINEER shall describe mitigative measures that have been identified to lessen or offset any impacts. 4. Project Description a. The ENGINEER shall describe the proposed project as follows: 1) Identify the treatment process(es) proposed and indicate the capacity of the facilities-design average annual and peak, design year(s) (treatment processes and flows described shall be provided by the CITY). 2) The ENGINEER shall state the expected effluent quality in terms of BOD, TSS, Nitrogen-Ammonia, Phosphorous, fecal coliform and any other limitations. Discuss disinfectant processes employed such as chlorination, and if biomonitoring is required by permit (this data to be furnished by the CITY). 3) The ENGINEER shall list separately all project elements to be constructed, all elements to be financed by the SRF and all elements to be funded by other sources. 4) Since no existing treatment facilities are present in the service area, the ENGINEER shall comment that this section does not apply to the proposed project. b. Describe the proposed linework. The ENGINEER shall list separately the lines to be financed by the SRF and those to be funded by other sources in terms of their lengths, diameters, and function. C. The ENGINEER shall provide a map (or maps) showing the location of all proposed project elements in relation to existing homes and business and the service area boundaries. d. The ENGINEER shall show the total projected/probable project cost, the amount to be financed through the SRF, and the amount from other funds, such as cost participation by Haltom City, Richland Hills, and North Richland Hills. (Other funding source data to be provided by the CITY). 5. Environmental Impacts of the Proposed Project The ENGINEER shall describe those impacts, adverse and beneficial, which can be attributed directly and indirectly to the proposed project in relation to the No-Build alternative. These impacts are related to construction and operation of the proposed project. Environmental impacts include both short and long term impacts, and secondary (or induced) impacts. A-16 Adverse Impacts will include those which cannot be avoided should the project be implemented. Descriptions of the steps to be taken to mitigate or eliminate any significant adverse impacts would be provided. Such measures may include structural changes (facilities design, location, etc.), and nonstructural changes (zoning, staging facilities, etc.) 6. Irreversible Commitment of Resources to the Project This section includes a discussion of irreversible and irretrievable commitment of resources to the proposed project. The ENGINEER shall describe those resources such as land resources, water resources, materials and recreation and open space potential that will be irretrievably committed or whose options will be irreversibly constrained as a result of the project. 7. Public Participation and Coordination a. Discussion — this section shall contain a discussion and proposed resolution of objections, complaints or problems which have been voiced against the proposed project. b. Public Hearing — as a minimum, the applicant must hold a public hearing before adopting the SRF engineering plan. A mid-course public meeting (held after the alternatives are defined but before one is selected) is encouraged. Applicants, particularly those with potentially controversial or high cost projects, are encouraged to increase public participation through additional public meetings, advertisements, mail-outs, and related measures. 1) The ENGINEER will assist the CITY with notifying the public of the hearing(s) in the Fort Worth Star Telegram thirty (30) days prior to the date of the hearing(s). A written notice of the hearing(s) will be sent to the appropriate local and state agencies, including the Cities of Haltom City, Richland Hills, and North Richland Hills, TWDB, NCTCOG, and all parties that have expressed an interest in the project as soon as the hearing(s) are scheduled. 2) The hearing notice(s) shall include the following: i. The date, time and place of the hearing(s) ii. A brief description of the proposed project, including the location of any new treatment facilities and/or water sources (treatment facility and/or water source information to be provided by CITY). iii. The cost of the project, (opinion of construction cost to be provided by ENGINEER), including the estimated monthly bill to a typical residential customer, any connection fee and any tax, surcharge or other fees (additional projected costs to be provided by CITY). A-17 iv. Provide location of one convenient local source of the Environmental Information Document for the proposed project, (library, city hall, on-line PDF document, etc.) V. Include the following statement: "One of the purposes of this hearing is to discuss the potential environmental impacts of the project and alternatives to it." 3) Display copy of the EID at one or more convenient local site(s) at least 15 days before the hearing and provide copy(s) at the hearing. 4) The ENGINEER shall assist the CITY with conducting the public hearing(s) which shall conform to the following format: i. Call to order ii. Statement of the purpose of the hearing which will include the following: "One of the purposes of this hearing is to discuss the potential impacts of the project and alternatives to it." iii. A question and answer period. iv. A list of witnesses. (CITY will assist ENGINEER in arranging to have representatives of Fort Worth, Haltom City, Richland Hills, North Richland Hills, and other stakeholders present at the hearing(s)) V. Testimony. (CITY shall provide facilities, electronic recording equipment, and stenographer to record proceedings of all hearing(s), and provide written transcript of proceedings) 5) The ENGINEER shall assist the CITY in providing a record of the public hearing(s) which will be made part of the Environmental Information Document (EID), and shall include: i. A copy of the hearing notices (affidavit of publication to be provided by the CITY). ii. A sample letter of notification and list of all recipients. iii. A statement, signed by the applicant, stating that hearing was held in conformance with the Public Hearing Notice. A-18 iv. A list of witnesses including the complete text of their statements and any written testimony (to be provided by CITY). V. A verbatim transcript, not just a summary of minutes, of the hearing (to be provided by CITY). C. Coordination of Review 1) The ENGINEER shall assist CITY in distribution (certified mail) of the EID for review and comment to the following list of agencies and other parties. The review time may be simultaneous with the thirty (30) days or more prior to the public hearing(s) and so stated in transmittal letter. i. U.S. Army Corps of Engineers ii. U.S. Fish and Wildlife Service iii. State Historic Preservation Officer iv. Federal Emergency Management Agency V. Texas Commission on Environmental Quality vi. Texas Parks and Wildlife Department vii. Natural Resources Conservation Service viii. U.S. Forest Service A. U.S. National Park Service X. North Central Texas Council of Governments A. City of North Richland Hills xii. City of Richland Hills xiii. City of Haltom City PART B—CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering A. Surveys for Design 1. ENGINEER will perform field surveys for approximately 18,390 linear feet of wastewater lines to collect horizontal and vertical elevations and other field data which will be used by the ENGINEER in design and preparation of construction plans for the project. Information gathered during the survey will include topographic data, elevations of the existing sanitary sewer, and adjacent storm drain rim and invert elevations, location of buried utilities as marked on the surface, structures, and other features relevant to the final plan sheets. For sewer lines located in alleys, A-19 backyards, or on private property, the ENGINEER will obtain the following: a. Engineer to obtain rights-of-entry before surveying on private properties. b. Determine horizontal and vertical alignment of utility lines. Locate improvements, trees, fences, wall, etc., horizontally along rear property lines in a 60' wide strip centered on approximate centerline alignment of proposed sewer line, if possible. In addition, locate the rear house or building corners in backyards. C. Profile existing surface along proposed sewer line centerlines. 2. The ENGINEER shall compile base plan and profile information from field survey data at 1"=40' horizontal and 1"=4' scale, or 1"=20' horizontal and 1"=2' vertical scale in congested areas. 3. The ENGINEER will provide a copy of the following information upon request by the CITY: a. Plans, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services will be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the CITY. A copy of the survey field notes will also be provided to the CITY, if requested. The text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., will be provided in the American Standard Code for Information Interchange (ASCII) format, drawing files will be provided in MicroStation (DGN), or AutoCAD (DWG or DXF) format (Release 2008), or as otherwise approved in writing by the CITY, and data collected and generated during the course of the Project will become the property of the CITY. b. The minimum information to be provided in the plans will include the following: 1) Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400 2) The following information about each Control Point: i. Identified existing CITY monument, PK Nail, or 5/8" Iron Rod. ii. Provide X, Y, and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinates will be on CITY Datum only. iii. Provide Descriptive Location of each Control Point. A-20 3) Provide coordinates on P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system as the project control. 4) No less than two horizontal control points, per right-of-way or easement location will be provided. 5) Provide bearings given on proposed centerlines, or baselines. 6) Provide station equations, relating utilities to existing sewer line stationing, roadways, etc., when appropriate. 7) Obtain the "foot print" of properties where the sanitary sewer main is to be relocated or rerouted, within the 60- foot wide survey corridor. 4. Public Notification and Personnel/Vehicle Identification a. Prior to conducting design survey, ENGINEER will notify affected residents of the Project in writing. The notification letter will be on company letterhead and will include the following: project name, limits, CITY project no., ENGINEER's project manager and phone no., scope of survey services and design survey schedule. The letter will be reviewed and approved by the CITY prior to distribution. b. When conducting site visits to the project location, the ENGINEER or any of its sub-consultants will carry readily visible information identifying the name of the company and the company representative. Company vehicles will also be readily identifiable. B. Subsurface Utility Engineering for Design 1. Scope of Work -- The scope of this portion of the SUE work includes Quality Levels "A" and "B" SUE along the proposed alignment of the Big Fossil Creek Parts 1, 2, and 3, which include the Haltom City and Richland Hills transfer lines, in Tarrant County, Texas. The alignment is as detailed in Exhibit E-1 of the Contract. The work limits extend between the existing 96" Main north of the Trinity River and the end at a point north of the S.H. 26 and Baker Boulevard, Parts 1 and 2, (approximately 14,810 linear feet). Included in the scope is the Haltom City transfer line, Part 3, (approximately 2,980 linear feet). The ENGINEER will designate utilities, including service lines, located within the proposed alignment. Test holes will then be excavated at critical locations where conflicts may exist between existing and proposed utilities. The ENGINEER assumes that 10 test holes will be required. 2. Designating Procedures -- Prior to beginning field designating activities, the ENGINEER will review the project scope of work and available utility records. Once these initial reviews are complete, the ENGINEER will begin designating the approximate horizontal position of known subsurface utilities within the specified project limits. A suite of geophysical equipment (electromagnetic induction, magnetic) will be A-21 used to designate metallic/conductive utilities (e.g. steel pipe, electrical cable, telephone cable). Non-metallic/non-conductive utilities will be designated using other proven methods, such as rodding and probing. Where access is available, a sonde will be inserted into the utility line (e.g. PVC gravity sewer pipe) to provide a medium for signal transmission, which can then be designated using geophysical equipment. 