Loading...
HomeMy WebLinkAboutContract 38135 CITY SFCRETAP fE��CITY OF FORT WORTH, T RAC f- NC . STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and URS Corporation, (the "ENGINEER"), for a PROJECT generally described as: Storm Water Utility Project— Forest Park Parkview Storm Drain (Project No. 00674) 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 suspension of services, the CITY ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. FT:�Pvow 4:r ;STANDARD ENGINEERING AGREEMENT(REV 10/061O5) � ORIGINAL Page 1 of 20 L 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 20 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 maintenance costs; competitive bidding procedures and market STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 3 of 20 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 20 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 20 r, 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 Throckmorton, Fort Worth, Texas 76102. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 6 of 20 (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. (�) Tea Cornrnerc�al general Uabtlity „Jnsorar policy shall fiave no exclus�ons_,by endorsements urle.,ss e CITY approves such exclusIPris m writing: Q) 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 10/06/05) Page 7 of 20 s 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. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 8 of 20 B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services and will provide labor and safety equipment as required by the ENGINEER for such access. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment A. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (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. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 9 of 20 T7 G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (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 STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 10 of 20 14 requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The 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. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 11 of 20 S � (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 12 of 20 H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. 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. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 13 of 20 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 during the term of this AGREEMENT by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 14 of 20 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 h Executed this the day of , 204 ATTEST: CITY OF FORT WORTH ( By: Marty Hendrix Fernando Costa City Secretary Assistant City Manager D::!\ -1-1 APPROVAL RECOMMENDED ^ont_racl- Atzt.horization 016 Date William A.Verkest, E. Director, Transportation and APPROV TO FO ?NDALITY Public Works Department Assist "City A me URS Corporation ENGINEER ATTEST: By: NAME: Rudy M. Garcia, P.E. TITLE: Vice President OFFVAL RECORD CITY SECRETARY FT I '117TH,TX STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 15 of 20 4 � 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 facili- ties/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. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 16 of 20 L • 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. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 17 of 20 10) Conceptual Plans The Engineer shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and preliminary estimates of probable construction costs for the Engineer's recommended plan. For all submittals, the Engineer shall submit plans and documents for street/storm drain and water/wastewater facilities. The Engineer shall receive written approval of the Phase 1 Plans from the City's project manager before proceeding with Phase 2. PHASE 2 11) Design Data The Engineer shall provide design data, reports, cross-sections, profiles, drainage calculations, and preliminary estimates of probable construction cost. 12) Preliminary Construction Plans and Technical Specifications The Engineer shall submit twenty (20) copies of Phase 2 preliminary construction plans and five (5) copies of the preliminary technical specifications for review by the City and for submission to utility companies and other agencies for the purposes of coordinating work with existing and proposed utilities. The preliminary construction plans shall indicate location of existing/proposed utilities and storm drain lines. The Engineer shall receive written approval of the Phase 2 plans from the City's project manager before proceeding with Phase 3. PHASE 3 13) Final Construction Plans The Engineer shall furnish five (5) copies of the final construction plans and contract specifications for review by the City. 14) Detailed Cost Estimate The Engineer shall furnish four (4) copies of detailed estimates of probable construction costs for the authorized construction project, which shall include summaries of bid items and quantities. 15) Plans and Specification Approval The Engineer shall furnish an original cover mylar for the signatures of authorized City officials. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 18 of 20 PHASE 4 16) Final Approved Construction Plans The Engineer shall furnish 45 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. When substitution prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 18) Recommendation of Award The Engineer shall assist in the tabulation and review of all bids received for the construction of the project and shall make a recommendation of award to the City. 19) Prebid Conference The Engineer shall attend the prebid conference and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. PHASE 5 20) Preconstruction Conference The Engineer shall attend the preconstruction conference. 21) Construction Survey The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field to allow City survey crews to stake the project. The setting of line and grade stakes and route inspection of construction will be performed by the City. 22) Site Visits The Engineer shall visit the project site at appropriate intervals as construction proceeds to observe and report on the progress and the quality of the executed work. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 19 of 20 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. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 20 of 20 EXHIBIT"A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT"A") Engineering Design Services Associated with IMPROVEMENTS TO THE FOREST PARK—PARKVIEW STORM DRAIN City Project No.00674 The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for water and sanitary sewer line replacements for the following: SUMMARY OF IMPROVEMENTS WATER AND SANITARY SEWER REPLACEMENT STREET COUNCIL WATER SANITARY SEWER NAME DISTRICT Water Map Exist Prop. Replacement Sewer Map Exist Prop. Replacement No. (in) (in) Length(LF) No. Pipe(In) (in) Length(LF) Forest Park Boulevard No.9 1A2042-388 8 8 290 S2D42-388 8 812 8&12 145 West Freeway to Parkview Drive Parkvlew Drive W.Of Forest Park. No.9 W2042-388 8 8 80 S2042-380 8 8 80 Boulevard TOTAL= 370 225 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: Rev 08/28/08 EA1-1 P08043.FW One (1) pre-design kick-off meeting, (including the CITY's Department of Engineering and other departments that are impacted by the project). One (1) review meeting at completion of the City's review of the conceptual engineering plans. b. Data Collection In addition to data obtained from the City, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, City Master plans, property ownership as available from the Tax Assessor's office. The data collection efforts will also include conducting special coordination meetings with affected 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 information obtained shall be shown on the concept plans. The ENGINEER Rev 08/28/08 FA7-2 P08043.Fw ti 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 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 corners and building corners in backyards. Profile existing water and/or sewer line centerline. 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 corners in backyards. Compile base plan from field survey data at 1" = 40' horizontal and 1" = 4' vertical scale. Rev 08/28/08 EA1-3 P08043.FW y s 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 information: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the 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; 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 corner 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 Points. Rev 08/28/08 FA1-4 P08043.FW 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 Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: project name, limits, DOE project no., Consultant's project manager and phone no., scope of survey work and design survey schedule. The letter will be reviewed and approved by the City prior to distribution. iii. Conceptual Engineering Plan Submittal a. Conceptual plans shall be submitted to City 50 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 opinions 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: Rev 08/28/08 EA1-5 P08043.FW e a. Overall water and/or sanitary sewer layout sheets and an overall easement layout sheet(s). b. Preliminary project plans and profile sheets on 22" x 34" sheets which show the following: Proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, manholes etc., related appurtenances and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. 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 1b. 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 Rev 08/28/08 EM-6 P080431W lines which are connected to the existing main and connect said service lines to the relocated main. g. The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in the D-Section of the City's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. h. Right-of-Way Research The ENGINEER will conduct preliminary research for availability of existing easements where open-cut construction or relocation of existing alignments is probable. Temporary and permanent easements will be appropriated based on available information and recommendations will be made for approval by the City. i. Right-of-way/Easement Preparation and Submittal Preparation and submittal of right-of-way, easements and rights-of-entry will be in conformance with "Submittal of Information to Real Property for Acquisition of Property". j. Utility Clearance Phase The ENGINEER will consult with the City's Water Department, Department of Engineering, and other CITY departments, public utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities that have an impact or influence on the project. ENGINEER will design City facilities to avoid or minimize conflicts with existing utilities. The ENGINEER shall deliver a minimum of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all utility companies, which have facilities within the limits of the project. Rev 08/28/08 EA1-7 P08043.FW k. Preliminary construction plan submittal i. Preliminary plans and specifications shall be submitted to City 40 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 opinion of probable construction cost with the preliminary plans submitted. ENGINEER shall assist City in selecting the feasible and/or economical solutions to be pursued. I. Review Meetings with City The ENGINEER shall meet with CITY to discuss review comments for preliminary submittal. The CITY shall direct the ENGINEER in writing to proceed with Final Design for Final Review. m. Public Meeting After the preliminary plans have been reviewed and approved by the City, the ENGINEER shall prepare project exhibits, provide the CITY with the database listing the names and addresses of all residents and business to be affected by the proposed project, and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. Rev 08/28/08 EA1-8 P08043TW 3. Final Construction Plan Submittal a. Final Construction Documents shall be submitted to CITY 30 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 Opinion of Probable Construction Cost The ENGINEER shall submit a final opinion 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. 