Loading...
HomeMy WebLinkAboutContract 33145 CITY SECRETARY � CONTRACT NO. r CIN OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and RJN Group, Inc., (the "ENGINEER"), for a PROJECT generally described as: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Hatcher Street (Quails Lane to Hardeman Street), Chickasaw Avenue (Shackleford Street to Miller Avenue), Jennifer Court (Eastland Street to Eastland Street), Lois Street (Sydney Street to East Dead End), Norris Street (Crouch Avenue to East Dead End), Sydney Street (East Berry Street to Reed Street) and Whitehall Street (Miller Avenue to Pate Drive). Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due. the ENGINEER may, after giving 7 days' written notice t CITY,—suspend services under this AGREEMENT until paid in full, ,including interest. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of ENGINEERING AGREEMENT JANUARY 1,2005 Page 2 of 22 1 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, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility ENGINEERING AGREEMENT JANUARY 1,2005 Page 3 of 22 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 (M/WBE) participation In accord with City of Fort Worth Ordinance No. 133500, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. ENGINEERING AGREEMENT JANUARY 1,2005 M Page 4 of 22 E ENGINEERING AGREEMENT `. JANUARY 1,2005 Page 5 of 22 t J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3)hereof. CITY shall give subcon- sultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. ENGINEER's Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $$2,000,000 aggregate Automobile Liability $1,000,000 each accident or $250,000 property damage $500,000 bodily injury per person per accident ENGINEERING AGREEMENT —• — -- -- JANUARY 1,2005 s Page 6 of 22 . . . _ .._ _ .... A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned during the course of this project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability $1,000,000 each claim $2,000,000 aggregate Professional Liability Insurance shall be written on a project specific basis. The retroactive date shall be coincident with or prior to the date of this contract and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of this contract and for five (5) years following completion of the contract (Tail Coverage). An annual certificate of insurance shall be submitted to the City for each year following completion of this contract. (2) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverage specified according to items section K.(1) and K.(2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. ENGINEERING AGREEMENT JANUARY 1 2005 Page 7 of 22 (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (f) Deductible limits, or self-insured retentions, affecting insurance required herein shall be acceptable to the CITY in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The City shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the ENGINEER may be required to provide proof of insurance premium payments. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions. (j) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood that insurance cost is an allowable component of ENGINEER's overhead. (k) All insurance required in section K., except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (1) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When subconsultants maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. ENGINEERING AGREEMENT JANUARY 1,2005 Page 8 of 22 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 ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data The CITY will make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. ENGINEERING AGREEMENT ��•-� _ •-- = -, JANUARY 1,2005 Page 9 of 22 B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services and will provide labor and safety equipment as required by the ENGINEER for such access. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment A. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances 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. ENGINEERING AGREEMENT JANUARY 1,2005 Page 10 of 22 (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 IV.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 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. ENGINEERING AGREEMENT ---- _. JANUARY 1,2005 Page 11 of 22 r car i l: {p (3) The CITY will specify that the Builders Risk/installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. 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 final designs, drawings, specifications and documents shall be owned by the CITY. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER. D. Termination ENGINEERING AGREEMENT JANUARY 1,2005 Page 12 of 22 (1) The CITY may terminate this agreement for its convenience on 30 days' written notice. Either the CITY or the ENGINEER for cause may terminate this AGREEMENT if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). ENGINEERING AGREEMENT JANUARY 1,2005 Page 13 of 22 G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. ENGINEERING AGREEMENT JANUARY 1,2005 �' l Page 14 of 22 - ' 1 i7 0 K. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. L. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. ENGINEERING AGREEMENT JANUARY 1,2005 Page 15 of 22 such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article vii Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A- Scope of Services Attachment B-Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Executed this the 2&day of r , 200 ATTEST: CITY OF FORT WORTR B Marty Hendri NarcA. City Sr.-n -0 ecretaryI' Assistantity Manager `� APPROVAL RECOMMENDED contract Author++izznatioA U-b- ��-X ,�J�l�l�4iGk'1� Date A. Douglas Rademaker, P.E. Director, Engineering Department APPROV D IS TO RM LEGALI Assi nt Ci*Amey RJN GROUP, INC_ ATTEST: ENGINEER By: Hugh M. Iso Regional Vice President STANDARD ENGINEERING AGREEMENT(REV 70/06105) Page 14 of 14 Z `''�''.. .p1�1G •`n ATTACHMENT"A" General Scone of Services "Scope of Services set forth herein can only be modified by additions, clarifications, and(or deletions set forth in the supplemental Scope of Services. In cases of conflict between the Supplemental Scope of Services and the General Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services." GENERAL 1) Preliminary Conference with City The Engineer shall attend preliminary conferences with authorized representatives of the City regarding the scope of project so that the plans and specifications which are to be developed hereunder by the Engineer will result in providing facilities which are economical in design and conform to the City's requirements and budgetary constraints. 2) Coordination with Outside Agencies/Public Entities The Engineer shall coordinate with officials of other outside agencies as may be necessary for the design of the proposed street, and storm drain and/or water and wastewater facilities/improvements. It shall be the Engineer's duty hereunder to secure necessary information from such outside agencies, to meet their requirements. 3) Geotechnical Investigations The Engineer shall advise the City of test borings, and other subsurface investigations that may be needed. In the event it is determined necessary to make borings or excavate test holes or pits, the Engineer shall in coordination with the City and the City's geotechnical engineering consultant, draw up specifications for such testing program. The cost of the borings or excavations shall be paid for by the City. 4) Agreements and Permits The Engineer shall complete all forms/applications to allow the City of Fort Worth to obtain any and all agreements and/or permits normally required for a project of this size and type. The Engineer will be responsible for negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits and will make any revisions necessary to bring the plans into compliance with the requirements of said agency, including but not limited to highways, railroads, water authorities, Corps of Engineers and other utilities. 5) Design Changes Relating to Permitting Authorities If permitting authorities require design changes, the Engineer shall revise the plans and specifications as required at the Engineers own cost and expense, unless such changes are required due to changes in the design of the facilities made by the permitting authority, If such changes are required, the Engineer shall notify the City and an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. ENGINEERING AGREEMENT J ~ JANUARY 1,2005 j'? Page 17 of 22 6) Plan Submittal Copies of the original plans shall be provided on reproducible mylar or approved plastic film sheets, or as otherwise approved by the Department of Engineering and shall become the property of the City. City may use such drawings in any manner it desires; provided, however that the Engineer shall not be liable for the use of such drawings for any project other than the project described herein; and further provided, that the Engineer shall not be liable for the consequences of any changes that are made to the drawings or changes that are made in the implementation of the drawings without the written approval of the Engineer. PHASE 1 7) Right-of-Way, Easement and Land Acquisition Needs The Engineer shall determine the rights-of-way, easement needs for the construction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary right-of-way sketches, prepare necessary easement descriptions for acquiring the rights-of-way and/or easements for the construction of this project. Sketches and easement descriptions are to be presented in form suitable for direct use by the Department of Engineering in obtaining rights-of-way, easements, permits and licensing agreements. All materials shall be furnished on the appropriate City forms in a minimum of four(4) copies each. 8) Design Survey The Engineer shall provide necessary field survey for use in the preparation of Plans and Specifications. The Engineer shall furnish the City certified copies of the field data. 9) Utility Coordination The Engineer shall coordinate with all utilities, including utilities owned by the City, as to any proposed utility liens or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the existing lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work, and shall submit such evaluation in writing to the City as part of this phase of the project. ENGINEERING AGREEMENT JANUARY 1,2005 Page 18 of 22 10) Conceptual Plans The Engineer shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and preliminary estimates of probable construction costs for the Engineer's recommended plan. For all submittals, the Engineer shall submit plans and documents for street/storm drain and water/wastewater facilities. The Engineer shall receive written approval of the Phase 1 Plans from the City's project manager before proceeding with Phase 2. PHASE 2 11) Design Data The Engineer shall provide design data, reports, cross-sections, profiles, drainage calculations, and preliminary estimates of probable construction cost. 12) Preliminary Construction Plans and Technical Specifications The Engineer shall submit twenty (20) copies of Phase 2 preliminary construction plans and five (5) copies of the preliminary technical specifications for review by the City and for submission to utility companies and other agencies for the purposes of coordinating work with existing and proposed utilities. The preliminary construction plans shall indicate location of existing/proposed utilities and storm drain lines. The Engineer shall receive written approval of the Phase 2 plans from the City's project manager before proceeding with Phase 3. PHASE 3 13) Final Construction Plans The Engineer shall furnish five (5) copies of the final construction plans and contract specifications for review by the City. 14) Detailed Cost Estimate The Engineer shall furnish four (4) copies of detailed estimates of probable construction costs for the authorized construction project, which shall include summaries of bid items and quantities. 15) Plans and Specification Approval The Engineer shall furnish an original cover mylar for the signatures of authorized City officials. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. ENGINEERING AGREEMENT ' JANUARY 1,2005 Page 19 of 22 i PHASE 4 16) Final Approved Construction Plans The Engineer shall furnish 45 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. When substitution prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 18) Recommendation of Award The Engineer shall assist in the tabulation and review of all bids received for the construction of the project and shall make a recommendation of award to the City. 19) Prebid Conference The Engineer shall attend the prebid conference and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. PHASE 5 20) Preconstruction Conference The Engineer shall attend the preconstruction conference. 21) Construction Survey The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field to allow City survey crews to stake the project. The setting of line and grade stakes and route inspection of construction will be performed by the City. 22) Site Visits The Engineer shall visit the project site at appropriate intervals as construction proceeds to observe and report on the progress and the quality of the executed work. ENGINEERING AGREEMENT JANUARY 1,2005 Page 20 of 22 23) Shop Drawing Review The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. 24) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 25) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 26) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. ENGINEERING AGREEMENT JANUARY 1,2005 1 Page 21 of 22 P ENGINEERING AGREEMENT JANUARY 1,2005 Page 22 of 22 EXHIBIT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: WATER AND/OR SANITARY SEWER IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for water and/or sanitary sewer improvements for the following: YEAR THREE 2004 CAPITAL IMPROVEMENTS PROJECTS MORRIS STREET(Crouch Ave. to East Dead End); SYDNEY STREET (E. Berry St. to Reed St.); LOIS STREET (Sydney St. to East Dead End.); CHICKASAW STREET(Shackleford St.to Miller Ave.); HATCHER STREET(Quail Ln.to Hardeman St.); JENNIFER COURT (Eastland St.to Eastland St.); WHITEHALL STREET(Miller Ave.to Pate Dr.) Contract No. 33 City Project No. 00272 SUMMARY OF IMPROVEMENTS STREET COUNCIL Water Exist. Prop. Replacement Sewer Exist. Prop. Replacement NAME DISTRICT Map No. Pipe Pipe Length Map No. Pipe Pipe Length (In) (In) (LF) (In) (In) (LF) NORRIS ST. W-2072- S-2072- (Crouch Ave.to E. 5 380 6 8 700 380 6 8 700 Dead End) SYDNEY ST. W-2066- S-2066- (E.Berry St.to 380, 380, W-2066- S-2066- Reed St.) 5 12 12 1,250 6 8 1,072 376 376 LOIS ST. (Sydney St.to E. 5 W-2066- 6 8 800 S-2066-380 6 8 289 Dead End) 380 CHICKASAW ST. W-2066- S-2066- (Shaddeford St.to Miller Ave.) 5 - 8 8 2,600 372' W-2072- S-2072- 6 8 870 20 372 372 HATCHER ST. W-2072- S-2072- (Quail Ln.to 5 376 6 8 700 376 6 8 397 Hardeman St.) JENNIFER CT. W-2072- S-2072- (Eastland St.to 5 376 N/A N/A 0 376 6 8 1,239 Eastland St.) WHITEHALL ST. W-2072- S-2072- (Miller Ave.to Pate 5 376 N/A N/A 0 376 6 8 683 Dr.) TOTAL 6,050 5,250 Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: a, j,Uo �^.r.C11L'9 USuti�a i �I EA1-1 PART A—PRE-ENGINEERING 1. Initial Data Collection a. Pre-Design Coordination Meetings ENGINEER will attend and document meetings, as required, to discuss and coordinate various aspects of the project and to ensure that the project stays on schedule. For purposes of establishing a level of comfort, two (2) meetings are anticipated. These include the following: One (1) pre-design kick-off meeting, (including the CITY's Department of Engineering and other departments that are impacted by the project). One (1) review meeting at completion of the City's review of the conceptual engineering plans. b. Data Collection In addition to data obtained from the City, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, City Master plans, and property ownership as available from the Tax Assessor's office. The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing sanitary sewer lateral or main: The CITY shall furnish the Engineer with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the Engineer will obtain the flow line elevation and design the service prior to advertising the project for bid. If the service flow line information cannot be obtained during the design survey, the Engineer shall delay the design of the sewer service line until after the start of construction. The CITY will then direct the Contractor to de-hole the service line at the clean-out location of all buildings or structures so that the Engineer's surveyor can determine the flow line of the sewer service line. The Engineer shall use this information to provide the design for the EAl-2 sanitary sewer service line to be rerouted or relocated. C. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all utilities, including utilities owned by the City, TxDOT and railroads. These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the concept plans. The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. ENGINEER shall complete all forms necessary for City to obtain permit letters from TxDOT and railroads and submit such forms to the City. City shall be responsible for forwarding the forms to the affected agencies for execution. 2. Schedule Submittal and Monthly Progress Report a. The ENGINEER shall submit a project schedule after the design contract is fully executed. The schedule shall be updated and submitted to the CITY along with monthly progress reports as required under Attachment B of the contract. PART B -CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering i. Surveys for Design a. ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information which will be needed for use by the ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, and other features relevant to the final plan sheets. For sewer lines located in alleys or backyards, ENGINEER will obtain the following: Obtain permission for surveying through private property. Locate horizontal and vertical alignment of utility lines. Tie improvements, trees, fences, walls, etc. horizontally along rear lines in an approximately 50'wide strip. In addition, locate all rear house comers and building comers in backyards. EA1-3 Profile existing water and/or sewer line centerline. Compile base plan from survey field data at 1"=40' horizontal and 1" = 4' vertical scale. When conducting design survey at any location on the project, the consultant or any of its sub-consultants shall cavy readily visible information identifying the name of the company and the company representative. All company vehicles shall also be readily identifiable. b. ENGINEER Will Provide The Following Information: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the Department of Engineering. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, all drawing files shall be provided in MicroStation (DGN) or Autocad (DWG or DXF) format (currently Release 2002), or as otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shall become the property of the CITY. The minimum survey information to be provided on the plans shall include the following: 1. A 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; a. Identified (Existing. City Monument #8901, PK Nail, 5/8" Iron Rod) b. X, Y, and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinates on City Datum only. C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast comer of North Side Drive and North Main Street). BAl-4 3. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system as the Control. 4. No less than two bench marks per plan/profile sheet. 5. Bearings given on all proposed centerlines, or baselines. 6. Station equations relating utilities to paving, when appropriate. 7. Obtain the "footprint" of all structures where the sanitary sewer service line is to be relocated. ii. Public Notification Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: project name limits DOE project no., Consultant's Project Manager and phone no., scope of survey work and design survey schedule. The letter will be reviewed and approved by the City prior to distribution. iii. Conceptual Engineering Plan Submittal a. Conceptual plans shall be submitted to City 4.5 days after Notice to Proceed Letter is issued. b. The ENGINEER shall perform conceptual design of the proposed improvements and furnish four (4) copies of the concept engineering plans which include layouts, preliminary right-of-way needs and cost estimates for the ENGINEER's recommended plan. ENGINEER shall perform remaining field surveys required for final design of selected route(s). The ENGINEER shall also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the City as a part of the concept phase of the project. All design shall be in conformance with Fort Worth Water Department policy and procedures for processing water and sewer design. ENGINEER shall review the City's water and sewer master plan, other pertinent design information and provide a summary of findings pertaining to the proposed project. 