3. Locating Procedures —The ENGINEER will utilize its utility designating marks to layout the test-hole locations. The ENGINEER will attempt to place the test holes outside of paved areas wherever possible. If special traffic control measures, not covered by the provisions of this Contract are required in the test hole areas, these services will be considered extra and will be performed as Additional Services. The ENGINEER will utilize non-destructive vacuum excavation equipment to excavate test holes at the required locations. Once each utility is located, the ENGINEER will record the utility type, size, material, depth to top, and general direction. Test-hole excavations will be backfilled with appropriate material and the original surface will be restored. The backfill will be compacted in lifts by mechanical means to prevent future settlement. C. Geotechnical Investigations Geotechnical Investigations for this project shall be conducted by the ENGINEER, and shall consist of the following activities: 1. General — Geotechnical investigations shall be performed along portions of the proposed wastewater collection lines identified as Segments 1 and 2 beginning at the West Fork of the Trinity River extending northerly going under the TRE Railway Express tracks, under S.H. 121 and further proceeding northwesterly to north of S.H. 26. Geotechnical investigations will also be performed along Part 3, the Haltom City by-pass line route adjacent to S.H. 121. The wastewater collection pipe will typically be embedded with a minimum soil cover of 5 feet; however, some lengths of the alignment will be much deeper, up to 35 feet below grade. The purpose of the proposed investigation will be to evaluate subsurface conditions along the alignment; provide recommendations regarding pipe embedment and design of the meter stations and vaults; and evaluate the corrosion potential on concrete structures. 2. The ENGINEER proposes to drill a total of 33 soil borings for the project, spaced at approximately 500 feet intervals with depths ranging from 20 to 35 feet, with 2 borings 50 feet in depth. The borings will be sampled continuously to a depth of 10 feet and at 5- foot intervals, therefore, to determine site stratigraphy and to obtain samples for laboratory testing. All the field and laboratory tests will be performed according to ASTM standards, where applicable, or with other well established procedures. A-22 Results of the field and laboratory data will be used to develop recommendations for the design and construction of the sewer line and foundation recommendation for the meter stations and creek-crossing junction vaults. All borings will be backfilled with bentonite chips and/or soil cuts after obtaining ground water measurements. The laboratory testing program will be developed once the field boring logs have been reviewed and the general site stratigraphy developed. The laboratory tests will include natural moisture contents, Atterberg Limits, percent passing the no. 200 sieve, grain-size analysis, unconfined compression and unit dry weight. A report of the geotechnical study will be prepared by an engineer specializing in soil mechanics and foundation engineering after reviewing available structural, geological, boring, and laboratory data. In general, the following items will be included in the geotechnical report: a. Boring logs, b. Laboratory and Field test results, C. Regional and site geology, d. Generalized groundwater and subsurface soil conditions, e. Recommendation for utilities installation by open-cut and augering techniques, f. Foundation design recommendations for meter stations, creek crossing junction vaults, g. Site preparation and structural fill requirements, and h. General earthwork recommendations. The ENGINEER expects to complete this assignment in approximately twelve to sixteen weeks, following receipt of a written notice to proceed and all the rights of entry required to complete the field work have been obtained. If requested, verbal recommendations can be provided throughout the progress of the investigation as testing is completed. Three draft copies of the geotechnical report will be delivered for review by the CITY. After approval of the draft report, four final copies of the study will be submitted for further distribution. 3. Fee and Conditions: Based on the scope of work outlined, the fee for the geotechnical services is listed in Attachment "B-3". This fee is based on the assumption that the site is accessible to truck-mounted drilling equipment and all access and permit issues will be addressed by the ENGINEER. Also, any site clearance required to access the soil borings will be performed by others and coordinated by the ENGINEER. If anomalous soil conditions are encountered, or if the project configuration changes significantly, a change in work scope may be required. The ENGINEER will recommend such changes when and if it is deemed necessary. Laboratory samples will be held for no more than a period of 30 days following completion of the final report, or 120 days following completion of the draft report. A-23 The ENGINEER will use the Texas One Call System to locate buried utilities. The ENGINEER will coordinate the boring locations with the Cities to eliminate conflicts with identified utilities. The ENGINEER will take care to minimize damage to existing facilities; however, the ENGINEER's activities may result in some damage to vegetation or unidentified existing utilities. This scope of geotechnical engineering services specifically excludes any costs associated with restoration of vegetation or repair of utilities damaged by the ENGINEER's operations that were not previously identified by Texas One Call, the municipalities, and/or franchise utility companies. D. Trenchless Engineering (Tunneling Design) The scope consists of the design of two (2) sanitary sewer crossings of the Big Fossil Creek, one force main crossing of Big Fossil Creek, one crossing of S.H. 121, one crossing of the TRE Railway Express line, and one crossing of S.H. 26. If another crossing under Broadway Avenue in North Richland Hills is required, which is not covered by the provisions of this Contract, these services will be considered extra and will be performed as Additional Services, if part of larger project, and if part of a lift station and force main is required to connect NRH to the FW system. 1. ENGINEER will review available site and geotechnical information and recommend locations for borings along the conceptual alignment, along with sampling and testing recommendations. 2. The ENGINEER will visit the site during the geotechnical investigations to observe the soils as they are sampled. 3. After reviewing the geotechnical report, the ENGINEER will prepare conceptual trenchless alignments for each crossing, including entry/exit locations based on typical equipment layout/work area and identify constraints. 4. The ENGINEER will prepare a list of technical specification sections for trenchless work. 5. The ENGINEER will summarize the recommended trenchless construction approach for each crossing in the engineering report. The report will include a description of risks identified from the site visit and review of available information, recommendations of the applicable trenchless pipeline construction methods, shaft construction methods (where applicable), and pipe line material options; conceptual level opinion of probable construction costs and construction schedule; typical work area requirements and equipment layout. E. Conceptual Design Coordination Meetings The ENGINEER will attend and document meetings, to discuss and coordinate the conceptual design with the following: 1. One (1) meeting with the CITY to review the conceptual engineering plans prior to the submittal of the conceptual engineering plans to the CITY for all of the proposed project segments, combined. A-24 2. One (1) group coordination meeting with all of the other participating city partners including Haltom City, North Richland Hills, and Richland Hills for all project segments, combined. 3. One (1) meeting with the CITY at completion of the CITY's review of the conceptual plan submittal for all project segments. The CITY will direct the ENGINEER in writing to proceed with Preliminary Design. F. Conceptual Engineering Plan Submittal 1. Conceptual plans shall be submitted to City in accordance with the approved project schedule after Notice to Proceed Letter is Issued. 2. The ENGINEER shall perform conceptual design of the proposed improvements and furnish ten (10) copies of the concept engineering plans to the CITY which includes layouts, preliminary right-of-way (easement) needs, and concept level opinion of probable construction cost for the ENGINEER's recommended plan. The ENGINEER shall also evaluate the phasing of the project, 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 procedures for processing sewer design. 2. Preliminary Engineering Upon completion of Part B and notice by CITY to proceed with Preliminary Engineering, the ENGINEER will prepare preliminary construction plans as follows: A. Overall sanitary sewer layout sheets and an overall easement layout sheet(s). B. Preliminary project plan and profile sheets which show the following: Proposed sanitary sewer plan/profile and recommended pipe size, manholes, boring locations, meter station locations, and all pertinent preliminary information needed to construct the project. Legal descriptions of proposed easements shall include abstract and tract numbers, or lot and block numbers and subdivision names, along with property ownership information. C. Existing water and sewer lines, which may be in conflict with the proposed facilities, will be shown on the base sheets prepared from survey information gathered under Part B, Paragraph 1, and from the SUE. Conflicts will be resolved where pipelines are to be relocated, if applicable. Base sheets will reference affected or adjacent streets. Where open-cut construction is anticipated, below and above ground utilities will be located and shown on the base sheets. D. Existing utilities and utility easements will be shown on the plan and profile sheets. ENGINEER will coordinate with utility companies and the CITY to determine if any future improvements are planned that may impact the project. E. The ENGINEER will prepare standard and special detail sheets for proposed utility line construction, relocations or replacements that are not already included in the D and DA Sections of the CITY's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, water line and wastewater line relocations, details unique to A-25 the construction of the project, trenchless details, and special service lateral reconnections. F. Right-of-Way/Easement Preparation and Submittal Preparation and submittal of right-of-way, easements and rights-of-entry will be in conformance with "Submittal of Information to Real property for Acquisition of Property." The ENGINEER will prepare permanent and temporary exhibits required for the project. G. Property Appraisals and Acquisition Property appraisals and acquisitions, to be provided by the CITY, include the following tasks: 1. Appraisals: The CITY shall provide an appraisal of each property on which easements are to be acquired. 2. Document Preparation: The ENGINEER will furnish easement documents (exhibits and metes and bounds descriptions) to the CITY for their review and approval. Once these documents are approved, the ENGINEER will assemble the appropriate legal description of the properties for CITY agents to use for acquisition. It is anticipated that a total of fifteen (15) permanent easements and fifteen (15) temporary construction easement documents will be prepared. 3. Title Information: The CITY will be responsible for purchasing Title Policies for this project. 