Loading...
HomeMy WebLinkAboutContract 36502 CITY SECRETARY CONTRACT NO. CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Teague Nall & Perkins Inc , (the "ENGINEER"), for a PROJECT generally described as:Design , Plan development for reconstruction of 20 streets in district 8 , funded by the 2007 Critical Capital Program. (Complete list of streets & limits are in Attachment E ) 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 to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the event of suspensiona STANDARD ENGINEERING AGREEMENT(REV 10/06/05)Page 1 of 14 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 such drawings for any project other than the PROJECT described herein. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 2 of 14 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 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 STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 3 of 14 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. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 4 of 14 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 on a combined single limit or $250,000 Property Damage $500,000 Bodily Injury per person per occurrence STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 5 of 14 A commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned when said vehicle is used in the course of the PROJECT. Worker's Compensation Coverage A: Statutory limits Coverage B: Employer's Liability $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 shall be written on a claims-made basis and shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the City for each year following completion of the contract. (2) 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 in 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 forty-five (45) 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 STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 6 of 14 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A: VII in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. (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 in writing. (j) For all lines of coverage underwritten on a claims-made basis, other than Professional Liability, the retroactive date shall be coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims- made. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement and all insurance required in this section, with the exception of Professional Liability, shall be written on an occurrence basis. (1) Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. STANDARD ENGINEERING AGREEMENT(REV 10106/05) Page 7 of 14 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 ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for STANDARD ENGINEERING AGREEMENT(REV 10106105) Page 8 of 14 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. (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 STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 9 of 14 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. (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. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 10 of 14 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 CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 11 of 14 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). 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 STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 12 of 14 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. 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 STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 13 of 14 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 day o 008. AT^TEST: CITY OF FORT WORTH 1�, 1 Marty HendriD Marc A. Ott City Secretary Assistant City Manager APPROVAL RECOMMENDED ,on tract a tho iantioA Robert D Goode, P.E. F Director, Transportation & Public Works C_P Department . APPRO AS TO FORM-ANg~-LEGALITY A taut orney Teague Nall & Perkins ,Inc ATTEST: By: AIL STANDARD ENGINEERING AGREEMENT(REV 10106/05) Page 14of14 ATTACHMENT "A" General Scope 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. -1- 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. 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. -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. PHASE 4 16) Final Approved Construction Plans The Engineer shall furnish 45 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. When substitu- tion prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 3- 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. 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. -4- 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: 2007 Critical Capital Projects, District#8 Neighborhood Streets City Project No. 00923 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. EA1-1 Rev 11/02/05 b. Data Collection In addition to data obtained from the City, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, City Master plans, property ownership as available from the Tax Assessor's office. The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the Engineer with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the Engineer will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey, the Engineer shall delay the design of the sewer service line until after the start of construction. The CITY will then direct the Contractor to de-hole the service line at the clean-out location of all buildings or structures so that the Engineer's surveyor can determine the flow line of the sewer service line. The Engineer shall use this information to provide the design for the sanitary sewer service 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 EA1-2 Rev 11102/05 information obtained shall be shown on the concept plans. The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. ENGINEER shall complete all forms necessary for City to obtain permit letters from TxDOT and railroads and submit such forms to the City. City shall be responsible for forwarding the forms to the affected agencies for execution. 2. Schedule Submittal and Monthly Progress Report The ENGIENER shall submit a progress schedule after the design contract is fully executed. The schedule shall be updated and submitted to the CITY along with monthly progress reports as required under Attachment B of the contract. PART B-CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering i. Surveys for Design 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 and 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. Profile existing water and/or sewer line centerline. EA1-3 Rev 11102/05 Compile base plan from field survey data at 1"-40' scale. Obtain permission for surveying through private property. Locate horizontal and vertical alignment of utility lines, existing utilities, trees, fences, walls, etc., horizontally along rear lot lines in an approximately 20'wide strip. In addition, locate all rear house corners and building comers in backyards. Compile base plan from field survey data at 1" =40' horizontal and 1"=4'vertical scale. When conducting design survey at any location on the project, the consultant or its sub-consultant shall carry readily visible information identifying the name of the company and the company representative. All company vehicles shall also be readily identified. b. Engineer will provide the following infonnation: All plans, field notes, plats, maps, legal descriptions, or other specked 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 CITY Department of Engineering. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, all drawing files shall be provided in MicroStation (DGN) or Autocad (DWG or DXF) format(currently Release 2002), or as otherwise approved in writing by the CITY, and all data colleted generated during the course of the project shall become the property of the CITY. The minimum information to be provided in 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; EA1-4 Rev 11/02/06 a. Identified (Existing City Monument #8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast comer of North Side Drive and North Main Street). 3. Coordinates on all P.C.'s, P.T.'s, P.l.'s, Manholes, Valves, etc., in the same coordinate system, as the Control Points. 4. No less than two bench marks plan/profile sheet. 5. Bearings given on all proposed centerlines, or baselines. 6. Station equations relating utilities to paving, when appropriate. 7. Obtain the "foot print" of all properties where the sanitary sewer service line is to be relocated or rerouted. ii. Public Notification and Personnel/Vehicle Identification a. Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter 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. b. When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the EA1-5 Rev 11/02/05 company representative. All company vehicles shall also be readily identifiable. iii. Conceptual Engineering Plan Submittal a. Conceptual plans shall be submitted to City 100 working days after Notice to Proceed Letter is issued. b. The ENGINEER shall perform conceptual design of the proposed improvements and furnish four (4) copies of the concept engineering plans which includes layouts, preliminary right-of-way needs and cost estimates for the ENGINEER's recommended plan. ENGINEER shall perform remaining field surveys required for final design of selected route(s). The ENGINEER shall also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the City as a part of the concept phase of the project. All design shall be in conformance with Fort Worth Water Department policy and procedure for processing water and sewer design. ENGINEER shall review the City's water and sewer master plan, other pertinent design information and provide a summary of findings pertaining to the proposed project. 2. Preliminary Engineering Upon approval of Part B, Paragraph iii (b), ENGINEER will prepare preliminary construction plans as follows: a. Overall water and/or sanitary sewer layout sheets and an overall easement layout sheet(s). b. Preliminary project plans and profile sheets on 22" x 34" sheets which show the following: Proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, manholes etc., related appurtenances and all pertinent information needed to construct the project. EA1-6 Rev 11/02/05 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. EA1-7 Rev 11102/05 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. 