2. For projects where paving/grading/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 Rev 08/28/08 EA1-9 P08043.FW 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 11. 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) 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. Rev 08/28/08 EA1-10 P08043.FW 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. Rev 08/28/08 EA1-11 P08043.FW EXHIBIT "A-2" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A') Engineering Design Services Associated with IMPROVEMENTS TO THE FOREST PARK— PARKVIEW STORM DRAIN City Project No. 00674 The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for street reconstruction and drainage improvements for the following: SUMMARY OF IMPROVEMENTS STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS PAVEMENT STORM DRAIN 7„ 6„ STREET COUNCIL 6" Lime Reinforced 7' Integral Reinforced NAME DISTRICT Stabilized Concrete Curb Concrete 2-8'x 7' Su Pavement (LF) Driveway Box (SY)SY) S SF Forest Park Boulevard West Freeway No. 9 1,189 1,189 685 0 to Parkview Drive Parkview Drive No. 9 529 511 195 370 W. Of Forest Park Boulevard TOTAL= 1,718 1,700 880 370 1,280 STREET LANE MILES APPROX. COST/MILE (13' Width) (PAVEMENT ONLY - Includes pavement, curb subgrade stabilization, driveways, and sidewalk) 1. Forest Park Blvd. (W. Freeway to Parkview Dr.) 0.41 $734,000 2. Parkview Dr. (West of Forest Park Blvd.) 0.67 $603,000 Upon receipt of Notice to Proceed, the ENGINEER will perform the following tasks: Rev 8/28/08 EA2-1 P080435W PART A—PRE-ENGINEERING I. Initial Data Collection A. Pre-Design Coordination Meetings 1. ENGINEER will attend and document meetings, as required, to discuss and coordinate various aspects of the project and to ensure that the project stays on schedule. For purposes of establishing a level of comfort, two (2) meetings are anticipated. These include the following: • One (1) pre-design kick-off meeting, (including the CITY's Department of Engineering and other departments that are impacted by the project). • One (1) review meeting at completion of the City's review of the conceptual engineering plans. B. Data Collection In addition to data obtained from the City, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, City Master plans, CITY drainage complaint files, existing applicable drainage studies and property ownership as available from the Tax Assessor's office. C. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all utilities, including utilities owned by the City, TxDOT and railroads. These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities 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. II. 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. Ill. Subsurface Utility Engineering The ENGINEER (by using the services a subsurface utility engineering (SUE) subconsultant) will perform subsurface utility engineering (SUE) work required for this project in general accordance with the recommended practices and procedures described in ASCE Publication Rev 8/28/08 EA2-2 P080431W t Cl/ASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data). As described in the mentioned ASCE publication, four levels have been established to describe the quality of utility location and attribute information used on plans. The four quality levels are as follows: • Quality Level D (QL"D") — Information derived from existing records; • Quality Level C (QL"C") - QL"D" information supplemented with information obtained by surveying visible above-ground utility features such as valves, hydrants, meters, manhole covers, etc. • Quality Level B (QL"B") — Two-dimensional (x,y) information obtained through the application and interpretation of non-destructive surface geophysical methods. Also known as "designating" this quality level provides the approximate horizontal position of subsurface utilities within approximately one foot. • Quality Level A (QL"A") —Also known as "locating", this quality level provides precise three dimensional (x,y,z) information at critical locations by exposing specific utilities. Non- destructive vacuum excavation equipment is used to expose the utilities at specific points which are then tied down by survey. It is the responsibility of the ENGINEER, through its SUE subconsultant, will perform due- diligence with regard to records research (QL "D") and acquisition of available utility records. The due-diligence provided for this project will consist of reviewing the "As-Built" documents previously compiled. Utilities that are not identified through these efforts will be here forth referred to as "unknown" utilities. The ENGINEER, through it SUE subconsultant, will scan the defined work area using electronic prospecting equipment to search for"unknown" utilities. However, the ENGINEER is not responsible for designating and locating these "unknown" utilities. The scope of work includes Quality Level "B" SUE along the proposed alignment for the storm drain box culverts between Forest Park Blvd. and Parkview Drive in Fort Worth, Texas. The alignment is as detailed in a drawing titled "Alternative 1" in the report prepared by the ENGINEER titled, "Drainage Study For The Rehabilitation Of And Improvements To The Forest Park — Parkview Storm Drain, March, 2008". Based on the information contained in this drawing, the ENGINEER, through its SUE subconsultant, expects to encounter communications, gas, sanitary sewer, storm sewer, and buried electric lines that require designating. The majority of the utilities are expected to be located along Forest Park and Parkview. Utilities will only be designated in the immediate vicinity of the proposed storm drain at the locations indicated on the provided drawing. Test holes (Quality Level "A" SUE) may be excavated at critical locations where potential conflicts exist between existing and proposed utilities. The ENGINEER, through its SUE subconsultant, will provide all surveying required for the SUE services will be performed. ENGINEER will provide the SUE subconsultant with project control in close proximity to the work area(s). Rev 8/28/08 EA2-3 P08043.FW Prior to beginning field designating activities, ENGINEER, through its SUE subconsultant's field manager will review the project scope of work and available utility records. Once these initial reviews are complete, the field manager and technicians will begin designating the approximate horizontal position of known subsurface utilities within the specified project limits. A suite of geophysical equipment (electromagnetic induction, magnetic) will be used to designate metallic/conductive utilities (e.g. steel pipe, electrical cable, telephone cable). The ENGINEER, through its SUE subconsultant, will attempt to designate non-metallic/non- conductive utilities using other proven methods, such as rodding, and probing. Where access is available, a sonde will be inserted into the utility line (e.g. PVC gravity sewer pipe) to provide a medium for signal transmission, which can then be designated using geophysical equipment. Where access is not available, an attempt will be made to probe the non-tonable utilities utilizing vacuum excavation equipment. Accurate collection and recording of designated utilities is a critical component of the SUE process. The ENGINEER'S SUE subconsultant has developed a proven method of collecting and recording survey information once the utilities have been designated in the field. The field manager will produce detailed sketches depicting each utility as well as relevant surface features such as roadways, buildings, manholes, fire hydrants, utility pedestals, valves, meters, etc. Each utility will be labeled with a unique ID code. For example, if two buried electric cables exist on the project, one will be labeled E1 and the other E2. Paint and pin flags will be used to designate the utilities in the field. A labeled pin flag or paint mark will be used to mark each location where a survey shot is required. Shot points will typically be placed at 100-foot intervals on utilities running parallel to the alignment and at 50-foot intervals on utility crossings. The locations will be numbered sequentially for each individual utility line. For example, if there are 50 shots required on buried electric line E1, the points will be numbered E1-1 through E1-50. Preliminary field sketches depicting the designated utilities will be prepared for use during subsequent surveying activities. These sketches will also be used to check the survey information for completeness and accuracy. The utility designating marks will be utilized to layout the test-hole locations. An attempt will be made to place the test holes outside of paved areas wherever possible. Non-destructive vacuum excavation equipment will be used to excavate test holes at the required locations. Once each utility is located, the type, size, material, depth to top, and general direction of the utility will be recorded. Each test hole will be assigned a unique ID number and will be marked with rebar/cap, nail/disk, or chiseled X, as appropriate. The test- hole ID number and other pertinent utility information will be placed at each test-hole location. Test-hole excavations will be backfilled with appropriate material and the original surface will be restored. The backfill will be compacted in lifts by mechanical means to prevent future settlement. Test-hole locations will be added to the previously mentioned field sketches for use during surveying activities. The ENGINEER, through its SUE subconsultant, will produce a SUE file depicting the type and horizontal location of the designated utilities. The size of each utility will also be presented in the SUE file where test holes have been completed. Where test holes have not been completed, the size and material type will be provided, only if the information is indicated Rev 8/28/08 EA2-4 P08043.FW on available record drawings. A summary sheet containing test hole field notes will be prepared. The SUE file depicting designated utility information will be revised to include test hole locations. PART B -CONSTRUCTION PLANS AND SPECIFICATIONS I. Conceptual Engineering A. Surveys for Design 1. 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. 2. ENGINEER will provide the following information: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the Department of Engineering. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, and all drawing files shall be provided in MicroStation (DGN) format (currently Version 8), 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: a. A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: b. The following information about each Control Point; i. Identified (Existing. City Monument#8901, PK Nail, 5/8" Iron Rod) ii. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. iii. 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 corner of North Side Drive and North Main Street). Rev 8/28/08 EA2-5 P08043.FW c. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. d. No less than two horizontal bench marks, per line or location. e. Bearings given on all proposed centerlines, or baselines. f. Station equations relating utilities to paving, when appropriate. B. Public Notification Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: project name limits DOE project No., Consultant's Project Manager and phone no., scope of survey work and design survey schedule. The letter will be reviewed and approved by the City prior to distribution. C. 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. D. Conceptual Engineering Plan Submittal 1. Conceptual plans shall be submitted to City 50 working days after Notice to Proceed Letter is issued. 2. The ENGINEER shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and cost opinion 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. II. Preliminary Engineering Upon approval of Part B, Paragraph IV, ENGINEER will prepare construction plans as follows: 1. 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. Rev 8/28/08 EA2-6 P08043.FW 2. 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. 3. 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. 4. 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. 5. Preliminary roadway cross-sections will be developed, from the survey notes, at intervals not-to-exceed 50 foot along the project length and will extend 10' past the right of way line on both sides of the street. Additional cross-sections at important features including driveways, p.i.'s of intersecting streets, (minimum distance of 100' along cross-street at each P.I.) walks, retaining walls, etc., will also be provided. Profiles of centerline of driveways will also be provided where necessary. Scale will be 1" = 10' horizontal and 1" = 2' vertical. 6. Street and intersection layouts. 7. 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. 8. 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. 9. Right-of-Way Research The ENGINEER will conduct preliminary research for availability 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. Rev 8/28/08 EA2-7 P08043.FW 1 R 10. 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". Right-of-way and easement documents will be limited to a metes and bounds descriptions of the limits of right-of-way or easement areas to be acquired and an accompanying drawing showing the right-of-way parcel or easement. Other documents required by the City for acquisition of right-of-way or easements shall be prepared by the City. All other legal costs associated with right-of-way or easement acquisitions shall be borne by the City of Fort Worth. 11. Utility Clearance Phase The ENGINEER will consult with the City's Transportation and Public Works Department, Water Department, Department of Engineering, and other CITY departments, public utilities, private utilities, 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. 12. Preliminary Construction Plan Submittal a. Preliminary construction plans and specifications shall be submitted to CITY 40 working days after approval of Part B, Paragraph iv. b. 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) c. The ENGINEER shall submit a preliminary opinion of probable construction cost with the preliminary plans submitted. Engineer shall assist City in selecting the feasible and or economical solutions to be pursued. 13. 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. Rev 8/28/08 EA2-8 P08043.FW 14. 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. 15. Cultural Resources Coordination The ENGINEER will obtain and review design schematics and will prepare an Antiquities Code of Texas permit application and research design for City of Fort Worth submittal to the Texas Historical Commission (THC). 16. Traffic Control Plans The ENGINEER will prepare plans for traffic control during construction of the storm drain improvements. The plans will include plans for temporary detours on Parkview Drive and Forest Park Boulevard during the various stages of construction of the storm drain. Traffic control plans will include plans for temporary pavement markings, signage and traffic signalization on the two streets. In preparation of the traffic control plans, the ENGINEER will coordinate with the City of Fort Worth Traffic Engineering Division. The ENGINEER will also coordinate with the Texas Department of Transportation (TxDOT) in preparation of the traffic control plans for the portion of the project to be constructed within and adjacent to the West Freeway (Interstate 30). The ENGINEER will prepare and submit the street (driveway) permit for street construction within the right-of-way of the West Freeway (Interstate 30). The ENGINEER will also prepare and submit the utility permit for water and/or sanitary sewer construction within the right-of-way of the West Freeway (Interstate 30). 17. Environmental Site Assessment Services(Hazardous Waste Remediation) The work involves conducting environmental site assessment services for approximately 1,000 linear feet of storm drain improvements (and rehabilitation) on various properties located within the limits of the Forest Park — Parkview Storm Drain Improvements project. The ENGINEER will review environmental records, develop assessment plans, manage data acquisition and prepare hazardous waste management plans. The City will assist the ENGINEER in acquiring information from its database on known industrial or hazardous waste sites along the alignment of the storm drain. The project consists of the following tasks to be conducted at the site to assess the extent of contamination along the alignment of the proposed Forest Park— Parkview Storm Drain: a. Review of existing environmental documents and reports with an emphasis on contaminated properties adjacent to the project area and the abandoned landfill within the Forest Park— Parkview Storm Drain project area. b. Conduct a site visit to understand site conditions. Rev 8/28/08 EA2-9 P08043.FW c. Prepare field work plans for soil and groundwater data acquisition. d. Submit the field work plans to the City's environmental department for submittal to TCEQ, Solid Waste Division for review and approval. e. Entry agreements will be secured by the ENGINEER. f. DIGTESS will also be contacted prior to conducting investigations at the site to avoid damaging utilities. g. It is estimated that there will be up to four coordination meetings (3 to 4 hours each and four project team meetings (2 hours each). h. It is estimated that the ENGINEER will collect up to 25 soil and 10 groundwater samples using Sunbelt Industrial Services (a MWBE subcontractor) to conduct the drilling operation. Once the samples have been collected, the samples will be transported to Xenco Laboratories, MWBE laboratory, for analysis. i. Soil borings are expected to extend 30 feet below ground surface and will be installed using a Geoprobe or similar method of drilling. Soils will be visually examined in the field by a qualified environmental scientist and screened using a photoionization detector (PID). Suspect soil samples will be collected in laboratory- supplied containers, stored on ice and logged on a chain of custody document. Soils will be shipped to the independent environmental laboratory for analysis. j. Temporary groundwater monitoring wells will be installed along the length of the project for the collection of representative groundwater samples. Groundwater samples will be collected in laboratory-supplied containers, stored on ice and logged on a chain of custody document. Groundwater samples will be shipped to the independent environmental laboratory for analysis. k. Results of the investigations will be documented in soil management reports for Use by the ENGINEER and the CITY. I. The ENGINEER will provide construction management services during the excavation and disposal of contaminated soil. The project involves the excavation and rehabilitation of 1,000 linear feet of storm drain. The existing storm drain is located in a closed landfill. Sampling of the landfill material is provided for in Tasks H, I, and J. However, only 10 soil borings were proposed to provide information on the fill material or 1 boring every 100 feet. The fill material is not homogeneous and therefore, as the material is excavated there may be materials that require screening and sampling. For this reason, time was included for an environmental technician to be present during a portion of the excavation to monitor the fill material and collect additional samples, if required. Rev 8/28/08 EA2-10 P08043.FW "S m. It is estimated that additional soil sampling may be required during excavation. An additional 15 soil samples have been included in this stage of the project. n. The ENGINEER will analyze the analytical results and prepare documents to assist the Client in the improvements to the storm drain. o. The ENGINEER will prepare a soils management report that documents the results of the investigations. p. The ENGINEER will prepare documents and specifications for the environmental action plan to be included in the final design phase of the construction documents. III. Final Construction Plan Submittal a. Final Construction Documents shall be submitted to CITY 30 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 Opinion of Probable Construction Cost The ENGINEER shall submit a final opinion 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: i. 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. ii. 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. iii. 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 Rev 8/28/08 EA2-11 P08043.FW 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.) 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 2.) 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. iv. For information on the proper manner to submit PDF files and to obtain a file number for the project, contact the Department of Engineering Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the DOE number and proper fund codes have been assigned and are in the Department of Engineering database. d. Section 404 Permitting i. The ENGINEERS scope shall consist of permitting services for impacts to the Clear Fork of the Trinity River as a result of modifications to an outfall structure associated with the Forest Park — Parkview Storm Drain. The tasks to be accomplished are as follows: Phase I Services 1.) Review existing literature and other reasonably accessible information regarding potential Water of the United States, including wetlands, the presence of endangered species, cultural resources, and any other information related to the USACE Section 404 permitting. 2.) Conduct an on-site investigation to perform a preliminary evaluation of the parcel for Waters of the U.S., including wetlands regulated by USACE. 3.) Prepare a letter report detailing preliminary findings from the literature review and the results of the on-site investigation. The letter report will also summarize potential USACE permitting requirements. The letter Rev 8128108 EA2-12 P08043.FW report will identify any permitting requirements and may include recommendations for further investigation or mitigation options, if necessary. The report will also contain (as appendices) copies of pertinent documents regarding the site and significant photographs taken during the site visit. 4.) If based on the information gathered during Phase I, it is determined that the project will qualify under a USACE Nationwide Permit (NWP), the ENGINEEER will submit any necessary NWP applications with the appropriate USACE District Office. 