4. Relocation: It is assumed that no relocation is necessary for this project. If relocation is necessary, compensation to the relocated party for the above work shall be borne by the CITY. 5. Condemnation: The CITY will provide the necessary services to use its power of eminent domain in acquiring the easements, if required. ENGINEER will provide exhibits and expert witness testimonies as an Additional Service, as needed. H. Utility Clearance Phase The ENGINEER will consult with the CITY's Water Department, and other CITY departments, public utilities, private utilities, and government agencies to determine the approximate location of above and underground utilities, and other facilities that have an impact or influence on the project. ENGINEER will design CITY facilities to attempt to avoid or reduce conflicts with existing utilities. The ENGINEER will deliver a maximum of thirteen (13) sets of approved preliminary construction plans to the CITY's Utility Coordinator for forwarding to the utility companies, which have facilities within the limits of the project. A-26 I. Preliminary Construction Plan Submittal 1. The ENGINEER will prepare the preliminary plans and specifications based on the approved schedule by the CITY. Plans will be prepared for three (3) separate construction packages: a. Part 1 — Main Line from the south end of the project to S.H. 121. b. Part 2 — Main Line from S.H. 121 to Broadway Avenue Vicinity, including Richland Hills Lift Station and Force Main. C. Part 3 — Haltom City Bypass Line from S.H. 121 to Connection with Carson Street Outfall Line. 2. The preliminary plan submittal will include each of the three (3) proposed construction packages (Parts 1, 2, and 3) combined. The ENGINEER will deliver two (2) sets of preliminary construction plans and two (2) sets of technical specifications to CITY for review. The ENGINEER will prepare 22"x34" preliminary plan sheets at a scale of 1"=40' horizontally, or 1"=20' in congested areas, and will contain the following: a. Cover Sheet b. Project Location Map C. Index to Drawings d. Quantity Summary e. General Notes f. ROW Strip Map g. Wetlands Delineation and Mitigation h. Plan-Profile Sheets i. Boring Logs j. J-box, Layout and Details k. Meter Station, Layout and Details, Including odor control, flow monitoring, SCADA system, and electrical control equipment I. Aerial Crossing, Layout and Details M. Double-barrel Siphon creek crossings, Layouts and Details - n. Water Line Relocation, Layout and Details o. Traffic Control and Barricade Details P. Manhole Details (Special) A-27 q. Embedment Details (Special) r. Pavement Replacement Details (Special) S. Fence Details (Special) t. Water Line Details (Special) U. Erosion Control Details (and SWPPP) V. Miscellaneous Details (Special) W. Richland Hills Lift Station and Force Main Details (6 sheets) 3. The ENGINEER will submit a preliminary opinion of probable construction cost with the preliminary plans submitted. J. Preliminary Design Coordination Meetings The ENGINEER will attend and document meetings, to discuss and coordinate the preliminary design with the following: 1. One (1) meeting with the CITY to review the preliminary engineering plans prior to the submittal of the preliminary engineering plans to the CITY for all segments, combined. 2. One (1) coordination meetings with all of the other participating city partners including Haltom City, North Richland Hills, and Richland Hills for all project segment, combined. 3. One (1) meeting with the CITY at completion of the CITY's review of the preliminary plan submittal for all project segments, combined. The CITY will direct the ENGINEER in writing to proceed with Final Design. 3. Final Engineering A. Final Construction Plan Preparation Preparation of final construction plans will begin after CITY approval of preliminary plans. Following CITY approval of the recommended improvements, the ENGINEER will prepare final plans, specifications and contract documents (each plan sheet will be sealed, dated, and signed by the ENGINEER) and submit two (2) sets of plans and construction contract documents to the CITY for review and final approval. Plan sets will be used for Part C activities. The ENGINEER will prepare standard and special detail sheets for water line relocations and/or sewer line relocations or replacements that are not already included in the D and DA Sections of the CITY's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral connection (if required). A-28 B. Final Construction Plan Submittal 1. The ENGINEER will prepare and submit the final plans and specifications for all combined segments in one package based on the approved schedule by the CITY. For this contract, the ENGINEER will prepare ten (10) sets of final plans and specifications submittals including all the bid packages combined. 2. After review and approval of the final plans by the CITY, the plans and specs will be split into three (3) separate bid packages for Segments 1, 2, and 3 individually. Fore each final plan submittal, the ENGINEER will deliver two (2) sets of final construction plans and two (2) sets of the specifications and contract documents to CITY for review. The ENGINEER will prepare 22"x34" final plan sheets at a scale of 1"=40' horizontally and V=4' vertically, or V=20' horizontally and V=2' vertically in congested areas. The plan sheets will include the same items listed in the preliminary plan section. Final submittal will also include three (3) Storm Water Pollution Prevention Plans (SWPPP), one SWPPP for each bid package. C. Final Specifications and Contract Documents The final specifications and contract documents will include the following sections: 1. Cover Sheet 2. Notice to Bidders 3. Comprehensive Notice to Bidders 4. Special Instructions to Bidders 5. Minority and Women Business Enterprise Specifications 6. Bid Proposal 7. General Conditions 8. Supplementary Conditions to Part C 9. Special Conditions 10. Additional Special Conditions 11. Special Specifications 12. Certificate of Insurance requirements 13. Contractor Compliance with Worker's Compensation Law 14. Vendor Compliance to State Law 15. Maintenance, Payment and Performance Bonds A-29 16. Contract 17. Pavement Thickness Logs 18. Geotechnical Bore Logs 19. Easement Documentation D. Final Opinion of Probable Construction Cost The ENGINEER will prepare and submit to the CITY a final opinion of probable construction cost for each bid package. E. Permits The ENGINEER will prepare permit applications required for construction of the project and furnish permit documents to the CITY. The CITY will be responsible for submitting the permit applications and associated plans to the appropriate agencies for approval. The ENGINEER anticipates submitting four (4) copies of each permit application documentation to the CITY for each of the following agency permits: 1. Texas Department of Transportation (TxDOT) a. Permit 1 — plans for one tunnel and large diameter sanitary sewer carrier pipe across S.H. 121 (Airport Freeway) b. Permit 2 — plans for one tunnel and large diameter sanitary sewer carrier pipe across S.H. 26 (Belknap Street) 2. U.S. Army Corps of Engineers (USACE) a. Permit 1 — plans for one double-barrel sanitary sewer siphon crossing of Big Fossil Creek between existing main M-402 stations 20+17 and 23+09. b. Permit 2 — plans for one double-barrel sanitary sewer siphon crossing of Big Fossil Creek north of Belknap Street. C. Permit 3 — plans for one sanitary sewer force main crossing of Big Fossil Creek near S.H. 121. 3. TRE Trinity Railway Express Plans for one tunnel and large diameter carrier pipe crossing under the TRE Trinity Railway Express line located just south of S.H. 121. 4. TxU Electric ROW Plans for one tunnel and large diameter carrier pipe crossing under TxU Electric Delivery Company right-of-way located near Minnis Drive in Haltom City. A-30 5. Additional submittals of other currently unknown permits such as Gas Company rights-of-way which may be required shall be considered an Additional Service to this contract. D. Final Design Coordination Meetings The ENGINEER will attend and document meetings, to discuss and coordinate the final design with the following: 1. One (1) meeting with the CITY to review the final engineering plans prior to the submittal of the final engineering plans to the CITY for each bid package. 2. One (1) coordination meetings with each of the other participating city partners including Haltom City, North Richland Hills, and Richland Hills for all project segments. 3. One (1) meeting with the CITY at completion of the CITY's review of the final plan submittal for each project segments. The CITY will direct the ENGINEER in writing to proceed with Pre-Construction Assistance. F. Mylar Submittals The ENGINEER will submit a final set of mylar drawings for each bid package for record storage as follows: 1. Sanitary sewer plans will be submitted as three separate bid packages for Parts 1, 2, and 3. Sheets will be standard size (22" x 34") with project numbers prominently displayed. 2. Signed and sealed plan sets will also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file. There will be one (1) PDF file for each of the Part 1, 2 and 3 plan sets. Singular PDF files for each sheet of a plan set will not be accepted. PDF files will conform to naming conventions as follows: a. Sanitary sewer file name example — "X-35667_org36.pdf' where "X-35667" is an assigned file number obtained from the CITY, org" indicating that the file is an original plan set, and "36" designates the total number of sheets in this file. b. Each PDF file will be submitted on one (1) Compact Disk (CD), which will become property of and remain with the CITY. PART C— PRE-CONSTRUCTION ASSISTANCE The ENGINEER is anticipating that this part will be completed in three (3) separate bid packages. The following will be prepared for each separate segment: 1. Administration A. Deliver Bid Documents A-31 The ENGINEER will make available, upon request by the CITY, up to fifty (50) sets (for each Segment) of the final approved and dated plans and specifications and contract documents for pick-up at the ENGINEER's office by potential bidders. The ENGINEER will provide a total of thirty (30) sets of plans for use by the CITY, (ten (10) for each of the three Parts). The ENGINEER will provide a total of twenty four (24) sets of unbound specifications and contract documents to be used by the CITY for execution (eight for each of the three Parts). The ENGINEER will provide a total of twenty-four (24) sets of 11"x17" plans for use by the CITY and its other city partners including Haltom City, North Richland Hills, and Richland Hills (two sets of each Part for each City). The ENGINEER will provide two (2) V=400 scale color mounted exhibits of the over-all project upon request by the CITY. The ENGINEER will provide one (1) set of plans on Mylar for each Part. B. Bidding Assistance The ENGINEER will assist the CITY during the bidding phase, including preparation and delivery of addenda to plan holders and responses to questions submitted to the CITY by prospective bidders. ENGINEER will attend the scheduled pre-bid conference. The ENGINEER will assist in reviewing the bids for completeness and accuracy. The ENGINEER will attend the project bid opening, develop bid tabulations in hard copy and electronic format, and submit four (4) copies of the bid tabulation to the CITY. PART D—CONSTRUCTION PHASE SERVICES The ENGINEER will provide professional construction phase services for the purpose of providing assistance to the CITY during construction. The ENGINEER is anticipating that this part will be completed in three (3) separate construction projects/contracts. The following will be prepared for each segment: 1. Preconstruction Conference A. The ENGINEER will attend one (1) preconstruction conference for this project prior to commencement of Work for each construction contract. 2. Construction Survey A. Construction survey is not included in the scope of this project. 3. Shop Drawings A. Review and recommend the appropriate action in respect to Shop Drawings for the large diameter sewer mains (larger than 24-inch diameter), concrete mix design, rebar, tunnel liner, flow meter and monitoring equipment, SCADA A-32 equipment, electrical equipment, odor control facilities, etc., for which the Contractor is required to submit, but only for conformance with the information given in the Contract Documents and compatibility with the design concept of the completed Project as a functioning whole as indicated in the Contract Documents. Such review and recommendation of approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs. 4. Differing Site Conditions A. Preparation of sketches or documents to resolve problems due to actual field conditions encountered are not included in the scope of this project. 