Loading...
HomeMy WebLinkAboutContract 31326 --�ffY SECRETARY CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY'), and DeOfte, Inc. Civil Engineering, (the "ENGINEER"), for a PROJECT generally described as'. Landfill Access Road and I.H. 20 Access Road. Article I o22-16-05-09 :54 R-VD Scope of Services A. The Scope of Services is set forth in Attachment A. Article 11 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 1, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages used the CITY because of such suspension of services. M IMI`,J]A 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 CITYs 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 Cl 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. ENGINEERING CONTRACT Page 2 of 14 E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITYs 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 conditions; time or quality ENGINEERING CONTRACT Page 3 of 94 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 C11"Ys 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 MAMBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) years after 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 ENGINEERING CONTRACT Page 4 of 14 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 sub-consultant 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. ENGINEEWs Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the PROJECT. Worker's Compensation Coverage A, statutory limits Coverage B: $100,000 each accident $500,000 disease-policy limit $100,000 disease-each employee Professional Liability $1,000,000 each claimlannual aggregate ENGINEERING CONTRACT Page 5 of 14 (2) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverage specified according to items section K(1) and K(2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency, (f) Deductible limits, or self-insured retentions, affecting insurance required herein shall be acceptable to the CITY in its sole discretion, and, in lieu of traditional insurance, any altemative 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 CI discretion, the ENGINEER may be required to provide proof of insurance premium payments, (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions, ENGINEERING CONTRACT Page 6 of 14 az The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the ENGINEER for a minimum two (2) year period subsequent to the term of the respective PROJECT contract with the CITY unless such coverage is provided the ENGINEER on an occurrence basis. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood that insurance cost is an allowable component of ENGINEER's overhead. (1) All insurance required in section K., except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When subconsultants maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract, N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation, (2) If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist, the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. ENGINEERING CONTRACT Page 7 of 14 O. 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-Fumished Data The CITY will make available to the ENGINEER all technical data in the CIlys possession relating to the ENGINEER's services on the PROJECT. The ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services and will provide labor and safety equipment as required by the ENGINEER for such access. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITYs facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITYs personnel. C. Advertisements, Pennits, 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 counsellor, accountant, auditor, bond and financial advisors, end other ENGINEERING CONTRACT Page 8 of 14 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 and Indemnification (1) To the maximum extent permitted by law, the CITY will indemnify and release ENGINEER and its officers, employees, and subcontractors from all claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation expenses arising out of or relating to the presence, discharge, release, or escape of hazardous substances, contaminants, or asbestos on or from the PROJECT. Nothing contained herein shall be construed to require the CITY to levy, assess or collect any tax to fund this indemnification. (2) The indemnification and release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER'S negligence or if such hazardous substance, contaminant or asbestos is brought onto the PROJECT by ENGINEER. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractors 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," ENGINEERiNG CONTRACT Page 9-of 14 (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. 1. CIT)rs Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT, (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. 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. ENGINEERING CONTRACT Page 10 of 14 B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY"s sole risk. The final designs, drawings, specifications and documents shall be owned by the CITY. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product-, 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 CI 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, ENGINEERING CONTRACT Page 11 of 14 F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. 1. 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 attorneys 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 Sward rendered by the arbitrators less than ENGINEERING CONTPACT Page 12 of 14 $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 VIJ shall survive termination of this AGREEMENT for any cause. L. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. ENGNEERING CONTRACT Page 13 of 14 Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A- Scope of Services Attachment B - Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Executed this the UMday of 2005, ATTEST: CITY OF FORT WORT B ytt 7Z4 Marty Hendrix Marc. . Ott City Secretary AssistZn, t City Manager APPRq-VAL RECOMMENDED 0 T— Zatio;; p3- A. Douglas Radbmaker, P.E. D Director, Engineering Department APPRO D AS TqFORM� AND ALITY Asststant/ t y�Attornie' y DFQTTF1 IN(.,, CIVII FNGINFFRING ENGINEER By. �Iqmek. DeOtte, P,E., R.P,L.S. Vice-President ENGINEERING CONT_ T Page 14 of 14 ATTACHMENT "A" General&ope of Services "Scope of Services set forth herein can only be modified by additions, clarifications, andlor 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. GFN =RA I 1 Preliminary Conference with City The Engineer shall attend preliminary conferences with authorized representatives of the City regarding the scope of project so that the plans and specifications which are to be developed hereunder by the Engineer will result in providing facilities which are economical in design and conform to the City's requirements and budgetary constraints. 