Loading...
HomeMy WebLinkAboutContract 30901 CITY SECRETARY CITY OF FORT WORTH, TEXAS CONTRACT NO STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), A.N.A. Consultants, L.L.C., and, (the "ENGINEER"), for a PROJECT generally described as: for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on 011ie Street (Martin Street to Pioneer Street), Bundy Street (Rodeo Street to Pecos Street), Pioneer Street (Old Mansfield Road to Wichita Street) and Lucinda Street (Pecos Street to Ray Alvin Drive). 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 CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of,such-suspension of services. ORIGINAL Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITYs professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by 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. ENGINEERING CONTRACT Page 2 of 14 E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITYs construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work, The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality ENGINEERING CONTRACT Page 3 of 14 of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEEITs opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. - Minority and Woman Business Enterprise (M/WBE) participation In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the MANBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate ENGINEERING CONTRACT Page 4 of 14 and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3)hereof. CITY shall give sub-consultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. ENGINEIEWs Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the PROJECT. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease -each employee Professional Liability $1,000,000 each claim/annual aggregate ENGINEERING CONTRACT Page 5 of 14 (2) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverage specified according to items section K(1) and K(2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. 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 CITYs discretion, the ENGINEER may be required to provide proof of insurance premium payments. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions. ENGINEERING CONTRACT Page 6 of 14 The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the ENGINEER for a minimum two (2) year period subsequent to the term of the respective PROJECT contract with the CITY unless such coverage is provided the ENGINEER on an occurrence basis. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood that insurance cost is an allowable component of ENGINEER's overhead. (1) All insurance required in section K, except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When subconsultants maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. ENGINEERING CONTRACT Page 7 of 14 ................ O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Fumished Data The CITY will make available to the ENGINEER all technical data in the CITYs possession relating to the ENGINEER's services on the PROJECT. The ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services and will provide labor and safety equipment as required by the ENGINEER for such access. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITYs facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITYs personnel. C. Advertisements, 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 ENGINEERING CONTRACT Page 8 of 14 consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment A. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances and Indemnification (1) To the maximum extent permitted by law, the CITY will indemnify and release ENGINEER and its officers, employees, and subcontractors from all claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation expenses arising out of or relating to the presence, discharge, release, or escape of hazardous substances, contaminants, or asbestos on or from the PROJECT. Nothing contained herein shall be construed to require the CITY to levy, assess or collect any tax to fund this indemnification. (2) The indemnification and release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER'S negligence or if such hazardous substance, contaminant or asbestos is brought onto the PROJECT by ENGINEER. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractors negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." ENGINEERING CONTRACT Page 9 of 14 (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITYs Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. ENGINEERING CONTRACT Page 10 of 14 B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITYs sole risk. The final designs, drawings, specifications and documents shall be owned by the CITY. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The 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. ENGINEERING CONTRACT Page 11 of 14 F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than ENGINEERING CONTRACT Page 12 of 14 $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. K. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.H., VI.I., and VIJ shall survive termination of this AGREEMENT for any cause. L. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. ENGINEERING CONTRACT Page 13 of 14 Article VIII 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 L' ) d 4. Executed this the ay of Klcxlir2 0 0� ATTEST: C7,,Y OF FORT WO" Marty Hendrix Marq. A. Oft City Secretary Assistant City Manager APPROVAL RECOMMENDED Contract xuth 'tiox. A. Douglas Rademaker, P.E. Date Director, Engineering Department APPROVED AS TO FORM AND LEGALITY Assistant' Attorney AN-A CONSULTANTS LLC. ATTEST-. ENGINEER B ark N. Vice President ENGINEERING CONTRACT Page 14 of 14 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. GFNFRAI 1 Preliminary Conference with City The Engineer shall attend preliminary conferences with authorized representatives of the City regarding the scope of project so that the plans and specifications which are to be developed hereunder by the Engineer will result in providing facilities which are economical in design and conform to the City's requirements and budgetary constraints. 2) Coordination with Outside Agencies/Public Entities The Engineer shall coordinate with officials of other outside agencies as may be necessary for the design of the proposed street, and storm drain and/or water and wastewater facilities/improvements. It shall be the Engineer's duty hereunder to secure necessary information from such outside agencies, to meet their requirements. 3) Geotechnical Investigations The Engineer shall advise the City of test borings, and other subsurface investigations that may be needed. In the event it is determined necessary to make borings or excavate test holes or pits, the Engineer shall in coordination with the City and the City's geotechnical engineering consultant, draw up specifications for such testing program. The cost of the borings or excavations shall be paid for by the City. 4) Agreements and Permits The Engineer shall complete all forms/applications to allow the City of Fort Worth to obtain any and all agreements and/or permits normally required for a project of this size and type, The Engineer will be responsible for negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits and will make any revisions necessary to bring the plans into compliance with the requirements of said agency, including but not limited to highways, railroads, water authorities, Corps of Engineers and other utilities. 5) Design Changes Relating to Permitting Authorities If permitting authorities require design changes, the Engineer shall revise the plans and specifications as required at the Engineers own cost and expense, unless such changes are required due to changes in the design of the facilities made by the permitting authority. If such changes are required, the Engineer shall notify the City and -1- an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. 6) Plan Submittal Copies of the original plans shall be provided on reproducible mylar or approved plastic film sheets, or as otherwise approved by the Department of Engineering and shall become the property of the City. City may use such drawings in any manner it desires; provided, however that the Engineer shall not be liable for the use of such drawings for any project other than the project described herein; and further provided, that the Engineer shall not be liable for the consequences of any changes that are made to the drawings or changes that are made in the implementation of the drawings without the written approval of the Engineer. PHASE 1 7) Right-of-Way, Easement and Land Acquisition Needs The Engineer shall determine the rights-of-way, easement needs for the construction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary right-of-way sketches, prepare necessary easement descriptions for acquiring the rights-of-way and/or easements for the construction of this project. Sketches and easement descriptions are to be presented in form suitable for direct use by the Department of Engineering in obtaining rights-of-way, easements, permits and licensing agreements. All materials shall be furnished on the appropriate City forms in a minimum of four (4) copies each. 8) Design Survey The Engineer shall provide necessary field survey for use in the preparation of Plans and Specifications. The Engineer shall furnish the City certified copies of the field data. 9) Utility Coordination The Engineer shall coordinate with all utilities, including utilities owned by the City, as to any proposed utility liens or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the existing lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work, and shall submit such evaluation in writing to the City as part of this phase of the project. 10) Conceptual Plans The Engineer shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and preliminary estimates of probable construction costs for the Engineer's recommended plan. For all submittals, the Engineer shall submit plans and documents for street/storm drain and water/wastewater facilities, The Engineer shall receive written approval of the Phase 1 Plans from the City's project manager before proceeding with Phase 2. PHASE 2 11) Design Data The Engineer shall provide design data, reports, cross-sections, profiles, drainage calculations, and preliminary estimates of probable construction cost. 12) Preliminary Construction Plans and Technical Specifications The Engineer shall submit twenty (20) copies of Phase 2 preliminary construction plans and five (5) copies of the preliminary technical specifications for review by the City and for submission to utility companies and other agencies for the purposes of coordinating work with existing and proposed utilities. The preliminary construction plans shall indicate location of existing/proposed utilities and storm drain lines. The Engineer shall receive written approval of the Phase 2 plans from the City's project manager before proceeding with Phase 3. PHASE 3 13) Final Construction Plans The Engineer shall furnish five (5) copies of the final construction plans and contract specifications for review by the City. 14) Detailed Cost Estimate The Engineer shall furnish four (4) copies of detailed estimates of probable construction costs for the authorized construction project, which shall include summaries of bid items and quantities. 15) Plans and Specification Approval The Engineer shall furnish an original cover mylar for the signatures of authorized City officials. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. -3- PHASE 4 16) Final Approved Construction Plans The Engineer shall furnish 45 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. When substitu- tion prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 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 20) Preconstruction Conference The Engineer shall attend the preconstruction conference. 