6. Final Walk Through A. The ENGINEER will attend one (1) final site inspection visit for this project, for each Segment, to determine if the completed Work of Contractor is generally in accordance with the Contract Documents and the final punch list (prepared by the CITY's resident project representative) so that the ENGINEER may recommend, in writing, a notice that the Work is generally in accordance with the Contract Documents to the best of the ENGINEER's knowledge, information, and belief and based on the extent of the services provided by the ENGINEER under this Agreement and based upon information provided to the ENGINEER upon which it is entitled to reply. 6. Limitation of Responsibility A. The ENGINEER will not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. The ENGINEER will not have the authority or responsibility to stop the work of the Contractor. PART E—ADDITIONAL SERVICES 1. Environmental Site Assessment Services Based on the findings of the Environmental Site Assessment conducted as part of the EID, additional detailed site investigations may be required to ascertain the presence of hazardous conditions. Where a moderate to high probability of hazardous materials exists, the ENGINEER will prepare a recommended action plan. This effort could include, but not be limited to, soil and groundwater sampling. This effort would most likely include the following tasks: a. Review of existing environmental documents and reports with an emphasis on contaminated properties within the Big Fossil Creek Site area. b. Prepare field work plans for soil and groundwater data acquisition. C. The ENGINEER would acquire right-of-entry permits to all properties prior to mobilizing to the field. d. DIGTESS would also be contacted prior to conducting investigations at the Site to avoid damaging existing utilities. A-33 e. Participate in up to six coordination meetings (3 to 4 hours each) and eight project team meetings (2 hours each). f. Soil borings would be expected to extend to between 10 and 32 feet below ground surface and will be installed using a Geoprobe or similar method of drilling. Soils would be visually examined in the field by a qualified environmental scientist and screened using a photoionization detector (PID). Suspect soil samples would be collected in laboratory-supplied containers, stored on ice and logged on a chain of custody document. Soils would be shipped to the independent environmental laboratory for analysis. g. Groundwater monitoring wells would be advanced in particular areas of concern for the collection of representative groundwater samples. Groundwater samples would be collected in laboratory-supplied containers, stored on ice and logged on a chain of custody document. Groundwater samples would be shipped to the independent environmental laboratory for analysis. h. Results of the investigations would be documented in soil management reports for Use by the ENGINEER and the CITY. i. The ENGINEER would manage the excavation and disposal of contaminated soil and an approved sub-contractor, at up to three locations. j. The ENGINEER would prepare a soils management report that documents the results of the investigations. 2. Condemnation ENGINEER will provide exhibits and expert witness testimonies as an Additional Service to assist the City with condemnation proceedings, if necessary. a A-34 ATTACHMENT "B" COMPENSATION AND SCHEDULE CITY PROJECT No. 01303 D.O.E. No. 3347 BIG FOSSIL PARALLEL RELIEF SEWER COMPENSATION A. Payment for services will be computed on the basis of Salary Costs times a multiplier of 2.60 to determine the payment due for services. The multiplier is a factor which compensates the Engineer for fringe benefits, overhead and profit. B. Payments shall also include Direct Non-Labor Expenses which, in general, include expenses for supplies, transportation, equipment, travel, communication, subsistence and lodging away from home, and similar incidentals. The Direct Non-Labor expenses shall be reimbursable at actual invoice cost plus 10%, except for living and travel expenses when away from the office on business connected with the Project. All travel outside of the Dallas/Fort Worth Metropolitan Area to be made, which are reimbursable at actual invoice cost, by the Engineer in connection with the Project must first be approved in writing by the City Engineer. C. Subcontractor cost shall be reimbursed at cost plus 10%. D. Payment for expenses, costs and services as described in Attachment "A" shall not exceed $963,641.91. E. Partial payment shall be made monthly upon receipt of an invoice from the Engineer, prepared from the books and records of the Engineer, outlining the amount of hours worked by each employee, the employee's name and classification, and the employee's salary rate along with itemized charges for any subcontract and reproduction work performed during the period covered by said invoice. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the Engineer. Payment according to statements will be subject to certification by the Water Director or his duly authorized representative that such work has been performed. SCHEDULE Final Plans and Contract Documents for bid advertisement shall be submitted within 360 calendar days after the "Notice to Proceed" letter is issued. A. Pre-Engineering—77 calendar days. B. Conceptual Engineering Plans— 146 calendar days. C. Preliminary Engineering Plans and Contract Documents— 127 calendar days. D. Final Engineering Plans and Contract Documents—215 calendar days. E. Final Plans and Contract Documents for Bid Advertisement—68 calendar days. F. Construction, All Three Parts—522 calendar days. B-1 EXHIBIT"B-1" METHOD OF PAYMENT CITY PROJECT No. 01303 D.O.E. No. 3347 BIG FOSSIL PARALLEL RELIEF SEWER 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 complete of the total project. The aggregate of such monthly partial fee payments shall not exceed the following: A. Until satisfactory completion of Attachment A, Conceptual Engineering plan submittal and approval by the City, a sum not to exceed 30 percent of the total fee. B. Until satisfactory completion of Attachment A, Preliminary Construction Plans submittal to City, a sum not to exceed 60 percent of the total fee, less previous payments. C. Until satisfactory completion of Attachment A, Final Construction Plan submittal and approval by the City, a sum not to exceed 90 percent of the total fee, less previous payments. The balance of the earnings, less previous payments, shall be payable after Bid opening for the Project has been conducted. PROGRESS REPORTS A. The Engineer shall submit monthly progress reports per Attachment D — Project Schedule. i B. If Engineer determines in the course of making design drawings and specifications that the opinion of probable construction cost of $18,224,326 (as estimated in Exhibit B) will be exceeded, whether by change in the scope of the project, increased cost or other conditions, the Engineer shall immediately report such fact to the City's Director of the Water Department and, if so instructed by the Director of the Water Department shall suspend work hereunder. B-1-1 EXHIBIT"B-2" HOURLY RATE SCHEDULE CITY PROJECT No.01303 D.O.E. No.3347 BIG FOSSIL PARALLEL RELIEF SEWER FI AB RM EMPLOYEE CLASSIFICATION HRATEOURLY URS URS Corporation Prime Principal,P.E. $200.00 Project Review(QA/QC),P.E. $175.00 Project Manager, P.E. $165.00 Civil Engineer,P.E. $120.00 Civil Engineer-In-Training, EIT/CADD Technician $90.00 Civil Senior Administrative Assistant(Clerical) $60.00 Principal Investigator(Cultural Resources) $95.00 Project Archeologist $70.00 GIS Technician $75.00 Junior GIS Technician $50.00 Environmental Scientist $100.00 ANA ANA Consultants,LLC,MIWBE Sub-Consultant Principal,P.E. $190.00 Project Manager,P.E. $165.00 Civil Engineer, P.E. $125.00 Civil Engineer-In-Training,EIT/CADD Technician $100.00 Spooner Sooner and Associates,Inc.,M/WBE Surveyor Survey Project Manager, R.P.L.S. $125.00 Survey Technician $75.00 3-Man Survey Crew $155.00 2-Man Survey Crew $125.00 Survey Clerical $60.00 Gorrondona Gorrondona and Associates,Inc.,W/MBE SUE Sub-Consultant Senior Project Manager,R.P.L.S. $185.10 Project Manager $151.44 SUE Technician 1 $42.00 SUE Manager $97.60 Technical Support $64.75 HVJ HVJ Associates,Inc.,W/MBE Geotechnical Engineer Project Manager,P.E. $125.00 Engineering Associate $85.00 Geotechnical Technician $45.00 Administrative Assistant/Word Processor $45.00 McCreary McCreary&Associates,Inc.,Electrical/SCADA Sub-Consultant Electrical Engineer, P.E. $115.00 Senior Engineer,P.E. $105.00 Senior Engineering Technician $90.00 Technician/CADD $70.00 Clerical $65.00 Rates Effective 2009,and subject to 5%annual escalation after 2009 Reimbursable expenses will be billed at cost plus 10% Mileage to be billed at$0.55/mile B-2-1 URS Corporation C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 o o o o o o 0 0 0 0 o L 11 U 7 O 7 0 0 0 0 0 0 N O O O O O I": O L f 1 O O m NOOOOOOOOO NOOOOOOOd• O N Q r r r r r O U U) w 00000 .- 00000000000 r LL UJ 0O0Lo0N000N00CD0000 CA fn LL LOELTO � H) C) 6c,OH}� OOGTOEAE460ELT ti 0) W EfT EA C,.) N I- 00 Ln Cfl 6s et � � ��64 C LL � F II II 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r r 0 w Lt7 O COO t.C) r N 0 0 m 0 0 0 LO 0 0 C) 0 00 O NNOOIn 6CV OO I� OO O � NLn C`•) r NN w LL 0) d' 0) (000C) 0 00 CO 00r000000 -' r- 0 CO CO I- U) CO O N 00 I� r O r r r� CO CO Cl) Co 00 N J CA Ln CO C7 r N .1d:,r-:C7 U) (fl r O CA-I:i d' M or!O Q Cfl 007 d• EfT M690 - U7 EA P7 Cl) rs W OD I— ELT GPI 6p,r EPr Ef} Ef} It 6r,ffT EA CA ELT ER (7) Co K} Z O H} EA CL} ELT O Q Q C i Q W J Cn Cn Cn C Cn "06 CO fn CO Q a) (n Cn CO (n Cl) 0 oC W m Ir ac � 00 2 o cC > OC S z v frcc ac oc ac h- m cn 222 OL z) ❑ 2 ❑ SQ X2222 ❑ W LLI� Z cn o LLL M N U Z M LL C3 W 'IT LLI Cl) Q Z `M df p W m LU z J w a) Ch 2 Q O W Q O X 2 oC O Q w IL o a m Cl) a u� � C W U U) co rn O U.O O a) 0 Q LU m CL 0) c m W OC w w C W V cn rn E Z Lu o o 5 O CL N W (n o) a) c c v Q 0) a) g cz H > > Q N o C C N .N U 00 a) C O C N 'B 'a a) O O _ N Q tq .O 0 0 0 c 0 a o 0 -0 coLLJ 2)CC6 0)o o d o 0 0 m w o_ C C U .-Cj,0_ O c 0 ❑ 41 rO C "O 0 m O O C CCO U V 0 0 0 0 O 06 --2 O O C) CO d N p) 0 •- U •- •� •- N •- O •- f0 m CO caO O U) G U LL U a C i 7 00 Qcy)D p O 'p cn LL _ in E co � LL 'w oA `0 0 orn 0 o (n E > o E (0 (Cf 2 a) o 0 0 0 0 w O a) a) -0 O 000n ❑ Uco0 (50 (LCnw00 LLQU � a F- Ir < M000 W W LLLL w C? C'MC? CY.) c) co 0Cl) Cl) c) cococy) c) C? C? � = � mmmmmmmmmmmmmmmmm Z W Z ,- N M d' LO W N O O) EXHIBIT"B-3-1" TOTAL FEE SUMMARY & DESIGN FEE BREAKDOWN CITY PROJECT No. 01303 D.O.E. No. 3347 BIG FOSSIL PARALLEL RELIEF SEWER A. SUMMARY OF TOTAL FEE Service Description Water Sewer Total Engineering and $ 0.00 $ 850,076.91 $ 850,076.91 Special Services Surveying Services $ 0.00 $ 113,565.00 $ 113,565.00 Total $ 0.00 $ 963,641.91 $ 963,641.91 B. BREAKDOWN OF WATER AND SEWER FEES (LESS SURVEY FEES) 1. Total Sewer Fee (less survey fee) Breakdown by Concept, Preliminary and Final Design a. Concept (30%) _ (Total Sewer Fee—Sewer Survey Fee) x (0.3) _ $ 255,023.07 b. Prelim. (60%) _ (Total Sewer Fee—Sewer Survey Fee) x (0.6) _ $ 510,046.15 c. Final (10%) _ (Total Sewer Fee—Sewer Survey Fee) x (0.1) _ $ 85,007.69 B-3-1 URS Corporation c O O 2- 0 O U 000 000000000 0O o O O p U) OO O OOOOOOOOO o O ou> 00o ui00000000 w 0 0 uir� J O> co N O n W r,_ ) o W o h M w CDVi at N LLI V N V V 01 O li in u9 E» u9 s9 u9 09 —6q to On F- � H if II J aNi J co O 0 0 0 0 0 0 0 0 0 O M N F 66 0 .- 0 0 0 O 000 p Ov N 00 � 2 0 H E F � U Z � W = 00 o O o 0 O o 0 p aD 0 IL O O O O O O O O O O O O O O V) H (,) W W � C d' ` O � N d '� W o 0 0 0 0 0 0 0 0 0 0 0 0 0 o M M C_ V N N N V V 4 V V 'i (V eN., M eo- N 0 69 69 N Z 19 W W 3 h W o � N L7 C W UW U U) O n t 0 0 O Z M W t9 0 0 o O o 0 0 0 0 0 o O0 O O o o u9 ► A a�2) M W O Z eD N N If (V N (V N N N N LL. CL LO N o0 N p o M �- 41 M ? ! M LU �LLI a H = a M ZM J E m Wa y }V W0 Ja Q n cO QNdoO O Swr �o Rd Q d U N a a — 0 a r F- p tL V O 0 0 0 0 o Z J U Z p N N O O N m - O a M r C F F 107 10- a a m 1'n (4 U) a �o to J v d y Z N LLI y O J vOi Q g d a CL c �, (n Im �, x c 2 '° o E a) W cu Ny Q -j c o G LU a 0 cu US od) d m Em a) F- mat a Q 0) 3 R } Uov> Oo mp N E o Tc' 4Ox o0 E c ami AU =_ aim ~� c o' a g af c E rn.- m N > N R o V o CD � m EOEcm C D y N 4.7 a d us .yYc V � U w � aU c rn � �p `m U �- N N N N N a5 D C N M -E 00 � � � � wi0 U. a` Y F Z m a C� '0 a) rn r N N a a a IMIC6 co ao 0m a0 Cd om co Mil 161 n `o V rn 7 uoi o .g s 9i G J M o m o_ i m rv.N o ff Ou m m m m m m m m m m w w m m m m m w w m m m w m N QC 0= ry a v m N ry ry v ry m r m m m m m r r m a Q E C f wzt 'oa�S m Na 0000000000000000 <<'j,' aNi p p ----.