2. Preliminary Engineering Upon approval of Part B, Paragraph iii (b), ENGINEER will prepare preliminary construction plans as follows: a. Overall water and/or sanitary sewer layout sheets and an overall easement layout sheet(s). EAl-5 b. Preliminary project plans and profile sheets on 22"x 34"sheets which show the following: Proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, manholes etc., related appurtenances and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. C. For sewer lines, pipelines schedule for point repairs, rehabilitation and replacement will be located on the base sheets prepared from survey information gathered under Part B, Paragraph b. Conflicts shall be resolved where pipelines are to be rehabilitated on the same line segment. Base sheets shall reference affected or adjacent streets. Where open-cut and trenchless technology construction is anticipated, below and above ground utilities will be located and shown on the base sheets. d. Existing utilities and utility easements will be shown on the plan and profile sheets. ENGINEER will coordinate with utility companies and the City of Fort Worth to determine if any future improvements are planned that may impact the project. e. The design for sewer service line reroute/relocation will be provided if the flow line elevation of the sewer service can be determined from the cleanout location. If this elevation cannot be determined during design survey, the design shall be provided after award of the construction contract as specified in Part A, Paragraph 1 b. f. The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. g. The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in the D-Section of the City's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. EA1-6 h. Right-of-Way Research The ENGINEER will conduct preliminary research for availability of existing easements where open-cut construction or relocation of existing alignments is probable. Temporary and permanent easements will be appropriated based on available information and recommendations will be made for approval by the City. i. 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". j. Utility Clearance Phase The ENGINEER will consult with the City's Water Department, Department of Engineering, and other CITY departments, public utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities that have an impact or influence on the project. ENGINEER will design City facilities to avoid or minimize conflicts with existing utilities. The ENGINEER shall deliver a minimum of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all utility companies, which have facilities within the limits of the project. k. Preliminary Construction Plan Submittal i. Preliminary construction plans and specifications shall be submitted to CITY 2Q days after approval of Part B, Paragraph iii (b). ii. The ENGINEER shall deliver two (2) sets of preliminary construction plans and two (2) specifications to CITY for review. Generally, plan sheets shall be organized as follows: Cover Sheet General Notes/Legend 4�, Easement layout (if applicable) � "� Abandonment AII EA1-7 Plan & Profile Sheets Standard Construction Details Special Details (If applicable) iii. The ENGINEER shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted. ENGINEER shall assist City in selecting the feasible and/or economical solutions to be pursued. I. Review Meetings with City The ENGINEER shall meet with CITY to discuss review comments for preliminary submittal. The CITY shall direct the ENGINEER in writing to proceed with Final Design for Final Review. M. Public Meeting After the preliminary plans have been reviewed and approved by the City, the ENGINEER shall prepare project exhibits, provide the CITY with the database listing the names and addresses of all residents and business to be affected by the proposed project, and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. 3. Final Engineering Plan Submittal a. Final Construction Documents shall be submitted to CITY 3D days after approval of Part B, Paragraph 2 k. Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans and specifications and contract documents to CITY (each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas) and submit two (2) sets of plans and construction contract documents within 15 days of CITY's final approval. Plan sets shall be used for Part C activities. b. ENGINEER's Estimate of Probable Construction Cost The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. C. Mylar Submittals The ENGINEER shall submit a final set of mylar drawings for record storage as follows: EA1-8 1. Water and sanitary sewer plans shall be submitted as one set of plans. Water and sanitary sewer plans shall be separate from paving and drainage plans. All sheets shall be standard size (22"x 34")with all project numbers (Water/Sanitary Sewer and TPW) prominently displayed. 2. For projects where paving/grating/drainage improvements occur on a Water Department funded project with no T&PW funding involved, a separate set of mylars with cover sheet shall be submitted for TPW. 3. Signed plan sets shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher)file. There shall be one (1) PDF file for the Water plan set and a separate PDF file for the TPW plan set. Each PDF file shall contain all associated sheets of the particular plan set. Sipyulat PDF flip--q for each sh _pt of a plan cat will not he arra ted_ PDF files shall conform to naming conventions as follows: L Water and Sewer file name example — 1'X-35667_org36.pdf" where "X-35667' is the assigned file number obtained from the City of Fort Worth, "—org" designating the file is of an original plan set, 1136" shall be the total number of sheets in this file. Example: X-12755_orgl8.pdf ii. TPW file name example — "W-1956—org47.pdf" where "W-1956" is the assigned file number obtained from the City of Fort Worth, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053 org3.pdf and K-0320 org5.pdf Both PDF files shall be submitted on one (1) Compact Disk, which will become property of and remain with the City of Fort Worth. Floedisks. Ai do irks- a-mail flash madia will not he acre tad 4. For information on the proper manner to submit PDF files and to obtain a file number for the project, contact the Department of Engineering Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the DOE number and proper fund codes have been assigned and are in the Department of Engineering database. PART C -PRE-CONSTRUCTION ASSISTANCE Administration EA1-9 a. Deliver Bid Documents The ENGINEER will make available for bidding, upon request by the CITY, up to fifty (50) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to potential bidders. Proposal will be delivered in electronic format. b. Bidding Assistance The ENGINEER shall assist the CITY during this phase including preparation and delivery of any additional addenda prior to bid opening to plan holders and respond to questions submitted to DOE by prospective bidders. Engineer shall attend the scheduled pre-bid conference. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening, develop bid tabulations in hard copy and electronic format and return four (4) copies of the bid tabulation, along with the contract documents to the City within three (3) working days after bid openings. C. Assistance During Construction The ENGINEER shall attend the pre-construction conference for the project. The ENGINEER shall also consult with and advise the CITY on design and/or construction changes, if necessary. BAl-10 EXHIBIT "A-2" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: PAVING AND DRAINAGE IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for paving and storm drain improvements for the following: YEAR THREE 2004 CAPITAL IMPROVEMENTS PROJECTS NORRIS STREET (Crouch Ave. to East Dead End); SYDNEY STREET(E. Berry St. to Reed St.); LOIS STREET(Sydney St. to East Dead End.); CHICKASAW STREET(Shackleford St. to Miller Ave.); HATCHER STRFFT (Quail Ln. to Hardeman St.); JENNIFER COURT(Eastland St. to Eastland St.); WHITEHALL STREET(Miller Ave. to Pate Dr.) Contract No. 33 City Project No. 00272 SUMMARY OF IMPROVEMENTS ALTERNATE A- 6" HMAC Pavement on 8" Stabilized Sub rade PAVEMENT STORM DRAIN 6" 4' STREET NAME COUNCIL 8"Lime 6"HMAC 7'Concrete Reinforced Reinforced DISTRICT Stabilized Pavement Curb with Concrete Concrete 10'CURB Subgrade 18"Gutter Driveway Sidewalk 21'RCP INLET (SY) (SY) (LF) (SF) (SF) (LF) (EA) NORRIS ST. (Crouch Ave.to E. 5 2,367 1,972 1,420 3,300 0 0 0 Dead End) SYDNEY ST. (E.Berry St to 5 4,223 3,519 2,534 6,710 0 50 3 Reed St) LOIS ST. (Sydney St to E. 5 2,510 2,092 1,506 2,420 0 0 0 Dead End) CHICKASAW ST. (Shackleford St to 5 8,600 7,167 5,160 13,200 0 100 4 Miller Ave.) HATCHER ST. (Quail Ln.to 5 2,667 2,222 1,600 1,210 1,792 0 0 Hardeman St.) JENNIFER CT. (Eastland St to 5 4,173 3,478 2,504 875 10,016 0 0 Eastland St.) WHITEHALL ST. (Miller Ave.to Pate 5 2,500 2,083 1,500 4,455 6,000 0 2 Dr.) TOTALS 27,040 22,533 16,224 32,170 17,808 150 9 EA2-1 ALTERNATE B - 6" Reinforced Concrete Pavement On 6" Stabilized Sub rade PAVEMENT STORM DRAIN 6" T 4' STREET NAME COUNCIL 6"Lime Reinforced 7"Integral Reinforced Reinforced DISTRICT Stabilized Concrete Concrete Concrete Concrete 10'CURB Subgrade Pavement Curb Driveway Sidewalk 21'RCP INLET (SY) (SY) (LF) (SF) (SF) (LF) (EA) NORRIS ST. (Crouch Ave.to E. 5 2,367 2,288 1,420 3,300 0 0 0 Dead End) SYDNEY ST. (E.Berry St.to 5 4,223 4,083 2,534 6,710 0 50 3 Reed St.) LOIS ST. (Sydney St.to E. 5 2,510 2,426 1,506 2,420 0 0 0 Dead End) CHICKASAW ST. (Shackleford St.to 5 8,600 8,313 5,160 13,200 0 100 4 Miller Ave.) HATCHER ST. (Quail Ln.to 5 2,667 2,578 1,600 1,210 1,792 0 0 Hardeman St.) JENNIFER CT. (Eastland St.to 5 4,173 4,034 2,504 875 10,016 0 0 Eastland St.) WHITEHALL ST. (Miller Ave.to Pate 5 2,500 2,417 1,500 4,455 6,000 0 2 Dr.) TOTALS 27,040 26,139 16,224 32,170 17,808 150 9 Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: PART A-PRE-ENGINEERING 1. Initial Data Collection a. Pre-Design Coordination Meetings ENGINEER will attend and document meetings, as required, to discuss and coordinate various aspects of the project and to ensure that the project stays on schedule. For purposes of establishing a level of comfort, two (2) meetings are anticipated. These include the following: One (1) pre-design kick-off meeting, (including the CITY's Department of Engineering and other departments that are impacted by the project). One (1) review meeting at completion of the City's review of the conceptual engineering plans. b. Data Collection In addition to data obtained from the City, ENGINEER will research and make HA2-2 efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, City Master plans, CITY drainage complaint files, existing applicable drainage studies and property ownership as available from the Tax Assessor's office. C. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all utilities, including utilities owned by the City, TxDOT and railroads. These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the concept plans. The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. ENGINEER shall complete all forms necessary for City to obtain permit letters from TxDOT and railroads and submit such forms to the City. City shall be responsible for forwarding the forms to the affected agencies for execution. 2. Schedule Submittal and Monthly Progress Report a. The ENGINEER shall submit a project schedule after the design contract is fully executed. The schedule shall be updated and submitted to the CITY along with monthly progress reports as required under Attachment B of the contract. PART B -CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering I. Surveys for Design a. ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. b. ENGINEER Will Provide The Following Information: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection EA2-3 and computer aided design and drafting software currently in use by the Department of Engineering. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, and all drawing files shall be provided in Autocad (DWG or DXF) format (currently Release 2002), or as otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shall become the property of the CITY. The minimum survey information to be provided on the plans shall include the following: 1. A 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; a. Identified (Existing. City Monument #8901, PK Nail, 5/8" Iron Rod) b. X, Y, and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinates on City Datum only. C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast comer of North Side Drive and North Main Street). 3. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. 4. No less than two horizontal bench marks, per location. 5. Bearings given on all proposed centerlines, or baselines. 6. Station equations relating utilities to paving, when appropriate. ii. Public Notification Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: project name limits DOE project no., Consultant's Project Manager and phone no., scope of survey work and design survey schedule. The letter will be reviewed and approved by the City prior to distribution. L A EA2-4 u . ��t- '.' 5Ur�:.. iii. Drainage Computations ENGINEER will review and document the storm water watershed drainage runoff area and existing street, right-of-way and storm sewer capacities for the subject site. A drainage area map will be drawn at 1" = 200' scale from available contour maps. Calculations regarding street and right-of-way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Capacities of existing storm drain will be calculated and shown. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with City standards. iv. Conceptual Engineering Plan Submittal a. Conceptual plans shall be submitted to City 45 days after Notice to Proceed Letter is issued. b. The ENGINEER shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and cost estimates for the ENGINEER's recommended plan. The ENGINEER shall also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the City as a part of the concept phase of the project. 2. Preliminary Engineering Upon approval of Part B, Paragraph iv, ENGINEER will prepare construction plans as follows: a. Drainage area maps with drainage calculations and hydraulic computations. Information shown on the plans will be consistent with Part A, Paragraph 1.b. for proposed condition. b. Preliminary project plans and profile sheets which will show the following and shall be on 22"x34" sheets: Property Ownership Curb Lines Driveways Medians (if applicable) Sidewalks Existing and proposed water and sanitary sewer mains. C. Proposed roadway profile grades and elevations along each curb line; elevations at all p.v.i.'s; pTs half stations; high and low points; vertical curve information; and pertinent AASHTO calculations. Profiles for existing curbs (if any) and existing ground at the left and right right-of-way lines shall be shown. Existing found EA2-5 property corners (e.g. Iron pins) along the existing right-of-way shall be shown on the plans. Profiles for existing and proposed storm drain mains and leads shall be provided. d. Existing utilities and utility easements will be shown on the roadway plan and profile sheets. ENGINEER will coordinate with utility companies and the City of Fort Worth to ascertain what, if any, future improvements are planned that may impact the project. e. Preliminary roadway cross-sections will be developed, from the survey notes, at intervals not-to-exceed 50 foot along the project length and will extend 10' past the right of way line on both sides of the street. Additional cross-sections at important features including driveways, p.i.'s of intersecting streets, (minimum distance of 100' along cross-street at each P.I.) walks, retaining walls, etc., will also be provided. Profiles of centerline of driveways will also be provided where necessary. Scale will be 1" = 10' horizontal and 1"= 2'vertical. f. Street and intersection layouts. g. Proposed plan/profile sheets will conform to City of Fort Worth construction legend. Adequate horizontal and vertical control shall be provided on the plan sheets to locate all proposed and existing facilities. Legal descriptions (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. h. Furnish as a function of final plans, six (6) copies of the final cross-sections on 22" x 34" sheets. Information on these sheets will include centerline station, profile grades and centerline elevations, roadway section (existing and proposed), right- of-way limits. Scale will be 1" = 20' horizontal and 1" = 2' vertical with cross sections plotted with stationing from the bottom of the sheet, and will include laterals and inlets. CITY policy with regard to parking design shall be maintained. Excavation and embankment volumes and end area computations shall also be provided. I. Right-of-Way Research The ENGINEER will conduct preliminary research for availability of existing easements where open-cut construction or relocation of existing alignments is probable. Temporary and permanent easements will be appropriated based on available information and recommendations will be made for approval by the City. j. 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 Division for Acquisition of Properly'. "_ �- 8A2-6g k. Utility Clearance Phase The ENGINEER will consult with the City's Transportation and Public Works Department, Water Department, Department of Engineering, and other CITY departments, public utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities that have an impact or influence on the project. ENGINEER will design City facilities to avoid or minimize conflicts with existing utilities. The ENGINEER shall deliver a minimum of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all utility companies,which have facilities within the limits of the project. I. Preliminary Construction Plan Submittal I. Preliminary construction plans and specifications shall be submitted to CITY RQ days after approval of Part B, Paragraph iv ii. The ENGINEER shall deliver two (2) sets of preliminary construction plans and two (2) specifications to CITY for review. Generally, plan sheets shall be organized as follows: Cover Sheet General Layout and Legend Sheet Drainage Area Map and Computations Plan & Profile Sheets Standard Construction Details Special Details (If applicable) iii. The ENGINEER shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted. Engineer shall assist City in selecting the feasible and or economical solutions to be pursued. M. Review Meetings with City The ENGINEER shall meet with CITY to discuss review comments for preliminary submittal. The CITY shall direct the ENGINEER in writing to proceed with Final Design for Final Review. n. Public Meeting After the preliminary plans have been reviewed and approved by the City, the ENGINEER shall prepare project exhibits, provide the CITY with the database listing the names and addresses of all residents and business to be affected by the proposed project, and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to EA2-7 the affected customers. 3. Final Engineering Plan Submittal a. Final Construction Documents shall be submitted to CITY aQ days after approval of Part B, Paragraph 2 (b). Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans and specifications and contract documents to CITY (each sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas) and submit two (2) sets of plans and construction contract documents within 15 days of CITY's final approval. Plan sets shall be used for Part C activities. b. ENGINEER's Estimate of Probable Construction Cost The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. C. Mylar Submittals The ENGINEER shall submit a final set of mylar drawings for record storage as follows: 1. Street and storm drain plans shall be submitted as one set of plans. Street and storm drain plans shall be separate from water and sanitary sewer plans. All sheets shall be standard size (22"x 34") with all project numbers (TPW and water/sanitary sewer) prominently displayed. 2. For projects where water/sanitary sewer improvements occur on a TPW Department funded project with no Water funding involved, a separate set of mylars with cover sheet shall be submitted for Water Department. 3. Signed plans sets shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher)file. There shall be one (1) PDF file for the TPW plan set and a separate PDF file for the Water plan set. Each PDF file shall contain all associated sheets of the particular plan set. $ingula� PDF files for each sheet of a plan set will not ha aer-ppm. PDF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the City of Fort Worth, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. EA2-8 Example: W-0053 org3.pdf and K-0320—org5.pdf II. Water and Sewer file name example — 11X-35667_org36.pdf" where "X-35667" is the assigned file number obtained from the City of Fort Worth, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755 org18.pdf Both PDF files shall be submitted on one (1) Compact Disk, which will become property of and remain with the City of Fort Worth. Floppy disks; up„��, a-mail flash media will not he accept 4. For information on the proper manner to submit PDF files and to obtain a file number for the project, contact the Department of Engineering Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the DOE number and proper fund codes have been assigned and are in the Department of Engineering database. PART C -PRE-CONSTRUCTION ASSISTANCE Administration a. Bid Documents Submittal The ENGINEER will make available for bidding, upon request by the CITY, up to fifty (50) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to potential bidders. Proposal will be provided in electronic format. b. Bidding Assistance The ENGINEER shall assist the CITY during phase including preparation and delivery of addenda to, responses to questions submitted to the DOE by prospective bidders. Engineer shall attend the scheduled pre-bid conference. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening develop bid tabulations in hard copy and electronic format and submit four (4) copies of the bid tabulation, along with the contract documents within three (3)working days after bid opening., HA2-9 1 C. Assistance During Construction The ENGINEER shall attend the pre-construction conference for the project. The ENGINEER shall also consult with and advise the CITY on design and/or construction changes, if necessary. EA2-10 ATTACHMENT "B" COMPENSATION AND PAYMENT SCHEDULE Engineering Design Services Associated With Street Reconstruction,Water and Sanitary Sewer Replacements on: Norris Street (Crouch Ave. to East Dead End); Sydney Street (E. Berry St. to Reed St.); Lois Street (Sydney St. to East Dead End.); Chickasaw Street (Shackleford St. to Miller Ave.); Hatcher Street (Quail Ln. to Hardeman St.); Jennifer Court (Eastland St. to Eastland St.); Whitehall Street (Miller Ave. to Pate Dr.) Contract No. 33 City Project No. 00272 1. Compensation A. The Engineer shall be compensated a total lump sum fee of$221,908.05 as summarized in Exhibit"B-3". Payment of total lump sum fee shall be considered full compensation for the services described in Attachment"A" and Exhibits "A-1" and "A-2"for all labor, materials, supplies and equipment necessary to complete the project. B. The Engineer shall be paid monthly as described in Exhibit"B-1", Section 1 — Method of Payment. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the Engineer. II. Schedule Final Plans and Contract Documents for bid advertisement shall be submitted within 215 calendar days after the "Notice to Proceed" letter is issued. A. Conceptual Engineering Plans— 63 calendar days B. Preliminary Engineering Plans and Contract Documents— 105 calendar days C. Final Engineering Plans and Contract Documents—38 calendar days D. Final Plans and Contract Documents for Bid Advertisement—9 calendar days (Durations shown include review time) B1 EXHIBIT "13-1" (SUPPLEMENT TO ATTACHMENT B) Engineering Design Services Associated With Street Reconstruction,Water and Sanitary Sewer Replacements on: Norris Street (Crouch Ave. to East Dead End); Sydney Street (E. Berry St. to Reed St.); Lois Street (Sydney St. to East Dead End.); Chickasaw Street (Shackleford St. to Miller Ave.); Hatcher Street (Quail Ln. to Hardeman St.); Jennifer Court (Eastland St. to Eastland St.); Whitehall Street (Miller Ave. to Pate Dr.) Contract No. 33 City Project No. 00272 I. Method of Payment Partial payments shall be made to the Engineer monthly upon City's approval of an invoice from the Engineer outlining the estimated current percent complete of the total project. The aggregate of such monthly partial fee payments shall not exceed the following: Until satisfactory completion of Exhibits "A-1" and "A-2", Conceptual Engineering Plan submittal and approval by the City, a sum not to exceed 30 percent of the total lump sum fee. Until satisfactory completion of Exhibits "A-1" and "A-2", Preliminary Construction Plan submittal and approval by the City, a sum not to exceed 60 percent of the total lump sum fee, less previous payments. Until satisfactory completion of Exhibits "A-1" and "A-2", Final Construction Plan submittal and approval by the City, a sum not to exceed 90 percent of the total lump sum fee, less previous payments. The balance of fees, less previous payments, shall be payable after all of the pre- construction meetings for the project have been conducted. II. Progress Reports A. The Engineer shall submit to the designated representative of the Director of the Department of Engineering monthly progress reports covering all phases of design by the 15t�' of every month in the format required by the City. B. If the Engineer determines in the course of making design drawings and specifications that the opinion of probable construction cost of$3,102,295.35 (as estimated in Exhibit "134") will be exceeded, whether by change in the scope of the project, increased cost or other conditions, the Engineer shall immediately report such fact to the City's Director of the Department of Engineering and, if so instructed by the Director of the Department of Engineering shall suspend all work hereunder. � L V EXHIBIT "B-2" (SUPPLEMENT TO ATTACHMENT B) Engineering Design Services Associated With Street Reconstruction, Water and Sanitary Sewer Replacements on: Norris Street (Crouch Ave. to East Dead End); Sydney Street (E. Berry St. to Reed St.); Lois Street (Sydney St. to East Dead End.); Chickasaw Street (Shackleford St. to Miller Ave.); Hatcher Street (Quail Ln. to Hardeman St.); Jennifer Court (Eastland St. to Eastland St.); Whitehall Street (Miller Ave. to Pate Dr.) Contract No. 33 City Project No. 00272 Employee Classification Rate/Hour Project Director $145 Project Manager $125 Project Engineer $105 CAD Designer $65 Draftsman $60 Clerical $50 Reimbursables Cost + 10% B2-1 EXHIBIT "B-3A" (SUPPLEMENT TO ATTACHMENT `B') SUMMARY OF TOTAL PROJECT FEES Engineering Design Services Associated With Street Reconstruction, Water and Sanitary Sewer Replacements on: Norris Street (Crouch Ave. to East Dead End); Sydney Street (E. Berry St. to Reed St.); Lois Street (Sydney St. to East Dead End.); Chickasaw Street(Shackleford St. to Miller Ave.); Hatcher Street (Quail Ln. to Hardeman St.); Jennifer Court (Eastland St. to Eastland St.); Whitehall Street (Miller Ave. to Pate Dr.) Contract No. 33 City Project No. 00272 Consulting Firm Prime Responsibility Amount Percent Prime Consultant RJN Group, Inc. Engineering and Proj. Mgmt. $168,632.25 75.99% M/WBE Consultants Gorrondona &Assoc. Surveying Services $28,392.00 12.79% LA Blueline Reproduction $6,683.80 3.01% Stream Water Group Engineering and QA/QC $18,200.00 8.20% $53,275.80 24.01% Non M/WBE Consultants None Total for Professional Services $221,908.05 100.00% Project Description Scope of Services Total Fee M/WBE Fee Percent Engineering Services Water, Sewer, Paving $221,908.05 $53,275.80 24.01% & Drainage CITY'S M/WBE GOAL= 24% EB-3A-1 11/1/2005 EXHIBIT "13-36" (SUPPLEMENT TO ATTACHMENT `B') PROFESSIONAL SERVICES FEE SUMMARY Engineering Design Services Associated With Street Reconstruction, Water and Sanitary Sewer Replacements on: Norris Street (Crouch Ave. to East Dead End); Sydney Street (E. Berry St. to Reed St.); Lois Street (Sydney St. to East Dead End.); Chickasaw Street(Shackleford St. to Miller Ave.); Hatcher Street (Quail Ln. to Hardeman St.); Jennifer Court (Eastland St. to Eastland St.); Whitehall Street (Miller Ave. to Pate Dr.) Contract No. 33 City Project No. 00272 PART A-CONCEPTUAL DESIGN and PART B-PRELIMINARY PLANS AND SPECIFICATIONS BASIC SERVICES: Transportation and Public Works (Construction Cost X ASCE Curve"A') Paving and Drainage: Design Phase $1,650,809.60 X 6.55% X 85% _ $91,908.82 T&PW Basic Services Subtotal: $91,908.82 Water Department(Construction Cost X ASCE Curve "A") Water Improvements: Design Phase $603,779.63 X 6.55% X 85% _ $33,615.43 Water Basic Services Subtotal: $33,615.43 Sewer Improvements: Design Phase $854,430.50 X 6.55% X 85% = $47,570.42 Sewer Basic Services Subtotal: $47,570.42 Water Department Basic Services Subtotal: $81,185.85 T&PW and Water: Basic Services Total $173,094.67 ADDITIONAL SERVICES: Transportation and Public Works Topographic Surveying Services (By M/WBE) $15,144.29 Erosion Control Plans and SWPPP $2,123.90 Meetings and Reports $530.97 Printing and Reproduction (By M/WBE) $4,851.10 Bidding and Construction Assistance $2,511.51 Administrative Fee (10%) on Subconsultants $2,265.03 Additional Services Subtotal= $27,426.80 Water Department SEWER WATER Topographic Surveying Services (By M/WBE) $7,836.19 $5,411.52 Erosion Control Plans and SWPPP $1,099.29 $776.81 Meetings and Reports $274.82 $194.20 Printing and Reproduction (By M/WBE) $862.21 $970.49 Bidding and Construction Assistance $1,299.91 $918.58 Administrative Fee (10%) on Subconsultants $1,007.25 $735.30 Additional Services Subtotal = $12,379.68 $9,006.90 T&PW and Water: Additional Services Total $48,813.38 TOTAL CONTRACT AMOUNT $221;908.05 EB-36-1 11/1/2005 EXHIBIT "13-313" (SUPPLEMENT TO ATTACHMENT `B') PROFESSIONAL SERVICES FEE SUMMARY Engineering Design Services Associated With Street Reconstruction, Water and Sanitary Sewer Replacements on: Norris Street (Crouch Ave. to East Dead End); Sydney Street(E. Berry St. to Reed St.); Lois Street (Sydney St. to East Dead End.); Chickasaw Street(Shackleford St. to Miller Ave.); Hatcher Street (Quail Ln. to Hardeman St.); Jennifer Court(Eastland St. to Eastland St.); Whitehall Street(Miller Ave. to Pate Dr.) SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) A. SUMMARY OF TOTAL FEE Service Description Water Sewer Paving Total Engineering Design $33,615.43 $47,570.42 $91,908.82 $173,094.67 Additional Services $3,595.38 $4,543.49 $12,282.51 $20,421.38 Surveying Services $5,411.52 $7,836.19 $15,144.29 $28,392.00 Total $42,622.33 $59,950.10 $119,335.63 $221,908.05 B. BREAKDOWN OF WATER, SEWER AND PAVING FEES (LESS SURVEY FEES) 1 Total Water Fee (less survey fee) Breakdown by Concept. Preliminary and Final Design a. Concept(30%)= (Total Water Fee-Water Survey Fee)x(0.30) _ $11,163.24 b. Preliminary(60%)= (Total Water Fee-Water Survey Fee)x(0.60) _ $22,326.49 C. Final (10%)= (Total Water Fee-Water Survey Fee)x(0.10) - $3,721.08 $37,210.81 2. Total Sewer Fee (less survey fee) Breakdown by Concept, Preliminary and Final Design a. Concept(30%) = (Total Water Fee-Water Survey Fee)x(0.30) = $15,634.17 b. Preliminary(60%)= (Total Water Fee-Water Survey Fee)x(0.60) = $31,268.35 C. Final (10%)= (Total Water Fee-Water Survey Fee)x(0.10) _ $5,211.39 $52,113.91 3. Total Paving Fee (less survey fee) Breakdown by Concept, Preliminary and Final Design a. Concept(30%) = (Total Water Fee-Water Survey Fee)x(0.30) = $31,257.40 b. Preliminary(60%)= (Total Water Fee-Water Survey Fee)x(0.60) = $62,514.80 C. Final (10%) = (Total Water Fee-Water Survey Fee)x(0.10) = $10,419.13 $104,191.33 Total Fee (less survey fee)= $193,516.05 E13-313-2 11/16/2005 EXHIBIT "B-3C" (SUPPLEMENT TO ATTACHMENT `B') FEES FOR SURVEYING SERVICES Engineering Design Services Associated With Street Reconstruction, Water and Sanitary Sewer Replacements on: Norris Street(Crouch Ave. to East Dead End); Sydney Street (E. Berry St. to Reed St.); Lois Street (Sydney St. to East Dead End.); Chickasaw Street (Shackleford St. to Miller Ave.); Hatcher Street (Quail Ln. to Hardeman St.); Jennifer Court (Eastland St. to Eastland St.); Whitehall Street(Miller Ave. to Pate Dr.) Contract No. 33 City Project No. 00272 SURVEY SERVICES Total Anticipated Pavement Replacement Length = 8,112 L.F. Topographic Survey Services for Pavement at$3.50 per LF 8,112 LF x$3.50 = $28,392.00 (Paving, Sewer&Water in Streets) 53.34%of Design Fee alotted to Paving $15,144.29 (53.34% of Pav't Survey Fee) 19.06% of Design Fee alotted to Water $5,411.52 (19.06%of Pav't Survey Fee) 27.60% of Design Fee alotted to Sewer $7,836.19 (27.60%of Pav't Survey Fee) Surveying Services for PAVING = $15,144.29 Surveying Services for WATER = $5,411.52 Surveying Services for SEWER = $7,836.19 T&PW and Water Department: Total for Surveying Services $28,392.00 EB-3C-1 11/1/2005 EXHIBIT "13-313" (SUPPLEMENT TO ATTACHMENT `B') FEE FOR REPRODUCTION SERVICES Engineering Design Services Associated With Street Reconstruction, Water and Sanitary Sewer Replacements on: Norris Street (Crouch Ave. to East Dead End); Sydney Street (E. Berry St. to Reed St.); Lois Street (Sydney St. to East Dead End.); Chickasaw Street (Shackleford St. to Miller Ave.); Hatcher Street (Quail Ln. to Hardeman St.); Jennifer Court (Eastland St. to Eastland St.); Whitehall Street (Miller Ave. to Pate Dr.) Contract No. 33 City Project No. 00272 Transportation & Public Works and Water Department: Conceptual Design Report 4 Sets of Report $0.10/Pg x 50 Pg/Report x 4 = $20.00 Preliminary and Utility Clearance Plans 16 Sets of Construction Plans $0.90/Sht x 62 Sht/Plan x 20 = $1,116.00 2 Sets of Specifications $0.10/Pg x 300 Pg/Spec x 2 = $60.00 Cross Sections $0.90/Sht x 46 Sht/Set x 2 = $82.80 Final Plans 2 Sets of Construction Plans $0.90/Sht x 62 Sht/Plan x 5 = $111.60 2 Sets of Specifications $0.10/Pg x 300 Pg/Spec x 5 = $60.00 Final Cross Sections 6 Sets of Documents $0.90/Sht x 46 Sht/Set x 6 = $248.40 Bid Documents 50 Sets of Construction Plans $0.90/Sht x 62 Sht/Plan x 50 = $2,790.00 50 Sets of Specifications $0.10/Pg x 300 Pg/Spec x 50 = $1,500.00 Exhibits for Public Meetings 2 Drawings (Mounted) $25.00/Board x 2 = $50.00 SWPPP 6 Sets of Plans $0.90/Sht x 7 Sht/Set x 10 = $63.00 6 SWPPP Books $0.10/Pg x 150 Sht/Book x 10 = $150.00 Final Mylars for Record Purposes 1 Set of Plans $4.00/Sht x 62 Sht/Plan x 1 = $248.00 1 Set of Cross Sections $4.00/Sht x 46 Sht/Set x 1 = $184.00 $6,683.80 BREAKDOWN OF REPRODUCTION FEES FOR WATER, SEWERYAVING AND DRAINAGE Estimated Number of Water Plan Sheets = 9 (14.52% of Fee) Fee = $970.49 Estimated Number of Sewer Plan Sheets = 8 (12.90% of Fee) Fee = $862.21 Estimated Number of Paving and Drainage Plan Sheets= 51 (72.58% of Fee) ee, �r4 8851.10 TOTAL REPRODUCTION F r ' $F 653.80 EB-3D-1 EXHIBIT "B-3E" (SUPPLEMENT TO ATTACHMENT `B') ADDITIONAL SERVICES Engineering Design Services Associated With Street Reconstruction, Water and Sanitary Sewer Replacements on: Norris Street (Crouch Ave. to East Dead End); Sydney Street (E. Berry St. to Reed St.); Lois Street (Sydney St. to East Dead End.); Chickasaw Street (Shackleford St. to Miller Ave.); Hatcher Street (Quail Ln. to Hardeman St.); Jennifer Court (Eastland St. to Eastland St.); Whitehall Street (Miller Ave. to Pate Dr.) Contract No. 33 City Project No. 00272 Additional Services: Transportation and Public Works and Water Department: TOTAL T&PW WATER SEWER Prepare SWPPP w/NOI and NOT(7 Locations) _ $4,000 $2,123.90 $776.81 $1,099.29 Bidding and Construction Phase Services $4,730 $2,511.51 $918.58 $1,299.91 Attend Pre-Bid Meeting Review and Tabulate Bids Attend Pre-Construction Meeting Attend Final Inspection Attend Public/Neighborhood Meetings (2 Anticipated)= $1,0001 $530.97 $194.20 $274.82 Total for Additional Services= $9,730 $5,166.381 1,889.59 $2,674.03 EB-3E-1 11/1/2005 EXHIBIT "134" SUMMARY OF OPINION OF PROBABLE CONSTRUCTION COST Asphalt Pavement YEAR THREE 2004 CAPITAL IMPROVEMENTS PROJECTS Contract No. 33 City Project No. 00272 A: Norris Street(Crouch St.to E Dead End) (710 LF Project Length) 1 Paving $111,605.67 36.30% 2 Drainage $0.00 0.00% 3 Water $77,352.00 25.16% 4 Sewer $118,519.50 38.55% Subtotal $307,477.17 100.00% B: Sydney Street(E Berry St.to Reed St.) (1,267 LF Project Length) 1 Paving $203,401.88 38.49% 2 Drainage $15,620.00 2.96% 3 Water $154,660.63 29.27% 4 Sewer $154,713.90 29.28% Subtotal $528,396.41 100.00% C: Lois Street(Sydney St.to E Dead End) (753 LF Project Lenth) 1 Paving $111,895.85 54.50% 2 Drainage $0.00 0.00% 3 Water $52,272.00 25.46% 4 Sewer $41,133.68 20.04% Subtotal $205,301.53 100.00% D: Chickasaw Avenue(Shackleford St.to Miller Ave.) (2,580 LF Project Length) 1 Paving $415,975.45 47.86% 2 Drainage $28,050.00 3.23% 3 Water $260,755.00 30.00% 4 Sewer $164,293.25 18.90% Subtotal $869,073.70 100.00% E: Hatcher Street(Quail LN.to Hardeman St.) (800 LF Project Length) 1 Paving $120,238.47 52.19% 2 Drainage $0.00 0.00% 3 Water $58,740.00 25.50% 4 Sewer $51,389.53 22.31% Subtotal $230,368.00 100.00% F: Jennifer Court(Eastland St.to Eastland St.) (1,252 LF Project Length) 1 Paving $214,005.33 51.80% 2 Drainage $0.00 0.00% 3 Water $0.00 0.00% 4 Sewer $199,134.93 48.20% Subtotal $413,140.26 100.00% G. Whitehall Street(Miller Ave.to Pate St.) (750 LF Project Length) 1 Paving $164,663.40 55.44% 2 Drainage $7,095.00 2.39% 3 Water $0.00 0.00% 4 Sewer $125,245.73 42.17% Subtotal $297,004.13 100.00% PROJECT TOTALS (8,112 LF TOTAL LENGTH) 1 Paving $1,341,786.05 47.07% 2 Drainage $50,765.00 1.78% 3 Water $603,779.63 21.18% 4 Sewer $854,430.50 29.97% OVERALL PROJECT TOTAL 2,850,761.18 100.00% ESTIMATED COST PER 14'WIDE LANE-MILE Assume 28'Face-Face of Curb 28'Width/14' Lane*8112 Total Length)/5280 FT/Mi 3.07 Lane-Miles 14'Wide) Total Paving Cost per Lane-Mile as h. pavement) =($1,341,786.05/ $437,063.86 EB-4-1 11/1/2005 EXHIBIT "B-4" SUMMARY OF OPINION OF PROBABLE CONSTRUCTION COST Concrete Pavement YEAR THREE 2004 CAPITAL IMPROVEMENTS PROJECTS Contract No. 33 City Project No.00272 A: Norris Street(Crouch St.to E Dead End) (710 LF Project Length) 1 Paving $133,812.80 40.59% 2 Drainage $0.00 0.00% 3 Water $77,352.00 23.46% 4 Sewer $118,519.50 35.95% Subtotal $329,684.30 100.00% B: Sydney Street(E Berry St.to Reed St.) (1,267 LF Project Length) 1 Paving $245,004.10 42.98% 2 Drainage $15,620.00 2.74% 3 Water $154,660.63 27.13% 4 Sewer $154,713.90 27.14% Subtotal $569,998.63 100.00% C: Lois Street(Sydney St.to E Dead End) (753 LF Project Lenth) 1 Paving $130,554.05 58.29% 2 Drainage $0.00 0.00% 3 Water $52,272.00 23.34% 4 Sewer $41,133.68 18.37% Subtotal $223,959.73 100.00% D: Chickasaw Avenue(Shackleford St.to Miller Ave.) (2,580 LF Project Length) 1 Paving $500,778.30 52.50% 2 Drainage $28,050.00 2.94% 3 Water $260,755.00 27.34% 4 Sewer $164,293.25 17.22% Subtotal $953,876.55 100.00% E: Hatcher Street(Quail LN.to Hardeman St.) (800 LF Project Length) 1 Paving $142,326.80 56.38% 2 Drainage $0.00 0.00% 3 Water $58,740.00 23.27% 4 Sewer $51,389.53 20.36% Subtotal $252,456.33 100.00% F: Jennifer Court(Eastland St.to Eastland St.) (1,252 LF Project Length) 1 Paving $256,745.50 56.32% 2 Drainage $0.00 0.00% 3 Water $0.00 0.00% 4 Sewer $199,134.93 43.68% Subtotal $455,880.43 100.00% G. Whitehall Street(Miller Ave.to Pate St.) (750 LF Project Length) 1 Paving $190,823.05 59.05% 2 Drainage $7,095.00 2.20% 3 Water $0.00 0.00% 4 Sewer $125,245.73 38.76% Subtotal $323,163.78 100.00% PROJECT TOTALS (8,112 LF TOTAL LENGTH) 1 Paving $1,600,044.60 51.46% 2 Drainage $50,765.00 1.63% 3 Water $603,779.63 19.42% 4 Sewer $854,430.50 27.48% OVERALL PROJECT TOTAL $3,109,019.73 100.00% ESTIMATED COST PER 14'WIDE LANE-MILE - Assume 28' Face-Face of Curb 28'Width/14'Lane*8112 Total Length)/5280 FT/Mile= 3.07 Lane-Miles 14'Wide) Total Paving Cost per Lane-Mile conc. pavement)=($1,600,044.60/.' $521,187.17 �� EB-4-2 11/1/2005 EXHIBIT"134" CITY OF FORT WORTH, 2004 CIP -Norris Street(Crouch St.to E Dead End) Engineer's Opinion of Probable Construction Cost ASPHALT PAVEMENT ENGINEER'S ESTIMATE Item Unit No. I Desai tion of Items Q Unit Price Total UNIT 1 -WATER LINE REPLACEMENT 1 I Furnish and Install 8"PVC C900 CL 200 Water Line 700 LF $29.00 $20,300.00 2 Furnish and Install 12"PVC C900 CL 200 Water Line 0 LF $40.00 $0.00 3 Fumish and Install 6"MJ Gate Valve Box and Lid 1 EA $675.00 $675.00 4 Fumish and Install 8"MJ Gate Valve Box and Lid 0 1 EA $1,000.00 1 $0.00 5 Furnish and Install 12"MJ Gate Valve Box and Lid 0 EA $1,500.00 $0.00 6 Furnish and Install Ductile Iron Fittings 1 TON $3,500.00 $3,500.00 7 Connect to Existing 6"Water Line Includes Solid Sleeve 1 EA $455.00 $455.00 8 Connect to Existing 8"Water Line Includes Solid Sleeve 0 EA $530.00 $0.00 9 Connect to Existing 12"Water Line Includes Solid Sleeve 0 EA $715.00 $0.00 10 1"Water Service Tap to Main 22 EA $150.00 $3,300.00 11 2"Water Service Tap to Main 0 1 EA $405.00 $0.00 12 Fumish and Install 3/4"Copper Service Line on Private Property 110 LF $11.50 $1,265.00 13 Install 1"Water Service Main to Meter Short10 EA $255.00 $2,550.00 14 Install 1"Water Service Main to Meter Lon 10 EA $500.00 $5 000.00 15 Install 2"Water ServiceMain to Meter Short 0 EA $650.00 $0.00 16 Install 2"Water ServiceMain to Meter Lon 0 EA $850.00 $0.00 17 Install 1"Assesment Service Short1 EA $315.00 $315.00 18 Install 1"Assesment Service Lon 1 1 EA $540.00 1 $540.00 19 Fumish and Install Class A Meter Box 22 EAM$7200.00001 $2.200.00 20 Furnish and Install Class C Meter Box 0 EA $0.00 21 Relocate ExistingService Meter and Box 2 EA $350.00 22 Remove and Salvage ExistingFire H 'drant 1 EA $200.00 23 Fumish and Install Standard Fire Hydrant,3'-6"Bu Depth 1 EA $11,850.00 24 Fumish and Install Fire Hydrant Barrel Extension 1 EA $20.00 25 Temporary As halt Pavement Repair 2"Hotmix on 6"FlexBase 1015 LF $20,300.00 26 1 Permanent Asphalt Pavement Repair Per Figure 2000-1 0 LF $45.00 $0.00 27 Permanent Concrerte Pavement Repair Per Figure 2000-2 0 LF $65.00 $0.00 28 Furnish and Install Temporary 2"Water Service 0.25 LS $30,000.00 $7,500.00 SUBTOTAL WATER LINE REPLACEMENTI 1 $70,320.00 10%CONTINGENCY1 1 $7,032.00 TOTAL WATER LINE REPLACEMENT I 1 1 $77,352.00 ._ APV7,. ,..