21) Construction Survey The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field to allow City survey crews to stake the project. The setting of line and grade stakes and route inspection of construction will be performed by the City. 22) Site Visits The Engineer shall visit the project site at appropriate intervals as construction proceeds to observe and report on the progress and the quality of the executed work. -4- 23) Shop Drawing Review The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. 24) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 25) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 26) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. -5- 7/28/200411:10AKO Exhibit A- EXHIBIT ')A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: WATER AND/OR SANITARY SEWER IMPROVEMENTS The following is e clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A" Work under this attachment includes engineering services for water and/or sanitary sewer improvements for the following: 011ie Street(Martin toPimnmer)| Bundy Street(Rodeo tmPecos) Pioneer Street(Old Mansfield Rd. to Wichita); Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 Water Sewer Street Council Proposed Proposed Districts Water Existi.ng Replacement Length Sewer Existi I ng Replacement Length Map No. Size(in.) size(in.) M) Map No. Size(in.) size(in.) (ft.) to Pioneer St.) (Rodeo to Pecos) 2060-368 2060-368 Pioneer St.(Old 2066-372 2066-372 Mansfield Rd.to No.8 2060-372 6" 8(PVC) 3,830 2060-372 6" 8" 3690 Lucinda St TOTAL 1 6,460 TOTAL 1 4,525 Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: PARTA—PRE-ENG|NEER|NG 1Initial Data Collection a. Pre-Design Coordination Meetings ENGINEER will attend and document meebngs, 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 aro anticipated. Theme include the following: GA14 m1 mo+- — JA04520kcvntract`sxxum»-1_WiSa.doc ' } ' / | �- --- 7/28/30041110AM Exhibit A-1 One (1) pre-design Wok-off meeting, (including the C|TY'm Department of Engineering and other departments that are impacted bvthe pnojeot . 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; ud|ideo. City Master p|ono, 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 oho|| beapplicable atall locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due tothe abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the Engineer with asample format ofhow the sewer service line reroute/relocation should be designed and submitted for construction. During design ourvey, if 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 toadvertising 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 son/ice line at the clean-out location of all buildings or structures sothat the Engineer's surveyor can determine the flow line nfthe sewer service line. The Engineer shall use this information toprovide the design for the sanitary sewer service line tobererouted nrrelocated. C. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all uti|ities, including utilities owned bvthe City, TxD[)T and railroads. These entities EA1'2 / - �- J:10* szm* mwv"Exmun�-l-m-SS.uoc / '__ 7/28/20041110AK8 Exhibit A-1 shall also be contacted if app|imab|e, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall boshown onthe concept plans. The ENGINEER shall show the location of the proposed utility |ines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. ENGINEER shall cornp|mhs all forms necessary for City to obtain permit letters from TxD{}Tond railroads and submit such forms b) the City. City shall be responsible for forwarding the forms to the affected agencies for execution. 2. Schedule Submittal and Monthly Progress Report The ENG|ENER shall submit o progress schedule after the design contract is fully executed. The schedule shall be updated and submitted tmthe CITY along with monthly progress reports anrequired under Attachment Bnfthe contract. PART B 'CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering i. Surveys for Design o. ENGINEER will perform field surveys tocollect 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 smwena, rim/invert elevations, |ooedinn and buried uti|itien, struoturoo, and other features relevant to the hnm| 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, #snces, wa||u, otc., horizontally along nanr 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"-4O' scale. E41 -3 [___ _- -- / Rev 6/18/64 JxumAA_W-ae.dv" | � 7/28/2004 11:10 AM Exhibit A-1 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: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the CITY Department of Engineering. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, all drawing files shall be provided in MicroStation (DGN) or Autocad (DWG or DXF) format (currently Release 2002), or as otherwise approved in writing by the CITY, and all data colleted generated during the course of the project shall become the property of the CITY. The minimum information to be provided in the plans shall include the following: 1. A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: 2. The following information about each Control Point; a. Identified (Existing City Monument #8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. EA 1-4 Rev 5/18/04 J:10405201contractlExhlbit A-1 W-SS.doc 7O8/200411i0/\M Exhibit A- c. Descriptive Location (Ex. Sed inthe centerline of the inlet inthe South curb line ofNorth Side Drive at the East end ofradius atthe Southeast corner ofNorth Side Drive and North Main Stroot). 3, Coordinates on all P.C.'m' PT.'n, P1'm, K4anhn|*a. Valves, ehc., inthe same coordinate ayotern' as the Control Points. 4� Noless than two bench marks plan/profile sheet. 5. Bearings given onall proposed centerlines, nrbaselines. 0. Station equations relating utilities to paving, when appropriate. 7. Obtain the ''hzot print" of all properties vvhoro the sanitary sewer service line istnberelocated urrerouted. ii. Public Notification Prior to conducting design nurvey. ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: project nonne. |inoits. DOE project no.. Consultant's project nnonmOer and phone no., scope of survey work and design survey schedule. The letter will bereviewed and approved hythe City prior todistribution. iii. Conceptual Engineering Plan Submittal n. Conceptual plans shall besubmitted toCity_46days after Notice toProceed Letter imissued. h. The ENGINEER shall perform conceptual design Of the proposed improvements and furnish four /4\ copies of the concept engineering plans which includes |myouts, preliminary right-of-way needs and cost estimates for the ENG|NEER'sroconnrnended plan. ENGINEER shall perform remaining field surveys required for final design Of selected route(x). The ENGINEER shall also evaluate the phasing of the vvator, sanitary sewer, street and drainage work' and shall submit such evaluation inwriting tVthe City msmpart of EA1'5 Rey 5imp,4 J:W*ooeo1cv",,ucusxmbit«'1-V4'uS, wuo _�--- --- —� — 7/28/200411:10AD0 Exhibit A-1 the concept phase of the project. All design shall be in conformance with Fort Worth VVotar Department policy and procedure for processing water and sewer design. ENGINEER oho|| review the City's water and sewer master plan, other pertinent design information and provide e summary offindings pertaining tothe proposed project. 2. Preliminary Engineering Upon approval of Pad B. Paragraph i/i (b), ENGINEER will prepare preliminary construction plans as follows: a. Overall water and/or sanitary sewer layout sheets and an overall easement layout sheot(s). b. Preliminary project plans and profile sheets on 22^ x 34" sheets which show the following: Proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydr8Ots. Vv8tar service lines and meter boxeo, gate v8|veS, isolation valves, manholes etc., related appurtenances and all pertinent information needed to construct the project. Legal description (Lot Nos.. Block Nos.. and Addition Names) along with property ownership shall be provided on the plan view. C. For sewer |inem, pipelines schedule for point repairs, rehabilitation and replacement will be located on the base sheets prepared from survey information gathered under Part B. Paragraph b. Conflicts shall be resolved vvhens pipelines are to be rehabilitated on the same line segment. Base sheets shall reference affected or adjacent streets. Where open-cut and tnenoh|esstechnology construction is antioipmted, below and above ground utilities will he located and shown onthe base sheets. d. Existing utilities and utility easements will he shown on the plan and profile sheets. ENGINEER will coordinate with utility companies and the City nfFort Worth h} determine if any future improvements are planned that may impact the project. e. The design for sewer service line reroute/relocation will be EA1'G Rev 5/18/04 JA0* szmco"t,u"osxmun«'l_w-So.uvc 7128/20041110AK8 Exhibit A- provided if the Oovv line elevation of the sewer service can be determined from the cleanout location. If this elevation cannot he determined during design sunxay, the design shall be provided after award of the construction contract msspecified inPart A. Paragraph 1b. f. The ENGINEER shall make provisions for reconnecting all identifiable vvabar and/or wastewater service lines which comnect directly to any main being nap|aced, including nap|am*noent of existing service lines within City right-of- way or utility easement. When the existing alignment of water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected tnthe existing main and connect said service lines to the relocated main. 91 The ENGINEER will prepare standard and special detail sheets for water line installation and oevvar rehabilitation or replacement that are not already included in the D'Gmotion of the City's specifications. These may include connection details between various ports of the projeot, tunneling detai|s, boring and jacking detai|a, waterline re|uoations, details unique tothe construction Ofthe project, trenoh|eB0 details, and special service lateral reconnections. h. Right-mf-Way Research The ENGINEER will conduct preliminary research for availability of existing easements where open-cut construction or relocation of existing alignments is probable. Temporary and permanent easements will be appropriated based onavailable information and recommendations will be made for approval bythe City. i, Rig ht-of+may/EasmnmmntPreparation and Submittal Preparation and submittal of hght-of-way, easements and rights-of-entry will be in conformance with ''GUbnnitta| of Information toReal Property for Acquisition ofProperty^ ]. Utility Clearance Phase EA1~7 ------ - 5'/'l 8/04' Jm* 6201cv"trxctsxmumx'1 vuuaoc ' ______ 7D8Q0041110A01 Exhibit A- The ENGINEER will consult with the City's VVekar Department, Department of Engineering, and other CITY depertments, public utilities, private utilities and government agencies to determine the approximate location of above and underground uh|itieo, and other facilities that have an impact orinfluence onthe project. ENGINEER will design City facilities to avoid or minimize conflicts with existing utilities. The ENGINEER ahoU deliver a nnininnunn of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all uh|kv companies, which have facilities within the limits nfthe project. k. Preliminary construction plan submittal i Preliminary plans and specifications shall be submitted toCity 9} after approval VfPart 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. Genena\k/, plan sheets shall be organized as follows: Cover Sheet {3enero| Notes/Lmgond Easement layout(if applicable) Abandonment Plan & Profile Sheets Standard Construction Details Special Details (If applicable) iii. The ENGINEER shall submit a preliminary eainlohe of probable construction cost with the preliminary plans submitted. ENGINEER shall assist City in selecting the feasible and/or economical solutions to be pursued. EA1-8 Rev 5118/04 JA0*052ftoouacusxm*xss.