5.) If based on the information gathered during Phase I, it is determined that the project will require an Individual Permit, these Phase II services can be provided as an additional service. PART C- PRE-CONSTRUCTION ASSISTANCE I. 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. Rev 8/28/08 EA2-13 P080435W PART D -CONSTRUCTION ASSISTANCE I. Environmental Site Assessment Services (Hazardous Waster Remediation) Assistance During Construction The ENGINEER will provide construction management services during the excavation and disposal of contaminated soil (refer to Part B, Section II. Subpart I., above). Rev 8/28/08 EA2-14 P08043.FW h ATTACHMENT"B" COMPENSATION AND SCHEDULE Engineering Design Services Associated with IMPROVEMENTS TO THE FOREST PARK—PARKVIEW STORM DRAIN City Project No.00674 I. Compensation A. The Engineer shall be compensated a total lump sum fee of$634,007 as summarized in Exhibit "B-3". Payment of the total lump sum fee shall be considered full compensation for the services described in Attachment "A" and Exhibits "A-V and "A-2" for all labor materials, supplies and equipment necessary to complete the project. B. The Engineer shall be paid monthly as described in Exhibit "B-1", Section 1- Method of Payment. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the Engineer. II. Schedule(Working Days)—Refer to Attachment D for the complete schedule. Final Plans and Contract Documents for bid advertisement shall be submitted within 150 working days after the"Notice to Proceed" letter is issued (includes 30 working days for City review). A. Conceptual Engineering Plans—50 working days B. Preliminary Engineering Plans and Contract Documents—40 working days C. Pre-Final Engineering Plans and Contract Documents—20 working days D. Final Plans and Contract Documents for Bid Advertisement—10 working days Attachments"B°.doc P08043 FW B-1 08/28/08 EXHIBIT"13-1" (SUPPLEMENT TO ATTACHMENT B) Engineering Design Services Associated with IMPROVEMENTS TO THE FOREST PARK-PARKVIEW STORM DRAIN City Project No.00674 I. Method of Payment Partial payment shall be made to the Engineer monthly upon City's approval of an invoice from the Engineer outlining the estimated current percent complete of the total project. The aggregate of such monthly partial fee payments shall not exceed the following: Until satisfactory completion of Exhibit "A-V and "A-2", Conceptual Engineering Plans submittal and approval by the City, a sum not to exceed 30 percent of the total lump sum fee. Until satisfactory completion of Exhibit "A-V and "A-2", Preliminary Construction Plans submittal to City, a sum not to exceed 60 percent of the total lump sum fee, less previous payments. Until satisfactory completion of Exhibit "A-V and "A-2", Final Construction Plans submittal and approval by the City, a sum not to exceed 90 percent of the total lump sum fee, less previous payments. The balance of fees, less previous payments, shall be payable after all of the pre-construction meetings for the Project have been conducted. II. Progress Reports A. The Engineer shall submit to the designated representative of the Director of the Department of Engineering monthly progress reports covering all phases of design by the 15th of every month in the format required by the City. B. If the Engineer determines in the course of making design drawings and specifications that the opinion of probable construction cost of$7,273,000 (as estimated in Exhibit"13-4") will be exceeded, whether by change in the scope of the project, increased cost,or other conditions, the Engineer shall immediately report such fact to the City's Director of the Department of Engineering and, if so instructed by the Director of the Department of Engineering shall suspend all work hereunder. Exhibit"B-1'Doc. P08043.EW 08/28/08 61-1 L EXHIBIT "B-2" HOURLY RATE SCHEDULE (SUPPLEMENT TO ATTACHMENT "B") Improvements to the Forest Park-Parkview Storm Drain PROJECT No.00674 LOPEZGARCIA GROUP Standard Rate Schedule (Effective 5/2007-4/2008)' Labor Category Rate Principal $200.00 Project Manager $170.00 Senior Civil Engineer $150.00 Civil En ineer $125.00 Civil Engineer-in-Training $85.00 Senior Civil Engineer $115.00 Civil Designer $100.00 CADD Technician $75.00 Senior Electrical Engineer $150.00 Electrical Engineer $125.00 Electrical Engineer-In-Training $85.00 Electrical Designer $95.00 Senior Mechanical Engineer $150.00 Mechanical Engineer $125.00 Mechanical Engineer-In-Training $85.00 Mechanical Designer $95.00 Plumbing Designer $95.00 Senior Environmental Engineer $150.00 Environmental Engineer $125.00 Environmental Engineer-in-Training $85.00 Senior Structural Engineer $150.00 Structural Engineer $125.00 Structural Engineer-In-Training $85.00 Junior Designer $45.00 Senior Planner $150.00 Planner $125.00 Junior Planner $80.00 Senior Landscape Architect RLA $170.00 Landscape Architect RLA $125.00 Senior Landscape Designer $100.00 Landscape Designer $80.00 Senior Environmental Scientist $125.00 Environmental Scientist $100.00 Junior Environmental Scientist $75.00 Environmental Field Technician $65.00 Principal Investigator Cultural Resources $95.00 Proaect Archaeologist $70.00 Archaeological Technician III $60.00 Archaeological Technician II $55.00 Archaeological Field Technician $45.00 Staff Archaeological Historian $60.00 Archaeological Field Staff $45.00 Senior GIS $125.00 IS $75.00 Junior GIS $50.00 Environmental Intern $45.00 Exhibit"B-2"Am P08043TW 08/28/08 B2 - 1 . t EXHIBIT "B-2" HOURLY RATE SCHEDULE Labor Category Rate Geologist $125.00 Senior Clerical/ Project Administrator $70.00 Clerical/ Project Administrator $60.00 Junior Clerical/ Project Administrator $50.00 Survey Project Manager $165.00 Surveyor- RPLS $150.00 Senior Survey Technician $90.00 Junior Survey Technician $75.00 -Person Survey Crew $130.00 3-Person Survey Crew $155.00 -Person Survey Crew $190.00 -Person Survey Crew OSHA Trained $160.00 3-Person Survey Crew OSHA Trained $185.00 -Person Survey Crew(GPS Equipment) $165.00 3-Person Survey Crew(GPS Equipment) $190.00 -Person Survey Crew (GPS E ui ment 4 $225.00 Construction Manager $115.00 Resident Engineer $110.00 Senior Construction Inspector $95.00 [Construction Inspector $80.00 Reimbursable expenses will be billed at cost plus 10%. Rates subject to 5%annual escalation. Exhibit'B-2'.doc P08N3.FW 0828/08 132 - 2 EXHIBIT"B-3" (SUPPLEMENT TO ATTACHMENT B) SUMMARY OF DESIGN FEES Engineering Design Services Associated With IMPROVEMENTS TO THE FOREST PARK—PARKVIEW STORM DRAIN City Project No.00674 August 28, 2008 Ms. Dena Johnson, P.E. Engineering Manager Engineering Department Consultant Services Division City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102-6311 (817) 392-7866 Reference: Engineering Design Services Associated With IMPROVEMENTS TO THE FOREST PARK—PARKVIEW STORM DRAIN City Project No.00674 URS/LOPEZGARCIA GROUP No. P08043.FW Dear Ms. Johnson_ We appreciate the opportunity to present this proposal and fee schedule for your consideration. Attached please find construction cost opinions, schedule, and exhibits depicting the scope of work. We propose to complete the proposed work in accordance with the following fee schedule_ Total Project Opinion of Probable Construction Cost: Street Reconstruction $ 96,000 Storm Drain Replacement $ 7,127,000 Water Line Replacement $ 25,000 Sanity Sewer Replacement $ 25,000 $ 7,273,000 Basic Engineering Fee based on 6.2% of construction (A.S.C.E. Curve A) ($7,273,000) (6.20%) (0.85) _ $ 383,287 10% Subconsultant Fee(0.1 x$169,765) _ $ 16,977 Total Basic Engineering = $400,264 Exhibit B-3(#t)doc P08043 FW D8f28108 B3-1 (. ; ® P E Z G A R C I A G R 0 U P Exhibit 13-3 Ms. Dena Johnson, P.E. August 28, 2008 Page Two Scope of Services Total Fee M/WBE M/WBE Percentage Paving, Storm Drainage Water& Sanitary Sewer Design $383,287 $27,690 7.2% Topographic Survey $9,070 $9,070 100.0% Boundary Survey & Easement Preparation $7,620 $7,620 100.0% Traffic Control Plans, Including TxDOT Permitting $36,700 $36,700 100.0% Storm Water Pollution Prevention Plan (SWPPP) $7,500 $7,500 100.0% Temp. Right of Entry Documents $300 $0 0.0% Public Meetings/Neighborhood Meetings $3,000 $0 0.0% Subsurface Utility Engineering (SUE) $6,000 $6,000 100.0% Section 404 Permitting $7,100 $7,100 100.0% Cultural Resources Coordination $600 $0 0.0% Environmental Site Assessment (Hazardous Waste Remediation) Design Services $106,000 $47,203 44.5% Environmental Site Assessment (Hazardous Waste Remediation) Construction Services $35,100 $12,037 34.3% Bid Opening, Bid Tabulation & Pre-Construction Meeting, Final WalkThrough, Record Drawings $4,000 $0 0.0% Reproduction $10,753 $8,845 82.3% Subconsultant Fee (10%) $16,977 $0 0.0% Total $634,007 $169,765 26.8% Exhibit E3(#1)doc P08043.FW 08128l08 B3-2 ® P E Z G A R C I A G R G tL P Exhibit B-3 Ms. Dena Johnson, P.E. August 28,2008 Page Three Proposed MWBE %of Consultants Services Fees Total Fee ARS Engineers, Inc. Topographic Survey, $ 88,580 13.9% (MWBE) Boundary Survey & Easement Preparation Prepare Plans for Paving,Water and Sanitary Sewer Improve_ Prepare Traffic Control Plans, Storm Water Pollution Plan (SWPPP) Gorrondona &Assoc. Subsurface Utility $ 6,000 1.0% (MWBE) Engineering Ecological Section 404 Permitting $ 7,100 1.1% Communications Corp. Services (MWBE) Sunbelt Industrial Drilling Services for $ 19,132 3.0% Services Environmental Site (MWBE) Assessment XENCO Laboratories Laboratory Testing for $ 40,108 6.3% (MWBE) Environmental Site Assessment Arlington Blueline Reproduction $ 8,845 1.4% (MWBE) TOTAL $ 169,765 26.8% Exhibit 83(#1)doc P08043.FW 08/28/08 B3-3 I 0 P E Z G A R C I A G R O U F' Exhibit B-3 Ms. Dena Johnson, P.E. August 28,2008 Page Four Basic Engineering - (6.20%)(0.85)of Construction Cost $ 383,287 Design Surveys Paving ($3.75/LF for 1,100 LF) $ 4,125 Drainage ($3.75/LF for 922 LF) $ 3,458 Water ($2.50/LF for 370 LF) $ 925 Sanitary Sewer ($2.50/LF for 225 LF) $ 562 $ 9,070 Boundary Easement Surveys (Drainage) $ 7,620 Special Services: Traffic Control Plans, Including TxDOT Permitting $ 36,700 Storm Water Pollution Prevention Plans (SWPPP) $ 7,500 Temporary Right of Entry Documents (5 @ $60) $ 300 Subsurface Utility Engineering (SUE) $ 6,000 Public Meetings/ Neighborhood Meetings $ 3,000 Section 404 Permitting $ 7,100 Cultural Resources Coordination $ 600 Environmental Site Assessment(Hazardous Waste Remediation) $ 106,000 Reproduction`: 4 Sets of Conceptual Plans= (4 Sets)($2.20/Sheet)(48 Shts./Set) $ 422 16 Sets of Preliminary Construction Plans= (16)($2.20)(48) $ 1,690 5 Sets of Preliminary Specifications =(5 Sets)($0.15/Sht.)(250 Shts.)