-------------N f� W U N o N S U t } a t V4 N<� pppppppppppp�ppp a N U' 0 zE SN o`rry N m m m � N E a c K Ft �y W �O N U• W W W F 0 S W N p ry W W t N p I a E 2M j s $ 14 14 N N N N N 14 m F O W U ~ ywj m W Z J m m K LL C W Q m W a N a G S J Z La m p F J S p N N N 14 N 6Ti V G 6 O LL V 0 cc E c- a h m p K W � O C Qq q R F w Q 6 U Z a O f O O m 0O p _ t0 2 Z N W F H S9 o a j y Z c p O $ a _W- Y W N p F E15 F n c t 0 15 o c 4 G. m c z m i o crrc 'Z�?m c ErN zc9s 2�o Q a j`m,¢W �e E o a ? n 0 F A o0 - OV W a(¢ mQ or O 2 oaUpNNam= `oF - d' o O-o 'a -LE S y A~ E 3 E 1mwrc1' t ,Z, - E o o W`o�`ovta m€c Er mw EY¢ t o m a m m °W m N m v c m `` me `oL �u $�tON a x x«mN rdb�'2'x a`oa`vme a`¢No w`o�u,�3vin3a a`�wc cS7�iA ti.�=Fz>jzUUUU1.1-0 aEwomo rc (`Y m W n m m m o N m v m m r m m o :N UQ v m m r m ��•' d<Q 4 d 0 0 0 Q Q m m m m m m m m m m m m m U tJ U U U U U U(J U U U U U(J 0 0 U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O N N O O O O O O O O O N O O O N O 0 0 0 0 0 0 0 0 O O N N N O N N N O O N O N N N N N N N N N N N O N N N r W f9 N N�N N N N N N N N N N N N N N N N N N N N n O r N O O_ O U J N N O U E N N N N N N N N N N N N N N N N N N N N N N N N N N p NJ N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U r O Z0 o 0 0 5 W ' N N V W U N N uS F � o � o N_ N trq p Q � O N N C7 J OW o R U N o R' Q J 9y00 � p c OC N U Z o N z N W N a M LL F W J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V Z m9 J Z N r I- W 3 U z J L)i di L K m X Ix m O Q J Z uj o 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 o IL e W Q O 1 O J V N M M cV N M M cV N N N cV N N 6 c6 M cVIx V K N W N Q V O ar LL 0 w N m 'p O N o N N O- --0 N 0 N o N o-o N o----0 0 0 o m O N�- �-�N N �N �O�«O����� U O h o 0 Oa n a v N a z N O IL N n 9 0 F� a U) N na 0 o a eTi mti. U � e oo c o d m a d ei z �?a N o'm w H Epp to o ff N a o Q 0 0 0 an d z t0 o N x o o� o. o m cU N "O n 6 v o H € U m $N a c o w a m o E G N y c N V1 m o yv m m a ma E m m mIV a o a� cmcc` 3y u mEm 2m2"szoo do ``ac U ma o o m° m voc t m 0 0 v 2` d Km 2 o mL0 mo o E o a o' m o o •xc °o wwa � omwam �3wJm3oa3a�waocWc cc Ntu m r 7 m a U N U m m _ o Z �- a Q Q Q Q Q¢¢Q Q¢Q Q Q Q Q Q<Q Q Q Q Q Q Q Q Q O o 0 0 0. . .0 o 0 0 a a a a a o o o 0 0 O 0 O O o oO O O o 0 o 0 a 0 0 o o 0 o a a a o a o O O O O O N O O O O O O O O O O O O O O O O O O N N O N O O O O N O O N O 0 0 0 0 0 0 0 0 0 0 O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N (° N N N N M M N N N M N N.N ... N N< M VMO -M M N O N N I��-O lD f W N...... H M M M M M M M M M M M M M OM----- M M M M M M M M _M M M M- M K O ~ O a `o U co O N N N N O N 0_ 0OK K l7 M N4 V M M N N N M N N 1z N t`N N 4 OI 6 4 6 H)6 N C6 N 6 O N6� M I, m 6 N N .T. 0(.) N N N N N N N N N N N N N N N N N N.N N N N N N N N. N N..N N N N N N N N. N N N N N N W W o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 co U an F O F 0 0 0 0 0 o O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O O 0 O o 0 O cC�W O V O' W N N U W = o 0 0 0 0 0 0 0 0 o O O O o 0 N N N N N N N N N U' FQ- Z QQ O N N O N N O O N N N N N O O N O O O O O O O 10 N N_ U J 'O W LL U N LL' Q U' t o 0 �N c m Z ~ v v U- z W = o N r WLL o f W W O 0 0 0 W ?M C K U N (11 Z'O Z M J N W C;F- W!L W Z K = a C O Q 'j w o 0 0 0 0 0 0 O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O tXY Q O a 0 J U N N N N N N N N N N N N N M M M N N N N V N N 2 M _ N W d m U 0 K U y m p ui a� N aO cE o Q � O N � J a 2 0 O. N a E y p a- 15 p co En np• o c`o_ d °- E =Z O 0 ij LLL JLLL o Z a O d ° mj, o ' ym� m - vmO m o = OyYFLLU iaea mcumi a Mm ai QQOc T� oQLU y O 'cm c o .m. W E0yp_ o cod E E m 0 1 o > ° 0 m wc . W E aan ay .Qumm3. c.om vE Ovmmmmm c a eiz K 0 LL C > ocEE � vimU 0 Uo ~ t > � «w4Kty>y •ComQ� LNm°c��c°. `ov N_mm-`mo`cN'mE °Fu aw3m m>c EE E0mm> dQ tq E o odm aymNm :z mXEmc ` Em E' c E W m E W 0CmE m ° .p y' m E E OEYaymdi �ac°Nm o m`wE E E E EL0 N :tw m U ooo o =Eo o 0 OPw N_ ° LL E .� o o. > m m mo ao ocQ 'c E E E N o o v o0 m o � o 0 <N00 0 S _ W Jmo (m9 mo 2i -M2 0w11 c z 6)0 «0 QII. QQ� C 0 W Q W W Cl!M 'Q N M Q U0 t0 10 O1 F .N M < N t0 n M IQ- ry eo ai ai m a ai m eo 'd eo . . m . . m.n a a 6 a a u a a a a m ni A ni a s o ti ti ti J d o J ti d 2 N N N N N N N N N N N N N N N N N N N N N N N M M M o " M M M M M M M M M M M M m m m m m m m m m m m 6 m 6 6 6 66 m m m m m 6 6 666 6 6 m m m m m m m m m 66 6 6 6 6 6 6 6 0 0 0 0 op o 0 0 0 0 0 0 0 0 0 0 o p o N h JF W ftMA0 EfM90 fNR fNMA NfA FMA fl90�TM�NO fm9 dmi�N � � NN�N tNNA LQLQ �NN�N OO�Gri N N fV N NN N 6 CG CO mN'N pi tIOV NN'N Nto NNvt�N2�mN 2�IO�mN m ON�2122— O WVm O V M ��Nm tD�p1 '�O ,7 A. 9 MvAw. O LL W WO o O U n ❑ cc J N O N Q D N O O N N N m 0 O O O p O O o O O O O O O O N lV V N N�Oi(7 h t` G N o 0 .- .O a.C O O tG(h iG O d'th N(M IV N N N rm a F E J ¢ O U L N N N N N N N N N N N N N In N N O N N N Lq q N N N N N N w 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N 0 0 0 0 0 0 0 0 0 0 0 0 OO U F- O O o O O O O O O N O 0 0 0o o 0 0 R � � V N N N N N N .- Q W N N m 2 W t O F N N N N O N _N N U N J � O Q t O O O O G QZ � o> N N N O O f9 m U J 0 W IS- z w N W U- �N z uMi c 00 00 0 0 W�a^y M w w t o0 0 0 O 0 000 o n H pia e W G n J J O fV V N N (V tD a0 ap O f9 f9 W z N ti ¢ f0 z W Sc U zo U m R m O w ¢ Jws o O O 0mm o ch n O Q o0 0 00 o NR N o0 5�Fnm�i- W Q' a O J 53 N N N o.-.-O N o� N N . ..N O. m m F j >- N z W z w S m n w m g Q m U O a m LL ¢ y E m w r t p ¢ N m O.O-O NG O .0-0 0 0 0 0 N NO NO NO O NO NO NO NO NO NO G p h AO N o> Oc z N FLQ O N N O OO L c o z Q a t U C z N 2 V! a o `o F F- _ m' 9 M a V N m ro Q O y m N N !13U O m C O z LLz 3 _ EN m O o m = c m c ti o R E cm C7 x C IL 9 O O m -5LEm C w V N O m N ,°� 10 S m m - a m a m m m ro o D p E U m¢ 0 10 °a' -co O c L N m 5 a UZ w o Z m e y c m y m a LL o m a`H a c m¢ o E a m o m a m - m•�N c W o c o= o o 12 E SU o0 m�0'o�o ❑� =�� '�°w` m 2� ooU mUa a E t-' m `m c a `p w¢ V m y m y .12 L c m 6 a o m"a a m S y d a n t o¢w o m c � 3 m o n... ¢ ` N m W m dLL=a o. m E `o m<o-oa«a mm Q�iLL¢ o e.�a` rn m N 0 0 0,^'o m¢ E m v E ¢ c o A o ° o O m i f o U a E . o� ro L o N a m a 0 0 D CIN«tl Z a �0 3.O N NI c G .%N w E N¢ O O C '� `o. g E `m�t E a'o mm ao Ua •ia Z¢2 pm LL E H ` z E 8 '" _ m `o o E m 01 w¢ii m `m m m LL z U o o c t o o v y E a 3 m W o m_m m a H_ an'o o_- °'a vi vi ro a m d mmm o�•'2 a W O _ O O Of]Om m»fgLLF�--z77z5UU rr m ani=owQ��F-W a`� �aoa'aLL -¢ Um �0> ¢¢O ¢ I.,_i N N N N N cV 'xxN tCm 666m m!1ll OI ttl til to tD f11 tD a0m m!n tD fll ffl!b m to m m!n m to m a0 m ttl m ID m m m m m(D mmm(➢ EXHIBIT"B31)" PART 8-CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering,A. Surveys for Design CITY PROJECT No.01303 D.O.E.PROJECT No.3347 BIG FOSSIL PARALLEL RELIEF SEWER K SURVEY P.M. SURVEY 3-MAN CREW 2-MAN CREW CLERICAL TOTAL TOTAL TASK SECTION DESCRIPTION TECH. HOURS FEE 5126/hr $76/hr $166/hr S126/hr $60/hr A Part 1-Main Line Ouffall to S.H.121 A.1 Job Setup-research and meeting 2.0 6.0 2.0 10.0 $820.00 A.2 Right-of-Entry Letters 2.0 8.0 2.0 12.0 $970.00 A.3 Property Research 2.0 4.0 1.0 7.0 $610.00 AA Field Setup of Control 2.0 8.0 10.0 $1,250.00 A.5 Topographic Survey-(5,300 LF,60'Wide Strip) 4.0 16.0 100.0 120.0 $17,200.00 A.5.1 Survey of Geotechnical Borings 8.0 8.0 $1,240.00 A.6 Office Workup of Deliverables A.6.1 Field Data Workup 1.0 8.0 9.0 $725.00 A.6.2 ROW Strip Map,Part 1 2.0 16.0 18.0 $1,450.00 A.6.3 Easement Documents(2 Parcels) 4.0 16.0 4.0 24.0 $1,940.00 A.7 Stake ROW at 100'Intervals 40.0 40.0 $3,000.00 A.S lConstruction Field Control Recove 8.0 1 1 1 8.0 $1,240.00 Sub-Totalsj 19.0 1 114.0 1 116.0 1 8.0 1 9.0 1 266.0 $30,446.00 B Part 2-Main Line S.H.121 to Broadway and Richland Hills Lift Station and Force Main B.1 Job Setup-research and meeting 4.0 12.0 4.0 20.0 $1,640.00 B.2 Right-of-Entry Letters 4.0 16.0 4.0 24.0 $1,940.00 6.3 Property Research 4.0 8.0 2.0 14.0 $1,220.00 B.4 Field Setup of Control 4.0 24.0 28.0 $3,500.00 B.5 Topographic Survey--(10,110 LF,60'Wide Strip) 8.0 40.0 120.0 168.0 $22,600.00 8.5.1 Survey of Geotechnical Borings 16.0 16.0 $2,480.00 B.6 Office Workup of Deliverables 0.0 $0.00 B.6.1 Field Data Workup 2.0 16.0 18.0 $1,450.00 B.6.2 ROW Strip Map,Part 2 4.0 16.0 20.0 $1,700.00 B.6.3 Easement Documents(19 Parcels) 36.0 120.0 40.0 196.0 $15,900.00 B.7 Stake ROW at 100'Intervals 80.0 80.0 $6,000.00 B.8 Construction Field Control Recove 16.0 16.0 $2 480.00 Sub-Totalsl 66.0 1 308.0 1 162.0 24.0 60.0 600.0 $60,910.00 C Part 3-Haltom City By-Pass Line CA Job Setup-research and meeting 2.0 6.0 1.0 9.0 $760.00 C.2 Right-of-Entry Letters 2.0 8.0 1.0 11.0 $910.00 C.3 Property Research 2.0 4.0 0.5 6.5 $580.00 CA Field Setup of Control 2.0 4.0 6.0 $750.00 C.5 Topographic Survey-(2,980 LF,60'Wide Strip) 4.0 12.0 60.0 76.0 $10,700.00 C.5.1 Survey of Geotechnical Borings 4.0 4.0 $620.00 C.6 Office Workup of Deliverables 0.0 $0.00 C.6.1 Field Data Workup 2.0 8.0 10.0 $850.00 C.6.2 ROW Strip Map,Part 3 4.0 16.0 20.0 $1,700.00 C.6.3 Easement Documents(3 Parcels) 6.0 24.0 2.0 32.0 $2,670.00 C.7 Stake ROW at 100'Intervals 24.0 24.0 $1,800.00 C.8 Construction Field Control Recovery 4.0 4.0 $620.00 Sub-Totalsj 24.0 102.0 68.0 4.0 4.6 202.6 $21,960.00 LABOR TOTALS 109.0 524.0 336.0 36.0 63.6 1,068.6 $113,316.00 Relmbursables= 250.00 TOTAL= $113,565.00 Relmburslble Expenses UNIT QTY. UNIT PRICE COST Printing&Reproduction LS 1 $50.00 $50.00 Delivery Costs 1 2 $100.00 $200.00 Relmbursible Totalsl $260.00 Notes: (1) Part 1 Per Linear Foot Costs of Topo Survey (includes Tasks 1A+3A+4A+5A+6C1) $21,330.00/5,300 L.F._ $4.02 (2) Part 2 Per Linear Foot Costs of Topo Survey (Includes Tasks I B+3B+4B+5B+5B1) $30,410.00/10,110 L.F. $3.01 (3) Part 3 Per Linear Foot Costs of Topo Survey (Includes Tasks 1C+3C+4C+5C+5C1) $13,640.00/2,980 L.F._ $4.58 (4) This Table Incudes Work To Be Performed by M/WBE Sub-Consultant,Spooner and Associates,Inc. (5) Survey Costs in This Table Do Not Include ENGINEER's 10%Coordination Costs B-3D-1 URS Corporation 7 \ Q � q $ NNW) W) P. Cqc 0 � \/ 0 �w to / C \ gE ¥ 0 . _jU) U) 0 0 0 2 = 00 00001, , \ 0 E e � § IIL \ § 0 ■ uj e o o 0 J) un 64N � c J) w - � N n Im w - k 00000 oRRRq � � @z / CD C) q U) § 2g8m o � AUC (6 o 0 _ x « « 0) & i Uig $ ® ® � " S \%^& v e � £ LU v w LU Lu S § § \ § LO = LO o 0 $ � n � Lu CD° R2 2 IL & 22\ I.- CD It LL a � / z % - Q & r $ - F- a & J Eu « e d L � C? U) 0 d z M ) E � 9 U w ■ ) # Lb ® S LU § Ro0 0 0 = n m 3o n « - _ w w � � � � © % 6 22 222 Cl) om - - � - m $ 2a « @ LU L) � u 2 ] O CO) e k S U) o § o 0 0 o f z a § & a 0 La La G J , c 0E g w � � ; 9 ■ g 8 . ■ w § / - � R 2 - » « a � { § 22 J § /z m = 2 ) w z § ( k o c $ 2 C _ w CD CO) cm 0 E ) j o @ 0 $ CD U) ■ 2 0 / - � 0 & cli \ f § Gjj « \ i ] \ $ Q §& u / 22. - - _ _ = 2L § R ; f ® S e g § e 0 : \ @ } ® EEm � o 2 $ $ U) 2a % U) a) 3R / � � 0 } ¥ a z C O L O 2- 0 O O O O O O O Q U O O O Cl O O O C U) C) C) 0 0 O 00 C C n N 64 O O 1 F- W Cl) N M 0) 0)00 p LL 64 EA 64 0% fA N F- MEA II �� W J O "i o Q NCD O O O R F 0 = N M 1- N aM- = 0 E 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 O W V L O O O N O W NI�t N W (O )O W to t` M 1-- A O W N N N V O M L6 V>P-7 00 W -1 603, 60, 64 N 6q 69. t1 ti H W 0 0 0 0 0 0 H C c = V ocn000Un Z Q (� = L O (O N I- O O O aa)) N LLI O O O O N 613 It 64 F- 0 OF p H La La n � 69 64 64 O U Q W Z N c V t9 Q o Li > W a -1 m c v d M 3 L) LU IcW W t E > o a C O LL F- Z N N N N Z M (O N N N N U 0 M W p � co M M M Q a7 — W co 7 c Z Lu W (9 W d o 0 C? V7 0 M Z Z M J fl W r ~ OW = V W Li Z pF O W s F- C7 L v st Z J > > > LL ED W Z M m "y -i to Cl) u. IL LL — F- w C� o� = O C 0 � Q W N N N F- X Ow V (L p a m a) D C J v 'C L) J L c Z W 0 Y F - F- 4 Z O (9 o a 0 o V +�+ m U j d p m y a) o m Li o m Q U •% a) o U)) o o a V4 ZO m m C C) a) F- F- Ln 4 o o Q N o a c 0. a) a) w o_ a) �mC) w m N V aa) o .,o d cm 00 oU 0 m V I O N = c o c 0 Y c p rnca 0 m C o o m G Q c m (� L .MM.' aa) N a> Cl c c E m a) Fa- C a) Y N d N 'N O) O) U O - C C (6 to C C C i 7 C C N rn(n uoi O o a a Cl) cr r_ - - W c cca y CC O)W C a) LA C) a) a3 a) N 'C v = N a s aF- 0 cav • U O C7 . r s > m m m o O o u, o y U O C C •N m O 0 N t a) o a) o E v S ` O d a) o v d o •- •- o a) m y t7d0 lL � 6om > J U) p W F- a Z _ p ~ Q Z Q Q Q Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (n (n (n00U( CoC (U OC OOOoo (( Uu 10oo of uf4 t0 (V (V N N �o r O w r (2 o lo O Lo o o N N n O O J (0 O N M N N N N (O m M t� O O M o N 0 o N C (0 (0 (0 (O c r o (0 r O r r (� O M _ _ N O !