*= / 7/28/2004 11:10 AM Exhibit A-1 I. Review Meetings with City The ENGINEER shall meet with CITY to discuss review comments for preliminary submittal. The CITY shall direct the ENGINEER in writing to proceed with Final Design for Final Review. m. Public Meeting After the preliminary plans have been reviewed and approved by the City, the ENGINEER shall prepare project exhibits, provide the CITY with the database listing the names and addresses of all residents and business to be affected by the proposed project, and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. 3. Final Construction Plan Submittal a. Final Construction Documents shall be submitted to CITY 45 days after approval of Part B, Paragraph 2 k. Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans and specifications and contract documents to CITY (each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas) and submit two (2) sets of plans and construction contract documents within 15 days of CITY's final approval. Plan sets shall be used for Part C activities. b. ENGINEER's Estimate of Probable Construction Cost The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. PART C - PRE-CONSTRUCTION ASSISTANCE Administration a. Deliver Bid Documents The ENGINEER will make available for bidding, upon request by the CITY, up to fifty (50) sets of the final approved and dated plans and specifications and contract EA 1-9 Rev-511810A JA0405201contracdExhibttA�1 W-SS.doc 7/28/2004 11:10 AM Exhibit A-1 documents for the projects to the CITY for distribution to potential bidders. Proposal will be delivered in electronic format. b. Bidding Assistance The ENGINEER shall assist the CITY during this phase including preparation and delivery of any additional addenda prior to bid opening to plan holders and respond to questions submitted to DOE by prospective bidders. Engineer shall attend the scheduled pre-bid conference. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening, develop bid tabulations in hard copy and electronic format and return four (4) copies of the bid tabulation, along with the contract documents to the City within three (3)working days after bid openings. C. Assistance During Construction The ENGINEER shall attend the pre-construction conference for the project. The ENGINEER shall also consult with and advise the CITY on design and/or construction changes, if necessary. EA1-10 Rev 5/18/04 JA0405201contracbExhibit A-1 W-SS.doc $/3C200410:16AK8 Exhibit A-2 EXHIBIT "A-2" SUPPLEMENTAL SCOPE gFSERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: PAVING AND/OR DRAINAGE IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for paving and/or a(nrrn drain improvements for the following: 011ie Street(Martin to Pioneer); Bundy Street(Rodeo to Pecos) Pioneer Street(Old Mansfield Rd. to Wichita); Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 P 'gctNo.: 00025 Concrete Pavement Storm Drain Council Pavement (Street Width Approx.28'width) Street Districts Width 6"Lime 6"Reinf. G"Reinf. 5' 10, (ft) Stabilized Concrete 7" Integral Concrete 18"RCP 24"RCP Curb Curb Subgrade Pavement Curb(LF) Driveway (LF) (LF) Inlet Inlet Pioneer St.) Bundy St.(Rodeo No,8 28 2,130 2,060 1,295 1,200 2 to Pecos) Pioneer St.(Old No8 Mansfield Rd.to 28 13,511 13,085 7,725 10,215 2 Wichita) i to Ray Alvin) T I TOTAL 21,793 21,093 1 12,723 17,405 Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: PARTA- PRE-ENG|NEER|NG 1. Initial Data Collection a. Pre-Design Coordination Meetings ENGINEER will attend and document nnefdingo, an required` to discuss and coordinate various aspects of the project and to ensure that the project stays VD schedule. For purposes of establishing o level of comfort, two (2) meetings are anticipated. These include the following: One (l) pre-design kick-off meeting, (including the CITY'S Department of EA24 Rev 15/18104 - x:10405201cvntract\Coocmu-ExmunA-2_rpw.*n / ^ ' 8%3/2004101$A88 Exhibit A-2 Engineering and other departments that are impacted bvthe project). One (1) review meeting at completion of the City's review of the conceptual engineering plane. b. Data Collection In addition to data obtained from the C|b/. ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, City Master plans, CITY drainage complaint fi|em, existing applicable drainage studios and property ownership as available from the Tax Assessor's office. C. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all utilities, including utilities owned bythe City, TxDOTond railroads. These entities shall also be contacted if @pp|ic8b|e, 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 |inndo. ENGINEER uho|| complete all forms necessary for City tuobtain permit letters from TxDOTand railroads and submit such forms to the City. City shall be responsible for forwarding the forms to the affected agencies for execution, 2. Schedule Submittal and Monthly Progress Report The ENGINEER shall submit a project schedule after the design contract is fully executed, The schedule shall be updated and submitted to the CITY along with monthly progress reports asrequired under Attachment Bofthe contract. PART B -CONSTRUCTIOMPLANSAND SPECIFICATIONS 1. Conceptual Engineering i. Surveys for Design a. ENGINEER will perform field surveys to collect horizontal and vertical EA2'2 Rev 5/18/04 J:m4m52mxontmxuuonoma-sxmmtx'2-7pw.uvc 9/3/2004 10:16 AM Exhibit A-2 elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. b. ENGINEER will provide the following information: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the Department of Engineering. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, and all drawing files shall be provided in Autocad (DWG or DXF) format (currently Release 12), or as otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shall become the property of the CITY. The minimum survey information to be provided on the plans shall include the following: 1. A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: 2. The following information about each Control Point; a. Identified (Existing. City Monument #8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). EA2-3 Rev 5/18/04 JA0405201contract\Concrete-Exhibit A-2 TPW.d6c 9/3/2004 10:16 AM Exhibit A-2 3. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. 4. No less than two horizontal bench marks, per line or location. 5. Bearings given on all proposed centerlines, or baselines. 6. Station equations relating utilities to paving, when appropriate. ii. Public Notification Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: project name limits DOE project No., Consultant's Project Manager and phone no., scope of survey work and design survey schedule. The letter will be reviewed and approved by the City prior to distribution. iii. Drainage Computations ENGINEER will review and document the storm water watershed drainage runoff area and existing street, right-of-way and storm sewer capacities for the subject site. A drainage area map will be drawn at 1" = 200' scale from available contour maps. Calculations regarding street and right-of-way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Capacities of existing storm drain will be calculated and shown. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with City standards. iv. Conceptual Engineering Plan Submittal a. Conceptual plans shall be submitted to City 45 days after Notice to Proceed Letter is issued. b. The ENGINEER shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and cost estimates for the ENGINEER's EA2-4 Rev 5/18/04 JA040520%contractlConcrete-Exhibit A-2 TPW.doc 9/3/2004 10:16 AM Exhibit A-2 recommended plan. The ENGINEER shall also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the City as a part of the concept phase of the project. 2. Preliminary Engineering Upon approval of Part B, Paragraph IV, ENGINEER will prepare construction plans as follows: a. Drainage area maps with drainage calculations and hydraulic computations. Information shown on the plans will be consistent with Part A, Paragraph 1.b. for proposed condition. b. Preliminary project plans and profile sheets which will show the following and shall be on 22" x 34" sheets: Property Ownership Curb Lines Driveways Medians (if applicable) Sidewalks Existing and proposed water and sanitary sewer mains. C. Proposed roadway profile grades and elevations along each curb line; elevations at all p.v.i.'s; p.i's half stations; high and low points; vertical curve information; and pertinent AASHTO calculations. Profiles for existing curbs (if any) and existing ground at the left and right-of-way lines shall be shown. Existing found property corners (e.g. Iron pins) , along the existing right-of- way shall be shown on the plans. Profiles for existing and proposed storm drain mains and leads shall be provided. d. Existing utilities and utility easements will be shown on the roadway plan and profile sheets. ENGINEER will coordinate with utility companies and the City of Fort Worth to ascertain what, if any, future improvements are planned that may impact the project. e. Preliminary roadway cross-sections will be developed, from the survey notes, at intervals not-to-exceed 50 foot along the project length and will extend 10' past the right of way line on both sides of the street. Additional cross-sections at important features including driveways, p.i.'s of EA2-5 Rev$/1 X164 J:10405201contractlConcrete-Exhibit A-2 TPW.doc 9/3/20041016AM Exhibit A-2 intersecting streets, (minimum distance of 100' along cross-street at each P1) vva|kS' retaining vvoUo, etc., will also be provided. Prnfi|no of centerline of drivewaysvviU also be provided where necessary. Scale will be 1" = 10' horizontal and 1" = 2'wadicai t Street and intersection layouts. 9. Proposed plan/profile sheets will oOnh)nn to City of Fort Worth construction legend. Adequate horizontal and vertical control shall bnprovided onthe plan sheets to locate all proposed and existing facilities. Legal descriptions (Lot Nos., Block Nos., and Addition Names) along with property ownership shall beprovided onthe plan view. h. Furnish aaafunction of final plans, six (0) copies ofthe final cross-sections on 22" x 34" sheets. Information on these sheets will include centerline Station. profile grades and centerline elevations, roadway section (existing and proposed}. right-of-way Urnito Scale will be 1" = 20' horizontal and 1" = 2' vertical with cross sections plotted with stationing from the bottom of the oheet, and will include laterals and inlets. CITY policy with regard to parking design shall bemaintained. Excavation and embankment volumes and end area computations shall also bnprovided. |. Right-of-Way Research The ENGINEER will conduct preliminary research for availability of existing easements where open-cut construction or relocation of existing alignments is probable. Temporary and permanent easements will be appropriated based on available information and recommendations will be made for approval bythe City. E/\3'G Rev 5118104 J:1040620mvntmooConumte'sxm»nx'2-7Pw.u"n 9/3/2004 1016 AM Exhibit A-2 i Rig msementPreparation and Subnmhfta| Preparation and submittal of right-of-way, easements and rights-of-entry will be in conformance with "Submittal of Information to Real Property Division for Acquisition ofPnopedv" k. Utility Clearance Phase The ENGINEER will consult with the City's Transportation and Pub|ni Works Department, Water Department, Department ofEngineering, and other CITY departnnentS, public uU|itiea, private utilities, private utilities and government agencies (odetermine the approximate location mfabove and underground u0ities, and other facilities that have an impact or influence on the project. ENGINEER will design City facilities toavoid or minimize conflicts with existing utilities. The ENGINEER shall deliver nnininounn of 13 sets of approved preliminary construction plans tothe City's Utility Coordinator for forwarding toall utility uornponiea, which have facilities within the |inlbe of the project. |. Preliminary Construction Plan Submittal i. Preliminary construction plans and specifications shall besubmitted to CITY 90 days after approval ofPart B, Paragraph iv. ii. The ENGINEER shall deliver two (2) sets of preliminary construction plans and two (2) specifications toCITY for review, Genena||y, plan sheets shall beorganized esfollows: Cover Sheet General Layout and Legend Sheet Drainage Area Map and Computations Plan & Profile Sheets Standard Construction Details Special Details (If applicable) iii. Preliminary estimate shall nubnnd a preliminary estimate of probable construction cost with the preliminary plans submitted. Engineer oho|| assist City in selecting the feasible and or economical solutions tobepursued, EA2-7 1nev,m18m4�_- ___ J:10405201cvntrauu vncrem-sxmuu^a_/nw.oc" , / 9C3/200410:16AK8 Exhibit A-2 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 oxhibitu, provide the CITY with the database listing the names and addresses of all residents and business to be affected by the proposed pnoject, and attend public meeting to help explain the proposed project to naa|dmntu. The CITY shall select o suitable location and mail the invitation letters tothe affected customers. 