� �'�' ,,. ��n.`�` •L`�,.�,,��,. '.. :: ���,� <�s�': �'t# �-�:h�,rte,, u�>�. UNIT 1 -SEWER LINE REPLACEMENT 1 Furnish and Install 8"PVC SDR 35 Sanitary Sewer Pie All Depths) 700 LF $45.00 $31,500.00 2 Fumish and Install 8"PVC Pressure Pie SDR 26 0 LF $48.00 $0.00 3 Fumish and Install 4"PVC Sanitary Sewer Service Line in Public ROW 550 LF $37.50 $20,625.00 4 Fumish and Install 4"PVC Schedule 40 Sanitary Sewer Service Line on Private 110 LF $41.50 $4,565.00 5 4"Sanitary Sewer Service Connection to Sewer Main 22 EA $425.00 $9,350.00 6 Fumish and Install 2-Way Cleanout at Property Line 22 EA $325.00 $7,150.00 7 Fumish and Install Standard 48"Diameter Manhole 0'-6-Dee 2 EA $3,800.00 $7,600.00 8 Fumish and Install Standard 48"Diameter Manhole Extra Depth Over 6'Dee 4 VF $175.00 $700.00 9 Furnish and Install Gasketed Watertight Manhole Insert 2 EA $65.00 $130.00 10 Perform Vacuum Test for New Sanitary Sewer Manhole 2 EA $150.00 $300.00 11 Construct Concrete Collar 2 EA $450.00 $900.00 12 Temporary Asphalt Pavement Repair 2"HMAC on 6"Flexbase 1116 LF $20.00 $22,320.00 13 Block Sodding Match Existing Sod Type) 66 1 SY $5.00 $330.00 14 1 Perform Post Rehabilitation Television Inspection 700 LF $1.50 $1,050.00 15 1 Fumish and Install Trench Safety Systems for Trenches over 5'Dee 700 1 LF $1.75 1 $1 225.00 SUBTOTAL SEWER LINE REPLACEMENTI I I T77W,745.00 10%CONTINGENCY1 I 1 1 $10,774.50 TOTAL SEWER LINE REPLACEMENT $118,519.50 TOTAL UNIT 1 -WATER AND SEWER LINE REPLACEMENTI $195,871.50 EB-4-3 11nrz005 EXHIBIT"134" CITY OF FORT WORTH, 2004 CIP -Norris Street(Crouch St.to E Dead End) Engineer's Opinion of Probable Construction Cost ASPHALT PAVEMENT ENGINEER'S ESTIMATE Item Unit No. Description of Items Q Unit Price Total UNIT 2-PAVING AND DRAINAGE BASE BID 1 1 Project Designation Sin 2 EA $300.00 $600.00 2 Borrow Excavation(Compacted in Place 20 Cy $12.00 $240.00 3 Remove Existing Concrete Driveways,Sidewalks etc. 3300 SY $3.00 $9,900.00 4 Remove Existing Concrete Curb and Gutter 1356 LF $1.00 $1,356,00 5 Remove Existing 6"Concrete Pavement 0 SY $9.00 $0.00 6 6"Reinforced Concrete Driveway Pavement 3300 SF $5.00 $16,500.00 7 4"Reinforced Concrete Sidewalk and Leadwalk 0 SF $3.00 $0.00 8 Construct Handicap Ram -Type 1 0 EA $300.00 $0.00 9 Construct Handicap Ram -Type 3 0 EA $300.00 $0.00 10 6"Asphalt Trabnsition Type"D" 0 1 SY $29.00 $0.00 11 4"Topsoil 33 Cy $12.50 $412.50 12 Water Valve Ad'ustment to Proposed Grade 2 EA $300.00 $600.00 13 Manhole Adjustment to Proposed Grade 2 EA $350.00 $700.00 14 lWater Meter Box Ad'ustment to Proposed Grade 22 EA $35.00 $770.00 15 1 Utility Ad'ustments 0.09 LS $15,000.00 $1,350.00 16 1 Erosion Control and Protection SWPPP 0.09 LS $5,000.001 $450.00 SUBTOTAL PAVING BASE BID $32,878.50 ALTERNATE A-ASPHALT PAVEMENT Al Unclassified Street Excavation 120 CY $12.00 $1,440.00 A2 8"Lime Stabilized Sub rade 40#per SY 2367 SY $2.60 $6,154.20 A3 Lime for Sub rade Stabilization 47.5 TON $110.00 $5,225.00 A4 6"HMAC Pavement 1972 SY $18.50 $36,482.00 A5 7"Concrete Curb with 18"Gutter 1420 LF $12.00 $17,040. 0 A6 7"Inte ral Concrete Curb 1 20 1 LF $2.00 $40.00 A7 IConcrete Pavement Header 1 0 LF $12.001 $0.00 A8 7"Reinforced Concrete Valle Gutter 1 44 SY $50.001 $2.200.00 SUBTOTAL PAVING ALTERNATE A $68,581.20 TOTAL PAVING ALTERNATE Al $101,459.70 10%CONTINGENCY1 I 1 1 $10,145.97 TOTAL UNIT 2-PAVING ALTERNATE Al111,605.67 UNIT 2-DRAINAGE 1 21"RCP(Type III for Storm Drain 0 LF $63.00 $0.00 2 Remove Existing 5'Inlet 0 EA $500.00 $0.00 3 Remove Existing 10'Inlet 0 EA $750.00 $0.00 4 Remove Existing 20'Inlet 0 EA $1,000.00 $0.00 5 Construct Standard 10'Inlet 0 EA $2,600.00 $0.00 6 Construct Standard 20'Inlet 0 1 EA $5,500.00 1 $0.00 7 Construct Standard Storm Drain Manhole Type 1 0 EA $5,000.00 $0.00 8 Connect to Existing Storm Drain Pie 0 EA $450.00 $0.00 9 Trench Excavation and Backfill for Storm Drain 0 LF $10.00 $0.00 10 Trench Safety Protection for Storm Drain 0 LF $1.00 $0.00 SUBTOTAL DRAINAGE1 I I F $0.00 10%CONTINGENCY1 I 1 $0.00 TOTAL UNIT 2-DRAINAGE $0.00 TOTAL UNIT 2- PAVING AND DRAINAGE1 $111,605.67 ALTERNATE A PROJECT TOTALI $307,477.17 SUMMARY: WATER COST $77,352.00 SEWER COST $118,519.50 UNIT 1 TOTAL $195,871.50 PAVING SUBTOTAL $111,605.67 DRAINAGE SUBTOTAL $0.00 UNIT 2 TOTAL $111,605.67 TOTAL PROJECT COST $307,477.17 EB-4-4 1111/2005 I EXHIBIT"134" CITY OF FORT WORTH, 2004 CIP - Norris Street(Crouch St.to E Dead End) Engineer's Opinion of Probable Construction Cost CONCRETE PAVEMENT ENGINEER'S ESTIMATE Item Unit No. Description of Items Qtv Unit Price Total UNIT 1 -WATER LINE REPLACEMENT 1 Furnish and Install 8"PVC C900 CL 200 Water Line 700 LF $29.00 $20,300.00 2 Furnish and Install 12"PVC C900 CL 200 Water Line 0 LF $40.00 $0.00 3 Furnish and Install 6"MJ Gate Valve Box and Lid 1 EA $675.00 $675.00 4 Furnish and Install 8"MJ Gate Valve Box and Lid 0 EA $1,000.00 $0.00 5 Furnish and Install 12"MJ Gate Valve Box and Lid 0 EA $1,500.00 $0.00 6 Furnish and Install Ductile Iron Fittings 1 TON $3,500.00 $3,50000 7 Connect to Existing 6"Water Line Includes Solid Sleeve 1 EA $455.00 $455.00 8 Connect to Existing 8"Water Line Includes Solid Sleeve 0 EA $530.00 $0.00 9 Connect to Existing 12"Water Line Includes Solid Sleeve 0 EA $715.00 $0.00 10 1"Water Service Tap to Main 22 EA $150.00 1 $3,300.00 11 2"Water Service Tap to Main 0 EA $405.00 $0.00 12 Furnish and Install 3/4"Copper Service Line on Private Property 110 LF $11.50 $1,265.00 13 Install 1"Water Service Main to Meter Short10 EA $255.00 $2,550.60 14 Install 1"Water Service Main to Meter Lon 10 EA $500.00 $5,000.00 15 Install 2"Water Service Main to Meter Short0 1 EA $650.00 $0.00 16 Install 2"Water Service Main to Meter Lon 0 EA $850.00 $0.00 17 Install 1"Assesment Service Short1 EA $315.00 $315.00 18 Install 1"Assesment Service Lon 1 EA $540.00 $540.00 19 Furnish and Install Class A Meter Box 22 EA $100.00 $2,200.00 20 Furnish and Install Class C Meter Box 0 EA $110.00 $0.00 21 Relocate Existing Service Meter and Box 2 EA $175.00 $350.00 22 Remove and Salvage Existing Fire Hydrant 1 1 EA $200.00 $200.00 23 Furnish and Install Standard Fire Hydrant,3'-6"Bury Depth 1 EA $1,850.00 $1,850.00 24 Furnish and Install Fire H drant Barrel Extension 1 EA $20.00 $20.00 25 Temr)orary As halt Pavement Repair 2"Hotmix on 6"FlexBase 1015 LF $20.00 $20,300.00 26 Permanent Asphalt Pavement Repair Per Figure 2000-1 0 LF $45.00 $0.00 27 Permanent Concrerte Pavement Repair Per Figure 2000-2 0 LF $65.00 $0.00 28 Furnish and Install Temporary 2"Water Service 0.25 LS $30,000.00 $7,500.00 SUBTOTAL WATER LINE REPLACEMENT 1 1 $70,320.00 10%CONTINGENCY $7,032.00 TOTAL WATER LINE REPLACEMENT $77,352.00 UNIT 1 -SEWER LINE REPLACEMENT 1 Furnish and Install 8"PVC SDR 35 Sanitary Sewer Pie All Depths) 700 LF $45.00 $31,50000 2 Furnish and Install 8"PVC Pressure Pie SDR 26 0 LF $48.00 $0.00 3 Furnish and Install 4"PVC Sanitary Sewer Service Line in Public ROW 550 LF $37.50 $20,625.00 4 Furnish and Install 4"PVC Schedule 40 Sanitary Sewer Service Line on Private P 110 LF $41.50 $4,565.00 5 4"Sanitary Sewer Service Connection to Sewer Main 22 EA $425.00 $9,350.00 6 Furnish and Install 2-Way Cleanout at Property Line 22 EA $325.00 $7,150.00 7 Furnish and Install Standard 48"Diameter Manhole 0'-6-Dee 2 1 EA $3,800.00 $7,600.00 8 1 Furnish and Install Standard 48"Diameter Manhole Extra Depth Over 6'Dee 4 VF $175.00 $700.00 9 Furnish and Install Gasketed Watertight Manhole Insert 2 EA $65.00 $130.00 10 Perform Vacuum Test for New Sanitary Sewer Manhole 2 EA $150.00 $300.00 11 Construct Concrete Collar 2 EA $450.00 $900.00 12 Temporary Asphalt Pavement Repair 2"HMAC on 6"Flexbase 1116 LF $20.00 $22,320.00 13 Block Sodding Match Existing Sod Type) 66 SY $5.00 $330.00 14 Perform Post Rehabilitation Television Inspection 700 LF 1 $1.50 $1,050.00 15 1 Furnish and Install Trench Safety Systems for Trenches over 5'Dee 700 LF 1 $1.75 $1 225.00 SUBTOTAL SEWER LINE REPLACEMENT1 1 $107,745.00 10%CONTINGENCY1 T 1 $10,774.50 TOTAL SEWER LINE REPLACEMENT1 $118,519.50 TOTAL UNIT 1 -WATER AND SEWER LINE REPLACEMENT1 $195,871.50 EB-4-5 11/112005 EXHIBIT"134" CITY OF FORT WORTH,2004 CIP -Norris Street(Crouch St.to E Dead End) Engineer's Opinion of Probable Construction Cost CONCRETE PAVEMENT ENGINEER'S ESTIMATE Item Unit No. I Description of Items Qty Unit Price Total UNIT 2-PAVING AND DRAINAGE BASE BID 1 Project Desi nation Sin 2 EA $300.00 $600.00 2 Borrow Excavation(Compacted in Place 20 Cy $12.00 $240.00 3 Remove Existing Concrete Driveways,Sidewalks etc. 3300 SY $3.00 $9,900.00 4 Remove Existing Concrete Curb and Gutter 1356 LF $1.00 $1,356.00 5 Remove Existing 6"Concrete Pavement 0 SY $9.00 $0.00 6 6"Reinforced Concrete Driveway Pavement 3300 SF $5.00 $16,500.00 7 4"Reinforced Concrete Sidewalk and Leadwalk 0 SF $3.00 $0.00 8 Construct Handicap Ram -Type 1 0 EA $300.00 $0.00 9 Construct Handicap Ram -Type 3 0 EA $300.00 $0.00 10 6"Asphalt Trabnsition Type"D" 0 1 SY $29.00 1 $0.00 11 4"Topsoil 33 Cy $12.50 $412.50 12 Water Valve Adjustment to Proposed Grade 2 EA $300.00 $600.00 13 Manhole Adjustment to Proposed Grade 2 EA $350.00 $700.00 14 Water Meter Box Adjustment to Proposed Grade 22 EA $35.00 $770.00 15 Utility Adjustments 0.09 LS $15000.00 $1,350.00 16 Erosion Control and Protection SWPPP 0.09 LS $5,000.00 $450.00 SUBTOTAL PAVING BASE BID $32,878.50 ALTERNATE B-CONCRETE PAVEMENT 61 Unclassified Street Excavation 360 CY $12.00 $4,320.00 B2 6"Lime Stabilized Sub rade 28#per SY 2367 SY $2.50 $5,917.50 B3 Lime for Sub rade Stabilization 33 TON $110.00 $3,630.00 B4 6"Reinforced Concrete Pavement 2288 SY $24.00 $54,912.00 B5 7"Inte ral Concrete Curb 1420 LF $12.00 $17,040.00 B6 7"Concrete Curb with 18"Gutter 20 LF $2.00 $40.00 B7 ISilicone Joint Sealant 2910 LF $1.00 1 $2,910.00 SUBTOTAL PAVING ALTERNATE B $88,769.50 TOTAL PAVING ALTERNATE B $121,648.00 10%CONTINGENCY1 I 1 1 $12,164.80 TOTAL UNIT 2-PAVING ALTERNATE BI 1 133,812.80 UNIT 2-DRAINAGE 1 21"RCP(Type III for Storm Drain 0 LF $63.00 $0.00 2 Remove Existing 5'Inlet 0 EA $500.00 $0.00 3 Remove Existing 10'Inlet 0 EA $750.00 $0.00 4 Remove Existing 20'Inlet 0 EA $1,000.00 $0.00 5 Construct Standard 10'Inlet 0 EA $2,600.00 $0.00 6 Construct Standard 20'Inlet 0 EA $5,500.00 $0.00 7 Construct Standard Storm Drain Manhole Type 1 0 EA $5,000.00 $0.00 8 Connect to Existing Storm Drain Pie 0 EA $450.00 $0.00 9 Trench Excavation and Backfill for Storm Drain 0 LF $10.00 $0.00 10 Trench Safety Protection for Storm Drain 0 LF $1.00 $0.00 SUBTOTAL DRAINAGE I I 1 $0.00 10%CONTINGENCY $0.00 TOTAL UNIT 2-DRAINAGE1 I 1 $0.00 TOTAL UNIT 2- PAVING AND DRAINAGE1 $133,812.80 ALTERNATE B PROJECT TOTALI $329,684.30 SUMMARY: WATER COST $77,352.00 SEWER COST $118,519.50 UNIT 1 TOTAL $195,871.50 PAVING SUBTOTAL $133,812.80 DRAINAGE SUBTOTAL $0.00 UNIT 2 TOTAL $133,812.80 TOTAL PROJECT COST $329,684.30 EB-4-6 11/1/2005 EXHIBIT"B-4" CITY OF FORT WORTH, 2004 CIP -Sydney Street(E Berry St.to Reed St.) Engineer's Opinion of Probable Construction Cost ASPHALT PAVEMENT ENGINEER'S ESTIMATE Item Unit No. Description of Items Qt Unit Price Total UNIT 1 -WATER LINE REPLACEMENT 1 Furnish and Install 8"PVC C900 CL 200 Water Line 0 LF $29.00 $0.00 2 Furnish and Install 12"PVC C900 CL 200 Water Line 1250 LF $40.00 $50,000.00 3 Furnish and Install 6"MJ Gate Valve Box and Lid 1 EA $675.00 $675.00 4 Furnish and Install 8"MJ Gate Valve Box and Lid 0 EA $1,000.00 $0.00 5 Furnish and Install 12"MJ Gate Valve Box and Lid 2 1 EA $1,500.00 $3,000.00 6 Furnish and Install Ductile Iron Fittings 2 1 TON $3,500.00 $7,000.00 7 Connect to Existing 6"Water Line Includes Solid Sleeve 0 EA $455.00 $0.00 8 Connect to Existing 8"Water Line Includes Solid Sleeve 0 EA $530.00 $0.00 9 Connect to Existing 12"Water Line Includes Solid Sleeve 1 EA $715.00 $715.00 10 1"Water Service Tap to Main 35 EA $150.00 $5,250. 0 11 2"Water Service Tap to Main 2 EA $405.00 $810.00 12 Furnish and Install 3/4"Copper Service Line on Private Property 175 LF $11.50 $2,012.50 13 Install 1"Water ServiceMain to Meter Short16 1 EA $255.00 $4,080.00 14 Install 1"Water Service Main to Meter Lon 17 1 EA $500.00 $8,500.00 15 Install 2"Water ServiceMain to Meter Short1 EA $650.00 $650.00 16 Install 2"Water Service Main to Meter Lon 1 EA $850.00 $850.00 17 Install 1"Assesment Service Short1 EA $315.00 1 $315.00 18 Install 1"Assesment Service Lon 1 EA $540.00 $540.00 19 Furnish and Install Class A Meter Box 35 EA $100.00 $3,500.00 20 Furnish and Install Class C Meter Box 2 EA $110.00 $220.00 21 Relocate Existing Service Meter and Box 4 1 EA $175.00 $700.00 22 Remove and Salvage Existing Fire Hydrant 1 EA $200.00 $200.00 23 Furnish and Install Standard Fire Hydrant,3'-6"Bury Depth 1 EA $1,850.00 $1,850. 0 24 Furnish and Install Fire Hydrant Barrel Extension 1 EA $20.00 $20.00 25 Temporary Asphalt Pavement Repair 2"Hotmix on 6"FlexBase 1805 LF $20.00 $36,100.00 26 Permanent Asphalt Pavement Repair Per Figure 2000-1 0 LF $45.00 $0.00 27 Permanent Concrerte Pavement Repair Per Figure 2000-2 0 LF $65.00 $0.00 28 Furnish and Install Temporary 2"Water Service 1 0.25 1 LS $30,000. 0 $7,500.00 SUBTOTAL WATER LINE REPLACEMENT $134,487.50 15%CONTINGENCY1 1 1 $20,173.13 TOTAL WATER LINE REPLACEMENTI 1 1 $154,660.63 Q DO UNIT 1 -SEWER LINE REPLACEMENT 1 Furnish and Install 8"PVC SDR 35 Sanitary Sewer Pie All Depths) 1072 LF $45.00 $48,240.00 2 Furnish and Install 8"PVC Pressure Pie SDR 26 0 LF $48.00 $0.00 3 Furnish and Install 4"PVC Sanitary Sewer Service Line in Public ROW 600 LF $37.50 $22,500.00 4 Furnish and Install 4"PVC Schedule 40 Sanitary Sewer Service Line on Private P 120 LF $41.50 $498000 5 4"SanitarySewer Service Connection to Sewer Main 24 EA $425.00 $10:200!00 6 Furnish and Install 2-Way Cleanout at Property Line 24 EA $325.00 $7,800.00 7 Furnish and Install Standard 48"Diameter Manhole 0'-6-Dee 3 1 EA $3,800.00 $11,406.00 8 Furnish and Install Standard 48"Diameter Manhole Extra Depth Over 6'Dee 6 VF $175.00 $1,05 .00 9 Furnish and Install Gasketed Watertight Manhole Insert 3 EA $65.00 $195.00 10 Perform Vacuum Test for New Sanitary Sewer Manhole 3 EA $150.00 $450.00 11 Construct Concrete Collar 3 EA $450.00 $1,350.00 12 Temporary Asphalt Pavement Repair 2"HMAC on 6"Flexbase 1432 LF $20.00 $28,640.00 13 Block Soddin Match Existing Sod Type) 72 SY $5.00 $360.00 14 Perform Post Rehabilitation Television Inspection 1072 LF $1.50 $1,608.00 15 1 Furnish and Install Trench Safety Systems for Trenches over 5'Dee 1072 1 LF $1.75 $1,876.00 SUBTOTAL SEWER LIME REPLACEMENTI I 1 1 $140,649.00 10%CONTINGENCY1 I 1 $14,064.90 TOTAL SEWER LINE REPLACEMENT $154,713.90 TOTAL UNIT 1 -WATER AND SEWER LINE REPLACEMENTI $309,374.53 k EB-4-7 1111r2005 EXHIBIT"134" CITY OF FORT WORTH, 2004 CIP -Sydney Street(E Berry St. to Reed St.) Engineer's Opinion of Probable Construction Cost ASPHALT PAVEMENT ENGINEER'S ESTIMATE Item Unit No. I Description of Items Qty Unit Price Total UNIT 2-PAVING AND DRAINAGE BASE BID 1 Proiect Desi nation Sin 2 EA $300.00 $600.00 2 Borrow Excavation(Compacted in Place 50 CY $12.00 $600.00 3 Remove Existing Concrete Driveways,Sidewalks etc. 6710 SY $3.00 $20,130.00 4 Remove Existing Concrete Curb and Gutter 2084 LF $1.00 $2,084.00 5 Remove Existing 6"Concrete Pavement 70 SY $9.00 $630.00 6 6"Reinforced Concrete Driveway Pavement 6710 SF $5.00 $33,550.00 7 4"Reinforced Concrete Sidewalk and Leadwalk 0 SF $3.00 $0.00 8 Construct Handicap Ram -Type 1 0 EA $300.00 $0.00 9 Construct Handicap Ram -Type 3 0 EA $300.00 $0.00 10 6"Asphalt Trabnsition Type"D" 0 1 SY $29.00 $0.00 11 4"Topsoil 51 1 CY $12.50 $637.50 12 Water Valve Adjustment to Proposed Grade 2 EA $300.00 $600.00 13 Manhole Adjustment to Proposed Grade 3 EA $350.00 $1,050.00 14 Water Meter Box Adjustment to Proposed Grade 35 EA $35.00 $1,225.00 15 Utility Adjustments 0.16 LS $15 000.00 $2,400.00 16 Erosion Control and Protection SWPPP 0.16 LS $5 000.00 $800.00 SUBTOTAL PAVING BASE BID $64,306.50 ALTERNATE A-ASPHALT PAVEMENT Al Unclassified Street Excavation 215 CY $12.00 $2,580.00 A2 8"Lime Stabilized Sub rade 40#per SY 4223 SY $2.60 $10,979.80 A3 Lime for Sub rade Stabilization 84.5 TON $110.00 $9,295.00 A4 6"HMAC Pavement 3519 SY $18.50 $65,101.50 A5 7"Concrete Curb with 18"Gutter 2534 LF $12.00 $30,408.00 A6 7"Integral Concrete Curb 1 20 1 LF $2.00 $40.00 A7 lConcrete Pavement Header 1 0 1 LF $12.00 $0.00 A8 7"Reinforced Concrete Valley Gutter 1 44 1 SY $50.00 $2 200.00 SUBTOTAL PAVING ALTERNATE Al $120,604.30 TOTAL PAVING ALTERNATE Al $184,910.80 10%CONTINGENCY1 I 1 $18,491.08 TOTAL UNIT 2-PAVING ALTERNATE Al203,401.88 UNIT 2-DRAINAGE 1 21"RCP(Type 111 for Storm Drain 50 LF $63.00 $3,150.00 2 Remove Existing 5'Inlet 1 EA $500.00 $500.00 3 Remove Existing 10'Inlet 0 EA $750.00 $0.00 4 Remove Existing 20'Inlet 1 EA $1,000.00 $1,000.00 5 Construct Standard 10'Inlet 1 EA $2,600.00 $2,600.00 6 Construct Standard 20'Inlet 1 EA $5,500.00 $5,500.00 7 Construct Standard Storm Drain Manhole Type 1 0 EA $5,000.00 $0.00 8 Connect to Existing Storm Drain Pie 2 EA $450.00 $900.00 9 Trench Excavation and Backfill for Storm Drain 50 LF $10.00 $500.00 10 Trench Safety Protection for Storm Drain 50 LF $1.00 $50.00 SUBTOTAL DRAINAGE $14,200.00 10%CONTINGENCY1 I 1 $1,420.00 TOTAL UNIT 2-DRAINAGE1 I 1 $15,620.00 TOTAL UNIT 2- PAVING AND DRAINAGE1 1 $219,021.88 ALTERNATE A PROJECT TOTALI $528,396.41 SUMMARY: WATER COST $154,660.63 SEWER COST $154,713.90 UNIT 1 TOTAL $309,374.53 PAVING SUBTOTAL $203,401.88 DRAINAGE SUBTOTAL $15,620.00 UNIT 2 TOTAL $219,021.88 TOTAL PROJECT COST $528,396.41 EB-4-8 111212005 EXHIBIT"B-4" CITY OF FORT WORTH, 2004 CIP -Sydney Street(E Berry St.to Reed St.) Engineer's Opinion of Probable Construction Cost CONCRETE PAVEMENT ENGINEER'S ESTIMATE Item Unit No. Descri tion of Items Qty Unit Price Total UNIT 1 -WATER LINE REPLACEMENT 1 Furnish and Install 8"PVC C900 CL 200 Water Line 0 LF $29.00 $0.00 2 Furnish and Install 12"PVC C900 CL 200 Water Line 1250 LF $40.00 $50,000.00 3 Furnish and Install 6"MJ Gate Valve Box and Lid 1 EA $675.00 $675.00 4 Furnish and Install 8"MJ Gate Valve Box and Lid 0 EA $1,000.00 $0.00 5 Furnish and Install 12"MJ Gate Valve Box and Lid 2 EA $1,500.00 $3,000.00 6 Furnish and Install Ductile Iron Fittings 2 TON $3,500.00 $7,000.00 7 Connect to Existing 6"Water Line Includes Solid Sleeve 0 EA $455.00 $0.00 8 Connect to Existing 8"Water Line Includes Solid Sleeve 0 EA $530.00 $0.00 9 Connect to Existing 12"Water Line Includes Solid Sleeve 1 EA $715.00 $715.00 10 1"Water Service Tap to Main 35 EA $150.00 $5,250.00 11 2"Water Service Tap to Main 2 1 EA $405.00 $810.00 12 Furnish and Install 3/4"Copper Service Line on Private Property 175 LF $11.50 $2,012.50 13 Install 1"Water Service Main to Meter Short16 EA $255.00 $4,080.00 14 Install 1"Water Service Main to Meter Lon 17 EA $500.00 $8,500.00 15 Install 2"Water Service Main to Meter Short 1 EA $650.00 $650.00 16 Install 2"Water Service Main to Meter Lon 1 EA $850.00 $850.00 17 Install 1"Assesment Service Short 1 EA $315.00 $315.00 18 Install 1"Assesment Service Lon 1 1 EA $540.00 $540.00 19 Furnish and Install Class A Meter Box 35 EA $100.00 $3,500.00 20 Furnish and Install Class C Meter Box 2 EA $110.00 $220.00 21 Relocate Existing Service Meter and Box 4 EA $175.00 $700.00 22 Remove and Salvage Existing Fire Hydrant 1 EA $200.00 $200.00 23 Furnish and Install Standard Fire Hydrant,3'-6"Bury Depth 1 EA $1,850.00 $1,850. 