$ 188 2 Sets of Final Construction Plans = (2)($2.20)(48) $ 211 2 Sets of Final Specifications= (2)($0.15)(250) $ 75 50 Sets of Approved Construction Plans = (50)($2.20)(48) $ 5,280 50 Sets of Approved Specifications= (50)($0.15)(250) $ 1,875 Mounted Exhibit for Public Meeting = (2 Exhibits)($50.00/Exhibit) $ 100 3 Half-Size Set of Final Plans= (3 sets)($1.00/Sheet)(48 Sheets) $ 144 1 Set of Final Mylars= (1 Set)($16.00/Sheet)(48 Sheets) $ 768 Subtotal $ 10,753 Estimated using 48 sheets per plan set Exhibit B-3(#1).doc P08043.FW 0828108 83-4 0 P E Z G A R C I A G R a U P Exhibit B-3 Ms. Dena Johnson, P.E. August 28, 2008 Page Five Construction Services: Bid Opening, Bid Tabulation, Pre-Construction Meeting & Final Inspection $ 4,000 Environmental Site Assessment(Hazardous Waste Remediation) (Construction Services) $ 35,100 Subconsultant's Fee (10%) $ 16,977 TOTAL $ 634,007 Water Design Fee $ 4,824 Sewer Design Fee $ 4,455 T/PW Design Fee $ 624,728 For this project, we will be using ARS Engineers, Inc. (a MWBE) for surveying services and engineering design services, CTL/Thompson Texas, LLC, for geotechnical services, Gorrondona & Associates (a MWBE) for subsurface utility engineering, Ecological Communications Corporation (a MWBE) for Section 404 permitting services and Arlington Blueline (a MWBE) for reproduction. Sunbelt Industrial Services (a MWBE) will be providing drilling services for the Environmental Site Assessment (Hazardous Waste Remediation). XENCO Laboratories (a MWBE) will be providing laboratory testing services for the Environmental Site Assessment (Hazardous Waste Remediation). The total M/WBE Participation for this project is 26.8%. If you have any questions or require additional information, please give me a call. Sincerely, URSILOPEZGARCIA GROUP Douglas C. Mikeworth, P.E. Municipal—Site Development Manager DM:td Exhibit 9-3(#1).doc P08043 FW 0&28108 B3-5 EXHIBIT "B-3A" (Supplement to Attachment B) SUMMARY OF TOTAL PROJECT FEES Engineering Design Services Associated with IMPROVEMENTS TO THE FOREST PARK—PARKVIEW STORM DRAIN CITY PROJECT NO.00674 j Consulting Firm Prime Responsibility Amount Prime Consultant: Amount 73.22% i LOPEZGARCIA Storm Drain Design And GROUP Plans, Environmental Site j j Assessment, Cultural Resources Coordination, Reproduction $464,242.00 73.22% t Proposed M/WBE ! Sub-Consultants Amount 26.78% ARS Engineers, Inc. Topographic Survey And Easement Preparation, Street, Water Line And Sanitary Sewer Design And Plans, Traffic Control Plans, SWPPP Plans & Report $88,580.00 13.97% Gorrondona & Subsurface Utility Associates, Inc. Engineering (SUE) $6,000.00 0.95% Sunbelt Industrial Drilling Services and Services Supplies for Environmental Site Assessment (Hazardous Waste Remediation) $19,132.00 3.02% XENCO Laboratories Laboratory Testing for Environmental Site Assessment (Hazardous Waste Remediation) $40,108.00 6.33% Exhibit"B3-A'.doc P08043.FW 08/28/08 133A- 1 r ; EXHIBIT "B-3A" (Supplement to Attachment B) i Consulting Firm Prime Responsibility Amount % Proposed M/WBE Sub-Consultants (Continued) Ecological Section 404 Permitting Communications Services Corporation $7,100.00 1.12% Arlington Blueline Reproduction $8,845.00 1.40% Prop. Non-MWWBE Sub-Consultants Amount 0% N/A $0.00 0% TOTAL $634,007.00 100% Project Description Scope of Services Total Fee MWBE Fee Percent Improvements to the Design for Storm Drain, $634,007 $169,765 26.78% Forest Park - Parkview Paving, Water Line And Storm Drain San. Sewer Improvements, Including Topo Survey, Easement Preparation, Subsurface Utility Engineering (SUE), Traffic Control Plans, SWPPP Plans And Report, Environmental Site Assessment (Hazardous Waste Remediation), Section 404 Permitting Cultural Resources Exhibit"B3-A"-doc POKM3_FW 08/28/08 B3A - 2 EXHIBIT"B-313" (SUPPLEMENT TO ATTACHMENT B) PROFESSIONAL SERVICES FEE SUMMARY Engineering Design Services Associated with IMPROVEMENTS TO THE FOREST PARK—PARKVIEW STORM DRAIN CITY PROJECT NO.00674 Part A-Conceptual Design and Part B - Plans and Specifications Transportation and Public Works: (Construction Cost x ASCE Curve"A"x 85%) Paving Improvements $ 96,000 ( 1.33%)x 6.20 % x 85% _ $ 5,059 Drainage Improvements $ 7,127,000 ( 98.67%)x 6.20 % x 85% _ $ 375,593 Total Paving & Drainage Improv. $ 7,223,000 (100.00%) x 6.20 % x 85% _ $ 380,652 Water Department: (Construction Cost x ASCE Curve "A"x 85%) Water Improvements $ 25,000 ( 50.00%) x 6.20 % x 85% _ $ 1,318 Sanitary Sewer Improvements $ 25,000 ( 50.00%)x 6.20 % x 85% _ $ 1,317 Total Water&San. Sewer Improv. $ 50,000 (100.00%)x 6.20 % x 85% _ $ 2,635 TP&W and Water: Basic Services Total $ 383,287 Additional Services: Transportation and Public Works.- Topographic Surveying Services = $ 7,583 Boundary Survey & Easement Preparation = $ 7,620 Traffic Control Plans, Including TxDOT Permitting = $ 36,448 Storm Water Pollution Prevention Plan (SWPPP) _ $ 7,448 Temporary Right of Entry Documents = $ 300 Public Meetings/Neighborhood Meetings = $ 1,500 Subsurface Utility Engineering (SUE) _ $ 5,959 Section 404 Permitting = $ 7,100 Cultural Resources Investigation = $ 596 Environmental Site Assessment Services (Hazardous Waste Remediation) - Design = $ 105,271 Environmental Site Assessment Services (Hazardous Waste Remediation) - Construction = $ 34,859 Bid-Opening, Bid Tabulation, Pre-Construction Meeting, Final Walk Through, Record Drawings = $ 3,973 Reproduction = $ 9,147 Administrative(10%) Fee on Subconsultants = $ 16,272 Additional Services Subtotal = $ 244,076 Exhibit"B-W.doc P08043TW B-313-1 08/28108 Water Department: Topographic Surveying Services = $ 1,487 Boundary Survey & Easement Preparation = $ 0 Traffic Control Plans, Including TxDOT Permitting = $ 252 Storm Water Pollution Prevention Plan (SWPPP) _ $ 52 Temporary Right of Entry Documents = $ 0 Public Meetings/Neighborhood Meetings = $ 1,500 Subsurface Utility Engineering (SUE) _ $ 41 Section 404 Permitting = $ 0 Cultural Resources Investigation = $ 4 Environmental Site Assessment Services (Hazardous Waste Remediation)- Design = $ 729 Geotechnical Study and Report for Pavement Design = $ 0 Environmental Site Assessment Services (Hazardous Waste Remediation) -Construction = $ 241 Bid-Opening, Bid Tabulation, Pre-Construction Meeting, Final Walk Through, Record Drawings = $ 27 Reproduction = $ 1,606 Administrative (10%) Fee on Subconsultants = $ 705 Additional Services Subtotal = $ 6,644 T&PW and Water Dept. Additional Services Total = $ 250,720 SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) A. SUMMARY OF TOTAL FEE Service Description Total Engineering Services $ 383,287 Additional Services $234,030 Surveying Services $ 16,690 Total $634,007 B. BREAKDOWN OF WATER, SEWER, PAVING, AND DRAINAGE FEES (LESS SURVEY FEES) 1. Total Water Fee (Less Survey Fee) Breakdown by Concept, Preliminary and Final Design a. Concept (30%) _ (Total Water Fee-Water Survey Fee) x(0.3) _ $ 1,170 b. Preliminary (60%) _ (Total Water Fee-Water Survey Fee)x(0.6) _ $ 2,339 c. Final (10%) _ (Total Water Fee-Water Survey Fee)x(0.1) _ $ 390 Exhibit"B-3B".doc P08043.FW 13-313-2 08/28108 2. Total Sewer Fee (Less Survey Fee) Breakdown by Concept, Preliminary and Final Design a. Concept (30%) = (Total Sewer Fee-Sewer Survey Fee) x(0.3) _ $ 1,168 b. Preliminary(60%) = (Total Sewer Fee-Sewer Survey Fee) x (0.6) _ $ 2,336 c. Final (10%) = (Total Sewer Fee-Sewer Survey Fee) x(0.1) _ $ 389 3. Total Paving And Drainage Fee (Less Survey Fee) Breakdown by Concept, Preliminary And Final Design a. Concept(30%) = (Total Paving Fee-Paving Survey Fee) x (0.3) = $182,858 b. Preliminary (60%) = (Tot. Paving Fee-Paving Survey Fee)x(0.6) = $365,715 c. Final (10%) = (Total Paving Fee-Paving Survey Fee) x (0.1) = $ 60,952 Exhibit"B3B".doc P08043TW B-313-3 08r28i08 i EXHIBIT B-361 (SUPPLEMENT TO ATTACHMENT B) FEE SUMMARY Engineering Design Services Associated with IMPROVEMENTS TO THE FOREST PARK-PARKVIEW STORM DRAIN City Project No.00674 ***WATER AND SANITARY SEWER *** OPINION OF PROBABLE CONSTRUCTION COST $ 50,000 CURVE A (6.20%)(0.85) = (5.27%) ENGINEERING DESIGN $ 2,635 SURVEYING $ 1,487 REPRODUCTION $ 1,606 ADDITIONAL SERVICES $ 3,547 TOTAL WATER AND SEWER FEE $ 9,279 TOTAL WATER FEE $ 4,824 TOTAL SEWER FEE $ 4,455 SUBTOTAL FEE $ 9,279 *** PAVING AND DRAINAGE *** OPINION OF PROBABLE CONSTRUCTION COST $7,223,000 CURVE A (6.20%)(0.85) = (5.27%) ENGINEERING DESIGN $380,652 SURVEYING $ 15,203 REPRODUCTION $ 9,147 ADDITIONAL SERVICES $219,726 TOTAL PAVING AND DRAINAGE FEE $624,728 SUBTOTAL FEE $624,728 TOTAL PROJECT FEE $634,007 Exhibit B-3BI.doc P08043.F W 13-361-1 08/28/08 ti EXHIBIT "B-3C" (SUPPLEMENT TO ATTACHMENT B) FEES FOR SURVEYING SERVICES Engineering Design Services Associated With IMPROVEMENTS TO THE FOREST PARK—PARKVIEW STORM DRAIN City Project No. 00674 SURVEYING SERVICES SUMMARY Description Fee Topographic Survey $ 9,070.00 Boundary Survey and Easement Preparation $ 7,620.00 Survey Total $ 16,690.00 SURVEYING SERVICES DESCRIPTION 1. Topographic Survey—Verify horizontal and vertical control, extend surveyed areas to include the access ramp down to the Trinity River and part of the adjacent parking lot, additional areas along Parkview Drive, Forest Park Blvd. and the Interstate 30 exit ramp, tie curb lines further out on Parkview Dr., Forest Park Blvd. and along the 1-30 Service Rd., ties to water valves and sanitary sewer manholes along streets in the area to establish the alignments of existing water lines and sanitary sewers. _ $ 9,070.00 2. Boundary/Easement Surveys— Boundary research, locate property corners, boundary analysis, prepare five easement exhibits for both permanent drainage easements and temporary construction easements. _ $ 7,620.00 TOTAL = $ 16,690.00 Exhibit'B-3C'.doc P08043.FW O8I28108 B3C - 1 EXHIBIT"B-3C" (SUPPLEMENT TO ATTACHMENT B) 1. Topographic Survey Paving Topographic Survey 1100 LF X $3.75 = $ 4,125 Drainage Topographic Survey 922 LF X $3.75 = $ 3,458 Water Topographic Survey 370 LF X $2.50 = $ 925 Sanitary Sewer Topographic Survey 225 LF X $2.50 = $ 562 T&PW and Water Department Subtotal for Topographic Surveying Services = $ 9,070 2. Boundary And Easement Surveys Paving Boundary And Easement Surveys = $ 0 Drainage Boundary And Easement Surveys = $ 7,620 Water Boundary And Easement Surveys = $ 0 Sanitary Sewer Topographic Surveys = $ 0 T&PW and Water Department Subtotal for Topographic Surveying Services = $ 7,620 Exhibit'B-3C'.doc POW43.FW 08/28/08 B3C - 2 s EXHIBIT"B-31)" (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES Engineering Design Services Associated with IMPROVEMENTS TO THE FOREST PARK—PARKVIEW STORM DRAIN City Project No.00674 Additional Services: Transportation and Public Works and Water Department: Traffic Control Plans, Including TxDOT Permitting $ 36,700 Prepare SW3P W/NOI & NOT: $ 7,500 Temporary Right of Entry Documents: (5 @$60) _ $ 300 Attend Public/Neighborhood Meetings: $ 3,000 Subsurface Utility Engineering (SUE) $ 6,000 Section 404 Permitting: $ 7,100 Cultural Resources Coordination $ 600 Environmental Site Assessment Design Services (Hazardous Waste Remediation) $ 106,000 Environmental Site Assessment Construction Services (Hazardous Waste Remediation) $ 35,100 Attend Bid Opening, Bid Tabulation, Pre-Construction Meeting, Answer Contractor/City Questions During Construction, Final Walk Through, Record Drawings $ 4,000 Reproduction $ 10,753 Subconsultant's Fee(10%): $ 16,977 Total for Additional Services $234,030 Transportation and Public Works $228,873 Water Department (Water and Sanitary Sewer) $ 5,157 Exhibit"B-3D".dx P08043TW 0828/08 B-3D-1 EXHIBIT"B-3E" (SUPPLEMENT TO ATTACHMENT B) FEE FOR REPRODUCTION SERVICES Engineering Design Services Associated with IMPROVEMENTS TO THE FOREST PARK—PARKVIEW STORM DRAIN City Project No.00674 PRINTING AND REPRODUCTION: Transportation and Public Works and Water Department: Conceptual Design Report/Plans 4 Sets of Plans $ 2.20/Pg x 48 Pg/Set x 4 = $ 422 Preliminary and Utility Clearance Plans 16 Sets of Constr. Plans $ 2.20/Pg x 48 Pg/Set x 16 = $ 1,690 5 Sets of Specifications $ 0.15/Pg x 250 Pg/Set x 5 = $ 188 Final Plans 2 Sets of Constr. Plans $ 2.20/Pg x 48 Pg/Set x 2 = $ 211 2 Sets of Specifications $ 0.15/Pg x 250 Pg/Set x 2 = $ 75 Bid Documents 50 Sets of Constr. Plans $ 2.20/Pg x 48 Pg/Set x 50 = $ 5,280 50 Sets of Specifications $ 0.15/Pg x 250 Pg/Set x 50 = $ 1,875 Mounted Exhibits for Public Meetings 2 Drawings $ 50.00/Pg x 1 Pg/Exhibit x 2 = $ 100 Half-Size Final Plans for Construction Phase 3 Sets of Constr. Plans $ 1.00/Pg x 48 Pg/Set x 3 = $ 144 Final Mylars for Record Purposes 1 Set of Plans $ 16.00/Pg x 48 Pg/Set x 1 = $ 768 Printing and Reproduction TOTAL = $10,753 Transportation and Public Works = $ 9,147 Water Department(Water and Sanitary Sewer) = $ 1,606 Prime Consultant- LOPEZGARCIA GROUP = $ 1,908 M/WBE Consultant—Arlington Blueline = $ 8,845 Exhibit"B-3E°.doc P08043.FW B-3E-1 08/28/08 EXHIBIT"B-3F" (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES-TRAFFIC CONTROL PLANS A.R.S.ENGINEERS ENGINEERING COST ESTIMATE Project:Forest Park-Park View Storm Drain ARS Proposal No.190-09-024 -MANHOUR ESTIMATE PRINCIPAL PE PE CADD No.of TASK OAIOC PROJ.MGR. SR ENOR EIT TECH ADMIN TOTAL Sheets A, TnrMc Control Advance Warning Signs and Narrstive 1 1 2 4 8 1 S. Traffic Control Plan-Forest Pork Blvd. Stage 1-Plan 1 2 3 28 34 1 3 St..2-Plan 2 3 1 3 28 38 3 Detour Plan and Profile-Stage 1&2 1 3 3 30 37 2 C. Traffic Control Plan-Parkvlew Drive stage 1-Plan 1 2 3 28 34 2 Stage 2-Plan 1 3 3 28 35 2 D. Temporary Traffic SI nalizatlon Plan-Forest Park&IN 30 Design Tables 1 2 3 8 14 1 Signal Layout-Stage 1 2 3 7 28 40 3 Signal Layout-Stage 2 1 3 3 28 35 3 E. TxDOT Permits Preparation of Street or Driveway Permit 1 2 3 3 9 Pre arationof Water&Sanitary Sewer Permit 1 3 3 3 10 F. Traffic Control Design-Miscellaneous Preparation of Special Specifications 2 2 3 7 Coordination Meeting with City of Fort Worth 1 4 3 2 1 11 Coordination Meeting with TxDOT 1 3 3 2 1 10 Safety Review Meeting with TxDOT 3 3 E. PROJECT MANAGEMENT,CORRESPONDENCE AND INVOICING Construction Cost Estimates 2 2 4 2 10 Project Review Meetings(4) 3 3 8 TOTALS 2 30. 