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 EA1-8 Rev 1110VOS Coordinator for forwarding to all utility companies, which have facilities within the limits of the project. k. Preliminary construction plan submittal i. Preliminary plans and specifications shall be submitted to City 80 working days after approval of Part B, Paragraph iii (b). ii. The ENGINEER shall deliver two (2) sets of preliminary construction plans and two (2) sets of specifications and contract documents to CITY for review. Generally, plan sheets shall be organized as follows: Cover Sheet General Notes/Legand Easement layout (if applicable) Abandonment 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. EA1-9 Rev 11/02)05 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 Construction Plan Submittal a. Final Construction Documents shall be submitted to CITY 60 working 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: 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. EA1-10 Rev 11/02/05 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 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 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. Singular PDF files for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as follows: 1. Water and Sewer file name example — "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, "36" shall be the total number of sheets in this file. Example: X-12755—org18.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. Floppy disks, zip disks, e-mail flash media will not be accepted. 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) EA1-11 Rev 11102105 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. 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. PART D—CONSTRUCTION STAKING—NOT INCLUDED IN THIS CONTRACT EA1-12 Rev 11102/05 EXHIBIT "A-2" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: PAVING AND/OR DRAINAGE IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for paving and/or storm drain improvements for the following: 2007 Critical Capital Projects, District#8 Neighborhood Streets City Project No. 00923 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 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 EA2-1 Rev 11/02/05 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 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: EA2-2 Rev 11/02105 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, and all drawing files shall be provided in Autocad (DWG or DXF) format (currently Release 12), 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 coordinate on City Datum only. C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast 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 line or location. 5. Bearings given on all proposed centerlines, or baselines. EA2-3 Rev 11102 OS 6. Station equations relating utilities to paving, when appropriate. ii. Public Notification and PersonneWehicle Identification a. 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. b. When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. All company vehicles shall also be readily identifiable. 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 100 working 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 EA2-4 Rev 11/02/05 right-of-way needs and cost estimates for the ENGINEER's recommended plan. The ENGINEER shall also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the City as a part of the concept phase of the project. 2. Preliminary Engineering Upon approval of Part B, Paragraph IV, ENGINEER will prepare construction plans as follows: a. Drainage area maps with drainage calculations and hydraulic computations. Information shown on the plans will be consistent with Part A, Paragraph 1.b. for proposed condition. b. Preliminary project plans and profile sheets which will show the following and shall be on 22" x 34" sheets: Property Ownership Curb Lines Driveways Medians (if applicable) Sidewalks Existing and proposed water and sanitary sewer mains. C. Proposed roadway profile grades and elevations along each curb line; elevations at all p.v.i.'s; p.i's half stations; high and low points; vertical curve information; and pertinent AASHTO calculations. Profiles for existing curbs (if any) and existing ground at the left and right-of-way lines shall be shown. Existing found property corners (e.g. Iron pins), along the existing right-of- way shall be shown on the plans. Profiles for existing and proposed storm drain mains and leads shall be provided. d. Existing utilities and utility easements will be shown on the roadway plan 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 EA2-5 Rev 11/02/05 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 Property". EA2-6 Rev 11/02/05 k. Utility Clearance Phase The ENGINEER will consult with the City's Transportation and Publci Works Department, Water Department, Department of Engineering, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities that have an impact or influence on the project. ENGINEER will design City facilities to avoid or minimize conflicts with existing utilities. The ENGINEER shall deliver a minimum of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to 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 80 working days after approval of Part B, Paragraph iv. ii. The ENGINEER shall deliver two (2) sets of preliminary construction plans and two (2) specifications to CITY for review. Generally, plan sheets shall be organized as follows: Cover Sheet General Layout and Legend Sheet Drainage Area Map and Computations Plan & Profile Sheets Standard Construction Details Special Details (If applicable) iii. Preliminary estimate shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted. Engineer shall assist City in selecting the feasible and or economical 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 EA2-7 Rev 11/02/05 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 the affected customers. 3. Final Construction Plan Submittal a. Final Construction Documents shall be submitted to CITY 60 working days after approval of Part B, Paragraph 2 (b). Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans and specifications and contract documents to CITY (each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas) and submit 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. EA2-8 Rev 11/02/06 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. Singular PDF files for each sheet of a plan set will not be accepted. 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. Example: W-0053—org3.pdf and K-0320—org5.pdf II. Water and Sewer file name example — "X- 35667—org36.pdf' where "X-35667" is the assigned file number obtained from the City 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, zip disks, e-mail flash media will not be accepted. 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) EA2-9 Rev 11102/05 392-8426. 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 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. PART D—CONSTRUCTION STAKING—NOT INCLUDED IN THIS CONTRACT EA2-10 Rev 11/02/05 ATTACHMENT"B" COMPENSATION AND SCHEDULE 2007 Critical Capital Projects, District#8 Neighborhood Streets City Project No. 00923 I. Compensation A. The ENGINEER shall be compensated at a lump sum fee of $1,049,946.00 for Basic Services as summarized on Exhibit "B-3." Payment of the fee shall be considered full compensation for the services described in Exhibit "A-1"and "A-2" for all labor, materials, supplies, and equipment necessary to complete the project. B. Partial payment shall be made monthly as stipulated on Exhibit B-1 upon receipt of an invoice from the ENGINEER, prepared from the books and records of the ENGINEER. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the ENGINEER. Payment according to statements will be subject to certification by the Director of Engineering Department or his authorized representative that such work has been performed. II. Schedule Final Plans and Contract Documents for bid advertisement shall be submitted within 265 working days (Does not include City review time) after the "Notice to Proceed" letter is issued. See Attachment D for actual project schedule. The Design Phase shall have a schedule as follows: Part A— Pre-engineering shall be completed 40 working days after City approval of Notice to Proceed. Part B— Concept plans shall be completed 100 working days after pre-design kick off meeting. Preliminary plans, specifications, and contract documents shall be completed 80 working days after City approval of concept plans. Final plans, specifications, contract documents and cost estimate will be competed 80 working days after approval of Preliminary Plans. Part C— Bidding and award will be completed an estimated 50 working days after the City's approval of Final Design plans, specifications and contract documents. B-1 EXHIBIT "13-1" (SUPPLEMENT TO ATTACHMENT B) METHOD OF PAYMENT Engineering Design Services Associated With 2007 Critical Capital Projects, District#8 Neighborhood Streets City Project No. 00923 I. Method of Payment The Engineer shall be paid in monthly partial payments as outlined below: A. The ENGINEER shall be paid in monthly payments upon the receipt of individual invoices for each partial payment request from the ENGINEER. B. Partial payments shall not exceed the equivalent of 30% of the total lump sum fee, until City approval of Exhibit A-1 and A-2, Part B, Section 1. C. Partial payments shall not exceed the equivalent to 60% of the total lump sum fee, until City approval of Exhibit A-1 and A-2, Part B, Section 2. D. Partial payments shall not exceed the equivalent to 90% of the total lump sum fee, until City approval of Exhibit A-1 and A-2, Part B, Section 3. E. The balance of the fee shall be payable after completion by the ENGINEER of Exhibit A-1, Part C. It. PROGRESS REPORT A. The ENGINEER shall submit to the designated representative of Director of Department of Engineering monthly progress reports covering all phases of design by the 15th of every month in the format required by the City. Note: If the ENGINEER determines in the course of making drawings and specifications that the construction cost estimate of $9,324,000.00 (as estimated in Exhibit "B-4") will be exceeded, whether by change in the scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the CITY's Director of the Engineering Department shall suspend all work hereunder. B1-1 EXHIBIT "13-2" HOURLY AND REIMBURSABLE RATE SCHEDULE 2007 Critical Capital Projects, District#8 Neighborhood Streets City Project No. 00923 Engineering/Technical From To Principal $150 - $220 Per Hour Project Manager $115 - $150 Per Hour .Senior Engineer $90 - $160 Per Hour Engineer $80 - $120 Per Hour Landscape Architect/Planner $90 - $150 Per Hour Designer $85 - $110 Per Hour Senior Designer $100 - $130 Per Hour CAD Technician $60 - $85 Per Hour Senior CAD Technician $75 - $100 Per Hour IT Consultant $120 - $140 Per Hour IT Technician $70 - $100 Per Hour Clerical $50 - $70 Per Hour Resident Project Representative $70 - $90 Per Hour Surveying Survey Office Manager $145 - $155 Registered Professional Land Surveyor $100 - $130 S.I.T. $70 - $90 Senior Survey Technician $70 - $90 Junior Survey Technician $60 - $75 2-Person Field Crew w/Equipment $100 3-Person Field Crew w/Equipment $110 4-Person Field Crew w/Equipment $135 