0 24 Furnish and Install Fire Hydrant Barrel Extension 1 EA $20.00 $20.00 25 TemporarV Asphalt Pavement Repair 2"Hotmix on 6"FlexBase 1805 1 LF $20.00 $36,100.00 26 Permanent Asphalt Pavement Repair Per Figure 2000-1 0 LF $45.00 $0.00 27 Permanent Concrerte Pavement Repair Per Figure 2000-2 0 LF $65.00 $0.00 28 Furnish and Install Temporary 2"Water Service 0.25 LS $30 000.00 $7,500.00 SUBTOTAL WATER LINE REPLACEMENTI I 1 1 $134,487.50 15%CONTINGENCY1 I 1 1 $20,173.13 TOTAL WATER LINE REPLACEMENTI 1 $154,660.63 ' y 7,5W-'7-, UNIT 1 -SEWER LINE REPLACEMENT 1 Furnish and Install 8"PVC SDR 35 Sanitary Sewer Pie All Depths) 1072 LF $45.00 $48,240.00 2 Furnish and Install 8"PVC Pressure Pie SDR 26 0 LF $48.00 $0.00 3 Furnish and Install 4"PVC Sanitary Sewer Service Line in Public ROW 600 LF $37.50 $22,500.00 4 Furnish and Install 4"PVC Schedule 40 Sanitary Sewer Service Line on Private Pi 120 LF $41.50 $4,980.00 5 4"Sanitary Sewer Service Connection to Sewer Main 24 EA $425.00 $10,200..00 6 Furnish and Install 2-Way Cleanout at Property Line 24 EA $325.00 $7,800.00 7 Furnish and Install Standard 48"Diameter Manhole 0'-6-Dee 3 1 EA $3 800.00 $11,400.00 8 Furnish and Install Standard 48"Diameter Manhole Extra Depth Over 6'Dee 6 VF $175.00 $1,050.00 9 Furnish and Install Gasketed Watertight Manhole Insert 3 EA $65.00 $195.00 10 Perform Vacuum Test for New Sanitary Sewer Manhole 3 EA $150.00 $450.00 11 Construct Concrete Collar 3 EA $450.00 1 $1,350.00 12 Temporary Asphalt Pavement Repair 2"HMAC on 6"Flexbase 1432 LF $20.00 $28,640.00 13 1 Block Soddinq Match Existing Sod Type) 72 1 SY $5.00 $360.00 14 1 Perform Post Rehabilitation Television Inspection 1072 LF $1.50 $1,608.00 15 1 Furnish and Install Trench Safety Systems for Trenches over 5'Dee 1072 LF $1.75 $1,876.00 SUBTOTAL SEWER LINE REPLACEMENTI 1 $140,649.00 10%CONTINGENCY $14,064.90 TOTAL SEWER LINE REPLACEMENT $154,713.90 TOTAL UNIT 1 -WATER AND SEWER LINE REPLACEMENT $309,374.53 EB-4-9 11/1/2005 EXHIBIT"B-4" CITY OF FORT WORTH, 2004 CIP -Sydney Street(E Berry St.to Reed St.) Engineer's Opinion of Probable Construction Cost CONCRETE PAVEMENT ENGINEER'S ESTIMATE Item Unit No. I Description of Items Qtv Unit Price Total UNIT 2-PAVING AND DRAINAGE BASE BID 1 Project Desi nation Sin 2 EA $300.00 $600.00 2 Borrow Excavation(Compacted in Place 50 CY $12.00 $600.00 3 Remove Exisbnq Concrete Drvewa s Sidewalks etc. 6710 SY $3.00 $20,130.00 4 Remove Existing Concrete Curb and Gutter 2084 LF $1.00 $2,08T00 5 Remove Existing 6"Concrete Pavement 70 SY $9.00 $630.00 6 6"Reinforced Concrete Driveway Pavement 6710 SF $5.00 $33,550.00 7 4"Reinforced Concrete Sidewalk and Leadwalk 0 SF $3.00 $0.00 8 Construct Handicap Ram -Type 1 0 EA $300.00 $0.00 9 Construct Handicap Ram -Type 3 0 EA $300.00 $0.00 10 6"Asphalt Trabnsition Type"D" 0 1 SY $29.00 $0.00 11 4"Topsoil 51 CY $12.50 $637.50 12 Water Valve Adjustment to Proposed Grade 2 EA $300.00 $600.00 13 Manhole Adjustment to Proposed Grade 3 EA $350.00 $1,050.00 14 Water Meter Box Adjustment to Proposed Grade 35 EA $35.00 $1,225.00 15 Utility Adjustments 0.16 LS $15 000.00 $2,400.00 16 Erosion Control and Protection SWPPP 0.16 LS $5,000.00 $800.00 SUBTOTAL PAVING BASE BID $64,306.50 ALTERNATE B-CONCRETE PAVEMENT 131 Unclassified Street Excavation 645 CY $12.00 $7,740.00 B2 6"Lime Stabilized Sub rade 28#per SY 4223 SY $2.50 $10557.50 B3 Lime for Sub rade Stabilization 59 TON $110.00 $6,490.00 64 6"Reinforced Concrete Pavement 4083 SY $24.00 $97,992.00 65 7"Integral Concrete Curb 2534 LF $12.00 $30,408.00 66 7"Concrete Curb with 18"Gutter 20LF $2.00 $40.00 137 1 Silicone Joint Sealant 5197 LF $1.00 1 $5,197.00 SUBTOTAL PAVING ALTERNATE B $158,424.50 TOTAL PAVING ALTERNATE B $222,731.00 10%CONTINGENCYI I 1 $22,273.10 TOTAL UNIT 2-PAVING ALTERNATE B 245,004.10 UNIT 2-DRAINAGE 1 21"RCP(Tvpe III for Storm Drain 50 LF $63.00 $3 150.00 2 Remove Existing5'Inlet 1 EA $500.00 $500.00 3 Remove Existing10'Inlet 0 EA $750.00 $0.00 4 Remove Existing20'Inlet 1 EA $1,000.00 $1 000.00 5 Construct Standard 10' Inlet 1 EA $2,600.00 $2 600.00 6 Construct Standard 20'Inlet 1 1 EA $5,500.00 $5,500.00 7 Construct Standard Storm Drain Manhole Type 1 0 EA $5,000.00 $0.00 8 Connect to Existing Storm Drain Pie 2 EA $450.00 $900.00 9 Trench Excavation and Backfill for Storm Drain 50 LF $10.00 $500.00 10 Trench Safety Protection for Storm Drain 50 LF $1.00 $50.00 SUBTOTAL DRAINAGE1 I 1 $14,200.00 10%CONTINGENCYI I 1 $1,420.00 TOTAL UNIT 2-DRAINAGE1 1 $15,620.00 TOTAL UNIT 2- PAVING AND DRAINAGE1 $260,624.10 ALTERNATE B PROJECT TOTALI $569,998.63 SUMMARY: WATER COST $154,660.63 SEWER COST $154,713.90 UNIT 1 TOTAL $309,374.53 PAVING SUBTOTAL $245,004.10 DRAINAGE SUBTOTAL $15,620.00 UNIT 2 TOTAL $260,624.10 TOTAL PROJECT COST $569,998.63 EB-4-10 11/1/2005 EXHIBIT"B-4" CITY OF FORT WORTH, 2004 CIP -Lois Street(Sydney St. to E Dead End) Engineer's Opinion of Probable Construction Cost ASPHALTPAVEMENT ENGINEER'S ESTIMATE Item Unit No. I Description of Items Qtv Unit Price Total UNIT 1 -WATER LINE REPLACEMENT 1 Furnish and Install 8"PVC C900 CL 200 Water Line 800 LF $29.00 $23,200.00 2 Furnish and Install 12"PVC C900 CL 200 Water Line 0 LF $40.00 $0.00 3 Furnish and Install 6"MJ Gate Valve Box and Lid 0 EA $675.00 $0.00 4 Furnish and Install 8"MJ Gate Valve Box and Lid 4 EA $1,000.00 $4,000.00 5 Furnish and Install 12"MJ Gate Valve Box and Lid 0 EA $1,500.00 $0.00 6 Furnish and Install Ductile Iron Fittings 1 TON $3,500.00 $3,500.00 7 Connect to Existing 6"Water Line Includes Solid Sleeve 2 EA $455.00 $910.00 8 Connect to Existing 8"Water Line Includes Solid Sleeve 0 EA $530.00 $0.00 9 Connect to Existing 12"Water Line Includes Solid Sleeve 0 EA $715.00 $0.00 10 1"Water Service Tap to Main 6 EA $150.00 $900.00 11 2"Water Service Tap to Main 0 EA $405.00 $0.00 12 Furnish and Install 3/4"Copper Service Line on Private Property 30 LF $11.50 $345.00 13 Install 1"Water ServiceMain to Meter Short3 EA $255.00 $765.00 14 Install 1"Water Service Main to Meter Lon 3 EA $500.00 $1,500.00 15 Install 2"Water ServiceMain to Meter Short0 EA $650.00 $0.00 16 Install 2"Water Service Main to Meter Lon 0 1 EA $850.00 $0.00 17 Install 1"Assesment Service Short0 EA $315.00 1 $0.00 18 Install 1"Assesment Service Lon 0 EA $540.00 $0.00 19 Furnish and Install Class A Meter Box 6 EA $100.00 $600.00 20 Furnish and Install Class C Meter Box 0 EA $110.00 $0.00 21 Relocate Existing Service Meter and Box 0 EA $175.00 $0.00 22 Remove and Salvage Existing Fire Hydrant 0 EA $200.00 $0.00 23 Furnish and Install Standard Fire H Brant 3'-6"BurV Depth 0 1 EA $1,850.00 $0.00 24 Furnish and Install Fire H drant Barrel Extension 0 EA $20.00 $0.00 25 emporarV Asphalt Pavement Repair 2"Hotmix on 6"FlexBase 590 LF $20.00 $11,800. 0 26 Permanent Asphalt Pavement Repair Per Figure 2000-1 0 LF $45.00 $0.00 27 Permanent Concrerte Pavement Repair Per Figure 2000-2 0 LF $65.00 $0.00 28 Furnish and Install Tem ora 2"Water Service 0 LS $30,000.00 $0.00 SUBTOTAL WATER LINE REPLACEMENTI I 1 $47,520.00 10%CONTINGENCY1 I 1 $4,752.00 TOTAL WATER LINE REPLACEMENTI I 1 $52,272.00 ',`,j''""�,. - .:;;`�» '�`.a,' , a .'„i`,' ?: ,�, '` ,c _✓',' , :,i "# It 1011,; Ia 'art.2'":,✓, ,,,, . UNIT 1 -SEWER LINE REPLACEMENT 1 Furnish and Install 8"PVC SDR 35 Sanitary Sewer Pie All Depths) 269 LF $45.00 $12,105.00 2 Furnish and Install 8"PVC Pressure Pie SDR 26 20 LF $48.00 $960.00 3 Furnish and Install 4"PVC Sanitary Sewer Service Line in Public ROW 150 LF $37.50 $5,625.00 4 Furnish and Install 4"PVC Schedule 40 Sanitary Sewer Service Line on Private Pi 30 LF $41.50 $1,245.00 5 4"Sanitary Sewer Service Connection to Sewer Main 6 EA $425.00 $2,550.00 6 Furnish and Install 2-Way Cleanout at Property Line 6 EA $325.00 $1,950.00 7 Furnish and install Standard 48"Diameter Manhole 0'-6-Dee 1 EA $3,800.00 $3,800.00 8 Furnish and Install Standard 48"Diameter Manhole Extra Depth Over 6'Dee 2 VF $175.00 $350.00 9 Furnish and Install Gasketed Watertight Manhole Insert 1 EA $65.00 $65.00 10 Perform Vacuum Test for New Sanitary Sewer Manhole 1 EA $150.00 $150.00 11 Construct Concrete Collar 1 EA $450.00 $450.00 12 Temporary Asphalt Pavement Repair 2"HMAC on 6"Flexbase 359 LF $20.00 $7,180.00 13 1 Block Soddin Match Existing Sod Type) 18 SY 1 $5.00 1 $90.00 14 1 Perform Post Rehabilitation Television Inspection 1 269 LF 1 $1.50 1 $403.50 15 1 Furnish and Install Trench Safety Systems for Trenches over 5'Dee 269 LF 1 $1.75 $470.75 SUBTOTAL SEWER LINE REPLACEMENTI I 1 $37,394.25 10%CONTINGENCY1 I 1 $3,739.43 TOTAL SEWER LINE REPLACEMENTI $41,133.68 TOTAL UNIT 1 -WATER AND SEWER LINE REPLACEMENTI $93,405.68 EB-4-11 1 inrzoos EXHIBIT"134" CITY OF FORT WORTH, 2004 CIP - Lois Street(Sydney St.to E Dead End) Engineer's Opinion of Probable Construction Cost ASPHALT PAVEMENT ENGINEER'S ESTIMATE Item Unit No. Descri tion of Items Qt Unit Price Total UNIT 2-PAVING AND DRAINAGE BASE BID 1 Project Desi nation Sin 0 EA $300.00 $0.00 2 Borrow Excavation(Compacted in Place 20 CY $12.00 $240.00 3 Remove Existing Concrete Driveways,Sidewalks etc. 2420 SY $3.00 $7,260.00 4 Remove Existing Concrete Curb and Gutter 1450 LF $1.00 $1,450.00 5 Remove Existing 6"Concrete Pavement 0 SY $9.00 $0.00 6 6"Reinforced Concrete Driveway Pavement 2420 SF $5.00 $12,100.00 7 4"Reinforced Concrete Sidewalk and Leadwalk 0 SF $3.00 $0.00 8 Construct Handicap Ram -Type 1 0 EA $300.00 $0.00 9 Construct Handicap Ram -Type 3 0 EA $300.00 $0.00 10 6"Asphalt Trabnsition Type"D" 0 SY $29.00 $0.00 11 4"Topsoil 35 CY $12.50 $437.50 12 Water Valve Adjustment to Proposed Grade 3 EA $300.00 $900.00 13 Manhole Adjustment to Proposed Grade 1 EA $350.00 $350.00 14 Water Meter Box Adjustment to Proposed Grade 6 EA $35.00 $210.00 15 Utility Adjustments 0.09 LS $15 000.00 1 $1,350.00 16 Erosion Control and Protection SWPPP 0.09 LS $5,000.00 1 $450.00 SUBTOTAL PAVING BASE BID $24,747.50 ALTERNATE A-ASPHALT PAVEMENT Al Unclassified Street Excavation 128 CY $12.00 $1,536.00 A2 8"Lime Stabilized Sub rade 40#per SY 2510 SY $2.60 $6,526.00 A3 Lime for Sub rade Stabilization 50 TON $110.00 $5,500.00 A4 6"HMAC Pavement 2092 SY $18.50 $38,702.00 A5 7"Concrete Curb with 18"Gutter 1506 LF $12.00 $18,072.00 A6 7"Integral Concrete Curb 1 20 1 LF $2.00 $40.00 A7 I Concrete Pavement Header 1 0 1 LF $12.00 $0.00 A8 7"Reinforced Concrete Valley Gutter 1 132 1 SY $50.00 $6,600.00 SUBTOTAL PAVING ALTERNATE Al $76,976.00 TOTAL PAVING ALTERNATE Al $101,723.50 10%CONTINGENCY $10,172.35 TOTAL UNIT 2-PAVING ALTERNATE Al111,895.85 UNIT 2-DRAINAGE 1 21"RCP e III for Storm Drain 0 LF $63.00 $0.00 2 Remove Existing5'Inlet 0 EA $500.00 $0.00 3 Remove Existing10'Inlet 0 EA $750.00 $0.00 4 Remove Existing20'Inlet 0 EA $1 000.00 $0.00 5 Construct Standard 10'Inlet 0 EA $2,600.00 $0.00 6 Construct Standard 20'Inlet 0 1 EA $5,500.00 $0.00 7 Construct Standard Storm Drain Manhole Type 1 0 EA $5,000.00 $0.00 8 Connect to Existing Storm Drain Pie 0 EA $450.00 $0.00 9 Trench Excavation and Backfill for Storm Drain 0 LF $10.00 $0.00 10 Trench Safety Protection for Storm Drain 0 LF $1.00 $0.00 SUBTOTAL DRAINAGE $0.00 10%CONTINGENCYJ I 1 $0.00 TOTAL UNIT 2-DRAINAGE $0.00 TOTAL UNIT 2- PAVING AND DRAINAGE1 $111,895.85 ALTERNATE A PROJECT TOTAL $205,301.53 SUMMARY: WATER COST $52,272.00 SEWER COST $41,133.68 UNIT 1 TOTAL $93,405.68 PAVING SUBTOTAL $111,895.85 DRAINAGE SUBTOTAL $0.00 UNIT 2 TOTAL $111,895.85 TOTAL PROJECT COST $205,301.53 EB-4-12 11/1/2006 EXHIBIT"134" CITY OF FORT WORTH, 2004 CIP -Lois Street(Sydney St. to E Dead End) Engineer's Opinion of Probable Construction Cost CONCRETE PAVEMENT ENGINEER'S ESTIMATE Item Unit No. Description of Items Qty Unit Price Total UNIT 1 -WATER LINE REPLACEMENT 1 Furnish and Install 8"PVC C900 CL 200 Water Line 800 LF $29.00 $23,200.00 2 Furnish and Install 12"PVC C900 CL 200 Water Line 0 LF $40.00 $0.00 3 Furnish and Install 6"MJ Gate Valve Box and Lid 0 1 EA $675.00 1 $0.00 4 Furnish and Install 8"MJ Gate Valve Box and Lid 4 EA $1,000.001 $4,000.00 5 Furnish and Install 12"MJ Gate Valve Box and Lid 0 EA $1,500.001 $0.00 6 Furnish and Install Ductile Iron Fittings 1 TON $3,500.00 1 $3,500.00 7 Connect to Existing 6"Water Line Includes Solid Sleeve 2 EA $455.00 $910.00 8 Connect to Existing 8"Water Line Includes Solid Sleeve 0 EA $530.00 $0.00 9 Connect to Existin 12"Water Line Includes Solid Sleeve 0 EA $715.00 $0.00 10 1"Water Service Tap to Main 6 1 EA $150.00 $900.00 11 2"Water Service Tap to Main 0 EA $405.00 $0.00 12 Furnish and Install 3/4"Copper Service Line on Private Property 30 LF $11.50 $345.00 13 1 Install 1"Water ServiceMain to Meter Short3 EA 1 $255.00 $765.00 14 Install 1"Water ServiceMain to Meter Lon 3 EA $500.00 $1,500.00 15 Install 2"Water Service Main to Meter Short0 EA $650.00 $0.00 16 Install 2"Water ServiceMain to Meter Lon 0 EA $850.00 $0.00 17 Install 1"Assesment Service Short0 EA $315.00 $0.00 18 Install 1"Assesment Service Lon 0 EA $540.00 $0.00 19 Furnish and Install Class A Meter Box 6 EA $100.00 $600.00 20 Furnish and Install Class C Meter Box 0 EA $110.00 $0.00 21 Relocate Existing Service Meter and Box 0 EA $175.00 $0.00 22 Remove and Salvage Existing Fire Hydrant 0 EA $200.00 $0.00 23 Furnish and Install Standard Fire Hydrant,3'-6"Bury Depth 0 EA $1,850.00 $0.00 24 Furnish and Install Fire Hydrant Barrel Extension 0 1 EA $20.00 $0.00 25 Temporary Asphalt Pavement Repair 2"Hotmix on 6"FlexBase 590 LF $20.001 $11,800.00 26 1 Permanent Asphalt Pavement Repair Per Figure 2000-1 0 LF $45.00 $0.00 27 1 Permanent Concrerte Pavement Repair Per Figure 2000-2 0 LF $65.00 $0.00 28 1 Furnish and Install Temporary 2"Water Service 0 LS $30.000.00 $0.00 SUBTOTAL WATER LINE REPLACEMENTI I 1 $47,520.00 10%CONTINGENCY $4,752.00 TOTAL WATER LINE REPLA C EMENT $52,272.00 UNIT 1 -SEWER LINE REPLACEMENT 1 Furnish and Install 8"PVC SDR 35 Sanitary Sewer Pie All Depths) 269 LF $45.00 $12,105.00 2 Furnish and Install 8"PVC Pressure Pie SDR 26 20 LF $48.00 $960.00 3 Furnish and Install 4"PVC Sanitary Sewer Service Line in Public ROW 150 LF $37.50 $5,625.00 4 Furnish and Install 4"PVC Schedule 40 Sanitary Sewer Service Line on Private Pi 30 LF $41.50 $1,245.00 5 4"Sanitary Sewer Service Connection to Sewer Main 6 EA $425.00 $2,550.00 6 Furnish and Install 2-Way Cleanout at Property Line 6 1 EA $325.00 $1,950.00 7 Furnish and Install Standard 48"Diameter Manhole 0'-6-Dee 1 EA $3,800.00 $3,800.00 8 Furnish and Install Standard 48"Diameter Manhole Extra Depth Over 6'Dee 2 VF $175.00 $350.00 9 Furnish and Install Gasketed Watertight Manhole Insert 1 EA $65.00 $65.00 10 Perform Vacuum Test for New Sanitary Sewer Manhole 1 EA $150.00 ' $150.00 11 Construct Concrete Collar 1 EA $450.00 $450.00 12 Temporary Asphalt Pavement Repair 2"HMAC on 6"Flexbase 359 LF 1 $20.001 $7,180.00 13 1 Block Soddinq Match Existnq Sod Type) 18 SY 1 $5.001 $90.00 14 1 Perform Post Rehabilitation Television Inspection 1 269 LF 1 $1.50 1 $403.50 15 1 Furnish and Install Trench Safety Systems for Trenches over 5'Dee 269 LF 1 $1.75 1 $470.75 SUBTOTAL SEWER LINE REPLACEMENTI I 1 1 $37,394.25 10%CONTINGENCY1 I 1 1 $3,739.43 TOTAL SEWER LINE REPLACEMENTI $41,133.68 TOTAL UNIT 1 -WATER AND SEWER LINE REPLACEMENTI $93,405.68 EB-4-13 6 11/1/2005 EXHIBIT"B-4" CITY OF FORT WORTH, 2004 CIP -Lois Street(Sydney St. to E Dead End) Engineer's Opinion of Probable Construction Cost CONCRETE PAVEMENT ENGINEER'S ESTIMATE Iteml Unit No. I Description of Items Qtv Unit Price Total UNIT 2-PAVING AND DRAINAGE BASE BID 1 Project Desi nation Sin 0 EA $300.00 $0.00 2 Borrow Excavation(Compacted in Place 20 CY $12.00 $240.00 3 Remove Existing Concrete Driveways,Sidewalks etc. 2420 SY $3.00 $7,260.00 4- Remove Existing Concrete Curb and Gutter 1450 LF $1.00 $1450.00 5 Remove Existing 6"Concrete Pavement 0 SY $9.00 $0.00 6 6"Reinforced Concrete Driveway Pavement 2420 SF $5.00 $12,100.00 7 4"Reinforced Concrete Sidewalk and Leadwalk 0 SF $3.00 $0.00 8 Construct Handicap Ram -Type 1 0 EA $300.00 $0.00 9 Construct Handicap Ram -Type 3 0 EA $300.00 $0.00 10 6"Asphalt Trabnsition Type"D" 0 SY $29.00 $0.00 11 4"Topsoil 35 CY $12.50 $437.50 12 Water Valve Adjustment to Proposed Grade 3 EA $300.00 $900.00 13 Manhole Adjustment to Proposed Grade 1 EA $350.00 $350.00 14 Water Meter Box Adjustment to Proposed Grade 6 EA $35.00 $210.00 15 Utilit Adjustments 0.09 LS $15 000.00 $1,350.00 16 Erosion Control and Protection SWPPP 0.09 LS $5 000.00 $450.00 SUBTOTAL PAVING BASE BID $24,747.50 ALTERNATE B-CONCRETE PAVEMENT B1 Unclassified Street Excavation 384 CY $12.00 $4,608.00 B2 6"Lime Stabilized Sub rade 28#per SY 2510 SY $2.50 $6,275.00 B3 Lime for Sub rade Stabilization 35 TON $110.00 $3,850.00 B4 6"Reinforced Concrete Pavement 2426 SY $24.00 $58,22 .00 B5 7"Inte ral Concrete Curb 1506 LF $12.00 $18,072.00 B6 7"Concrete Curti with 18"Gutter 1 20 1 LF $2.00 1 $40.00 B7 I Silicone Joint Sealant 1 2869 LF $1.00 $2,869.00 SUBTOTAL PAVING ALTERNATE B $93,938.00 TOTAL PAVING ALTERNATE B $118,685.50 10%CONTINGENCY $11,868.55 TOTAL UNIT 2-PAVING ALTERNATE Bj I 1 130,554.05 UNIT 2-DRAINAGE 1 21"RCP a III for Storm Drain 0 LF $63.00 $0.00 2 Remove Existing 5'Inlet 0 EA $500.00 $0.00 3 Remove Existing 10'Inlet 0 EA $750.00 $0.00 4 Remove Existing 20'Inlet 0 EA $1,000.00 $0.00 5 Construct Standard 10'Inlet 0 EA $2,600.00 $0.00 6 Construct Standard 20'Inlet 0 1 EA $5,500.0 $0.00 7 lConstruct Standard Storm Drain Manhole Type 1 0 EA $5,000,0 $0.00 8 1 Connect to Existing Storm Drain Pie 0 EA $450.00 $0.00 9 ITrench Excavation and Backfill for Storm Drain 0 LF $10.00 $0.00 10 ITrench Safetv Protection for Storm Drain 0 LF $1.00 $0.00 SUBTOTAL DRAINAGE1 I 1 $0.00 10%CONTINGENCY $0.00 TOTAL UNIT 2-DRAINAGE1 $0.00 TOTAL UNIT 2- PAVING AND DRAINAGE1 1 $130,554.05 ALTERNATE B PROJECT TOTALI $223,959.73 SUMMARY: WATER COST $52,272.00 SEWER COST $41,133.68 UNIT 1 TOTAL $93,405.68 PAVING SUBTOTAL $130,554.05 DRAINAGE SUBTOTAL $0.00 UNIT 2 TOTAL $130,554.05 TOTAL PROJECT COST $223,959.73 EB-4-14 A 1ei1,cO5 EXHIBIT"134" CITY OF FORT WORTH, 2004 CIP -Chickasaw Avenue (Shackleford St.to Miller Ave.) Engineer's Opinion of Probable Construction Cost ASPHALT PAVEMENT ENGINEER'S ESTIMATE Item Unit No. Descri tion of Items Qty Unit Price Total UNIT 1 -WATER LINE REPLACEMENT 1 Furnish and Install 8"PVC C900 CL 200 Water Line 2600 LF $29.00 $75,400.00 2 Furnish and Install 12"PVC C900 CL 200 Water Line 0 LF $40.00 $0.00 3 Furnish and Install 6"MJ Gate Valve Box and Lid 3 EA $675.00 $2,025.00 4 Furnish and Install 8"MJ Gate Valve Box and Lid 6 1 EA $1,000.00 $6,000.00 5 Furnish and Install 12"MJ Gate Valve Box and Lid 0 EA $1,500.00 $0.00 6 Furnish and Install Ductile Iron Fittings 2 TON $3,500.00 $7,000.00 7 Connect to Existing 6"Water Line Includes Solid Sleeve 0 EA $455.00 $0.00 8 Connect to Existing 8"Water Line Includes Solid Sleeve 0 EA $530.00 $0.00 9 Connect to Existing 12"Water Line Includes Solid Sleeve 1 EA $715.00 $715.00 10 1"Water Service Tap to Main 82 EA $150.00 $12,300.00 11 2"Water Service Tap to Main 0 1 EA $405.00 $0.00 12 Furnish and Install 3/4"Copper Service Line on Private Property 410 1 LF $11.50 $4,715.00 13 1 Install 1"Water Service Main to Meter Short40 EA $255.00 $10,200.00 14 Install 1"Water Service Main to Meter Lon 40 EA $500.00 $20,000.00 15 Install 2"Water Service Main to Meter Short 0 EA $650.00 $0.00 16 Install 2"Water Service Main to Meter Lon 0 EA $850.00 $0.00 17 Install 1"Assesment Service Short1 EA $315.00 $315.00 18 Install 1"Assesment Service Lon 1 EA $540.00 $540.00 19 Furnish and Install Class A Meter Box 82 1 EA $100.00 $8,200.00 20 Furnish and Install Class C Meter Box 0 EA $110.00 $0.00 21 Relocate Existing Service Meter and Box 8 EA $175.00 $1,400.00 22 Remove and Salvage Existing Fire Hydrant 2 EA $200.00 $400.00 23 Furnish and Install Standard Fire Hydrant,3'-6"Bury Depth 2 EA $1,850.00 $3.700.00 24 Furnish and Install Fire Hydrant Barrel Extension 2 EA $20.00 $40.00 25 Temporary Asphalt Pavement Repair 2"Hotmix on 6"FlexBase 3830 LF $20.00 $76,600.00 26 1 Permanent Asphalt Pavement Repair Per Figure 2000-1 0 1 LF $45.00 $0.00 27 1 Permanent Concrerte Pavement Repair Per Figure 2000-2 0 LF $65.00 $0.00 28 1 Furnish and Install Temporary 2"Water Service 1 0.25 LS $30,000.00 $7,500.00 SUBTOTAL WATER LINE REPLACEMENTI I 1 $237,050.00 10%CONTINGENCY1 I 1 $23,705.00 TOTAL WATER LINE REPLACEMENT $260,755.00 UNIT 1 -SEWER LINE REPLACEMENT 1 Furnish and Install 8"PVC SDR 35 Sanitary Sewer Pie All Depths) 870 LF $45.00 $39,150.00 2 Furnish and Install 8"PVC Pressure Pie SDR 26 0 LF $48.00 $0.00 3 Furnish and Install 4"PVC Sanitary Sewer Service Line in Public ROW 800 LF $37.50 $30,00 .00 4 Furnish and Install 4"PVC Schedule 40 Sanitary Sewer Service Line on Private P1 160 LF $41.50 $6,640.00 5 4"Sanitary Sewer Service Connection to Sewer Main 32 EA $425.00 $13,600.00 6 Furnish and Install 2-Way Cleanout at Property Line 32 EA $325.00 $10,400.00 7 Furnish and Install Standard 48"Diameter Manhole 0'-6-Dee 4 EA $3,800.00 $15,200.00 8 Furnish and Install Standard 48"Diameter Manhole Extra Depth Over 6'Dee 8 VF $175.00 $1,400.00 9 Furnish and Install Gasketed Watertight Manhole Insert 4 EA $65.00 $260.00 10 Perform Vacuum Test for New Sanitary Sewer Manhole 4 EA $150.00 $600.00 11 Construct Concrete Collar 4 EA $450.00 $1,800.00 12 Temporary Asphalt Pavement Repair 2"HMAC on 6"Flexbase 1350 LF $20.00 $27000.00 13 1 Block Sodding Match Existing Sod Type) 96 Sy 1 $5.00 $480.00 14 1 Perform Post Rehabilitation Television Inspection 870 LF $1.50 $1,305.00 15 Furnish and Install Trench Safety Systems for Trenches over 5'Dee 870 LF $1.75 $1,522.50 SUBTOTAL SEWER LINE REPLACEMENT $149,357.50 10%CONTINGENCY1 I 1 $14,935.75 TOTAL SEWER LINE REPLACEMENT $164,293.25 TOTAL UNIT 1 -WATER AND SEWER LINE REPLACEMENT $425,048.25 EB-4-15 11/1/2005 EXHIBIT"B-4" CITY OF FORT WORTH, 2004 CIP -Chickasaw Avenue (Shackleford St.to Miller Ave.) Engineer's Opinion of Probable Construction Cost ASPHALT PAVEMENT ENGINEER'S ESTIMATE Item Unit No. Descri tion of Items Q Unit Price Total UNIT 2-PAVING AND DRAINAGE BASE BID 1 Project Desi nation Sin 2 EA $300.00 $600.00 2 Borrow Excavation(Compacted in Place50 CY $12.00 $600.00 3 Remove Existing Concrete Driveways,Sidewalks etc. 13200 SY $3.00 $39,600.00 4 Remove Existing Concrete Curb and Gutter 5160 LF $1.00 $5,160.00 5 Remove Existing 6"Concrete Pavement 0 SY $9.00 $0.00 6 6"Reinforced Concrete Driveway Pavement 13200 SF $5.00 $66,000.00 7 4"Reinforced Concrete Sidewalk and Leadwalk 0 SF $3.00 $0.00 8 Construct Handicap Ram -Type 1 0 EA $300.00 $0.00 9 Construct Handicap Ram -Type 3 0 EA $300.00 $0.00 10 6"Asphalt Trabnsition Type"D" 133 SY $29.00 $3,857.00 11 4"To soil 126 1 CY $12.50 $1,575.00 12 Water Valve Adjustment to Proposed Grade 6 EA $300.00 $1,800.00 13 Manhole Adjustment to Proposed Grade 12 EA $350.00 $4,200.00 14 Water Meter Box Adjustment to Proposed Grade 82 EA $35.00 $2,870.00 15 Utility Adjustments 0.32 LS $15,000.00 $4,800.00 16 Erosion Control and Protection SWPPP 0.32 LS $5 000.00 $1,600.00 SUBTOTAL PAVING BASE BID $132,662.00 ALTERNATE A-ASPHALT PAVEMENT Al Unclassified Street Excavation 439 CY $12.00 $5,268.00 A2 8"Lime Stabilized Sub rade 40#per SY 8600 SY $2.60 $22360.00 A3 Lime for Sub rade Stabilization 172 TON $110.00 $18,920.00 A4 6"HMAC Pavement 7167 SY $18.50 $132589.50 A5 7"Concrete Curti with 18"Gutter 5160 LF $12.00 $61,920.00 A6 7"Integral Concrete Curb 20 LF 1 $2.00 $40.00 A7 I Concrete Pavement Header 1 0 1 LF 1 $12.00 $0.00 A8 7"Reinforced Concrete Valley Gutter 1 88 1 SY 1 $50.001 $4,400.00 SUBTOTAL PAVING ALTERNATE Al $245,497.50 TOTAL PAVING ALTERNATE Al $378,159.50 10%CONTINGENCY1 I 1 $37,815.95 TOTAL UNIT 2-PAVING ALTERNATE Al415,975.45 UNIT 2-DRAINAGE 1 21"RCP(Type III for Storm Drain 100 LF $63.00 $6300.00 2 Remove Existing 5'Inlet 3 EA $500.00 $1,50 .00 3 Remove Existing 10'Inlet 1 EA $750.00 $750.00 4 Remove Existing 20'Inlet 0 EA $1,000-00 $0.00 5 Construct Standard 10'Inlet 4 EA $2,600.00 $10,400.00 6 Construct Standard 20'Inlet 0 EA $5,500.00 $0.00 7 Construct Standard Storm Drain Manhole Type I 1 EA $5,000.00 $5,000.00 8 1 Connect to Existing Storm Drain Pie 1 EA $450.00 $450.00 9 ITrench Excavation and Backfill for Storm Drain 100 LF $10.00 $1,000.00 10 ITrench Safety Protection for Storm Drain 100 LF $1.00 $100.00 SUBTOTAL DRAINAGE $25,500.00 10%CONTINGENCY1 I 1 $2,550.00 TOTAL UNIT 2-DRAINAGE1 I 1 $28,050.00 TOTAL UNIT 2- PAVING AND DRAINAGE1 1 $444,025.45 ALTERNATE A PROJECT TOTALI $869,073.70 SUMMARY: WATER COST $260,755.00 SEWER COST $164,293.25 UNIT 1 TOTAL $425,048.25 j PAVING SUBTOTAL $415,975.45 DRAINAGE SUBTOTAL $28,050.00 UNIT 2 TOTAL $444,025.45 TOTAL PROJECT COST $869,073.70 EB-4-16 11/1/2005 EXHIBIT"13-4" CITY OF FORT WORTH, 2004 CIP -Chickasaw Avenue (Shackleford St.to Miller Ave.) Engineer's Opinion of Probable Construction Cost CONCRETE PAVEMENT ENGINEER'S ESTIMATE Item Unit No. Descri tion of Items Q Unit Price Total UNIT 1 -WATER LINE REPLACEMENT 1 Furnish and Install 8"PVC C900 CL 200 Water Line 2600 LF $29.00 $75,400.00 2 Furnish and Install 12"PVC C900 CL 200 Water Line 0 LF $40.00 $0.00 3 Furnish and Install 6"MJ Gate Valve Box and Lid 3 EA $675.00 $2,025.00 4 Furnish and Install 8"MJ Gate Valve Box and Lid 6 1 EA $1,000.001 $6,000.00 5 Furnish and Install 12"MJ Gate Valve Box and Lid 0 EA $1,500.00 $0.00 6 Furnish and Install Ductile Iron Fittings 2 TON $3,500.00 $7,000.00 7 Connect to Existing 6"Water Line Includes Solid Sleeve 0 EA $455.00 $0.00 8 Connect to Existing 8"Water Line includes Solid Sleeve 0 EA $530.00 $0.00 9 Connect to Existing 12"Water Line Includes Solid Sleeve 1 EA $715.00 $715.00 10 1"Water Service Tap to Main 82 EA $150.00 $12,300. 