3. Final Construction Plan Submittal a. Final Construction Documents shall be submitted to CITY 45days after opppnvo| of Part B. Paragraph 2 (b). Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans and specifications and contract documents tOCITY (each plan sheet shall be odannped, datad, and signed by the ENGINEER m*Q\miened in State of Texas) and submit two (2) sets of plans and construction contract documents within 15 days ofC|TY's final approval. Plan sets shall he used for Part C activities. b. ENG|NEEFR's Estimate mfProbable Construction Cost The ENGINEER ohe|| submit afinal estimate ofprobable construction cost with the final plans submitted. PARTC -PRE-CONSTRUCT|ONAGS|STANCE Administration a. Bid Documents Submittal The ENGINEER will make available for bidding, upon request by the {}|TY, up to fifty (50) sets of the final approved and dated plans EA2-8 Rev 6118/04 J:m/mozmxootraxu000x,em'sxmbit x-2_!pWuvc 9C3/20041016/4K8 Exhibit A-2 and specifications and contract documents for the projects to the CITY for diothbution to potential bidders. Proposal will be provided inelectronic format. b� Bidding Assistance The ENGINEER shall assist the CITY during this phase including preparation and delivery of any additional addenda prior to Nd opening to plan holders and respond to questions oubnndh*d to DOE by prospective bidden;. 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 hand copy and electronic format and return four (4) copies of the bid tabulation, along with the contract documents to the City within three (3) working days after bid openings. C. Assistance During Construction The ENGINEER shall attend the pre-construction conference for the project. The ENGINEER shall also consult with and advise the CITY ondesign and/or construction changes, ifnecessary. E42-S n snmo J:m'mnxo1cv"tmcucvnc,am'sxmmtx-olrpW�� - . l September 9, 2004 Attachment B ATTACHMENT "B" COMPENSATION AND SCHEDULE Street Reconstruction, Water and Sanitary Sewer Replacement on: 011ie Street (Martin to Pioneer); Bundy Street (Rodeo to Pecos) Pioneer (Old Mansfield Rd. to Wichita); Lucinda Street (Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 I. Compensation A. The Engineer shall be compensated a total lump sum fee of$ 185,683.50 as summarized in Exhibit "B-3A". Payment of the total sump sum fee shall be considered full compensation for the services described in Attachment "A", Exhibit"A-1", and Exhibit"A-2"for all labor materials, supplies and equipment necessary to complete the project. B. The ENGINEER shall be paid in monthly partial payments as described in EXHIBIT "B-1" upon receipt of invoices submitted by the ENGINEER, based on an estimate of the percentage of completion of the project, not to exceed the milestone limits described in EXHIBIT "13-1". II. Schedule Final Construction Plans and Contract Documents for bid advertisement shall be submitted within 180 calendar days after the "Notice to Proceed" letter is issued. A. Conceptual Engineering Plans - 30 Calendar Days B. Preliminary Engineering Plans and Contract Documents - 60 Calendar Days C. Final Engineering Plans and Contract Documents - 45 Calendar Days D. Final Engineering Plans and Contract Documents for Bid Advertisement - 45 Calendar Days B - 1 J:\040520\contract\Concrete-AttachB B-1 B-2.doc September 8. 2UU4 Exhibit B-1 EXHIBIT B-1 /SUPPLEMENT TO ATTACHMENT B\ METHOD OF PAYMENT Street Reconstruction, Water and Sanitary Sewer Replacement on: 011ie Street (Martin to Pioneer); Bundy Street(Rodeo to Pecos) Pioneer(Old Mansfield Rd. to Wichita); Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 i Method of Payment The ENGINEER ohuU be paid monthly upon receipt of an invoice on the bases of statements prepared from the books and records of account of the ENG|NEER, based on the ENGINEER'S estimate of the percentage of completion of the pnojeot, such statement to be verified as to accuracy and compliance with the terms of this contract by on officer of ENGINEER. Payment according to statements will be subject to certification by the Director of Department of Engineering or his authorized representative that such vx ork has been performed. The aggregate of such monthly partial payments shall not exceed the following: Until satisfactory completion of EXHIBIT 'A-1'' and Exhibit ^A-2''. Conceptual Engineering Plan submittal and approval by the City, a sum not to exceed 30 percent ofthe lump sum. Until satisfactory completion ofEXHIBIT "A'1^ and Exhibi| ''A-2^. Preliminary Construction Plan and contract documents submittal and approval by the City, a sum not to exceed GO percent of the lump sum. Until satisfactory completion ofEXHIBIT^A,1''and Exhibit^A-2'', Final Construction Plan and contract documents submittal and approval by the City, a sum not to exceed 90 percent of the lump sum. Balance of earnings to be due and payable upon delivery to the CITY of plans and bid documents for advertising as described in EXH|B|T ^A'1^ and Exhibit ^Ar2^ U. Progress Reports A. The Engineer shall aubnoh to the designated representative of the Director of the Department of Engineering monthly progress reports covering all phases of design by the 15m of every month inthe format required by the City. B� If the ENGINEER determines in the course of making design drawings and specifications that the engineer's opinion of probable construction cost ooiimuha of -(as estimated in Exhibit^B-4''for will be exoeeded, whether by change in the scope of the pnojec1, increased costs or other conditions, the ENGINEER shall immediately report suoh fact 1othe C|TY'm Oinschzr of the Department of Engineering and, if so instructed by the Director ofEngineering shall suspend all work hereunder. 131 1 [--- ---- -- � J:04052O\contracbConomtef\naoh8_B'1_B'2.doo / ' ' September 9, 2004 Attachment B-2 EXHIBIT B-2 (SUPPLEMENT TO ATTACHMENT B) 2004 HOURLY RATE SCHEDULE Street Reconstruction, Water and Sanitary Sewer Replacement on: 011ie Street (Martin to Pioneer); Bundy Street (Rodeo to Pecos) Pioneer (Old Mansfield Rd. to Wichita); Lucinda Street (Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 Employee Classification Rate/Hour (Range) Principal $185 Project Manager/ Planner $125 - 165 RPLS $115 - 145 Design Engineer $ 95 - 125 Designer/ CAD Operator $ 75 95 Survey Technician $ 75 - 95 Draftsman $ 50 - 75 Clerical $ 40 - 55 Survey Crew $100 - 150 Reimbursable Cost + 10% Mileage $ 0.32 Per Mile Reproduction work will be at current commercial rates. Subcontractors will be paid for at actual invoice cost plus ten percent(10%). B2 - 1 J:\040520\contract\Concrete-AttachB—B-1—B-2.doc "` September 9, 2004 Exhibit B-3A EXHIBIT B-3A (SUPPLEMENT TO ATTACHMENT B) SUMMARY OF TOTAL PROJECT FEES Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer); Bundy Street(Rodeo to Pecos) Pioneer Street(Old Mansfield Rd.to Wichita); Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 Consulting Firm Scope of Services Fee Amount Percentage Prime A.N.A. Consultants, L.L.C. Engineering and $142,976.30 77% Project Management M/WBE Lopez-Garcia Surveying $34,283.00 18.46% M/WBE Arlington Blueline Reproduction $8,423.80 4.54% Non—M/WBE Not Applicable Total $185,683.50 100% SUMMARY OF M/WBE FEE Professional MfWBE Services Scope of Services Total Fee M/WBE Fee Percentage Engineering Water, Sewer, Paving and o Services Drainage $185,683.50 $42,706.80 23.0/o B3A-1 J:\04052 O\contract\Concrete-Ex h i bit B3A-E.doc September 9, 2004 Exhibit B-3B EXHIBIT B-3B (SUPPLEMENT TO ATTACHMENT B) PROFESSIONAL SEVICES FEE SUMMARY Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer); Bundy Street(Rodeo to Pecos) Pioneer Street(Old Mansfield Rd. to Wichita); Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 Basic Services: Part A—Conceptual Design and Part B—Plans and Specifications Transportation/Public Works Department Fee Percentage Based on Basic Service Basic Service Estimated Construction Cost Percentage for (Preliminary and Construction per TSPE/CEC Preliminary and Design Phase) Improvements Cost Curve'A' Design Phase Compensation Paving and Drainage $1,390,183.17 6, 9: ` 2Y,/, $82,125.00 Water Department Fee Percentage Based on Basic Service Basic Service Estimated Construction Cost Percentage for (Preliminary and Construction per TSPE/CEC Preliminary and Design Phase) Improvements Cost Curve'A' Design Phase Compensation Wate $396,976.25 23,451.00 Sewer $325,767.75 0, Yli $19,245.00 Basic Services Fee Total $124,821.00 Survey Services Fee Total $33,680.50 (See Exhibit B-3C) Additional Services Fee Total $27,182.00 (See Exhibit B-3D) Total Contract Fee $185,683.50 B313-1 J:\040520\contract\Concrete-Exhibit B3A-E.doc September 9, 2004 Exhibit B-3B EXHIBIT B-3B (SUPPLEMENT TO ATTACHMENT B) PROFESSIONAL SEVICES FEE SUMMARY Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer); Bundy Street(Rodeo to Pecos) Pioneer Street(Old Mansfield Rd.to Wichita); Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 SUMMARY OF TOTAL FEE Service Description Water Sewer Paving Total Engineering Services $28,591.50 $23,463.50 $99,948.00 $152,003.00 Survey Services $11,392.50 $7,425.00 $14,863.00 $33,680.50 Total $39,984.00 $30,888.50 $114,811.00 $185,683.50 BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) Water Design Fee Percent of Design Phase ub Design Phase Water Total Fee Water Survey Fee Design Total Concept $39,984.00 $11,392.50 30% $8,577.45 Preliminary $39,984.00 $11,392.50 60% $17,154.90 Final $39,984.00 $11,392.50 10% $2,859.15 Water Design Fee Less Survey Fee $28,591.50 Sewer Design Fee Percent of Design Phase—97u Design Phase Sewer Total Fee Sewer Survey Fee Design Total Concept $30,888.50 $7,425.00 30% $7,039.05 Preliminary $30,888.50 $7,425.00 60% $14,078.10 Final $30,888.50 $7,425.00 10% $2,346.35 Sewer Design Fee Less Survey Fee $23,463.50 Paving Design Fee Percent of Design Phase Sub Design Phase Paving Total Fee Paving Survey Fee Design Total Concept $114,811.00 $14,863.00 30% $29,984.40 Preliminary $114,811.00 $14,863.00 60% $59,968.80 Final $114,811.00 $14,863.00 10% $9,994.80 Paving Design Fee Less Survey Fee $99,948.00 B3B-2 J:\040520\contract\Concrete-Exhibit 133A-E.doc September S, 2OO4 ExhibiiB'3C EXH|B|TB-3C (SUPPLEMENT TOATTACHMENT B) FEES FOR SURVEYING SERVICES Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin toPioneer); Bundy Street(Rodeo toPecos) Pioneer Street(Old Mansfield Rd. to Wichita); Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 Linear Foot of Cost per Cost per Improvement Type of Survey Survey (L.F.) L.F. Improvement Water Topographic 7,350 $1,55 $11,392,50 Sewer Topographic 4,500 $1.65 $7,42500 Paving Topographic 8,350 $1.78 $14,863.00 Total for Surveying Servicesl $33,680.50 B3C-1 J:040520\contnacKConooe0a'ExmbitB3A-E.Uoo September 9, 2OO4 ExhibitB-3D EXHIBIT B-3D (SUPPLEMENT T(} ATTACHMENT B) FEES FOR ADDITIONAL SERVICES Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin mPinnuer); Bundy Street(Rodeo mPecos) Pioneer Street(Old Mansfield Rd.mWiohim); Lucinda