Loading...
HomeMy WebLinkAboutContract 38667 CITY C RET4PVU' "' T CITY OF FORT WORTH, TEXAS CONTRA� STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and APM & Associates, Inc., (the "ENGINEER"), for a PROJECT generally described as: 2008 CIP Neighborhood Street Project — Waits Avenue, Wosley Drive and Rutland Avenue (Contract 6B Project No. 01267) Article I 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 CI T'Y 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 in full, including interest. In the event of suspension of ser V i s, the Ce NEER shall have no liability to CITY for delays or damages caused the IC" LREMP i- AGREEMENT(REV 10/06/05) ORIGINAL r FIT wo 06-02—` CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires-, provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. ST ANDARD ENGINEERING AGREEMENT(REV 1 0,­Ne/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 S ANDARD ENGINEERING AGREEMENT(REV 1 C006/05) 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 CITYs actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (MIWBE) Participation In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business 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 10/06105) 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 ENGUNEEMNG AGREEMENT(REV 10106/05) Page 5 of 20 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 10iGe-10-5) 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. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions in writing,. 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 ENGINEERNG AGREEMENT(REV I OM/0-51, Page 7&20 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. S TANDARD ENGINEERiNG AGREEMENT IREV I=6106) 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 1-0106,105) Page 9 of 20 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. 1. ClWs 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 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 use 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 AGREEMOiT(REV 101-06/05) Page;1 of 20 (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 poor written consent of the other party. STANDARD ENGINEERING AGREEMENT(REV 101006105) 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. 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 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., l.l,, and VI.J, shall survive termination of this AGREEMENT for any cause. NDARD ENGINEER'ING 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 10106-10-5) Pa q—e 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 Executed this the L'14 day of 2009. ATTEST: CITY OF FORT WORTH A'A L By:. Marty A.��, Monririy Fernando Costa arty Hendrix City Secretary Assistant City Manager APPROVAL RECOMMENDED I- A­i-horizatioP- r a—c -u- , William A. Verke_st_J�t_ P_ Director, Transportation and Public Works APPRZE7DAS TO FORM AND LEGALITY Assists 16ity Attorney APM &Associates 1n. ENGINEER ATTEST: By: NAME: Afisu OtabimtanPE. TITLE- President 0 R D SE ti ENGINEERING AGREEMENT(REV 10/06'051 Page 15 of 20 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 specifi cations 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 ENG�NEERING AGREEMENT(REV 10/06/06) Page 9 6 of 20 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 10/06105) 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 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 tREV!0,106r.5) Page 1 8 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 101-A105) 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 10,106/05) Page 20 of 20 EXHIBIT"A-11" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: WATER AND/OR SANITARY SEWER IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT 'W'. Work under this attachment includes engineering services for water and/or sanitary sewer improvements for the following: Engineering Design Services: Street Reconstruction, Water and Sanitary Sewer Replacement On: Waits Avenue (SW Loop 820 to Southgate Drive); Wosley Drive (SW Loop 820 to Odessa Avenue); Rutland Avenue (Rector Avenue to Cockrell Avenue) 2008 CIP Project, Council District 6 6 Contract 613; City Project No. 01267 DOE No. 6174 Summary of Improvements: (Water Line Improvements) Council Proposed Length Water District Size (ft) Mapsco Map Location Limit (Inch) From To Waits Avenue SW Loop 820 Southgate Dr. 6 None 90T Wosley Drive SW Loop 820 Odessa Ave. 6 8 700 90N/S 2036-364 2042-364 Rutland Avenue Rector Ave. Cockrell Ave. 6 None 90S Total i 700 Summary of Improvements: (Sewer Line Improvements) Council Proposed Length Water District Size (ft) Mapsco Map Location Limit (inch) From To Waits Avenue SW Loop 820 Southgate Dr. 1 2042-360 6 8 571 90T 2042-364 --------------4 Wosley Drive I SW Loop 820 Odessa Ave. 6 None 90N/S ---------- Rutland Avenue Rector Ave. Cockrell Ave. 2042-360 6 8 453 90S 2042-364 Total 1,024 �' ----------------------- EAl-1 Rev 02-09-09 Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: PART A—PRE-ENGINEERING I Initial Data Collection a. Pre-Design Coordination Meetings ENGINEER will attend and document meetings, as required, to discuss and coordinate various aspects of the project and to ensure that the project stays on schedule. For purposes of establishing a level of comfort, two (2) meetings are anticipated. These include the following: One (1) pre-design kick-off meeting, (including ALL 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: EA1-2 Rev 02-09-09 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 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 R -CONSTRUCTION PLANS AND SPECIFICATIONS I Conceptual Engineering Al-3 Rev 02-09-09 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. 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- EA1-4 Rev 02-09-09 ^ ^ AU plans, field notes, olatg, mops. keoo| descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in o digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the CITY VV3tgr Department. All text data such as plan and profile, legal descriptions, coordinate fi|eG, cut eheet8, ato., shall be provided in the American Standard Code for |nfnnnebon Interchange (ASCII) format, all drawing files shall be provided in K8itnnGhation (DGN) or Auhocad (DWG or O)(F\ format (currently Release 2002\. ores otherwise approved in writing by the CITY, and all data collected generated during the course of the project eha|| becomnethepropertvOftheC|TY. The rninirnuOn iOfOnnsdioO to be provided in the plans eho|| include the following: 1. A Project Control Sheet, showing ALL Control Points, used or set while gathering date. Generally on e scale nf not less than 1:4OO: 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 svatemn, and g 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, PI's, F»1's, Manholes, Valves. etc.. in the same coordinate oystern, as the EAI-5 Rev 02-09-09 ' ^ Control Points. 