2) Coordination with Outside Agencies/Public Entities The Engineer shall coordinate with officials of other outside agencies as may be necessary for the design of the proposed street, and storm drain and/or water and wastewater facilities/improvements. It shall be the Engineer's duty hereunder to secure necessary information from such outside agencies, to meet their requirements. 3) Geotechnical Investigations The Engineer shall advise the City of test borings, and other subsurface investigations that may be needed. In the event it is determined necessary to make borings or excavate test holes or pits, the Engineer shall in coordination with the City and the City's geotechnical engineering consultant, draw up specifications for such testing program. The cost of the borings or excavations shall be paid for by the City. 4) Agreements and Permits The Engineer shall complete all forms/applications to allow the City of Fort Worth to obtain any and all agreements and/or permits normally required for a project of this size and type. The Engineer will be responsible for negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits and will make any revisions necessary to bring the plans into compliance with the requirements of said agency, including but not limited to highways, railroads, water authorities, Corps Of Engineers and other utilities. 5) Design Changes Relating to Permitting Authorities If permitting authorities require design changes, the Engineer shall revise the plans and specifications as required at the Engineers own cost and expense, unless such changes are required due to changes in the design of the facilities made by the permitting authority. If such changes are required, the Engineer shall notify an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. 6) Plan Submittal Copies of the original plans shall be provided on reproducible mylar or approved plastic film sheets, or as otherwise approved by the Department of Engineering and shall become the property of the City. City may use such drawings in any manner it desires; provided, however that the Engineer shall not be liable for the use of such drawings for any project other than the project described herein; and further provided, that the Engineer shall not be liable for the consequences of any changes that are made to the drawings or changes that are made in the implementation of the drawings without the written approval of the Engineer. PHASE 1 7) Right-of-Way, Easement and Land Acquisition Needs The Engineer shall determine the rights-of-way, easement needs for the construction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary right-of-way sketches, prepare necessary easement descriptions for acquiring the rights-of-way and/or easements for the construction of this project. Sketches and easement descriptions are to be presented in form suitable for direct use by the Department of Engineering in obtaining rights-of-way, easements, permits and licensing agreements. All materials shall be 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. -2- 10) Conceptual Plans The Engineer shall fumish 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 Engineers 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 fumish 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. -3- PHASE 4 16) Final Approved Construction Plans The Engineer shall fumish 45 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. When substitu- tion prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 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. -4- 23) Shop Drawing Review The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. 24) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 25) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 26) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. -5- EXHIBIT "A-11" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") D.O.E. NO. 4015 DESIGN SERVICES: PAVING AND/OR DRAINAGE IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for paving and/or storm drain improvements for the following: Landfill Access Road (approximately 6000 feet from existing Southeast Landfill weigh station to I.H. 20) and 1.H. 20 Access Road Improvements (approximately 2,800 linear feet) D.O.E. No.4015 Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: STREET AND BRIDGE DESIGN PAVEMENT— -STORM DRAIN STREET COUNCIL Lime 1, Reinforced 30'Wide 36" 24" 5CURB 10 NAME DISTRICT Stabilized Concrete 7"Integral Bridge RCP RCP INLET CURB Subgrade Pavement(SY) Curb(LF) (LF) (LF) (LF) (EA) INLET (SY) (EA) Landfill Access 8 8,700 12,400 12,000 2,400 200 1120 6 Road I.H 2-0 — Access Road 8 12,000 8800 500 Improve- ments TOTAL= 20,700 21,200 12,000 2,400 200 — 16-20 6 Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: PART A— PRE-ENGINEERING Initial Data Collection a. Pre-Design Coordination Meetings ENGINEER will attend and document meetings, as required, to discuss and EA1-1 Exhibit A-1 from Cation Small 04 -0605 Revised 24 Jan 05,doc 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. 2. Schedule Submittal and Monthly Progress Report The ENGINEER shall submit a project schedule after the design contract is fully executed, The schedule shall be updated and submitted to the CITY along with monthly progress reports as required under Attachment B of the contract. PART B -CONSTRUCTION PLANS AND SPECIFICATIONS EA1-2 —Exhibit A-1 from Carton Small-04-0605 Revised 24 Jan 05,doc 1. Conceptual Engineering i. Surveys for Design a. ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. b. ENGINEER will provide the following information: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the Department of Engineering. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, and all drawing files shall be provided in Autocad (DWG or DXF) format (currently Release 12), or as otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shall become the property of the CITY. The minimum survey information to be provided on the plans shall include the following: 1. A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: 2, The following information about each Control Point; a. Identified (Existing. City Monument #8901, PK Nail, 518" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base, Z coordinate on EAI-3 —Exhibit A-1 from Carton Small-04-0605 Revised 24 Jan 05,doc City Datum only. C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast comer of North Side Drive and North Main Street). 3. Coordinates on all P.C.'s, P.T.'s, P.J.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. 4. No less than two horizontal bench marks, per line or location. 5. Bearings given on all proposed centerlines, or baselines. 