1-Person G.P.S. Crew w/Equipment $110 2-Person G.P.S. Crew w/Equipment $130 3-Person G.P.S. Crew w/Equipment $150 1-Person Robotic Crew w/Equipment $90 2-Person Robotic Crew w/Equipment $110 Direct Cost Reimbursables Photocopies $0.10/page letter and legal size bond paper, B&W $0.20/page 11"x 17" size bond paper, B&W $2.00/page 22"x 34" and larger bond paper or vellum, B&W Plots $1.00/page 11"x 17" size bond paper, B&W $2.00/page 11"x 17"size bond paper, color $4.00/page 22"x34" and larger bond paper or vellum, B&W $6.00/page 22"x34" and larger bond paper or vellum, color $6.00/page 22"x34"and larger mylar or acetate, B&W Mileage $0.48/mile All Subcontracted and outsourced services billed at rates comparable to TNP's billing rates shown above. " Rates shown are for calendar year 2007 and are subject to change in subsequent years. B2-1 EXHIBIT "B-3A" (SUPPLEMENT TO ATTACHMENT B) SUMMARY OF TOTAL PROJECT FEES Engineering Design Services Associated with 2007 Critical Capital Projects, District# 8 Neighborhood Streets City Project No. 00923 Consulting Firm Prime Responsibility Amount Percent Prime Consultant: Teague Nall and Perkins, Inc. Engineering & Proj. Mgmt. $ 839,957 80.0% M/WBE Consultants: ANA Consultants, LLC Engineering Consulting $ 129,599 12.3% STL Engineers & Laboratories Geotechnical Report $ 58,390 5.6% AlphaGraphics, Inc. Printing / Reproduction $ 22,000 2.1% Total for Professional Services $ 1,049,946 100.0% Note: Non-M/WBE Consultants— None. Project Description Scope of Services Total Fee M/WBE Fee Percent Water, Sewer, Paving Engineering Services & Drainage $ 1,049,946 $ 209,989 20.0% B3A-1 EXHIBIT"B-36" (SUPPLEMENT TO ATTACHMENT B) PROFESSIONAL SERVICES FEE SUMMARY Engineering Design Services Associated with 2007 Critical Capital Projects, District#8 Neighborhood Streets City Project No. 00923 BASIC ENGINEERING DESIGN FEE: Water Dept. &T&PW: (Construction Cost X ASCE Fee Curve Graph 2) $9,324,000.00 X 6.1%_ $ 568,764.00 Water Sewer Paving/Drainage Total Total Opinion of $ 1,958,000.00 $ 301'000.00 $ 7,065,000.00 $ 9,324,000.00 Probable Cost* Percent of Total* 21.0% 3.2% 75.8% 100.0% Portion of Total Basic $ 119,438.00 $ 18,361.00 $ 430,965.00 $ 568,764.00 Design Fee From Exhibit B4 ADDITIONAL SERVICES: WATER SEWER T/PW Surveying Services $ 36,191.00 $ 5,564.00 $ 130,585.00 Additional Engineering Services -Public Meetings/Coordination(18 mtgs) $ 6,594.00 $ 1,014.00 $ 23,792.00 - Pre-Design Site Visits(2 trips) $ 483.00 $ 74.00 $ 1,743.00 -Design Meetings(18 mtgs) $ 3,192.00 $ 491.00 $ 11,517.00 -Monthly Reports $ 714.00 $ 110.00 $ 2,576.00 -Geotechnical Report/Pavement Design $ - $ - $ 58,390.00 -Stormwater Pollution Prevention Plan $ 11,760.00 $ 1,808.00 $ 42,432.00 -Project Management/Coordination $ 4,263.00 $ 655.00 $ 15,382.00 -Coordination with Utilities $ 4,284.00 $ 659.00 $ 15,457.00 -TxDOT Coordination(6 Driveway Permits) $ - $ - $ 18,000.00 -Admin. Fee(10%)on M/WBE Firms $ 4,410.00 $ 678.00 $ 15,911.00 -Printing/Reproduction $ - $ - $ 44,373.00 - Pre-Construction Assistance $ 3,796.00 $ 583.00 $ 13,701.00 Additional Engineering Services Subtotal $ 39,496.00 $ 6,072.00 $ 263,274.00 ADDITIONAL SERVICES TOTAL: $ 75,687.00 $ 11,636.00 $ 393,859.00 B3B-1 EXHIBIT "B-313" (SUPPLEMENT TO ATTACHMENT B) SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) Engineering Design Services Associated with 2007 Critical Capital Projects, District# 8 Neighborhood Streets City Project No. 00923 A. SUMMARY OF TOTAL FEE Service Description Water Sewer Paving/Drainage Total Basic Engineering $ 119,438.00 $ 18,361.00 $ 430,965.00 $ 568,764.00 Services Additional Engineering $ 39,496.00 $ 6,072.00 $ 263,274.00 $ 308,842.00 Services Engineering Subtotal $ 158,934.00 $ 24,433.00 $ 694,239.00 $ 877,606.00 Surveying Services $ 36,191.00 $ 5,564.00 $ 130,585.00 $ 172,340.00 Project Total $ 195,125.00 $ 29,997.00 $ 824,824.00 $ 1,049,946.00 B. BREAKDOWN OF WATER, SEWER, PAVING AND DRAINAGE FEES(LESS SURVEY FEES' 1. Total Water Fee (less survey fee)Breakdown a. Conceptual (30%)=(Water Engineering Subtotal)X(0.3) = $ 47,681.00 b. Preliminary(60%)=(Water Engineering Subtotal)X(0.6) = $ 95,360.00 c. Final(10%)=(Water Engineering Subtotal)X(0.1) = $ 15,893.00 SUBTOTAL = $ 158,934.00 2. Total Sewer Fee(less survey fee)Breakdown a. Conceptual(30%)=(Sewer Engineering Subtotal)X(0.3) = $ 7,330.00 b. Preliminary(60%)=(Sewer Engineering Subtotal)X(0.6) = $ 14,659.00 c. Final (10%)=(Sewer Engineering Subtotal)X(0.1) = $ 2,443.00 SUBTOTAL = $ 24,432.00 3. Total Paving/Drainage Fee(less survey fee)Breakdown a. Conceptual(30%)=(Paving Engineering Subtotal)X(0.3) = $ 208,272.00 b. Preliminary(60%)=(Paving Engineering Subtotal)X(0.6) = $ 416,543.00 c. Final(10%) =(Paving Engineering Subtotal)X(0.1) = $ 69,423.00 SUBTOTAL = $ 694,238.00 B3B-2 EXHIBIT"B-3C" (SUPPLEMENT TO ATTACHMENT B) FEES FOR SURVEYING SERVICES Engineering Design Services Associated with 2007 Critical Capital Projects, District#8 Neighborhood Streets City Project No. 00923 Surveying Services: Water, Sewer Paving and Drainage Topographic Surveys 26,700 LF x $5.20/LF = $ 138,840.00 Right of Entry Documents 670 EA x $50.00/EA= $ 33,500.00 Right-of-Way Documents (None) $ - Temp. Construction Esmt(None) $ - Survey Total $ 172,340.00 Water Sewer Paving/Drainage Total Total Opinion of $ 1,958,000.00 $ 301,000.00 $ 7,065,000.00 $ 9,324,000.00 Probable Cost` Percent of Total* 21.0% 3.2% 75.8% 100.0% Portion of Total Survey $ 36,191.00 $ 5,564.00 $ 130,585.00 $ 172,340.00 Fee From ExhibR B4 B3C-1 EXHIBIT"13-31)" (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES Engineering Design Services Associated with 2007 Critical Capital Projects, District#8 Neighborhood Streets City Project No. 00923 Additional Services: Water, Sewer Paving and Drainage -Public Meetings/Coordination(18 mtgs) $ 31,400.00 - Pre-Design Site Visits(2 trips) $ 2,300.00 -Design Meetings(18 mtgs) $ 15,200.00 -Monthly Reports $ 3,400.00 -Geotechnical Report/Pavement Design $ 58,390.00 -Stormwater Pollution Prevention Plan $ 56,000.00 - Project Management/Coordination $ 20,300.00 -Coordination with Utilities $ 20,400.00 -TxDOT Coordination(6 Driveway Permits) $ 18,000.00 -Admin. Fee(10%)on MNVBE Firms $ 20,999.00 Additional Services Total $ 246,389.00 Water Sewer Paving/Drainage Total Total Opinion of $ 1,958,000.00 $ 301,000.00 $ 7,065,000.00 $ 9,324,000.00 Probable Cost* Percent of Total* 21.0% 3.2% 75.8% 100.0% From Exhibit 84 63D-1 EXHIBIT "B-3E" (SUPPLEMENT TO ATTACHMENT B) PRINTING/ REPRODUCTION Engineering Design Services Associated with 2007 Critical Capital Projects, District# 8 Neighborhood Streets City Project No. 00923 Printing/Reproduction Costs: Description No.Sets Sheets/Set Cost/Sheet Total Cost Concept Plans 4 167 $ 2.00 $ 1,336.00 Preliminary Plans 2 250 $ 2.00 $ 1,000.00 Utility Plans (Full Size) 14 250 $ 2.00 $ 7,000.00 Final Plans 2 250 $ 2.00 $ 1,000.00 Bid Plans 40 250 $ 2.00 $ 20,000.00 Mylar Plans 1 250 $ 10.00 $ 2,500.00 Half Size Plans 10 250 $ 1.00 $ 2,500.00 TxDot Permit Plans 8 60 $ 1.00 $ 480.00 Mounted Exhibits/Prep. 2 20 $ 125.00 $ 5,000.00 CD with PDF Files 1 1 $ 250.00 $ 250.00 Specs Preliminary Plans 2 1 $ 30.00 $ 60.00 Specs Final Plans 2 1 $ 30.00 $ 60.00 Specs Bid Sets 46 1 $ 30.00 $ 1,380.00 Photocopies 1 1,000 $ 0.10 $ 100.00 Binding/Punching/Delivery 1 1 $ 1,707.00 $ 1,707.00 Total Printing/Reproduction $ 44,373.00 Note: Additional or interim check sets requested by the City shall be provided according to the Std.Rate Schedule(Exhibit B-2) Water Sewer Paving/Drainage Total Total Opinion of $ 1,958,000.00 $ 301,000.00 $ 7,065,000.00 $ 9,324,000.00 Probable Cost* Percent of Total* 21.0% 3.2% 75.8% 100.0% Portion of Total $ 9,318.00 $ 1,432.00 $ 33,623.00 $ 44,373.00 Printing/Reproduction From Exhibit B4 B3E-1 EXHIBIT "B-3F" (SUPPLEMENT TO ATTACHMENT B) PRE-CONSTRUCTION ASSISTANCE Engineering Design Services Associated with 2007 Critical Capital Projects, District#8 Neighborhood Streets City Project No. 00923 Construction Assistance Fees WATER SEWER T/PW Pre-Bid Meeting $ 262.00 $ 40.00 $ 948.00 Attend Bid Opening $ 105.00 $ 16.00 $ 379.00 Tabulate Bids $ 420.00 $ 65.00 $ 1,515.00 Recommend Contract Award $ 105.00 $ 16.00 $ 379.00 Attend Pre-Construction Meeting $ 262.00 $ 40.00 $ 948.00 Periodic Site Visits $ 2,117.00 $ 325.00 $ 7,638.00 Final Walk Through $ 525.00 $ 81.00 $ 1,894.00 Subtotal $ 3,796.00 $ 583.00 $ 13,701.00 Construction Assistance Total $ 18,080.00 Water Sewer Paving/Drainage Total Total Opinion of $ 1,958,000.00 $ 301,000.00 $ 7,065,000.00 $ 9,324,000.00 Probable Cost* Percent of Total* 21.0% 3.2% 75.8% 100.0% Portion of Total $ 3,796.00 $ 583.00 $ 13,701.00 $ 18,080.00 Constr.Assistance From Exhibit B4 B3F-1 EXHIBIT "B-4" (SUPPLEMENT TO ATTACHMENT B) OPINION OF PROBABLE CONSTRUCTION COSTS - SUMMARY Engineering Design Services Associated with 2007 Critical Capital Projects, District# 8 Neighborhood Streets City Project No. 00923 Lane Street/Drainage Water Main Sewer Main Total Location Miles Reconstruction Construction Construction Construction East Momin side Drive 1.69 $ 1,110,000 $ 204,142 $ 37,604 $ 1,351,746 Q Irma Street 0.28 $ 184,000 46,953 - $ 230,953 00 Ash Crescent Street 0.81 $ 531,000 155,964 39,602 $ 726,566 SUBTOTAL 2.78 1,825,000 407,058 77,206 $ 2,309,265 Chelsea Road 0.33 $ 220,000 62,467 - $ 282,467 Chicago Avenue 0.53 $ 350,000 257,500 41,130 $ 648,630 w Boston Avenue 0.35 $ 232,000 85,739 24,090 $ 341,830 Clairmont Avenue 0.41 $ 268,000 36,745 60,872 $ 365,617 SUBTOTAL 1.29 1,070,000 442,452 126,092 $ 1,638,544 Lewis Avenue 0.46 $ 302,000 21,583 - $ 323,583 Jamaica Avenue 0.4 $ 265,000 8,166 5,876 $ 279,041 Panola Avenue 0.44 $ 288,000 65,325 - $ 353,325 Ben Avenue 0.78 $ 516,000 134,733 5,876 $ 656,609 SUBTOTAL 2.08 1,371,000 229,807 11,751 $ 1,612,559 Campbell Street 0.41 $ 267,000 25,000 - $ 292,000 p Sargent Street 0.42 $ 275,000 80,840 - $ 355,840 00 Avenue G 0.24 $ 158,000 40,828 - $ 198,828 SUBTOTAL 1.07 700,000 146,668 - $ 846,668 Strong Avenue 0.33 $ 220,000 44,911 - $ 264,911 uj Fitzhugh Avenue 0.62 $ 410,000 85,739 - $ 495,739 00 Montague Street 0.81 $ 533,000 155,148 37,839 $ 725,987 SUBTOTAL 1.76 1,163,000 285,798 37,839 $ 1,486,638 L nnhaven Road 0.48 $ 319,000 302,500 - $ 621,500 U- Junius Street 0.28 $ 183,000 48,994 31,611 $ 263,605 00 Norma Street 0.66 $ 434,000 94,722 16,500 $ 545,222 SUBTOTAL 1.42 936,000 446,216 48,111 $ 1,430,327 TOTALS 10.73 7,065,000 1,958,0001 301,000 9,324,000 PERCENT COST 75.8% 21.0% 3.2% 100.0% Note: Pavement widths are based on 29' back-of-curb to back-of-curb street section except Morningside which is 37'. ATTACHMENT "C" CHANGES AND AMENDMENTS TO ATTACHMENT A Engineering Design Services Associated With Paving and Drainage Construction Engineering Design Services Associated With 2007 Critical Capital Projects, District#8 Neighborhood Streets City Project No. 00923 NONE C-1 CITY OF FORT WORTH Teague Nall and Perkins,Inc. 2007 Critical Capital Projects District#8 Neighborhood Streets PROJECT NO.00923 2010 ID Task Name Duration Jan Feb Mar Apr May Jun Jul AugSep Oct Nov Dec 1 ENGINEERING 265 day 2 Notice to Proceed/Kick-Off Meeting 0 day 3 DesigntTopographic Surveys 50 day 4 Geotechnical Engineering 60 dad 5 Conceptual Design(30%)Plans 80 day 6 Conceptual Design(30%)Submital 8A/813 0 day 7 Conceptual Design(30%)Submital 8C/8D 0 day 8 Conceptual Design(30%)Submital 8E/8F 0 dal 9 City Review 8A/8B 15 da) 10 City Review 8C/8D 15 dad 11 City Review 8E/8F 15 dad 12 Neighborhood Meetings 45 da 13 Preliminary Design(60%)Plans 80 dad 14 Preliminary Design(60%)Submittal 8A/8B 0 dal 15 Preliminary Design(60%)Submittal 8C/8D 0 da 16 Preliminary Design(60%)Submittal 8E/8F 0 da 17 City Review 8A/8B 15 daj 18 City Review 8C/8D 15 dal 19 City Review 8E/8F 15 dal 20 Neighborhood Meetings 45 dai 21 Submit Plans for Utility Coordination 45 dal 22 Utility Clearance Phase 130 dal 23 Final Design(90%)Plans 60 dal. 24 Final Design(90%)Submittal 8A/8B 0 da,, 25 Final Design(90%)Submittal 8C/8D 0 da,. 