4. No less than two bench marks per plan/profile sheet. 5. Bearings given on all proposed c8nhgdineS, or baselines. O. 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 na(ocub»d or rerouted. ii. Public Notification and Personne|/Vehic(eIdentification a. Residential notification is required for field surveys on this project; mail-outs will be prepared for approval by C|TYT/PVV staff. The mail out shall be on company letter head and shall include the project name, study |irnits. DOE project no.. brief description of the project, and consultant's project manager name and telephone number. _OR- (f Right of Entry acquisition is required for field surveys O[other work on this project, nnai|+}utS will be prepared for approval by CITY T/PVV staff. The mail out shall beVn company letter head and shall include the project name, study |irnitS. DOE project no., brief description of the project, and consultant's project manager name and telephone number and a place for the property owner to eiQD giving permission to access the property. b. When conducting site visits hmthe project (OcaUVn. the ENGINEER or any of its sub-consultants shall cony readily visible information identifying the name of the company and the company representative. iii. Conceptual Engineering Plan Submittal a. Conceptual plans shall be submitted boCity 48 days EAl-6 Rev 02-09-09 ^ ° after Notice b] Proceed Letter i8issued. b. The ENGINEER shall perform conceptual design ofthe proposed improvements and furnish two (2) copies of the concept engineering plans which include \ayouts, preliminary right-of-vvgyneeds and cost estimates for the ENG\NEER'S recommended plan. ENGINEER shall perform n3rnainiDA field surveys required for final design of selected route(s). The ENGINEER shall also evaluate the phasing of the vvater, sanitary sexver, street and drainage vvnrk, and shall submit such evaluation iD writing b] the City oSa part nf the concept phase of the project. AUdesignshGUbein0onfomnanoe 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 @ summary Of findings pertaining to the proposed project. 2. Preliminary Engineering Upon approval of Part B. Paragraph iii (b). ENGINEER will prepare preliminary construction plans as follows: a. Overall water and/or sanitary sewer layout sheets and an overall easement layout sheet(e). The water layout sheet shall identify the proposed vveb*r main improvement/existing water mains in the vicinity and all vveher appurtenances along with pnaBsVne plane boundohgS, water tanks, pump sbationn, valves, and fine hydrants. The sewer layout sheet shall identify the proposed sewer main improvement / existing sewer mains and all sewer appurtenances in the vicinity. b. Preliminary project plans and profile sheets on 22" # 34° sheets which show the following: Proposed water and/or sanitary sewer plan/profile and recommended pipe skca. One hvdrants, water service lines and nnete, EA1-7 nw~ 02-09-09 . , boxes, gate valves, isolation makvee, manholes etc.. related appurtenances and all pertinent information needed to construct the project. In addition, the ENGINEER shall visit the project site and obtain the meter numbers and sizes on all existing meters to be replaced on the project and shall identify existing sample stations and fire line locations. The information shall be shown on the plan sheets. Legal description (Lot Nos., Block Nos.. and Addition Names) along with property ownership shall be provided Vn the plan view. C. For sewer lines, pipelines schedule for point n3poing. 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 b] bo rehabilitated onthe same line segment. Bose sheets shall reference affected or adjacent otngeba. Where open-out and tpenCh|eaS technology construction is anticipated, below and above ground utilities will be located and shown nn the base sheets. d. Existing utilities and utility easements will be shown VO the plan and profile sheets. ENGINEER will coordinate with utility companies and the City ofFort 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 Uovv line elevation of the sewer service can be determined from the nleanoutlocation. If this elevation oonncd be determined during design survey, the design ehoU be provided after axvanj of the construction contract as specified in Part A' Paragraph 1b. Y. The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being Eu1-B xw° 02-09-09 . . replaced, including replacement of existing service lines within City hght+of-mxayor utility easement. When the existing alignment of water and sanitary sewer main or lateral is changed, provisions will be made in the final plans end/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines tothe relocated main. Q' The ENGINEER ENGINEER will prepare standard and special detail Sheets for vva[e[ line installation and sewer rehabilitation Or replacement that are not already included in the []-Section of the City's specifications. These may include connection dn1gUs between various parts of the project, tunneling detaUS, boring and jacking detuUs, waterline re\ocatiunS, details unique b3 the construction of the project, tnanch|ess details, and special service lateral reconnections. h. Right-of-Way Research The ENGINEER will conduct preliminary research for availability of existing easements xxheno open-cut � c�toD of existing alignments is construction �r rgx�osn 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 cfPnoped)(' i Utility Clearance Phase The ENGINEER will consult with the City's Water EAl-9 Rev ox'oo'o» Department, Department of Engineering, and other CITY departments, public utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities that have an impact or influence on the project. ENGINEER will design City facilities to avoid or minimize conflicts with existing utilities. The ENGINEER shall deliver a minimum of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all utility companies, which have facilities within the limits of the project. k. Preliminary construction plan submittal I. Preliminary plans and specifications shall be submitted to City 42 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/Legend Easement layout(if