6. Station equations relating utilities to paving, when appropriate. ii. Public Notification Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: project name limits DOE project No., Consultant's Project Manager and phone no., scope of survey work and design survey schedule. The letter will be reviewed and approved by the City prior to distribution. iii. Drainage Computations ENGINEER will review and document the storm water watershed drainage runoff area and existing street, right-of-way and storm sewer capacities for the subject site. A drainage area map will be drawn at 1" = 200' scale from available contour maps. Calculations regarding street and right-of-way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Capacities of existing storm drain will be calculated and shown, The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with City standards. iv. Conceptual Engineering Plan Submittal EAI-4 —Exhibit A-1 from Carton Smafl-04-M5 Revised 24 Jan 05.doc a. Conceptual plans shall be submitted to City 120 days after Notice to Proceed Letter is issued. b. The ENGINEER shall furnish four (4) copies of the Phase I concept engineering plans which include layouts, preliminary right-of-way needs and cost estimates for the ENGINEER's recommended plan. The ENGINEER shall also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the City as a part of the concept phase of the project. 2. Preliminary Engineering Upon approval of Part B, Paragraph IV, ENGINEER will prepare construction plans as follows: a. Drainage area maps with drainage calculations and hydraulic computations. Information shown on the plans will be consistent with Part A, Paragraph 1.b. for proposed condition. b. Preliminary project plans and profile sheets which will show the following and shall be on 22" x 34" sheets: Property Ownership Curb Lines Driveways Medians (if applicable) Sidewalks Existing and proposed water and sanitary sewer mains. C. Proposed roadway profile grades and elevations along each curb line; elevations at all pm.i.'s; pYs 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 comers (e.g. Iron pins) , along the existing right-of- way shall be shown on the plans. Profiles for existing and proposed storm drain mains and leads shall be provided, d. Existing utilities and utility easements will be shown on the roadway plan and profile sheets. ENGINEER will coordinate with utility companies and the City of Fort Worth to ascertain what, if any, future improvements are EAI-5 —Exhibit A-1 from Carton Small-04-0605 Revised 24 Jan 05.doc L planned that may impact the project. e. Preliminary roadway cross-sections will be developed, from the survey notes, at intervals not-to-exceed 50 foot along the project length and will extend 10' past the right of way line on both sides of the street. Additional cross-sections at important features including driveways, p.i.'s of intersecting streets, (minimum distance of 100' along cross-street at each P.I.) walks, retaining walls, etc., will also be provided. Profiles of centerline of driveways will also be provided where necessary. Scale will be 1" = 10' horizontal and 1" = 2' vertical. f. Street and intersection layouts. 9- Proposed plan/profile sheets will conform to City of Fort Worth construction legend. Adequate horizontal and vertical control shall be provided on the plan sheets to locate all proposed and existing facilities. Legal descriptions (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. h. Furnish as a function of final plans, six (6) copies of the final cross-sections on 22" x 34" sheets. Information on these sheets will include centerline station, profile grades and centerline elevations, roadway section (existing and proposed), right-of-way limits. Scale will be 1" = 20' horizontal and 1" = 2' vertical with cross sections plotted with stationing from the bottom of the sheet, and will include laterals and inlets. CITY policy with regard to parking design shall be maintained. Excavation and embankment volumes and end area computations shall also be provided. I. Right-of-Way Research The ENGINEER will conduct preliminary research for availability of existing easements where open-cut construction or relocation of existing alignments is probable. Temporary and permanent easements will be appropriated based on available information and recommendations will be made for approval by the City, EA1-6 —Exhibit A-1 from Carton Small_04-0605 Revised 24 Jan 05.doc j- Right-of-way/Easement Preparation and Submittal Preparation and submittal of right-of-way, easements and rights-of-entry will be in conformance with "Submittal of Information to Real Property Division for Acquisition of Property". k. Utility Clearance Phase The ENGINEER will consult with the City's Transportation and Public Works Department, Water Department, Department of Engineering, and other CITY departments, public utilities, private utilities, 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 15 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all utility companies, which have facilities within the limits of the project. I. Preliminary Construction Plan Submittal i. Preliminary construction plans and specifications shall be submitted to CITY 150 days after approval of Part B, Paragraph iv. ii. The ENGINEER shall deliver two (2) sets of preliminary construction plans and two (2) specifications to CITY for review. Generally, plan sheets shall be organized as follows: Cover Sheet General Layout and Legend Sheet Drainage Area Map and Computations Plan & Profile Sheets Standard Construction Details Special Details (if applicable) iii. Preliminary estimate shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted. Engineer shall assist City in selecting the feasible and or economical solutions to be pursued, EA1-7 —Exhibit A-2 from Carton Small-04-0605 Revised 24 Jan 05.doc m. Geotechnical Investigation i. Experienced drillers and technicians will evaluate subsurface conditions with a total of 20 sample borings to a depth of 25 feet below existing grades. ii. Laboratory services shall include: moisture content, soil identification, liquid limit, plastic limit, unconfined compression tests and unit weight determination. iii. An engineering report will be prepared to present the results of the field and laboratory data together with the engineer's analysis and recommendations. The ENGINEER will furnish two (2) copies of the report to the City. The report will address general soil, rock, and groundwater conditions, comments about the general excavatabilty of onsite soils and rock: and foundation recommendations for aerial crossings. n. Storm Water Pollution Prevention Plan ENGINEER will prepare the Storm Water Pollution Prevention Plan (SWPPP) required for the project for the use of the contractor during construction. The City of Fort Worth's example will be used as a template. ENGINEER will prepare drawings and details for the proposed SWPPP improvements that the contractors must use during construction. Contractor shall be responsible for filing SWPPP with the appropriate regulatory agencies. o. Corps of Engineers Section 404 Permitting I Wetland Delineation — Utilize available topographic maps, aerial photos, soil survey, etc to develop a base map of the project area. Identify and map hydraulic soils, specific vegetation communities, 100 — year flood plain and wetlands. Compile information on a base map and coordinate with the Corps of Engineers. Prepare a wetlands determination map. A1-8 —Exhibit A-1 from Carton Small—G4-0605 Revised 24 Jan 05.doc 2.Section 404 Nationwide 12 Permit Prepare documentation for a Nationwide 12 Permit. Coordinate with the Corps of Engineers. p. Archeological Survey 1.Secure Archeological Survey Permit from the Texas Historical Commission. 