26 Final Design(90%)Submittal 8E/8F 0 da: 27 City Review 8A/8B 15 da, 28 City Review 8C/8D 15 da: 29 City Review 8E/8F 15 da: 30 Final PSBE(100%) 45 da, 31 City Review/Sign Cover Sheet 5 da; 32 CONSTRUCTION 434 da 33 Project Advertisement 1st 0 da 34 Project Advertisement 2nd 0 da 35 Pre-bid Conference 0 da 36 Open Bids 0 da 37 M&C Circulation Process 30 da 38 Council Award of Contract 0 da 39 Contract Execution 20 da 40 Pre-Construction Meeting 0 da 41 Neighborhood Meetings 45 da 42 Construction 360 d 9/22 0 c LU 0 cc t�ol 4-11,11, Lu 0 0 M M M M M 00 00 co 00 00 co 00 M co co co co co co 0) co co 00 0 • QC) CD CDCD CDC) C) C) C) C) C:) Oc) C) C) C) C) OOC> CD CDC) 0 v CD 0 0 0 0 0 C) CD CD CD 0 0 C) 0 0 C) 0e mo C) 0 0 0 0 0 C) 0C4 N N Q N N N N N N N N NN N N N N N N N 2) m 0 0 0 0) co M M M 0 N M :!z N C) m N co C) m (N N N N CN 0 M < iz 0 0 M Itt LO "t V) W) LO (D W co co co co m 0) 0) a) 0 C) to • Z C, >% FA C> Cp Cp Cp C) C) Co Co Co 0 0 Co C) CD C) C) 0 C) 0 C:) C:) to C4 m CD a C� .-I .-I .-I C� C� -- -.. : . : .- •-- •-.: . : . : .- " " .-I •" .--: •" �.-: .- .-.: .- E E (D IM U. < *k 0 LL LL LL 0 0 LL LL LL LL LL LL 0 0 L L LL LL LL LL LL LL LL 0 0 CD z Lu Z LU LU o 0 LU C) C) C) C) 0 C) 0 C) 0 C) C) C) 0 0 C) C) 0 0 0 C) N Cli CV CV CN N N C N N Q CN CN C-4 C-4 C-4 N C-4 C-4 CN CN C14 CIJ CIJ 00 w 00 00 w u 3: 0 :) C) C) 0 m2 4) LU C*4 0 ) 0 n (a I-* ItT Itt Itt C) N N N M cl a ZZ D: N Itt LO LO -t LO 0 ItT LO I- M M r- M rz r- r- 00 CF) IL 0 C) C) C) C) C) C) C) C) 0 0 0 C) C) C) C) C) C) 0 0 0 (C) C) C) a a CL LU Im c c CO) 0 0 0 0 0 0 LL 0 0 0 0 0 0 0 LL 0 0 0 0 0 0 0 0 0 9 2 2 2 2 2 2 2 2 E 1 2 2 2 2 2 2 2 2 2 CL -a LU Cc w w w U) U) U) (4 0 fA m m m m lu cu m cu m m m m co a3 m m m m m of as (0 m U) w P3 -0 V) C) C) C) C) C:) C) C) LO LOUT) LO 0 C) C) C) LO V) V) V) V) CD CD C) C) q� LO (D co "t OD LU CM 0 m2CD co !Z LU L—L I w C� co co 00 00 00 OD C4 m CD m m -ffi co co (D E E E E .E .E m (D C -D m -D r_ co co to m a) = 5 = >1 n- U) U) U) a- U) U) U) -2 0 tl-- ———— ———— 0 0 2-, w E E = C C) C) C) C) 0)C) C) 0 o 0 U) co co co m c co co co CD cc CL ) ) c C CMOLL 0 c c a CMMLL 0- MMMMM a) tm cm cm CD (D co CO .@ .2)co co ED (D m 'FA Z *rn 1 2 -rn -@ 0 :z — — 2 " 0 CD 0 C) LU 0 (D 0 a) L) w 0 0) C5 0) C) CD C — O ' 20150 —m —DOWWWOODCowwwom 0-.C) 75 3: 0 ?, 2!, - r- C: Cl. - 2., = M ?: 0 E LU 0 m cu ca cu .(D > w (n w .2 �- = > > 0 > > > �5 ('D 0) 0) r L) CL 0. 0- 0. a) a) a) (D a) ll .-- O000 z uj .19 C) U) 0oi ft X E c c c c LM m cu cu LZ 0 (D (a) 0 0 0 0 CD (D -0 N:�I i��.9 1.9� 1--1 U Z 0 D OWL) 0 i5li5.i5lzla-lQ-lQ-ICL L) 0 z U:3)1=) Lz.u- U- co C 0 CV ')�--I-JLO (o r�J -- 'o m C) I NT Fcn� _T--, .N N I N CO N I N I NI LL Q M V LLI C 00 M, —,WmE 00 00 00 00 co 00 a) 0) M M M M M M M 0 O C) C) C) C) C) 0 C) C) C) 0 C) C) 0 0 0 -0 0 C) C) C) C) 0 0 C) C) C) CD C) Co Co C14 CIJ C14 4) m C'4 C'4 -4 !Z4 C-4 C-4, C, " 0) " M 0 M M 0 0 00 C%4 JIM CV) CN N.3 - Q Q C) C) 0 0 CNI C'4 0O C) C) C) C,4 N N N "i. NT Lf) LO rl- 0) an I 0 Z M fA C) C) C) 0 C) 0 C) 0 0 0 N m In Go . . . . . . . . CD 0 E :3 :3�-O 1-0 -0 -0 'o 'o U CD LL. LL LL LL LL LL Li- N = = (1) (D a) CD a) CD (1) F- c 'Gul 0. :2 a Z LU Z 6. LLj 00 00 co 00 00 00 0) CD a) 0) 0) 0) 0) 0) 0) 0) LLI 0 C) C) C) C) C) 0 C) Co C> C) C) C) 0 0 0 0 LLA C) C) C) C) C) 0 0 0 C) C) C) C) C) 0 C) 0 w 0) Q CQ Q C-4 N CIJ �N CN Q Q Q Q -7 c 0 1 24. 0 m m m m to 04 0) LO (D 00 0) co 1�- r�- .L o z z Q C) 0 C) 0 C) (3) V- 4 — Z?5 ce C) C�4 N N 'IT U') Lc) 0. m0 C� C4 C) 0 C) C) 0 C) C) C) 0 C) 0 CL to CL 4.1 U) CO LL" r- a C�a C M, 0 0 0 0 0 0) 0 0 C J C0 F- F- F- F- F- F- LLJ w 0 0 w 0 U) o U U U U w U o 0 U oCuommm muu > mmmm > L v ed eTo D0D '0o 'a oa0aaoo -o C LO LO LO (O Lf C:) 0C:) CC C (O C M CN qq co C.) ci LLJ m 1) ti 0 CD LL aco LU co cm :3 U) > 0 S 0 a) OzEE5 0 a) C) 00 00 C) uC:) (D (1) 4— C:) L) LU 0 0 00 co r- t: C'D cc '2 t -o Q) CD 4— CD 0 > > cc Lij 0 X 0 0 �: LLI = L'ED Ix C) < L) 0 cc a) > > > > z Z 0 CD (D (1) L) 5 c 0 0 0 M 1 19 — W W r .t_ ck) oe$ cc OL 0 CD 0 LL L) L) LL CL iL CL C-) L) CL z C)02 LO CC) rl- CD C) m qq- (o 04 N CN C'04 N Cf) Cf) m MIM m (V) CV) Cf) cf) qq- �(Dl" co�0).�C:) CITY OF FORT WORTH M RI N 11771 � HM I III � I � � � � � I I I � I I I �i a J IMilll T. � I � I I I � � I i.i E.R B T S . 4i MDRNINGSIX a ELSCHDO�Ry 77� a z CL I Aj z a w a a N Vl 4O N Q 2 J DJ I I I I I Tj I I I I I I I I I I MORNINGS/DE > MIDDLE SCNpDL w > w w jjNjj S . L69 TOM SAW NLU(9450O"IX A TTA all-MEN T E-1 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA VING I1VPR0 VEMEN TS MORNINGSIDE DR. (EVANS A VE. TO BEVERL Y DR.) FORTWORTH COWX WSIRICT NO. 06 PROP Cl�B MAPSCO NO. 77TIV PROP PWT _T8D �5ALE 400, TEAGUENAU AND PERKINS CITY OF FORT WORTH, TEXAS °' 96 2W7 CRITICAL CAPITAL PROF SHEET 1100 Ar.C o n O t r o o r ISTRICT NEIGHBORHOOD STREETS 1 DATE /NC. PAon isrs)30-1778-F.a(#)3as- Nov 2007 ....r.rnn-nnrrn..enw t°" PAVING IMPROVEMENTS of 20 Cl TY OF FOR T WORTH AV ivi. v �TM I I I A E. T I JST� �01EJAd ca -o F p rn J I JM41 I T. LL T7 �7 6.J I M N MGM IA �VEJ > z w 9L u w F` u z z T w ?� E. M RPHY ST. I L l K L Y T E ST, 0 :EMLY Hill 1 11. 1 FmiN ---\ i i iTT-�\ R18 TOTAL LANE mEa(BASED av 1J , A TTACHMENT E-2 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA DING IMPR0 VEMEN TS IRMA ST (ARGYLE ST TO S. RIVERSIDE DR.) FORTWORTH DISTRICT NO 08 (> MAPWO NO. 77M PROP 1D60-J8s PROP PWT 20-184 SCALE ci TEAGtJIE HALL AND PERKINS rr of FORT WORTH, TEXAS , 1. e300' ---. 2007 CNW.AL CAPITAL FROMM SHEET Yon 1100 Macon 8 t root DISTRICT NDGHBORHOOD STREETS Z DATE For r wort,, Tnxnn 70102 _.. /NC. F,onn:(ef7)$$0 677a.Fnx:(el?)$$6-rtlla PAVING OF°F NOV 2007 W.W.W.tnv-onllno.00e 20 - IIIIII � •a! �� tea! -� � � .�— a_— . i tea! �� �i �� � �� �� tea! � • � IIIIII _ �� alr a!� ..ter. •.-� �� �� � a!i � � i� � ii �� i_ r•.�w "" � i Y ii �� STSw� �� �� �� �r • � Milan Was e-A INNUMIN i-m �� �� � t_.l i..i �_ �— tea• i•� � i7cm i:a Ymmmmn j � fit! mmm IMP � i_7 - - - - - •-. nommow _ _ _ _ mm; = IN ME i..• s'� �r �i �� ii i �r �� �i ii i� •eta ���� �� �� sir ii : milli UP N 1111i 11i11 � �■■■�� ..■.���■�■ice ��i�----- WO- r r CITY OF •RWORTH. 1100 Macon street Fort Worth. Texas 7810 2 IE04GUE MALL AND .. CITY OF FORT WORTH v �4- I � D . RD• EW ME F© D I CRE Tv ME FO D �T v� �\ p A x a d A W d MEAD R• � E r0 O ti 0 rY Li a am Tome uw mrs psm a(i ws) A TTACHMENT E-4 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA VING IMPR0 VEMEN TS CHEL SEA RD. (N. DEAD END. TO MEADOWBROOK DR.) FoRTWORTH COUNCX VISMCT NO as ww care&curiae 78D 2066-392 WW P19(T 2071-391 SCALE TEAGUE/VALE AND PERK/NS CITY of FORT woRni, rExns IV PROAM 1 •-300' 2W7 CRnl&CAMAL PROEMS VOR [[0 0 III o 0 o n Street ISTRICT NEIGHBORHOOD STREETS 4 T DATE Fort Worth, Texas 78/02 Fhono:(e17)080-f F7s•Fnx:(8lF)88e-sera PAVING IMPROVEMENTS °F 10V 2007 �.�.�.tnv•onllno.00w 20 CITY OF FORT WORTH \5 9L EZO�� 02 EP z LD V) Li d � O iKE z ULi LD N T' Li MT. V RNON AV--. > 177 Li V , ¢ EAST ILL t�l Q5i Tom LAw ais mcm ov► ,Lou) A TTACHMENT E-5 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA VING IMPR0 VEMEN TS CHICAGO AVE. (MEADOWSROOK DR. TO E. LANCASTER AVE.) FoRTWORTH COMM DISINCT NO. 08 MY 2066_366 PROP CURR&p/T1ER 2072-366 PROP P141T 2066-391 20 —391 SCALE"°"` TEAGUE NALL AND PERKiNS CITY of FORT WORTH, TEXAS 7'-300' 2W CRMAL CAPITAL PR"CM SHEET "'"N/A 1100 M. o street DISTRICT NEIGHBORHOOD STREETS 5 DATE Fort WortA, Texas 7C1OY ff PA000:la 17)s s e-a 77a.F•x:is 17)s a 0-2818 PAVING IMPROVEMENTS OF NOV 2007 W.W.W.too-oollno.eo■ 20 CITY OF FORT WORTH \\ l7 Li Q MeA OW 9�. z o! T, ER ❑ O T. rn II MT, V RN❑N AV l ILANCASTER V a EAST Lij LE Ed L� am rom LAw,o(am av(.r Lmo) ATTACHMENT E--6 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PAVING /MPRO VEMEN TS BOSTON AVE (MEADOWBROOK DR. TO E. LANCASTER AVE.) FoRTWORTH COMI DOT NO. O » 2066-J66 ROP CUM h q/T(ER 2072-J88 2066-J92 ROP PWT ] 2072-39 SC"ALE TIEAC� E�/E NALI AND PERK/NS CITY OF FORT WORTH, TEXAS 1'-300' 2007 CRITICAL CAPITAL PROJECTS 1100 t00 At.o o n Street DISTRICT NEIGHBORHOOD STREETS DATE 6 DATE Fort Wort:, T@ran 70102 PAono:(817)00e-0770•Fnr:(e/7)08s-2818 PAVING IMPROVEMENTS OF OV 2007 W.W.W.tno-on/lno.00m 20 Cl TY OF FOR T WOR TH ow w MEa Q OWgR� i d 0 z 1.1 rr to T, ER 0 U T, MT, V RN�N AV . LL V, L A L NC S E V ¢ EAST a,l TOTAL L4W W S(9450ON rr ) A TTACHMENT E-7 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA VING IMPRO SEMEN TS CLAIRMONT A VE. (MEADOWBROOK DR. TO E. LANCASTER AVE.) FoRTWORTH MOM DSOCT NO. W 7W 2W-M PREP CUW h GUM? 2072-M M-392 PROP PWT 2072-392 S10R TEAGUE HALL AND PERKINS CITY of FORT WORTH, TEXAS 1"=300' 2W7 CttlDCAL CAP{AL PRECIS SHEET �"' 110 o M•e o n Street ISTRICT NEIGHBORHOOD STREETS 7 SATE Fort Worth, Tox.n 70102 _ /NC. Fhon•:fs/11sae•el7s•F.r:feff)sse-sets PAVING IMPROVEMENTS OF NOV 2007 ■.w...tno-onllno.can 20 Cl TY OF FOR T WORTH z Q w z w MEAD WBR ❑ v¢i DR. a 11 11 I I I 1 1 I 11 1 I I I I I I C I w D Z .; d LiLj > > URIN T❑N a AV T. E ❑ ST z 0 rr — �r < L NC S E a EA T. rn rr w r a r w LL ID E AVE. i 046 TOTAL LAW rarFs(e,, n Wlrwi)l A TTACHMENT E-8 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA VING IMPR0 VEMEN TS LEWIS AVE. (MEADOWBROOK DR. TO E. LANCASTER AVE.) FORT WORTH C"CL DlSINCT NO. 08 Pap CIW&GUM? 2%6-J88 PR&P PWT o 2W-.92 SCALE CITY HgLL AND PERK/NS CITY OF FORT WORTH, TEXAS 00 M CwnsK.CAPITAL.PRQI M 1100 M o o n Street ISTRICT NEIGHBORHOOD STREETS Fort DATE Fort Worth, Toro• T610II /A/C. Fnoeo:(e1T)aae-s�Ts.F•r:letT)sae-rats PAVING IMPROVEMENTS °i NOV 2007 �.w'.W.t•0-o•lln•.co� 20 CITY of FORT WORTH } a I E AVE, W U A AZ LINE > A AM S IR Y�,NFIE' <!j D , o.4 MT&c4W NO(ern aV lr L WAS) A TTACHMENT E-9 2007 CRITICAL CAPITAL PROJECTS DISTRICT 118 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PAVING IMPRO VEMEN TS JAMAICA LN. (CANYON RIDGE DR. TO E. HAMPSHIRE BL VD.) FORT WORTH MID cm&air/& C"CE D1SOCT N0. 