applicable) Abandonment Plan & Profile Sheets Standard Construction Details Special Details (if applicable) iii. The ENGINEER shall submit a preliminary estimate of probable construction cost with the EAl-10 Rev 02-09-09 . . preliminary plans submitted. ENGINEER SheU assist City in selecting the feasible and/or economical solutions hobepursued. \. Review Meetings with City The ENGINEER shall meet with CITY to discuss review comments for preliminary submittal. The CITY mhoU direct the ENGINEER in writing b} proceed with Final Design for Final Review. m. Public Meeting After the preliminary plans have been reviewed and approved bv the City, the ENGINEER shall prepare project exhibits, provide the CITY with the database listing the names and addresses mfall residents and business to be affected by the proposed project, and attend public meeting to help explain the proposed project to remidenbs. The CITY ohoU select a suitable location and mail the invitation letters to the affected customers. EAl-11 ^°= 02-09-09 . . n. Storm Water Pollution Prevention Plan For projects that disturb an area greater than one U\ acre, ENGINEER will prepare the Storm Water Pollution Prevention Plan (8\NPPP) required for the project for use by the Contractor during construction. ENGINEER will prepare drawings and details for proposed SVVPPp improvement that the Contractor must use during construction. Contractor shall be responsible for filing the BVVPPP with appropriate regulatory agencies. o. Traffic Control Plan The ENGINEER may utilize standard traffic nan}ut9 configurations posted aa '7ypico|g" on the City's Buzzsavv vvebaite. The h/pic@|a need not be sealed individually if included in the sealed contract documents. |O the event that the ^typica|s" (as described above) cannot be utilized onthe project, the ENG|NEER shall prepare signed and sealed Tna#io Control Plan for review and approval by the Traffic Division of the Transportation and Public Works Department. 3. Final Construction Plan Submittal m. Final Construction Documents shall be submitted hoCITY 32 days after approval of Part B. Paragraph 2k. Following CITY mppn]v8| 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 s4hnlU two (2) sets of plans and construction contract documents within 15 days of C|TY's final approval. Plan sets shall be used for Part C activities. EA1-l3 Rev 02-09-09 b. ENGINEER's Estimate of Probable Construction Cost The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. C. Mylar Submittals The ENGINEER shall submit a final set of mylar drawings for record storage as follows: 1. Water and sanitary sewer plans shall be submitted as one set of plans. Water and sanitary sewer plans shall be separate from paving and drainage plans. All sheets shall be standard size (22" x 34")with all project numbers (Water/Sanitary Sewer and TPW) prominently displayed. 2. For projects where paving/grating/drainage improvements occur on a Water Department funded project with no T&PW funding involved, a separate set of mylars with cover sheet shall be submitted for TPW. 3. Signed plans sets shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file. There shall be one (1) PDF file for the Water plan set and a separate PDF file for the TPW plan set. Each PDF file shall contain all associated sheets of the particular plan set. Singular PDF files for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as follows: 1. Water and Sewer file name example — "X- 35667—org36.pdf" where "X-35667" is the assigned file number obtained from the City of Fort Worth, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. EA1-13 Rev 02-09-09 Example: X-12755—orgl8.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 Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. PART C -PRE-CONSTRUCTION ASSISTANCE Administration a. Bid Documents The ENGINEER shall upload all plans and contract documents onto Bu77saw for access to potential bidders. Hard copies of documents will not be made available to potential bidders. Contract documents shall be uploaded in pdf files and the plans in pdf and dwf files, b. Bidding Assistan EA1-14 Rov 02-09-09 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 CITY by prospective bidders. The ENGINEER shall upload all addenda onto Buzzsaw. The 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. Construction Documents The ENGINEER will make available for construction, upon request by the CITY, up to twenty (20) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to the contractor and City personnel. 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. The ENGINEER shall make periodic site visits during construction and provide documentation of the observations made, as requested by CITY. The ENGINEER shall attend the "Final" project inspection and assist City with preparation of final punch list, as requested by CITY. PART D—CONSTRUCTION STAKING (OPTIONAL) (NOT APPLICABLE) EAl-15 Rev 02-09-09 EXHIBIT "A-2" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT"A") DESIGN SERVICES: PAVING AND/OR DRAINAGE IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for paving and/or storm drain improvements for the following: Engineering Design Services: Street Reconstruction, Water and Sanitary Sewer Replacement On: Waits Avenue (SW Loop 820 to Southgate Drive); Wosley Drive (SW Loop 820 to Odessa Avenue); Rutland Avenue (Rector Avenue to Cockrell Avenue) 2008 CIP Project, Council District 66 Contract 6B; City Project No. 01267 ' DOE No. 6174 Summary of Improvements: (Street improvements) 6" 8"Lime 6" 7"Integral Reinforced Stabilized Pavement Curb Concrete Mapsco TAD Map Subgrade (S.Y.) (L.F.) Driveway Location Limit (S.Y.) From TO 2036-364 Waits-Ave SW-Loop 820 Southgate Or 2,128 1,200 3,825 90T 2,270 2042-364 Wo 2_,58_8 T�4_60 2042-360_sleyDr SW Loop 820 Odessa Ave 2,760 3,150 90N/S 2042-364 Cockrell Ave 1,669 94-0 0 _�_042-360 Rutland Ave Rector Ave 1,780 2,025 90S 2042-364 -T07ia_1 6,810 6,3_85 ---3-,600 9,000 Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: PART A—PRE-ENGINEERING I Initial Data Collection a. Pre-Design Coordination Meetings 2-1 Rwr 02105/09 ~ ' 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 0festablishing a level ofcomfort, two /2\ meetings are anticipated. These include the following: One (1) pre-design kick-off meeting, (including ALL 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 CUx. ENGINEER will research and make nffoda to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. EN(�|N��ERvxiUa(soidant�vandsaehtoobtaindataforaxistingoondidons that may impact the project including; utilities, City Master plans, CITY drainage complaint fi\*a, existing applicable drainage studies and property ownership as available from the Tax Assessors office. C. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all uti\itiee, 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 ( The ENGINEER shall show the location of shall vv b� ahoDon �he ��n:�ptp8ns. e the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. ENGINEER aheU complete all h]rrna necessary for City b] obtain pmrrnb letters from TxDOTand railroads and submit such forms to the C|ty. City shall be responsible for 9mnmanjing the forms to the affected agencies for execution. 2. Schedule SwbmmiffaU and Monthly Progress Report The ENGINEER shall submit project schedule afterthm design contract is fully oA2-% Rev ox/oym» executed. The schedule shall be updated and submitted to the CITY along with monthly progress reports as required under Attachment B of the contract. PART B -CONSTRUCTION PLANS AND SPECIFICATIONS 1 Conceptual Engineering i. Surveys for Design a. ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. 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 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 2-3 Rev 02/05/09 Side Drive and North Main Street). 3. Coordinates on all P.C.'s, P.T.'s, PA.'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 and Personnel/Vehicle Identification a. Residential notification is required for field surveys on this project, mail- outs will be prepared for approval by CITY T/PW staff. The mail out shall be on company letter head and shall include the project name, study limits, DOE project no., brief description of the project, and consultant's project manager name and telephone number. -OR- If Right of Entry acquisition is required for field surveys or other work on this project, mail-outs will be prepared for approval by CITY T/PW staff. The mail out shall be on company letter head and shall include the project name, study limits, DOE project no., brief description of the project, and consultant's project manager name and telephone number and a place for the property owner to sign giving permission to access the property. b. When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. 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 I" = 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 EA2-4 awv 02/05/09 ^ ^ . �� of existing storm drain vvU be calculated and shown. The '�-'�--- ' ENG{NEERsneGpUnSibi{itv indud�� recommendations for improvements of the existing system asdeemed reasonable an d consistent with City standards. All calculations and design shall AVnfOrrn to the City of Fort Worth Storm Water Management Design Manual, March 2006. iv. Conceptual Engineering Plan Submittal a. Conceptual plans shall be submitted to City 48 days after Notice to Proceed Letter isissued. b' The ENGINEER shall furnish two CQ copies ufthe concept engineering plans which include \GyoutS, preliminary right-of-way needs and coot estimates for the EN3|m EER'e 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 ho the City aea part ofthe concept phase of the project. 2. Preliminary Engineering Upon approval of Port B. Paragraph \V, ENGINEER will prepare construction plans as f0Uovvn: o' Drainage area maps with drainage calculations and hydraulic the plans will be consistent with Part computations. Information shown ep�n A. Paragraph 1.b. for proposed condition. b. Preliminary project plans and profile sheets which will show the following and shall beon32^ x34° sheets: Property Ownership Curb Lines Driveways Medians (if applicable) Sidewalks Existing and proposed water and sanitary sewer mains, C. Proposed roadway pndi|e grades and elevations along each curb line; EA2_5 Rev 02/05/09 / elevations at all p.vi'S; pYa half stations; high and k]w/ points; vertical Curve information; and pertinent AASHT(] calculations. Profiles for curbs /if any) and existing ground od the left and i lines shall beshown. Existing found property corners (e.g. |nJO pins), along the existing right-of- way SheU be shown on the plans. Profiles for existing and proposed Sturm drain mains and leads shall beprovided. d. Existing utilities and utility easements will be shown on the roadway plan and profile sheets. ENGINEER will coordinate with utility companies and the City of Fort Worth to ascertain what, if any, future improvements are planned that may impact the project. a. Preliminary roadway cross-sections will be deve|oped, from the survey notea, 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 ddvevv@ys, p.i.'s of intersecting streets, (minimum distance of 100' along cross-street at each P.|.) xva|kg, retaining vvaUs, etc.. will also be provided. Pn7fi|ea of centerline of driveways will also be provided where necessary. Scale will be 1" = 10' horizontal and 1^ = 2'wediou|. f. Street and intersection layouts. Q. 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 oO the plan view. h. The ENGINEER shall prepare a detailed geotechniva| engineering study and pavement design imonnfonnanmemiththeCdvofFortN6odhPmvemeot Design Standards Manual, 2O05. ' Right-of-Way Research The ENGINEER will conduct preliminary research for availability of existing EA3-6 ROV 02/05/09 . . easements where 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. , Rig ht-of-way/Easement Preparation and Submittal Preparation and aubrnidoi ofright-of-way, easements and rights-of-entry will be in conformance with "Submittal of Information to Real Property Division for Acquisition of Property". h. Utility Clearance Phase The ENGINEER will consult with the City's Transportation and Public Works Department, VVohor []eportnnent, 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 on impact or influence on the project. ENGINEER will design City facilities to avoid or minimize conflicts with existing utilities. The ENGINEER shall deliver minimum of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all utility companies, which have facilities within the limits of the project. i Preliminary Construction Plan Submittal i. Preliminary construction plans and specifications shall bgsubmitted to CITY 42 days after approval uf Part E3' 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 asfollows: Cover Sheet General Layout and Legend Sheet Drainage Area Map and Computations Plan & Profile Sheets EA2-7 Rev 02/no/09 . . Preliminary Cross Sections Standard Construction Details Special Details (If applicable) iii. The ENGINEER shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted. Engineer shall assist City in selecting the feasible and or economical solutions bobepursued. M. Review Meetings with City The ENGINEER shall meet with CITY to discuss review comments for preliminary submittal. The CITY shall direct the ENGINEER in writing to proceed with Final Design for Final Review. n. Public Meeting After the preliminary plans have been reviewed and approved by the City, the ENGINEER shall prepare project exhibito, provide the CITY with the database listing the names and addresses ofall residents and business to be affected by the proposed project, and attend public nnegbDg to help explain the proposed project to n}sidentg. The CITY shall select suitable location and mail the invitation letters b}the affected customers. n. Storm Water Pollution Prevention Plan (SWPPP) For projects that disturb an area greater than one (1) acre, ENGINEER will prepare the Storm Water Pollution Prevention Plan /8VVPPP\ required for the project for use by the Contractor during construction. Engineer will prepare drawings and details for proposed 8VVPPP improvement that the Contractor must use during construction. Contractor will be responsible for filing the 8VVPPF» with appropriate regulatory agencies. P. Traffic Control Plan The ENGINEER may utilize standard traffic reroute configurations posted as ^Typioa|s^ on the City's Buzzsavvwebsite. Thmtypica|a need not be EA2-8 Rwe om/no/oo . . sealed individually if included klthe sealed contract documents. |n the event that the ^bxpicale" (as described above) cannot be utilized on the project, the ENGINEER shall prepare a signed and sealed TneMin Control Plan for review and approval by the Traffic Division of the Transportation and Public Works Department. 3. Final Construction Plan Submittal g. Final Construction Documents shall be submitted b] CITY 32 days after approval of Part B. Paragraph 2 (b). Following CITY approval of the recommended improvements, the ENGINEER shall prepare Mne| plans and specifications and contract documents tn 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 cfCITY's final approval. Plan sets shall bm used for Part Cactivities. b. ENGINEER's Estimate of Probable Construction Cost The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. C. Furnish as a function of final plans, two (2) copies of the final cross- sections OD 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 on}as sections plotted with stationing from the bottom of the sheet, and will include |ahena|e and inlets. CITY policy with regard to parking design ahaUbemnainbained. Excavabonandemnbankrnent volumes and end area computations shall also beprovided. d. K8y|arSubnlitta|s The ENGINEER eheU submit e final set of rny|ar drawings for record storage as foUDvvm: sA3-9 Rev ox/om/oo 1. Street and storm drain plans shall be submitted as one set of plans. Street and storm drain plans shall be separate from water and sanitary sewer plans. All sheets shall be standard size (22" x 34")with all project numbers (TPW and water/sanitary sewer) prominently displayed. 2. For projects where water/sanitary sewer improvements occur on a TPW Department funded project with no Water funding involved, a separate set of mylars with cover sheet shall be submitted for Water Department. 3. Signed plans sets shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file. There shall be one (1) PDF file for the TPW plan set and a separate PDF file for the Water plan set. Each PDF file shall contain all associated sheets of the particular plan set. 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 III. 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—orgl8.pdf EA2-10 Rev 02/05/09 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. z�� 4. For information on the proper manner to submit PDF files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. PART C -PRE-CONSTRUCTION ASSISTANCE Administration a. Bid Documents The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. Hard copies of documents will not be made available to potential bidders. Contract documents shall be uploaded in pdf files and the plans in pdf and dwf files. 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 CITY by prospective bidders. The ENGINEER shall upload all addenda onto Bu77saw. The 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 EA2 -11 Rev 02/05/09 openings. C. Construction Documents The ENGINEER will make available for construction, upon request by the CITY, up to twenty (20) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to the contractor and City personnel. 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. The ENGINEER shall make periodic site visits during construction and provide documentation of the observations made, as requested by CITY. The ENGINEER shall attend the "Final" project inspection and assist City with preparation of final punch list, as requested by CITY. PART D—CONSTRUCTION STAKING (OPTIONAL) (NOT APPLICABLE) ^2-1 2 Rev 02/OS/09 ATTACHMENT "B" COMPENSATION AND SCHEDULE Street Reconstruction,Water and Sanitary Sewer Replacement On Engineering Design Services: 2008 Capital Improvements Program, Contract 613 1. Compensation A. The Engineer shall be compensated a lump sum fee of $69,323 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"and "A-2" 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 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. Schedule Final Plans and Contract Documents for bid advertisement shall be submitted within 160 calendar days after the "Notice to Proceed" letter is issued. A. Conceptual Engineering Plans - 60 calendar days. B. Preliminary Engineering Plans and Contract Documents — 50 calendar days. C. Final Engineering Plans and Contract Documents —40 calendar days. D. Final Plans and Contract Documents for Bid Advertisement— 20 calendar days. Attachment B,Page I EXHIBIT "B-1 (SUPPLEMENT TO ATTACHMENT "B") METHOD OF PAYMENT Street Reconstruction,Water and Sanitary Sewer Replacement On Engineering Design Services: 2008 Capital Improvements Program, Contract 6B 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 Exhibits "A-V and "A-2", Conceptual Engineering plan submittal and approval by the City, a sum not to exceed 30 percent of the total lump sum fee. Until satisfactory completion of Exhibits "A-V and "A-2", Preliminary Construction plan submittal and approval by the City, a sum not to exceed 60 percent of the total lump sum fee, less