0 11 2"Water Service Tap to Main 0 1 EA $405.00 $0.00 12 Furnish and Install 3/4"Copper Service Line on Private Property 410 LF $11.50 $4,715.6-0 13 Install 1"Water Service Main to Meter Short40 EA $255.00 $10200.00 14 Install 1"Water Service Main to Meter Lon 40 EA $500.00 $20,000.00 15 Install 2"Water Service Main to Meter Short0 EA $650.00 $0.00 16 Install 2"Water Service Main to Meter Lon 0 EA $850.00 $0.00 17 Install 1"Assesment Service Short1 EA $315.00 $315.00 18 Install 1"Assesment Service Lon 1 EA $540.00 $540.00 19 1 Furnish and Install Class A Meter Box 82 1 EA $100.00 $8,200.00 20 Furnish and Install Class C Meter Box 0 EA $110.00 $0.00 21 Relocate Existing Service Meter and Box 8 EA $175.00 $1,400. 0 22 Remove and Salvage Existing Fire Hydrant 2 EA $200.00 $400.00 23 Furnish and Install Standard Fire Hydrant, 3'-6"Bury Depth 2 EA $1,850.00 $3,700.00 24 Furnish and Install Fire Hydrant Barrel Extension 2 EA $20.00 $40.00 25 Temporary Asphalt Pavement Repair 2"Hotmix on 6"FlexBase 3830 LF $20.00 $76,600.00 26 1 Permanent Asphalt Pavement Repair Per Figure 2000-1 0 LF $45.00 $0.00 27 1 Permanent Concrerte Pavement Repair Per Figure 2000-2 0 1 F $65.00 $0.00 28 1 Furnish and Install Temporary 2"Water Service 1 0.25 1 LS $30,000.00 $7,500.00 SUBTOTAL WATER LINE REPLACEMENTI I 1 $237,050.00 10%CONTINGENCY1 $23,705.00 TOTAL WATER LINE REPLACEMENTJ $260,755.00 UNIT 1 -SEWER LINE REPLACEMENT 1 Furnish and Install 8"PVC SDR 35 Sanitary Sewer Pie All Depths) 870 LF $45.00 $39,150.00 2 Furnish and Install 8"PVC Pressure Pie SDR 26 0 LF $48.00 $0.00 3 Furnish and Install 4"PVC Sanitary Sewer Service Line in Public ROW 800 LF $37.50 $30,000.00 4 Furnish and Install 4"PVC Schedule 40 Sanitary Sewer Service Line on Private Pi 160 LF $41.50 $6,640.00 5 4"Sanitary Sewer Service Connection to Sewer Main 32 EA $425.00 $13,600.00 6 Furnish and Install 2-Way Cleanout at Property Line 32 EA $325.00 $10,400.00 7 Furnish and Install Standard 48"Diameter Manhole 0'-6-Dee 4 EA $3,800.00 $15,200.00 8 Furnish and Install Standard 48"Diameter Manhole Extra Depth Over 6' Dee 8 1 VF $175.00 $1,400.00 9 Furnish and Install Gasketed Watertight Manhole Insert 4 EA $65.00 $260.00 10 Perform Vacuum Test for New Sanitary Sewer Manhole 4 EA $150.00 $600.00 11 Construct Concrete Collar 4 EA $450.00 $1,800. 0 12 Temporary Asphalt Pavement Repair 2"HMAC on 6"Flexbase 1350 LF $20.00 $27 000.00 13 Block Sodding Match Existing Sod Type) 96 Sy $5.00 $480.00 14 1 Perform Post Rehabilitation Television Inspection 870 LF $1.50 $1,305.00 15 1 Furnish and Install Trench SafebLqyltems ,for Trenches over 5Dee 870 LF $1.75 $1 522.50 SUBTOTAL SEWER LINE REPLACEMENT $149,357.50 10%CONTINGENCY1 I 1 1 $14,935.75 TOTAL SEWER LINE REPLACEMENTI $164,293.25 TOTAL UNIT 1 -WATER AND SEWER LINE REPLACEMENTI $425,048.25 EB-4-17 11/1/2005 EXHIBIT"B-4" CITY OF FORT WORTH, 2004 CIP -Chickasaw Avenue (Shackleford St.to Miller Ave.) Engineer's Opinion of Probable Construction Cost CONCRETE PAVEMENT ENGINEER'S ESTIMATE Item Unit No. Descri tion of Items Qt Unit Price Total UNIT 2-PAVING AND DRAINAGE BASE BID 1 Project Desi nation Sin 2 EA $300.00 $600.00 2 Borrow Excavation(Compacted in Place 50 CY $12.00 $600.00 3 Remove Existing Concrete Driveways,Sidewalks etc. 13200 SY $3.00 $39,600.00 4 Remove Existing Concrete Curb and Gutter 5160 LF $1.00 $5,160.00 5 Remove Existing 6"Concrete Pavement 0 SY $9.00 $0.00 6 6"Reinforced Concrete Driveway Pavement 13200 SF $5.00 $66,000.00 7 4"Reinforced Concrete Sidewalk and Leadwalk 0 SF $3.00 $0.00 8 Construct Handicap Ram -Type 1 0 EA $300.00 $0.00 9 Construct Handica Ram -Type 3 0 EA $300.00 $0.00 10 6"Asphalt Trabnsition Type"D" 133 SY $29.00 $3,857.00 11 4"Topsoil 126 CY $12.50 $1,575.00 12 Water Valve Adjustment to Proposed Grade 6 EA $300.00 $1,800.00 13 1 Manhole Adjustment to Proposed Grade 12 EA $350.00 $4,200.00 14 lWater Meter Box Adjustment to Proposed Grade 82 EA $35.00 $2,870.00 15 Utility Adjustments 0.32 LS $15,000.00 $4,800.00 16 Erosion Control and Protection SWPPP 0.32 LS 1 $5,000.00 $1,600.00 SUBTOTAL PAVING BASE BID $132,662.00 ALTERNATE B-CONCRETE PAVEMENT B1 Unclassified Street Excavation 1317 CY $12.00 $15,804.00 B2 6"Lime Stabilized Sub rade 28#per SY 8600 SY $2.50 $21,500.00 B3 Lime for Sub rade Stabilization 120 TON $110.00 $13,200.00 B4 6"Reinforced Concrete Pavement 8313 SY $24.00 $199,512.00 B5 7"Integral Concrete Curb 5160 LF $12.00 $61,920.00 B6 7"Concrete Curb with 18"Gutter 20 1 LF $2.00 1 $40.00 B7 ISilicone Joint Sealant 1 106151 LF 1 $1.00 1 $10 615.00 SUBTOTAL PAVING ALTERNATE B $322,591.00 TOTAL PAVING ALTERNATE B $455,253.00 10%CONTINGENCY1 I 1 $45,525.30 TOTAL UNIT 2-PAVING ALTERNATE BI I 1 500,778.30 UNIT 2-DRAINAGE 1 21"RCP(Tvpe III for Storm Drain 100 LF $63.00 $6,300.00 2 Remove Existing 5'Inlet 3 EA $500.00 $1,500.00 3 Remove Existing 10'Inlet 1 EA $750.00 $750.00 4 Remove Existing 20'Inlet 0 EA $1,000.00 $0.00 5 Construct Standard 10'Inlet 4 EA $2,600.00 $10,400.00 6 Construct Standard 20'Inlet 0 1 EA $5,500.00 $0.00 7 Construct Standard Storm Drain Manhole Type 1 1 EA $5,000.00 $5,000.00 8 Connect to Existing Storm Drain Pie 1 EA $450.00 $450.00 9 Trench Excavation and Backfill for Storm Drain 100 LF $10.00 $1,000.00 10 Trench Safety Protection for Storm Drain 100 LF $1.00 $100.00 SUBTOTAL DRAINAGE1 I 1 $25,500.00 10%CONTINGENCY1 I 1 $2,550.00 TOTAL UNIT 2-DRAINAGE1 I 1 $28,050.00 TOTAL UNIT 2- PAVING AND DRAINAGE1 $528,828.30 ALTERNATE B PROJECT TOTALI $953,876.55 SUMMARY: WATER COST $260,755.00 SEWER COST $164,293.25 UNIT 1 TOTAL $425,048.25 PAVING SUBTOTAL $500,778.30 DRAINAGE SUBTOTAL $28,050.00 UNIT 2 TOTAL $528,828.30 TOTAL PROJECT COST $953,876.55 EB-4-18 11/12005 EXHIBIT"134" CITY OF FORT WORTH, 2004 CIP -Hatcher Street(Quail LN.to Hardeman St.) Engineer's Opinion of Probable Construction Cost ASPHALTPAVEMENT ENGINEER'S ESTIMATE Iteml Unit No. I Description of Items Qty Unit Price Total UNIT 1 -WATER LINE REPLACEMENT 1 Furnish and Install 8"PVC C900 CL 200 Water Line 700 LF $29.00 $20,300.0 2 Furnish and Install 12"PVC C900 CL 200 Water Line 0 LF $40.00 $0.00 3 Furnish and Install 6"MJ Gate Valve Box and Lid 0 EA $675.00 $0.00 4 Furnish and Install 8"MJ Gate Valve Box and Lid 2 EA $1,000.00 $2,000.00 5 Furnish and Install 12"MJ Gate Valve Box and Lid 0 EA $1,500.00 $0.00 6 Furnish and Install Ductile Iron Fittings 1 TON $3,500.00 1 $3,500.00 7 Connect to Existing 6"Water Line Includes Solid Sleeve 0 EA $455.00 $0.00 8 Connect to Existing 8"Water Line Includes Solid Sleeve 5 EA $530.00 $2,650.00 9 Connect to Existing 12"Water Line Includes Solid Sleeve 0 EA $715.00 $0.00 10 1"Water Service Tap to Main 4 EA $150.00 $600.00 11 2"Water Service Tap to Main 0 EA $405.00 $0.00 12 Furnish and Install 3/4"Copper Service Line on Private Property 20 LF $11.50 $230.00 13 Install 1"Water Service Main to Meter Short4 EA $255.00 $1,020. 0 14 Install 1"Water Service Main to Meter Lon 0 EA $500.00 $0.00 15 Install 2"Water Service Main to Meter Short0 EA $650.00 $0.00 16 Install 2"Water Service Main to Meter Lon 0 EA $850.00 $0.00 17 Install 1"Assesment Service Short 0 EA $315.00 $0.00 18 Install 1"Assesment Service Lon 0 EA $540.00 $0.00 19 Furnish and Install Class A Meter Box 4 EA $100.00 $400.00 20 Furnish and Install Class C Meter Box 0 EA $110.00 $0.00 21 Relocate Existing Service Meter and Box 0 EA $175.00 $0.00 22 Remove and Salvage Existing Fire Hydrant 0 EA $200.00 $0.00 23 Furnish and Install Standard Fire Hydrant,3'-6"Bua Depth 0 EA $1,850.00 $0.00 24 Furnish and Install Fire Hydrant Barrel Extension 0 EA $20.00 $0.00 25 Temporary Asphalt Pavement Repair 2"Hotmix on 6"FlexBase 760 LF $20.00 $15,200.00 26 Permanent Asphalt Pavement Repair Per Figure 2000-1 0 LF $45.00 $0.00 27 Permanent Concrerte Pavement Repair Per Figure 2000-2 0 LF $65.00 $0.00 28 Furnish and Install Temporary 2"Water Service 0.25 LS $30 000.00 1 $7,500.00 SUBTOTAL WATER LINE REPLACEMENT $53,400.00 10%CONTINGENCY1 1 1 $5,340.00 TOTAL WATER LINE REPLACEMENTI I 1 1 $58,740.00 UNIT 1 -SEWER LINE REPLACEMENT 1 Furnish and Install 8"PVC SDR 35 Sanitary Sewer Pie All Depths) 377 LF $45.00 $16,965.00 2 Furnish and Install 8"PVC Pressure Pie SDR 26 20 LF $48.00 $960.00 3 Furnish and Install 4"PVC Sanitary Sewer Service Line in Public ROW 65 LF $37.50 $2,437.50 4 Furnish and Install 4"PVC Schedule 40 Sanitary Sewer Service Line on Private Pi 10 LF $41.50 $415.00 5 4"Sanitary Sewer Service Connection to Sewer Main 2 EA $425.00 $850.00 6 Furnish and Install 2-Way Cleanout at Property Line 2 EA $325.00 $650.00 7 Furnish and Install Standard 48"Diameter Manhole 0'-6-Dee 3 1 EA $3,800.00 $11,400.00 8 Furnish and Install Standard 48"Diameter Manhole Extra Depth Over 6' Dee 6 VF $175.00 $1,050.00 9 Furnish and Install Gasketed Watertight Manhole Insert 3 EA $65.00 $195.00 10 Perform Vacuum Test for New Sanitary Sewer Manhole 3 EA $150.00 $450.00 11 Construct Concrete Collar 3 EA $450.00 $1,350.00 12 Temporary Asphalt Pavement Repair 2"HMAC on 6"Flexbase 437 LF $20.00 $8,740.00 13 1 Block Sodding Match Existing Sod Type) 6 SY $5.00 $30.00 14 1 Perforin Post Rehabilitation Television Inspection 1377 LF $1.50 $565.50 15 1 Furnish and Install Trench Safety Systems for Trenches over 5'Dee 1 377 1 LF $1.75 $659.75 SUBTOTAL SEWER LINE REPLACEMENT• I 1 $46,717.75 10%CONTINGENCY1 I 1 1 $4,671.78 TOTAL SEWER LINE REPLACEMENTI $51,389.53 TOTAL UNIT 1 -WATER AND SEWER LINE REPLACEMENTI $110,129.53 EB-4719 1111/2005 EXHIBIT"B-4" CITY OF FORT WORTH, 2004 CIP - Hatcher Street(Quail LN.to Hardeman St.) Engineer's Opinion of Probable Construction Cost ASPHALT PAVEMENT ENGINEER'S ESTIMATE Item Unit No. I Description of Items Q Unit Price Total UNIT 2-PAVING AND DRAINAGE BASE BID 1 Prosect Desi nation Sin 2 EA $300.00 $600.00 2 Borrow Excavation(Compacted in Place 20 Cy $12.00 $240.00 3 Remove Existing Concrete Driveways,Sidewalks etc. 3002 SY $3.00 $9,006.00 4 Remove Existing Concrete Curb and Gutter 1600 LF $1.00 $1,600.00 5 Remove Existing 6"Concrete Pavement 45 SY $9.00 $405.00 6 6"Reinforced Concrete Driveway Pavement 1210 1 SF $5.00 $6,050.00. 7 4"Reinforced Concrete Sidewalk and Leadwalk 1792 SF $3.00 $5,376.00 8 Construct Handicap Ram -Type 1 0 EA $300.00 $0.00 9 Construct Handicap Ram -Type 3 0 EA $300.00 $0.00 10 6"Asphalt Trabnsition Type"D" 33 SY $29.00 $957.00 11 4"Topsoil 39 Cy $12.50 $487.50 12 Water Valve Adjustment to Proposed Grade 5 EA $300.00 $1,500.00 13 Manhole Adjustment to Proposed Grade 1 4 1 EA $350.00 $1 400.00 14 lWater Meter Box Adjustment to Proposed Grade 4 EA $35.00 $140.00 15 1 Utility Adjustments 0.1 LS $15,000.00 $1,500.00 16 1 Erosion Control and Protection SWPPP 0.1 LS $5,000.00 $500.00 SUBTOTAL PAVING BASE BID $29,761.50 ALTERNATE A-ASPHALT PAVEMENT Al I Unclassified Street Excavation 136 Cy $12.00 $1.632.00 A2 8"Lime Stabilized Sub rade 40#per SY 2667 SY $2.60 $6,934.20 A3 Lime for Sub rade Stabilization 53.5 TON $110.00 $5,885.00 A4 6"HMAC Pavement 2222 SY $18.50 $41,107.00 A5 7"Concrete Curb with 18"Gutter 1600 LF $12.00 $19,200.00 A6 7"Integral Concrete Curb 1 20 1 LF $2.00 $40.00 A7 Concrete Pavement Header 1 29 LF $12.00 $348,00 A8 7"Reinforced Concrete Valley Gutter 1 88 SY $50.00 1 $4,400.00 SUBTOTAL PAVING ALTERNATE Al $79,546.20 TOTAL PAVING ALTERNATE 1 $109,307.70 10%CONTINGENCYJ 1 $10,930.77 TOTAL UNIT 2-PAVING ALTERNATE Al120,238.47 UNIT 2-DRAINAGE 1 21"RCPT e III for Storm Drain 0 LF $63.00 $0.00 2 Remove Existing 5'Inlet 0 EA $500.00 $0.00 3 Remove Existing 10'Inlet 0 EA $750.00 $0.00 4 Remove Existing 20'Inlet 0 EA $1000.00 $0.00 5 Construct Standard 10'Inlet 0 EA $2,600.00 $0.00 6 Construct Standard 20'Inlet 0 1 EA $5,500.00 $0.00 7 Construct Standard Storm Drain Manhole Type 1 0 EA $5,000.00 $0.00 8 Connect to Existing Storm Drain Pie 0 EA $450.00 $0.00 9 Trench Excavation and Backfill for Storm Drain 0 LF $10.00 $0.00 10 Trench Safety Protection for Storm Drain 0 LF $1.00 $0.00 SUBTOTAL DRAINAGE1 I 1 $0.00 10%CONTINGENCY $0.00 TOTAL UNIT 2-DRAINAGE I 1 $0.00 TOTAL UNIT 2- PAVING AND DRAINAGE1 $120,238.47 ALTERNATE A PROJECT TOTALI $230,368.00 SUMMARY: WATER COST $58,740.00 SEWER COST $51,389.53 UNIT 1 TOTAL $110,129.53 PAVING SUBTOTAL $120,238.47 DRAINAGE SUBTOTAL $0.00 UNIT 2 TOTAL $120,238.47 TOTAL PROJECT COST $230,368.00 EB-4-20 1 vvzooa EXHIBIT"134" CITY OF FORT WORTH, 2004 CIP -Hatcher Street(Quail LN.to Hardeman St.) Engineer's Opinion of Probable Construction Cost CONCRETE PAVEMENT ENGINEER'S ESTIMATE Item Unit No. I Description of Items Qt Unit Price Total UNIT 1 -WATERLINE REPLACEMENT 1 Furnish and Install 8"PVC C900 CL 200 Water Line 700 LF $29.00 $20,300.00 2 Furnish and Install 12"PVC C900 CL 200 Water Line 0 LF $40.00 $0.00 3 Furnish and Install 6"MJ Gate Valve Box and Lid 0 EA $675.00 $0.00 4 Furnish and Install 8"MJ Gate Valve Box and Lid 2 1 EA $1,000.00 1 $2,000.00 5 Furnish and Install 12"MJ Gate Valve Box and Lid 0 1 EA $1,500.00 1 $0.00 6 Furnish and Install Ductile Iron Fittings 1 TON $3,500-00 $3,500.00 7 Connect to Existing 6"Water Line Includes Solid Sleeve 0 EA $455.00 $0.00 8 Connect to Existing 8"Water Line Includes Solid Sleeve 5 EA $530.00 $2,650.00 9 Connect to Existing 12"Water Line Includes Solid Sleeve 0 EA $715.00 $0.00 10 1"Water Service Tap to Main 4 EA $150.00 $600.00 11 2"Water Service Tap to Main 0 EA $405.00 $0.00 12 Furnish and Install 3/4"Copper Service Line on Private Property 20 1 LF $11.50 $230.00 13 Install 1"Water Service Main to Meter Short4 EA $255.00 $1,020.00 14 Install 1"Water Service Main to Meter Lon 0 EA $500.00 $0.00 15 Install 2"Water Service Main to Meter Short0 EA $650.00 $0.00 16 Install 2"Water Service Main to Meter Lon 0 EA $850.00 $0.00 17 Install 1"Assesment Service Short0 EA $315.00 $0.00 18 Install 1"Assesment Service Lon 0 EA $540.00 $0.00 19 Furnish and Install Class A Meter Box 4 1 EA $100.00 $400.00 20 Furnish and Install Class C Meter Box 0 1 EA $110.00 $0.00 21 Relocate Existing Service Meter and Box U760 EA $175.00 $0.00 22 Remove and Salvage ExistingFire Hydrant EA $200.00 $0.00 23 Furnish and Install Standard Fire Hydrant,T-6"Bu Depth EA $1,850.00 $0.00 24 Furnish and Install Fire Hydrant Barrel Extension EA $20.00 $0.00 25 Tem ora As halt Pavement Repair 2"Hotmix on 6"FlexBase LF $20.00 $15200.00 26 Permanent As halt Pavement Re air Per Fi ure 2000-1 LF $45.00 $0.00 27 Permanent Concrerte Pavement Re air Per Fi ure 2000-2 LF $65.00 $0.00 28 Fumish and Install Tem ora 2"Water Service LS $30,000.00 $7 500.00 SUBTOTAL WATER LINE REPLACEMENT1 1 $53,400.00 10%CONTINGENCY1 I 1 $5,340.00 TOTAL WATER LINE REPLACEMENT $58,740.00 r.�.- ' .. �. UNIT 1 -SEWER LINE REPLACEMENT 1 Furnish and Install 8"PVC SDR 35 Sanitary Sewer Pie All Depths) 377 LF $45.00 $16,965.00 2 Furnish and Install 8"PVC Pressure Pie SDR 26 20 LF $48.00 $960.00 3 Furnish and Install 4"PVC Sanitary Sewer Service Line in Public ROW 65 LF $37.50 $2,437.50 4 Furnish and Install 4"PVC Schedule 40 Sanitary Sewer Service Line on Private P 10 LF $41.50 $415.00 5 4"Sanitary Sewer Service Connection to Sewer Main 2 EA $425.00 $850.00 6 Furnish and Install 2-Way Cleanout at Property Line 2 1 EA $325.00 $650.00 7 Furnish and Install Standard 48"Diameter Manhole 0'-6-Dee 3 EA $3,800.00 $11,400.00 8 Furnish and Install Standard 48"Diameter Manhole Extra Depth Over 6'Dee 6 VF $175.00 $1,050.0 9 Furnish and Install Gasketed Watertight Manhole Insert 3 EA $65.00 $195.00 10 Perform Vacuum Test for New Sanitary Sewer Manhole 3 EA $150.00 $450.00 11 Construct Concrete Collar 3 EA $450.00 1 $1,350.00 12 Temporary Asphalt Pavement Repair 2"HMAC on 6"Flexbase 437 LF $20.00 $8,740.00 13 Block Sodding Match Existing Sod Type) 6 SY $5.00 $30.00 14 1 Perform Post Rehabilitation Television Inspection 377 LF $1.50 $565.50 15 1 Furnish and Install Trench Safety Systems for Trenches over 5'Dee 377 1 LF $1.75 $659.75 SUBTOTAL SEWER LINE REPLACEMENTI I 1 $46,717.75 10%CONTINGENCY1 1 $4,671.78 TOTAL SEWER LINE REPLACEMENT $51,389.53 TOTAL UNIT 1 -WATER AND SEWER LINE REPLACEMENT1 $110,129.53 EB-4-21 11/1/2005 EXHIBIT"B-4" CITY OF FORT WORTH, 2004 CIP - Hatcher Street(Quail LN,to Hardeman St.) Engineer's Opinion of Probable Construction Cost CONCRETE PAVEMENT ENGINEER'S ESTIMATE Item Unit No. I Description of Items Qtv Unit Price Total UNIT 2-PAVING AND DRAINAGE BASE BID 1 Proiect Desi nation Sin 2 EA $300.00 $600.00 2 Borrow Excavation(Compacted in Place 20 CY $12.00 $240.00 3 Remove Existing Concrete Driveways, Sidewalks etc. 3002 SY $3.00 $9,006.00 4 Remove Existing Concrete Curb and Gutter 1600 LF $1.00 $1,600.00 5 Remove Existing 6"Concrete Pavement 45 SY $9.00 $405.00 6 6"Reinforced Concrete Driveway Pavement 1210 SF $5.00 $6,050.00 7 4"Reinforced Concrete Sidewalk and Leadwalk 1792 SF $3.00 $5,376.00 8 Construct Handicap Ram -Type 1 0 EA $300.00 $0.00 9 Construct Handicap Ram -TVpe 3 0 EA $300.00 $0.00 10 6"Asphalt Trabnsition Type"D" 33 1 SY $29.00 $957.00 11 4"Topsoil 39 CY $12.50 $487.50 12 Water Valve Adjustment to Proposed Grade 5 EA $300.00 $1,500. 