2.Conduct records search to determine if cultural resources have been recorded in the vicinity of the project. 3.Conduct on-the-ground pedestrian survey of the pipeline route. Conduct about 44 shovel tests along the route. Artifacts recovered from these excavations will be analyzed and prepared for permanent curation. 4.Prepare a written report to be submitted to the Texas Historical Commission (THC). Revise the report, if necessary, following the review by the THC and the City of Fort Worth. Submit twenty (20) copies of the report to the THC and three (3) copies to the City of Fort Worth. q. Traffic Impact Study 1.Research site plan, weight and size of trucks to use facility 2.Determine hourly traffic volumes 3.Conduct a link analysis 4.Determine trip generation 5.Determine roadway improvements 6.Review TX DOT Access Management Guidelines 7.Provide a draft and final Traffic Impact Study (TIS) r. Hydrology, Hydraulics, and C.L.O.M.R./L.O.M.R. 1.Obtain copies of existing flood models and build data bases as required. 2.Collect existing topography at 15 cross sectional areas. 3.Enter existing data into the model. 4.Review existing model for cross sectional information, soil types, type and extent of development 5.Compare existing condition water surface elevation with existing model. 6.Analyze and enter proposed improvements into the model, Assess multiple configurations and options for proposed improvements. 7,Modify proposed improvements to meet the Flood Plain EA1-9 Exhibit A-1 from Garton Small 04-WO5 Revised 24 Jan 06.doc L Administrator's requirements and adjust model. 8.Submit C.L.O.M.R./L.O.M.R. as may be required. 3. Final Engineering Plan Submittal a. Final Construction Documents shall be submitted to CITY 2Q-days after approval of Preliminary Plans. Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans, specifications and contract documents and provide them to the CITY (each sheet shall be stamped, dated, and signed by the ENGINEER) and submit two (2) sets of plans and construction contract documents within 15 days of CITYs final approval. Plan sets shall be used for Part C activities. b. ENGINEER's Estimate of Probable Construction Cost The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. PART C -PRE-CONSTRUCTION ASSISTANCE Administration a. Bid Documents Submittal The ENGINEER will make available for bidding, upon request by the CITY, up to fifty (50) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to potential bidders. Proposal will be provided in electronic format. 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. EAI-10 —Exhibit A-1 from Cation Small-04-0605 Revised 24 Jan 05,doc 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. PART D- ASSISTANCE DURING CONSTRUCTION a. Administration 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. b. Project Management Services The ENGINEER shall coordinate, organize and attend the weekly construction meetings on the project. The ENGINEER shall also process contractor invoices and Requests for Information (RFIs). The ENGINEER shall coordinate inspections and testing and ensure that reports are submitted to the City and appropriate parties. C. Inspection Services. The ENGINEER shall provide inspection services in order to insure that the project is constructed in accordance with the plans. Roadway inspection services are to be provided by the CITY. C. Testing Services The ENGINEER shall provide earthwork and concrete testing services for earthwork, piers, bridge columns, caps, abutments and paving. d. Shop Drawing Review and Site Visits. The ENGINEER shall ensure that shop drawings are reviewed and documented. This proposal also includes 30 site visits by the EA1-11 —Exhibit A-1 from Carion Small-04-0605 Revised 24 Jan 05,doc structural engineer. PART E — CONSTRUCTION STAKING (OPTIONAL) (PART E TO BE PRINTED ONLY IF APPLICABLE) ENGINEER, if directed by City, will set control points (i.e. tie survey to permanent monument such as TPW monuments and/or property comers, one location each at beginning and end of project) for the project, these points must be indivisible. Streets over 500 ft or streets on curves may require a greater density of control points to maintain intervisibility between each point. ENGINEER shall establish a minimum of two bench marks per plan sheet (bench marks shall be located adjacent to project) and shall provide the following construction staking services: 1. STORM DRAIN STAKING: Provide an offset stake at 100' intervals (50' intervals in curves if required) and at all proposed manholes, points of curve, points of tangent, points of pipe size changes and at all horizontal or vertical angle points with a cut to flow line and a cut/fill to the top of proposed manholes. Provide centerline elevation at 100' intervals and at all grade breaks in the natural ground. Lead lines shall also be staked with grades if greater than 50' in length, or where substantial alignment and/or grade are needed. Provide two offset stakes at end or each wing of each curb inlet with a cut to flow line and a cut/fill to the top of curb elevation. Line and grade shall be set to a tolerance of+/-0.1 ft. for storm drainpipe and +/-0.04 ft. for curb inlets. 2. ROADWAY EXCAVATION STAKING: Provide 10' or property line offset at 50' intervals and at all points of curve, points of tangent, and at all horizontal or vertical angle points with a cut/fill to the top of proposed curb. The right-of-way shall also be flagged during this process along with line and grade stakes for excavation purposes. Stake all vertical and horizontal curves at 50' intervals. Line and grade shall be set to a tolerance of+/-0.1 ft. 3. FINAL ROADWAY STAKING: Provide 4' or 5' offset stakes at 50' intervals and at all points of curve, points of tangent, and at all horizontal or vertical angle points with a cut/fill to the top of proposed curb. Staking for curb grade and intersecting streets, if required, shall be performed under final pavement staking. Inlets shall be staked if needed. Set tucks in offset hubs for street alignment. Stake all vertical and horizontal curves at 50' intervals and provide intermediate stakes between curve points, if the radius is less than 300'. Line and grade shall be set to a tolerance of+/-0.01 ft. "AS STAKED" RECORD OF THE CONSTRUCTION: Throughout the process of all construction, locate and record anything that does not conform with the construction plans. A drawing of the project layout with dimensions and a coordinate list must be submitted. EAI-12 —Exhibit A-1 ftOtn GatiOn Sma4l-044)605 ReviSed 24 Jan 05.doC Contact Kevin Hansen, Survey Division, DOE, (817) 392-8880, for a copy of sample field notes that must be submitted. The contractor will not be allowed to proceed until all necessary field notes have been submitted to the City Inspector. The field notes must include the following information: a. For storm drain lines and storm drain laterals; Pipe size and type, percent of grade of laterals and location of inlets. Cut and fill documentation. b. For roadways; Field notes signed and sealed by a licensed surveyor must be submitted to the City Inspector prior to the beginning of construction. 