previous payments. Until satisfactory completion of Exhibits "A-V and "A-2", Final Construction plan submittal to 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. Progress Reports A. The ENGINEER shall submit to the designated representative of Director of Department of Engineering monthly progress reports covering all phases of design by the 15th of every month in the format required by the City. B. If the ENGINEER determines in the course of making drawings and specifications that the opinion of probable construction cost of 1555,302 as estimated in Exhibit "B-4") will be exceeded, whether by change in the scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City's Director of the Department of Engineering and, if so instructed by the Director of the Department of Engineering shall suspend all work hereunder. Pxhibit"B-I" Page I EXHIBIT "B-2" (SUPPLEMENT TO ATTACHMENT "B") HOURLY RATE SCHEDULE Street Reconstruction,Water and Sanitary Sewer Replacement On Engineering Design Services: 2008 Capital Improvements Program, Contract 6B Employee Classification Rate/Hour Principal $175 Project Manager/ Planner $150 Design Engineer $135 Professional $125 Designer $100 CADD /Technical Support $80 Clerical/Administrative Support $45 EXHIBIT "B-3A" (SUPPLEMENT TO ATTACHMENT "B") SUMMARY OF TOTAL PROJECT FEES Street Reconstruction,Water and Sanitary Sewer Replacement On Engineering Design Services: 2008 Capital Improvements Program, Contract 6B Prime Consultant Scope of Services Fee %of Contract APM&Associates, Inc. Engineering, Proj. Mgmt. $52,365 75.5% Proposed Non M/WBE Sub Consultant Terra Con GeoTech, Pvmnt Design $6,000 8.7% Proposed MIWBE Sub Consultants ARS Engineers, Inc. Surveying $8,081 11.7% Walker Reprographics Reproduction $2,877 4.2% Total for Professional Services $69,323 100.0% Actual IVIIWBE City's MfWBE Proiect Description Scope of Services Prime Fee MfWBE Fee Percent Percent Goal Engr Services Engr,Surveying&Proj.Mgmt 852,365 $10,958 15.8% 16.0% EXHIBIT "B-313" (SUPPLEMENT TO ATTACHMENT "B") PROFESSIONAL SERVICES FEE SUMMARY Street Reconstruction,Water and Sanitary Sewer Replacement On Engineering Design Services: 2008 Capital Improvements Program, Contract 6B Part A—Conceptual Design and Part B— Plans & Specifications Basic Engineering: (Construction Cost $555,302x8.5%x0.85) $40,121 Transportation & Public Works: $30,584 Paving (76.2% of Basic Engineering Cost) Water Department: $ 3,992 Water( 9.9% of Basic Engineering Cost) $ 5,545 Sewer(13.8% of Basic Engineering Cost) Basic Services Total (TP&W and Water Dept) $40,121 Additional Services: Transportation & Public Works: $6,160 Topographic Surveying Services $2,000 Storm Water Pollution Protection Plan $1,500 Traffic Control Plan $1,500 Meetings & Reports (Total 2 Meetings) $1,500 Bidding Assistance and Final Inspection $4,574 GeoTech and Pavement Design $2,193 Printing & Reproduction Subtotal $616 Administrative (10%) Fee on M/WBE Firm $20,043 Additional Services Subtotal Water Department: Water Line $804 Topographic Surveying Services $1,000 Storm Water Pollution Protection Plan $1,000 Traffic Control Plan $196 Meetings & Reports (Total 2 Meetings) $196 Bidding Assistance and Final Inspection $597 GeoTech and Pavement Design $286 Printing & Reproduction Subtotal $go Administrative (10%) Fee on MMBE Firm $4,159 Additional Services Subtotal Sewer Line $1,117 Topographic Surveying Services Storm Water Pollution Protection Plan $1.000 Traffic Control Plan $1,000 Meetings & Reports (Total 2 Meetings) $272 Bidding Assistance and Final Inspection $272 GeoTech and Pavement Design = $829 Printing & Reproduction Subtotal $398 Administrative 100/ Fee onM/WBE Firm 11,12 Additional Services Subtotal $5,000 Total Water Department $9,159 Total $69,323 EXHIBIT "B-313" (cont.) (SUPPLEMENT TO ATTACHMENT "B") SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) Street Reconstruction,Water and Sanitary Sewer Replacement On Engineering Design Services: 2008 Capital Improvements Program, Contract 6B SUMMARY OF TOTAL FEE PAVEMENT WATER SEWER TOTAL Engineering Service $ 44,492 $ 5,807 $ 8,066 $ 58,365 Surveying Service $ 6,160 $ 804 $ 1,117 $ 8,081 Reproduction Service $ 2,193 $ 286 $ 398 $ 2,877 Total $ 52,845 $ 6,897 f $ 9,581 $ 69,323 BREAKDOWN OF WATER, SEWER AND PAVING FEES (LESS SURVEY FEES): 1. Total Paving Fee (less survey fee) Breakdown by Concept, Preliminary and Final Design a. Concept(30%) = (Total Paving Fee—Paving Survey Fee) x (0.3) $14,005 b. Preliminary (60%) = (Total Paving Fee— Paving Survey Fee) x (0.6) $28,010 c. Final (10%) = (Total Paving Fee— Paving Survey Fee) x (0.1) $4,669 2. 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) $1,828 b. Preliminary (60%) = (Total Water Fee—Water Survey Fee) x (0.6) $3,656 c. Final (10%) = (Total Water Fee—Water Survey Fee) x (0.1) $609 3. 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) $2,539 b. Preliminary (60%) = (Total Sewer Fee—Sewer Survey Fee) x (0.6) $5,079 c. Final (10%) = (Total Sewer Fee—Sewer Survey Fee) x (0.1) $846 EXHIBIT "B-3C" (SUPPLEMENT TO ATTACHMENT "B") FEES FOR SURVEYING SERVICES Street Reconstruction,Water and Sanitary Sewer Replacement On Engineering Design Services: 2008 Capital Improvements Program, Contract 6B SURVEYING SERVICES: Paving: Topographic Surveys: 1,954 LF x $2.50 = $4,885 Water: Topographic Surveys: 700 LF x$2.00 = $1,400 Sanitary Sewer: Topographic Surveys: 1,026 LF x$1.75 = $1,796 T&PW and Water Department Total for Surveying Services: $8,081 O .2 �o (�o CS) OQ o -tj- cd (6 m LC'i O w C5 0 0 0 C> 0 0 .2 r- Lo M 0 0 0 CD cy) LO 0 6q 64 (.0 C14 C14 - LO s. o .2 Cl C> Cl C s Et d U) U) 0 U-)C) C4 (6 0 co I- cn 0 E 0 CL U� U� 0 4) (A 0 (D 4� c 0 LO LO co > m 0 LO 0 CD 1- 0 "t T7 t-- ce) (Ni C') a) to tn 0 4) 0 (0 c'! (n a co 0 ) WW 0 0 0 'N O ate` c N C,4 6 6 06o U) 4) 6 a 2: 0 ui LU > UJ > 0 < < (n r 0 U) F- 0 0 0 U) F- 1-17 of ol UJI CNI "I >1 001 Cot <1 qL a. o o o w o o 01 C)l 3: ui L—L---- 1 1 Lul Wl XI >1 51 ol <1 (/)I Lul ZI < 0 0 '1 0 0 0 0 a 0 0 0 o a 0 0 0 0 0 0 0 1 00 CN 0 0 0 0 ci C5 — 0 0 m 0 0 00 co N �t m Cl) 0 00 f�. 0 69 00 E :: 64 fo� C4 69 44 < ta > :tl :3 > 0 m m 0 co 00 a — 0 m N , , Z� C, �R - - CN C14 "D 00 00 m a) C4 CN 2 0 0 (a "s 0 C) 0 3 (D 0 m m N 00 C-4 a cn cq N LO C�t Iq " ob > < z 04 H} tPr 04 — cvi m 0 09, � o E °N 3:co cli C, Ln , 0 w co N x m m 04 (0 C14 2 CL 0 0 (D m 0 0 0 (0 00 m (a C14 C14 �R �2 ': �4 . I . a! 64 q cl� co V:m ca Gs 64 Co 4) .4 C'4 r- V) 64 ! 