� W M (n c0 (nm (` W w m w r c0 W t- (` r- r (n N T O LL M M M M N (1 N M M M M M M M M 1- O 0O_ O U n o M o 0 o M o m o o o 0 o o o o o o n �� (p r (0 aD Lo � � M N M N u7 � U) t0 (0 (0 (0 (0 N �-" V' r� O n r (` n (` a1 N r r N (` n r ~ W aV M O V a0 M W t` M M (l- (` (O h o (D to (0 0 w (0 r Il O r N M (0 r t- M O I� N M N M M M h la0 F O x M N V V 't 't M V V V N m N M N N N U (n M M M M M M M M M M M M M M M M M M yr 3 O � a E Q (0 (0 (n M o ul N O (0 O O O O O O o (n to M O N N x M NrM V N CV NO= N (0 N N N N O ��QQ QQ M N M M M r 7 Ul U W '= O O O O O O U a � co ao � o � M wW vi 'O W C 10 N r VZ t O O O 7 y (OO (oD (oD IL W °¢ N - a Z W O 0 Q ;> > U V W ; F r 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o ri ri U e0 UW am °) - - v wNvvvv vvvo00 o m W a. N1 pM M LL Z10 M LU c � C7 Q E0 0 W W r M Z J w o 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W V (� N (+') M a0 a0 (00 (00 M W V V] V N M N (00' - N W co coO 0o a 0 Lu O w v r rrr m x O a a0' a Q W V V a uj d F d' o o 0 r C J o 0 v r 0 Cn w w L o o o o O o o o O o o 0 0 0 o 0 0 0 o o o o y 60i N N OC) UO tL r (ov ° N0 (D oa000 OOZ - 4 co O Cw m 69Z (fl O 0 U v m ( w _N m O W ro U) U) U t u> r �d � Cl N (n ((� (n (no (n0o (n0000000 (n (n ((� o `R `R a d m r o r r rM (V N r r cV CL w z Q � a E cc a r E CO) W N N 'at 'C' N (00 N a LL F ° W O W M M M M O N M V) O M M N N N M M (n y N T (O Z (S M M Z N N OE ° m QLL: wo c n'Fu FO' FO- a 3 _m N (� Q c a !� N"m° m,N (4 a°i O aNi T m nE 42 ma mw (o a� or} a a� nm (q .mJ d W c Q c E °c -o o o a c N n c K p a) 1:03 °c ° Q. o ur O °� m m mors o N - a ° W t a� T, U) c .c 9 . (� m a m y LU o w ami o - O, m � o °tS d mo E a c a`� c _ 3 8 0 o v m e a`> a> = Q o c c o E a to m p N O a ria oc - oma = ° .c -a d E c c F- a ° c �c o m c any o ° w0 m = as m m C E 2x c E ° m W E w m F > .� m O n a U to EXHIBIT"B-3H" PART B-CONSTRUCTION PLANS AND SPECIFICATIONS Design Coordination Meetings CITY PROJECT No.01303 D.O.E.PROJECT No.3347 BIG FOSSIL PARALLEL RELIEF SEWER PROJECT CIVIL CIVIL PROJECT TASK PRINCIPAL QA/QC TOTAL TOTAL NO. TASK DESCRIPTION MANAGER ENGINEER E.I.T. ADMIN. HOURS FEE S200/ttr 5175/hr $165/hr ($1201h!) $90/hr $60/hr A Conceptual Design Coordination Meetings A.1 Review meeting with CITY A.1.a 1 meeting(2 hours) 2.0 2.0 4.0 $570.00 A.t.b Prepare Exhibits for Meeting 0.5 1.0 2.0 4.0 7.5 $852.50 A.1.c Prepare Meeting Notes 1.0 2.0 3.0 $285.00 A.2 Coordination meetings with Other Participating Cities A.2.a North Richland Hills-1 meeting(2 hours) 2.0 2.0 $330.00 A.2.b Richland Hills-1 meetings(2 hours) 2.0 2.0 $330.00 A.2.c Haltom City-1 meeting(2 hours) 2.0 2.0 $330.00 A.2.d lPrepare Meeting Notes f 1.0 1 1 1 3.0 1 4.0 1 $345.00 Sub-Totals 0.0 0.5 11.0 4.0 4.0 5.0 24.5 $3,042.50 B Utility Coordination Meetings with Franchise Utilities 6.1 15 Utility Coordination Meetings 1.0 10.0 10.0 5.0 26.0 $3,325.00 Sub-Totalsl 0.0 1 1.0 1 10.0 1 10.0 1 0.0 1 5.0 1 26.0 1 $3,325.00 C Preliminary Design Coordination Meetings CA Review meeting with CITY C.1.a 1 meeting(2 hours) 2.0 2.0 4.0 $570.00 CA.b Prepare Exhibits for Meeting 0.5 2.0 2.0 4.0 8.5 $1,017.50 C.1.c Prepare Meeting Notes 1.0 2.0 3.0 $285.00 C.2 Coordination meetings with Other Participating Cities C.2.a North Richland Hills-1 meeting(2 hours) 2.0 2.0 $330.00 C.2.b Richland Hills-1 meeting(2 hours) 2.0 2.0 $330.00 C.2.c Haltom City-1 meeting(2 hours) 2.0 2.0 $330.00 C.2.d 1 Prepare Meeting Notes 1.0 1 1 1 3.0 1 4.0 1 $345.00 Sub-Totalsl 0.0 1 0.5 1 12.0 1 4.0 1 4.0 1 5.0 1 25.5 1 $3,207.50 D Final Design Coordination Meetings DA Review meeting with CITY D.1.a 1 meeting(2 hours) 2.0 2.0 4.0 $570.00 D.1.b Prepare Exhibits for Meeting 0.5 2.0 2.0 4.0 8.5 $1,017.50 DA.c Prepare Meeting Notes 1.0 2.0 3.0 $285.00 D.2 Coordination meetings with Other Participating Cities D.2.a North Richland Hills-1 meeting(2 hours) 2.0 2.0 $330.00 D.2.b Richland Hills-1 meeting(2 hours) 2.0 2.0 $330.00 D.2.c Haltom City-1 meeting(2 hours) 2.0 2.0 $330.00 D.2.d 1 Prepare Meeting Notes 1.0 1 1 1 3.0 1 4.0 1 $345.00 Sub-Totalsj 0.0 1 0.5 1 12.0 1 4.0 1 4.0 1 5.0 1 25.5 1 $3,207.50 E Progress Report Meetings E.1 Meetings with City PM E.1.a Monthly Meetings with PM 36.0 36.0 72.0 $10,260.00 E.t.b Prepare Exhibits for Meetings 40.0 9.0 49.0 $4,140.00 EA.c Prepare Meeting Notes 9.0 18.0 27.0 $2,565.00 E.2 Misc.meetings 1.0 1.0 10.0 10.0 10.0 32.0 $3,825.00 Sub-Totalsl 1.0 1 1.0 1 55.0 1 46.0 1 40.0 1 37.0 1 180.0 $20,790.00 LABOR TOTALS 1.0 5.0 135.0 80.0 64.0 67.0 351.0 $29,747.50 Reimbursables= $1,050.00 TOTAL= $30,797.50 Reimbursible Expenses UNIT QUANTITY UNIT PRICE COST Mounted Exhibits(1 Exhibit per meeting) Sheets 20 $25.00 $500.00 Mileage Miles 1,000 $0.55 $550.00 Reimbursible totalsl $1,050.00 B-31-1-1 URS Corporation EXHIBIT"B-31" PART B-CONSTRUCTION PLANS AND SPECIFICATIONS Permits for Tunnels and Siphon Crossings CITY PROJECT No.01303 D.O.E.PROJECT NO.3347 BIG FOSSIL PARALLEL RELIEF SEWER TASK PRINCIPAL QA/QC PROJECT CIVIL CML PROJECT TOTAL TOTAL NO. TASK DESCRIPTION MANAGER ENGINEER E.I.T. ADMIN. HOURS FEE ;200/hr $1751hr ;1651hr 5720/hr ;901hr ;60fhr A Texas De artment of Transportation(TxDOT) A.1 S.H.121 Large Diameter Pipe Crossing and Tunnel 1.0 1.0 $200.00 A.1.a Set Tunnel Location after Analysis of Alternate Routes 2.0 2.0 4.0 $510.00 AA.b Coord.with Geotech to Set Tunnel Boring Locations 1.0 1.0 2.0 $285.00 A.t.c Visit Tunnel Site During Borings to Observe Soil Conditions 1.0 1.0 2.0 $285.00 AAA Prepare Plans and Specs Per TxDOT Requirements 2.0 4.0 12.0 18.0 $1,890.00 A.1.e Prepare Permit Documents 1.0 4.0 2.0 4.0 11.0 $1,315.00 A.1.f Meetings with TxDOT(2 Meetings) 4.0 4.0 8.0 $1,140.00 A.1.g Prepare Meeting Notes 1.0 2.0 3.0 $285.00 A.2 S.H.26 Large Diameter Pipe Crossing and Tunnel 1.0 1.0 $200.00 A.2.a Set Tunnel Location after Analysis of Alternate Routes 2.0 2.0 $330.00 A.2.b Coord.with Geotech to Set Tunnel Boring Locations 1.0 1.0 2.0 $285.00 A.2.c Visit Tunnel Site During Borings to Observe Soil Conditions 1.0 1.0 2.0 $285.00 A.2.d Prepare Plans and Specs Per TxDOT Requirements 2.0 4.0 12.0 18.0 $1,890.00 A.2.e Prepare Permit Documents 1.0 4.0 2.0 4.0 11.0 $1,315.00 A.2.f Meetings with TxDOT(2 Meetings) 4.0 4.0 8.0 $1,140.00 A.2.g I Prepare Meeting Notes I 1 1.0 1 1 1 2.0 1 3.0 $285.00 Sub-Totalsj 2.0 1 2.0 30.0 1 24.0 1 26.0 1 12.0 1 96.0 $11640.00 B U.S.Artn Corps of Engineers USACE BA Segment 1 Dougle-Barrel Siphon Crossing of Creek 1.0 1.0 $200.00 BA.a Set Siphon Location after Analysis of Alternate Routes 2.0 2.0 $330.00 B.1.b Coord.With Geotech to Set Siphon Crossing Locations 1.0 1.0 2.0 $285.00 B.1.c Visit Siphon Site During Borings to Observe Soil Condit. 1.0 1.0 2.0 $285.00 B.1.d Prepare Plans and Specs Per USACE Requirements 2.0 4.0 12.0 18.0 $1,890.00 B.1.e Prepare Permit Documents 1.0 4.0 2.0 4.0 11.0 $1,315.00 BA.f Meetings with USACE(2 Meetings) 6.0 6.0 12.0 $1,710.00 B.t.g Prepare Meeting Notes 1.0 2.0 3.0 $285.00 B.2 Segment 2 Double-Barrel Siphon Crossing of Creek 1.0 1.0 $200.00 B.2.a Set Siphon Location after Analysis of Alternate Routes 2.0 2.0 $330.00 B.2.b Coord.With Geotech to Set Siphon Crossing Locations 1.0 1.0 2.0 $285.00 B.2.c Visit Siphon Site During Borings to Observe Soil Condit. 1.0 1.0 2.0 $285.00 B.1.d Prepare Plans and Specs Per USACE Requirements 2.0 4.0 12.0 18.0 $1,890.00 B.1.e Prepare Permit Documents 1.0 4.0 2.0 4.0 11.0 $1,315.00 BAA Meetings with USACE(2 Meetings) 6.0 6.0 12.0 $1,710.00 B.1. Pre are MeetingNotes 1.0 2.0 3.0 $285.00 Sub-Totalsi 2.0 1 2.0 34.0 1 28.0 1 24.0 1 12.0 1 102.0 $12,600.00 C TRE Trinity Ilway Express CA DART Large Diameter Pipe Crossing and Tunnel 1.0 1.0 $200.00 CA.a Set Tunnel Location after Review of Alternate Routes 2.0 2.0 $330.00 C.1.b Coord.With Geotech to Set Tunnel Boring Locations 1.0 1.0 2.0 $285.00 CA.o Visit Tunnel Site During Borings to Observe Soil Condit. 1.0 1.0 2.0 $285.00 CA.d Prepare Plans and Specs Per DART Requirements 2.0 4.0 12.0 18.0 $1,890.00 C.1.e Prepare Permit Documents 1.0 4.0 2.0 4.0 11.0 $1,315.00 CAA Meetings with DART(3 Meetings) 6.0 6.0 12.0 $1,710.00 C.I.a I Prepare Meeting Notes 1.0 2.0 1 3.0 $285.00 Sub-Totalsl 1.0 1 1.0 1 17.0 1 14.0 1 12.0 1 6.0 1 51.0 $6,300.0 D TxU Electric Right-of-Way DA TxLI Large Diameter Pipe Crossing and Tunnel 1.0 1.0 $200.00 '. D.1.a Set Tunnel Location after Review of Alternate Routes 2.0 2.0 $330.00 '.. D.1.b Coord.With Geotech to Set Tunnel Boring Locations 1.0 1.0 2.0 $285.00 '.. D.t.c Visit Tunnel Site During Borings to Observe Soil Condit. 1.0 1.0 2.0 $285.00 DAA Prepare Plans and Specs Per TxLl Requirements 2.0 4.0 12.0 18.0 $1,890.00 D.1.e Prepare Permit Documents 1.0 4.0 2.0 4.0 11.0 $1,31500 Sub-Totals 1.0 1.0 10.0 8.0 12.0 4.0 36.0 $4,305.001 E Gas Line Right-of-Way EA Gas Co.Large Diameter Pipe Crossing and Tunnel 1.0 1.0 $200.00 E.7.a Set Tunnel Location after Review of Alternate Routes 2.0 2.0 $330.00 E.1.b Coord.With Geolech to Set Tunnel Boring Locations 1.0 1.0 2.0 $285.00 E.1.c Visit Tunnel Site During Borings to Observe Soil Condit. 1.0 1.0 2.0 $285.00 E.1.d Prepare Plans and Specs Per Gas Co.Requirements 2.0 4.0 12.0 18.0 $1,890.00 E.t.e Prepare Permit Documents 1.0 4.0 2.0 4.0 11.0 $1315.00 Sub-Totalsl 1.0 1 1.0 1 10.0 8.0 1 12.0 1 4.0 36.0 1 ;4305.00 LABOR TOTALS 7.0 7.0 101.0 82.0 86.0 38.0 321.0 ;39,150.00 Reimbursables= $532.00 TOTAL= $39,682.00 Relmbursible Expenses UNIT QUANTITY UNIT PRICE I COST _ Plan Sheets(4 sets per Permit,10 sheets per set) Sheets 280 $1.80 $504.00 Permit Docs. 4 sets per Permit 10 pages per set Pages 280 $0.10 $28.00 Mileage Miles 500 $0.55 $275.00 Relmbursible Totals ;532.00 B-31-1 URS Corporation C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O 0 U') uo (n u7 O to h LL7 O LO LO O ((> O elf O J to u-) M co L- LO O N 0) 00 Ih 0 O O F-oa � 6q60M <N» <ts• �N N � O 0w �W � VT(A w m Q U U) �� II w J a S 0 0 0 0 0 0 O O O O p O r N M 00 N N O N N V M N (O O N 0 E F- Q' Z ` W = O O o O o 00 0 0 O 0 m M M (O (O O O) M N M a Q w -J = O O O C. 0 0 0 0 0 O N N 00 O t0 V W Of L ` O O J Z O O O o 0 O O O N O n W V z r N N M c0 O M M V 69 w V z v> z W W W p N W V W L V r O (n o � LL ' 0 OOOOoO o 000 OOO O O dtoE- Q M M W O Z O — — — r e- W M (O (o M OW M M M 41 f. 0 C D W a o 0 W E F U) 0 W J V t M m U) C ' 0 J (J N o 0 o O o 0 Z o m S zE 0 w r - c w o Q W °' a 49 t=7 tv La W h 0 N a c) o u) a r V U. V o o O o z (� Z N O O O ' a 00 a 40). IL c N H U) o t t o F in �3 in �+ m g V N Z o w ,°-�, d IL o ° w IL y o y L 2 co �G c O d to � o O O N@ 3 s a !A N N a Y- ~ °fa (n(U) m o3 m e � U a¢i ca � n o O N .N- 0 CL r0 B O O S2C .. N O. (6 N N N N X O N y N O N 'O O q1 O M N UJ N U (n Q E U d -p '6 U C m NN N �-- N N ,p v _N cn N O m (n fLA D) N (n N C *r C � N C'p d m E E E E ° > c c > n 7 3 3 3 3 3 3 N O :2N 3 !) LL LL LL LL LL LL m Q (n 0 (L m Q 2 U) Y QZca m o m U f• 7 N M V' U( (D 7 7 7N N N N Q Q Q Q Q Q Q Imim m m m m m m m 0 0 0 0 0 0 0 0 0 0 0 00 p J M N W le 0) ) M C W ;' h C+ N M O W M r 6M a o U �� II CO H J � d Q o 0 0 0 o a Q N (0 H Q = N M N M _ 0 .0 W ? t 0 0 OD o (6 co IL > F t o — o c V W 0) ` 0 0 0 0 J W 0 0 0 0 0 o � 0> rn 1.1 cm F3 N (O W A N cO V � Vy 44 W C W wN LU � LU o M W � 000 0 soss%� IO- Lu ` LU M Cl) LL O Z N cO F N Qr CM ..i CL Z N D CO) CL o Z re a m zQ zl. J E I- U W Vt d Y _ D 0 O 0 r M M j O O (h Lo co m X C as a cY W Z C 0- 00 V O to Q (n V = d F N N 0 O Z o o Z4 m �. (g N U a Q o m a (L V U) J V ia- (6 C v O w g Z H d O H I-- " m m M x c V ,o C: a) > W (n o L2 r `m m Q d 44) E V m Q. ~ d0 N O N N 10 CL O O p t c 0) c rn Z C C C O v N Y N > @ O C U > Q m O CL m tl) O � s .E t - n V a in v) (n :E O N M V Q Q Q Q Q EXHIBIT"B-4A" ENGINEERING SERVICES AGREEMENT ENGINEER'S PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COST DATE: 8/1712009 Sheet 1 of 3 OWNER: CITY OF FORT WORTH WATER DEPARTMENT URS Job No.P07186.FW PROJECT: Big Fossil Parallel Relief Sewer-Part 1: Outfall to S.H.121 City Project No.01303,DOE Project No.3347 ITEM CNO S DESCRIPTION OF ITEM UNITS QUANTITY COST UNIT TOTAL 1 NA Pipe-Sewer-90 Inch-Hobas 0-14 Ft-Install LF 4,700 $710.00 $3,337,000.00 2 00317 Pipe-Sewer-54 Inch-Hobas(All Depths)-Install LF 600 $386.00 $231,600.00 3 00215 Manhole-Std 5 Ft Diam-(to 6 Ft Depth)-Install EA 8 $7,700.00 $61,600.00 4 00216 Manhole-Std 5 Ft Diam-Added Depth(over 6 Ft depth)-Install VF 20 $273.00 $5,460.00 5 00217 Manhole-Vacuum Test-Services EA 4 $137.00 $548.00 6 00218 Manhole-Watertight Insert-Install EA 4 1 $70.00 $280.00 7 00211 Manhole-Paint&Coating-Interior Protective Coating-Install VF 44 $209.00 $9,196.00 8 00199 Filter-Carbon Filter System Odor Control Unit-Install EA 4 $1,860.00 $7,440.00 9 00198 Collar-Manhole-32 Inch-Frame&Cover-Install EA 4 $405.00 $1,620.00 10 00203 Junction Box-Install EA 6 $48,000.00 $288,000.00 11 00368 Sewer-Siphon Inlet Structure with Pipes -Install EA 1 $200,000.00 $200,000.00 12 00369 Sewer-Siphon Outlet Structure with Pipes-Install EA 1 $200,000.00 $200,000.00 13 00824 Site Preparation-Clear Grub Excavation Demolition-Remove LS 1 $60,000.00 $60,000.00 14 00134 Grass-Hydromulch Seeding-Install SY 55,556 $2.25 $125,000.00 15 00201 Inspection-Post Construction Cleaning&TV-Study LF 5,300 $2.80 $14,840.00 16 00841 Concrete-Encasement--Install LF 700 $246.00 $172,200.00 17 00372 Trench Safety System 5 Foot Depth-Install LF 5,300 $5.30 $28,090.00 18 00542 Dehole-Exploratory Excavation-Study EA10 $2,000.00 $20,000.00 19 00100 Storm Water Pollution Prevention Plan>Than 1 Ac SWPPP-Install LS 1 $20,000.00 $20,000.00 Sub-Total $4,782,874.00 10%Contingencyl $478,287.40 Total $5,261,161.40 B-4A-1 EXHIBIT"B4B" ENGINEERING SERVICES AGREEMENT ENGINEER'S PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COST DATE: 8/17/2009 Sheet 2 of 3 OWNER: CITY OF FORT WORTH ENGINEERING URS Job No.P07186.FW PROJECT: Big Fossil Parallel Relief Sewer-Part 2: From S.H.121 To Broadway and Richland Hills L.S.