Street(Pecos u, Ray Alvin) Contract Nn.: 73 Project Nn: UO02G Transportation/Public Works Department Erosion Control Plan and SVV3P $4,344.00 Right of Entries 20 @$50.00/ea. $1,000.00 Monthly Progress Report $2,000.00 Public Meeting (2) $802.00 Assistance with Advertisement of Project $16T00 Pre-Construction Meeting $66&00 Reproductions Sub-Total (See Exhibit"B-3E") $5,988.00 Administration Of SUb-consultant Services(10%) $2,8 4 Transportation/Public Works Sub Total $17,823.00 Water Department Erosion Control Plan and SVV3P $2J56,00 Monthly Progress Report $2,000.00 Public Meeting (2) $398,00 Assistance with Advertisement of Project $83,00 Pre-ConstrUCtion Meeting $332,00 Reproductions SUb-Total (See Exhibit 'B-H") $2,973,00 iAdministration Of SUb-consultant Services(10%) $1,417.00 Water Sub Total $9,359.001 Additional Services Fee Total $27,182.00 83D-1 / J:\04052 ExhibUB3A-E.dnc | / September 9' 2OU4 EnhihitB'%E EXH|B|TB'3E (SUPPLEMENT T3ATTACHMENT B) FEES FOR REPRODUCTION SERVICES Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin VoPionee4; Bundy Street(Rodeo hoPecos) Pioneer Street(Old Mansfield Rd. to Wichita); Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.: OOO26 Estimated Cost per Number of Number of Type of Document Page Pages Copies Total Cost Conceptual Design Phase Report w/Color Photos $2,25 30 4 $270.00 Existing City As-Built Plans(City $1.50 45 1 $67.50 Preliminary Design and Utility Clearance Phase Construction Plans $1.35 60 16 $1,296.00 Specifications Z20 500 2 $200.00 Final Design Phase Construction Plans $1.35� 60 5 $40500 Specifications $0.20 1 500 5 $500.00 Bid Document Phase Construction Plans $1.25 45 50 $2,81Z50 Specifications $0.12 500 50 $3,000.00 X-Sections $1.35 15 6 $121.50 Public Meeting Phase ——— $75.00 Mounted Drawing(s) $37.50 1 2 Final Record Drawings Construction Plan Mylar(s) $475 45 $213.75 Reproduction Sub-Totall $8,961.25 B3E4 --- - [ - J:\040520\cu hibhB3A-E.doc � . |____ EXHIBIT B-4 Cover-Concrete j% 1701 RIVER RUN, SUITE 610 1 FORT WORTH,TX 76107 (817)335-9900 coNSULTAII r- FAX(817)335-9955 .m EXHIBIT B-4 SUMMARY OF OPINION OF PROBABLE CONSTRUCTION COST Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer) Pioneer Street(Old Mansfield Rd.to Wichita) Bundy Street(Rodeo to Pecos) Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.:00026 September 3,2004 A. OLLIE STREET 975 L.F. of 28'Roadway 0.37 Lane Miles 1 Concrete Paving $201,742.95 2 Water $67,137.50 3 Sewer $78,055.00 Sub-Total 011ie Street $346,935.45 B. BUNDY STREET 630 L.F. of 28'Roadway 0.24 Lane Miles 1 Concrete Paving $131,036.75 2 Water $39,407.50 3 Sewer Not Applicable $0.00 Sub-Total Bundy Street $170,444.25 C. PIONEER STREET 3,850 L.F. of 28'Roadway 1.46 Lane Miles 1 Concrete Paving $745,951.68 2 Water $203,417.50 3 Sewer $218,097.50 Sub-Total Pioneer Street $1,167,466.68 D. LUCINDA STREET 870 L.F. of 28'Roadway 0.33 Lane Miles 1 Concrete Paving $185,071.50 2 Water $50,925.00 3 Sewer Not Applicable $0.00 Sub-Total Lucinda Street $235,996.50 SUB-TOTAL PROJECT $1,920,842.88 10%CONTINGENCIES $192,084.29 TOTAL ESTIMATED CONSTRUCTION COST $2,112,927.17 TOTAL PAVING AND DRAINAGE 65.79% $1,390,183.17 TOTAL WATER 18.79% $396,976.25 TOTAL SEWER 15.42% $325,767.75 GRAND TOTAL 100.00% $2,112,927.17 Since ENGINEER has no control over the cost of labor,materials,equipment or services fumished by others,or over the Contractor(s) methods of determining prices,or over competitive bidding or market conditions,ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and qualified professional engineer,familiar with the construction industry;but ENGINEER cannot and does not guarantee that proposals,bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an independent cost estimator. J:\040520\contract\Concrete-Exhibit B-4-COST-.xls 9/3/2004 9:27 AM EXHIBIT B-4 Summary-Concrete 1701 RIVER RUN, SUITE 610 FORT WORTH,TX 76107 (817)335-9900 CONSua,: Rr FAX(817)335-9955 "E"__ Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martjn to Pioneer) Pioneer Street(Old Mansfield Rd.to Wichita) Bundy Street(Rodeo to Pecos) Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.:00026 PROJECT SUMMARY CONCRETE PAVING CONSTRUCTION COST (6,325 L.F.(2.40 Lane Miles)of 28' Roadway) September 3,2004 ITEM NO, DESCRIPTION QUANTITY UNIT UNIT COST SUB-TOTAL 1 REMOVE EXIST.CONC VALLEY 1,925 SF $2.00 $3,850.00 2 REMOVE EXIST.CURB&GUTTER 8,550 LF $2.00 $17,100.00 3 REMOVE EXIST,DWY,WALK,STEPS&WHEELCHAIR RAMPS 27,145 SF $1.50 $40,717.50 4 REMOVE&REPLACE EXIST.CHAIN LINK FENCE 220 LF $15.00 $3,300.00 5 IREMOVE EXIST.10'CURB INLET 4 EA $450.00 $1,800.00 6 JUNCLASSIFIED STREET EXCAVATION 7,028 CY $12.00 $84,333.33 7 6"LIME STABILIZED SUBGRADE 21,793 SY $2.75 $59,930,75 8 ILIME 30#/SY 327 TN $90.00 $29,420.55 9 6"REINF.CONC. PAVING 21,093 SY $23.00 $485,139.00 10 7"INTEGRAL CURB 12,723 LF $4.75 $60,434.25 11 4"REINF CONC.WALK&WHEELCHAIR RAMPS 41,686 SF $4.75 $198,008.50 12 6"REINF,CONC. DRIVEWAY 17,405 SF $4.00 $69,620.00 13 SILICONE JOINT SEALENT 24,370 LF - $2.00 $48,740.00 14 CONST. REINF,CONC.STEPS 7 CY $300.00 $2,100.00 15 ICONST.REINF.CONC. RETAINING WALL 120 LF $200.00 $24,000.00 16 CONST,COMBINATION REINF.CONC.WALK&RET.WALL 245 LF $75.00 $18,375.00 17 ADJUST WATER METERS TO GRADE 137 EA $35.00 $4,795.00 18 ADJUST WATER VALVES TO GRADE 19 EA $250.00 $4,750.00 19 ADJUST MANHOLES TO GRADE 25 EA $350.00 $8,750.00 20 CONST.STD. 10'CURB INLET 4 EA $2,000.00 $8,000.00 21 TEMPORARY ASPH. DRIVEWAY 82 SF $4.50 $369.00 22 6"REINF.CONC. FOR DRIVE TRANSITION 9,432 SF $5.00 $47,160,00 23 HMAC TRANSITION 110 TN $100.00 $11,000.00 24 TOPSOIL 1,210 CY $11.00 $13,310.00 25 REMOVE&REPLACE EXIST. BRICK MAIL BOX 12 EA $350.00 $4,200.00 26 PROJECT DESIGNATION SIGN 8 EA $200.00 $1,600.00 27 UTILITY ADJUSTMENTS 1 LS $13,000.00 $13,000.00 Subtotal Section PAVING ----------------------- $1,263,802.88 LANE MILE COST 2.40 MILE $527,500.33/LANE MILE Since ENGINEER has no control over the cost of labor,materials,equipment or services furnished by others,or over the Contractor(s) methods of determining prices,or over competitive bidding or market conditions,ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and qualified professional engineer,familiar with the construction industry,but ENGINEER cannot and does not guarantee that proposals,bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an independent cost estimator. J:\040520\contract\Concrete-Exhibit B-4-COST-.xls 9/3/2004 9:27 AM EXHIBIT B4 Summary-Concrete Af1701 RIVER RUN,SUITE 610 r PORT WORTH,TX 76107 A, (817)335-9900 acraa+ut-TA r: FAX(817)335-9955 Aim, Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer) Pioneer Street(Old Mansfield Rd.to Wichita) Bundy Street(Rodeo to Pecos) Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.:00026 PROJECT SUMMARY WATER CONSTRUCTION COST September 3,2004 ITEM NO. I DESCRIPTION QUANTITY UNIT UNIT COST SUB-TOTAL 1 8"WATER LINE INCL. REM.EXIST. 6,575 LF $23.00 $151,225.00 2 6"WATER LINE INCL.REM. EXIST. 76 LF $20.00 $1,520.00 3 8"WATER MAIN DUCTILE IRON PIPE INCL.REM.EXIST, 20 LF $30.00 $600.06 4 8"GATE VALVE&BOX 14 EA $650.00 $9,100.00 5 6"GATE VALVE&BOX 7 EA $450.00 $3,150.00 6 STD.FIRE HYDRANT 7 EA $1,700.00 $11,900.00 7 FIRE HYDRANT BARRELL EXTENSION 21 LF $15.00 $315.00 8 CAST IRON FITTINGS 6.5 TN $3,000.00 $19,500.00 9 1"WATER SERVICE TAP TO MAIN 141 EA $190.00 $26,790.00 10 1"WATER SERVICE FROM METER TO MAIN 2,475 LF $13.50 $33,412.50 11 IWATER METER BOX CL.A 141 EA $100.00 $14,100.00 12 IFURNISH AND LAY 2"TEMP,WATER SERVICE LINE 4.00 LS $2,000.00 $8,000.00 13 REMOVE EXIST. FH 6 EA $300.00 $1,800.00 14 PERMANENT ASPH.PAVEMENT REPAIR 185 LF $35,001 $6,475.00 15 TEMPORARY ASPH.PAVEMENT REPAIR 9,000 LF $8.001 $72,000.00 16 REMOVE EXIST.G.V. OTHER THAN REPLACEMENT 2 EA $500,001 $1,000.00 Subtotal Section IWATER ----------------------- $360,887.50 Since ENGINEER has no control over the cost of labor,materials,equipment or services furnished by others,or over the Contractor(s) methods of determining prices,or over competitive bidding or market conditions,ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and qualified professional engineer,familiar with the construction industry,but ENGINEER cannot and does not guarantee that proposals,bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by ENGINEER, If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an independent cost estimator. J:\040520\contract\Concrete-Exhibit B-4-COST-.xis 9/3)2004 9:27 AM EXHIBIT B-4 Summary-Concrete 1701 RIVER RUN,SUITE 610 FORT WORTH,TX 76107 (817)335-9900 ctae�sua. r a FAX(817)335-9955 Aim, �,.... Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer) Pioneer Street(Old Mansfield Rd.to Wichita) Bundy Street(Rodeo to Pecos) Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 PROJECT SUMMARY SEWER CONSTRUCTION COST September 3,2004 ITEM NO. DESCRIPTION QUANTITY UNIT UNIT COST SUB-TOTAL 1 8"SS INCLUDES REMOVAL OF EXISTING 3550 LF $28.00 $99,400.00 2 4"SS TAP 8 SERVICE 51 EA $200.00 $10,200.00 3 4"SS DIP TAP 52 EA $220.00 $11,440.00 4 4"SEWER SERVICE 900 LF $20.00 $18,000.00 5 4"DIP SEWER SERVICE 1720 LF $24.00 $41,280.00 6 4'DIA.SS MH 18 EA $1,200.00 $21,600.00 7 EXTRA DEPTH FOR SS MH 20 VF $120.00 $2,400.00 8 WATER TIGHT SS MANHOLE INSERT 18 EA $75.00 $1,350.00 9 CONC COLLAR FOR SS MH 0 EA $325.00 $0.00 10 MANHOLE INTERIOR PROTECTIVE COATING 10 VF $205.00 $2,050.00 11 VACUUM TEST SS MANHOLE 18 EA $155.00 $2,790.00 12 REMOVE EXIST,SS MANHOLE 9 EA $500.00 $4,500.00 13 INSTIL,DBL TWO-WAY SS CLEANOUT 103 EA $130.00 $13,390.00 14 PERMANENT ASPH.PAVEMENT REPAIR 60 LF $35.00 $2,100.00 15 TEMPORARY ASPH, PAVEMENT REPAIR 5130 LF $8.00 $41,040.00 16 TRENCH SAFETY SYSTEM 6200 LF $1.25 $7,750.00 17 POST TV INSPECTION SS MAIN 3550 LF $4.75 $16,862.50 Subtotal Section SEWER ---------------------- $296,152.50 Sub-Total Paving Improvements $1,263,802.88 Sub-Total Water Improvements $360,887.50 Sub-Total Sewer Improvements $296,152.50 Project Total $1,920,842.88 Since ENGINEER has no control over the cost of labor,materials,equipment or services furnished by others,or over the Contractor(s) methods of determining prices,or over competitive bidding or market conditions,ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and qualified professional engineer,familiar with the construction industry,but ENGINEER cannot and does not guarantee that proposals,bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an independent cost estimator. J:\040520\contract\Concrete-Exhibit B-4-COST-.xls 9/3!2004 9:27 AM EXHIBIT B-4 011ie Street °< 1701 RIVER RUN,SUITE 610 FORT WORTH,TX 76107 y 817 33` ( ) 5-9900 CONSUL1,1 0�i FAX(817)335-9955 arrrw Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer) Pioneer Street(Old Mansfield Rd.to Wichita) Bundy Street(Rodeo to Pecos) Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 OLLIE STREET OPINION OF PROBABLE CONCRETE PAVING CONSTRUCTION COST (975 L.F.(0.37 Lane Miles)of 28' Roadway) September 3,2004 ITEM NO. DESCRIPTION QUANTITY UNIT UNIT COST SUB-TOTAL 1 REMOVE EXIST,CONC VALLEY 300 SF $2.00 $600.00 2 REMOVE EXIST.CURB&GUTTER 2,000 LF $2.00 $4,000.00 3 REMOVE EXIST,DWY,WALK,STEPS&WHEELCHAIR RAMPS 9,650 SF $1.50 $14,475.00 4 REMOVE&REPLACE EXIST,CHAIN LINK FENCE 0 LF $15.00 $0.00 5 REMOVE EXIST. 