08 78C PWP PWT 12066-JM SCALE MMUE NM AND PERKINS c!n of FORT WORTH,ALFRO 673 , _300' 2007 CRITICAL CAPITAL PROJECTS SHEET %m t t o o Y a c o n s t...t ISTRICT NEIGHBORHOOD STREETSN/A 9 DATE Fort Worth, Taxaa 7C704 Ph000:ret7)aae-s77a.Far:r817)8se-:ata PAVING IMPROVEMENTS NOV 2007 •...w.tno-onllna.cow 20 Cl T Y OF FOR T WOR TH Li L AVE ID E T, A z w AZ L I E 1 <�j D . 11 0" 7VTAC L NF DES(a4SW ON IS uNFS) A TTACHMENT E-10 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA VING IMPR0 VEMEN TS PANOLA A VE. (S COLLARD ST TO JAMAICA LN.) FoRTWORTH PROP CURB&(UM? C"01 GYSOCT N0. M 78C PROP PWT 12ON—JM SCALE° TEAG[!E IVALI AND PERK/NS am of FOR r woRni, TExAs T•a300' 2007 CRITICAL CAMAL PRDECTS SHEET "`"r �,o o M•o o n a r.. ISTRICT NEIGHBORHOOD STREETS10 DATE Fort wort:, Tn�r.• ', FAon.:(Bl )88e-s7Ta•F.x:(017)830-2818 PAVING IMPROVEMENTS °i NOV 2007 ■.�.�.en0-onllne.ago 20 CITY OF FORT WORTH VIE S z J AVE. _ z 0 0 ~ z ME R. z J w z � z w m I I IST.1 U L ca � ( N z ¢ E- zT. o M L AN S . � ILLA'NCASTCR —i —t L —1 AVE I am Toro L4ff uus(easm ov lJ'uma) A TTACHMENT E—)) 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA VING IMPR0 VEMEN TS BEN AVE. (S. VIEW ST TO E. LANCASTER AVE) FORTWORTH 7W PROP am&aurae .�sT�cr No. as 2066-JM PROP Pwr 2066-J92 � ciTv OF WORTH, TEXAS DO , , . TEAGIE MAU AND PERKINS �� TS we SHEET 1100 ht.c,n Street DISTRICT NQGI'IBORHOOD STREETS 11 DATE Fort Worlh, Texas 70102 INC. Phone:(et7)8ae-6778•Fax:Tanlaae-rota PAVING IMPROVEMENTS or NOV 2007 e."...Inp-aallne.cam 20 CITY OF FORT WORTH f, R v~i jC f y R, a 0 w AV , C 1 I/ A E FD W \\\ \ , V) w my I U c> 0o Q � J W J r Q Q 3 E S �13 E�AL ST. Li FT H F71 11 E 0 J ---LL � H a4l TOTAL tangy WO(WO ON V LWS) A TTACHMENT E-12 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA VING IMPR0 VEMEN TS CAMBELL ST. (E. VICKERY BLVD. TO E. ROSEDALE ST) FORTWORTH COUNCIL DISTRICT Na 08 Pw CVR8&GUTTER PROP PVlIT 2066-,� ZO66-M SCALE-00. MAGUE NAU AND PERKINS CI� FORT WORTH,nCAL CAPITAL TEXAS 7 ,� ISTRICT NEIGHBORHOOD STREETS 12 1100 Meeon Street DATE For Worth, Texa! 7ft108 ff//vC. phone:ls17/J0e-s77�•Fex:ta1710aR-rsi8 PAVING IMPROVEMENTS OF NOV 2007 W.W.v.tnp onllee.eom 20 CITY of FORT WORTH ST. H W ET C AVE, � � WI D❑M RE rn w 3 G] - Z ❑S D rr � rn � J N J f AVE G a42 TOTAL LAW mu*s(aW av Tr LANa) A TTACHMENT E-13 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 00923 PA VING IMPR0 VEMEN TS SARGENT ST. (AVE C TO E. ROSEDALE ST.) FORTWORTH Ca#KX DISTRICT Na 08 2a66-J84 PROP aM dt glTiER 2066—JW 2072—J84 PRO°PWT C] 2071-388 SCALE 1EAGl�HALL AND PERKINS CITY OF FORT woR,NAmm , TEXAS , I.-300' 2007 CRMAL SHEET 1100 M..n n S t r o.t DISTRICT NEIGHBORHOOD STREETS 13 DATE For Worth, T.�cnn 76102 Piton.:Tsts/ass-s77a.Fna:Iats/sss-rats PAVING IMPROVEMENTS 0° NOV 2007 Ir.W.w.tno-enllno.com 20 CITY of FORT WORTH W U Q Q J � W J U } Q � s R SEDAI_E ST. t H H x IVN E G MT I H A E. I UrIJ h N W �L*"l Q � J Ei E W J > Q Q 3 I I U 1 -1 TTM H -r V a24 WTAL L*E mus(a4sm CIN fr Laves) A TTACHMENT E-14 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA VING IMPR0 VEMEN TS A VE. G (S A YERS AVE. TO WALLACE ST) FORT WORTH PROP pMW&GUM COUNCIL ONs7RCr NO. 06 PROP Pwr 78L O 12066-J84 sNwa 1 FAGUE HALL AND PERKINS cmr of FORT woRTM, TEXAS , 1 -300' 2007 CAPITAL SHEET 1100 M o o n 8 t r o o DISTRICT NEIGHBORHOOD STR 14 DATE Fort worth, Texas 78108 /NC. ►nono:fet7)8ae-577$*For:fetF)8ae-28ta PAVING IMPROVEMENTS OF NOV 2007 W.W.W.tno-onllno.cow 20 CITY OF FORT WORTH A R NA i AV CR N H W AV , . cn > a Q J J J F TZ JH S , Lul w Y SRpG AE. z m N �HA N SH A E, J C/ TANS AVE. lURLj IJ rr [aN � �AJE. >- J z T RFANr R m am TOTAL L"mu-s(msw av it tmn) A TTACHMENT E-15 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA VING IMPR0 VEMEN TS STRONG AVE. (BINKLEY ST. TO VAUGHN BL VD.) FORTWORTH PKIP aM&GUM COMM DISTRICT N0. 08 78T SNgQ TEAGUIE NALL AND PERK/NS CITY of FORT WORTH, TEXAS 1"=300' 2007 CRMM c1prFAL FlUcTs SHEET 1100 100 M•eon 8 t r.•t ISTRICT NEIGHBORHOOD SIRE 15 DATE Fort WortA, T•ra• 7010P PhD n•:fet7Taas-s77a•F.,�:lst7Ta2 -rota PAVING IMPROVEMENTS °F NOV 2007 w.w.r.ln•-•nlln•.e•■ 20 Cl TY OF FOR T WOR TH A CR N H W AV--. �RINSHA AV E. J J J FTZUH S . G W Y S R❑ G A E. z w HA N I SH A E. v T A N S rAV a 3B�J �Ulj IE.� [:EN � AE. r J z T R AN R ml F ""N� N�_ll I I a62 TOTAL mW mMs(BASO a_H Lam) A TTACHMENT E-16 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA VING I1WPR0 VEMEN TS Fl TZHUGH A VE. (THRALL ST TO VAUGHN BLVD.) FORTWORTH PRW CURB h CU; ( COUNCIL RMICT NO. 08 78T PROP PYNT 12066-J80 §HM CALE �q�AND PERKINS CITY OF FORT WORTH, TEXAS a300 2W7 Cm!"CAPITAL PRMC75 7SHEET"°� 1,CC AIcon st r.o ISTRICT NEIGHBORHOOD STREETSForirtiiase Nov zoosPAVING IMPROVEMENTS CITY OF FORT WORTH EA T ANDJ I I I I I I I I I ST, — h'N GR YSON ST, a z a Q J _ 0 O V z aM ONTA GUE I BAYL R ST, a w H RDEM N ST. a81 TOTAL LAW mus(a4sED Tr LAKS) A TTACHMENT E-17 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA VING /MPRO VEMEN TS MON TA GUE S T (WICHI TA ST TO ERA TH ST) FORTWORTH PROP CURB GUTTER COUNCIL DISTRICT NO. 16 78X PROP PWT 12066-376 SCALE TEAGUE HALL AND PERKINS CITY OF FORT WORTH, imm TExns , 1,=300' 2007 Cf MAI tR CAPITAL OECTS SHEET 1100 M eon Street - ISTRICT NEIGHBORHOOD STR 17 DATE Fort Worth, 7oxo• 76102 Phono:(617;$$8-67T$-Fnx:t817laae-2816 PAVING IMPROVEMENTS °F NOV 2007 �.�.�.txp-onllno.eoe 20 CITY OF FOR r WORTH BA NETT ST. V) ry U tY W Z) 0 , x SPA R oW1 ST. 3 �-- J U Z ZMANI Y RD, — NOR AN Y RD, C IN C , ` ti z w a = J MART HA I LN. z ~ R NDT T, z z J f a M TOTAL LNE MUS(aAM av 13'UKS) A TTACHMENT E-18 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA VING iMPR0 VEMEN TS L YNNHA BEN RD. (BARNETT ST TO NORMANOY RO.) FORT WORTH PROP CURB&GUTM? COMM DISTRICT Na OB 79A PROW PWT 12072-392 SCALE° TF.i4Gl IVALL AND PERK/NS CITY of FORT WORTH, TEXAS T"=300' 2W?C r.& AL PROdEcTs SHEET ymN/A ,,,, M•�,,, 8 r r••r DISTRICT NEIGHBORHOOD STR 18 DATE For worrn, r•+•• 7eto9 //VC. Phon•:(er>')ss•-s�>s•s•,c:ferr)sss-:•rs PAVING IMPROVEMENTS OF NOV 2007 w.w.w.tnv-onll••.•o■ 20 CITY of FORT WORTH NOR ANY 7RD ra z BRA w ¢ ¢ —� MART A LN, _ I-- z z z J CI Wz z < W � W MEAD WBR ❑K DR. ra rY w U > ¢ ¢ d' z F z M❑ RIS A E, 3 LD q N Tl W W W D f3 a28 Tome LAW mu-Srealm W�� � A TTACHMENT E-19 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA VING IMPRO VEMEN TS JUNIUS ST, (MARTHA LN. TO MEADOWBROOK DR.) FORTWORTH PRO,ON&airy capvcre DIS71ICT M0. 01 796 PROP P► T o 2072-a92 SCALE TEAGI HALL AND PERKINS cirr of FORT WORTHmzr , TEXAS ,395 1. "=300' 2007� TK PRO�ECts SHEET jDATE N/A 1100 Y.ocn t1tr..t ISIRICT NEIGHBORHOOD STREETS 19 Fort Worth, Toxnn 76102 INC. phono:tel7)88s-s77a•Fax..(, 7)aae-refs PAVING IMPROVEMENTS OF NOV 2007 �.�.�.tnp-onllnn.eos 20 Cl TY OF FOR T WOR TH I 1 1 1 IMEADQWBRQ0K I DR, ra w U > A z w z M❑ RIS A E, — I o 0 3 l7 � La fn W W W C3 N z 0 o' 0 z z w C3 EAST LANCASTER AVE am TDTAL uAE Aw(a4sm av A T TA CHMEN T E-20 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J PA VING IMPR0 VEMEN TS NORMA S T (N. EDGEWOOD TER. TO QUEEN ST) FORTWORTH CO(p M DVSTRCT N0. 08 PROP CUM&GUTIER 79E/F 2072_Tgg PROP PWT 2072-392 SCALE TEAGU�HALL AND PERKINS CITY OF FORT WORTH, TEXAS , �•-300' 2007 CM7IC&CAPITAL PRMCTS �"N/A 1100 M..o n e t r..t ISTRICT NEIGHBORHOOD STREETS 20 DATE Fort Wort A, T,x.• 70102 //VC. Fnonn:ts l7)aas•s7�a.F.r:ta t7�sse-:sta PAVING IMPROVEMENTS °F NOV 2007 �.�.�.tnP oellnn.eow 20 CITY OF FORT WORTH M RI N C 6' 1. J JMJL Y T.I I IE] Q= i 6' 91 HO 2' 6' 4' a Zn o_ :o E.ILL S 6'PVC Ll MIIRNiNGSJDE x ELEMENTARY SCHOOL MORNINGSIDE _ > ELEmENM SCHOOLRY z C L I 7 , �o z Z ' R 6- 6'PVC a I I I a_ e � 2 V7 tiO �jl rn 2 D f 6•PVC 6 ci 2 MORNINGSIDE > FMIIIHIFTEMIDDLE w SCHOOL RA a 10] 0 lCUyl S . 'PVf A TTACHMENT E-1 2007 CRITICAL CAPITAL PROJECTS DISTRICT #B NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J WA TER LINE IMPR0 VEMEN TS _ MORNINGSIDE DR. H► r 4- (EVANS AVE TO BEVERL Y DR.) T�PP E VALff FORTWORTH T RWU= ► .XSr WATER Lff rVST G47E VALW —+ COUNCIL D157RICT N0. 05 E.NST FIRE HYDRANT MAPSCO NO. 77T/U E.NST MUM? ► 2054-380 SCA—40 1F.AGMENAL MD PERKINS ��TM OF FORT WORTH, TEXAS 1'=400' NO FTWD7 2007 CAPITA PRta cTS SHEET 1100 A+.c o n Street ISTRIG7 NEIGHBORHOOD STREETS 1 DATENC. 02 PAon.faf7)i eFort W rsria.For fats ass-rats NOV 2007 W.V.w.tnP-oelln�.eow WATER UNE IMPROVEMENT'S OF 20 1 �■■�\ 111� � ���� ■_ �111�1111� oily MEng �1 ENUM nomm OEM IN .I • Y _ NONE 11I1i� ■11■■■11■■■■ ■■■saw 010 Ii111111111111111 I11 roll ffIff/I P meTEAGUE MUL AND PERKINS CITY OF f //• FORT WORTH,Fort Wort Texas 76102 it : • .. WATER UNE IMPRO ENTS CITY OF FORT WORTH R� D l. ME F sr O " R 1411N 6` 12' O d MEAD R 4 C � 02 EP Z �/ ~\ L n n + A TTACHMENT E-4 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J WA TER LINE IMPR0 VEMEN TS CHEL SEA RD. �W H�HT 4. (N. DEAD END. TO MEADOWBROOK DR.) WOP MOD�TEu VAL 10 FORTWORTH XST WATER WE DOT GATE VALI£ — COUNCX DISTRICT NO.. 06 -VST ME HYDRANT -} 78D 2066-392 .MT REDUCER ► 2072-392 SCVALE TEAGt NALL AND PERKINS CITY OF FORT WORTH, 7396 1"=300 2007 CRITICAL CAPITAL PROJECTS SHEET "'"A 11 O o M.e o n e t r..t DISTRICT NEIGHBORHOOD STREETS 4 DATE Fort Worth, Texas 76102 ANC. Fh...:�a/71aas-a77a•F.x:�a171ass-ra/a WATER UNE IMIPROVEMIENTS of NOV 2007 �.n�.tnp-axlln..ea■ 2F CITY OF FORT WORTH E � p Z Of (� to I > Q �D 6 2 6 :o O °' d KE U Z �I Of ' rn � c T. V RNON AV 10 Q m 1 ' o � WEI LIlUEA a EAST 6' 6° 10' 10` 20, ca 20, 20, t 12, 3 i A TTACHMENT E-5 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J WA TER LINE IMPR0 VEMEN TS PROW WATER UNE PROP FW HYDRANT CHICAGO AVE. PROW CA7E VAL I£ N PROP REDUCER ► (MEADOWBROOK DR. TO E. LANCASTER AVE.) PROP AIR RUMSE VAL W r T CATER M CA FORT WORTH EXIST 1E VAL I£AL — CO(/NCa1 pSIR1CT N0. OIB EXIST RRE HYDRANT MY 20I66—J68 EXIST REDUCER ► 2072—J68 2066-392 EXIST AIR RELEASE VALI£ r 2072—J92 5""� TEAGIJ�HALL AND PERKINS CITY of FORT WORTH, rExns ^;6 1"=300' — 2007 C1 CAPITAL ICAI. TAL PROM SHEET �"` 1100 ht...n Street DISTRICT NEIGHBORHOOD STREETS 5 N/ADATE Fort worth, To 76102 A, ' /NC. Fhono:(817)830-5773.Fax:(e17)33e-2e10 WATER UNE IMPROVEMENTS OF NOV 2007 v.►.►.tnv-onllno.cos 20 Cl T Y OF FOR T WOR TH \ P � `�Z E z 1.1 IL tr ME w$ ( W R LINE a Rp 6 4 z � F � Orn T, m ` V RNON AV IT ILI1D° ' K'l' ILI :o 0 ul . L NC S E V EAST 6° 6` 10, 10° 2 D' A TTACHMENT E-6 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J WA TER LINE /MPR0 VEEMEEN TS BOS TON AVE. CROP wfff HHM HT -� (MEADOWBROOK DR. TO E. LANCASTER A VE.) PRCPRMUR FoRTWORTH PRaP � cOL M DISMCr NO. DB 01 EXIsr wAIER l m EXIST CAIE VALVE — 206-M EXIST FIRE HYDRANT 4- 2072-388 EXIST REDUCER ► 2066-392 12022- SCALE XOR TEAGUE IVALL AND PERKINS CITY OF FORT WORTH, TEXAS 1"-300' - 2M CFA AL�Tu PROEMS SHEET % t too M..o n S t r..t DISTRICT NEIGHBORHOOD STREETSN/A 6 DATE Fort Wortb, 70x•• 7010P /NC. P►.on.:fet7laas-677s•F•,r:fet>lase-rats WATER UNE IMPROVEMENTS OF NOV 2007 W.W.v.tn0-•n/in•.aaa 20 CITY OF FORT WORTH Z Li 7,,E �D wBR�O� 6 i I v �I E- o PR " Z x T• ER �► U T. V RNON AV o� 10' ' 1 D' 1 ° I � o i L NC S E V 1 Q i EAST 6' 6' 10' 10, 20' 20' 20` Lli — r4��i Fl�l �1 A TTACHMENT E-7 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J WA TER LINE IMPR0 VEMEN TS CLAIRMONT A VE. PROP WAM?PROP Fff H►N T �- (MEADOWBROOK DR. TO E. LANCASTER AVE.) Mmw OP�7E AVE ? FORTWORTH Np DUST WA7ER MW 78GC D7SIR7CT N0. 