&F.M. City Project No.01303,DOE Project No.3347 ITEM CNO S DESCRIPTION OF ITEM UNITS QUANTITY PMUNIT COST TOTAL 1 NA Pipe-Sewer-90 Inch-Hobas 0-14 Ft-Install LF 1,208 $710.00 $657,680.00 2 NA Pipe-Sewer-90lnch-Hobas 14-20 Ft-Install LF 2,349 $713.00 $1,674,837.00 3 NA Pipe-Sewer-90 Inch-Hobas 20-26 Ft^Install LF 970 $786.00 $762,420.00 4 NA Pipe-Sewer-90 Inch-Hobas 26-32 Ft-Install LF 460 $869.00 $399,740.00 5 NA Pipe-Sewer-90 Inch-Hobas Over 32 Ft-Install LF 460 $950.00 $437,000.00 6 NA Pipe-Sewer-96 Inch-Hobas 0-14 Ft-Install LF 3,063 $800.00 $2,450,400.00 7 NA Pipe-Sewer-90 Inch-Other Than Open Cut-Install LF 1,000 $2,100.00 $2,100,000.00 8 NA Pipe-Sewer-16 Inch-Force Main LF 600 $100.00 $60,000.00 9 00841 Concrete-Encasement--Install LF 600 $73.00 $43,800.00 10 NA RH Metering Station(With Flow Monitoring,SCADA and Odor Control) EA 1 $150,000.00 $150,000.00 11 NA RH Lift Station EA 1 $150,000.00 $150,000.00 12 00215 Manhole-Std 5 Ft Diam-(to 6 Ft Depth)-Install EA 20 $7,700.00 $154,000.00 13 00216 Manhole-Std 5 Ft Diam-Added Depth(over 6 Ft depth)-Install VF 65 $273.00 $17,745.00 14 00217 Manhole-Vacuum Test--Services EA 20 $137.00 $2,740.00 15 00218 Manhole-Watertight Insert--Install EA 20 $70.00 $1,400.00 16 00211 Manhole-Paint&Coating-Interior Protective Coating-Install VF 185 $209.00 $38,665.00 17 00199 Filter-Carbon Filter System Odor Control Unit-Install EA 20 $1,860.00 $37,200.00 18 00198 Collar-Manhole-32 Inch-Frame&Cover-Install EA 20 $405.00 $8,100.00 19 00203 Junction Box-Install EA 6 $48,000.00 $288,000.00 20 NA NRH Metering Station(With Flow Monitoring,SCADA and Odor Control) EA 1 $150,000.00 $150,000.00 21 00824 Site Preparation-Clear Grub Excavation Demolition-Remove LS 1 $100,000.00 $100,000.00 22 00134 Grass-Hydromulch Seeding-Install SY 94,556 $2.25 $212,750.00 23 00201 Inspection-Post Construction Cleaning&TV-Study LF 9,510 $2.80 $26,628.00 24 00368 Sewer-Siphon Inlet Structure with Pipes -Install EA 1 $200,000.00 $200,000.00 25 00369 Sewer-Siphon Outlet Structure with Pipes-Install EA 1 $200,000.00 $200,000.00 26 00372 Trench Safety System 5 Foot Depth-Install LF 8,510 $5.30 $45,103.00 27 00451 Pavement-6 Inch HMAC-Install SY 3,556 $30.00 $106,666.67 28 00486 Subgrade-8 Inch-Lime Stabilized-Install SY 3,733 $4.00 $14,933.33 29 00496 Subgrade-Lime for Stabilization-Install TON 75 $120.00 $8,960.00 30 00425 Curb&Gutter-6 Inch w118 Inch Gutter-Install LF 1,600 $25.00 $40,000.00 31 00443 Pavement-2 Inch Min HMAC on 2127 Concrete Base(2000-1A)-Install LF 40 $64.00 $2,560.00 32 00472 Pavement-Unclassified Street Excavation--Remove CY 1,450 $18.00 $26,100.00 33 00416 Alley-Install SY 6,222 $5.00 $31,110.00 34 00542 Dehole-Exploratory Excavation-Study EA 15 $2,000.00 $30,000.00 35 00100 Storm Water Pollution Prevention Plan> Than 1 Ac SWPPP-Install LS 1 $20,000.00 $20,000.00 36 1 00181 Traffic Control-Install LS 1 $15,000.00 $15,000.00 Sub-Totall $10,863,538.00 10%Contingency $1,086,353.80 Totall $11,949,891.80 B-4B-1 EXHIBIT'B-0C" ENGINEERING SERVICES AGREEMENT ENGINEER'S PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COST DATE: 8/17/2009 Sheet 3 of 3 OWNER: CITY OF FORT WORTH ENGINEERING URS Job No.P07186.FW PROJECT: Big Fossil Parallel Relief Sewer-Part 3: Haltom City By-Pass Line City Project No.01303,DOE Project No.3347 ITEM CNO S DESCRIPTION OF ITEM UNITS QUANTITY COST UNIT TOTAL 1 00295 Pipe-Sewer-30 Inch-FGR-Install LF 2,980 $158.00 $470,840.00 2 00215 Manhole-Std 5 Ft Diam-(to 6 Ft Depth)-Install EA 4 $7,700.00 $30,800.00 3 00216 Manhole-Std 5 Ft Diam-Added Depth(over 6 Ft depth)-Install VF 45 $273.00 $12,285.00 4 00217 Manhole-Vacuum Test^Services EA 4 $137.00 $548.00 5 00218 Manhole-Watertight Insert-Install EA 4 $70.00 $280.00 6 00211 Manhole-Paint&Coating-Interior Protective Coating-Install VF 87 $209.00 $18,183.00 7 00199 Filter-Carbon Filter System Odor Control Unit-Install EA 4 $1,860.00 $7,440.00 8 00198 Collar-Manhole-32 Inch-Frame&Cover-Install EA 4 $405.00 $1,620.00 9 00203 Junction Box-Install EA 2 $48,000.00 $96,000.00 10 NA HC Metering Station(With Flow Monitoring,SCADA and Odor Control) EA 1 $150,000.00 $150,000.00 11 00824 Site Preparation-Clear Grub Excavation Demolition-Remove LS 1 $45,000.00 $45,000.00 12 00134 Grass-Hydromulch Seeding-Install SY 8,278 $2.25 $18,625.00 13 00201 Inspection-Post Construction Cleaning&TV-Study LF 2,980 $2.80 $8,344.00 14 00372 Trench Safety System 5 Fool Depth-Install LF 2,980 $5.30 $15,794.00 15 00443 Pavement-2 Inch Min HMAC on 2127 Concrete Base(2000-1A)-Install LF 100 $64.00 $6,400.00 16 00542 Dehole-Exploratory Excavation-Study EA 7 $2,000.00 $14,000.00 17 00100 Storm Water Pollution Prevention Plan> Than 1 Ac SWPPP-Install LS 1 $20,000.00 $20,000.00 18 00181 Traffic Control-Install LS 1 $5,000.00 $5,000.00 Sub-Total $921,159.00 10%Contingency $92,115.90 Total $1,013,274.90 B-4C-1 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT CITY PROJECT NO. 01303 D.O.E. NO. 3347 BIG FOSSIL PARALLEL RELIEF SEWER NONE i C-1 ATTACHMENT "D" PROJECT SCHEDULE CITY PROJECT NO. 01303 D.O.E. NO. 3347 BIG FOSSIL PARALLEL RELIEF SEWER This PROTECT requires a Tier 3 schedule as defined herein and in the City's Schedule Guidance Document. D1. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Agreement. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: — Primavera (Version 6.1 or later or approved by CITY) — Primavera Contractor(Version 6.1 or later or approved by CITY) — Primavera SureTrak(Version 3.x or later or approved by CITY) — Microsoft Project(Version 2003/2007 or later or approved by CITY) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the CONSULTANT's understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on CITY comments, if any, and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY's Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks,subtasks,and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities, key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points,including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the CITY's Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative that highlights the following,if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, D-1 • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, • Other schedule-related issues that the CONSULTANT wishes to communicate to the CITY. D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CITY's current Schedule Guidance Document. D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D. CONSULTANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted in the time and manner required by Attachment D and the CITY's current Schedule Guidance Document. D-2 O N N d W ............. O M M o O N N � d Q .................... ........ ...." ' N O N N � v...: •....:...:...:.... _•T M N LO 0: Z4 �: ` c r O : (O: e O: ro O ON N; N ` .N.r.a C? rN . co 00; E NM N: `a NM� r, :GDN:N 7 :40 : to N C L ................................ T. C M•M•� O j O: N d w ❑ M. ,N N•a:N: O N.N. O . M A O aDN : : NNN CV : O: X a) J N : a O •f N: N N N: c W O - 'GO�N foi 1�: n n : r: o LL Cn QIIr = C C Q W V _ Q al(6 //) a) J_ c ul c N 'o m w w ro o wU Cl) Wr r r r r N " m W W a) » » » o ° » » » � » 0 r MM $ CL r � cc cc » > > > > ~ °j � � j LL cq � Uo U- cn LL N tq LL LL a a a a c (D m Cc o[ o[ o°[ o[ w Q O _N 0 0 0 0 0 0 0 0 0 p 0 0 r p 0 r N N p 0 N N O CD N r N Cl) ° N OJ r .r- N T D r (D n l!7 0 ^ O iC5 r O N cQ0 r �_ _N [D N N M V In W O M tt V O LO In _ n 00 r r O LL O O O O O > T (A (q V1 (Q T N N T N N N T N aro C N NT NT NT N O N NT N NT T N> N N N rN TC>A (ND VN> rN ro m ro Tro T > TT roT T T T >co o as ro Eaaaaaaaaaa '° aaa aa -° -° aaa 'a -aao 0100 C) C, inOLOoOaC:, CD C, CD cCCD) NN [7r o (O OO r0C n m T CC\Dj - �o cl a) Ca N O E 6, Z, E cli CLO Y U °' E cU oU a� 0 U3 _ a°i w a E ~ L a 0 '� ° C .ro o r o > ro N cu CO aci aaip o a Na xIL L a� o N rod ro y N c m w �,❑ Q ro N c c w o w En p d Q a U o U ro ( co D 2 w is Q m n.•N'w ro awC E p aa'i c d c Q m E o °a C, o ro o °) a� fn ❑ T N LLJ w Q a a Q p w w ° O — N vi d ul U) y N c N ° U) Y 0 CL U m °d .° o ro Q ° c a) -5croi O Q 5 ai ° c cl w a E d m °� ro CD 3 m w ¢ E m 0 LM LV o ro o a OC ° a s o o -T Q L r a`o °� c�. a3i c w w ¢ ro '> aa) - v�o ro N U ❑ a aC p� U U H o ` ° _ ro a '> ro ro ro T w a� E o\ c Z m > 3 3 o Q m cQ a 3 Y roQUQU � ° .c � .5a � w r mIr wr o Y ❑ a� T a' a'E .� c 'LLi E m 'E •� a > o f 'E E m ro (D .= O o 0 m m N O N o N m � N 'Oj .o N Q7 O l` V c - N N �j ? c �.m ° V C C m O j a � aro[ a` u) ia` tnOcnCO) cnocaOU ❑ QiLiL00- U) wai.� acgaQHww 0� ❑ ro ui ai ❑ r N f`7 �!) (O h W Cn O 1;:1,N 1f+7 1�1�L (D h N 1�-, M 't LOcD 1� W T O N M l0 N N N N N N N N N N co M co a) Ch n.0 z CD C\j N LO CD ............ ........ ............. co L2 M2 C:)-Z;� C\) . . . . . . . . . . . .................. ------ Lo C,j N . . . . . . C-4 ........................... ....... Co.co) ............ ID co 0 C\l '04 U, C' co 114 C%I: �o c M -0 .......... W 00) r dam: C� CD C\j U) J a) j...j..........j...i.......... i... r.-QW ......... ............. ............ ......... --------- .............. me . . . . . . . . . . . . . UJ CD — C 0 6)2- LL 0 T w C) C/) LLI C, cn 't V- cn cn U) Cf) E U) w U) U) -T 0 6 C/) co C) 0 LD 0 U) Ir 0 C/) CO U) U) 0 CD U) U) Ir U) Cc cn D: cn co cc x Lu Z Ir < X cr- x cc m Cc cr 0 3: Ir CC cc Ir cr m �0- CL CL ca. a) M cn M Z) n Z) M D » MSM D =) D M M M a) LU LL 2 o Z) o LL 0 0 LL LL LL E n LL LL LL LL -a _0 _0 '0 c 0) C13 a) cc Ir 75 Co : cr w < Ir M 7 ;z cli U) U-)C, 0) LO a') co ; 0) =3 0 71 =3 F- LL 3: 3: LL F- w 0 w u U,� U) U) 'n u >1 >1 cz co ca >1 >1 >1 >1 co m >1 ca >. C�j c �:, >� w cz m co w m co m w ca M (13 co c ca c _0 _0 _0 -0 _0 -0 -0 '0 _0 -0 -D -0 0 -0 0 0 -0 70 -0 -0 E -0 E 0 0 (D (=, CD C:, C:, c:, E co 0) m U, C, It m (0 N Cl) co It C:o 0) 't C/) 0 E 0 w E co C)- O :3 U) U) .Q) p 0 > m r- (1)CL C E w 0 0 COL CD CL CL C� .6 �L CD- CL Ew Cn .5 IL NU) C) co 0 0 Q) 0 - w o m E a) CL 0 m v —Cf) -t -'V�) L) < E T) E 0 cc C, C, C) 06 cc Cc: (;j a cu r- < < 0 — 0 , — 0 0 = >. a) C)) L) 0) (1) 0 Dj- > M t Z mCO �a -6 m05 Z5 0) CL (L) U) — cr W =) 0 -c: 3: 3: r- Ej- 0 U) [a cc < U) < U) < co a) 7 0 c C 0 E m- mc ou)) LLJ di L 0 -6 0 0 cn Z 'E 3: a) LL a) LL 0 w > W (b 0 C) C) c U - " 0 0 E 'I c) 0)CY) 7� m < cL E c ZD = = U) -0 > > .0 C) -0 �Q M >: 0 'n 2 , (1) a) =3 (L) :3 :3 a> _0 -D _0 m a =3 LL U- S LL: ) CL =3 ca m m 0 F - U) LL C� Cc 0- Cc 0- a_ - U) cz U) w < m < a- < m (n (D r- 00 CQ co LO (D r, co m CD N co 'd-1.�.1,1.1. c co co co It It 'IT LO U) LO LO LO LO LO LO LO 2 o I I I- I I MATCH SHEET E2 ED Of 5 \\� TR 3A3 \� TR 3 \ ALTON B..HAMM VOL 8489,PG.802, 5 D.R.T.C.T. 12.7 AC TR 3A3 \ \ TR 3A ALT.B.HAMM \ 8489,PG.802, 1 3.6 AC VOL D.R.T.C.T. 72 I I 6 00 12.7 AC 1 � \ �O ^\ ESMT TO CITY 484.59 \ \ ,P9C`` 1 C�\vo VOL 4101,PG. 474 v J 7 ?10 r I 7 Z z N Go ¢ W TR 3A3 8 'f 23+0 A ROPg 2.75 AC 'j, 7 z� \ OV o .� yam\\ \ = 3 20+17 \♦ LLJ o k\ ENTERPRISE AVE 4 p "oy� ��RVEY t •� \\ 5 960 TR, a \ X7000 2+soE�a"P e A� 162.252 0 \\ \ i K D&G CONSOLIDATED,LLC. \\ o\ VOL 12990,PG. 193, \ ♦ ,a D.R.T.C,T. iP \ `TI`S J0' \ �IERevSo Q PRS 8 'oy \ o N 'p PROPOSED BIG 8 FOSSIL PARALLEL �\\ � g 30'WIDE PERM.EASEMENT TO CITY \ RELIEF SEWER RvERgEWE-'TS VOL 7D.R.T.CT.252, ♦ A (PART 1) gU51 ARK P A-960,TRACT 1 K.0.&G. CONSOLIDATED,LLC. ; \ • ESMT TO CITY \\ BLVO•" (,,I VOL 12990, PG. 193, VOL 4070,PC339 L PVi rE'v� D.R.T.C.T. � R AR Y N P S960 S 2e 1B �\ BEGIN \�\ \ \� PART 1 IR 1N \\\ CONNECT TO V12.74EEND IOC B IR EXIST. 96" VOL 97. P. 1805, N_ \\ D.R.T.C.T. 30'NIDEPERM.EASEMENT TO CITY n \ • / // VOL 7093,PG.252, D.R.T.C.T. o \ ,JNC�p%0�/p49,� 31.398 AC TR 1J k 39 31.398 AC C 1.78 AC hk69 / 65 R1\rR /S� 9�? 'S'� S g2x �t1N1TM sos 16 Fogy- TR181 17 $1 6.634 AC U 16 15 CITY OF FORT WORTHTEXAS S.S. MAP 2078-404 DATE:08/18/09 FORT WORTH , CITY COUNCIL DESIGN: RWA E 1 BIG FOSSIL PARALLEL RELIEF SEWER DISTRICT NO.4 DRAWN: RWA ENGINEERING SERVICES CONTRACT CHE MAPSCO NO.65-L No. P07E86 .FW MATCH SHEET E4 9388,PG.2366 VOLBUILDINGI 2 R' 19 15'ESM 28 TARRANT CO.WATER SUP. 18 AC I—A VOL 4106,PG.273 JOHNNY RAY PRICE 38 /�3A ♦� ,8 75'ESMY I 17 \\\ / \9111 TARVOLT1006 WPG 267U .TR 24C JOHNNY RAY k FRANCES LEE PRICE / 15'ESM'T, 3.2 C VOL.8836,PG.70 48 // 4A _ —I'-_ VOLRTH \ �iJO ♦ J_EIMg 5B 5 650y ,4 . 