10'CURB INLET 0 EA $450.00 $0.00 6 UNCLASSIFIED STREET EXCAVATION 1,083 CY $12.00 $13,000.00 7 6"LIME STABILIZED SUBGRADE 3,262 SY $2.75 $8,970.50 8 LIME 30#/SY 49 TN $90.00 $4,403.70 9 6"REINF.CONC.PAVING 3,153 SY $23.00 $72,519.00 10 7"INTEGRAL CURB 1,965 LF $4.75 $9,333.75 11 4"REINF CONC.WALK&WHEELCHAIR RAMPS 61532 SF $4.75 $31,027.00 12 6"REINF.CONC.DRIVEWAY 3,625 SF $4.00 $14,500.00 13 SILICONE JOINT SEALENT 4,035 LF $2.00 $8,070.00 14 CONST.REINF.CONC,STEPS 0 CY $300.00 $0.00 15 CONST.REINF.CONC.RETAINING WALL 0 LF $200.00 $0.00 16 CONST.COMBINATION REINF,CONC.WALK&RET.WALL 0 LF $75.00 $0.00 17 ADJUST WATER METERS TO GRADE 32 EA $35.00 $1,120.00 18 ADJUST WATER VALVES TO GRADE 3 EA $250.00 $750.00 19 ADJUST MANHOLES TO GRADE 5 EA $350.00 $1,750.00 20 CONST.STD. 10'CURB INLET 0 EA $2,000.00 $0.00 21 TEMPORARY ASPH.DRIVEWAY 22 SF $4.50 $99.00 22 6"REINF.CONIC.FOR DRIVE TRANSITION 1,975 SF $5.00 $9,875.00 23 HMAC TRANSITION 11 TN $100.00 $1,100.00 24 TOPSOIL 250 CY $11.00 $2,750.00 25 REMOVE&REPLACE EXIST.BRICK MAIL BOX 0 EA $350,00 $0.00 26 PROJECT DESIGNATION SIGN 2 EA $200.00 $400.00 27 UTILITY ADJUSTMENTS 1 LS $3,000.00 $3,000.00 Subtotal Section PAVING $201,742.95 LANE MILE COST 0.37 MILE $546,257.83/LANE MILE Since ENGINEER has no control over the cost of labor,materials,equipment or services fumished by others,or over the Contractor(s) methods of determining prices,or over competitive bidding or market conditions,ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and qualified professional engineer,familiar with the construction industry;but ENGINEER cannot and does not guarantee that proposals,bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an independent cost estimator. J:\040520\contract\Concrete-Exhibit B-4-COST-.xIs 9/3/2004 9:27 AM EXHIBIT B-4 011ie Street " 1701 RIVER RUN, SUITE 610 FORT WORTH,TX 76107 W� - (817)335-9900 r C0NSVL'FAV, FAX(817)335-9955 Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer) Pioneer Street(Old Mansfield Rd.to Wichita) Bundy Street(Rodeo to Pecos) Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 OLLIE S"fREET OPINION OF PROBABLE WATER CONSTRUCTION COST September 3,2004 ITEM NO. DESCRIPTION QUANTITY UNIT UNIT COST SUB-TOTAL 1 8"WATER LINE INCL.REM,EXIST. 1050 LF $23.00 $24,150.00 2 6"WATER LINE INCL. REM.EXIST. 15 LF $20.00 $300.00 3 8"WATER MAIN DUCTILE IRON PIPE INCL, REM. EXIST. 0 LF $30.00 $0.00 4 8"GATE VALVE&BOX 2 EA $650.00 $1,300.00 5 6"GATE VALVE&BOX 1 EA 1 $450.00 $450.00 6 ISTD.FIRE HYDRANT 1 EA $1,700.00 $1,700.00 7 IFIRE HYDRANT BARRELL EXTENSION 3 LF $15.00 $45.00 8 CAST IRON FITTINGS 1.5 TN $3,000.00 $4,500.00 9 1"WATER SERVICE TAP TO MAIN 32 EA $190.00 $6,080.00 10 1"WATER SERVICE FROM METER TO MAIN 575 LF $13.50 $7,762.50 11 WATER METER BOX CL.A 32 EA $100.00 $3,200.00 12 FURNISH AND LAY 2"TEMP.WATER SERVICE LINE 1 LS $2,000.00 $2,000.00 13 REMOVE EXIST.FH 1 EA $300.00 $300.00 14 PERMANENT ASPH.PAVEMENT REPAIR 50 LF $35.00 $1,750.00 15 TEMPORARY ASPH. PAVEMENT REPAIR 1700 LF $8.00 $13,600.00 16 REMOVE EXIST.G.V. OTHER THAN REPLACEMENT 0 EA $500.00 $0.00 Subtotal Section IWATER $67,137.50 Since ENGINEER has no control over the cost of labor,materials,equipment or services furnished by others,or over the Contractor(s) methods of determining prices,or over competitive bidding or market conditions,ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and qualified professional engineer,familiar with the construction industry,but ENGINEER cannot and does not guarantee that proposals,bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an independent cost estimator. J:\040520\contract\Concrete-Exhibit B-4-COST-.xis '9/3/2004 9:27 AM EXHIBIT B-4 011ie Street 1701 RIVER RUN,SUITE 610 FORT WORTH TX 76107 � (817)335-9900 FAX(817)335-9955 �r �rrr AC Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer) Pioneer Street(Old Mansfield Rd.to Wichita) Bundy Street(Rodeo to Pecos) Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.:00026 OLLIE STREET OPINION OF PROBABLE SEWER CONSTRUCTION COST September 3,2004 ITEM NO. DESCRIPTION QUANTITY UNIT UNIT COST SUB-TOTAL 1 8"SS INCLUDES REMOVAL OF EXISTING 850 LF $28.00 $23,800.00 2 4"SS TAP&SERVICE 16 EA $200.00 $3,200.00 3 4"SS DIP TAP 16 EA $220.00 $3,520.00 4 4"SEWER SERVICE 280 LF $20.00 $5,600.00 5 4"DIP SEWER SERVICE 520 LF $24,00 $12,480.00 6 4'DIA.SS MH 4 EA $1,200.00 $4,800.00 7 EXTRA DEPTH FOR SS MH 8 VF $120.00 $960.00 8 WATER TIGHT SS MANHOLE INSERT 4 EA $75.00 $300.00 9 CONC COLLAR FOR SS MH 0 EA $325.00 $0.00 10 MANHOLE INTERIOR PROTECTIVE COATING 0 VF $205.00 $0.00 11 VACUUM TEST SS MANHOLE 4 EA $155.00 $620.00 12 IREMOVE EXIST,SS MANHOLE 2 EA $500.00 $1,000.00 13 INSTL. DBL TWO-WAY SS CLEANOUT 32 EA $130.00 $4,160.00 14 PERMANENT ASPH.PAVEMENT REPAIR 25 LF $35.00 $875.00 15 TEMPORARY ASPH, PAVEMENT REPAIR 1330 LF $8.00 $10,640.00 16 TRENCH SAFETY SYSTEM 1650 LF $1.25 $2,062.50 17 POST TV INSPECTION SS MAIN 850 LF $4.75 $4,037.50 Subtotal Section ISEWER --------------------------- $78,055,00 Total Section OLLIE STREET $346,935.45 Since ENGINEER has no control over the cost of labor,materials,equipment or services furnished by others,or over the Contractor(s) methods of determining prices,or over competitive bidding or market conditions,ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and qualified professional engineer,familiar with the construction industry:but ENGINEER cannot and does not guarantee that proposals,bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an independent cost estimator, J:\040520\contract\Concrete-Exhibit B-4-COST-.xls 9/3/2004 9:27 AM EXHIBIT B-4 Bundy Street .. 1701 RIVER RUN,SUITE 610 FORT WORTH,TX 76107 (817)335-9900 crta'aSM..APUf FAX(817)335-9955 Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer) Pioneer Street(Old Mansfield Rd.to Wichita) Bundy Street(Rodeo to Pecos) Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 BUNDY STREET OPINION OF PROBABLE CONCRETE PAVING CONSTRUCTION COST (630 L.F.(0.24 Lane Miles)of 28' Roadway) September 3,2004 ITEM NO. DESCRIPTION QUANTITY UNIT UNIT COST SUB-TOTAL 1 REMOVE EXIST.CONC VALLEY 285 SF $2.00 $570.00 2 REMOVE EXIST.CURB&GUTTER 1,300 LF $2.00 $2,600.00 3 REMOVE EXIST.DWY,WALK,STEPS&WHEELCHAIR RAMPS 2,350 SF $1.50 $3,525.00 4 REMOVE&REPLACE EXIST.CHAIN LINK FENCE 100 LF $15.00 $1,500.00 5 REMOVE EXIST. 10'CURB INLET 2 EA $450.00 $900.00 6 JUNCLASSIFIED STREET EXCAVATION 700 CY $12.00 $8,400,00 7 6"LIME STABILIZED SUBGRADE 2,130 SY $2.75 $5,857.50 8 LIME 30#/SY 32 TN $90.00 $2,875.50 9 6"REINF.CONC, PAVING 2,060 SY $23.00 $47,380.00 10 7"INTEGRAL CURB 1,295 LF $4.75 $6,151.25 11 4"REINF CONC.WALK&WHEELCHAIR RAMPS 1,950 SF $4.75 $9,262.50 12 6"REINF,CONC.DRIVEWAY 1,200 SF $4.00 $4,800.00 13 ISILICONE JOINT SEALENT 2,300 LF $2.00 $4,600.00 14 ICONST.REINF.CONC. STEPS 2 CY $300.00 $600.00 15 1CONST. REINF,CONC, RETAINING WALL 10 LF $200.00 $2,000.00 16 1CONST.COMBINATION REINF.CONC.WALK&RET.WALL 225 LF $75.00 $16,875.00 17 ADJUST WATER METERS TO GRADE 1 EA $35.00 $35.00 18 ADJUST WATER VALVES TO GRADE 3 EA $250.00 $750.00 19 ADJUST MANHOLES TO GRADE 1 EA $350.00 $350.00 20 CONST.STD. 10'CURB INLET 2 EA $2,000.00 $4,000.00 21 TEMPORARY ASPH.DRIVEWAY 60 SF $4.50 $270.00 22 6"REINF.CONC. FOR DRIVE TRANSITION 575 SF $5.00 $2,875.00 23 IHMACTRANSITION 11 TN $100.00 $1,100.00 24 TOPSOIL 60 CY $11.00 $660.00 25 REMOVE&REPLACE EXIST.BRICK MAIL BOX 2 EA $350.001 $700.00 26 PROJECT DESIGNATION SIGN 2 EA $200,001 $400.00 27 UTILITY ADJUSTMENTS 1 LS $2,000.0011 $2,000.00 Subtotal Section PAVING $131,036.75 LANE MILE COST 0.24 MILE $549,106.38/LANE MILE Since ENGINEER has no control over the cost of labor,materials,equipment or services furnished by others,or over the Contractor(s) methods of determining prices,or over competitive bidding or market conditions,ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and quailed professional engineer,familiar with the construction industry;but ENGINEER cannot and does not guarantee that proposals,bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an independent cost estimator. J:\040520\contract\Concrete-Exhibit-B-4-COST-.xis 9/3/2004 9:27 AM f EXHIBIT B-4 Bundy Street 1701 RIVER RUN,SUITE 610 FORT WORTH,TX 76107 817 335-9900 w ( ) caeasuLT& FAX(817)335-9955 m Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer) Pioneer Street(Old Mansfield Rd.to Wichita) Bundy Street(Rodeo to Pecos) Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 BUNDY STREET OPINION OF PROBABLE WATER CONSTRUCTION COST September 3,2004 ITEM NO. DESCRIPTION QUANTITY UNIT UNIT COST SUB-TOTAL 1 8"WATER LINE INCL.REM.EXIST. 750 LF $23.00 $17,250.00 2 6"WATER LINE INCL.REM.EXIST. 0 LF $20.00 $0,00 3 8"WATER MAIN DUCTILE IRON PIPE INCL.REM,EXIST. 20 LF $30.00 $600.00 4 8"GATE VALVE&BOX 4 EA $650.00 $2,600.00 5 6"GATE VALVE&BOX 1 EA $450.00 $450.00 6 ISTD. FIRE HYDRANT 1 EA $1,700.00 $1,700.00 7 FIRE HYDRANT BARRELL EXTENSION 3 LF $15.00 $45.00 8 CAST IRON FITTINGS 1 TN $3,000.00 $3,000.00 9 1"WATER SERVICE TAP TO MAIN 5 EA $190.00 $950.00 10 1"WATER SERVICE FROM METER TO MAIN 25 LF $13.50 $337.50 11 WATER METER BOX CL.A 5 EA $100.00 $500.00 12 FURNISH AND LAY 2"TEMP.WATER SERVICE LINE 1 LS $2,000.00 $2,000.00 13 REMOVE EXIST,FH 1 EA $300.00 $300.00 14 PERMANENT ASPH.PAVEMENT REPAIR 65 LF $35.00 $2,275.00 15 TEMPORARY ASPH. PAVEMENT REPAIR 800 LF $8.00 $6,400.00 16 REMOVE EXIST.G.V.(OTHER THAN REPLACEMENT) 2 EA $500.00 $1,000.00 Subtotal Section IWATER $39,407.50 Total Section BUNDY STREET $170,444.25 Since ENGINEER has no control over the cost of labor,materials,equipment or services furnished by others,or over the Contractor(s) methods of determining prices,or over competitive bidding or market conditions,ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and qualified professional engineer,familiar with the construction industry:but ENGINEER cannot and does not guarantee that proposals,bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an independent cost estimator. J:\040520\contract\Concrete-Exhibit—B-4-COST-.xls 913!2004 9:27 AM EXHIBIT B-4 Pioneer Street 1701 RIVER RUN, SUITE 610 FORT WORTH,TX 76107 y� (817)335-9900 CONS uL7AI ', FAX(817)335-9955 imp Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer) Pioneer Street(Old Mansfield Rd.to Wichita) Bundy Street(Rodeo to Pecos) Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.:00426 PIONEER STREET OPINION OF PROBABLE CONCRETE PAVING CONSTRUCTION COST (3,850 L.F.(1.46 Lane Miles)of 28' Roadway) September 3,2004 ITEM NO. DESCRIPTION QUANTITY UNIT UNIT COST SUB-TOTAL 1 REMOVE EXIST,CONC VALLEY 1025 SF $2.00 $2,050.00 2 REMOVE EXIST.CURB&GUTTER 4,350 LF $2.00 $8,700.00 3 REMOVE EXIST, DWY,WALK,STEPS&WHEELCHAIR RAMPS 12,895 SF $1.50 $19,342.50 4 REMOVE&REPLACE EXIST.CHAIN LINK FENCE 0 LF $15.00 $0.00 5 REMOVE EXIST. 10'CURB INLET 2 EA $450.00 $900.00 6 UNCLASSIFIED STREET EXCAVATION 4,278 CY $12.00 $51,333.33 7 6"LIME STABILIZED SUBGRADE 13,511 SY $2.75 $37,155.25 8 LIME 30#/SY 203 TN $90.00 $18,239.85 9 6"REINF.CONC,PAVING 13,085 SY $23.00 $300,955.00 10 7"INTEGRAL CURB 7,725 LF $4.75 $36,693.75 11 4"REINF CONC.WALK&WHEELCHAIR RAMPS 26,852 SF $4.75 $127,547.00 12 6"REINF.CONC, DRIVEWAY 10,215 SF $4.00 $40,860.00 13 SILICONE JOINT SEALENT 14,675 LF $2.00 $29,350.00 14 CONST.REINF,CONC.STEPS 3 CY $300.00 $900.00 15 CONST.REINF.CONC,RETAINING WALL 10 LF $200.00 $2,000.00 16 CONST,COMBINATION REINF.CONC.WALK&RET.WALL 10 LF $75.00 $750.00 17 ADJUST WATER METERS TO GRADE 85 EA $35.00 $2,975.00 18 ADJUST WATER VALVES TO GRADE 10 EA $250,00 $2,500.00 19 ADJUST MANHOLES TO GRADE 16 EA $350.00 $5,600.00 20 CONST.STD. 10'CURB INLET 2 EA $2,000.00 $4,000.00 21 TEMPORARY ASPH.DRIVEWAY 0 SF $4.50 $0.00 22 6"REINF.CONC. FOR DRIVE TRANSITION 5,850 SF $5.00 $29,250.00 23 HMAC TRANSITION 77 TN $100.00 $7,700.00 24 TOPSOIL 750 CY $11.00 $8,250.00 25 REMOVE&REPLACE EXIST.BRICK MAIL BOX 10 EA $350.00 $3,500.00 26 PROJECT DESIGNATION SIGN 2 EA $200.00 $400.00 27 UTILITY ADJUSTMENTS 1 LS $5,000.00 $5,000.00 Subtotal Section PAVING $745,951.68 LANE MILE COST 1.46 MILE $511,509.73/LANE MILE Since ENGINEER has no control over the cost of labor,materials,equipment or services furnished by others,or over the Contractor(s) methods of determining prices,or over competitive bidding or market conditions,ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and qualified professional engineer,familiar with the construction industry:but ENGINEER cannot and does not guarantee that proposals,bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an independent cost estimator. J'.\040520\contract\Concrete-Exhibit B-4-COST-.xis 9/3/2004 9:27 AM EXHIBIT B-4 Pioneer Street 1701 RIVER RUN,SUITE 610 ". FORT WORTH,TX 76107 (817)335-9900 cowsut.TA N"T FAX(817)335-9955 ffgar". a a. ��� Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer) Pioneer Street(Old Mansfield Rd.to Wichita) Bundy Street(Rodeo to Pecos) Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 PIONEER STREET OPINION OF PROBABLE WATER CONSTRUCTION COST September 3,2004 ITEM NO. I DESCRIPTION QUANTITY UNIT UNIT COST SUB-TOTAL 1 8"WATER LINE INCL.REM.EXIST. 