5. COORDINATION WITH CITY INSPECTOR/CONTRACTOR: Engineer's surveyor is expected to work with inspector and contractor to provide any special requests contractor may have providing the scope of work described above is not exceeded. It is expected that a few stakes will be knocked out during dirt work. Providing that the number of disturbed stakes is minor (less than 10% of the stakes for any phase of the project), the Engineers surveyor shall replace these stakes at no extra cost. If additional major restaking is required, the consulting engineer's surveyor, shall provide the additional work at an hourly rate of$—t35,00-per hour for a field crew. Major restaking may be required if a substantial number of the initial stakes are knocked down as a result of the contractor's activity and there are not enough stakes left to complete the project. The contractor shall be responsible for paying the consulting engineer for this additional work. 6. INCIDENTAL PRE-CONSTRUCTION STAKING: Right-of-way flagging, back of curb location, driveways, walks and retaining walls as requested by the City Inspector, curb radii (to determine construction location)for utility clearance. 7. SPECIAL CONDITIONS: a. The City Inspector assigned to the project shall oversee all construction staking activity and shall be responsible for all field coordination. All documentation including field notes, cut and/or fill notes, grades, "as staked" information etc., shall be provided to the City inspector and shall be sealed and signed by a surveyor licensed in the State of Texas. b. The Engineers Surveyor shall attend the pre-construction conference. EAI-13 —Exhibit A-1 ftom Cmion Smofl-04-0605 R 24 Jan 05,doe C. The Engineer's Surveyor shall meet with City Inspector and Contractor to coordinate surveying schedule and needs prior to beginning work. d. The Engineer's Surveyor shall stake each utility separately and at different times with, if applicable, sanitary sewer first, water second, storm drain third and roadway construction fourth and shall provide enough construction staking information so that the projects can be constructed as designed. e. A member of Engineer's firm familiar with project shall be available at all times to immediately respond to questions from the field. EA1-14 —Exhibit A-1 from Garton Small-04-0605 Revised 24 Jan 05,doc ATTACHMENT "B" COMPENSATION AND SCHEDULE Landfill Access Road (from existing Southeast Landfill weigh station to I.H. 20) and 11-120 Access Road Improvements D.O.E.No.4015 1. Compensation A. The Engineer shall be compensated a total lump sum fee of $790,920.00 as summarized in Exhibit "B-3" Payment of the total lump sum fee shall be considered full compensation for the services described in Exhibit "A-1" for all labor materials, supplies, and equipment necessary to complete the project. B. The Engineer shall be paid monthly payments as described in Exhibit "B-1" Section I - 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. If. Schedule Final Plans and Contract Documents for bid advertisement shall be submitted within 360 calendar days after the"Notice to Proceed" letter is issued. A. Conceptual Engineering Plans- 120 calendar days. B. Preliminary Engineering Plans and Contract Documents - 150 calendar days. C. Final Engineering Plans and Contract Documents-.60 calendar days. D. Final Plans and Contract Documents for Bid Advertisement-30 calendar days. E. Construction—240 calendar days. Aftachmert B_ 05 revised 25 Jan 05-doc B EXHIBIT "B-1" METHOD OF PAYMENT (SUPPLEMENT TO ATTACHMENT "B") Landfill Access Road (from existing Southeast Landfill weigh station to I.H. 20) and I.H. 20 Access Road Improvements D.O.E.No.4015 1. 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-1", Conceptual Engineering plan submittal and approval by the City, a sum not to exceed 40 percent of the total lump sum fee. Until satisfactory completion of Exhibit "A-1", Preliminary Construction Plan submittal to City, a sum not to exceed 50 percent of the total lump sum fee, less previous payments. Until satisfactory completion of Exhibit "A-1", Final Construction plan submittal and approval by the City, a sum not to exceed 90 percent of the total lump sum fee, less previous payments. The balance of the earnings, less previous payments, shall be payable after Bid opening for the Project has been conducted. fl. 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 Engineer determines in the course of making design drawings and specifications that the opinion of probable construction cost of$ 5,630,464.00(as estimated in Exhibit B-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. Attachrrerd ku-ow5 revised 2A Jan 05,dac B1 - 1 EXHIBIT "B-2" HOURLY RATE SCHEDULE (SUPPLEMENT TO ATTACHMENT "B") Landfill Access Road (from existing Southeast Landfill weigh station to I.H. 20) and I.H. 20 Access Road Improvements D.O.E.No.4015 2004 Standard Hourly Rate Schedule Employee Classification Ratell-lour(Range) Principal Engineer $120/hour Project Manager/Planner $90/hour R.P.L.S. $1301 hour R.P.L.S. (Principal) $1301 hour Design Engineer $65-$80/hour Designer I CAD Operator $65-$851 hour Survey Technician $80/hour Clerical $40/hour Survey Crew $1351 hour Reproduction work will be at current commercial rate. Subcontractors will be paid for at actual invoice cost plus. EXHIBIT"B-3A" (Supplement to Attachment B) SUMMARY OF TOTAL PROJECT FEES Landfill Access Road (from existing Southeast Landfill weigh station to I.H. 20) and I.H. 20 Access Road Improvements D.O.E.No.4015 Consulting Firm Prime Responsibility Amount % Prime Consultant DeOtte, Inc. Engineering & Proj. Mgmt. $396,040-00 50.1% Proposed M/WBE Sub-Consultants Amount 27.3% A.N.A. Consultants Surveying Services $191,950.00 24.3% L.A. Blueline Reproduction $ 24,085.00 3.0% Non-M/WBE Consultants: Reed Engineering Wetlands Determination $ 19,700.00 2.5% Group, LTD Frank W. Neal & Structural Engineering $97,500.00 12.3% Associates, Inc. CMJ Engineering, Geotechnical Investigation $ 34,000.00 4.3% Inc. ITS, Inc Traffic Impact Analysis $ 9,645.00 1.2% AR Consultants, Inc. Archeological lnvestigation $ 18,000.00 2.3'A Proiect Description Scope of Services Total Fee MWBE Fee Percent Engineering Services Paving O"t Drainage $790,920.00 $216,035.00 27.3% Affachnent B O"W5 remed 24 Jan 05.