69 7 C4 0 60 (D 6q E > 0 4) <U) > v1 O 04 ao co m Cl) oo co Z 8 a a) �o w 04 m ~p C14 m Cl! V: m E x m cli C4 C14 2 V. 0) U51 CL V r— < CL a 0 C, 0 a a CD C> 0 a 0 a O C, o o <�j U wo m N m m 0 -t 04 m M 61b u) 69 60 cv Zq ug, 60 z 69 to 6q 0 W 4) (10 'Sq- 0 E ui 1 5 z Al t= u U) > z z 0 D 0 2 4) O C 0 4) U) CLO cr. LL >- LL >� >- 0 . . . U) cn U) CL z vt CL dam. 0 P > W LU iz m 0 0 > > m i a E > > > es C 't; Tl 0 0 0 =0 ; ?; E . 5E' E* '8Eff E E 9 1 ? 1 0 t t 0 8'61 T c M, A m Is a. 4F 01 <> mi ml E z 0 -16-1 , L.:_>IIJE Ag 1,2, L3 H > 8- 0 E d: i 6 �L 5-;,1 e, 80.80-81 0 C> CD 0 C� CD C� Oq Oq Z > < -M-- -O 0 m 0 < x 2 -n cn m co C14 04 ,1* co > (o N N C,4 < a u) - in 66. U") LO 0 W cl N 0 -o 0 m o o c> c> x N 6 O o vi oi E E < 000c� C) oao c) CL CL c7 o <U) co cL a < C to o O a a O 5� 4) 4-) o0 0 a a z 11 co m o N 04 uq r-- 0 LU ea o(A 00 fA cli m (D a-) E CF w co .2 w p m > z 0 CL E 0 z ui 00 fl UJ 47 z xo Aw < >1 0 Ec 7 uj c L.L T > o 0 a) U') 00 In C14 Cli m U� 61� 04 9� 0 — C5 M 03� 6 E > c i5 Nolo C, loNLn 9 0 x C) �9 bq � (D co a 0 m 0 0 O O a O O O CD -j C E E 0 in Ul) I- In u5 0 LO CL m to co C> CD CL 0 'E V3 'i z =1 60 ql� C14 69� 69 (a 0 E > 0 Na - E m Z, N CL 0 0 2 C O ul In 'o Z co V�ll 04 6'� 0 W 6n 00 E ti z F4 F LU d > z 0 .2 Z 0 2 E 0 u- LL LL cn w ..001 uj U, cn CL 7�i r w t0 en cr j -611 it ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND ATTACHMENT"A" Engineering Design Services: Capital Improvements Program, Contract 6B There are no changes and amendments to Standard Agreement and Attachment A. ATTACHMENT "D-1" PROJECT SCHEDULE Engineering Design Services: Capital Improvements Program, Contract 6B Actual ID Task Name Duration Duration Duration Start Finish (Working (Days) Start Date Finish Date (Working Date Date Days) Days) Engineering Design:2008 CIP,Contract 6B 1 Notice to Proceed I I 8-Jun-2009 8-Jun-2009 2 Pre-Desiqn Meeting 1 1 9-Jun-2009 9-Jun-2009 3 Data Collection 5 5 15-Jun-2009 19-Jun-2009 4 Design Phase 120 120 9-Jun-2009 6-Oct-2009 5 Conceptual Engineering 43 60 9-Jun-2009 7-Aug-2009 6 Survey 15 19 15-Jun-2009 3-Jul-2009 7 Prepare Conceptual Engineering Plans(30%) 30 43 15-Jun-2009 27-Jul-2009 8 30%Conceptual Plan Submittal I I 28-Jul-2009 28-Jul-2009 9 Conceptual Plan Review by City 10 16 29-Jul-2009 13-Aug-2009 10 Project Review Meeting 1 1 14-Aug-2009 14-Aug-2009 11 Preliminary Engineering 42 59 11-Aug-2009 8-Oct-2009 12 Prepare Preliminary Plans and Spec(60%) 30 43 11-Aug-2009 21-Sep-2009 13 60%Prelimina Plan Submittal 1 1 21-Sep-2009 21-Sep-2009 14 Preliminary Plans and Spec Review by City 10 15 24-Sep-2009 8-Oct-2009 15 Project Review Meeting I I 8-Oct-2009 8-Oct-2009 16 Final Enqineering 32 46 9-Oct-2009 23-Nov-2009 17 Prepare Preliminary Plans and Spec(90%) 10 14 9-Oct-2009 22-Oct-2009 18 90%Preliminary Plan Submittal 1 1 23-Oct-2009 23-Oct-2009 19 Final Plans and Spec Review by City 10 12 26-Oct-2009 6-Nov-2009 20 Address Final Review Comments 5 5 9-Nov-2009 13-Nov-2009 21 Submit Final Plans and Specs(100%) 1 1 16-Nov-2009 16-Nov-2009 22 Circulate Plans for Signatures 4 4 17-Nov-2009 20-Nov-2009 -- 23 Pre-Construction Assistance 30 45 -'23-Nov-2009 6-Jan-2010 24 ,Advertise Project 30 45 23-Nov-2009 6-Jan-2010 25 0 en Bids 1 7-Jan-2010 7-Jan-2010 26 --�-Jan-2010 -Feb-2010 Project Award :::t 218 4 r=e2 00'100 } i A CITY OF FORTH %URTH, TEXAS y w� w i f hf . nue I p I FORT WORTH ' r4aoio�„t C JA � w wo ATT WAm 0 m& ;maw LAW Amt M XWMA Al? a P ssfx rat s flnc, PIRCUFC,T Lm.C"ATIO mm AP r`re �am �mm� m wm,mm i 4 )fe WkfAco iof*A,T, ewry,br a (" ml9 140 fHaN m67 7 mo am 140-4ow Doc No 6174 I '� ^aNiN lt£G ON 4114?76 In'uN :�Plr�%�'14�ra56'�,�1"/1a1rIrNU�,ukM79�ri't hr/Eri �!mArJ+7r}��1�/Mo�la�ul nIN�"�aYJR�IJV4WJ�l�a"�fiM'�p✓'��rm�w%y/✓rJ1J�r�f iii�rwr 3,i� r Kiln VUV7�ih�r9/rL��„rrrr,�r�r rrNUPOw1l ir,,oki� 1��"°lRnr lt'rr�"�$J,rr1,7�Nr 41rr9 go VAL., _ 9 a� 4 4nLA ���tl ad k 'A wk * q ee l' vu a � a taw a .ru. mM>MMgk, M� idn �w ✓ ,w gC � . I%w ,�” � i�a� r� e� al4aa�aaat '�rvr�wnr �a �Ge eM,ecu, 7 r Pt92wvr�"� r�rr ffi '41 V Iry6e „� �"�'+ �..?o A ;� quW ��� ewa�r �� � . ��lN.t� � 'Y �'� m 4, NH MIUS w Pa��mumI tier � �� �a� � � awls EA i l C't�a l MY 00, to f ®. nC � aa mwm T trT w . cryq {. wl �r wom w w p f iwa� wt' i , i� ul6 ''".... ., 1Nt �` 11 e k r 'r r yp taI Itrt I � 7N� a a a d � o �a£ —7 *XKat u'j"m o � Syr t �rl•„ r M �. q � � � w w...�. w� urro r° Lwu i 101 "N SAV Z wn, '� . 6 .. � r I y CAI I� �P'AW NaVd'M'� W rr ar k^,ri�,.. "�"D �.(� "tM,. i N � r Y ., 44Ndr � � i rp� y.w a,r NtPE to `fw f w t R, hi Ha " a t f t 9� m o �7 h Z 1, v, { Cl r�&vudp,", r ' '�y' a * r WMIS P ��w '•��N � `�n�„�"� ��4�"; .,. ���",�lrcp� ���.� ��� �',�"�� r''�+�9 �'�� �.' ^�p�t�9 rkd � d1"ati'wUrrt��ew qa�w�. .u �u � �w������m�ma�m �r�w���wrwrms� s�uiw��s�w�m�ur�m;�smirq�ory�r�t �r�a x a' r ettt tti l A C} Base M ,dgn 3/10/20} : :C} PM AFee " 33 32 31 24 LOOP 820 SO, 16 8 PROPOSED PAVING 4 13 49 1 /� NTSI lo 21 46 5 45 5 G 11 43 10 12 1 12 18 37 2 13 42 10 35 F 4 40 436 12 7 34 5 39 33 16 42 31 10 30 9 19 35 CITY OF FORTH MRTJ4 TEXAS Ms DOE NO. 6174 ^ 7777 32 31 s,00 T7T] /4�4\ F Loop /6 oc 820 onc —44A 24 11 2 16 16#C00 so 10 46 co 5 14 18 10 44 9 13 G 17 11 43 10 12 37 2 13 10 36 29 41 530 03 5 39 7 34 6 16 33 38 G i8 30 35 TEXAS AM CITY OF FORTH VR)RTA 2008 Capital IrfrovenrAls prograIN Contract 6B ATTACHMENT E-3 rw_ (S 'WATER UPPOVEMEWS DO, 1140, CONTV�Lxo ON,t111v 76 ;F! W'PoV IIIhG'u'rw'L'iWW'IY�iI IlYd1YV'p FVIJ1Ni JWiaNfuIFU(nGwr2N°YN�;rT)PI I V�9 will YuiGV,!llfIW��NVIJ FE9�d"b; dl'9!NN r tlla%la YUiD'MV.i,T a)YUYJuiF>?v IINhVFYOFNr wdiOiDP r�7tirN ld/aaN✓iai�nJlFi 9'Ur„l7n ldwdrNl)dIp!Pl-IYyWI)TfMll,7Y Ram, , 1i{ ['y,/"L I. �n Y,5,i 4 ,; Gu ... _.-.M �_.. , w Vw �A mn w" a� vow " I a CCUvb " wnwJ �p .. w' �w ;r � d Ar�r pp ra mid AVE _ ,. a dw . _ � NuM"ritir� rF��wrav ��w 1 d .. W# ° 1 ow. ! VIP tl I! " o �r J IMiL � Y xv A"P ox rax aea �wj 74 i .. 9 !. �� �� vo 9 .7 map._„. Ent ” ! .sz . J � wdnpegw X _ �� _ dAr�l4viN._..._ n N A&d,"BM,fiqq ! " wy MgR9 lAm a �^Y`�.�' �'�A'x �," ,J ,"�GTMi p s6Ya•,.. 4 wpAy�'�. � !—" .,.,,...��, V j _�w. HO W-J G3twaemc4w4gr "N4MMl. z C W . `"�,' w&✓ 4LL r, � �d� 0 F � F, r""",yw. �Q"sY d,'�� ��a+� ti, «n+a� i"rr� ' Y _� F �lMwuynnr„iN �I `�F r a FxF F rn UNO Pot �F t �� .,TflflC~,w. ', raJw Iva V � � T f"F"N"IG 9H-p r,pnw.waav n?r &m a IIIruC.w"w w , albfr �� Nmm "J30, F � � u dti 1 daM 4R fv c t Ww@n ! .w FdnawFn w ern,. IwYmww « �wp �pi� a � i r� r a aaaa. dwvnRs r xrJ as m" d"« b*Ak'hP ars awprw! 9 Y k VwI�d1NCT'a'IE IIN,uiAMR vhRi91'�WW,4 'Y�V iVid/ 1�rq r�d4b�Jw ,a s fdF�1rS rm'mdro9l9 hVJP:Ti'M° k1UY m T�riNrn+TvhTr i l.