08 78G DIST G47E VALW — 2066-JM DUST FIRE HYDRANT # 2072-JM MT ROUGE? ' 2066-J91 72-392 S1m TEAGUE HALL AND PERKINS CITY OF FORT WORTH, TEXAS �•=300' ffhvc. 2007 CRMCA.CAPI AL PR0.ECTS SHEET `°� --- „0 0 Macon Street DISTRICT NEIGHBORHOOD STREETS DATE Fort Worth. Texas 70102 Phone:(ef>)ase•s>>s•F.,c:ref>7aae-refs WATER LINE IMPROVEMENTS OF NOV 2007 w.w.w.tnv-onllno.eow 20 Cl TY OF FORT WORTH —lu A 51 a z � CY z w MEAD WBR ❑ v¢i DR. a 6' 6` i IT z a Li w > > J _ URIN T❑N AVE, 10° iu 0 T, ER ❑ ' 10° T ST N 6' z o FY a L NC S E A 6" 20° �D ti LLJ 20` o r ca rr AVE, A TTACHMENT E-8 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J WA TER LINE IMPR0 VEMEN TS LEWIS AVE. PROP W E�TE�A<� PROPffH T �- (MEADOWBROOK DR. TO E. LANCASTER AVE.) PROPMW Lff REDUCER FORT WORTH DaST WATER LAVE DQST LATE VALW — COWCX DISTRICT N0. 08 EXIST FRE HYDRANT 4- 78G 2066-368 EXST REDUCER 2066-392 5Nd1L 1'EAGUE NALL AND PERK/NS CITY of FORT WORTH, TEXASFrWO7395 1'=300' 2007 CRITICAL CAPITAL PRCACTS SHEET `w 1100 Macon Street DISTRICT NEIGHBORHOOD STREETS 8 DATE Fort Wort A, Tonn• r6102 Phono:(aTT)380-fTr$#For.(atr)880-2e18 WATER UNE IMPROVEMENTS OF NOV 2007 20 CITY of FORT WORTH Ld Ld 20' 8" I E AVE. m 8 'Di 14 LJ ME RI > a 6° I a E31 DI I I I I I AM S IR �p 2 "C nc. D i co �/ 0 A TTACHMENT E-9 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO, 0092J WA TER LINE IMPR0 VEMEN TS JAMAICA LN. LW PRO WA (CANYON RIDGE DR. TO E. HAMPSHIRE BL VD.) PRW GA REU ER 10 FORTWORTH PROP REDUCER EXISr WATER LAC EXIST GATE VAL W — Mr FIRE H)DRANr -- CDUNC)L DIVRICr NO. 0 6 78G EXIST REDUCER ► 12066—J88 SCALE'� WAGM NAU AND PERKINS CITY of FORT WORTH, TEXAS '"' 7 e 1"=300' _— -- 2007 CRITICAL CAM AL PRMCTS SHEET %Uff -- 1 10 0 M o e o n S t r e e t DISTRICT NEIGHBORHOOD STREETS 9 DATE Fort Wort A, T�x�• f6702 A //VC. Pnono:(817)sse-a>7a.F6,c:1, )')assets W�ATER LINE IMPROVEMENTS 0° NOV 2007 w.r.w.tnp-onllnn.eoe 20 CITY OF FORT WORTH ID 20, 8' AVE 6' ID 20, r. E h A N or 16 6°n W paF7 AIEAZ LI E R 6, R` F, % 3 8 DI 2 'Cc rc. 6`DI r D t � 6- 20, A TTACHMENT E-10 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J WA TER LINE /MPR0 VEMEN TS PANOLA A VE. WW W'IRROOPPFffHONT �- (S COLLARD ST TO JAMAICA LN.) wal fia M? FORTWORTH 'RA°REDUCER XST WATER LW VST V X VAL if — WST FIRE H)DRANT 4- COUNCIL L8IMI NO. [19 78G XST RMUCER ► 12066-388 SCALEpmmm "°'� IMGVE NAIL AND PERKINS CITY of FORT WORTH, TEXAS )'=300' ATIVC. 2W7 CMMM t TAL oxos SHEET N/A t100 M.00n 8tr..t ISTRICT NEIGHBORHOODSTREETS 10 DATE Fort Worth, Texa• 76102 vnono:(sir)BOB -677s•Fxx.(st7)s8s-2s1s WATER LJNE IMPROVEMENTS OF NOV 2007 w.w.w.tno-on/ln@.eoe 20 CITY OF FORT WORTH VIEw I I IST. 6' 6' Z � J A E, 6' u z — 0 o '- z ME R, 6' 6' z �D J i in• ,n• f i W z w ST. 6" M 8r/WA TER LINE z1114cL A ra— T. a aL S 0 4' 6' . I 20 �ANCASTER AVE 6' m A TTACHMENT E-11 2007 CRITICAL CAPITAL PROJECTS DISTRICT #B NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J WA TER LINE IMPR0 VEMEN TS HWRA,T BEN AVE. (S VIEW ST TO E. LANCASTER AVE) PPAT RTREW R FORTWORTH Ea75'T WATER LINE EXIST V 7E VAL ff — COUNCIL D)S7R)CT NO. 06 EXIST Fff HYDRANT 76F 2066—JW EXIST REDUCER ► 2066—J92 SCAI& CITY OF FORT WORTH, TEXAS 96 1.00. TEACUE NAU 1100 M�eon 8tr�ot AND PERKINS 2007 aa,io�u.CAPITAL�� SHEET ym DISTRICT NEIGHBORHOOD STREETS 11 - � DATE Fort Wortb, Trrxo• 7t10P //VC. FAono:(t117)77o-s77a•For:(s 17)sas-rely WATER UNE IMPROVEMENTS OF NOV 2007 ■.�.r.tno-onllno.eo� 20 CITY OF FORT WORTH 6 a x w AV C t' 1), 8• ZD E-E W A E. D W 6 00 TTI 01 II w AVE. U, a CD � J 12' r Q Q 3 E S ST. 6' F- N S w V G 6' J A TTACHMENT E-12 2007 CRITICAL CAPITAL PROJECTS DISTRICT #B NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J WA TER LINE IMPR0 VEMEN TS CAMBELL ST �fff Hm T (E. SICKER Y BL VD. TO E. ROSEDALE ST) WW R7E VAL W FORTWORTH EXIST WATER Lff EXIST CA7E YAC w — COMM DISMICT No. o8 EXIST ME H►vRANT +- 7& EXIST Pum ► 2066-J84 2O66-J68 SNOB WNGUE N=AND PERKINS CITY OF FORT WORTH, TEXAS 7 1"=300' 2007 CRITICAL CAPITAL PRQECTS SHEET "°" >>o o 1 a o o n s DISTRICT NEIGHBORHOOD-STREETS12 DATE ANC PAono:fetfl ss si .r fs1>lsae-ss/a NOV 2007 ..w.w.lao-oalina.eDM WATER LINE IMPROVEMENTS 20 Cl TY OF FOR T WOR TH ST. H W ET 4` 6' 6' MEE ------- 6' C AVE, U > > D d z 10 � I PR R LINE +� I �IOMRE u 6" a F I w i- Z � I 1 0S D LE111ST11 12' W J J EA, G FT A TTACHMENT E-U 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT ND. 0092J WA TER LINE IMPR0 VEMEN TS SARGENT ST PWflR�`�T (AVE C TO E. ROSEDALE ST) Mal MTE ER 1 FORT WORTH PRQI REDUCER EVST WATER Lff COMIL DISTRICT NO. 08 78N EXST GATE VALW — 2066-384 EVST FIRE HYDRANT -41- 2066-'m 2072-J84 EJOST REDUCER ► 2072-388 SCALE' TEAGUIE HALL AND PERK/NS CITY OF FORT WORTH, TEXAS 7 t'-300' ---- 2007 CMTAL PROJECM SHEET N .t. a e e t r..t DISTRICT NEIGHBORHOOD STREETS 13 DATE Fort Wort A, Ta�.a T0102 �//�'. Phoao:(C1T)aaa-aTTa•F.r:(a1T)aaa-tafa WATER UNE IMPROVEMENTS OF NOV 2007 •.w.w.tnv-oollno.eow 20 Cl TY OF FOR T WOR TH W U Q CD 0. J W J U N Q � = R10SEDALE ST. 1 Tr, rl 12' q 6' " WATER LINE AVENUE L L Q 6' > a A E. 6- H 6' N N W fn Q 0_ J r Q q 3 i 6' 4' MT 1HUH ] U � I � � � � � � ] - �o El --L-L U H--L- I I d 6' 16'PVC A TTACHMENT E-14 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J WA TER LINE IMPR0 VEMEN TS A VE. G PW�N MT (S. A YERS A VE. TO WALLACE ST.) PW RM VA ~ FoRTWORTH DLISTD HATER LPE faW 7ST CATE VAL 1£ — EXlST FRE N19RANT -4- COMM DISTRICT NO. 08 78L EXST REDUCER ► 12066-J84 SCALE CITY OF FORT WORTH, TEXAS '"'"1Q"' ""� TEAGUE NAU AND PERKINS 7396 1'=300' - � 2007������� SHEET N 1100 M•a o n Street DISTRICT NEIGHBORHOOD STREETS 14 DATE Fort Wort A, T•�c•• T6102 //vC. ►Ae••:IfiT)So#, s•F•,r:l�tT)sae-rats WATER UNE IMPROVEMENTS °f NOV 2007 w.w.w.t•.-o•l/n•.eoe 20 MENEM Y MINMIN mmmmmmmm MINE IN OMEN MENNEN PROP WA IFR LWE PRav REDUCER I OF FORT WORTH, TEXAS AREFort Worth 7 0 000� INC. WATER UNE IMPROVEMENTS amv.w.w.tnp-vnllfi*.vvm L 1 F I m, 9--m MEMO fi i7ili logo CITY OF FORT WORTH, TEXAS JUGM NAU AND PERKINS KA Fort Wort . Texas 70102 �n mmmmm ELEMENTARY w! lilt 6 1: MENOMONIE SHE HUENEME 11111111111 - -ffiffirm-.. . MOP 'r.7 CITY OF FORT WORTH, TEXAS GUE NAU AND 1100 N:,con Stro.ot Fort Wart a INC. phon@:(Blr)83@-6T7J*Px@jr.&(8j?v)1vop2d ,j, SANITARY SEWER IMPROVEMENTS w.w.w.t CITY OF FORT WORTH lbu �� -1 l 6• \ � ' 6 — 6 _ — L 16 0 — - - - \9 \ 7 k5l 11 T. L-2629-� \� JE ST ❑ E AL I -6— — — 6' I Rl I 6• - 3 \ A 11 JI i � >Ii � 7 T767 / 1714 �, J JT. I 11] \ T7 n f I IRM4 I / - - - - - - - - —L�jj L I �vL MG ❑ IA� � J � ELiI ~ I VC — —�� l w 6' J —9'94 L 7,30 VC u i 16, I U w A :JM RPHY� j L 7 S _ - - - - - - - - L 7. - - � K LLY 0 S MY T E ST. I A TTACHMENT &7 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J SANITARY SEWER IMPRO t/EMEN TS IRMA ST (NO SEWER ON THIS STREET) PROP W SS L IE(P(OPEN CUn FORTWORTH SS�r�►PE man ............. mw 14mw" COI CX W50CT NO. w YADWO W. 77M Ea rSSLME ----- ZO60-3& EV5T MA N" 2OM-,W SCALE TEACUE NALL AND PERKINS CITY of FORT woRni, 1Exas , 1'=300, — _ 2007 CNTICAL CAPITAL PROJE ,,,, At. o n street DISTRICT NEIGHBORHOOD STREETS SHEET DATE Fort Worth, Tox�• 70102 //VC. Fnon•:1e17)ase-t fip .x:1a17)ssa-rats SANITARY SEINER IMPROVEMENTS - NOV 2007 �.W.W,tnp-on1ln�.eom 20 sty own". � -� �� •� �a �� �. cis �+ � -• � �■ ����" /a. � � rl�a � —•- ter. �� � ura � .� � � �•r/ � ter- �■ ter. � r� � w a.� � � � .�■ � cam � � �� �of•,' � �� � r� � �� i• Ear � �w � � MOM .•M �� �w �7 St �., � �� �q Div �� • MM RM 'MINOR 'Nown Now= M �\ � � � � �J r � A. �111■J i�� � �■ ie�� �. ire � � � � mg D In API INr,7rn]N t . isr IF MI Ala, / AP ARP I //• 94 UIY 71 I I ® • •' •' fir,. ONE' Fort Worth, Texas 761 0 2 • • t. Cl T Y OF FOR T WOR TH 15. 4. Opp_/� i 6• 6. 9 _ - - — EW D I Ln FO D ME D I fT J J 6 4 J L-7©2 1L_-1 74 -+ 6 70 x i \ MEAD 77 L � U I —6' I I IJ 1 6 Z 10 U) > I L-1659 -j A TTACHMENT E-4 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J SAN/TAR Y SEWER /MPR0 VEMEN TS CHELSEA RD. (NO SEWER ON THIS STREET) PROP SS UAE(LWEN Cf/o FORTWORTH PROP SS LINE(WE El�#ARGfMEN)J ............. PROP 55 UAE(BARE h CAMNC) PROP MANHOLE 170=1 D157MCT NO.. 08 78O E)J5T 55 UNE ----- ZO66-392 EXIST MANHOLE 2072-392 SCALEn'aG' q�yD PERKINS CITY OF FORT WORTH, TEXAS 1' 300' ---- 2007 00711 L CAPRAL PROJECTS SHEET Von 1100 U s o o 0 S t r s s t DISTRICT NEIGHBORHOOD STREETS 4 OATS Fort Worth. Texas 7010P INC. Phons:(at7)330'577S*Fox.,(8l7)$3#-281$ SANITARY SEWER IMPROVEMENTS OF NOV 2007 W.W.RtnO-onllne.Von 20 CITY OF FORT WORTH ON + I* 9� C�2 FP oxi/g L 1 6 Z +��3 1 10+95 6 2 1f 21+19 lz 8+59E 8+ W `p Ip 1+ o ¢ I 9+4 E I I I i s C` "' ��• / / ��a II + 3+16 L-16 9 2+95 J I Li J6=j 2+53 I Ico I I w it rr IL I� DI i� I i i � o ( � ► Ln! LnI Izo I I KE w I I I L-1622, Z I rn l I N lLn I I 1+ 5E N �� ( + I I I II I 11 T' MT, V RNON Av L-1660 ,_J I Li > - - 15+50E L-1085'A 9+44 8+22 I I . + I I -1659 w 68 — - -- -1 � - C 4 I I =__— — — 6• ]37 2 494+ 2E I 9+96 12+7 `6, �C 3 + Ia 13 47E EAST w I L-1365 n w I 7+39 — — —9+35E n to + m 2 98E I� " I I I I - - 6+19 6+25 Z. I I I I I I ( I 4+97 -4 I• io I ° I I. A TTACHMENT E-5 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J SANITARY SEWER IMPROVEMENTS CHICAGO A VE. (L-1664) (aviN�� FoRTWORTH, PRO°S5 t.avE(�ENLARGEMEN>7 ............. �ai asnvcr nro. ass PROP SS L NE(HORS Jt W Nc) PROP MWOOLE 2066-388 EXIST SS WE ----- 2072-JW DOST MANHO!E 2066-392 2072- CITY 39? SCALE G[!E 111AI.L AND PERKINS Y OF FORT WORTH, TEXAS xoia 7 96 -MA1'=300' -- -.._. 2007 CRITICAL CAPITAL PROJECTS SHEET N 1100 M o o n Street DISTRICT NEIGHBORHOOD STREETS 5 OATS Fort Worth, Texas 76102 ANC, rhos.:(et7)aae-s77s.F.,r:Iet7)aae-seta SANITARY SEWER IMPROVEMENTS OF NOV 2007 r.w.w.tno-onll".eow 20 2TY, OF FORT WORTH jo 1-0 tE.— a, vL �� ��0� �� 6' I 1 6 6+ � x Z 6 =0-�6 �� Z ��,63 ' 21+19LD V) IE�6 8; 8" S LINE w \ 2rt MCA 6�y~ rm 1-1 t, + 3+16 I L-1659 2+95 +7 61 n ,6\/\1 2+53 ��/ I J I +50E + I I+ I 0 I I I�D I L-1622. Z o ru luWi I fF I 1+ 5E IL I \0 n + I rn L riMT, V RN❑N AV r8+2�� J — — 6,-- — — — — — — 15+50E l — 1 08jl 5 �) 9+44 II 6 1_- s I I I+ —Lj �j— — — — 6, 9 - C 4 2 494± 2E i 9+96 o � — °° o I + 7 N 13 47E L NC S E V I ¢ EAST i W I L-1365 n w I 7+39 -- — — —9+3SE n un w LLJ +n �+ Cu m Ln 3 OOE 0 I I �2 98 ca I I N `" I I I i - - 6+19 + I ( I —Al I 4 I� I M I i. A TTACHMENT E-6 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J SAKI TAR Y SEWER IMPR0 VEMEN TS BOS TON A VE. (L-1665) PRCP SS LEE(MIN�) FORTWORTHPROW Ss L9VE rPIPE ENLARG£MEN>) ............. MW SS LINE(BATE k CASING) COUNM DISTRICT NO.. 06 78H PROP MANHOLE 0 2066-JM EXIST SS LNVE ----- 2072-M M66-J92 fXST MANHOLE 2072-J92 IWIPROW SCALE CITY OF FORT WORTH, TEXAS I.00 _ TEAGl MAU AND PERKINS �, CAPITAL SHEET AiiMl WIT _-_ - 1100 Macon Street DISTRICT NEIGHBORHOOD STREETSN/A 6 DATE Fort worth, r.a.. 70102 _ C. rnone:le17 338 57 Fmo .0 ttlass.rots SANITARY SEINER IMPROVEMENTS or NOV 2007 •.W.W.tno ontln�.00w 20 CITY OF FORT WORTH v m I iw + 1 6 6+ i x z l In 1.1 21+19 61 448+ (� .