41 TR,AA6 13 .�t,A7B � o 7 ♦ 11` ( E BLOCK 53,RICHLAND PARK ADD.) �aJ a } 12 30 \ A-30, (388-U,PG.5) I I oGfSFlRS \ 8 VOLIn 1288TR 24 D. \ �. II WZ 11 OVE PG't,� 9B � ' m 6( Y \ ` EXIST. 19, 36 m= DR A 11 54" SAN. �� oa a 4 m 0A IISSEWER �F� 4B U 177AC 11� AND21_2 I PRO ICHLAND { REPLACE ¢ \ VOL 4012,PG.75 1 \ HIL METER STA., LIFT III = WITH NEW STA., AND FORCE SAN. MAIN (PART 2B SII SEWER OFF-SITE 252', �E TxDOT MON / VSs FEN \■Lu mPROP.NEW SAN.SEWER 1 L —————i2'l ONP \ \ Fj�Rp�L - --- END PART 1 156 w BEGIN P 4 ART 2A 7R 3E (, 2 noG \\\ yy 4A o 12B♦ 1 92 AC 6.29 AC 3 pJRP Q \ ., i 7 RICHLAND HI 4 \\ / 3A y� 4 SOUTH METER 30'ESM'T TO CITY ��, \ VOL 7208, PG.489, 34 TRae \ 6.65 AC TIR 5B \. 35 5� \.\` Q SERVICE CO.NC. VOL VOL.8467,PG.190, \\ A9 D.R.T.C.T. Np�EY \` G•550RVE�g \� 13 W'SA RR65 PROPOSED BIG x\\I 36 x 9� FOSSIL PARALLEL III RELIEF SEWER III I 2A N (PART 1) I I TR SA I I 46 AC III 111 � TR 3' pINC. I I I g J. 3AC ESTES SERNCE C INCJ� � yop . VOL 6467,PG.19S 0, D.R.T.C.T. / / MATCH SHEET E1 S.S. MAP 2078-408 DATE:08/18/09 FORT WORTH CITY OF FORT WORTH,TEXAS CITY COUNCIL G DESIGN: RWA �_. BIG FOSSIL PARALLEL RELIEF SEWER DISTRICT NO.4 DRAWN: RWA E2 ENGINEERING SERVICES CONTRACT CHECKED: BEL MAPSCO NO.65-G URS NO. P07186.FW MATCH SHEET E4 TR 26GTR 5 .9 ACTR 27G TR A I T TR 27B .36 AC .64 l I TR 25 I(I TR H,A 112 AC TR 258 2.623 AC I I I y 26H,A 4.2,70 III N RI C71'P TR 26147 TR 27F TR 28H z N�opA 11) z 1IVI .72 AC 1.28 AC I U 2 BUSINESS n' ctPT 28G RK �OIv , MMERG PT 27E FP III TR,9B, 1�62AC TR 28Fi TR 280 P1A. , q I I O 1 AC ILL A B 1 I I TR 28F B .84cou * 1.89 AC PROP.NEW SAN.SEWER *— E TR WPT EPT E 12 8 1 ACvGO 1.08 AD P�FZP 3 4 TR 12C TR 4C2A, TR 5 5 NPS IoM .71 AG AG 70.4 AC F pLPC� F TR 4C, 1e TR 4D 8,O 76 AC w 1.,s AC G G P�� w IHR4 S TR 5B W 73 A U) IHR 3 I y— .6258 .6258 AC �. C) .2 AC sA, 2.22 JOE TR 4E oR� FRw( I ( � � M c� m4B1 QpS�N� GS(PRVEY w� SONE 1 ,.oe AC QRo S� 1399 N5 pVEz.z,o PROP. HALTOM NPp,s i CITY METER 2.687 AC 4R I STA. AND BYPASS Ac SU 2.0030 2.68 2.36980 LINE (PART 3) 1 1 I TR SA 46 AC \ 1w zao xo wo 18 METER STA. 18TR-AC HALTOM CITY \7R 4A SOUTHEAST g6 P° PF6 A METERING STATION, ,aI � FA.EIEV.488 8.6.96 .6 A N � AC \ � I I 7R3 ABANDONED pf,P\'-, \ \ \ 18.67 AC SEWAGE PLANT 167'R 1 I HALTOM 4.599 AC 18.67 AC 1R 3TR 4A R\f�S\0� TR 4 5A 8.67 19.202 AC &,P 8.6 AC /TR 46 AC ITS AG H LTOM CITY CITY LIM/TSG�U° / FO T WORT -7 Y LIMITS MATCH SHEET E1 DATE:08/18/09 CITY OF FORT WORTH,TEXAS S.S. MAP 2 DESIGN: RWA FORT WORTH BIG FOSSIL PARALLEL RELIEF SEWER CITY COUNCIL 2078-408 8 DRAWN: RWA E3 ENGINEERING SERVICES CONTRACT DISTRICT NO.4 CHECKED: BEL MAPSCO NO.65-F URS NO. P071861W MATCH SHEET E5 \ 26J ` \0 q Q BOIS D ARC LAVON DR 29B\ I U IR 1 3 Q to 13 �kVNF6 378 \ e 2 GFO qtt RICH LAND HILLS 1B N Q •aR� <Cq VOL_444,PG.447 \�Q. 17 3 4 6w 12 6 \`SNy \ 2R 4 • S£ 78.27\ TR.28K �Q- g 5 5 22A \\ R 6250 7.150 219 3 4 5 6 \ %VSE \R- �Q' ♦ 32B __ \ 7 \ \ ` LOTS 18&2811 • tt RICHLAND HILLS 8 ,� 268 8 11A \ 1912,PG.57 7 27B NC \ ♦ l1 TR 26 \\\ ` ,P.565 10 9 SA \\\\ 7R 20A S S�.V 2g SUE DR ESM'T TO,17 2 WAN E. LLEN Cj-- VOL 13023, CC.C.N0.E43799 sspp 6 PACE 211 t0A \\\ ' / 3 4 \q_ LDCK i FORTE%IND.COMPP\� -20D \, 5 VOL 388-139G.6_ o ,R 20C N 20 6 ,P 26 0 too 20o aop ,po 1 w \t\ ■:E w \ � s x TR 2,G FoR�EX\\\\ pMP�EX 18.403 AC TR 22 z G 5.209 AC 9A G \\\ '� I�O 10.6 AC �� `\ N A-30,TRACT 20 8.565 O H.W.BENNETT AND WIFE v\\\ ■ VOL 774,PG.444 \ �Q- D.R.T.C.T. CHAIN LINK FENCE�\ 8A C D \\ ' TR.26A1 p 3.02 AC V7 \\\ I z ORDAN� 7A M&N JOINT VENTURE\L �� 6A TR 20 O'SUR 04 p V\V 1 W TR.26A 1 VOL.7672,PG.1186 \ 4 10.8 AC A—3 V W 30'ESM'T W 711 _ INTY OF FORT WORTH = I \Cll� T,WORTH \ VOL 7146,PG.1968 5.77 AC 2 {( 2 1.45 AC VOL 75;T,RG.3D6 \ _ PCMS 1N us \\ 28 ~ iA GG / 0 G 4 CPPV�1p5P w -- _ _ Q IA q— Y sig \NoV PSE w ' �\:� TA z4C Bit q GQM ze PPRKu 3.25\4C TR 26C7Ii 1.58 ACLyCITY1 ■ OF FORT WORTH 3 VOL PROP. BIG 7263, TR 26D o 1R FOSSILit \� ,A Ln TR 27E TR 28G I SAN. SEWER S�REVEo \�\; 1 i 1R1 Z 3 \ A-30.TRACT 24 \ REPLACEMENT A- \\ GFS FIRST ASSET,I.C. E 2 TR 2782 LINE TR 24 VOL 1DR?T.C .TG.911, V` TR 27 TR 26 2A .66 AC ,79 AC 1.39 AC i (PART 2A) REMOVE REMOVE EXIST. TR 260 I 54" SAN. TR 27G TR.36 AC s I TR 25 III SEWER TR 27B TR H1A 3.32 AC ■ TR 258 2.623 AC III N AND 4.2170 I I = 26H1A I I REPLACE TR 26Hi TR 27F ,R 28HAC ■ Y1tAPN WITH NEW .72 AC 1.28 AC NE z B�s1NE55 I(� SAN. Ci NmoC PT27E PT28G ■ 3 Q K III p SEWER OFF-SITE TR 27C TR 2BF1 N FOR A 8 1.26 AC TR 28D TR 28F 8 , .89 AC soap * 1 89 AC PROP.NEW SAN.SEWER I TR E 4028 I1 EPT E .52 AC v�oAR 2 1 �U P\RP 3 4 iR 4C2C 7R 5 MATCH SHEET E3 DATE:08/18109 CITY OF FORT WORTH,TEXAS S.S. MAP 207 ❑ORT WOCITY COUNCIL 2078-408/412 412 DE IGN: RWA PR BIG FOSSIL PARALLEL RELIEF SEWER DRAWN: RWA E4 ENGINEERING SERVICES CONTRACT DISTRICT N0.4 CHECKED: BEL MAPSCO NO.65—B/C URS NO. P07186.FW �'(NC Y 38.773 AC 20R M' URVE Z TR 1 I I Q TRACT A Ow 21R ZZ SA�95yIIII . 5 / 22R 23R 27RI 24R \� a I1`I e r[>=t too zoo soo aoo ��PCO 25R 28R I 25R OE�LNORSC 29R \ llll 30R M.S. I F32R 31R 33 H RICHLAHD HILLS 3 2.89 AC aT(LIMITS o gROWAY _A TR 31A ♦ry O � I I I 37B .52 AC �Qa 368 J BEGIN PROP. - UMI HN10 0 an ; 106 H.S.SS ABANDONED? SAN. SEWER 36B \ 2>.� STR 2A5 TR -Al ,BA ,2 AND CONST. 3.889 AC Sy- s METER TR SA ((��•p t\/� \ 9y (P T 2A) O 17A 22.118 J`AC 20 �\n � � o 35B 7 23 AC TR .9- QPM' 2A3B TARRANTECO.WATER SUP. C+F?P\\ \ VOL 4893,PG.645 NIGH NP�T�NQQ� s`'` \�T TR TR R2AlA S sy`` 6A \\ 14X 2A4 2A3A 6.773 AC 8 2111 TR 2A6 III • 1 \\ 4.903 AC ART/REGENCY IV PARTNERSHIP o \ \\ VOL 1D.R.T. T 677 TR 15A i l l I in 1 \\ 338 11 IN I \ 16.13VES6 AC TR 5 22 r� I TK AND AS INTMENTS,INC. TR 5B 8.050 \ \ • A VOL 11835,PG 410 2.3 AC O.R.T.C.T. EQUITABLE INVESTMENTS,INC. \\ 41 TR VOL 11293,PG.462 1 k 348 4.9 6 S ROOK P PRK ey\\\\ NN 1 AG g Q \ I '1 O SORV30 g AR 1 R 2A2 \�\ 1 A' J.24 AC 14A \7\ \` TAPP COMMUNITY SERVICES INC. E ALSO 12377,PG.7"' \ PGE 407TTACHED)8 • 1 T\`13A \ VV75 �ME TR as \` � 5.418 AC \\ • \ 23\ TR 26J SL T.C.1y, PF 12A` • � 1.920 O•S \• 1R. Fy `TR 19L2 ,1.73 O `\26J \ Q'N P� \ \�f ejG`GSsr 31 B an N PPM TR 120 TR 12E TR 1911 24\\ ♦pa Op �E�K VOL G RAS G 6.59 AC 6.59 AC 3 AC \ \�?qy \� Sf TR.27H TR.2 P 1 R 6.250 7.15 \ • 328 ` 5..4016 O w \ \ O \ TR 191 7.08 AC w TR 26 \\ ROGER A ANO DONNA COBB N \ \ VOL 11772,PC.1260 MATCH SHEET E4 S.S. MAP 2078-412 DATE:08/18/09 FORTAbRTH CITY OF FORT WORTH,TEXAS CITY COUNCIL DESIGN: RWA E5 BIG FOSSIL PARALLEL RELIEF SEWER DISTRICT NO.4 DRAWN: RWA u u ENGINEERING SERVICES CONTRACT MAPSCO NO.51-X LIRSCHE No. P071861W I Pagel of 3 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 4/6/2010 DATE: Tuesday, April 06, 2010 REFERENCE NO.: **C-24155 LOG NAME: 60BIG FOSSIL URS SUBJECT: Authorize an Engineering Services Agreement in the Amount of$963,641.91 with URS Corporation for the Design of Big Fossil Creek Parallel Relief Sewer Main 402 from Broadway Avenue to the Trinity River, Authorize the Big Fossil Creek Agreement with the Cities of North Richland Hills, Richland Hills and Haltom City to Address Cost Sharing Provisions of the Project and Ratify and Execute the Interim Maintenance Agreement with the City of North Richland Hills for Extended Payments of Emergency Repairs (C�UNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to execute an Engineering Services Agreement in the amount of $963,641.91 with URS Corporation for the Design of Big Fossil Creek Parallel Relief Sewer Main 402 (City Project No. 01303); 2. Authorize the City Manager to execute the Big Fossil Agreement with the City of North Richland Hills, City of Richlad Hills and the City of Haltom City for cost sharing provisions of the subject project; and 3. Authorize the City Manager to ratify and execute the Interim Maintenance Agreement with the City of North Richland Hills for extended payments of emergency repairs. DISCUSSION: On June 15, 1999, (M&C G-12583)the City Council authorized participation in the Big Fossil Creek Sanitary Sewer System Study with the City of North Richland Hills, the City of Richland Hills and the City of Haltom City utilizing a Texas Water Development Board (TWDB) 50/50 matching grant to determine the feasibility of extending and/or renovating the existing sanitary sewer system of Big Fossil Creek Drainage Area. The study recommended a single parallel sanitary sewer pipeline with sufficient capacity to provide joint service for the entire Big Fossil drainage area, including the three identified wholesale customer cities. The study also determined sanitary sewer capacity needs for each of the four participating cities. The proposed Engineering Services Agreement includes services to prepare construction plans and specifications for approximately 17,000 linear feet of sanitary sewer pipeline, a lift station with force main, two siphons, multiple junction structures and three new wholesale customer meter stations. Also included are services for coordination meetings with the wholesale customers during the design phase of the project and preparation of documents for three separate construction contracts. The costs for design and construction of the new pipeline will be shared bason on the sanitary sewer capacity needs of each participating city, determined by the 1999 TWDB grant funded study as follows: Fort Worth 79.7 percent, Haltom City 10.4 percent, North Richland Hills 6.3 percent and Richland Hills 3.6 percent. The costs of repairs to the TCWSC line and the Haltom City Outfall shall be borne equally by all four cities until the new line is in service. http://apps.cfwnet.org/ecouncil/printmc.asp?id=12695&print=true&DocType=Print 4/7/2010 Page 2 of 3 The proposed Big Fossil Agreement includes provisions for cost sharing among the four cities (Fort Worth, North Richland Hills, Richland Hills and Haltom City)for the design and construction of the Big Fossil Parallel Relief Sewer and for repairs of the Tarrant County Water Supply Corporation (TCWSC) line and the Haltom City Outfall until the new line is in service. Responsibility for maintenance of this sewer line was not clearly defined after the original owner, the Tarrant County Water Supply Corporation (TCWSC), dissolved. These two pipelines have been in service for 40 and 20 years, respectively and portions of both pipelines are severely deteriorated. The construction of the new sanitary sewer pipeline will allow for the abandonment of most of the TCWSC line and all of the existing Haltom City Outfall. The Big Fossil Agreement was approved by the wholesale customer city councils as indicated below: City of Richland Hills December 8, 2009 JCity of Haltom City IFJanuary 11, 2010 City of North Richland Hills February 8, 2010 In addition, by letter, the Water Department allowed for an arrangement whereby the City could retroactively recover its costs for emergency repair and maintenance made to the TCWSC line in June 2007 and which exceeded $300,000.00. Due to the magnitude of the cost and the unplanned nature of the expense, North Richland Hills paid their share through extended payments. Because the wholesale customer agreement and the Big Fossil Agreement do not provide for extended payments it is necessary to ratify and execute the Interim Maintenance Agreement already signed by North Richland Hills. In addition to the contract amount, $59,000.00 is needed for easement acquisitions, and $118,000.00 is needed for project management, material testing and survey costs. URS Corporation is in compliance with the City's M/WBE Ordinance by committing to 29 percent. M/WBE participation on this contract. The City's goal on this project is 28 percent. This project is located in COUNCIL DISTRICT 4 and in Haltom City. MAPSCO 51X, 65B, C, G and L. FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Clean Water State Revolving Loan Fund 2007. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers 1) P254 531200 700140130331 $289,093.00 1) P254 531200 700140130332 $578,186.00 1) P254 531200 700140130333 $96,365.00 CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: Madelene Rafalko (8215) ATTACHMENTS 1. 60 URS Big Fossil MWBE Compliance.pdf (CFW Internal) 2. 60Biq Fossil - URS Corrected FARs.pdf (CFW Internal) http://apps.cfwnet.org/ecouncil/printmc.asp?id=12695&print=true&DocType=Print 4/7/2010 Page 3 of 3 3. 60BIGFOSSIL-URS map.pdf (Public) 4. Fund Availability.pdf (CFW Internal) i i, http://apps.cfwnet.org/ecouncil/printme.asp?id=12695&print=true&DocType=Print 4/7/2010 x