3875 LF $23.00 $89,125.00 2 6"WATER LINE INCL.REM. EXIST. 50 LF $20,00 $1,000.00 3 8"WATER MAIN DUCTILE IRON PIPE INCL.REM. EXIST. 0 LF $30.00 $0.00 4 8"GATE VALVE&BOX 6 EA $650.00 $3,900.00 5 6"GATE VALVE&BOX 4 EA $450.00 $1,800.00 6 STD.FIRE HYDRANT 4 EA $1,700.00 $6,800.00 7 FIRE HYDRANT BARRELL EXTENSION 12 LF $15.00 $180.00 8 CAST IRON FITTINGS 3 TN $3,000.00 $9,000.00 9 1"WATER SERVICE TAP TO MAIN 85 EA $190.00 $16,150.00 10 1"WATER SERVICE FROM METER TO MAIN 1525 LF $13.50 $20,587.50 11 IWATER METER BOX CL.A 85 EA $100.00 $8,500.00 12 1 FURNISH AND LAY 2"TEMP.WATER SERVICE LINE 1 LS $2,000.00 $2,000.00 13 REMOVE EXIST.FH 3 EA $300.00 $900.00 14 PERMANENT ASPH.PAVEMENT REPAIR 25 LF $35.00 $875.00 15 TEMPORARY ASPH.PAVEMENT REPAIR 5325 LF $8.00 $42,600.00 16 REMOVE EXIST.G.V. OTHER THAN REPLACEMENT 0 EA $500.00 $0.00 Subtotal Section WATER $203,417.50 Since ENGINEER has no control over the cost of labor,materials,equipment or services furnished by others,or over the Contractor(s) methods of determining prices,or over competitive bidding or market conditions,ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and qualified professional engineer,familiar with the construction industry,but ENGINEER cannot and does not guarantee that proposals,bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an independent cost estimator. J:\040520\contract\Concrete-Exhibit—B-4-COST-.xls 913/2004 9:27 AM EXHIBIT B4 Pioneer Street 1701 RIVER RUN, SUITE 610 FORT WORTH,TX 76107 (817)335-9900 car�suumrU s; FAX(817)335-9955 Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer) Pioneer Street(Old Mansfield Rd.to Wichita) Bundy Street(Rodeo to Pecos) Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.:00026 PIONEER STREET OPINION OF PROBABLE SEWER CONSTRUCTION COST September 3,2004 ITEM NO. DESCRIPTION QUANTITY UNIT UNIT COST SUB-TOTAL 1 8"SS INCLUDES REMOVAL OF EXISTING 2700 LF $28.00 $75,600.00 2 4"SS TAP&SERVICE 35 EA $200.00 $7,000.00 3 4"SS DIP TAP 36 EA $220.00 $7,920.00 4 4"SEWER SERVICE 620 LF $20.00 $12,400.00 5 4"DIP SEWER SERVICE 1200 LF 1 $24.00 $28,800.00 6 4'DIA.SS MH 14 EA $1,200.00 $16,800.00 7 EXTRA DEPTH FOR SS MH 12 VF $120.00 $1,440.00 8 WATER TIGHT SS MANHOLE INSERT 14 EA $75.00 $1,050.00 9 CONC COLLAR FOR SS MH 0 EA $325.00 $0.00 10 MANHOLE INTERIOR PROTECTIVE COATING 10 VF $205.00 $2,050.00 11 VACUUM TEST SS MANHOLE 14 EA $155.00 $2,170.00 12 REMOVE EXIST.SS MANHOLE 7 EA $500.00 $3,500.00 13 INSTL.DBL TWO-WAY SS CLEANOUT 71 EA $130.00 $9,230.00 14 PERMANENT ASPH.PAVEMENT REPAIR 35 LF $35.00 $1,225.00 15 TEMPORARY ASPH.PAVEMENT REPAIR 3800 LF $8.00 $30,400.00 16 TRENCH SAFETY SYSTEM 4550 LF $1.25 $5,687.50 17 POST TV INSPECTION SS MAIN 27001 LF 1 $4.75 $12,825.00 Subtotal Section SEWER -------------------------- $218,097.50 Total Section PIONEER STREET $1,167,466.68 Since ENGINEER has no control over the cost of labor,materials,equipment or services furnished by others,or over the Contractor(s) methods of determining prices,or over competitive bidding or market conditions,ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and qualified professional engineer,familiar with the construction industry;but ENGINEER cannot and does not guarantee that proposals,bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an independent cost estimator. J:\040520\contract\Concrete-Exhibit—B-4-COST-.xls 9/3/2004 9:27 AM EXHIBIT B-4 Lucinda Street 1701 RIVER RUN,SUITE 610 FORT WORTH,TX 76107 (817)335-9900 caasua�r FAX(817)335-9955 r Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer) Pioneer Street(Old Mansfield Rd.to Wichita) Bundy Street(Rodeo to Pecos) Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.:00026 LUCINDA S"fREET OPINION OF PROBABLE CONCRETE PAVING CONSTRUCTION COST (870 L.F. (0.33 Lane Miles)of 28' Roadway) September 3,2004 ITEM NO. DESCRIPTION QUANTITY UNIT UNIT COST SUB-TOTAL 1 REMOVE EXIST.CONC VALLEY 315 SF $2.00 $630.00 2 REMOVE EXIST.CURB&GUTTER 900 LF $2.00 $1,800.00 3 REMOVE EXIST.DWY,WALK,STEPS&WHEELCHAIR RAMPS 2,250 SF $1.50 $3,375.00 4 REMOVE&REPLACE EXIST,CHAIN LINK FENCE 120 LF $15.00 $1,800.00 5 REMOVE EXIST.10'CURB INLET 0 EA $450.00 $0.00 6 UNCLASSIFIED STREET EXCAVATION 967 CY $12.00 $11,600.00 7 6"LIME STABILIZED SUBGRADE 2,890 SY $2.75 $7,947.50 8 LIME 30#/SY 43 TN $90.00 $3,901.50 9 6"REINF.CONC,PAVING 2,795 SY $23.00 $64,285.00 10 7"INTEGRAL CURB 1,738 LF $4.75 $8,255.50 11 4"REINF CONC.WALK&WHEELCHAIR RAMPS 6,352 SF $4.75 $30,172.00 12 6"REINF.CONC,DRIVEWAY 2,365 SF $4.00 $9,460.00 13 ISILICONE JOINT SEALENT 3,360 LF $2.00 $6,720.00 14 CONST.REINF.CONC.STEPS 2 CY $300.00 $600.00 15 CONST.REINF.CONC.RETAINING WALL 100 LF $200.00 $20,000.00 16 CONST.COMBINATION REINF.CONC.WALK&RET.WALL 10 LF $75.00 $750.00 17 ADJUST WATER METERS TO GRADE 19 EA $35.00 $665.00 18 ADJUST WATER VALVES TO GRADE 3 EA $250.00 $750.00 19 ADJUST MANHOLES TO GRADE 3 EA $350.00 $1,050.00 20 ICONST.STD. 10'CURB INLET 0 EA $2,000.00 $0.00 21 TEMPORARY ASPH.DRIVEWAY 0 SF 1 $4.50 $0.00 22 6"REINF.CONC,FOR DRIVE TRANSITION 1032 SF $5.00 $5,160.00 23 HMAC TRANSITION 11 TN $100.00 $1,100.00 24 TOPSOIL 150 CY $11.00 $1,650.00 25 REMOVE&REPLACE EXIST,BRICK MAIL BOX 0 EA $350.00 $0.00 26 PROJECT DESIGNATION SIGN 2 EA $200,001 $400.00 27 UTILITY ADJUSTMENTS 1 LS $3,000.001 $3,000.00 Subtotal Section PAVING $185,071.50 LANE MILE COST 0.33 MILE $561,596.28 I LANE MILE Since ENGINEER has no control over the cost of labor,materials,equipment or services furnished by others,or over the Contractor(s) methods of determining prices,or over competitive bidding or market conditions,ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and qualified professional engineer,familiar with the construction industry;but ENGINEER cannot and does not guarantee that proposals,bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an independent cost estimator. J:\040520\contract\Concrete-Exhibit-B-4-COST-.xis 9/3/2004 9:27 AM EXHIBIT B-4 Lucinda Street 1701 RIVER RUN,SUITE 610 FORT WORTH,TX 76107 (817)335-9900 aer+svLTAW4T FAX(817)335-9955 Street Reconstruction,Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer) Pioneer Street(Old Mansfield Rd.to Wichita) Bundy Street(Rodeo to Pecos) Lucinda Street(Pecos to Ray Alvin) Contract No.:13 Project No.: 00026 LUCINDA S-fREET OPINION OF PROBABLE WATER CONSTRUCTION COST September 3,2004 ITEM NO. DESCRIPTION QUANTITY UNIT UNIT COST SUB-TOTAL 1 8"WATER LINE INCL.REM.EXIST, 900 LF $23.00 $20,700.00 2 6"WATER LINE INCL.REM.EXIST. 11 LF $20.00 $220.00 3 8"WATER MAIN DUCTILE IRON PIPE INCL.REM. EXIST, 0 LF $30.00 $0.00 4 8"GATE VALVE&BOX 2 EA $650.00 $1,300.00 5 6"GATE VALVE&BOX 1 EA $450.00 $450.00 6 STD.FIRE HYDRANT 1 EA $1,700.00 $1,700.00 7 FIRE HYDRANT BARRELL EXTENSION 3 LF $15.00 $45.00 8 CAST IRON FITTINGS 1 TN $3,000.00 $3,000.00 9 1"WATER SERVICE TAP TO MAIN 19 EA $190.00 $3,610.00 10 1"WATER SERVICE FROM METER TO MAIN 350 LF $13.50 $4,725.00 11 WATER METER BOX CL.A 19 EA $100.00 $1,900.00 12 FURNISH AND LAY 2"TEMP.WATER SERVICE LINE 1 LS $2,000.00 $2,000.00 13 REMOVE EXIST.FH 1 EA $300.00 $300.00 14 PERMANENT ASPH.PAVEMENT REPAIR 45 LF $35.00 $1,575.00 15 TEMPORARY ASPH.PAVEMENT REPAIR 1175 LF $8.00 $9,400.00 16 REMOVE EXIST.G.V. OTHER THAN REPLACEMENT 0 EA $500.00 $0.00 Subtotal Section IWATER $50,925.00 Total Section LUCINDA STREET $235,996.50 Since ENGINEER has no control over the cost of labor,materials,equipment or services fumished by others,or over the Contractor(s) methods of determining prices,or over competitive bidding or market conditions,ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and qualified professional engineer,familiar with the construction industry,but ENGINEER cannot and does not guarantee that proposals,bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an independent cost estimator. J:\040520\contract\Concrete-Exhibit—B-4-COST-.xls 9/3/2004 9:27 AM 7/28/2004 Attachment C ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREMENT AND ATTACHMENT A Street Reconstruction, Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer); Bundy Street(Rodeo to Pecos) Pioneer(Old Mansfield Rd. to Wichita); Lucinda Street(Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 1. None J:\040520\contract\Concrete-AttachC.doc C - 1 ATTACHMENT D-1 SCHEDULE Street Reconstruction, Water and Sanitary Sewer Replacement on: 011ie Street(Martin to Pioneer); Bundy Street(Rodeo to Pecos) Pioneer Street (Old Mansfield Rd. to Wichita); Lucinda Street (Pecos to Ray Alvin) Contract No.: 13 Project No.: 00026 Project No.00026 COFW 2004 CIP Contract#13 011ie Street Projected Actual ID ITask Name I Duration IStart Finish 1, IDuration IStart Finish 1 COFW 2004 CIP Contract#13 011ie Street 318 days Mon 8/2/2004 Wed 10/19/2005 2 Notice to Proceed 0 days Mon 81212004 Mion 8/212004 3 Concept Design 60 days Mon 8/2/2004 Fri 10/22/2004 4 Topographic Survey 30 days Mon 8/2/2004 Fri 9/10/2004 5 Concept Report 30 days 1 Mon 9/13/2004 Fri 10/22/2004 6 30%Construction Plan Submittal 40 days Fri 9/10/2004 Fri 11/5/2004 7 M:Concept Report Submittal 0 days Fri 911012004 Fri 911012004 8 M. Neighborhood Meeting 0 days Fri 911012004 Fri 911012004 9 City of Fort Worth Review of Concept 10 days Mon 9/13/2004 Fri 9/24/2004 10 Prepare 30%Plan Submittal 30 days Mon 9/27/2004 Fri 11/5/2004 11 M'30%Plan Submittal 0 days Fri 111512004 Fn 111512004 12 City of Fort Worth Review 10 days Mon 11/8/2004 Fri 11/19/2004 13 60%Construction Plan Submittal 80 days Mon 11/22/2004 Fri 3/11/2005 14 Incorporate Staff Comments 20 days Mon 11/22/2004 Fri 12/17/2004 15 M.Submit Plans for Utility Coordination 0 days Fri 1211712004 Fri 1211712004 16 Mi:60%Plan Submittal to DOE 0 days Fri 1211712004 Fri 1211712004 17 Franchise Utility Relocations 60 days Mon 12/20/2004 Fri 3/11/2005 18 City of Fort Worth Review 10 days Mon 12/20/2004 Fri 12/31/2004 19 90%Construction Plan Submittal 21 days Mon 1/3/2005 Mon 1/31/2005 20 Preparation for 90%Submittal 1 day Mon 1/3/2005 Mon 1/3/2005 21 Incorporate Staff Comments 20 days Tue 1/4/2005 Mon 1/31/2005 22 M.Submit 90%Plans and Specs 0 days Mon 113112005 Mon 113112005 23 City of Fort Worth Review 5 days Tue 2/1/2005 Mon 2/7/2005 24 Final Construction Plan Submittal 15 days Tue 2/8/2005 Mon 2/28/2005 25 Incorporate Final Staff Comments 15 days Tue 2/8/2005 Mon 2/28/2005 26 M. Submit Final Plans 0 days Mon 2/1812005 Mon 212812005 27 Circulate Plans for signatures 5 days Tue 3/1/2005 Mon 3/7/2005 28 Advertise Project 25 days Tue 3/1/2005 Mon 4/4/2005 29 Prepare Plans and Specs for Advertisement 10 days Tue 3/1/2005 Mon 3/14/2005 30 Advertisement Duration 15 days Tue 3/15/2005 Mon 4/4/2005 31 M. Open Bids 0 days Mon 212812005 Mon 212812005 32 M&C Cirulation Process 15 days Tue 3/1/2005 Mon 3/21/2005 33 M Council Award 0 days Mon 212812005 Mon 212812005 34 Execute Contract Documents 5 days Tue 4/5/2005 Mon 4/11/2005 35 Project Construction Phase 132 days Tue 4/19/2005 Wed 10/19/2005 r37 Pre-Construction Meeting 1 day Tue 4/19/2005 Tue 4/19/2005 Pre-Construction Neighborhood Meeting 1 day Wed 4/27/2005 Wed 4/27/2005 Perform Construction 120 days Thu 5/5/2005 Wed 10/19/2005 G:\Job\040520\Contract\Attachment D-1.xls 7/28/2004 Z 4 ig U " a` z aa' 0 N O v� au o w w a c �= m = x _ a F E a � o � a m o a ° w � 2 O w w O � n o u a U w a` a 0 o a c t7 z W U� i ohm Z 'ry Er Q n < z o � � a a a d ~ n ry M w a w O � Z Q O Z V rl a o G] m A Y^ n a �- 4 2 Z O L F > L I1 V o. E E o - N - a`a wo 1 49 n x ] 4 s ) ° v a ° ° °R Y x ] S c c .A 20 q 15 11 IB u V 1x 11 C T E T b n E ] a x � E s E s Z G R G R . 