� 1676 / / I� _ I > + 3+16 L-1659 2+95 2+6 a +7 I ^ 6�1 2+53 -/� I + +50E I I ITo N I I M u I I I I o L-1622, Z I III LD o + !w� C� ! ^+ 5E I I o o cU 0 1+ I"' v I I L-1660 I T, ER 0 T MT, V RNON AV — — — 61 — — — — — — 15+50E L-1085 A � 9+44 B+22 I , ! -L 6 8 + in w n o-4L N - - FLaig 2 49 +9E 4+ 2E I 9 — + m + I + 0 7 (U uj 13 47E L NC S E V ¢ EAST 8 SSI LINE NOPR� E w ' L-1365 w ! 7+39 — — —9+3SE + w m 3 OOE I I + CuLn �2 98 `" I I I I 6+19 ! Q'I� 1 + I I I I I ± i� 4 Ill 1 i EA F-7: O I I A TTACHMENT E-7 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO 0092J SANITARY SEWER IMPROVEMENTS CLAIRMONT AVE. (L-1671, L-109J) PROP SS Uff(CPBV CUO PROO FoRTWORTH M SS UNE(BASE& B� COWL X DISOCT NO.. 008 PRA°MANHUE 2066-386 EXIST SS UNE ----- 2072-386 2066-392 EXIST MANME ?072-392 SCALE NAGUE NAU AND PERKINS ciTY of FONT , s FM7,396 7•=300' 2007��CAM �AL�PR�MM SHEET 1100 Macon strafft DISTRICTf8 NEIGHBORHOOD STREETSFor 6102 7 DATE INC Yhon�(etr)a Er67f0•,a (.I )8.0-rays NOV 2007 w.w.r.tnv-onlino.00■ SANITARY SEINER IMPROVEMENTS 20 CITY OF FORT WORTH ,,, > r5 z -10 0 I L- 681 � L 168 I B• 6• LfT co 1 6 , MEAD WBR U aN J ¢ , I I rn ME 6 1 P I SG L- 50 I L-R i 0-� I L-1 77 I I I - - - - - - - - - - - - - - - - - I 6' I 6• 6•d I 61 uj W J I > l > I I RURINCIMN I AVE. ! I I, I I I vl i I I L 108 L- G8 I L-1t75 I I 0I - - - - - - - 6• im I I I ST I M=41 J J I;� laa - - - z I — i — L 1074 - - L-1074 6" a 6' I 8• L NC S E a I EA f- T. it Z' 2 . I w - -6 •Co c. I I M-61 — I PQ I ! i ,C n , Cc I° � I ID E AVE. I A— A TTACHMENT E-8 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J SANITARY SEWER IMPROVEMENTS LEWIS AVE. (NO SEWER ON THIS STREET) PRW SS LM(OPEN�O FORTWORTHPW.SS rM rP�E ENIMMENn ............. PRW SS LAT(BARE h CA-WG) PROP MANHOLE C"M DISTRICT NO. OB MST SS UNE ----- 78G 2066-JW EXIST MAAMOEE 2066-J92 SCALE Nq°tMGUE NAU AND PERKINS CITY OF FORT WORTH, TEXAS 7 g 1'_30O' M7-'No-cl 2007 CRMCAL CAPITAL PRoill SHEET N1100 w••o n street ISTRICT NEIGHBORHOOD STREETS 8 DATE Fort Worth, T•�[•s 7010? . Fhon•:tef7laae-t777.F•F:tet719�e-zata SANITARY SEWER IMPROVEIr1ENTS OF NOV 2007 �.w.w.t•P-0nIIn•.Com 20 Cl TY OF FOR T WOR TH 5 11 3+ 2 I 7+40BK= Li 7+64AHD } i .� n 05}� N` 86 33 1+ 8 1 ID E AVE, 01510 Ln 8+ , 8+96E 2' 1 47 cr\ �, _ 9 7 8+ 3 — �3 BK I L — AH 77 81 6' 11 11 + 5E 6'PV — 76 84 2+62 Q Iz i � W + 0 N - 1 +7 5 53 L- 6 6' — U o 6' + 5 33 6' + + 00 AZE LINE D a I IL zc a+71E 6 9 +2 6. CD I -� 2 + 0 6' + + 6 M 3+25 _JiAKIS IR i \ 6• C YNNF 3+50 i 1 +I E e +27 16+69 6' I c:9+38 1 \ 13+43TT-1 7 A TTACHMENT E-9 2007 CRITICAL CAPITAL PROJECTS DISTRICT J8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J SAKI TAR Y SEWER IMPR0 VEMEN TS JAMAICA LN. (L—268J) PROP PROP SS LK(Pff SSLK(W& WO FORT WORTH, ass&Er�&��� PROP MANHOLE Ewsrss LK cOUNLX DWs7Rlcr No. 08 780 Dnsr MANHOLE 12066-M8 SCALE1 m 7UGUE MAU AND PERKINS. cmr OF FORT WORTH, TEXAS 7 1"=300, 2007� T� CTS SHEET ym 1100 .t.e o n Street DISTRICT NEIGHBORHOOD STREETS 9 A.� Fort Worth, 7oxen 7Sto2 //VC. vaoan:(st7lase-t77a.Fn::( 17)aae-rota SANITARY SEINER IMPROVEMENTS OF NOV 2007 r.w.w.tnv-onlln..eow 20 Cl T Y OF FOR T WOR TH 4+LOE_ 0 L6 13+ 2 � �? AVE I C 6+ ZI) 65+60 H 86 33 1+ 0 1 j D E i `Z" 73 E BK 0�1 0+96E Z. 1 47 cU I 9 7 8+ 0 J �— — — _ 74 1 AH 77 81 J — 6' 76 84 2+62 v~i G I P N rl cr I I Z w + p _ _ 1 +7 5 53 6� 0 6• + l W \� cu AZ L I E A 4+71E L 9 +2 61 co +09 0+ 6. 11+01 3+25 ��M r /C*b \ Z 6- ~ 6+27 16+69 6' o C. 9+38 I CF '0 D \ � 13+43 � A TTACHMENT E-1 D 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J SAN/ TAR Y SEWER /MPR0 VEMEEN TS PANOLA AVE (NO SEWER ON THIS STREET) Par SS IM(Pff EA FORT WORTH uo �Ss G�r�aaAac�W� ............. FRA°SS Glf(86W h CASM) PRW YAMV f • MT SS GINS ----- CGY M GIISTRICT 70, GIB M MT YANWCff 12066-788 SCALE WAGUE NAU AND PERKINS ��TM of FORT MALPnWORTH, TExo,s 1.0m -300' — -- CRTACAL CAPITAL PROdEC75 SHEET N 1100 M o 0 o n Street DISTRICT NEIGHBORHOOD STREETS 10 DATE Fort Worth, Texas T9102 __ //�/t✓. Fhon'o:(8fr)79l-5r73-Fax:(81r)090-2818 SANITARY SEWER IMPROVEMENTS or NOV 2007 W.W.W.tnp-onflno.eow 20 _ _ _ _ VIE CITY of FORT WORTH ' 6' 7+ 9 8-0 E 8'PVC_L-j_ 4 — L—1&66 3+65 6' 4+59 — — 6+13E N 3+ 7E w z A E. �I ° -1516 " I N 1+ 0 0+63 N (I +50 —1986 �A`= a - - - - - Z — 23+39 o15+�OI +63- I 6' — +7 6+8 E �+ E 5+ 0 6'— 0.5019+ — + � L � �e ME I I I R I i RP8 /N I 16485 L 2206 P 150 J+I E 1 5+ 6 — 5 2 1 OOE— - - - - - _ m 6' 3+2 1 + 6- - - - - -6' 8 0 1 +0 E z Iv w i III L— 9 6 13+60 2+01 - 6'c- 6+47E I I• L— 0 9 �I L-16 3 I + — 6 3 - - - - — — — — - - - - - - - - - - - - 4 15+00 15 54051 1 r /i 1 1 87 6' 8 20 6' 11 71 E ST. /e I 95+88E 7+91 6• 0 + 2E 6' 3,95 O �I CD 61 A o vi O + ~ 7+00 Ln + m ? T. r- cL A II o ML AN S . I� ~ � I i I 14E ' 3+49 5+07 4+ OE -. C 6 13+ 2 2 6 — 3+37_ 4+20 6' I S,- 6'� LgNCA STEq AVE v� 3+25 i A TTACHMENT E-11 2007 CRITICAL CAPITAL PROJECTS DISTRICT JB NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J SAKI TAR Y SEWER IMPR0 VEMEN TS BEN AVE (L-1986) PRIP SS L (L,fN CII>, FORT WORTH PRA°Ss K�(PIPE ENGARGEMEN77 ............. PROP SS LWE(Wff k CASING) PROP MANNOfE MNIX DISMICr N0. 06 EXIST SS UE ----- /w 2066-386 EXIST MANNLrE 2066-392 PrAw SCALE NAMENAU AND PERKINS CITY OF FORT WORTH, TEXAS "' 1 s300' - 2W CWTICAL CWITAL PR"C15 SHEET Nm 1 - 1100 M n o o n B t r..t DISTRICT NEIGHBORHOOD STREETS 11 DATE For Wortb, Texan 76102 INC. Fnono:lenlaae•s77a•FnR:1e17)aae-re/a SANITARY SEWER IMPROVEMENTS °F NOV 2007 �.w.w.tnv-@n#fnf.vow 20 CITY OF FORT WORTH I 11+00 13+13 6' 1 �6xcps e R — — � `M 9IC f 1 a 1� 99xe� o to57 = — -"v w 2+ lE 6• 29 94 \ 6'. + S I;. nL- 8 1 0 \\�9 9 I a 1 ; AV I I I I I \ x) 0+47 +2 E n1i f s + JI — N3+9 �Q�Z� 4+ 5 N �� O 1 I. ox g I I IW +8 JAE +5 f 1+ 7 -1 co �^H O�xs �� o f , D l 0+9 E v 1;'w ° 3 po J L---c�387 — 5+17 — L=4 ]— — -2+90E J � t\�S lJ + I+ + ��7 6' 4+01E m O. 1� '5 4 +10 - G Q - �' — - - _ J I� 37E 6' 6' +7E I \ In w VE U a Iw !Y J 1� W J 1 r ¢ + a l 45+92 L-11 1 7 a L 1038 1 L I 1 9 +14 K= / 876 — — 6' — — - - L +61 HD 5 1� Oa 00 3 6'1 1+80 lmJ6'� ❑ EDAL T, +68 Iv I I 1 � 1 I+cli 1 jcu I I o 7 J 5 05 - J — - - - - - - - air--- - - _ _ _ � � � 4+18 6• I — 6' — — 51 50 + OE — — 6, — — — -� — — — 6, — — — — + m I V G 10 i �L I 7 1 1 1;21 L -.I 1IPA I Jlrl7 1918 � 11IJ T F I 11- A TTACHMENT E-12 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J SA NI TAR Y SEWER /MPR0 VEMEN TS CAMBELL ST. (NO SEWER ON THIS STREET) PROP SS LIVE rA°fN t FORT WORTH >�SSLff rP�E fMoRCEMEN>) ............. PRW SS Lff(BOW h CASK) PROP MAWOLE COMM DWR)CT NO. 05 EXIST SS LNE ----- 78L 1066-384 DUr MANNQE 2066-J88 SCALE CITY OF FORT WORTH, TEXAS TEAG NAU AND PERKINS 1•=300' - 2007 CRI71CAl CAPITAL PRO,EC7S SHEET t t o o At•c o n Street DISTRICT NEIGHBORHOOD STREETS 12 DATE Fort worth, r•x•• 10102 _ INC. phone:fe1I)sse-sr�a•F.x:fet�)aae-rota SANITARY SEWER IMPROVEMENTS p° NOV 2007 w.w.w.tnp-o•llne.eos 20 Cl TY OF FOR T WOR TH 13 25 L j 78 ST. \ 6, 0+58 28+50E 4 +1— 6+04 H W ET _ 9 — 25+50 — — — — ( 8586 O 15 14+70 _ 20+00� — — — — — A_ — — — +80E i 6 23+ -� — — 32+1 �2 +41 � I I �I� I Nl- J I a I I J J II I J 14+43E J uj I I JWIJDOM RE — = J+ 0� i ¢ J I -j M I 3+18E— — • U I t0 + I v- I0 11cp� .10+ � � N I, 0 J Icc J 1 J I L cri m I w �I - m L—277 � a � w ^ � 6' on + Z n 7+ 5E OS D LE 2+ SE 11 9+35 a �— — — — — 6,— — — — 0+5 6, L-2?87 I�33597E + 111 S 14 66� --�-- — — — 33+39�- 19+50E — — — — — -8 87 22 35 29+ 0 13+8 W W 0 N(U J V w N +`\0 L—AVE G Nl- I+ 4+ I^ I A TTACHMENT E-U 2007 CRITICAL CAPITAL PROJECTS DISTRICT JS NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J SA NI TAR Y SEWER IMPR0 VEMEN TS SARGENT ST (NO SEWER ON THIS STREET) (aviN C,n FoRT WORTH PROPW ss LW(PIPE ENLARGEArpvn ............. � PROP SS LINE(BORE s CASING) OOWIL DISRICT NO. 08 PROP MANHOLE 2066-J84 DOST SS LINE ----- 2066-J88 2072-J84 EXIST MANHOLE 2072-J88 SCALE 101Q TF.i4G1/E HALL AND PERKINS CITY of FORT WORTH, TEXAS F7 7 1"=300' - -- 2007� � SHEET vw 1100 U o o n street DISTRICT NEIGHBORHOOD STREETS 13 DATE Fort Wort A, Tone• 7610Y INC. Pnono:Ial7lsse-E770.F.x:1a17,830-2818 SANITARY SEWER IMPROVEMENTS O° NOV 2007 ■.w.11.inn-oil line.cam 20 CITY OF FORT WORTH w ^o a �w I ~ L 2770 + J J I�0 W M v O U r Q + o Q I L-111 7 s R SEDALE ST, N Q 45+92 4+90E m 19+35 +l a K= � — — — 6" — — — _L-2384 _*CD — — — L-2387 19 35 +61 H L 076 — 6' _ 2 5 E 6' 1347 6' 5 52 3 1+g0 m +68 v r 505 / - L 9 —5 50 ++ 0E- - - 6, - - — - -UJL9 — - - -- �0 _ I0LO - � I �lG �I 7+31 L-1 —b + — ts' 6, 0 17AHD , 4 - - Cjl — 5 5 E 1+2�E� 6' To g� 4 40 I ro TIAE. I in i I + 0= +6 o Lb- 13+45E 3+82E- - EH +7 w � � — '— 6' — 4 9 w w r I+o ¢ M Q ILr) 3 + N L 9 L r B �—d 6 1 v+ - - - - 6'- - - I v 0 68E co 6' Fm u+� V '+ 1 _o CU I J — 8, — — — - - — — — 14+93 �w ti o + A TTACHMENT E-14 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J SANITARY SEWER IMPROVEMENTS A VE. G (NO SEWER ON THIS STREET PRAM SS UNE(OPEN C`O FORT WORTH FRao Ss cME(P)PE ENCARCEUENr) ............. MW SS LW(BARE&CASINO) PROP MANHOLE 0 EXIST SS UNE ----- COUNCX DISTRICT N0. 08 M. MT MANHOLE 12066-J84 SCALE" TEAG�NAU AND PERKINS CITY OF FORT WORTH, TEXAS � ow 1' 300' 2007 CWT CAL CAPI AL tit0&C75 SHEET 1100 Macon street DISTRICT #8 NEIGHBORHOOD STREETS �4 DATE Fort Worth, T0�c.n 7610Y INC. Phan e'(8 IT)$30- 7�•Fnc:ftJ17)Jt10-tdf�NOV 2007 w.r.w.tap-onlln..ro SANITARY SEWER IMPROVEMENTS °r in 20 Cl T Y OF FORT WORTH A - - -�.��� - - -6+58E �) ~�w L =Br + - M 1 - L 1 J0 -I 5+9 - - 6, - - - - - - - 6 8 P C 5+!)Dz 36495 6' 7 61 w 4+ 5 I I Flo I R N HA I AV a CR N H W AV I� Ln �I �Dm I I 0+ 1 Lj ryl+ i 29_ 1 4 I •o o AH �� _ 75 ¢ J J — — — — — — — 7 +4 E + 2 6 �-' L 1 4 — 6• - - - - - - "o 5[15 6' 1 0 + I I I^ F TZ U H S I q Iall, u� I �11+56 I~ ~ c I 422 _ o 41+9 42+65 3 66 u�143+84 1 9 -J I z i+g E— —6• — — — — — — — — 43+35 1 — — — 0+10 6' 7+ 0 6' 3 45 G A \ S RO E. \6s \ w N \ \ M \ w N+ \ � — — — — — — — — — - .5. 