*x EXHIBIT "13-313" (Supplement to Attachment B) PROFESSIONAL SERVICES FEE SUMMARY Landfill Access Road (from existing Southeast Landfill weigh station to I.H. 20) and I.H. 20 Access Road Improvements D.O.E.No.4015 Part A—Conceptual Design, and Part B—Plans and Specifications 1. Landfill Access Road: (Construction Cost x ASCE Curve "A" x 85) Paving & Drainage $5,131,175.50 x 6.4 % x 85% = $ 279,135.00 11. Access road (3,000 linear feet) (Construction Costs x ASCE Curve "A'x 85%) Paving & Drainage $ 499,279.00 x 6.4% x 85% = $ 27,160.00 Basic Services Total $ 306,295.00 Ill. Additional Services: A. Landfill Access Road 1. Conceptual Design Report $ 35,000-00 2. Topographic Surveying Svcs.(by M/WBE) $ 88,800-00 3. Erosion Control Plans &SW3P $ 8,000.00 4. Geotechnical Investigation $ 18,600.00 5. Wetlands Determination $ 4,700.00 6. Geotechnical Investigation (IH 20) $ 15,400.00 7. Traffic Impact Analysis $ 9,645.00 8. Archeological Investigation $ 18,000-00 9. Meetings $ 6,000-00 10. OnCOR Permit (includes $250 filing fee) $ 1,450.00 11. Printing & Reproduction Subtotal $ 13,182.00 12. Administrative (10%) Fee on subs $ 26,580.00 13. Structural Support (review shop dwgs $ 20,000-00 and 30 site visits) 14. Survey Meetings $ 8,500.00 15. Easements $ 8,400.00 16, Construction Related Services a. Bid Opening and Review $ 0.00 b. Compile Bid Tabulations $ 0.00 c. Pre-Construction Meeting $ 0.00 d. Final Field Inspection $ 0.00 Additional Services Landfill Access Subtotal $ 282,257.00 Affadvnent B-04-OW5 remed 24,tan 05AM 133-2 EXHIBIT "B-3B" (Supplement to Attachment B) B. 2800 Linear Feet of IH 20 Access Road,: 1. Schematic Design Review and Approval $ 7,500.00 2. Topo Surveying Services (by M/WBE) $ 12,500.00 3. Erosion Control Plans &SW3P $ 5,000-00 4. Prepare Easements/ROW docs $ -0- 5. Traffic Control Plan and Construction Seq $ 7,500.00 6. Environmental Categorical Exclusion $ 15,000-00 7. Meetings& Reports $ 2,000-00 8. Printing & Reproduction Subtotal $ 10,903.00 9. Administrative (10%) Fee on MA NBE firms $ 3,840.00 10. Construction Related Services a. Bid Opening and Review $ 0.00 b. Compile Bid Tabulations $ 0.00 c. Pre-Construction Meeting $ 0.00 d. Final Field Inspection $ 0.00 e. Structural Support $ 0.00 f. Construction Management $ 0.00 g. Construction Staking $ 0.00 h. Testing by Geotech $ 0.00 i. Inspection $ 0.00 Additional Services IH 20 Access Road $ 62,243.00 C. Floodplain Analysis and Permitting 1. Topographic Surveying Services $ 73,750-00 2. Meetings, Reports, CLOMR, and LOMR $ 8,000-00 3. Floodplain Modeling $ 45,000-00 4. Printing & Reproduction Subtotal $ 3,000.00 5. Administrative (10%) Fee on subs $ 7,375.00 6. Permitting (404) $ 3,000-00 Additional Services Floodplain Analysis and Permitting Subtotal $ 140,125.00 Additional Services Total: $484,625.00 TOTAL PROJECTED FEE $ 790,920.00 Affad"ent B04-0605 revised 24 Jan 05.doc 133-3 EXHIBIT "13-313" (Supplement to Attachment B) SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) Landfill Access Road (from existing Southeast Landfill weigh station to I.H. 20) and I.H. 20 Access Road Improvements D.O.E.No.4015 A. SUMMARY OF TOTAL FEE Service Description Total Engineering Services $ 306,295.00 Additional Services $ 309,575.00 Surveying Services $ 175,050.00 Total $790,920. B. BREAKDOWN OF PAVING FEES (LESS SURVEY FEES) 1. Total Fee (less survey) Breakdown by Concept, Preliminary and Final Design a. Concept (40%) = (Total Fee—Survey) x (0.4) =$239,588.00 b. Preliminary (50%) = (Total Fee—Survey Fee) x (0.5) =$299,485.00 c. Final (10%) = (Total Fee—Survey Fee) x (0.1) =$ 59,897.00 AttaWa*nt 8 04-o6a revised 24 Jan 05,dw EXHIBIT "B-3C" (Supplement to Attachment B) FEES FOR SURVEYING SERVICES Landfill Access Road (from existing Southeast Landfill weigh station to I.H. 20) and I.H. 20 Access Road Improvements (3,000 L.F) D.O.E.No.4015 Surveying Services: Re-construct Rail Road Right of Way $ 5,000.00 Project Control (horizontal and vertical) $ 9,500.00 Cross-sections Main access road (6,000 If x$3.50) $ 18,000-00 Slope Topo (1000 If x$3.50) $ 4,000.00 Freeman/Esco Dr (500 If x $3.10) $ 1,550.00 1 H2O Service road (3,5001f x $3.10)= $ 12,500.00 Locate trees 6" and above = $ 7,500.00 Stake Bore locations (76) $ 10,000.00 Stake centerline for wetlands and archeological study 4,500 If = $ 6,750.00 Tie wetlands delineation (approx 100 points) $ 5,000.00 Tie archeological delineation (approx 100 points) $ 5,000.00 Floodplain Survey Creek Sections— 13 at 2,600ft ea = $ 50,000-00 Detail existing bridges = $ 9,800.00 Detail 2 structures at US 287 = $ 4,200.00 Detail Bridge on C.R. 2051 = $ 3,750.00 Locate top of rail for 5,000 ft = $ 6,000-00 Stake centerline for owner approval (4,500 If) $ 6,500-00 Utility mapping $ 10,000.00 Attachrvm 1304-M5 r"- ised 24 Jan'0 _ 83--5 EXHIBIT "B-3C" (Supplement to Attachment B) FEES FOR SURVEYING SERVICES Landfill Access Road (from existing Southeast Landfill weigh station to I.H. 20) and I.H. 20 Access Road Free D.O.E.No.4015 Easement or ROW Documents (5@ $1,680.00 ea) $ 8,400.00 Meetings throughout design $ 8,500.00 Total = $ 191,950-00 Atkldwnerd 8-04-MS revised 25 JW M."AD-- 133-6 EXHIBIT "13-313" (Supplement to Attachment B) ADDITIONAL SERVICES Landfill Access Road (from existing Southeast Landfill weigh station to I.H. 20) and I.H. 20 Access Road Improvements D.O.E.No.4015 Additional Services: A. Landfill Access Road 1. Conceptual Design Report $ 35,000-00 2. Topographic Surveying Svcs.(by MNVBE) $ 88,800-00 3. Erosion Control Plans & SW3P $ 8,000-00 4. Geotechnical Investigation $ 18,600-00 5. Wetlands Determination $ 4,700.00 6. Geotechnical Investigation (11-120) $ 15,400.00 7. Traffic Impact Analysis $' 9,645-00 8. Archeological Investigation $ 18,000.00 9. Meetings $ 6,000.00 10. OnCOR Permit(includes $250 filing fee) $ 1,450.00 11. Printing & Reproduction Subtotal $ 13,182-00 12- Administrative (10%) Fee on subs $ 26,580.00 13. Structural Support (review shop dwgs $ 20,000-00 and 30 site visits) 14. Survey Meetings $ 8,500.00 15. Easements $ 8,400-00 16. Construction Related Services a. Bid Opening and Review $ 0-00 b. Compile Bid Tabulations $ 0.00 c. Pre-Construction Meeting $ 0.00 d. Final Field Inspection $ 0.00 Additional Services Landfill Access Subtotal $ 282,257.00 B. 2800 Linear Feet of IH 20 Access Road : 1. Schematic Design Review and Approval $ 7,500.00 2. Topo,Surveying Services (by M1WBE) $ 12,500.00 3. Erosion Control Plans& SV-13P $ 5,000.00 4. Prepare Easements/ROW do cs $ -0- 5. Traffic Control Plan and Construction Seq $ 7,500-00 6. Environmental Categorical Exclusion $ 15,000.00 7. Meetings & Reports $ 2,000.00 8. Printing& Reproduction Subtotal $ 10,903.00 9. Administrative(10%) Fee on BE firms $ 3,840.00 10. Construction Related Services a. Bid Opening and Review $ 0.00 b. Compile Bid Tabulations $ 0.00 AftaChA*M B04-0605 remed 25 Jan 05.doe B -7 EXHIBIT "13-313" (Supplement to Attachment B) c. Pre-Construction Meeting $ 0.00 d. Final Field Inspection $ 0.00 e. Structural Support $ 0.00 f. Construction Management $ 0.00 g. Construction