9 ST. x la u o H i9 ]0 o xt xx y I4 25 x) 28 Wo x p as j 0 o ) 40 ]9 3e ]) 36 ]S K 33 ]i 314 6" N N N 6 M TI A E. ` ` " 9 e S 4 ° A 28 Q 11 V ]x I x ] x S i x b 4 IS dA ] 6 b x 9 F 9 30 3 5 II 3 S 9 e ` 3 4 °H N 5 4 CU TE ST, xn S u 156 16 17 % ) ) S H x V 6 ] 6 6 x) 6 ) i II ') ° 26 ) N 5 5 )< 'x IA e q 9 6 ) 5 4 T, 25 ° W u ' 30 9 `� 24 v v 1 m.3a 2 2 w i 3 30 3 ] q b ] ] W ] S 6 ) x I] ] 2 21 2 x x p M BE ILY 1) TA. t] M 15 to ]0 6 6 p a u 1 N ) ) 95 x 20 q b 17 16 u x ] 3 3 9 '2 S PIONEER ° e ST. 6 Z n 16 S 6 )Je 9 q 6 u n o PINER TR.3E-1 9 18 6 5 4 3 2 p 8 35 31 30 29 28 27 26 TR.3G-I-A 19 1 34 33 32 t} I4 t5 Y> 17 VI GLEN PARK 10 7 20 2 EL EM.SCHOOL 6 21 3 7 8 9 11 12 U 6 7y s 4 P 0 q 8 4 22 5 AVE. rR.3E W 23 75 2 24 26 25 24 23 22 21 20 1 p e 1 6 5 4 3 2 4 5 10 9 7 35 2 3 4 5 6 ) 6 2 4 6 1 3433 INE T 1 �34 ''... 1 2 3 ` 5 q 2 32 30 29 28 27 26 25 TR.3F1 MY 3 3 31 4 2 A T TACHMENT E (SHEET 1) (COUNCIL DISTRICT 8) OLLIE ST. (MARTIN ST. TO PIONEER ST.) SCALE: 1" - 400' PA V/NG /MPRO VEMEV TS SWR 2060-404 2004 CIP CONTRACT #13 MAPSCO 92F PROJECT NO. 00026 A ANA CONSuzTANTS @/OP�RS A 1701 RNER RUN/SURE 610 ifORT WORTH,TX 76107 PLU�et (817)335-99OWFAIC(817)735-9955 SURYHYOA9 1 •,,, .g40520\conuactEEXHIBITS.dgn 071282004 03:07'57 PM IS � lu 18 7 11 7 6 5 4 3 2 I J 6 5 4 3 2 I 40 39 AB W A J 16 8 LN. 42 N 38 J7 36 JS tOB IOC SAR J E L 10 ] 65 4 J 2 1 to E IJC 9 8 2A JB sA SA[_7 8B 98 Na 0 8 15 9 10 11 12 13 u C IJB 14A 14B Il 12 4B 9A 58 8 6 7 = BA 2 Ifi I7 9 10 13 14 2B JA SB 6B 7B 13A R1 L S r. RODEqA IA 4 J 2 1 F 9A 0 1 2 J 4 5 6 4 J 2 28 2C 9B 9A B ] 6 5 a J 2 I 8 B r 9B J 7 8 9 b 11 12 L. 7 8 9 E U IS Ifi ] 4R C 188 10A W 1D E m it q 7R 6R SR 3R 2R WA 10B 11 12 IJ 14 15 16 17 IBA 11 u 12 lOB IT. PION ER 11 10 1 2 J 4 5 6 7 tt 8 9 10 tOR 9R 8R 7R 6R SA 4R J 2 1 IS 0-I Is r 0 9 8 7 IB A Al BI CI 11R 12R jl,3Rl4R�15RI6R 7R BR 20R 6 5 4 J 2 1 9 8 PECOS VE 11 13 14 15 16 17 10 11 12 0 1} it 4BB BA 79 7A 6A 5B A B C D E F 1 P AVE[ S 6 7 10 9 8 6B 9 'o FN BC SA 4B 4A JB JA 2 2A IR IA T 0 7C 6C 18 17 16 F y IS u u 12 a Io 9 e 12 U 14 14\ 14 17AUCI DA 20 218 17 C 15 19B 19A 20A r < 17 B 15 16 IS 19 20 21 14 13 12 Il q 9 8 78 7A `•\ S S C/jY \ n A CAMNON \ AL CANNON 10 9 S 12 11 8 7 6 4B sA JB JA SEMINARY TWIN �?pj 4/ F E D THEA TERE S 7f(O 6 5 c It 1 0 } J 14R 0 9 B yI B` A K A T TACHMENT E (SHEET 2) (COUNCIL DISTRICT 8) BUNDY ST. (RODEO ST. TO PECOS ST.) SCALE: 1" - 400' PA V/NG /MPRO VEMENTS WTR 2060-404 2004 CIP CONTRACT #13 MAPSCO 92E PROJECT NO. 00026 & 1701 ANA CONSULTANTS RIVER RUN ALIFE 610 i£ORT WORTH,TX 76107 PG7L1�lS (817)335-990DFA)C(817(335-9955 SVRVBYOAS ...\040520\contraCt EXHIBITS.dp 07281200403:08:42 PM 3Y n - 3 Y =¢ o V ab F a .NG !� ^ NO R - - A --- • W Ln • a R• w a 31l d �_ x �Svz to L� • F R Z , J rn ¢�� R � V 1S F R H Ln _ n . Vl R •r • d a - Q Q ; - Y D d 3 R d L A - = " • M+13n d d NO p, z � a v a ¢ (T � o • ,Y R V uu o: °Q + ■ R NIA - Oak NIA Id ' .1Y21 > n R F M 4.• 1� " • " Y R R e `°J • R R [ [ # - p d `1 A Nn O13 i Y !� Ofz r 0 gdS - • cL 3NI 1SV3 ^ R idd -H a . c F - + a z m z 3 � R i • � 8 I B 2A 38 4A SA SC 6A 7A 18 9B µB 0 15 9 10 11 12 13 14 C 136 14A 148 15A 158 16 11 12 3A 48 9A BA 5B B 16 17 9 q U u 2B 58 6B 78 1]A S r. RODE " 1A 5 1 1 VI 2 J 4 5 6 4 J 2 9A 2B 2C 2 JB JA 2 % 9A B 7 6 5 4 J 2 I B 7A 78 B 18N 1 b y 9B ' 12 z U IS 16 7m FtT i8BtL[ 10A II II IJ ID E Il 10 SRR " q8 IJ 14 IS K 17 12 18A OB T. PI N R 11 10 1 2 J 4 5 6 7 B 9 q 11 IOR ]12R BR 7R 6R 5RF4RF[2 1 IB A Al Bt C1 �. 11R UR 14R 15R 16VR 17R. 18R I 4 J 2 1 9 8 7 6 PECOS is IJ 14 15 16 17 p 10 11 12 U U 12 10 BB BA 7A 6A 58 A 8 C E F 1 ECOS AVE. 10 9 6B 9 q ! <q• 6C SA 4B 4A 3B SA 2 2A E 1A � I) I6 C 7C 6C 12 � 15 14 U 12 11 q 9 B 7 6 U 14 , 14\ I4 1)A UC D� 20 21B 17 C 15 19B WA 20A S 17 B 15 Sl- C 21 "' 15 14 IJ 12 11 q 9 B )B )A 6 50 5 S 9 20 17 A 16 \ CANNON ST. \ AL CANNON q 9 12 11 6 7 6 48 4A 38 JA SEMINARY TWIN ��. F E 0 OR/VE-IN S THEA IERE X40 5 J c G c q 11 9 e �`\ q 9` y B 14R W 6 A K is IB 2JN 25 U 14 15 16 IBB 19 20 >? 21 22 17 SEMINARY DR. 2J DR. A T TACHMENT E (SHEET 4) (COUNCIL DISTRICT 8) LUCINDA LANE (PECOS ST. TO RAY ALVIN ST.) SCALE: 1" - 400' PA V/NG /MPRO VEMENTS WTR 2060-404 2004 CIP CONTRACT #13 MAPSCO 92E PROJECT NO. 00026 A ANA CONSULTANTS 1701 RNER RUN/SLATE 610.TORT WORM,TX 76107 7•u'�ar�s (817P3..9900'FAX jR17)335-9955 SURVHYpAS ...1040520\contracnEXHIBITS.dgn 07282004 03:10'49 PM F 4 - 49 q 2 J 4 3 6 7 8 9 q 2 B 8 53 W DR W 2 0 J 4 5 0 C V 0 V 9 J G ; I A 0 0 U 0 U 10 20 f9 IB 15 14 U I1 E t E T 16 n 2 pE M S 3 8 10 7d F s ;� F g 6'I z G fl C a 1C IB IA 4 9 ST. H 0 H 0 4 21 22 23 24 25 28 27 20 29 JO SE AA p p O 5A 6A t0 eB j D j 0 ]a aw 40 J9 3g J6 35 34 33 32 O 50 SC SB 79 K N K N N 6 J1 7A L A E. l4 L u 9 g 6., 1 12.. 12.1 5 �'� G J I 8 g 4 n t1 32 1 12 10 6 5 1 2 1 5 2 ] 9 3 to JI I FG IS 6R J1�1 6 q 2 9SO t/f314 )R 4 5 y ll8829 4412 5ACUTT R ST. = 4'2g 5 5 u 2 8 3 27 6 U qR 7 ii 17 10 6 - 17 6 Q 6 z 7 6 r 26 7 9 8 7 5 e 3 5Tr 8" ST. 12 MRg 1 25 g g 1 1 15 i 4 4 4 24 9 9 3 i 38 2 2 u 2 J 20 J J 23 t0 10 3 6 ] 6 5 4 J JC 3 J IJ y J Z 2 21 2 2 22 21 11 J 1 t— 2 4 4 12 - 9E LY 28 5 6 „ U Il 15 16 17 6 6 _ 3D J q I 1 IO IJ 14 1 7 O 7._-...... J 4 5 to 20 N Ig 17 q 15 14 1 2 3 4 9 2 9 15 - 2 ST. PIONEER g g 6,. ST. 8 11 16 J 5 8 7 g 9 IO tl 12 13 a t5 6" ] - to 17 4 P ER g" 6 5 44 J 1 SE 1 O 6 Z TRA -1 9 tg 6 5 4 J 2 m O 8 19 1 35 E. TR.JO-1-A 34 33 32 31 30 29 2g 17 26 17 GLEN PARK 7 20 2 u 14 15 16 m ELEM.SCHOOL 10 6 21 J 7 g g q t1 t2 13 g 5 4 6 AVE. 18 v 4 22 5 0 o. 6„ w 2] 1 1R.3E d .g 2 24 t ZB 15 24 2J 22 2t 20 ,I 1 6 5 4 J 2 4 5 9 7 35 I 3 4 3 6 ) 8 -- 1EA' 2 4 6� 3J 1 4 5 Z 31 1 I S 4 1 2 J q 31 SO I9 28 27 26 25 TR,JFt TR.JF 3 A T TACHMENT E (SHEET 5) (COUNCIL DISTRICT 8) OLLIE ST. (MARTIN ST. TO PIONEER ST.) SCALE= i„ , 400 WA TER /MPRO VEMENTS WTR 2060-404 2004 CIP CONTRACT #13 MAPSCO 92F PROJECT NO. 00026 A ANA CalvsuLTArvTs io+Otl s A 1701 RIVER RUN/SUM 610.PORT WORTH,TX 76107 rtw'wffi� (817)335-9900'FAX,(817}335-9955 ,nnevaroxs ...10405201contracBEXHIBITS.dg,,07t28f2004 03 11:37 PM 1u 11B 2 J 6 S 4 } 2 I 40 39 A8 6 S 4 3 m A J 8 LN. 42 at JB 37 36 35 108 qC K F SAR J E L q 7 6 5 4 3 2 t U E 13C 9 a 2A 3B 4A 5A 5C 6A 7A 88 90 N8 D 8 t0 15 12 3A 48 8A $8 9A 9 10 11 12 13 14 C 138 14A 146 p � 2 6 7 q 17 9 q 13 14 18 28 58 68 78>in 6 13A B S 8" ODE A . 1 I u 4 J 2 t 0 1 2 3 4 5 6 9A 4 a 2 2B 2C 98 9A 8 7 6 5 4 3 2 1 B Y N 9B J 7 1- 8 9 q 11 12 6 7 B 9 U1 13 15 16 17, 7R 4R 168 _ qA WDIONEEN JR 2R qA 108 13 14 15 16 17 II _.... 11 12 ! 12 IBA � q8 T- PION ER t It 10 t 2 3 4 5 6 7 B 9 10 n IS qR 9R OR 7R 611 5R 4R 3 2 1 A A-1 B�I C-1 D-i Y 16 60 18PEC A Al BI C7 m_ 1111 12R 1311 1411 ISR A16RVE 17R 1811 2011 D 8 7 6 5 4 3 2 1 9 8 11 � Z 10 13 a IS 16 17 ID 11 J 2 > 4 �" 66 8A 7B 7A 6A 58 A 8 C 0 E F I *� 5 P AVE 6 7 c2 10 9 6., 8.. 8 6B 9 2 1A q rt` BC 5A 4B 4A !B 3A 2A IB IR 17 q 7C 6L II N R n 15 u q 9 6 12 � ' L3 LUCI 40A �- L 14 14� M t7A 18 2DB 2>g 17 C t5 19B 19A 20A ,e� 5 1Qq�Sr\ 17 8 16 15 -c 11 1J 72 11 q 9 8 70 7A 19 20 21 s C 17 A \ 6 'rr T IS' ......... 6" AL CANNON 6„ R n s 7 @ 4B aA }8 !A SEMINARY TWIN D THE TERE RIVE-INS (0 3 6 5 C C 11 ID � 3-c q 94 Y 8 J 411 3 W 6 AT TACHMENT E (SHEET 6) (COUNCIL DISTRICT 8) BUNDY ST. (RODEO ST. TO PECOS ST.) SCALE: t" - 400' WA TER /MPRO VEMENT.S W TR 2060-404 2004 CLP CONTRACT #13 MAPSCO 92E PROJECT NO. 00026 A ANA CoNsuLTANTS r9ro➢' .s A 1701 RIVER RUN/SUITE 610,fORT WORTH,T%76107 P7ANMiRS (817)335-9900'FAX{8171]35-9955 SUR1 ORS ..W40520\con.OT_%HIBITS.agn 07/2812004 03:12.09 PM 30 M94 cr C4 om 0-1 C.'�ON ---vr V), L�j ok�dd� 31110 Is ............ EA tr 10 -4 jwi3n", 00 z -A-7—.T-- A � Ln j Qr�z Fm IT Lu 381 V) ils C) 0 .......... 8 9 mmmm:�E z 0 3'N I I S'v 3 NI -i- L 1-1, 1 U3 )o Lon B 2A 3B 4A 5A 11 8A I 7A 8a 9B -71 B D 15 v 9 10 11 12 U 14 C 130 14A U8 15A 158 16 11 t2 3A 4B 9A Q 8A 58 8 16 17 9 q 13 14 E 2B 5B 68 78 io i3A 6 $ 8" ODE A 8.. to $i HA t71 1 2 3 4 5 6 4 3 2 28 2C 2 38 3A 2 98 9A 8 7 6 5 4 } 2 t B 7A 78 6 6 N i 44 Y 4 90 J 7 p �•' B 9 q it 12 9 M 15 t6 7� i° 7R 4R - qA 1I 12 13 t W I E it 10 5ft 3R 2R A iJ 14 E5 16 17 0 12 18A - 08 T• PIONE R ii q 1 2 J 4 5 B 7 B 9 q 11 6" 6" IDR 9R BR 7R 6R SR 4R J 2 1 A A•1 0-1 C-1 p-1 P 801 /� > 0 60 18 A A At BI C1 i_ 11R 12R 13R I4R 15R I6R I7R 18R T� a /� , 4 3 2 1 H 8 7 6 PECOS m y I9 (� n q 14 1s 16 17 18 0 Z q 11 12 13 2 O l3 71 } J.A 7A 6A 58 A B C E F 1 ECOS AVE. Ip 9 All 4 ''F1 � 9 2 1A q vt, Iry. 8C SA AB 4A 3B 3A 2A 1B 1B 17 14 C 7C 6C 11 15 14 tJ 12 11 10 9 8 7 6 12 v5 13 14 ` IA \ 14 17A VCI DA 208 21B 17 C is i9g 19A 20A �O.¢`• 5 m 17 8 1 14 13 12 11 10 H 8 18 JA 6 51 5 'y 19 20 21 17 M1 C N ST. E 1a• \ AL CANNON s 10 9 12 11 � B 7 6 40 sA 3B }A SEMINARY TWIN 60 F E D DRIVE-IN S .3 THEATERE '�"�� 5 D 11 10 9 8 \ w 3-D c 14R 0 9 Y B J W Ifi IB 23 24 � 25 ll t1 15 tee 19 20 12 1„ARV 21 22 17 SEMINARY OR. 23 OR. t6"Cont. ......... .............._..._-- A T TACHMENT E (SHEET 8) (COUNCIL DISTRICT 8) LUCINDA LANE (PECOS ST.TO RAY ALVIN ST.) SCALE* r' - 400' WA TER /MPRO VEMENTS WTR 2060-404 2004 CIP CONTRACT #13 MAPSCO 92E PROJECT NO. 00026 A ANA CONSuLTANTS H/04�AS A 1701 RIVER RUN/SUITE 610.fORT WORTH,TX 76107 (817)335-9900'FAX(817)735-9955 SVRV8Yt7R5 _10405201cootracnEXHIBITS.dgn 07728!2004 03 13.42 PM g N =. ^ R , V. e•r�R N 3 J i Bt f-7 w 61Lf-7CO 2 Offf`7R % x Ln • % % L Y- a ' %`— N ^ •�qwR - 'a Lr-7 31"1 s W- ! �S Nzo. th ex ^K N z %% ew • : o WN ce.s. OL ,-7 S 0 DY-7 S H- _ �- ty � a g • a G ^ IY ,r c� � As ~ w �3naiag Rr �31 a L -7a S (AR �) CL 2 > id LZ R Y • ] S I . . ^ w 1•••1 •� x ^ W rT7 QU e� e � Q "�` CJ Q �` W Z LZ Oa k MAN S U ( � % i u ibc ° tL ,-71 %.y % • to ^ - ! R 8 ]w•a �_ e" % ! b o L a "13 Rw - • e 3 • R _ a R Q N \ 01 d ^ R d. rt z P . . cIr SL Y^ g Y. .. a 8^ m a 3 a t % o fS - a"'+ • i�� m 4 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 10/2612004 DATE: Tuesday, October 26, 2004 LOG NAME: 30CIPOLLIE2 REFERENCE NO.: **C-20365 SUBJECT: Engineering Agreement with ANA Consultants, L.L.C. for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on 011ie Street, Bundy Street, Pioneer Street, and Lucinda Street (City Project 00026) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with ANA Consultants, L.L.C. in the amount of $185,683.50 for pavement reconstruction and water and sanitary sewer main replacements on 011ie Street (Martin Street to Pioneer Street), Bundy Street (Rodeo Street to Pecos Street), Pioneer Street (Old Mansfield Road to Wichita Street), and Lucinda Street (Pecos Street to Ray Alvin Drive). DISCUSSION: The 2004 Capital Improvement Program (CIP) includes funds for pavement reconstruction and water and sanitary sewer main replacements on 011ie Street (Martin Street to Pioneer Street), Bundy Street (Rodeo Street to Pecos Street), Pioneer Street (Old Mansfield Road to Wichita Street), and Lucinda Street (Pecos Street to Ray Alvin Drive). The engineering agreement consists of the preparation of plans and specifications for pavement reconstruction and water and sanitary sewer main replacement on the above identified streets. ANA Consultants, L.L.C. proposes to perform the necessary design work for a lump sum fee of $185,683.50. City Staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount $35,755.00 (water: $10,309.00; sewer: $4,458.00; and streets: $20,988.00) is required for project management by the Engineering Department. ANA Consultants, L.L.C., is in compliance with the City's M/WBE Ordinance by committing to 23% M/WBE participation. The City's goal on the project is 23%. This project is located in COUNCIL DISTRICT 8, Mapsco 92E and F. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of the Water and Sewer Capital Project Funds and the Street Improvement Fund. TO Fund/Account/Centers FROM Fun d/Accou nt/C enters P264 531200 608170002631 $8,577.45 P264 531200 608170002632 $17,154.90 T ncYnAm,-- 10('TPnT T f�') P264 531200 608170002633 $2,859.15 P264 531200 608170002651 $11,392.50 P274 531200 708170002631 5703-9.05 P274 531200 708170002632 $14,078.10 P274 531200 708170002633 $2,346.35 P274 531200 708170002651 $7,425,00 C200 531200 208400002631 $29,984.40 C200 531200 208400002632 $59,968.80 C200 531200 208400002633 $9,994.80 C200 531200 208400002651 $14,863.00 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) T nrynAmm- 101-TT>nT T TVI