1 \ 6\ e +a 1s+2a I + HA N SH AVE. IO+96E J rCl =LAVE4- 0 + r %_ 1 7 L 1 4 �m _ 5 17+00 F \ —1 4 6' 1+15DE FT+17E 6' J 0 60 , o UR ❑ A E. � 6 J B T N r=- �AJ6 E, >- �580 J \ M \ T R AN R 27+8 A TTACHMENT E-15 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J SAN/ TAR Y SEWER /MPR0 VEMEN TS STRONG AVE. (NO SEWER ON THIS STREET) PROP SSLff(P L~,1, FoRTWORTH PROP Ss cavE(P1PE EAnARGEMENn ............. PROP SS Lff(BARE&CASNG) PROP MANHOLE • EXIST SS LK ----- COUNCIL D157RCT NO. 08 78T DUST MANHOLE 2066-JBO SCALE X01Q TEAGUE HALL AND PERK/NS CITY OF FORT WORTH, TEXAS rE 1'=q2OO7 2007 MT&MPTAL PROJECTS 1fo0 M.o on 8tr.. ISTRICT NEIGHBORHOOD STREETSDA Fort Worth, Texas 70102 NOV /AF77 PAong:(817)33 0.5np,onllno(eom),3e tsl, SANITARY SEWER IMPROVEMENTS CITY OF FORT WORTH "' I � A� - - -6+56E M �10E — I 00 + - 8 P C 5+ p � 6+95— — — — — 6' — 7 61 w 5+ 9 6' 6 4+ 5 I I Q�o R N A AV a �± CR N H W AV L7 ' I ' 0+ 1 2 2 BK 2 9 - 1541 0 0 AH - - - - - - - J 5F15 6' E- ioa - - - - - -+ 1� F TZ U H S Z G N I *11+58_— I , 42 2 I Lr)+�D 41 9 I - 42+65 3 66 143+ 4 , j 9 ,l I z +8 E-- —6, — — — — — — — — 43+35 — — — — — 0+10 6' 7+ 0 6' 3 45 \ LD S R❑ G A E. � \6S \ as o \\9 \\ - \ w + _ Jl� l Ln \ 6\ o+ B' +4 '� 1 — — 15+28 —S — + HA N SH A E. fy o J rC/ T A MSH AVE. 10+98E u o tn I� y r�x F F 7TL- + t + J 1+ 0 +17E 6' J TE \ � r x o UR ❑ A E. Q �� J o E J \ \ �L-99 T R AN R , 27+B A TTACHMENT E-16 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J SAN/TAR Y SEWER /MPR0 VEMEEN TS RTZHUGH A VE. (NO SEWER ON THIS STREET) PR SS LSE(L►fN LV� FORT WORTH PROP LP SS uNE(PIPE ENLARCEMENn ............. PROP SS LINE(BQ4f h C45W) PROP MANHOLE • EXIST SS LM ----- C OUNCIL DISTRICT NO. EXIST MANHOLE GALE CITY OF FORT WORTH, TEXAS 1.�. _ _._ TEAGUE I NALL AND PERKINS A CAMAS,�� S HEET N „0 0 M. e n a t r.,t DISTRICT NEIGHBORHOOD STREETSOATS Fort Worth, Texas 7010Y/NC. phon.:Lal7)eee-e77e•Fer:(st7)aee-rote SANITARY SEWER IMPROVEMENTS NOV 2007 w.w.w.tnp-onlln�.eoe CITY OF FORT WORTH EA T AND IL-3 6 - - 6 I ST. I I 0+83E 32+18 1+98E \ lf� \ ~Im \ 5+75E 6, 'PVC 3+15 8'PVI 7+3 E 3*)OFN cn u-) ro N \6- \ GR YSEN ST. 7 L-22 1 - 633 \ 1+07E 6' — — w 0+ 5 6— c I 01- L 22 0 L- 25 -22 8 �n 20+0 .� 1+75 81P C m 10 15 PVC z¢ °° No �7 UI ")L 0 3 u I ONT GUE J L- 63 `O ]7+69 — C�)� 9+7 E 6 55 L---14::EL-i= J U 7+ 1 6' 6 6 9 5C 6' 13+29 8' 15 01 �I PROP Ln Ln BAYLIDR ST, i - 6 6 �8 10+77E -0— — — — — — — - - - 4+ 1 � _ � M W ' L-1252 Li 6' 8+75 6' 15+2 �\ + + _L-22 2 6 2 +62E H4RDEMATN ST. 11+30E-e — .D (U A TTACHMENT E-17 2007 CRITICAL CAPITAL PROJECTS DISTRICT 18 NEIGHBORHOOD STREETS CITY PROJECT NO. 00923 SA NI,TA R Y SEWER IMPRO I/EMEN TS MON TA GUE ST (L-3638) PROP SS LNf(PPfN FoRTWORTH PROP ss LNtE(PPE fNLXA RGEMfN>7 ............. PROP SS LNIE(BOPS&CASK) PROP MANNOff %*Too EaiST SS LINE ----- COUNCIL DIPRICT NO. 06 78X DOST MANHOLE 2056-378 SCALE CITY OF FORT WORTH, TEXAS 1.oD. MMUE NALl AND PERKINS �7 �TAL F� SHEET6 DISTRICT NEIGHBORHOOD STREETS N A 1100 Mneon atrnnt f7 DATE Fort WortA, Tern• 70102 A— 7//VC. PAono:(817)380-a 77a•F.r:(817)8 a a-rely SANITARY SEINER IMPROVEMENTS OF NOV 2007 W.W.W.tnp-onllnn.eow 20 Cl T Y OF FORT WORTH zo J �I In ,�' M-227 Io rn - - 0% 16+58 07 4+47 - I BA NETT I ST. L 64 7 w �6 I� 3+08 +38E - 6' 22+38E + 3+93 I I I I I w I i+ m I`o I �+ 12' M- 166 126+2a I I W Z) I. I, N�'ZI)I — M- '66 I ? to I 1+53 I +73E= 1+64 -4 12' I 132+68 � � 7+22E=I Sp R! z l 1 + I e S T. < , 1+91 3+73 tD L-1664 5+67E +=3-71t1687— 5 03+44 03 I I I - - - - - - 7 E 6' I1 I o � z I�D L ❑ M N Y RD, L 4440 I I Zo w 5+ 7 0 1 I N I rA Io °A L-i 66 t _ � N❑R AN Y 16+6 E_ RD. 2 00 9+ 3E 67 7+05 2+24 1+50E 4+63 _ 2+90 6" 1_+_ _ M-1 2_6 146+25 10• 7+77 I I I� Ii, L 75 14 +41 — — — Iti 6+78 -1 i 11+91E CD I I I I 8E 6 C IN Cl. I a � I u ( Rl rl I, I I jIn Q �U IN I I I C�lj u w I 3+ ' I Cu - MRTA w �I LN. x IID R NDT T. I I z l z I L-63077- - - 5+66 F779_ I I 01i . A TTACHMENT E-18 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS Cl TY PROJECT NO. 0092J SAN/ TAR Y SEWER /MPR0 VEMEN TS L YNNHA VEN RD. (INCLUDE PLANS FROM 2005 WSM-H) PROS SS LSE rCN CUO FORT WORTH PRA°�uNE rPp'E ENL,ue(.�Mav>� ............. PAT SS LWE(BOW&CASWG) PROP MANHOLE 005T SS LANE ----- C"aL O'STR/CT NO.. 08 79A EXIST MANHOLE 2072-392 SCA CITY TEAGU�NALL AND PERKINS Y OF FORT WORTH, TEXAS F W396 1'=300' Zoo C'T��TAL PnoX:cn SHEET N 1100 M.o o n s r r..r DISTRICT NEIGHBORHOOD STREETS 18 DATE Fort worth, T,, 7efoz / G', Phon.:(8171880-0778•F.[:(817)880-2813 SANITARY SEWER IMPROVEMENTS OF NOV 2007 w.�.�.tev onllno.cow 20 Cl T Y OF FORT WORTH y 7 NpR AN Y 16+6 E= RD. I 10+84 7+05 2+24 1+50E 4+83 — — 6• + 1y_126 146+25 10• 149+51 _ _ — — — — — 14 +41 152+04 al I I I L- 7 jl — — — -- M_1'-6 11+48E j 3+ I I I I $14 34E I. I I zo (n z ° 3±� N BRA w iI = 1 I MART A 1 71E +� II LN, II z I z l ZD I -6,Y07 - - 5+66 13+72 I ( Cl) o U Q I I c, 0 11+10E 2+71-E J w F Z ri o I W 0 N I vi in ^ ^ z F + E- n w N ~ 14+6 16+87E _ L-1648 bN L-1648 w L-1648 IJ`A' 171 L 16 9 13+38E 6' — — — - — — 6' 16 +31 16' 0+8 E N +45E - - I I +' ►� 0 2 28�y a i 0 tE� MEAD WBR DK I I DR.I I I 1 i 0 163+25 V49 PROP 8 ISS L NE 1 163+ 1 w 17+80E� � a + + 0 L 164 2+77 16 81 6• — — — — 6' 165 62 L 231 7 3142 a I I z I W i z MD R I S AV E, 0 14+IA, I v� l7 Z Q W W 0 9+86 12+80 — — — — 6 5 — — — — T —L —I o+915JjO s oo L-1 C — A TTACHMENT E-19 2007 CRITICAL CAPITAL PROJECTS DISTRICT 118 NEIGHBORHOOD STREETS CITY PROJECT NO. 0092J SA NI TAR Y SEWER /1VPR0 VEMEN TS JUNIUS ST. (L-J428, L-59J9) PRW SS UK(ORN CVT' FoRT WORTH PRLIo SS uNE(POPE ENCARc�MMENn ............. PROP SS UNE(BOW a CA5WG� PROP MANHOLE DUST Ss LNE -__ CO UNCI A'SMCT NO 08 796 EXIST MANHOLE 12072-392 S1CALE°� TEAGUE 111141.1,AND PERKINS CITY OF FORT WORTH, TEXAS "' y 1'=300' - 2W7 CRITICAL CAPITAL PRO, m SHEET N/A1100 Macon S t r o o► DISTRICT NEI GHBORHOOD STREETS 19 DATE Fort Wort A. Taxes 76102 /NC. Phonn:(8T71888-8778 888-Y8/8 SANITARY SEINER IMPROVEMENTS 0° NOV 2007 w.w.w.I.,-onlinn.eow 20 CITY OF FORT WORTH + I I 1 I MEAD WBR ❑K I I DR. ( I I I I- 18 49E 0 ID 17+80E n � � / -1 5 11 55E o o L 164 2+77 16 81 ]�,T�ls 6' 165 62 < LLJ A E. �� z zMD A E. 1 0 o I 1 +17 A 14+1oP O0 ' SLlN 0 lZ I Q W W 1 09 es 9+86 A I L13]31 12+80 . W a oo L-16 5 t5+ O 1 0+ i -o I _I J 176+24 6 — 173+19 8+10E — — 1Ld 2 8+03 1 +1 E I. ~IID I I , 4+1 3+06 I 19+ 3 12+19�I J I 17B+36 i ZD �IiO =1641 �I - - — — + J +76 5+11 2+11 C I 1+10E +23 1 _ 3+52 J z L- 603 a I w I 30+ 3 31+57 6• -1 43 J I EAST L-1643 LANCASTER I AVE - - - - - - - — — — — — — — — — — — 184+81 �-- — 14+59— 6+66 10' Io 50 12+58 7+26 L-10'36 186+17 187+42 28+68E — — — — — — — — - - A TTACHMENT E-20 2007 CRITICAL CAPITAL PROJECTS DISTRICT #8 NEIGHBORHOOD STREETS CITY PROJECT N0, 0092J SAN/TAR Y SEWER IMPR0 VEMEN TS NORMA S T (M-126) PROP SS LONE W rQ°EN CVO FORT WORTH PROP ss uNE rPIPf E�IL,vrcEMEN� ............. PROP ss uNf(BOW&CASK) PRO°MANHOYf COUNCIL D157RICT NO. 08 MT SS LIME ----- 79E� 2072-388 EXIST MANHOLE 2072-392 S"°'� Gl/E NAIL AND PERK/NS CITY OF FORT WORTH, TEXAS 7 96 1"=300' 2007 CRMCAL CAPITAL PRo&cts SHEET No" 1100 Macon Street DISTRICT NEIGHBORHOOD STREETS 2� DATE Fort Worth. Texas 70102 Phone:(817)ase-6773*F&x:(a17)a30-refs SANITARY SEWER IMPROVEMENTS °r NOV 2007 W.W.W.tsP-osllse.eow 20 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/11/2007 DATE: Tuesday, December 11, 2007 LOG NAME: 202007CODIST8 REFERENCE NO.: **C-22569 SUBJECT: Authorize Execution of an Engineering Agreement with Teague Nall and Perkins, Inc., for Pavement Reconstruction and Water and Sanitary Sewer Main Replacements on Portions of Ash Crescent Street, Avenue G, Ben Avenue, Boston Avenue, Campbell Street, Chelsea Road, Chicago Avenue, Clairemont Avenue, Fitzhugh Avenue, Irma Street, Jamaica Lane, Junius Street, Lewis Avenue, Lynnhaven Road, Montague Street, Morningside Drive, Norma Street, Panola Avenue, Sargent Street, and Strong Avenue (Project No. 00923) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with Teague Nall and Perkins, Inc., in the amount of$1,049,946 for pavement reconstruction and water and sanitary sewer main replacements on portions of Ash Crescent Street, Avenue G, Ben Avenue, Boston Avenue, Campbell Street, Chelsea Road, Chicago Avenue, Clairemont Avenue, Fitzhugh Avenue, Irma Street, Jamaica Lane, Junius Street, Lewis Avenue, Lynnhaven Road, Montague Street, Morningside Drive, Norma Street, Panola Avenue, Sargent Street, and Strong Avenue (Project No. 00923). DISCUSSION: On March 6, 2007, M&C G-15621, the City Council authorized the sale of $42,325,000 in Certificates of Obligation for the purpose of funding part of the Critical Capital Needs Program. That amount included funds for pavement reconstruction on the following streets: Ash Crescent Street (East Maddox Avenue- East Arlington Avenue) Avenue G (South Ayers Avenue-Wallace Street) Ben Avenue (View Street- East Lancaster Avenue) Boston Avenue (Meadowbrook Drive-East Lancaster Avenue) Campbell Street (East Vickery Boulevard -East Rosedale Street) Chelsea Road (Meadowbrook Drive- Dead End) Chicago Avenue (Meadowbrook Drive- East Lancaster Avenue) Clairemont Avenue (Meadowbrook Drive- East Lancaster Avenue) Fitzhugh Avenue (Thrall Street-Vaughn Boulevard) Irma Street (Argyle Street-South Riverside Drive) Jamaica Lane (Canyon Ridge Drive-Hampshire Boulevard) Junius Street (Martha Lane-Meadowbrook Drive) Lewis Avenue (Meadowbrook Drive- East Lancaster Avenue) Lynnhaven Road (Barnett Street-Normandy Road) Montague Street (Wichita Street- Erath Street) Logname: 2( 7007CODIST8 Page 1 of 2 Morningside Drive (Evans Avenue-Beverly Avenue) Norma Street (North Edgewood Terrace-Queen Street) Panola Avenue (South Collard Street-Jamaica Lane) Sargent Street (Avenue C-East Rosedale Street) Strong Avenue (Binkley Street-Vaughn Boulevard) Teague Nall and Perkins, Inc., proposes to perform the necessary design work for a lump sum fee of $1,049,946. This amount includes $195,125 for the Water design work and $29,996 for the Sanitary Sewer design work, which will be funded from the Water and Sewer Capital Project Funds. City Staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount $18,106 is required for public involvement and utility coordination by the Engineering Department, $3,432 for Water and Sewer and $14,674 for the Transportation and Public Works Department. Teague Nall and Perkins, Inc., are in compliance with the City's M/WBE Ordinance by committing to 20 percent M/WBE participation. The City's goal on the project is 20 percent. This project is located in COUNCIL DISTRICT 8, Mapsco 77T/U, 77M, 77R, 78D, 78H, 78G, 78F, 78L, 78M, 78T, 78X, 79A, 79B, & 79E/F. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of the Water Capital Projects Fund, the Sewer Capital Projects Fund and the 2007 Critical Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P264 531200 608170092331 $47,681.00 P264 531200 608170092332 $95,360.00 P264 531200 608170092333 $15,893.00 P264 531200 608170092351 $36,191.00 P274 531200 708170092331 7 330.00 P274 531200 708170092332 $14,659.00 P274 531200 708170092333 $2,443.00 P274 531200 708170092351 $5,564.00 C295 531200 20840092331 $208,274.00 C295 531200 20840092332 $416,543.00 C295 531200 20840092333 $69,423.00 C295 531200 20840092351 $130,585.00 Submitted for City Manager's Office by: Marc A. Ott(8476) Originating Department Head: Robert Goode (7913) Additional Information Contact: Jim Walker(8009) Logname: 202007CODIST8 Pale 2 of 2