Staking $ 0.00 h. Testing by Geotech $ 0.00 i. Inspection $ 0.00 Additional Services IH 20 Access Road $ 62,243.00 C. Floodplain Analysis and Permitting 1. Topographic Surveying Services $ 73,570.00 2. Meetings, Reports, CLOMR, and LOMR $ 8,000.00 3. Floodplain Modeling $ 45,000.00 4. Printing & Reproduction Subtotal $ 3,000.00 5. Administrative (10%) Fee on subs $ 7,375.00 6. Permitting (404) $ 3,000.00 Additional Services Floodplain Analysis and Permitting Subtotal $ 140,125.00 Additional Services Total: $484,625.00 Aftlem-nt B�_04-OWS fevissed 24 Jan 06AM B3—8 EXHIBIT "B-3E" (Supplement to Attachment B) FEE FOR REPRODUCTION SERVICES Landfill Access Road (from existing Southeast Landfill weigh station to I.H. 20) and 1.H. 20 Access Road Improvements D.O.E.No.4015 Printing & Reproduction: Landfill Access Road with Bridge Conceptual Design Report: 4 sets of Report N/A Preliminary & Utility Clearance: 16 sets of Const. Plans $1.1 0/sht. x 120 sht./plan x 16 $ 2,112.00 4 sets pf Specifications $.075/sht. x 280 pg/specs x 4 $ 84.00 Final Plans: 5 sets of Const. Plans $1.10/Sheet x 120 sht./plan x 5 $ 660.00 5 sets of Specifications $.09/sheet x 280 Pg/Spec x 5 $ 126.00 Bid Documents: 50 Sets of Const. Plans $1.10/sheet x 120 Sht./Plan x 50 $ 6,600.00 50 Sets of Specifications $.09/sheet x 280 pg/spec x 50 $ 1,260.00 Mounted Exhibits for Public Meeting I Drawings $300/Board x 3 each $ 900.00 Final Mylars for Record Purposes I Set of Plans $12.00/Sht x 120 Sht./Plan x 1 $ 1,440.00 Printing & Reproduction Subtotal $10,500.00 I.H. 20 Access Road Improvements Conceptual Design Report- 4 sets of Report N/A Preliminary & Utility Clearance.- 16 sets of Const. Plans $1.101sht. x50sht./pIanx16x3sets $ 2,640.00 4 sets pf Specifications $.075/sht. x 280 pg1specs x 4 x 3 sets $ 252.00 Final Plans: Aftachment 8 04-OW5 revised 25 Jan 05,dw 11, 63—9 EXHIBIT "B-3E" (Supplement to Attachment B) FEE FOR REPRODUCTION SERVICES Landfill Access Road (from existing Southeast Landfill weigh station to I.H. 20) and I.H. 20 Access Road Improvements D.O.E.No.4015 5 sets of Const. Plans $1.10/Sheet x 50 sht.1plan x 5 $ 275.00 50sets of Specifications $.09/sheet x 280 Pg/Spec x 5 $ 126.00 Bid Documents: 50 Sets of Const. Plans $1.1 0/sheet x 50 Sht./Plan x 50 $ 2750.00 50 Sets of Specifications $.09/sheet x 280 pg/spec x 50 $ 1260.00 Mounted Exhibits for Public Meetings 1 Drawings $300/Board x 10 each $ 3000.00 Final Mylars for Record Purposes I Set of Plans $12.00/Sht x 50 Sht.lPlan x 1 $ 600.00 Printing & Reproduction Subtotal $10,903.00 Floodplain Analysis and Permitting CLOMR Exhibits and report $1,500.00 LOMR Exhibits and report $1,500.00 Printing & Reproduction Subtotal $3,000.00 Total Printing and Reproduction $ 27,065.00 Artachrment 8_04-ONS revised 25 Jan 05,dm B3-- 10 ATTACHMENT C CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND ATTACHMENT A Landfill Access Road (from existing Southeast Landfill weigh station to I.H. 20) and IH 20 Access Road Improvements D.O.E.No.4015 Changes and amendments to Standard Agreement and Attachment A include: Contract is lump sum with the exception that the Base Design Fee and Additional Services, for the IH 20 Access Road Improvements, may be removed from the Contract if it is determined that those services are not required. Attachment C Page I f 0 3 C- m o C7 < CD 3 m m CL U) 22 0 Z 0 0 > 0 Z > C) r o ca 0 z 0 co = 0 cn 0 "D M w 0) CL < w cn (a X 0 0 M x m LJLJ X co CL OD co AL a) Zm co(D z G) Z (D CD m m (n ;v m 0 0 Ci 3 rn CO)m 0) CD z --I 0 C) > X 0 -0 >0 m—4 0 --4 C— M M M 0 —j 0 0 al p C> -n 0 C> SP w P ccp" co ' I DeOtte, Inc, Conceptual Estimate of Cos !Land Fill Road 2400 foot bridge L,,t',!Job No 2004102 iio City of Fort Worth ITEMIDESC PTION I UNIT QTY. PRICE! Cos 1 1 Clearing and Grubbing AC 14 5,000.0.01 $70,000.00 2 !Unclassified Excavation "I V 50101010 2.001 $100,000.00 3 ;Earth Embankment CY 5.001 $225000*00 TN 1 130 10000 $13,000.00 5 7 inch lime stabilization -----§Y-1870 151 $18,705.00 7 .4-inch asphalt avement p TN 1 1040 1 50.001 $52 000M 9 24-inch CL III storm nine LF 1000 1 28.001 $28,000.00 10 10 foot curb inlet EA 115i; 2,200 00 $13,200M 136-inch storm pipe LF 200 1 50.00' 10,00o.00 12 36-inch headwall A 1 4 800.001 $3,200.00 13 1 Bridge-2400 linear feet of 30 foot wide bridge SF 79nnn 50.001' $3,600,000.00 14 ,Metal Beam Guard Rail LF 200 30.00, 1 0 rich drivewav-20 feet onto the property SF 3000 4.00 $12000 00 18 Remove existinq curb and gutter LF 1 40 30.001 $1,200M 19 Sidewalk LF 1 $0.00 20 Silicon joint sealant LF -[-7�800 Z001 $15,600.00 21 Bollards to protect monitor wells LS I 1 1 �2 500 00 $2,500.00 23 Silt Fence L I 1 00 1001 $30,000.00 24 1 Hay Bales LF , 200 2.00 $400.00 25 6-inch concrete curb and gutter LF 1200 M, $4,800.00 28 Rip Rap SY 500 1 29 JHydromulch SY 5800 TOT $40,600.00 30 1'8 foot chain link fencing LF 3000 12.001 $36,000.00 1 SUBTOTAL Base Bid 10%Contingency 15%testing and inspection i !Land- Acquisition 30 80001 $0.00 ITotal Estimated 1 $5,131,175,50 , ' F71�DeOtte,, Inc, :Ott 7 1 Conceptual Estimate of Cost ji 05 H 20 Access Road Improvements (3000 LF) 24'wide drive with 2-_4'Shoulders ,Job No 2004102 City of Fort Worth PLAN UNIT! ITEM DESCRIPTION UNIT i QTY. ___0RICE,_COST 4 1 Lime TN 300 1C1110MI $30,000.00 '12000 2.15 $25,800,00 6 8-inch concrete pavement SY 8800 25.00! $220,0 7 '3-inch asphalt pavement as part of the paving TN 1600 50.bO7_$8 0,0 0 6.0 0 8 21-inch CL V storm pipe 5-00 40.00 $20,000.00 ,24-inch CL III storm pipe 0 2&00j $0.00 11 136-inch storm pipe $0.00 12 121-inch headwall EA 2 6 200.00 4-Asphalt Shoulder I TN 600 OMI $30,000.00 ,6 Pavement markinqs and traffic signs LS 1 1 5000.001-- 17 Project signage LS 0 1,000.001 $0.00 ov 20 30.00 $600.00 19 Traffic Control LS 1 20,000-00i $20,000.00 20 1 Silicon joint sealant LF D 2.001 ,::� � I Bollards to protect monitor wells LS 0 21500.00i $0.00 22 Landscaping 1 0 $101M 23 Silt Fence LF 1 600 1010 $1,200m 24 1 Hay Bales i LF 50 2M $100.00 26 Utility Adiustment LS 0 4000.00 $0.00 28 'Rip Rap SY 10 89 on -ItA90M 29 !Hydromulch SY 500 7.00! $3,500.00 SUBTOTAL Base Bid 1 $453,890.00 110% Contingency 5%testing and inspection ^ I II T cy) (1, 'k, .1 It.), 1� 8 c� N) 0 0) cn -,t-Iw!mj ll � tlT 1 T!M! :z >I>i U� �iu) i-n 75��D : c)I 1 :7----- i�7; 1 t I I l l I c --'!571 (D i or: I Z, 1-.<�Q 1 ID =0 cols -COOD i� 2 i E3 I�Rlo Tjo _a 0 0, 0= ;I:D ;I:D S;.(3 c i 3i I(D ' 1010 Zr 0 121,0s:O, IgI Al. !0 ! I IU) 'U) l >i=;.!�PDi(DI 0 1 Lf)l 1:5 19,=T!CTl(,-)I* 1,n i In 1C)l-a, -01 W=3 �;:I-j>°]CD C:j C/)l(D :a)101,mo-12111 W-:, I 811-5r,-U,ol -i �o ir-r -.!a) a:) !0 13 1:0� 161 1 Cc',) 1 a) ,:3 01 10 CR,(D z =,i I j i II :5.1:z!z I;� =r 1 I=n jCI- j= MlMICLI I I I I 0 =1 CN J(a'1(D I LD.j 0 , ;Uj(D (D D al;U� Cj)j Co =1:111D 1 2I 00 1 (<XD c=a) 3 olc—1 ccr cri3jI(Dj 3 1—Q) () ol (n ICD FD' 131,0,J-1 ID FD* 0 0 i 3 i CD =31 COD (D m '0i31 C 0 �41: � l I'M CD Cn' 0 10 10D Z l i I CD C(D (D D —L-LJ 0 C), o c cc:)I�I�o C-n c C-11 0 C0. al a�CL CL ol c),ol I !