40 47 216 0- 0 4 339 20 0827/08 MANHOUR ESTIMATE SUMMARY - PE PE CADD Principal PROJ.MGR. SR ENGR EIT TECH ADMIN TOTAL MANHOURS 2 30 40 47 216 0 0 4 339 Hourly Service Rates $210.00 $160,00 $145.00 $85.00 $95.00 E0.00 $0.00 $65.00 $0.00 Subtotal $420.00 $4,800.00 $5,800.00 $3,995.00 $20,520.00 $0.00 $0.00 $280.00 $0.00 Subtotal Labor Cost $35,795.00 Mileage:900 miles a$0.505 each $454.50 Re r rephics(Xerox Copes&Plots) $350.00 Delivery/Courier Service: $75.00 Subtotal $879.50 TOTAL CONTRACT COST $ $36,614.50 ROUNDED TOTAL CONTRACT COST $ $36,700.00 P08043.F W Exhibit"B-3F".doc B-3F-1 0628108 EXHIBIT"B-3G" (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES-CULTURAL RESOURCES COORDINATION Engineering Design Services Associated with FOREST PARK-PARKVIEW STORM DRAIN IMPROVEMENTS City Project No.00674 Tasks/Deliverables PR PM PE GE CT PI G SES ES EFT SGIS GIS Cler TOTAL LGGROUP Hrs Hrs Hrs Hrs Hrs Hrs Hrs Hrs Hrs Hrs Hrs Hrs Hrs LGG Hrs TOTAL FEE CULTURAL RESOURCES COORDINATION 1.Prepare Initial Coordination Letter for Submittal to THC 6 6 $ 570 TOTAL 6 $ 570 ROUNDED TOTAL $ 600 PI-Principal Investigator(Cultural Resources) 08/28108 Exhibit"B-3EG" 6-3G-1 POB043.F 3,FW W EXHIBIT "B-3H" (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES -SECTION 404 PERMITTING Engineering Design Services Associated with FOREST PARK - PARKVIEW STORM DRAIN IMPROVEMENTS City Project No. 00674 PHASE I COST BREAKDOWN Waters of the U.S.Determination for Forest Park-Parkview Storm Drain Improvement Pro'eCt USACE Coordination and Total Contract Labor Category Permit Application Pre-field Field Report Admin Hours Rate Extension Senior Project Manager 4 1 1 1 7 1 $150.00 $1,050.00 12hrs x 2 Bio Wetland Biologist 20 4 1 24 hrs 1 24 72 $77.00 $5,544.00 Administrative 2 2 $61.00 $122.00 Labor Subtotal $6,716.00 USACE Coordination and Expenses Permit Application Pre-field Field Report Admin Total Rate Extension Per Diem 2 2 $36.00 $72.00 Lodging 0 0 $85.00 $0.00 Mileage 380 0 $0.59 $220.40 Copies,b&w 5 5 50 1 60 $0.10 $6.00 Copies, color 10 10 $1.00 $10.00 Expenses Subtotal $308.40 PHASE I TOTAL $7,024.40 PHASE I TOTAL-ROUNDED $7,100.00 P08043.F W Exhibit"B-3H".doc B-3H-1 08/28/08 EXHIBIT "B-3I" (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES-ENVIRONMENTAL SITE ASSESSMENT (HAZARDOUS WASTE MITIGATION) Engineering Desgin Services Associated with IMPROVEMENTS TO THE FOREST PARK PARKVIEW STORM DRAIN City Project No. 00674 Task Order Summary City of Fort Worth Task Order Estimate Improvements To The Forest Park-Parkview Storm Drain LOPEZGARCIA GROUP(Total All Labor&ODCs) Task Labor ODCs Total I. DESIGN SERVICES 01 TCEQ Coordination/Research $ 11,220.00 $ 602.00 $ 11,822.00 02 Characterization of Waste $ 25,390.00 S 37,337.85 $ 62,727.85 03 Report Prep/PSE $ 17,320.00 $ 14,121.70 $ 31,441,70 Design Services Subtotal $ 53,930.00 $ 52,061.55 $ 105,991.55 II, CONSTRUCTION SERVICES 04 Construction Oversight $ 21,000.00 $ 14,121.70 $ 11,822.00 Construction Services Subtotal $ 21,000.00 $ 14,121.70 $ 11,822.00 Totals $ 74,930.00 $ 66,183,25 $ 141,1 13.25 TOTAL TASK ORDER COSTS (total hours)= 512 $ 141,113.25 Cost proposal does not include survey of sampling locations,data validation,quality control samples except duplicates, or waste disposal. P08043.F W Exhibit"B-31".doc B-31-1 08128/08 EXHIBIT "B-3I" (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES- ENVIRONMENTAL SITE ASSESSMENT(HAZARDOUS WASTE MITIGATION) Engineering Desgin Services Associated with IMPROVEMENTS TO THE FOREST PARK PARKVIEW STORM DRAIN City Project No. 00674 Labor Hours Summary by Subtask for LOPEZGARCIA GROUP City of Fort Worth Task Order Estimate Improvements To The Forest Park-Parkview Storm Drain 01 TCEQ Coordination/Research Subtask Labor Hours Total Labor Category Rates 0101 0102 0103 0104 0105 0106 Hours Project Manager $ 170.00 8 4 4 16 CADD Operator $ 75.00 12 12 Environmental Scientist/Specialist $ 100.00 16 30 46 Environmental Technician $ 65.00 Geologist $ 125.00 8 8 8 24 Total hours per task 16 28 54 98 Labor costs per task $ 2,360.00 $ 3,280.00 $ 5,580.00 $ $ - $ $ 11,220.00 Subtask Legend: 0101 Conduct site visit 0102 Conduct research on landfill history 0103 Coordinate w/TCEQ and prepare Work Plan for TCEQ 0104 0105 0106 P08043.F W Exhibit"B-31".doc B-31-2 08/28/08 EXHIBIT "B-3I" ' (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES- ENVIRONMENTAL SITE ASSESSMENT (HAZARDOUS WASTE MITIGATION) Engineering Desgin Services Associated with IMPROVEMENTS TO THE FOREST PARK PARKVIEW STORM DRAIN City Project No. 00674 Labor Hours Summary by Subtask for LOPEZGARCIA GROUP City of Fort Worth Task Order Estimate Improvements To The Forest Park-Parkview Storm Drain 02 Characterization of Waste Subtask Labor Hours Total Labor Category Rates 0201 0202 0203 0204 1 0205 0206 Hours Project Manager $ 170.00 6 6 CADD Operator $ 75.00 12 12 Environmental Scientist/Specialist $ 100.00 30 30 Environmental Technician $ 65.00 8 8 4 32 6 30 88 Geologist $ 125.00 8 8 4 32 6 60 118 Total hours per task 16 161 8 64 12 138 254 Labor costs per task $ 1,520.00 $ 1,520.00 $ 760.080 $ 6,080.00 $ 1,140.00 $ 14,370.00 $ 25,390. 00 Subtask Legend: 0201 Prepare Health&Safety Plan and Sampling Plan 0202 Get access and mark sampling locations 0203 Project mobilization(coordinate w/lab,driller,equipment rental) 0204 Drill 10 soil borings and collect soil and groundwater samples(temporary wells) 0205 package/complete paperwork/deliver samples to lab 0206 Prepare summary report P08043 FW Exhibit"B-31".doc B-31-3 08t28/08 EXHIBIT "B-3I" • (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES-ENVIRONMENTAL SITE ASSESSMENT(HAZARDOUS WASTE MITIGATION) Engineering Desgin Services Associated with IMPROVEMENTS TO THE FOREST PARK PARKVIEW STORM DRAIN City Project No. 00674 Labor Hours Summary by Subtask for LOPEZGARCIA GROUP City of Fort Worth Task Order Estimate Improvements To The Forest Park-Parkview Storm Drain 03 Report Prep/PSE Subtask Labor Hours Total Labor Category Rates 0301 0302 0303 0304 0305 0306 Hours Project Manager $ 170.00 8 8 CADD Operator $ 75.00 16 16 Environmental Scientist/Specialist $ 100.00 32 32 Environmental Technician $ 65.00 24 24 Geologist $ 125.00 80 80 Total hours per task 160 1 1 1 1 160 Labor costs per task $ 17,320.00 $ - $ - $ - $ - $ $ 17,320.00 Subtask Legend: 0301 Prepare PS&E for project 0302 0303 0304 0305 0306 P08043.FW Exhibit"13-31".doc B-31-4 08/26/08 EXHIBIT "B-3I" (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES-ENVIRONMENTAL SITE ASSESSMENT (HAZARDOUS WASTE MITIGATION) Engineering Desgin Services Associated with IMPROVEMENTS TO THE FOREST PARK PARKVIEW STORM DRAIN City Project No. 00674 Labor Hours Summary by Subtask for LOPEZGARCIA GROUP City of Fort Worth Task Order Estimate Improvements To The Forest Park-Parkview Storm Drain 04 Construction Oversight Subtask Labor Hours Total Labor Category Rates 0301 0302 0303 0304 0305 0306 Hours Project Manager $ 170.00 0 0 CADD Operator $ 75.00 0 0 Environmental Scientist/Specialist $ 100.00 160 160 Environmental Technician $ 65.00 0 Geologist $ 125.00 40 40 0 0 Total hours per task 0 200 0 0 0 0 200 Labor costs per task $ $21,000.00 $ - $ - $ $ - $ 21,000.00 Subtask Legend: 0301 0302 Provide construction oversight 0303 0304 0305 0306 P08043.FW Exhibit"8-31'.doc B-31-5 08/28/08 EXHIBIT "B-31" (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES - ENVIRONMENTAL SITE ASSESSMENT(HAZARDOUS WASTE MITIGATION) Engineering Desgin Services Associated with IMPROVEMENTS TO THE FOREST PARK PARKVIEW STORM DRAIN City Project No. 00674 Total Material&ODC Cost Breakdown for All WBS City of Fort Worth Task Order Estimate Improvements To The Forest Park-Parkview Storm Drain Summary All Tasks Laboratory Turnaround Unit Price Unit Price Unit Price Unit Price Unit Price Extended Cost Type Quantity Units 7 days 5 days 3 days I day same day Price Laboratory Testing and Services TPH(TX1005) ea 43 $ 34.00 $ 51.00 $ 60.00 $ 68,00 $ 102.00 $ 1,462.00 Volatile Organic by GC/MS(8260) ea 47 $ 97.50 25% 50% n/a n/a $ 4,582.50 Total 8 RCRA Metals(S W-846) ea 43 $ 79.00 - - $ 3,397.00 SVOCs(8270) ea 43 $ 208.00 $ 8,944,00 Pesticides(8081) ea 29.5 $ 144.00 $ 4,248.00 PCB's(8082) ea 29.5 $ 72.00 $ 2,124.00 Herbicides(8150) ea 29.5 $ 150.00 $ 4,425.00 TRRP Surcharge(10%) ea 1.5 $ 1.00 $ 2,772.05 Other Direct Costs Unit Price $ - Mileage mile 1700 $ 0.51 $ 858.50 y : r Db ea 4.5 $ 75.00 $ 337.50 Per day 4.5 $ 2,000.00 $ 9,000.00 r pgpSTes'" lump sum 11.5 $ 514.00 $ 5,911.00 Data Tables lump sum 1.5 $ 1,000.00 $ 1,500.00 PID lump sum 4.5 $ 75.00 $ 337.50 Geopump per week 4.5 $ 85.00 - $ 382.50 Multimeter/flow thru cell per week 1.5 $ 380.00 $ 570.00 Water Level Indicator per week 4.5 $ 80.00 $ 360.00 Misc. Materials(sample containers,towels,etc) ea 8.5 $ 100.00 $ 850.00 TASK SUBTOTAL OTHER DIRECT COSTS $ 52,061.55 * includes pre-packed screens,temporary riser,disposable points,and drums Xenco \���1G)�tt-11u,gorIvag�iacore� ''R bit T-31".doc P08043FW Exhi B-3�-6 08/28/08 EXHIBIT "B-31" (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES - ENVIRONMENTAL SITE ASSESSMENT (HAZARDOUS WASTE MITIGATION) Engineering Desgin Services Associated with IMPROVEMENTS TO THE FOREST PARK PARKVIEW STORM DRAIN City Project No. 00674 Material&ODC Cost Breakdown City of Fort Worth Task Order Estimate Improvements To The Forest Park-Parkview Storm Drain 01 TCEQ Coordination/Research Laboratory Turnaround Unit Price Unit Price Unit Price Unit Price Unit Price Extended Cost Type Quantity Units 7 days 5 days 3 days 1 day same day Price Laboratory Testing and Services TPH(TX 1005) ea 0 $ 34.00 $ 51.00 $ 60.00 $ 68.00 $ 102.00 $ - Volatile Organic by GC/MS(8260) ea 0 $ 97.50 25% 50% n/a n/a $ - Total 8 RCRA Metals(SW-846) ea $ 79.00 $ - $ - $ - $ - $ - SVOCs(8270) ea 0 $ 208.00 25% 50% n/a n/a $ - Pesticides(8081) ea 0 $ 144.00 25% 50% n/a n/a $ PCB's(8082) ea 0 $ 72.00 25% 50% n/a n/a $ Herbicides(8150) ea 0 $ 150.00 25% 50% n/a n/a $ - TRRP Surcharge(10%) ea 0 $ 1.00 $ - $ - $ - $ - $ - Other Direct Costs Unit Price $ - Mileage mile 400 $ 0.51 $ 