0 13 Manhole Adjustment to Proposed Grade 4 EA $350.00 $1,400.00 14 Water Meter Box Adjustment to Proposed Grade 4 EA $35.00 $140.00 15 Utility Adjustments 0.1 LS $15 000.00 1 $1,500.00 16 Erosion Control and Protection SWPPP 0.1 LS $5,000.00 1 $500.00 SUBTOTAL PAVING BASE BID $29,761.50 ALTERNATE B-CONCRETE PAVEMENT 131 Unclassified Street Excavation 408 CY $12.00 $4,896.00 62 6"Lime Stabilized Sub rade 28#per SY 2667 SY $2.50 $6,667.50 133 Lime for Sub rade Stabilization 37 TON $110.00 $4,070.00 B4 6"Reinforced Concrete Pavement 2578 SY $24.00 $61,872.00 65 7"Integral Concrete Curb 1600 LF $12.00 $19,200.00 136 7"Concrete Curb with 18"Gutter 20 LF $2.00 1 $40.00 137 1 Silicone Joint Sealant 2881 LF $1.00 1 $2 881.00 SUBTOTAL PAVING ALTERNATE B $99,626.50 TOTAL PAVING ALTERNATE B $129,388.00 10%CONTINGENCY1 1 $12,938.80 TOTAL UNIT 2-PAVING ALTERNATE BI I 1 1 142,326.80 UNIT 2-DRAINAGE 1 21"RCP(Type III for Storm Drain 0 LF $63.00 $0.00 2 Remove Existing 5'Inlet 0 EA $500.00 $0.00 3 Remove Existing 10'Inlet 0 EA $750.00 $0.00 4 Remove Existing 20'Inlet 0 EA $1,000.00 $0.00 5 Construct Standard 10'Inlet 0 EA $2,600.00 $0.00 6 Construct Standard 20'Inlet 0 1 EA $5,500.00 $0.00 7 1 Construct Standard Storm Drain Manhole Type 1 0 EA $5,000.00 $0.00 8 1 Connect to Exi ting Storm Drain Pie 0 EA $450.00 $0.00 9 ITrench Excavation and Backfill for Storm Drain 0 LF $10.00 $0.00 10 ITrench Safety Protection for Storm Drain 0 LF $1.00 $0.00 SUBTOTAL DRAINAGE1 I 1 1 $0.00 10%CONTINGENCYJ I 1 1 $0.00 TOTAL UNIT 2-DRAINAGE1 I 1 $0.00 TOTAL UNIT 2- PAVING AND DRAINAGE1 $142,326.80 ALTERNATE B PROJECT TOTALI $252,456.33 SUMMARY: WATER COST $58,740.00 SEWER COST $51,389.53 UNIT 1 TOTAL $110,129.53 PAVING SUBTOTAL $142,326.80 DRAINAGE SUBTOTAL $0.00 UNIT 2 TOTAL $142,326.80 TOTAL PROJECT COST $252,456.33 EB-4-22 1111f2005 EXHIBIT"134' CITY OF FORT WORTH, 2004 CIP -Jennifer Court (Eastland St. to Eastland St.) Engineer's Opinion of Probable Construction Cost ASPHALT PAVEMENT ENGINEER'S ESTIMATE Item Unit No. I Description of Items Q Unit Price Total UNIT 1 -WATER LINE REPLACEMENT 1 Furnish and Install 8"PVC C900 CL 200 Water Line 0 LF $29.00 $0.00 2 Furnish and Install 12"PVC C900 CL 200 Water Line 0 LF $40.00 $0.00 3 Furnish and Install 6"MJ Gate Valve Box and Lid 0 EA $675.00 $0.00 4 Furnish and Install 8"MJ Gate Valve Box and Lid 0 1 EA $1,000.00 $0.00 5 Furnish and Install 12"MJ Gate Valve Box and Lid 0 1 EA $1.500.00 $0.00 6 Furnish and Install Ductile Iron Fittings 0 TON $3,500.00 $0.00 7 Connect to Existing 6"Water Line Includes Solid Sleeve 0 EA $455.00 $0.00 8 Connect to Existing 8"Water Line Includes Solid Sleeve 0 EA $530.00 $0.00 9 Connect to Existing 12"Water Line Includes Solid Sleeve 0 EA $715.00 $0.00 10 1"Water Service Tap to Main 0 EA $150.00 $0.00 11 2"Water Service Tap to Main 0 EA $405.00 $0.00 12 Furnish and Install 3/4"Copper Service Line on Private Property 0 1 LF $11.50 $0.00 13 Install 1"Water ServiceMain to Meter Short0 EA $255.00 $0.00 14 Install 1"Water Service Main to Meter Lon 0 EA $500.00 $0.00 15 Install 2"Water Service Main to Meter Short 0 EA $650.00 $0.00 16 Install 2"Water Service Main to Meter Lon 0 EA $850.00 $0.00 17 Install 1"Assesment Service Short0 EA $315.00 $0.00 18 Install 1"Assesment Service Lon 0 EA $540.00 $0.00 19 Furnish and Install Class A Meter Box 0 1 EA $100.00 $0.00 20 Furnish and Install Class C Meter Box 0 EA $110.00 $0.00 21 Relocate Existing Service Meter and Box 0 EA $175.00 $0.00 22 Remove and Salvage Existing Fire Hydrant 0 EA $200.00 $0.00 23 Furnish and Install Standard Fire Hydrant,3'-6"Bury Depth 0 EA $1,850.00 $0.00 24 Furnish and Install Fire Hydrant Barrel Extension 0 EA $20.00 $0.00 25 Temporary As halt Pavement Repair 2"Hotmix on 6"FlexBase 0 LF $20.00 $0.00 26 Permanent Asphalt Pavement Repair Per Figure 2000-1 0 LF $45.00 $0.00 27 Permanent Concrerte Pavement Repair Per Figure 2000-2 0 LF $65.00 $0.00 28 Furnish and Install Temporary 2"Water Service 0 LS $30,000.00 $0.00 SUBTOTAL WATER LINE REPLACEMENTI I 1 $0.00 10%CONTINGENCY1 I I 1 $0.00 TOTAL WATER LINE REPLACEMENT $0.00 UNIT 1 -SEWER LINE REPLACEMENT 1 Furnish and Install 8"PVC SDR 35 Sanitary Sewer Pie All Depths) 1239 LF $45.00 $55,755.00 2 Furnish and Install 8"PVC Pressure Pie SDR 26 0 LF $48.00 $0.00 3 Furnish and Install 4"PVC Sanitary Sewer Service Line in Public ROW 908 LF $37.50 $34,050.00 4 Furnish and Install 4"PVC Schedule 40 Sanitary Sewer Service Line on Private Pi 190 LF $41.50 $7,885.00 5 4"Sanitary Sewer Service Connection to Sewer Main 38 EA $425.00 $16,150.00 6 Furnish and Install 2-Way Cleanout at Property Line 38 1 EA $325.00 1 $12,350.00 7 Furnish and Install Standard 48"Diameter Manhole 0'-6-Dee 3 EA $3,800.00 $11,400.00 8 Furnish and Install Standard 48"Diameter Manhole Extra Depth Over 6'Dee 6 VF $175.00 $1,050.00 9 Furnish and Install Gasketed Watertight Manhole Insert 3 EA $65.00 $195.00 10 Perform Vacuum Test for New Sanitary Sewer Manhole 3 EA $150.00 $450.00 11 Construct Concrete Collar 3 EA $450.00 $1,350.00 12 Temporary Asphalt Pavement Repair 2"HMAC on 6"Flexbase 1809 LF $20.00 $36,180.00 13 Block Sodding Match Existing Sod Type) 38 SY $5.00 $190.00 14 1 Perform Post Rehabilitation Television Inspection 1239 LF $1.50 $1,858.50 15 Furnish and Install Trench Safety Systems for Trenches over 5'Dee 1239 1 LF $1.75 1 $2 168.25 SUBTOTAL SEWER LINE REPLACEMENTI 1 1 $181,031.75 10%CONTINGENCYI I 1 $18,103.18 TOTAL SEWER LINE REPLACEMENTI $199,134.93 TOTAL UNIT 1 -WATER AND SEWER LINE REPLACEMENT $199,134.93 EB-4-23 `` i'ihrzoo5"' EXHIBIT"134" CITY OF FORT WORTH, 2004 CIP -Jennifer Court(Eastland St. to Eastland St.) Engineer's Opinion of Probable Construction Cost ASPHALT PAVEMENT ENGINEER'S ESTIMATE Item Unit No. Description of Items Qt Unit Price Total UNIT 2-PAVING AND DRAINAGE BASE BID 1 Project Designation Sin 2 EA $300.00 $600.00 2 Borrow Excavation(Compacted in Place 20 CY $12.00 $240:00 3 Remove Existing Concrete Driveways,Sidewalks etc. 10891 SY $3.00 $32,673.00 4 Remove Existing Concrete Curb and Gutter 2504 LF $1.00 $2,504.00 5 Remove Existin 6"Concrete Pavement 0 SY $9.00 $0.00 6 6"Reinforced Concrete Driveway Pavement 875 SF $5.00 $4,375.00 7 4"Reinforced Concrete Sidewalk and Leadwalk 10016 SF $3.00 $30,048.00 8 Construct Handicap Ram -Type 1 0 EA $300.00 $0.00 9 Construct Handicap Ram -Type 3 0 EA $300.00 $0.00 10 6"Asphalt Trabnsition Type"D" 0 SY $29.00 $0.00 11 4"Topsoil 61 CY $12.50 $762.50 12 Water Valve Adjustment to Proposed Grade 2 EA $300.00 $600.00 13 Manhole Adjustment to Proposed Grade 2 EA $350.00 $700.00 14 Water Meter Box Adjustment to Proposed Grade 38 EA $35.00 $1,330.00 15 Utilitv Adjustments 0.15 LS $15,000.00 $2,250.00 16 Erosion Control and Protection SWPPP 0.15 LS $5,000.00 $750.00 SUBTOTAL PAVING BASE BID $76,832.50 ALTERNATE A-ASPHALT PAVEMENT Al Unclassified Street Excavation 213 CY $12.00 $2,556.00 A2 8"Lime Stabilized Sub rade 40#per SY 4173 SY $2.60 $10,849.80 A3 Lime for Sub rade Stabilization 83.5 TON $110.00 $9,185.00 A4 6"HMAC Pavement 3478 SY $18.50 $64,343.00 A5 7"Concrete Curb with 18"Gutter 2504 LF $12.00 $30 048.00 A6 7"Integral Concrete Curb 20 1 LF $2.00 $40.00 A7 IConcrete Pavement Header 58 1 LF $12.00 1 $696.00 AS 7"Reinforced Concrete Valley Gutter 0 1 SY $50.00 1 $0.00 SUBTOTAL PAVING ALTERNATE Al $117,717.80 TOTAL PAVING ALTERNATE Al $194,550.30 10%CONTINGENCY1 I 1 $19,455.03 TOTAL UNIT 2-PAVING ALTERNATE Al214,005.33 UNIT 2-DRAINAGE 1 21"RCP(Type III for Storm Drain 0 LF $63.00 $0.00 2 Remove Existing 5'Inlet 0 EA $500.00 $0.00 3 Remove Existing 10'Inlet 0 EA $750.00 $0.00 4 Remove Existing 20'Inlet 0 EA $1,000.00 $0.00 5 Construct Standard 10'Inlet 0 EA $2,600.00 $0.00 6 Construct Standard 20'Inlet 0 1 EA $5,500.00 $0.00 7 Construct Standard Storm Drain Manhole Type 1 0 EA $5,000.00 $0.00 8 Connect to Existing Storm Drain Pie 0 EA $450.00 $0.00 9 Trench Excavation and Backfill for Storm Drain 0 LF $10.00 $0.00 10 Trench Safety Protection for Storm Drain 0 LF $1.00 $0.00 SUBTOTAL DRAINAGE1 I 1 $0.00 10%CONTINGENCY1 I 1 $0.00 TOTAL UNIT 2-DRAINAGE $0.00 TOTAL UNIT 2- PAVING AND DRAINAGE1 1 $214,005.33 ALTERNATE A PROJECT TOTAL 1 $413,140.26 SUMMARY: WATER COST $0.00 SEWER COST $199,134.93 UNIT 1 TOTAL $199,134.93 PAVING SUBTOTAL $214,005.33 DRAINAGE SUBTOTAL $0.00 UNIT 2 TOTAL $214,005.33 TOTAL PROJECT COST $413,140.26 EB-4-24 11/1/2005 EXHIBIT"134" CITY OF FORT WORTH, 2004 CIP -Jennifer Court(Eastland St.to Eastland St.) Engineer's Opinion of Probable Construction Cost CONCRETE PAVEMENT ENGINEER'S ESTIMATE Item Unit No. I Description of Items Qt Unit Price Total UNIT 1 -WATER LINE REPLACEMENT 1 Furnish and Install 8"PVC C900 CL 200 Water Line 0 LF $29.00 $0.00 2 Furnish and Install 12"PVC C900 CL 200 Water Line 0 LF $40.00 $0.00 3 Furnish and Install 6"MJ Gate Valve Box and Lid 0 EA $675.00 $0.00 4 Fumish and Install 8"MJ Gate Valve Box and Lid 0 EA $1,000.00 $0.00 5 Fumish and Install 12"MJ Gate Valve Box and Lid 0 EA $1,500.00 $0.00 6 Fumish and Install Ductile Iron Fittings 0 TON $3,500.00 $0.00 7 Connect to Existing 6"Water Line Includes Solid Sleeve 0 EA $455.00 $0.00 8 Connect to Existing 8"Water Line Includes Solid Sleeve 0 EA $530.00 $0.00 9 Connect to Existing 12"Water Line Includes Solid Sleeve 0 EA $715.00 $0.00 10 1"Water Service Tap to Main 0 EA $150.00 $0.00 11 2"Water Service Tap to Main 0 EA $405.00 $0.00 12 Furnish and Install 3/4"Copper Service Line on Private Property 0 LF $11.50 $0.00 13 Install 1"Water Service Main to Meter Short 0 EA $255.00 $0.00 14 Install 1"Water ServiceMain to Meter Lon 0 EA $500.00 $0.00 15 Install 2"Water Service Main to Meter Short 0 EA $650.00 $0.00 16 Install 2"Water Service Main to Meter Lon 0 1 EA $850.00 1 0.00 17 Install 1"Assesment Service Short0 EA $315.00 1 $0.00 18 Install 1"Assesment Service Lon 0 EAM$540.00 $0.0019 Fumish and Install Class A Meter Box 0 EA $0.0020 Furnish and Install Class C Meter Box 0 EA $0.00 21 Relocate Existin Service Meter and Box 0 EA $0.00 22 Remove and Salva a Existin Fire H drant 0 EA $0.00 23 Fumish and Install Standard Fire H drant T-6"Bu De th 0 EA $0.00 24 Fumish and Install Fire H drant Barrel Extension 0 EA $20.00 $0.00 25 Temporary Asphalt Pavement Repair 2"Hotmix on 6"FlexBase 0 LF $20.00 1 $0.00 26 Permanent Asphalt Pavement Repair Per Figure 2000-1 0 LF $45.00 $0.00 27 Permanent Concrerte Pavement Repair Per Figure 2000-2 0 LF $65.00 $0.00 28 Fumish and Install Tem ora 2"Water Service 0 LS $30,0 0.00 $0.00 SUBTOTAL WATER LINE REPLACEMENT $0.00 10%CONTINGENCY $0.00 TOTAL WATER LINE REPLACEMENT $0.00 ;;• ,. .^.:'- >, ra :• .i. ,. ? ,.. �� � a ^,:. "rr.., =` ,F?, a'�.1v2, UNIT 1 -SEWER LINE REPLACEMENT 1 Fumish and Install 8"PVC SDR 35 Sanitary Sewer Pie All Depths) 1239 LF $45.00 $55,755.00 2 Fumish and Install 8"PVC Pressure Pie SDR 26 0 LF $48.00 $0.00 3 Fumish and Install 4"PVC Sanitary Sewer Service Line in Public ROW 908 LF $37.50 $34,050.00 4 Fumish and Install 4"PVC Schedule 40 Sanita Sewer Service Line on Private P 190 LF $41.50 $7,885.00 5 4"Sanitary Sewer Service Connection to Sewer Main 38 EA $425.00 $16,150.00 6 Furnish and Install 2-Way Cleanout at Property Line 38 EA $325.00 $12,350.00 7 Fumish and Install Standard 48"Diameter Manhole 0'-6-Dee 3 1 EA $3,800,00 $11,400.00 8 Fumish and Install Standard 48"Diameter Manhole Extra Depth Over 6'Dee 6 VF $175.00 $1,050.00 9 Fumish and Install Gasketed Watertight Manhole Insert 3 EA $65.00 $195.00 10 Perform Vacuum Test for New Sanitary Sewer Manhole 3 EA $150.00 $450.00 11 Construct Concrete Collar 3 EA $450.00 $1,350.00 12 Temporary Asphalt Pavement Repair 2"HMAC on 6"Flexbase 1809 LF $20.00 1 $36,180.00 13 1 Block Sodding Match Existing Sod Type) 38 SY $5.00 $190.00 14 1 Perform Post Rehabilitation Television Inspection 1 1239 LF $1.50 $1,858.50 15 1 Fumish and Install Trench Safety Systems for Trenches over 5'Dee 1239 LF $1.75 $2,168.25 SUBTOTAL SEWER LINE REPLACEMENT1 I 1 $181,031.75 10%CONTINGENCY T $18,103.18 TOTAL SEWER LINE REPLACEMENT1 $199,134.93 TOTAL UNIT 1 -WATER AND SEWER LINE REPLACEMENT1 $199,134.93 EB-4-25 1111rz005 EXHIBIT"B-4" CITY OF FORT WORTH, 2004 CIP -Jennifer Court(Eastland St.to Eastland St.) Engineer's Opinion of Probable Construction Cost CONCRETE PAVEMENT ENGINEER'S ESTIMATE Item Unit No. I Description of Items Qtv Unit Price Total UNIT 2-PAVING AND DRAINAGE BASE BID 1 Project Desi nation Sin 2 EA $300.00 $600.00 2 Borrow Excavation (Compacted in Place 20 CY $12.00 $240.00 3 Remove Existing Concrete Driveways,Sidewalks etc. 10891 SY $3.00 $32,673.00 4 Remove Existing Concrete Curb and Gutter 2504 LF $1.00 $2,504.00 5 Remove Existing 6"Concrete Pavement 0 SY $9.00 $0.00 6 6"Reinforced Concrete Driveway Pavement 875 SF $5.00 $4,375.00 7 4"Reinforced Concrete Sidewalk and Leadwalk 10016 SF $3.00 1 $30,048.00 8 Construct Handicap Ram -Type 1 0 EA $300.00 $0.00 9 Construct Handicap Ram -Type 3 0 EA $300.00 $0.00 10 6"Asphalt Trabnsition Type"D" 0 SY $29.00 $0.00 11 4"Topsoil 61 CY $12.50 $762.50 12 Water Valve Adjustment to Proposed Grade 2 EA $300.00 $600.00 13 Manhole Adjustment to Proposed Grade 2 EA $350.00 $700.00 14 Water Meter Box Adjustment to Proposed Grade 38 1 EA $35.001 $1,330.00 15 Utility Ad•ustments 1 0.15 1 LS $15,0 0.00 1 $2,250.00 16 Erosion Control and Protection SWPPP 0.15 LS $5 000.00 1 $750.00 SUBTOTAL PAVING BASE BID $76,832.50 ALTERNATE B-CONCRETE PAVEMENT B1 Unclassified Street Excavation 639 CY $12.00 $7,668.00 B2 6"Lime Stabilized Sub rade 28#per SY 4173 SY $2.50 $10,432.50 B3 Lime for Sub rade Stabilization 58 TON $110.00 $6,380.00 B4 6"Reinforced Concrete Pavement 4034 SY $24.00 $96,816.00 B5 7"Inte ral Concrete Curb 2504 LF $12.00 $30,048.00 B6 7"Concrete Curb with 18"Gutter 20 LF $2.00 $40.00 B7 ISilicone Joint Sealant 1 51881 LF 1 $1.00 1 $5,188.00 SUBTOTAL PAVING ALTERNATE B $156,572.50 TOTAL PAVING ALTERNATE B $233,405.00 10%CONTINGENCYJ 1 $23,340.50 TOTAL UNIT 2-PAVING ALTERNATE BI 1 1 256,745.50 UNIT 2-DRAINAGE 1 21"RCP(Type III for Storm Drain 0 LF $63.00 $0.00 2 Remove Existing 5'Inlet 0 EA $500.00 $0.00 3 Remove Existing 10'Inlet 0 EA $750.00 $0.00 4 Remove Existing 20'Inlet 0 EA $1,000.00 $0.00 5 Construct Standard 10'Inlet 0 EA $2,600.00 $0.00 6 Construct Standard 20'Inlet 0 EA $5,500.00 $0.00 7 1 Construct Standard Storm Drain Manhole Type 1 0 EA $5,000.00 $0.00 8 Connect to Existing Storm Drain Pie 0 EA $450.00 $0.00 9 Trench Excavation and Backfill for Storm Drain 0 LF $10.00 $0.00 10 Trench Safe Protection for Storm Drain 0 LF $1.00 $0.00 SUBTOTAL DRAINAGE1 I 1 1 $0.00 10%CONTINGENCY1 I 1 1 $0.00 TOTAL UNIT 2-DRAINAGE1 I I 1 $0.00 TOTAL UNIT 2- PAVING AND DRAINAGE1 1 $256,745.50 ALTERNATE B PROJECT TOTALI $455,880.43 SUMMARY: WATER COST $0.00 SEWER COST $199,134.93 UNIT 1 TOTAL $199,134.93 PAVING SUBTOTAL $256,745.50 DRAINAGE SUBTOTAL $0.00 UNIT 2 TOTAL $256,745.50 TOTAL PROJECT COST $455,880.43 EB-4-26 11/112005 EXHIBIT"B-4" . n CITY OF FORT WORTH, 2004 CIP -Whitehall Street(Miller Ave. to Pate St.) Engineer's Opinion of Probable Construction Cost ASPHALT PAVEMENT ENGINEER'S ESTIMATE Item Unit No. I Description of Items Qt Unit Price Total UNIT 1 -WATER LINE REPLACEMENT 1 Furnish and Install 8"PVC C900 CL 200 Water Line 0 LF $29.00 $0.00 2 Furnish and Install 12"PVC C900 CL 200 Water Line 0 LF $40.00 $0.00 3 Furnish and Install 6"MJ Gate Valve Box and Lid 0 EA $675.00 $0.00 4 Furnish and Install 8"MJ Gate Valve Box and Lid 0 1 EA $1,000.00 1 $0.00 5 Furnish and Install 12"MJ Gate Valve Box and Lid 0 EA $1,500.00 $0.00 6 Furnish and Install Ductile Iron Fittings 0 TON $3,500.00 $0.00 7 Connect to Existing 6"Water Line Includes Solid Sleeve 0 EA $455.00 $0.00 8 Connect to Existing 8"Water Line includes Solid Sleeve 0 EA $530.00 $0.00 9 Connect to Existing 12"Water Line Includes Solid Sleeve 0 EA $715.00 $0.00 10 1"Water Service Tap to Main 0 EA $150.00 $0.00 11 2"Water Service Tap to Main 0 EA- $405.001 $0.00 12 Furnish and Install 3/4"Copper Service Line on Private Property 0 LF $11.50 $0.00 13 Install 1"Water Service Main to Meter Short0 1 EA $255.00 $0.00 14 Install 1"Water Service Main to Meter Lon 0 EA $500.00 $0.00 15 Install 2"Water Service Main to Meter Short0 EA $650.00 $0.00 16 Install 2"Water Service Main to Meter Lon 0 EA $850.00 $0.00 17 Install 1"Assesment Service Short 0 EA $315.00 $0.00 18 Install 1"Assesment Service Lon 0 EA $540.00 $0.00 19 Furnish and Install Class A Meter Box 0 EA $100.00 $0.00 20 Furnish and Install Class C Meter Box 0 1 EA $110.00 1 $0.00 21 Relocate Existing Service Meter and Box 0 EA $175.00 $0.00 22 Remove and Salvage Existing Fire Hydrant 0 EA $200.00 $0.00 23 Furnish and Install Standard Fire H drant 3'-6"Bury Depth 0 EA $1 850.00 $0.00 24 Furnish and Install Fire Hydrant Barrel Extension 0 EA $20.00 $0.00 25 Temporary Asphalt Pavement Repair 2"Hotmix on 6"FlexBase 0 LF $20.00 $0.00 26 Permanent Asphalt Pavement Repair Per Figure 2000-1 0 LF 1 5.00 $0.00 27 Permanent Concrerte Pavement Repair Per Figure 2000-2 0 LF 1 $65.00 $0.00 28 Furnish and Install Temporary 2"Water Service 1 0 LS 1 $30,000.00 $0.00 SUBTOTAL WATER LINE REPLACEMENT $0.00 10%CONTINGENCY1 I 1 $0.00 TOTAL WATER LINE REPLACEMENT $0.00 UNIT 1 -SEWER LINE REPLACEMENT 1 Furnish and Install 8"PVC SDR 35 Sanitary Sewer Pie All Depths) 683 LF $45.00 $30,735.00 2 Furnish and Install 8"PVC Pressure Pie SDR 26 0 LF $48.00 $0.00 3 Furnish and Install 4"PVC Sanitary Sewer Service Line in Public ROW 600 LF $37.50 $22,500.00 4 Furnish and Install 4"PVC Schedule 40 Sanitary Sewer Service Line on Private P 120 LF $41.50 $4,98 .00 5 4"Sanitary Sewer Service Connection to Sewer Main 24 EA $425.00 $10,20 .00 6 Furnish and Install 2-Way Cleanout at Property Line 24 1 EA $325.00 $7,800.00 7 Furnish and Install Standard 48"Diameter Manhole 0'-6-Dee 3 EA $3,800.00 $11,400.00 8 Furnish and Install Standard 48"Diameter Manhole Extra Depth Over 6'Dee 6 VF $175.00 $1,050.00 9 Furnish and Install Gasketed Watertight Manhole Insert 3 EA $65.00 $195.00 10 Perform Vacuum Test for New Sanitary Sewer Manhole 3 EA $150.00 $450.00 11 Construct Concrete Collar 3 EA $450.00 $1,350.00 12 Temporary Asphalt Pavement Repair 2"HMAC on 6"Flexbase 1043 LF $20.00 $20,860.00 13 Block Sodding Match Existing Sod Type) 24 1 SY I $5.00 $120.00 14 Perform Post Rehabilitation Television Inspection 1 683 1 LF $1.50 $1,024.50 15 Furnish and Install Trench Safety Systems for Trenches over 5'Dee 683 LF $1.75 $1,195.25 SUBTOTAL SEWER LINE REPLACEMENT $113,859.75 10%CONTINGENCY $11,385.98 TOTAL SEWER LINE REPLACEMENT1 $125,245.73 TOTAL UNIT 1 -WATER AND SEWER LINE REPLACEMENT $125,245.73 EB-4-27 111112005 EXHIBIT"B4" CITY OF FORT WORTH, 2004 CIP -Whitehall Street(Miller Ave.to Pate St.) Engineer's Opinion of Probable Construction Cost ASPHALT PAVEMENT ENGINEER'S ESTIMATE Item Unit No. I Description of Items Q Unit Price Total UNIT 2-PAVING AND DRAINAGE BASE BID 1 Project Desi nation Sin 2 EA $300.00 $600.00 2 Borrow Excavation(Compacted in Place 20 CY $12.00 $240.00 3 Remove Existing Concrete Drivewa s Sidewalks etc. 10455 SY $3.00 $31,365.00 4 Remove Existing Concrete Curb and Gutter 1500 LF $1.00 $1 500.00 5 Remove Existing 6"Concrete Pavement 0 SY $9.00 $0.00 6 6"Reinforced Concrete DrivewaV Pavement 4455 SF $5.00 $22,275.00 7 4"Reinforced Concrete Sidewalk and Leadwalk 6000 SF $3.00 $18,000.00 8 Construct Handicap Ram -T e 1 4 EA $300.00 $1,200.00 9 Construct Handicap Ram -TVpe 3 0 EA $300.00 $0.00 10 6"Asphalt Trabnsition Type"D" 0 1 SY $29.00 1 $0.00 11 4"Topsoil 37 1 CY $12.50 $462.50 12 Water Valve Adjustment to Proposed Grade 2 EA $300.00 $600.00 13 Manhole Adjustment to Proposed Grade 2 EA $350.00 $700.00 14 Water Meter Box Adjustment to Proposed Grade 24 EA $35.00 $840.00 15 Utility Adjustments 0.09 LS $15 000.00 $1,350.00 16 Erosion Control and Protection SWPPP 0.09 LS $5,000.00 $450.00 SUBTOTAL PAVING BASE BID $79,582.50 ALTERNATE A-ASPHALT PAVEMENT Al Unclassified Street Excavation 128 CY $12.00 $1,536.00 A2 8"Lime Stabilized Sub rade 40#per SY 2500 SY $2.60 $6,500.00 A3 Lime for Sub rade Stabilization 50 TON $110.00 $5,500.00 A4 6"HMAC Pavement 2083 SY $18.50 $38,535.50 A5 7"Concrete Curb with 18"Gutter 1500 LF $12.00 $18,000.00 A6 7"Integral Concrete Curb 1 20 1 LF $2.00 $40.00 A7 lConcrete Pavement Header 1 0 1 LF $12.00 $0.00 A8 7"Reinforced Concrete Valley Gutter 1 0 1 SY $50.00 1 $0.00 SUBTOTAL PAVING ALTERNATE Al $70,111.50 TOTAL PAVING ALTERNATE Al $149,694.00 10%CONTINGENCYF I 1 1 $14,969.40 TOTAL UNIT 2-PAVING ALTERNATE Al164,663.40 UNIT 2-DRAINAGE 1 21"RCP(Type III for Storm Drain 0 LF $63.00 $0.00 2 Remove Existing 5'Inlet 1 EA $500.00 $500.00 3 Remove Existing 10'Inlet 1 EA $750.00 $750.00 4 Remove Existing 20'Inlet 0 EA $1,000.00 $0.00 5 Construct Standard 10'Inlet 2 EA $2,600.00 $5,200.00 6 Construct Standard 20'Inlet 0 1 EA $5,500.00 $0.00 7 Construct Standard Storm Drain Manhole Type 1 0 EA $5,000.00 $0.00 8 Connect to Existing Storm Drain Pie 0 EA $450.00 $0.00 9 Trench Excavation and Backfill for Storm Drain 0 LF $10.00 $0.00 10 Trench Safety Protection for Storm Drain 0 LF $1.00 $0.00 SUBTOTAL DRAINAGE1 I 1 $6,450.00 10%CONTINGENCY1 I 1 1 $645.00 TOTAL UNIT 2-DRAINAGE1 1 1 $7,095.00 TOTAL UNIT 2- PAVING AND DRAINAGE1 1 $171,758.40 ALTERNATE A PROJECT TOTALI $297,004.13 SUMMARY: WATER COST $0.00 SEWER COST $125,245.73 UNIT 1 TOTAL $125,245.73 PAVING SUBTOTAL $164,663.40 DRAINAGE SUBTOTAL $7,095.00 UNIT 2 TOTAL $171,758.40 TOTAL PROJECT COST $297,004.13 EB-4-28 11/1/2005 EXHIBIT"BA" CITY OF FORT WORTH, 2004 CIP -Whitehall Street(Miller Ave. to Pate St.) Engineer's Opinion of Probable Construction Cost CONCRETE PAVEMENT ENGINEER'S ESTIMATE Item Unit No. I Description of Items Qty Unit Price Total UNIT 1 -WATER LINE REPLACEMENT 1 Furnish and Install 8"PVC C900 CL 200 Water Line 0 LF $29.00 $0.00 2 Furnish and Install 12"PVC C900 CL 200 Water Line 0 LF $40.00 $0.00 3 Furnish and Install 6"MJ Gate Valve Box and Lid 0 EA $675.00 $0.00 4 Furnish and Install 8"MJ Gate Valve Box and Lid 0 1 EA $1,000.001 $0.00 5 Furnish and Install 12"MJ Gate Valve Box and Lid 0 EA $1,500.00 $0.00 6 Furnish and Install Ductile Iron Fittings 0 TON $3,500.00 $0.00 7 lConnect to Existing 6"Water Line Includes Solid Sleeve 0 EA $455.00 $0.00 8 Connect to Existing 8"Water Line Includes Solid Sleeve 0 EA $530.00 $0.00 9 Connect to Existing 12"Water Line Includes Solid Sleeve 0 EA $715.00 $0.00 10 1"Water Service Tap to Main 0 EA $150.00 $0.00 11 2"Water Service Tap to Main 0 1 EA $405.00 1 $0.00 12 Furnish and Install 3/4"Copper Service Line on Private Property 0 LF $11.50 $0.00 13 Install 1"Water Service Main to Meter Short0 EA $255.00 $0.00 14 Install 1"Water ServiceMain to Meter Lon 0 EA $500.00 $0.00 15 Install 2"Water Service Main to Meter Short 0 EA $650.00 $0.00 16 Install 2"Water ServiceMain to Meter Lon 0 EA $850.00 $0.00 17 Install 1"Assesment Service Short0 EA $315.00 $0.00 18 Install 1"Assesment Service Lon 0 1 EA $540.00 1 $0.00 19 Furnish and Install Class A Meter Box 0 EA $100.00 $0.00 20 Furnish and Install Class C Meter Box 0 EA $110.00 $0.00 21 Relocate Existing Service Meter and Box 0 EA $175.00 $0.00 22 Remove and Salvage Existing Fire Hydrant 0 EA $200.00 $0.00 23 Furnish and Install Standard Fire Hydrant,3'-6"Bury Depth 0 EA $1,850.00 $0.00 24 Furnish and Install Fire Hydrant Barrel Extension 0 EA $20.00 $0.00 25 Temporary Asphalt Pavement Repair 2"Hotmix on 6"FlexBase 0 1 LF $20.001 $0.00 26 Permanent Asphalt Pavement Repair Per Figure 2000-1 0 LF $45.00 $0.00 27 Permanent Concrerte Pavement Repair Per Figure 2000-2 0 LF $65.00 $0.00 28 Furnish and Install Tem ora 2"Water Service 0 LS $30,000.00 $0.00 SUBTOTAL WATER LINE REPLACEMENTI I 1 1 $0.00 10%CONTINGENCY1 I 1 1 $0.00 TOTAL WATER LINE REPLACEMENTI I 1 $0.00 UNIT 1 -SEWER LINE REPLACEMENT 1 Furnish and Install 8"PVC SDR 35 Sanitary Sewer Pie All Depths) 683 LF $45.00 $30,735.00 2 Furnish and Install 8"PVC Pressure Pie SDR 26 0 LF $48.00 $0.00 3 Furnish and Install 4"PVC Sanitary Sewer Service Line in Public ROW 600 LF $37.50 $22,500.00 4 Furnish and Install 4"PVC Schedule 40 Sanitary Sewer Service Line on Private Pi 120 LF $41.50 $4,980.00 5 4"Sanitary Sewer Service Connection to Sewer Main 24 EA $425.00 $10,200.00 6 Furnish and Install 2-Way Cleanout at Property Line 24 EA $325.00 $7,800.00 7 Furnish and Install Standard 48"Diameter Manhole 0'-6-Dee 3 EA $3,800.00 1 $11,400.00 8 Furnish and Install Standard 48"Diameter Manhole Extra Depth Over 6'Dee 6 VF $175.00 $1,050.00 9 Furnish and Install Gasketed Watertight Manhole Insert 3 EA $65.00 $195.00 10 Perform Vacuum Test for New Sanita Sewer Manhole 3 EA $150.00 $450.00 11 Construct Concrete Collar 3 EA $450.00 $1,350.00 12 Temporary Asphalt Pavement Repair 2"HMAC on 6"Flexbase 1043 LF $20.00 $20,86000 13 1 Block Soddinq Match Existing Sod Type) 24 SY 1 $5.00 $120.00 14 1 Perform Post Rehabilitation Television Inspection 683 LF 1 $1.50 $1,024.50 15 1 Furnish and Install Trench Safety Systems for Trenches over 5'Dee 683 LF 1 $1.75 $1 195.25 SUBTOTAL SEWER LINE REPLACEMENTI I 1 $113,859.75 10%CONTINGENCYI 1 $11,385.98 TOTAL SEWER LINE REPLACEMENTI $125,245.73 TOTAL UNIT 1 -WATER AND SEWER LINE REPLACEMENTI $125,245.73 EB-4-29 11/1/2005 EXHIBIT"134" w CITY OF FORT WORTH, 2004 CIP -Whitehall Street(Miller Ave.to Pate St.) Engineer's Opinion of Probable Construction Cost CONCRETE PAVEMENT ENGINEER'S ESTIMATE Item Unit No. I Description of Items Q Unit Price Total UNIT 2-PAVING AND DRAINAGE BASE BID 1 Project Desi nation Sin 2 EA $300.00 $600.00 2 Borrow Excavation(Compacted in Place 20 CY $12.00 $240.00 3 Remove Existing Concrete Driveways,Sidewalks etc. 10455 SY $3.00 $31,365.00 4 Remove Existing Concrete Curb and Gutter 1500 LF $1.00 $1,500.00 5 Remove Existing 6"Concrete Pavement 0 SY $9.00 $0.00 6 6"Reinforced Concrete Driveway Pavement 4455 SF $5.00 $22,275.00 7 4"Reinforced Concrete Sidewalk and Leadwalk 6000 SF $3.00 $18,000.00 8 Construct Handicap Ram -T e 1 4 EA $300.00 $1,200.00 9 Construct Handicap Ram -Type 3 0 EA $300.00 $0.00 10 6"Asphalt Trabnsition Type"D" 0 1 SY $29.00 1 $0.00 11 4"Topsoil 37 1 CY $12.50 $462.50 12 Water Valve Adjustment to Proposed Grade 2 EA $300.00 $600.00 13 1 Manhole Adjustment to Proposed Grade 2 EA $350.00 $700.00 14 lWater Meter Box Adjustment to Proposed Grade 24 EA $35.00 $840.00 15 1 Utility Adjustments 0.09 LS $15,000.00 $1,350.00 16 1 Erosion Control and Protection SWPPP 0.09 LS $5,000.00 $450.00 SUBTOTAL PAVING BASE BID $79,582.50 ALTERNATE B-CONCRETE PAVEMENT 131 Unclassified Street Excavation 384 CY $12.00 $4,608.00 B2 6"Lime Stabilized Sub rade 28#per SY 2500 SY $2.50 $6,250.00 B3 Lime for Sub rade Stabilization 35 TON $110.00 $3,850.00 B4 6"Reinforced Concrete Pavement 2417 SY $24.00 $58,008.00 B5 7"Integral Concrete Curb 1500 LF $12.00 $18,000.00 B6 7"Concrete Curb with 18"Gutter 20 LF 1 $2.00 1 $40.00 B7 I Silicone Joint Sealant 3137 LF 1 $1.00 $3 137.00 SUBTOTAL PAVING ALTERNATE B $93,893.00 TOTAL PAVING ALTERNATE B $173,475.50 10U/-.CONTINGENCyj I 1 1 $17,347.55 TOTAL UNIT 2-PAVING ALTERNATE-AT- 190,823.05 UNIT 2-DRAINAGE 1 21"RCP(Type III for Storm Drain 0 LF $63.00 $0.00 2 Remove Existing 5'Inlet 1 EA $500.00 $500.00 3 Remove Existing 10'Inlet 1 EA $750.00 $750.00 4 Remove Existing 20'Inlet 0 EA $1,000.00 $0.00 5 Construct Standard 10' Inlet 2 EA $2,600.00 $5,200.00 6 Construct Standard 20'Inlet 0 1 EA $5,500.00 1 $0.00 7 Construct Standard Storm Drain Manhole Type 1 0 EA $5,000.00 $0.00 8 Connect to Existing Storm Drain Pie 0 EA $450.00 $0.00 9 Trench Excavation and Backfill for Storm Drain 0 LF $10.00 $0.00 10 Trench Safety Protection for Storm Drain 0 LF $1.00 $0.00 SUBTOTAL DRAINAGE1 I 1 1 $6,450.00 10%CONTINGENCY $645.00 TOTAL UNIT 2-DRAINAGE I I 1 1 $7,095.00 TOTAL UNIT 2- PAVING AND DRAINAGE $197,918.05 ALTERNATE B PROJECT f6TA-LF $323,163.78 SUMMARY: WATER COST $0.00 SEWER COST $125,245.73 UNIT 1 TOTAL $125,245.73 PAVING SUBTOTAL $190,823.05 DRAINAGE SUBTOTAL $7,095.00 UNIT 2 TOTAL $197,918.05 TOTAL PROJECT COST $323,163.78 EB-4-30 1111rz005 ATTACHMENT "C" AMMENDMENT TO THE STANDARD AGREEMENT 2004 CAPITAL IMPROVEMENTS PROJECTS — Contract 33 1. Section IV, Paragraph G of the Standard Form of Agreement does not apply to this contract. 2. Section IV, Paragraph N of the Standard Form of Agreement does not apply to this contract. 3. The following paragraphs from Attachment"A", Phase 5 do not apply to this contract: a. Paragraph 22) SITE VISITS b. Paragraph 23) SHOP DRAWING REVIEW c. Paragraph 24) INSTRUCTIONS TO CONTRACTOR d. Paragraph 26) RECORD DRAWINGS EC1-1 CITY OF FORT WORTH YEAR THREE 2004 CAPITAL IMPROVEMENTS PROGRAM CONTRACT 33 CITY PROJECT NO.00272 ATTACHMENT D-SCHEDULE OF DESIGN SERVICES 2005 2006 2007 Activity Name Anticipated Anticipated % Start Date Finish Date Complete Nov Dec Jan Feb MarApr May Jun Jul Aug Sept Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug'Sept Oct Nov 1 YEAR THREE 2004 CIP-CONTRACT 33 11121/05 10124/06 0.0% 2 NOTICE TO PROCEED 11/21/05 0.0% 3 CONCEPTUAL DESIGN(30%) 11/21/05 1120106 0.0% 4 Topographic Survey 11/28105 12/23105 0.0% - - _ -- - 5 Prepare Conceptual Engineering Plans 6 Water and Sewer 11/21105 12/23105 0.0% 7 Paving and Drainage -- - 11/21/05 116/06 0.0% 8 Submit Conceptual Engineering Plans 9 Water and Sewer 116/06 1/6/06 0.0% 10 Paving and Drainage 116/06 1/6/06 0.0% V 11 City Review_. 1215105 12/16105 0.0% 12 Attend Neighborhood Meeting 2/7106 218106 0.0% V 13 PRELIMINARY DESIGN(60%) 1123106 518106 0.0% 14 Address City Review Comments 15 Water and Sewer Plans 1/23/06 2117106 0.0% 16 Paving and Drainage Plans 1123106 4121106 0.0% 17 Submit Preliminary Plans,Specifications and Estimates 18 Water and Sewer 4121106 4/21106 0.0% V 19 Paving and Drainage 4/21/06 4/21/06 0.0% V 20 City Review... 3120106 3131106 0.0% 21 Franchise Utility Relocations 4124106 6/24/06 0.0% 22 PRE-FINAL DESIGN(90%) 5/8106 5126106 0.0% 23 Address City Review Comments 24 Water and Sewer 518106 5119106 0.0% t� 25 Paving and Drainage 5/8/06 5119/06 0.0% VW 26 Submit Pre-Final Plans,Specifications and Estimates 4 Nov Dec Jan Feb Mar Apr.May Jun Jul Aug Sept Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sept,Oct Nov t NOTE:12 Month Construction Schedule assumes all streets in construction concurrently FWP 2004 CIP Contract 33 Schedule.its Prepared By:RJN Group,Inc. REVJSED Nov 9,2005 1, *�d � •3 t i I ��; 4 `- CITY OF FORT WORTH YEAR THREE 2004 CAPITAL IMPROVEMENTS PROGRAM CONTRACT 33 CITY PROJECT NO.00272 ATTACHMENT D-SCHEDULE OF DESIGN SERVICES 2005 2006 2007 Activity Name Anticipated Anticipated % - Start Date Finish Date Complete Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sept Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sept Oct Nov 27 Water and Sewer 5/22106 5/22106 0.0% i 28 Paving and Drainage 5122/06 5/22106 0.0% 29 City Review... 5/22106 5/26106 0.0% 30 FINAL PS&E(CONSTRUCTION DOCUMENTS) 5/29106 6/7106 0.01/ 31 Prepare and Submit Construction Documents 5/29106 617/06 _ 0.0% 32 Circulate Plans for Signatures 5/29/06 612/06 0.0% 33 BID SOLICITATION AND AWARD 34 Advertise Project 6/8/06 r 6/22106 0.0% ♦-♦ 35 Open Bids - 7/13/06 7/13106 0.0% 36 M&C Circulation Process 7/13/06 8/3/06 0.0% 37 Council Award 8/15/06 8/15/06 0.0% 38 Execute Contract Documents 8/16/06 10/20/06 0.0% 39 CONSTRUCTION PHASE SERVICES 40 Attend Pre-Construction Neighborhood Meeting 10/26/06 10/26/06 0.0% 41 Attend Pre-Construction Meeting 10/31/06 10/31/06 0.0% 42 Construction 43 Water and Sewer 1116/06 11/3/07 0.0% 44 Paving and Drainage 11/6/06 1112/07 0.0% 45 Final Inspection 11/2/07 0.0% Nov Dec Jan Feb Mar Apr May Jun Jul I Aug Sept Oct NoviDecj Jan I Feb''Marl Apr mayl Jun I Jul Aug Sept Oct JNoov NOTE:,12 Month Construction Schedule assumes all streets in construction concurrently FWR4004 CIP Contract 33 Schedule.fts Prepared By:RJN Group,Inc. REVfSED Nov 9,2005 �. a�� r M (� I� I ..1 _ ��C,+l C J 1 r., 7 Y J nl ` a�<, r �.� 1If �� I l t EL Jr QP, 9+4 ` ,1 3+44 Z 5 — 27 -66 J O :: 28 / 10 9 8 - 6 31 30 29 � 7 9 10 - - � 1 n 3 4 5 6 7n 8 2 3 4 5 8 1 2 F R B S 1 ' S T L -4 90 + r-2oa 0 9 '1 = }0 6+00 29 28 27 26 25 23 1 22 , 20 1943118 7 + 30 1 1 1 111 r7 2 31 - - - - 16 12 C) 9 3 4 5 6 7 8 icd 1 12 13 14 15 + 13 CO 2 BURT N 9��58 611 =a 5 50 98+55 10+6 8+ 6 10 11 1 2 3 4 5 6 7 9 10 11 w 9 12 2 - 8 12 U) `D N � 18 . 17A 17B 16A 16B 16C 16 116E 15A 15B 15C 14 - - - LO Ld `D 7 NOR IS 6 7142+10 10+ 7E 4B T 5 Q (p 15 1 2A 26 3A 3B 3C 3D 3E 4A 5 4C p 4 d 16 U - - - 4+32r- i 1+45 W fl 3 17 o L i l t l 0 18 U 8 7 7 6 6 6 p O 2 1 10 9 A B A C B A W co - 0 1 16+12E # 19 EAST 1B R Y #016-00847 1611 #016-00160 Ln co A-R-2 A-R-1 A o O — # 7 -- STWOOD TR.A-R EP r �4,11RR P� 6FFlic-':Icoon,DD CITY VT. LOCATION MAPS YEAR THREE 2004 CAPITAL IMPROVEMENTS PROJECTS =�? SEWER ��WrPERUME ORT WORTH — CONTRACT NO.33 Pw�, Wo DRAM-' NORRIS STREET (CROUCH ST.TO E.DEAD END) CITY MAP* 2072-380 / MAPSCO PG.79 —S r i n group COUNCIL DISTRICT 5 Excellence through Ownership E I r — A B 4D1 8 7 6 5 4 3 2 1 3 -AST 4D2 BE ST. OC 33 9E l8" cn 3 4 5 6 172 1 2 3 4 5 6 1 11 12 1A 1B 1A 1B 3 3 Lf 1 2 3 J� I -- - 14C I ——3 7 10B 15A — — 4 8_ -- -- - - —— 10A 15B 29 9 9B ,q . _ I 16A — — 19 __ cv 9A - - 16B 30 18 2 4 F6 � 8BB : 17A —— B 17 3 LOIS 8A 1 B ST. A 31 16 �1 15 6 —— 1 7A 18A A ` 20 34 5 — +- 32 -- 7B X 18B B 26 2 - - --- _ 8A `SA — C 25 633 —— 8B 19B D i 24 7 —— _ — - - 9A I 20A E J 34A 23 89B — —— — — 20B _ F Z 22 9 — 34B r-- -- 10A LL 21A G 21 10_ 10B 21B H 35 20 —— 19 12 22A _ 36 CO - - 3A �2B -- r - 9 2 18 W 2B �, 23A K L Uj 36B 2A I �' 23B L Cj Q 37 12 13 14 15 16 J (n 14 15 16 17 1B - - Z 24A M cc 0 EES -3� -� ST. 18/ 11A4 24B N 38A 3 B- it - - 4 � + NEW 13+03 1R 27 W 16+85 3, 1 6 15H I 2 3 4 13 I v2 25R 2R 26 N 2 W 15G S 3I 24R 4 C 3R 25 CV 4 15F J ,I ~ LOCATION MAPS s YEAR THREE 2004 CAPITAL IMPROVEMENTS PROJECTS ?,W SEWER FORT WORTH - CONTRACT N0.33 ��WArER LIME SYDNEY STREET (E BERRY ST.TO REED ST.) * AVIAG AMD DRAINAGE LOIS STREET (SYDNEY ST.TO E.DEAD ENO) r i n grow C/TY MAP' 206&380 & 2072-37'6 / MAPSCO PG 78 -Y.U W -T COUNCIL DISTRICT 5 Excellence through Ownership E 2 T N ► _6 3 J 24 1 3-20 N 1 •5 6" 5.00 I 2 J 5 6 J 9 9 12 t3 t0 ! 5 6 7 8 9 10 12 113�U:, 1 2 11R1 12F 10 1p +4 3 Y; =7771 W �] C 28 2J 26 25 2{ 23 22 20 19 1$ I7 16 15 W 26 25 24 2], 22 21 20 19�1B IJ 16 15 14 28 27 26 25 6°d KIL I - 1 8 N ST - 3 1 2 ,J - O W 26 1 411 a s •5 /J 5 L-4331 7 h 3 5 6 9 10 t2 t3 m ] 4 5 6 J 8 9 10 Il 13 W 1 2 3 4- 6 7B = 4 N 1 1 BB 7N 4 19 t= 0 27 26 25 24 23 J 21 20 18 17 16 26 25 24 23 22 21 20 19 IB 17 16 IS 14 8 27 2625�24�23 22> ARE 11 791 8. n ST V 791 8B :z W LB G R 31. 5 L-4 0ftc2 _ :, ac r.� n 2 } 5 6 7 8 9 tt t2 1319 20 t 2 }� 4 5 6 7 8 9 10 11 12 1} 14 15 16 17 18 19 20 5 - - ill A IC 12 12 5 6 7 2 3 4 5 6 7 8 9 10 A2 B 1 1A1B1 " -.I 93A 136 13CjAtCOL INS 60 5. .88 _ - [ 360 C LLIN - 8 ST. t Si i = Al r - � - _ _ 11-A 11-8 A2 a 0 12 i 3.64 p 3 { 5 6 7 8 9 10 11 12 1 2 } 4 4 5 6 7 8 9 10 S 12 .� E 10 13 _. ~ 14 -F F 27.0 L-3608 22-00 - 1 — 8" 17 24 LL s 7 t L 3 a 5 6 J B 9 10 1 t2 13 t4 15 16 I7 1711 19 20 1 2 ? 4 5 6 6 1 2 7 4 H 7 8 9 10[ST 1 - 10 - 60 L 3 7 8" H AW L 3 8 9 5 8 1 HK: A 2 3 a -'� 6 31.61 p CI 6• 4 10 N _ r 1• " - 18 -3 O S♦ 4E 9B _ 2 ] { 5 6 • T 10 11 12 14 15 16 18 19 20 �1 2 `J 4 5 6 6 1 2 3 4 5 LJ to 1} 17 � 7 8 9 10 1 2 7 4 5 6 N 6A 6 9 2 5 0 - a BB -, 12 13 14 15 i6 } 1 17 18 19 20 21 22 23 24 25 26 40 39 38 37 36 35 34 33 32 31 30 29 28 27 26 25 24 23 22 21 7 8 9 10 it 12, Q 47A L- 6 H W D L-3 7 L-4 - W 7Y ST - 3.51 13 93 -_ 31 20 34 - 3 5 >< 1 J • 5 6 J B 9 10 It 12 t3 to 15 I6 - 19 20 t 2 3 4 6 6 1 2 3 4 5 7 11 9 10 11 12 �_ 15 16 5 13 14 W - - - - - y B 6" ° ~ c0 KAYWOOD HTS. T 6 A 6.65E L-4326 APARTMENT COMPLEX 4 s O V. L-4326 L-4325 4;22 nz 0 0 6" a 6" 10.74 6" R 4.. � B I - ] 5 W. ; 12 tJ 14 15 16 I7 18 19 20 21 22W • T2..[3� 4 5 67 8 9 10 It 12 13 14 1 2 3 4 5 62. 6E 6" -39 2 R K L - 1 4- 1 X. 0• 4" 41-24 24' w o 2 6 7 8 9 10 11 t2 I 2 3 { 5 - 7 8 9 40 11 4 5 6 J 6 9 10 II 12 I] 14 15 18 19 20 21 2 ] 4 B 6 16 17 1 5 i J 25 7 F5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 24 s F R AN 4 - F R AN L-4, 5 9 23 85L6 5L4 5L3 8R 6 9 11• E 22 - 21 - P 0 1 2 J 3 4 5 6 7 8 9 10 11 13 14 15 76a24 12 N8 I! 12 8 J 6 5 4 J 21 37 36 35 34 3.� 32 31 30 29 28 27 26 25 40 39 36 MRA V) M TI L- 1 9 A E. LOCATION MAPS WSfxQ YEAR THREE 2004 CAPITAL /MPROVEMENTS PROJECTS =s-ffmr SEWERFORTWORTH WATER N£ CONTRACT N0.33 � PN/hG AAND dtNNAGECHICKASAW AVENUE ISHACKLEFORD ST.TO MILLER AVE. CITY MAP' 2066-372 & 2072-372 / MAPSCO PG.92 -D TgroUD COUNCIL DISTRICT 5 Excellence through Ownership E 3 2 6II \ 21 4+10 5 p+ p C� 3 /6 7 8 9 4+ 7 19 20\ 10 11 12 13 14 15 16 17 18 -- Deo%o9e 4 61 60 59 58 57 Easement 41\ 56 5 55 54 53 I 42 - „ 10 52 51 50 49 48 47 46 45 44 43 i - 21+ 8 FT QUAILLN 1 2 8 Ni 2 = 1 3 4 5 10 9 10 1 + i f N 3 _ 1 2 3 4 7 8 1 g 10 8 7 6 6 - -- G IGG11 10 60 4 11 1-A 6-A 10 11 5 38 2 3 4 5 6-B � 6 7 8 9 _ i l i 12J 4+ 3 10 1 i s4. `BAYL R ST. -- -- 8 4. 13 \ 8+00 7 l l 6 7 8 1 9 10 13+38 14 ,' DR. 5-A 11 > 6 15 10 9 8 7 6 5-B 4 2+ 5 cl� 5-C 16 4 9 10= - -- 17 3 Q U 6 7 U 1-C 4-B 3 Q = 3-A 3-B 3 4- 18 2 ) ao 5 4 3 2 1 2-R -C C 2 -A 1-B 1-D -R -R i i 4-A 19 H DE AN DR. ' 1 + , 0+70= 1 5+69 B -1 --3'11 42 1 N 21 co 8+78E 1 C 1 rl 200 2 A it I� L 41 a 20 - - (D 00 _ 43 7 ,\ 0+ 2E 5 3 40 (p3 0 19 TR25B 4 41,n 8 7 6 4 � 4 y = 18 5 I— = 5 � = 38Ln 5 m � 17 (n Lncfl 9 6 6 J 10 � 32 1 37 J 6 -16 4 Q -- - - p 7 31 2 36 00 7 15 7 11 00 4 1 2 g l - 30 L - 3 35 + 8 14 aF 8 10+ E 12 9 5 419E zA 9 3 LOCATION MAPS IEGEND YEAR THREE 2004 CAPITAL IMPROVEMENTS PROJECTS wSArEA UNSEWER E FORT WORTH - CONTRACT NO.33 - + PVIAG ARID D MXX HATCHER STREET (QUAIL LN.TO HARDEMAN STS CITY MAP' 2072-376 / MAPSCO PG.79 -W r n roup COUNCIL DISTRICT 5 Excellence through Ownership E-4 �. 7 20 �� Ox Asa 1 2 5 f "Ilk 6 14 15 i s 6 4 7 3 3 21 - ., \ 16 , L 9 8 ,% '17 % 22 3+43E C 18 6+24 3 7 23 X19 C i 8 4 �F 5 20, 3+ 24 1 i //", 21 /4 \ ' 1 25 cf - 2 %3-Ri' 3 26 J 9R \ ,' 4 21 23 _ TR.14- D �\ -2 24 6 0 AVE. 6 1-- 25 Lij o EASTLAND 41+69 f;0"VC - +90 + 32+09 - 1 40 07 l2 1 1 2 3 4 5 6 7 8 10 11 25 T R. _ - - ��� 14�� \ 24 Al 3 - -?5 24 23 22 21 20 19 18 17 16 4 JE NIPFR CTL 22�� \ `3\ 3 21 \., �� 8 9 10 11 12 13 14 15 16 17 18 19 3 8\ \ / ��oinoge \3\ 7 59 58 57 Easement \41 40 \! 6 56 5554 I \ 10 53 52 51 50 49 48 74615 43 42N 544 ! ,4 IL3 1, 2 3 4 5 17+10 10 1 H 9 N2 r 1 2 3 4 7 8 + O 6 - - 1 + 10 g 8 7 6 - - -- N G IGG CD A 1l 12 6-A 11-1 C - - _+ 10 13 1-B 0 - 38 2 3 4 5 6-B Of - 7 1 8 9 1 - 14 10 11- �L—.-BAYLOR , ' ST. a 5 8 00 ? 7 8 � 9 10 - = 1 13+38 7 + - cfl, 10 9 7 6 LOCATION MAPS rcrcgn YEAR THREE 2004 CAPITAL IMPROVEMENTS PROJECTS =WATER 'sEwER WATER UNE FORT WORTH - CONTRACT 1110.33 " ♦ PAVIMG AND DRAINAGE JENNIFER COURT (EASTLmD ST.TO EASTLAND ST.) CITY MAP' 2072-376 / MAPSCO PG.79 -W r i--�,n groUD COUNCIL DISTRICT 5 Excellence through Ownership E-5 + IM N - DR. r 1 +8� 4 i 24 " ' A - - 16+8 3+54 1 15 2 3 A 2 I 3 4 5 7 8 9 10 11 14 B - - 6 2 C 0 2 1 23B _ 13 — — W 3 0 D 22R 24 23 2� 21 20 19 18 17 16 15 14 13 Q 4 12 � LXC C M CHE ST. E - - - +20 5 11 � _�. 21R 6+'83E 6" 2 6 G 20B 2 3 4 5 6 7 8 10 7 9 H - - 8 8 _ 20A — — 24 23 21 20 19 18 16 15 14 13 9 7 HI EHAL L ST. 6 LJ K " +10 11 5 19 5 3 6 + — IL1 2 3 4 5 6 7 $ 10 11 2 12 4 1 L -4 333 _ 3 14 2 = 7B 24 23 21 20 19 18 17 16 '5 1 13 i EA TL ND +03= 1 1011 M- 794 +g 55+74 + —� 4 1 2 3 4 5 6 7 8 1 9 0 4 2 20 TR ::3 TR.22A 118 1184 17 16 15 14 13 12 1'. 0 60 i 28F 8 1 19 A'HA LO L 4 4 ST. 7 - T 2 611 2 6 3 5 44 4+10 4 1 2 3 5 6 7 g 210 g 11 3 5 T 0 4 10 1 00 25 I 61 —— LLI - 23 22 21 20 T1,9117 16 14 13 5 co92 0 6" 8 3 11 1 1 12+76 + 7 w 1 7 —— 4 k:25 11 26 — 1 7.7 2 17 8 CN 2 LOCATION MAPS icrcxn M YEAR THREE 2004 CAPITAL IMPROVEMENTS PROJECTS ER UNEwER FORTWORTH - CONTRACT NO. ' PNUB WD D"MV.E WHITEHALL STREET (MILLER AVENUE TO PATE ST.) CIrr MAP' 2072-J76 . MAPSCO PG.78 -z r 1 n gra COUNCIL DISTRICT 5 Excellence through Ownership E-6 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 1/10/2006 - Ordinance No. 16753-1-2006 DATE: Tuesday, January 10, 2006 LOG NAME: 30HATCHER00272 REFERENCE NO.: **C-21243 SUBJECT: Adopt Appropriation Ordinance and Authorize an Engineering Agreement with RJN Group, Inc., for Pavement Reconstruction and Water and Sanitary Sewer Main Replacements on Portions of Hatcher Street, Chickasaw Avenue, Jennifer Court, Lois Street, Norris Street, Sydney Street and Whitehall Street (City Project No. 00272) RECOMMENDATION: It is recommended that the City Council: 1, Authorize the transfer of $115,452.56 from the Water and Sewer Operating Fund to the Water Capital Project Fund in the amount of$49,871.83 and Sewer Capital Project Fund in the amount of$65,580.73; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Project Fund in the amount of$49,871.83 and the Sewer Capital Project Fund in the amount of$65,580.73, from available funds; and 3. Authorize the City Manager to execute an engineering agreement with RJN Group, Inc., in the amount of $221,908.05 for pavement reconstruction and water and sanitary sewer main replacement on Hatcher Street (Quails Lane to Hardeman Street), Chickasaw Avenue (Shackleford Street to Miller Avenue), Jennifer Court (Eastland Street to Eastland Street), Lois Street (Sydney Street to East Dead End), Norris Street (Crouch Avenue to East Dead End), Sydney Street (East Berry Street to Reed Street) and Whitehall Street (Miller Avenue to Pate Drive). DISCUSSION: The 2004 Capital Improvement Program (CIP) includes funds for Pavement reconstruction and Water and Sewer Operating Fund includes funds for water and sanitary sewer main replacement on Hatcher Street (Quails Lane to Hardeman Street), Chickasaw Avenue (Shackleford Street to Miller Avenue), Jennifer Court (Eastland Street to Eastland Street), Lois Street (Sydney Street to East Dead End), Norris Street (Crouch Avenue to East Dead End), Sydney Street (East Berry Street to Reed Street) and Whitehall Street (Miller Avenue to Pate Drive). This project consists of the preparation of plans and specifications for the replacement of water and sanitary sewer mains and pavement reconstruction on the above identified streets. RJN Group, Inc., proposes to perform the necessary design work for a lump sum fee of $221,908.05. City staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount $39,029.86 (water: $7,249.50; sewer: $5,630.63; and streets: $26,149.73) is required for project management by the Engineering Department. Logname: 30HATCHER00272 Page 1 of 2 RJN Group, Inc., is in compliance with the City's M/WBE Ordinance by committing to 24% M/WBE participation. The City's goal on the project is 24%. This project is located in COUNCIL DISTRICT 5, Mapsco 78U and Z; 79S and W: and 92C. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation 1, and the adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Project Fund, the Sewer Capital Project Fund and the Street Improvement Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2ZP253 472045 605170027200 $49,871.83 1)PE45 538070 0609020 $49.871.83 1&2)P258 472045 705170027200 $65.580.73 1)PE45 538070 0709020 $65,580.73 2)P253 531350 605170027210 $600.00 3)P253 531200 605170027231 $11,163.24 2)P253 531350 605170027220 $429.00 3)P253 531200 605170027232 $22,326.49 2)P253 531350 605170027231 $1,608.75 3)P253 531200 605170027233 $3,721.08 22)P253 531200 605170027231 $11.163.24 33)P253 531200 605170027251 $5,411.52 2ZP253 531350 605170027232 $3,217.50 3)P258 531200 705170027231 $15.634.17 2)P253 531200 605170027232 $22.326.49 3)P258 531200 705170027232 $31,268.35 2)P253 531350 605170027233 $536.25 3)P258 531200 705170027233 $5,211.39 2)P253 531200 605170027233 $3,721.08 3)P258 531200 705170027251 $7,836.19 2)P253 531200 605170027251 $5,411.52 3)C200 531200 205400027231 $31.257.40 2)P253 531350 605170027260 $429.00 3)C200 531200 205400027232 $62.514.80 2)P253 533010 605170027281 $429.00 3)C200 531200 205400027233 $10,419.13 2)P258 531350 705170027210 $341.25 3)C200 531200 205400027251 $15.144.29 2)P258 531350 705170027220 $341.25 2)P258 531350 705170027231 $1,279.69 2)P258 531200 705170027231 $15,634.17 2)P258 531350 705170027232 $2,559.38 2)P258 531200 705170027232 $31.268.35 2)P258 531350 705170027233 $426.56 2)P258 531200 705170027233 $5,211.39 2)P258 531200 705170027251 $7,836.19 2)P258 531350 705170027260 $341.25 2)P258 533010 705170027281 $341.25 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) Logname: 30HATCHER00272 Page 2 of 2