� � � jlll � Ij ! Ill�jl ! � � ' i ! I Ij cc, M M icu Q)-jcc,)jC�ccL)�ccLjo.I cc. COLL N ,< .w a< I a)�a) a) I a) CLI C', �< w ��< ) I . -< (<D :, cn 1, cn 0 0 0 M Ivr (n cn (n cn cn I cn 11 U) I I ! II I . , ; II� � I -04 z i A Imo,j N) Nj Sl col co G);!�I N I I U) c c 8 rj 0 CI M,oml cm, iz�l i 31 g!N) N) 0 )I O�0;Ol 0 CIO 0 0 0 lojo Ols 8101 0 N�)I�" 0 cc 0 CIO 0 0010 i (31 5 cn (-11 M (-n crl m m Z,O� 0,010 ccr:)l ca, s" (n CP CTI cry X C:)l 0 m z OM h�Hi cn >0 o'q I i i I C I l I l j >-, 0-1 cn, ; III � � j ! Illi � ; , 111 � I IIl� � IT i I. , z 23! "n cmltoj'Njj pol 11-01 i 5 Fg rj 1'N N i�3 I iz s?o 00 CN:)) Cl(M=)1 C oj 8) lo'j 10,0 cn C s (::D) cc E, 8 cn! E?1 CC:,)!23)1 ac) 8)j Co! C (L: (c, CC (C�'D CO C l, COp CCn o -i I ; 1 1 1 1 > GM) co I M 1 ZI 01 wl-01--4'ZI 10 Z� > I o !o ' c FED I I io P :3 (D C'7 I 0�! I M < , ,-1(0:) j C)7 cn 1:3 l(D ilD ic !3 io !3 c ,o -o ! i:3 3 0 j(D 1 @�= I(C C _j2 10 10 1-'( 1 —'o ETjOj;:;:j(n ;Crj C I 1 1 1 Cc, I In S ; CD I(D n (co a) 1 a) M! 0711 1 1(D �010 c :clplm c ; iol-01-o'l 53 ;::L CD 0 10 Ct) IT Oa olo ;;:�'Cj)jo ol -n M;0 aim , ;� I:*I a 1--o I C/)!00 z 10— T :� !'I o ID j !Z w I w 1:01 10 101) =w!Mol'u) �gIO !ET'= :o ;:;:'3 ;0 :—jQj;Z�;:,,j3jMlc: lo �—J—I' Islam 13 '(D 0 =r'M `3 ((DD =3 j � ,l(n in 01 � i CLI (D I < =j;U1 W !�(D I I cn X;w o C/) n - j(D ;(DjOl mlcl (<D 3 '<D Q < 1 !(D D con- FT 13 sal 5*1 ui 3 FD 3 Fpl!�.I o :�j i � * (D 0!_ �0 10 M(D U) M I(D 0 13 0 �31 18 -ao) (n al(D CD ( un la �lm —�111 Cc: T, ill I C'i ,I,4,i,�'11�—III M a,lo cn CD1 C)l 0, Cli CL 0 C'jc CD cn C-2 C'�' CDI 0 CL' Ca a! M w m CL 0. c-,CL 0- CML;0- wa go- CCU- CD 0,- ml m < cn < cn n ,,n w < '(n I cn cn cn J�' cn (n U, -0, 0 r t Fli"i 711' ", t' 41 I N) IQ C) 0)I VII I � i i i I ! 1 1 I Ic° a j I l t�t����i�l 10) E�) NJ z'-jz�1 Q� �M-ol—1— I— I�'?! to 0'C) p 0 N) c) 1, >0 C),C)I i�a ! 0 C"D CD L, CC,) a) CV)1 0) a 0,0 olcy C) 'C-n) ED, con cc,) (5), cc, 00 18 'I CoDi 0 icz:3,1 0 01 5 C) ccn:) z cn U, ((.n (-n ai I IM 1 ;01 1 )z I l ( I I i i t ( ; I I I i (III � II � If 11111 II I jl j� >� tcn in r 0' C 0) lz 11 1��liZ�11 i�i3 1 r-j i5 rQ I I�j---z 1 Q w I �;t�j' IG)NerN�j cm,I Cc) 83 (8,1(8);0, 10, 0 c)1 C) 83 8,i 00 1 0, 00 ic5:)!(C') C"D!PQ:) 0 C 90 0 0 c) Ul Cn 07)1 M i(P 5, co'!'o' S' R -n > rk M 71-7- F-77 c flH Ej ml jig Ffigf" :E SO 51 1121 1 a i la z :gl F 1 0 zi z 21AE-71 Ny A 6;y 0 golo �5 R z z z Z I c �2 1 :1 �;a In 4j 2 1V Big gmli .18 o r � �°°s��sss�s�s'sss�ssss's,s��ssssUssgissssssgssss$$ss � mm„ mrNi�z > I.0 M M ? IMI 1 w t € ti ttt 1s p 4." <a b - - n " t 'f l•" a.� na - 6- } 1,.-. . vq �` v.�"'. s J a` �� r''''— - `c" fy y_ ot I ac' f e- t 1 t 11 c ✓ > l,�'t z '' ak:+:: 3 I � �- r_ ii Y /=fit/ �'r�` �.•",•,� � �`_"� _.�..a,El.i ,.�� Cry - ) '` ,1,8�,,* � f t� s t :1�i• I'. 4 f: N�. Y YY �Y es'n. "c aaaa .w4 ;,` Yu tc Yl Vi 11 4 12 t _� a-r 1 _! . SAC S fC p ( L 3b4 ell '4 La Si9Y wi � w COUNCIL DISTRICT 8 MAP CO REF. 93X AND 93Y ATTACHMENT '•E_1„ LANDFILL ROAD CITY OF FORT WORTH FORT WORTH TEXAS PORT TOW IWAOC MORTON TK T 'M02 ., UU` 1200' DeOtte GRAPHIC SCALD" IN FEE1' CiVtL EMG NEER#x� Inc.� SCALE I" = x'00' DRAWN O OA7E O.ECT NO.: SHE - MTO AS SHOM 11 24 04 2004102-00 1 OF 2 t 7; C%41 �7 t bli P4 CD, 00 -------- P p -3 ------- gc g< i �iz jj :r,,- AZ 40 t„y -, w'w f t.- N - ? ._.-_._.-_!' - <,.'--- » F'RaPDXB IMPROVEMENTS Z, ------------ ft)- CID AZ 0) 40 ...... jk� ci V. ,%:) 4-1 CJ TTACHMENT "E-2" FREE RIGHT TURN LANE CITY OF FORT WORTH FORT NORTH TPYAQ PREPARM FOW UTY OF FORT"Tq 110M ThROCK"TON FORT"M, XXAS '3s9 o2 0 too 200' 400' couNcIL DlsrRIcr 820 DeOtte, Inc. 6PA SCALE INFEcr MAPSCO REF. 93X AND 93Y CIVIL ENGINEERING DRAWN Or. SCALE DATE PPROJECT NO-- 2OD' MTc AS SHOWN 01 OS 08 2004102-00 SHEET: 1 OF City of Fort Worth., Texas Mayor and Council Communication COUNCIL ACTION: Approved on 218/2005 - Ordinance Nos. 16289 and 16290 DATE: Tuesday, February 08, 2005 LOG NAME: 30LANDFILL REFERENCE NO.: C-20519 SUBJECT: Adopt Appropriation Ordinance and Authorize Execution of an Engineering Agreement with DeOtte, Inc. for Landfill Access Road and I.H. 20 Access Road RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing appropriations in the Solid Waste Fund by $903,529.00, and decreasing unreserved retained earnings by the same amount; 2. Authorize the transfer of $903,529.00 from the Solid Waste Fund to the Solid Waste Capital Improvements Fund; 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Solid Waste Capital Improvements Fund by $903,529.00 from available funds; and 4. Authorize the City Manager to execute an engineering agreement with DeCitte, Inc., in the amount of $790,920.00 for the Landfill Access Road from existing Southeast Landfill Weigh Station to I.H. 20 and Improvement to the I.H. 20 Access Road near the Southeast Landfill Access Road. DISCUSSION: The City's Southeast Landfill is accessible through the City of Kennedale via Dick Price Road. In the past two years, accessibility to the landfill has become a point of contention between the two cites. In order to provide better ingress and egress for garbage trucks to the landfill, City staff recommends that an alternate roadway be constructed that will provide unlimited all-weather access to the City's facility. After considering several alternatives, it was determined that the best alternate was to provide access to the landfill from I.H. 20. The scope of the project consists of the preparation of plans and specifi cations for the construction of Landfill Access Road from the City's southeast landfill weigh station to I.H. 20 and the I.H. 20 Access Road to the Landfill Access Road. DeOfte, Inc., proposes to perform the necessary engineering design and survey work for a lump sum fee of $790,920.00. City staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $112,609.00 is required for project management by the Engineering Department. DeOfte, Inc,, is in compliance with the City's M Ordinance by committing to 28.% M participation. The City's goal on the project is 26%. http.//www.cfwnet.org/council_packet/Reports/mc_print.asp 219/2005 Page 2 of 2 The project is located in COUNCIL DISTRICT 8, Mapsco 93X and 93Y. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that, upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the current capital budget, as appropriated, of the Solid Waste Capital Improvements Fund. The unrestricted cash balance of the Solid Waste Fund will be $4,315,938.77. TO Fund/Account/Centers FROM Fund/Account/Centers P195 541200 052195005002 $790,920.00 PE64 538070 0525001 $903,529.00 PE64 538070 0525001 $903,529.00 P195 541200 052195005002 $790,920.00 P195 472064 052195005002 $903,529.00 P195 531350 030195005002 $112,609.00 P195 531350 030195005002 $112,609.00 Submitted for City Manager's Office by- Libby Watson (6183) Originating Department Head: A. Douglas Rademaker(6157) Additional Information Contact: A. Douglas Rademaker(6157) http://ww-w,cfwnet.org/counc-il_packet/Reports/mc_print,asp 2/9/2005