202.00 Mob/demob Drillers ea $ 75.00 $ - Drilling Services per day $ 2,000.00 $ - Drilling Supplies* lump sum $ 514.00 $ - Data Tables lump sum $ 1,000 $ - PID lump sum $ 75.00 $ - Geopump per week $ 85.00 $ - Multimeter/flow thru cell per week $ 380.00 $ - Water Level Indicator per week $ 80.00 $ - Misc. Materials(sample containers,towels,etc) ea 4 $ 100.00 $ 400.00 TASK SUBTOTAL OTHER DIRECT COSTS $ 602.00 P08043FW Exhibit"B-31".doc B-31-7 08/28/08 EXHIBIT "B-31" (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES - ENVIRONMENTAL SITE ASSESSMENT (HAZARDOUS WASTE MITIGATION) Engineering Desgin Services Associated with IMPROVEMENTS TO THE FOREST PARK PARKVIEW STORM DRAIN City Project No. 00674 Material&ODC Cost Breakdown City of Fort Worth Task Order Estimate Improvements To The Forest Park-Parkview Storm Drain 02 Characterization of Waste Laboratory Turnaround Unit Price Unit Price Unit Price Unit Price Unit Price Extended Cost Type Quantity Units 7 days 5 days 3 days 1 day same day Price Laboratory Testing and Services TPH(TX1005) ea 32 $ 34.00 $ 51.00 S 60.00 $ 68.00 $ 102.00 $ 1,088.00 Volatile Organic by GC/MS(8260) ea 35 $ 97.50 25% 50% n/a n/a $ 3,412.50 Total 8 RCRA Metals(601OB or 7470A) ea 32 $ 79,00 $ - $ - $ $ $ 2,528.00 SVOCs(8270) ea 32 $ 208.00 25% 50% n/a n/a $ 6,656.00 Pesticides(8081) ea 22 $ 144.00 25% 50% n/a n/a $ 3,168.00 PCB's(8082) ea 22 $ 72.00 25% 50% n/a n/a $ 1,584.00 Herbicides(8150) ea 22 $ 150.00 25% 50% n/a n/a $ 3,300.00 TRRP Surcharge(10%) ea 1 $ 2,064.85 $ $ $ $ $ 2,064.85 Other Direct Costs Unit Price Mileage mile 300 $ 0.51 $ 151.50 Mob/demob Drillers ea 3 $ 75.00 $ 225.00 Drilling Services per day 3 $ 2,000.00 $ 6,000.00 Drilling Supplies lump sum 10 $ 514,00 $ 5,140.00 Data Tables lump sum 1 $ 1,000 $ 1,000.00 PID lump sum 3 $ 75.00 $ 225.00 Geopump per week 3 $ 85.00 $ 255.00 Multimeter/flow thru cell per week 0 $ 380.00 $ - Water Level Indicator per week 3 $ 80.00 $ 240.00 Misc. Materials(sample containers,towels,etc) ea 3 1 $ 100.00 1 1 $ 300.00 TASK SUBTOTAL OTHER DIRECT COSTS $ 37,337.85 soil samples: 10 borings x 2 samples per boring plus one duplicate and 2 trip blanks. groundwater samples: 1 Omonitor wells plus one duplicate= 1 1 groundwater samples analyze 10 subsurface soils for PCBs/Pest and herb,if elevated analyze groundwater for these constitutents P08043.F W Exhibit"B-31".doc B-31-8 08/28/08 EXHIBIT"B-31" (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES - ENVIRONMENTAL SITE ASSESSMENT (HAZARDOUS WASTE MITIGATION) Engineering Desgin Services Associated with IMPROVEMENTS TO THE FOREST PARK PARKVIEW STORM DRAIN City Project No. 00674 Material&ODC Cost Breakdown City of Fort Worth Task Order Estimate Improvements To The Forest Park-Parkview Storm Drain 03 Report Prep/P5E Laboratory Turnaround Unit Price Unit Price Unit Price Unit Price Unit Price Extended Cost Type Quantity Units 7 days 5 days 3 days 1 day same day Price Laboratory Testing and Services TPH(TX 1005) ea 11 $ 34.00 $ 51.00 $ 60.00 $ 68.00 $ 102,00 $ 374.00 Volatile Organic by GC/MS(8260) ea 12 $ 97.50 25% 50% n/a n/a $ 1,170.00 Total 8 RCRA Metals(SW-846) ea 11 $ 79.00 $ - $ - $ - $ - $ 869.00 SVOCs(8270) ea 11 $ 208.00 25% 50% n/a n/a $ 2,288.00 Pesticides(8081) ea 7.5 $ 144.00 25% 50% n/a n/a $ 1,080.00 PCB's(8082) ea 7.5 $ 72.00 25% 50% n/a n/a $ 540.00 Herbicides(8150) ea 7.5 $ 150.00 25% 50% n/a n/a $ 1,125.00 TRRP Surcharge(10%) ea 0.5 $ 707.20 $ $ - $ $ - $ 707.20 Other Direct Costs Unit Price Mileage mile 1000 $ 0.51 $ 505.00 Mob/demob Drillers ea 1.5 $ 75.00 $ 112.50 Drilling Services per day 1.5 $ 2,000.00 $ 3,000.00 Drilling Supplies* lump sum 1.5 $ 514.00 $ 771.00 Data Tables lump sum 0.5 $ 1,000 $ 500.00 PID lump sum 1.5 $ 75.00 $ 112.50 Geopump per week 1.5 $ 85.00 $ 127.50 Multimeter/flow thru cell per week 1.5 $ 380.00 $ 570.00 Water Level Indicator per week 1.5 $ 80.00 $ 120.00 Misc.Materials(sample containers,towels,etc) ea 1.5 $ 100.00 $ 150.00 TASK SUBTOTAL OTHER DIRECT COSTS $ 14,121.70 P08043.F W Exhibit"B-31'.doc B-31-9 08/28108 EXHIBIT "B-31" (SUPPLEMENT TO ATTACHMENT B) ADDITIONAL SERVICES - ENVIRONMENTAL SITE ASSESSMENT (HAZARDOUS WASTE MITIGATION) Engineering Desgin Services Associated with IMPROVEMENTS TO THE FOREST PARK PARKVIEW STORM DRAIN City Project No. 00674 Material&ODC Cost Breakdown City of Fort Worth Task Order Estimate Improvements To The Forest Park-Parkview Storm Drain 04 Construction Oversight Laboratory Turnaround Unit Price Unit Price Unit Price Unit Price Unit Price Extended Cost Type Quantity Units 7 days 5 days 3 days 1 day same day Price Laboratory Testing and Services TPH(TX 1005) ea 11 $ 34.00 $ 51.00 $ 60.00 $ 68.00 $ 102.00 $ 374.00 Volatile Organic by GC/MS(8260) ea 12 $ 97.50 25% 50% n/a n/a $ 1,170.00 Total 8 RCRA Metals(SW-846) ea 11 $ 79.00 $ - $ - $ - $ - $ 869.00 SVOCs(8270) ea 11 $ 208.00 25% 50% n/a n/a $ 2,288.00 Pesticides(8081) ea 7.5 $ 144.00 25% 50% n/a n/a $ 1,080.00 PCB's(8082) ea 7.5 $ 72.00 25% 50% n/a n/a $ 540.00 Herbicides(8150) ea 7.5 $ 150.00 25% 50% n/a n/a $ 1,125.00 TRRP Surcharge(10%) ea 0.5 $ 707.20 $ - $ $ - $ - $ 707.20 Other Direct Costs Unit Price Mileage mile 1000 $ 0.51 $ 505.00 Mob/demob Drillers ea 1.5 $ 75.00 $ 112,50 Drilling Services per day 1.5 $ 2,000.00 $ 3,000.00 Drilling Supplies* lump sum 1.5 $ 514.00 $ 771.00 Data Tables lump sum 0.5 $ 1,000 $ 500.00 P1D lump sum 1.5 $ 75.00 $ 112.50 Geopump per week 1.5 $ 85.00 $ 127.50 Multimeter/flow thru cell per week 1.5 $ 380.00 $ 570.00 Water Level Indicator per week 1.5 $ 80.00 $ 120.00 Misc. Materials(sample containers,towels,etc) ea 1.5 $ 100.00 $ 150.00 TASK SUBTOTAL OTHER DIRECT COSTS $ 14,121.70 P08043,F W Exhibit T-31".doc B-31-10 08/28/08 J EXHIBIT"13 4" ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST SUMMARY DATE: 5/9/2008 Sheet 1 of 5 OWNER: CITY OF FORT WORTH ENGINEE LGGROUP Job No.P08043.FW PROJECT: Improvements To The Forest Park-Parkview Storm Drain Project Paving Drainage Water Sanitary Sewer Total Improvements Improvements Improvements Improvements Forest Park-Parkview Storm Drain Improvements $96,000 $7,127,000 $25,000 $25,000 $7,273,000 PERCENT COST 1.32% 97.99% 0.34% 0.34% 100.00% 08/28/08 Exhibit"B-4".doc B4-1 P08043.FW EXHIBIT"B-4" ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST PAVING IMPROVEMENTS 0 - DATE: 5/9/2008 Sheet 2 of 5 OWNER: CITY OF FORT WORTH ENGINEERING LGGROUP Job No.P08043.FW PROJECT: Improvements To The Forest Park-Parkvlew Storm Drain ITEM CNOMS DESCRIPTION OF ITEM UNITS QUANTITY COST UNIT TOTAL 1 00452 Pavement-7 Inch—Install SY 1,700 $30.00 $51,000 2 00486 Subgrade-8 Inch-Lime Stabilized—Install SY 1,718 $4.00 $6,872 3 00496 Subgrade-Lime for Stabilization—Install TON 34 $120.00 $4,123 4 00842 Curb-6 Inch—Install LF 880 $5.00 $4,400 5 NA Curb-6 Inch—Remove LF 880 $2.00 $1,760 6 00427 Median—Install SF 350 $0.50 $175 7 00457 Pavement-Concrete—Remove SY 1,700 $5.00 $8.500 8 00530 Walk-4 Ft—Install SF 210 $5.00 $1,050 9 00847 Valve Box-Adjustment—Services EA 1 $250.00 $250 10 00849 Manhole-Adjustment—Services EA 1 $500.00 $500 11 00529 Walk—Remove SF 210 $1.00 $210 12 00402 Driveway-Remove SF 300 $1.50 $450 13 00404 Driveway-6 Inch-Install(Reinforced Concrete) SF 370 $6.00 $2,220 14 00501 Sign-Barricades&Traffic Routing—Install LS 1 $5,000.00 $5,000 15 00405 Guardrail—Install LF 100 $5.00 $500 16 00406 Guardrail—Remove LF 100 $1.00 $100 Sub-Total $87,110 10%Contingency $8,711 Total $96,000 08/28/06 Exhibit"B-4".doc 134-2 P08043.FW EXHIBIT"B4" ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST DRAINAGE IMPROVEMENTS DATE: 5/9/2008 Sheet 3 of 5 OWNER: CITY OF FORT WORTH ENGINEERING LGGROUP Job No.P08043.FW PROJECT: Improvements To The Forest Park-Parkvlew Storrs Drain ITEM CND S DESCRIPTION OF ITEM UNITS QUANTITY COST UNIT TOTAL 1 00891 Box Culvert 2-8 Ft x 7 Ft—Install LF 1,250 $900.00 $1,125,000 2 NA Box Culvert 2-8 Ft x 7 Ft—Remove LF 182 $50.00 $9,100 3 NA Sheet Piling—Install SF 33,700 $60.00 $2,022,000 4 00069 Headwall-Install Cy 2 $650.00 $1,613 5 NA Wingwall—Install Cy 3 $650.00 $2,041 6 NA Wingwall—Remove Cy 3 $100.00 $314 7 NA Concrete Apron—Install Cy 11 $450.00 $4,951 8 NA Excavation-Disposal-Contaminated Soil -Cy 49,900 $50.00 $2,495,000 9 00134 Grass-Hydromulch Seeding—Install Sy 3,020 $2.25 $6,795 10 00543 FillMaterial-Borrow—Install Cy 42,500 $15.00 $637,500 11 00068 Erosion Control-Mattress—Install LS 1 $20,000.00 $20,000 12 00542 Dehole-Exploratory Excavation—Study EA 15 $2,000.00 $30,000 13 NA Mud-jacking with Cement Slurry Cy 770 $135.00 $103,950 14 00100 Storm Water Pollution Prevention Plan> Than 1 Ac SWPPP—Install LS 1 $20,000.00 $20,000 Sub-Total $6,478,263 10%Contingency $647,826 Total $7,127,000 08/28/08 Exhibit"B-4".doc B4-3 P08043.FW EXHIBIT"B4" ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST _ WATERIMPROVEMENTS DATE: 5/9/2008 Sheet 4 of 5 OWNER: CITY OF FORT WORTH ENGINEERING LGGROUP Job No.P08043.FW PROJECT: Improvements To The Forest Park-Parkview Storm Drain ITEM CNOS DESCRIPTION OF ITEM UNITS QUANTITY COST UNIT TOTAL 1 00618 pipe-Pressure-8 Inch—Install LF 370 $40.00 $14,800 2 00750 Valve-Gate—Install EA 6 $1,200.00 $7,200 Sub-Total $22,000 10%Contingency $2,200 Total $25,000 08/28/08 Exhibit"B-4".doc 134-4 P08043.FW EXHIBIT"B4" ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST SANITARY SEWER IMPROVEMENTS DATE: 5/9/2008 Sheet 5 of 5 OWNER: CITY OF FORT WORTH ENGINEERING LGGROUP Job No.P08043.FW PROJECT: Improvements To The Forest Park-Parkview Storm Drain ITEM CND S DESCRIPTION OF ITEM UNITS QUANTITY COST UNIT TOTAL 1 00247 pipe-Sewer-12 Inch-(All Depths)-Install LF 75 $50.00 $3,750 2 00332 pipe-Sewer-8 Inch(All Depths)-Install LF 150 $40.00 $6,000 3 00213 Manhole-Std 4 Ft Diam-(to 6 Ft Depth)-Install I EA 5 $2,500.00 $12,500 $0 Sub-Total $22,250 70%Contingency $2,225 Total $25,000 08/28/08 Exhibit"B-4".doc B4-5 P08043.FW ATTACHMENT"C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND ATTACHMENT A Engineering Design Services Associated with IMPROVEMENTS TO THE FOREST PARK- PARKVIEW STORM DRAIN City Project No.00674 NONE Attachment`C'Doc. P08043.FW C-1 08t28108 nmmm©mm�oommm©mm�©omm©ommM,ommmommroommmommm©mmmmommm�oom� ■■■■■■■■/■■■■■■■■■■■■/■■■■■■■■■■■■■■■■■■■■■■■■/NONE■ MEMO © •. SMS■mEMNNE/■MSM■■mMEME/EMMU■MMMEMNMm■SMm■M/MMMM mOEN -•. .. ■■S■■■N■EMSN■S■■■■NN■■■■■■■NON■■■E■■■■■■■NN■S■NUM■ ONES IMME■■ ■■■■■■■■■NNE■■■■■■■■S■SS■■■■S■M■■■■■■NN■■NSN■S MEMO IMMEs■ ■■■■■■■■■■■N■■■■■■■■■■■■■N■■N■■■N■■■■■■ME■NNE■ MEMO sNNNNES■M■/■ENE■■N■M■O■■■■NON■■■■■■■■■■■■■■m■EN/■■■ MEMO sME N■■■■N■■■■N■■s■■■■■E■SNNMSMS/MO■■■■■■■■■■■/■O■ON MEMO BRE MEN MEMO a■■■■■■■NNUM■■■S■■■MN■■■M■SNM■N■M■N■M■N■■■■■N■N■N■M■ MEMO ■ ef;■■NNE■■■■N■■■■NM■■■N■N■■■N■■NNM■■N■■■■■■■■■■■■■ ■■M■ an NUNN ■■■■■■Ea ■■■■NE■■S■■■■■■■NN■■■■■■■■■■■■■■■■■■■■■■M■ NOON ■■MN■■■■■■6E3■■■■■■■S■■■S■■■N■■■N■■■M■MOM■SS■SSNS■S ONES ■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■N■■■■■■■■■■■■■N■■■■ NOON sM■■N■■■■m■■■■■■ ci■■M■/NOON■■■/■/NONE■■mE■■NEON ONE N■■■■■■■■©rmmm■■■■■■■■■■■■■■■■■■■■■■■■■■■N■■■■■N■■■■■ ONE NOON ■■■■■■■■■■ ■■■■■■■M■■■■■■■■■■■■EON■■■N■■■■■N■N■■■M■ OMEN ■■■NMNEM■■uM■MN/NON/■■/■/N■■■N■■uM■■■■N■NMS■ME■■■■■■ MEMO sU■■■MM■OMUMEi(mOON■NNMO/N/N■N/■NOON/E/■■■■NMN■MN■■/ MEMO •• ■■■■■MNS■■■■ ■EON■■■■■NON■■■■■■■■■■■■■■■■■NN■■■■■■■ NOON ■NS■MMEMEMEMM■ ■■■■■S■■■■■■■N■/UO■■NESMSEms■■■N mums M■uNMMEM■MMMU■/■■■■■ ■■N■■■■■■■■■■■O■■■■NOS■m■■■■■ MEMO ■■M■■■■■■■■■■■■■© : ■■■■S■■■■■■■■■■■■SN■■S■M■S■■■■■ OMEN ■■■■■N■■■■u■■■■ENUN© • ■■■■■■■■■■■■■■■■N■■■■■■■■■■■ MEMO IMME■MMU■MEMMEMMOMMOMMOM ■MMEMME■ OMEN MEN sum■■■■■■■■■■■■■■■ME■Nm■mU■■■N■MNSOm■■■■N■■■■■■■� OMEN • • •. M■MMMMMMMMMMMMMMMMMM ■EON■MMMMS■■MN■■ME■OEE■■■■■■ M■■■ • NU■■■E■■■■■■■■u■N■■■■■■■ MEMOS OMEN ■■■■■■■N■■M■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■N■■NON■■■ OMEN �. • ■■■■■N■■■■■■■■■■/NOON■NE■■© ■■■■N■■■■■■■■■SON■■■■ MEAN NONE ■■■NNE■■NM■■■M■EN■■■■■■■■■■■MN/M/S/mu■■NM■M■■■SNNM■M SEEN _ ■UMEUM/NMSEMMM■■MOM■■■■■M■M■ ■M■S■■■■M■N■MNm■■■■■/■ ■■■s � . •: s■■■■■■■■■■■■■■■N■■■■■■■■■■■■© • ■MN/■/■■N/S■S■■■■■ MEMO ■■■■■■■■■■■■■OM■SNE■SSMEMO■E■S MMMMM■M■EMMM■MMOMN■MM NONE M■■■NEMNMM■■■M■■■■■■■■■■■■■EEMNN■■■■■M■MNMNMSMSMMM■/ OMEN S■■■■S■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■© ■■■■ENS SEEN : •' ■■■E■N■■■■■■■■■■S■■■■■■■■N■■ESN■■■■■■■■■■■■© �: • ■■S■ OMEN • � � ����� ����� � ����������������■©;■■■IM MEMO 41.Execute Contract DocumentsSM■■■■■■■N■■■■■■■■■S■■■■■■■■M■■■■■■■MO■■■■■■■E ■NOON SEEM s■mM■■/■u■U■■■M■■NMEMMSM■■■■■■■■■M■■■■■■■■■■M■M■■■■■ MEMO ■■■■SE■N■■E■N■■■■■■NON■■■■■■M■■■■■■■M■SSE■S■■■■NNENS OMEN IN■■■m■■■EN■■■■■■■■■■M■■■m■mE■■■■■■■■■■■■■■N■■■■■sum■ ■■mN ATTACHMENT"D-I" PROJECT SCHEDULE CITY OF FORT WORTH Engineering Design Services Associated with IMPROVEMENTS TO THE FOREST PARK-PARKVIEW STORM DRAIN City Project No.00674 Projected Actual Planned Start, Duration Planned Actual Start Duration Actual Finish ID Activity Name Date (Wor'609 Finish Date Date (Worldng Date Days) Days) 44,DR` "Oft row 31-Conceptual Design(30%) 10162008 I=62008 Notice To Proceed 10/6/2008 1 _10/6/2008 2 Send&Receive Signed ROE Letter for Surveying,SUE 10/6/2008 10 10117/2008 3 Subsurface Utilfiy Engineering(SUE) 10/20/2008 20 11/14/2008 4 Prepare Cultural Resources Permit Application 10/20/2008 008 5 Submit Cultural Resources Permit Application to THC by City 10127t2008 —5 10131/2008 6 Review of Cultural Resources Permit Application by THC 11/3/2008 20 11/28/2008 7 Review Existing Environmental Documents&Site Visit 10/6/2008 5 1000/2008 8 Prepare Field Work Plan for Soil&Goundwater Data Acquisiti 10/13/2008 20 iin/2008 9 TCEQ Review&Ayproval of Field Work Plan 11/10/2008 10 11/21/2008 10 Collect Samples m Field&Conduct Tests on Sam]es �—11/24/2008 15 12/12/2008 11 Prepare Project Site Investigation Report 12/15/2008 20 1/9/2009 12 City Review of Project Site Investi ation Re ort 1/12/2009 101/23/2009 13 Prepare Contaminated Soil&Groundwater Management Plan 1/26/2009 30 3/13/2009 14 Prepare 30%Conceptual Plans 10/6/2008 50 12/12/2008 15 30%Plans Submittal to DOE 12/12/2008 1 F1 2/12/2008 16 Conceptual Design Review(City) 12/15/2008 10 12/26/2008 32-Preliminary Design(60*/.)* 12129/2008 9 17 Address DOE/Citizen Comments 12/29/2008 10 1/9/2009 18 Prepare 60%Preliminary Construction Plans&Specifications 1/12/2009 30 2./20/2009 19 Phase I Assessment&Report for Section 404 Permit Permitting 2/23/2009 15 3/13/2009 20 Review of Section 404 Perrrnit Phase 1 Re rt by USACE 3/16/2009 120 i 8/28/2009 21 60%Plans&Specifications Submittal to DOE 2/2012009 1 1 2120/2009 22 Preliminary Design Review(City) 2/23/2009 15 3/13/2009 33-Final Design(9VI.)* 3/16/2009 4117/2009 23 Revise&Prepare 90%Final Construction Plans&Specification, 3116/2009 20 4/1012009 24 901/6 Plans&Specifications Submittal to DOE 4/10/2009 1 4/10/2009 25 Final Design Review(City) 4/13/2009 5 4/17/2009 34-Final Construction Plans Submittal(100%)•� 4/20/2009 Moog 26 Address Final Review Comments(Consultant) 4/20/2009 10 5/l/2009 27 100%Plans&Specifications Submittal to DOE 5/l/2009 1 5/l/2009 28 Confirm Final Review Comments(City) 5/4/2009 5 5/8/2009 29 Design Complete(milestone) 5/8/2009 1 5/8/2009 30 Parcel Preparation 31 Assign Land Agent/Appraisals 32 Review AppraisalsfPrepare First Offer 33 First Offer 34 Pre are Second Offer 35 Second Offer 36 Prepare&Deliver Condemnation Packet 37 Condemnation 38 Other Negotiations 39 Real Property Complete(milestone) 0 An h—'D-I-dm P08043 FW LOPEZGARCLA GROUP 08n8/Oa 14 �4 ATTACHMENT"D-1" PROJECT SCHEDULE CITY OF FORT WORTH Engineering Design Services Associated with IMPROVEMENTS TO THE FOREST PARK-PARKVIEW STORM DRAIN City Project No.00674 Projected Actual I Duration Duration Planned Start Planned Actual Start I Actual Finish ID Activity Name Date Day� Days)g Finish Date Date (o g 1 Date 40 51-Preliminary Survey(Re 'd for 30%Design) 10/20/2008 I 20 11/14/2008 41 53-Easement&ROW Document Preparation(Re 'd for ROW/Land)1 2/23/2009 20 3/20/2009 42 54-Plattin (Re 'd for ROW/Land 0 43 Public Meeting-Prelimin Design(milestone) 12/31/2008 ! 1 12/31/2008 44 Public Meetin -Preliminary Construction(milestone 0 r .. _ •,i. 3'. - _.. rs. .s-ems - sa- _ 45 Submit Data to Utility Clearance/Distribute Clearance Plans(mileston 1/26/2009 ; 1 1/26/2009 46 Atmos Energy 47 TXU Electric Delivery 48 SBC 49 Cable 50 Other Utih 51 81-Bid Package Pre aration 7/13/2009 5 7/17t2009 52 82-Advertisement(milestone) 7/17/2009 1 7/17/2009 53 Advertisement Duration 7/20/2009 14 8/6/2009 83`-Construction Activities. 1 54 Bid nin (milestone) 8/6/2009 1 8/6/2009 55 Contractor Selection(Award Process 8/10/2009 10 8212009 56 Execution of Contract(milestone) 8/24/2009 5 8/28/2009 57 Pre-Construction Meeting(milestone) 9/31/2009 1 8/31(2009 58 Construction Activities 8/31/2009 I 130 2/19/2010 59 Construction Com lete(milestone) 2/19/2070 ] 2/192010 60 Closeout Project 2/222010 10 3/52010 'Complete as appropriate-some DoE divisions use 30/60/100/Conformed,some use 30/90/100,etc. Ao hn •o-i•doc D-1(2) P08043,rw LOPE MARCV.GROUP OM1aN8 ATTACHMENT"E-1" LOCATION MAP Improvements to the Forest Park— Parkview Storm Drain City Project No. 00674 Attached are pages showing the location of improvements for the Forest Park—Parkview Storm Drain. The pages are numbered E-2 to E-3 and are as follows: E-2. Project Site Map E-3. Detailed map showing the section of the Forest Park—Parkview Storm Drain to be improved. (Mapsco Page 76F) E-4. Detailed map showing the limits of pavement replacement(Mapsco Page 76F) E-5. Detailed map showing the limits of water line replacements (Mapsco Page 76F) E-6. Detailed map showing the limits of sanitary sewer replacements (Mapsco Page 76F) Attachment'E-l'.doc P08043FW 08/28/08 E-1 CITY OF FORT WORTH FOREST PARK BLVD. PARKVIEW DRIVE STORM DRAIN N COUNCIL DISTRICT NO. 9 MAPSCO NO. 76F SCALE: N.T.S. ATTACHMENT E-2 FOREST PARK - PARKVIEW STORM DRAIN IMPROVEMENTS LOPEZISARCIA GROP 100 E l5th Street U (817)39D.-IODO FoRTWoRTH Sulte 200 (8371 Sn-9462 Fax Fort W00%Tam 76102 wwwJopealarciagroup.com *FILE. 41TIMES 00ATE6 1 \\�\BOXP �E rJ� \ it ' I \ i �-� O I V 01 o�\\�\` LEX.z axr i i I sox_u I FORF'-37PAU BLyp_ �7 I I Z SCALE: N.T.S, LEGEND COUNCIL DISTRICT NO. 9 EX. STORM DRAIN MAPSCO NO. 76F RIGHT OF WAY -- - CURB LINE PROP. STORM DRAIN PROP. PAVEMENT ATTACHMENT E-3 FOREST PARK - PARKVIEW STORM DRAIN IMPROVEMENTS DRAINAGE IMPROVEMENTS LC]P Street IA GROUP FoRTWoRTH 100E 15ih Street (gtl)39o-}ODO Suhe 200 (817)882-9462 Fm Fort Worth Tens 76102 wwwlkpezgas6agroupcom •FILF� *TIME. .n.r� \\BOX C r , 'I J J�� rIj tellhoc sxr \`z ^ BOX CULVERT �C I � F�7rESSP,�RBLVD. � i 30 sl \ t 11 �Z r SCALE: N.T.S. LEGEND COUNCIL DISTRICT NO. 9 EX. STORM DRAIN MAPSCO NO. 76F RIGHT OF WAY -- CURB LINE PROP. STORM DRAIN PROP. PAVEMENT ATTACHMENT E-4 FOREST PARK - PARKVIEW STORM DRAIN IMPROVEMENTS PAVEMENT REPLACEMENT LOPStr"t IA GROUPFORTWORTH too E lsm sUee[ (911139o-1aoo sWfte 2oo (917)987-9462 Fax FortWDrth Taas761D7 w�Jopezgardagroupzom •FILE •T1ME* •DATEr \\\ P O 4 \ 1 \ PROP.8'W.L \\BOX C ERT (—f r \ 8'W.L. EX.8'W.L. off\\�\_ \\� _ BOX CULVER III I I 15 TPARKsLVD. 7�,'TjA I .T0 l F t E-8*W-L z-- SCALE: N.T.S. LEGEND COUNCIL DISTRICT NO. 9 EX. STORM DRAIN MAPSCO NO. 76F RIGHT OF WAY -- - CURB LINE PROP. STORM DRAIN PROP. 8" WATER LINE ATTACHMENT E-5 FOREST PARK - PARKVIEW STORM DRAIN IMPROVEMENTS WATER LINE REPLACEMENTS Street LO P IA GROUP FORT WORTH 100E 15Itt Street (817)390-1000 Suhe 200 (817)8814462 Fax Fort Wordk Tems 76102 —kpagardagroup.— •FILE6 OT IMED *DATE* \\\ BOX C2 R rJJ / PROP.8' 12'S.S. �\ / i I. SAN.SEWER IX e•S.S. L-8671 sAri s12• -��\ // I rr 1 j 9 f BOX_ CULVE Oa.8•VER EX-8•S.S. , 'bo+iA � ` F��TPnRK BI 7127 �� 1 1` EX.12•S. \ M-70-R Z- SCALE: N.T.S. LEGEND COUNCIL DISTRICT NO. 9 EX. STORM DRAIN MAPSCO NO. 76F RIGHT OF WAY -- CURB LINE PROP. STORM DRAIN PROP. SAN. SEWER ATTACHMENT E-6 FOREST PARK - PARKVIEW STORM DRAIN IMPROVEMENTS SANITARY SEWER REPLACEMENTS LOP Sueel IA GROUP FoRTWoRTH 100 f.iSth street �17)390-1000 Suite 200 (817)882-9C62 Fa= Fort Worth Taal 76102 wwwJopezgardagrouptom *FILE* *TIME* *DATE* City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 11/11/2008 DATE: Tuesday, November 11, 2008 LOG NAME: 20AMEND1 FOREST REFERENCE NO.: C-23177 SUBJECT: Authorize an Engineering Agreement in the Amount of $634,007.00 with URS Corporation for Design of Forest Park-Parkview Storm Drain RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with URS Corporation, in the amount of$634,007.00 for design of the Forest Park-Parkview storm drain. DISCUSSION: The Stormwater Management Program was established to reduce flooding in Fort Worth, preserve streams, minimize water pollution and to operate the storm water system in a more effective manner to fully comply with state and federal regulatory requirements. This will be accomplished by infrastructure reconstruction and system maintenance, master planning, enhanced development review, and increased public education and outreach. On October 16, 2007, the City Council approved the issuance and sale of bonds which will be used to fund capital improvements in the storm water utility system scheduled over the next two years. The LopezGarcia Group was selected to provide design services for the Forest Park-Parkview storm drain. On June 5, 2007, the City Council authorized the City Manager to execute an engineering agreement with LopezGarcia Group (City Secretary Contract No. 35499) in the amount of $113,605.00 for a study of the Forest Park-Parkview storm drain. The study has been completed and recommendations provided for improvements to the storm drain system from just north of Interstate 30, across Forest Park Boulevard and Parkview Drive and to the outfall into the Trinity River. The recommended improvements include the following: replacing a section of existing box culverts that are structurally damaged; the construction of additional, parallel box culverts and associated pavement replacement and water and sewer relocations. In August 2008, LopezGarcia Group was acquired by URS Corporation. Therefore, the contract for design services will be with URS Corporation. The subject engineering agreement will provide the following design services: paving, storm drain, water and sewer design and preparation of engineering plans and contract documents for the bidding and construction of the recommended improvements. URS Corporation proposes to perform the design services for a lump sum fee of $634,007.00. City staff considers the fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $120,005.00 is required for project management by the Transportation Logname: 20AMENDlFOREST Page 1 of 9 and Public Works Department. URS Corporation is in compliance with the City's M/WBE Ordinance by committing to 27 percent M/WBE participation. The City's goal on the project is 26 percent. This project is located in COUNCIL DISTRICT 9, Mapsco 76F. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated of the Stormwater Capital Projects 2007 Revenue Bond Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P229 531200 209280067431 $185,196.00 P229 531200 209280067432 $370,390.00 P229 531200 209280067433 $61,731.00 P229 531200 209280067451 $16,690.00 Submitted for City Manager's Office Fernando Costa (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: Michael Owen (8079) Logname: 20AMENDlFOREST Page 2 of 2