�'9!,NIX, i1rITdIN Y Y!WY?T'uCltY sYdui a � , 4F ww Mar? E i Agreement\TAD Base Map,dign 3/10/2009 6:29.11 PM ^ 14 50 13 49 2 9 loop 16 48 3 2 8 19 47 7 14 5 6 18 46 17 13 IT, 60 6 16 4 13 41 10 11 PROPOSED PAVING 40 11 15 IMPROVEMENT 6 16 13 11 32 7 8 17 18 38 37 36 13 12 14 18 31 19 35 30 10 15 17 20 34 16 12 22 32 /13 12 27 23 14 24 NN 15 5 C1 TY OF FORTH WRT9 TEXAS &M AM ATTACHMEW E-4 2008 Capital IMrovemAls Pr*grd?4 CO'"r411 6 PAVING IMPROVEMENTS MV wr ouft*Ix Am DOE NO, 6174 all, 11.1 14 18 51 1 1 49 "" r ' 1 4 1 47 7 a ' 14 6 18 46 4+77 117 3 1� 4 5 SEWER MAIN 15 N5 - I I E 44 9 14 2C 4 1� 13 6 61 11 7 d2 0 42 1 t3 4 1 " I 14 II I 1 15 39 14 to r 16 x 1 11 2 13 N 18 ""�, 14 1 311 36 35 0 10 0 � 15 1 3 q I I1 1 28 0 1� 22 2 � .. d 4 " ����' ,N "°w,. 7 p E e A:2 " "b 4 2" CITY OFFORTH RT m TEXAS p� D � � � ATTACHMENT E-5 44. f" ate. A uxfil 10,90, rfw OrWMA aAVt/ A01A 3,Ass intp ono,' UTLA wD ,m C�iiJM RMLO a AV ,A,' 4TUR AM Vfl e;A kpA-��9 u6A'.N� . i 1091-244 A Of 9,AvAA A,AAA, WAROM 0i iv T � Mb �"wN�W � 4,q"y P'i 4 N '1 No- f,112,57 E *WOO, MMi 041 NO-4M D('k N Pa;;). 6174 fi I TsNT#t1LG ON r �76 1 101,,f, Mcpm mix !aVUYAYPr11rRiti/'6IOADIlFrPMI41,�u9INiYS,'+� rr�Vr/°ul�uNg/ ry pI4NUJ,7uPoVfdW1 '�I tl�rrM��mv 1.!,u"(/x1Y0//r�„�„�I�Fl2 r�!/r!�^rrrrfrliw,(�^uw ���r�'(,!Iri2iyerunl�u`fullllrHY !A'aV�M �( i ryn dk "a"'"d ➢ N a�uw F �_� F w s n r�w�&car r $yVY #A LOMA wNr w„q 1 k 'PIN 7 In o & K~INLL&^S AYE YNr 7 ww� l���d�� � ' ,,.C ii �_ T w ro Nv .._ km �ur� Y rJ��ll4 a, e�"ti to ,7 I +.4�k� r 3a UA Ida + „'' � z riKa�� wsv My p Ir P „�.,�:�, + w �r. c ,.., „- w�,„ '",W.«,_s 4 + 1 "�' `m 1, .M ? � .;, 1 a u � It fl Iry Nero ".” 5� Ab , ...,... � ro .... "�.�..... ,. i vm tl 1 IL ro t m+P d�G1JIF'n � ✓" " `"�� "Nlu a "F ��„;� a C�,rffia�„,f •�"." �Y��'� 1',. T v to mm 02 ,.re iv o � >W I % w;YroA Ana" P f�'�""rr .Y'a� v k G "�NV,f "v " �" 0'Y �MPihM� ff, Mry ,umF Xq+ PM '' lbligi„ a, ac re" x f�fl 'lam A 10 fu 1 Ilk PAW 'titk rory "�7 k % grin r d�aml�� �mirl�o����r�urrr���r�� u��o� ,u�d��� uM+>➢ �� �r', � rv�ra'!s u�ro � _.,Fee A reer el Base Map,dgn 3/1012009 6:30:07 PM ° 29 820 28 5 4 PROPOSED PAVING 2 23 9 6 10 11 22 30 7 21 10 29 8 1 12 27 28 17 2 13 25 26 19 18 16 3 5 14 24 20 15 4 211 14 23 22 22 24 11 12 26 10 6 28 8 6 MA It 24 1 12 71 31 9 F CITY OF FORTH WRT14 TEXAS AM eum W 78 AV. (SW L"$10 M SOMWATS DR ATTACHMEW E-6 04#4k%mm 00 140-4m DOE NO W74 l I C 2502 LOOP 28 ° 3 4 1 2 7 N +1E 6+30 '1 4 13 3 6 25 7 32 1,,2 A 4 C 4 8 N "� � PROPOSED SEWER 4 11 I 12 x 28 1 + n ' 4 ' 1 ' 25 0 4E 21 4 '� 24 44 4 r g� '3 6 23 12 22 241 N4 5' j 7 9+ 4E 2 p xw � V� Ate, m on Cl Ty OF FORTH WORTH. TEXAS B ATTACHMENT E-7 �a dWa^ ��� � . . OVAIT'S AVENUE � N la , ,j:Pr@"''loagb AV f 'i� rA qG'W`,�. kr"6;WJ�' r� �,�NW..1 ,�u�rMM'dam' k:�Y� b�AR'F,� %"RiMh wh W'a to W-W r W, WW01,04"ll$0,W°!9 I t City of Fart Worth, Texas Mayor and Council Communication COUNCIL ACTIOW Approved on 61/2/206 -Ord. No, 18600-06-200 DATE: Tuesday, May 12, 2009 REFERENCE NO.: **C-23505 LOG NAME: 202008CONTRACT6B SUBJECT: Authorize an Engineering Agreement in the Amount of$69,323.00 with APM &Associates, Inc., for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Waits Avenue, Wosley Drive and Rutland Avenue and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$31,079.00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of$14,197.00 and the Sewer Capital Projects Fund in the amount of $16,882.00; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$14,197.00 and the Sewer Capital Projects Fund in the amount of$16,882.00 from available funds; and 3. Authorize the City Manager to execute an engineering agreement with APM &Associates, Inc., in the amount of$69,323.00 for pavement reconstruction and water and sewer main replacement on portions of Waits Avenue, Wosley Drive and Rutland Avenue. DISCUSSION: The 2008 Capital Improvement Program (CIP) includes funds for pavement reconstruction on the following streets: Street From To Waits Avenue Southwest Loop 820 Southgate Drive Wosley Drive Southwest Loop 820 Odessa Avenue Rutland Avenue Rector Avenue Cockrell Avenue In addition, the Water Department has determined that the existing water mains on the identified streets are severely deteriorated and should be replaced with this project. APM &Associates, Inc., proposes to perform the necessary design work for a lump sum fee of $69.323.00. City Staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the engineering agreement, $29,997.00 ($7,340.00 water, $7,300.00 sewer and $15,397.010 street) is needed for project management and design review. Loo-name: 202008CONT CT6B Page 1 of 2 M/WBE sociates, Inc., is in compliance with the City's M/WBE Ordinance by committing to 16 percent M/WBE participation. The City's goal on this project is 16 percent. This project is located in COUNCIL DISTRICT 6, Mapsco, 60N, S and T. FISCAL INFORMATION 1 CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund, the Sewer Capital Projects Fund and the Street Improvements 2008 Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers 1&2) P253 476045 6061701267ZZ $14,197.00 PE45 538044 0609020 $14,197.00 1&2) P258 476045 7061701267ZZ $16,882.00 1) PE45 538040 0709020 $16,882.00 2) P253 531350 606170126710 $1,200.00 3) P253 531200 606170126730 $Q.Qa3.00 2) P253 531350 606170126720 $1,200.00 3) P253 531200 606170126751 $804.00 2) P253 531350 606170126730 4 500.00 3) P258 531200 706170126730 $8,465.00 2) P253 531200 606170126730 $6,093.00 3) P258 531200 706170126751 11,117.00 2) P253 531200 606170126751 $8O4.00 3) C204 531200 206400126730 $46,684.00 2) P253 531350 606170126760 $200.00 3) C204 531200 206400126751 6 160.00 2) P253 533010 606170126781 200.00 2) P258 531350 706170126710 $1,200.00 2) P258 531350 706170126720 $1,200.00 2) P258 531350 706170126730 $4,500.00 2) P258 531200 706170126730 $8,465.00 2) P258 531200 706170126751 $1,117.00 2) P258 531350 706170126760 200.00 2) P258 533010 706170126781 200.00 CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (8476) Originating Department Head: William Verkest (7801) Additional Information Contact: Gopal Sahu (7949) ATTACHMENTS 1. 200 ontraotOB.pdf (CF A/lnternal) . 202008CONTRACT6B AOC,doc (Public) 3. 202001 CO JT T6B.p tf (Public) 4. Accounting Info.pdf (CFW Internal) 5. FAR Contr ct B -- Sew r ..pdf (CFW Internal) 6. FAR- ontr of B -_Street (^),,p f (CFW Internal) 7. FAR ntract6B- �1 t ( f (CFW Internal) 8. PE45 (CFW Internal) Lognarne: 2102008CONTRACT6B Page 2 of 2