Loading...
HomeMy WebLinkAboutContract 32220 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'), and A.N.A. Consultants, L.L.C., (the "ENGINEER"), for a PROJECT generally described as: Water and Sewer Replacement Contract 2004 WSM-K. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. STANDARD ENGINEERING AGREEMENT(REV 4114105) Page 1of14 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 CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. STANDARD ENGINEERING AGREEMENT(REV 4/14/05) Page 2 of 14 E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, STANDARD ENGINEERING AGREEMENT(REV 4/14/05) Page 3 of 14 or direction of operating personnel, and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (M/WBE) Participation In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges 'the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. 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 STANDARD ENGINEERING AGREEMENT(REV 4114105) Page 4 of 14 the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3)hereof. CITY shall give subcon-sultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. ENGINEER's Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $2,000,000 aggregate Automobile Liability $1,000,000 each accident on a combined single limit or $250,000 Property Damage $500,000 Bodily Injury per person per occurrence A commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned when said vehicle is used in the course of the PROJECT. STANDARD ENGINEERING AGREEMENT(REV 4/14/05) Page 5 of 14 Worker's Compensation Coverage A: Statutory limits Coverage B: Employer's Liability $100,000 each accident $500,000 disease - policy limit $100,000 disease -each employee Professional Liability $1,000,000 each claim $2,000,000 aggregate Professional liability shall be written on a claims-made basis and shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the City for each year following completion of the contract. (2) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of forty-five (45) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A: VII in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. STANDARD ENGINEERING AGREEMENT(REV 4/14/05) Page 6 of 14 (f) Deductible limits, or self insured retentions, affecting insurance required herein shall be acceptable to the CITY in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The City shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the ENGINEER may be required to provide proof of insurance premium payments. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions. (j) For all lines of coverage underwritten on a claims-made basis, other than Professional Liability, the retroactive date shall be coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims- made. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement and all insurance required in this section, with the exception of Professional Liability, shall be written on an occurrence basis. (1) Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. 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. STANDARD ENGINEERING AGREEMENT(REV 4/14/05) Page 7 of 14 The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services and will provide labor and safety equipment as required by the ENGINEER for such access. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. STANDARD ENGINEERING AGREEMENT(REV 4/14/05) Page 8 of 14 C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment A. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article N.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with STANDARD ENGINEERING AGREEMENT(REV 4/14/05) Page 9 of 14 construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. 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. STANDARD ENGINEERING AGREEMENT(REV 4/14/05) Page 10 of 14 Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B—Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Executed this the day of 2005. ATTEST: IT\(.: FORTn/R7 B Marty Hendrix Marc A. it City Secretary Assista City Manager _1097 APPROVAL RECOMMENDED contract rAuthoriizzatioa 7Ca6 A. Douglas Rademaker, P.E. DatA Director, Engineering Department APP ED AS TO =FD LEGALITY Assistant yAftorney A_N A_ CONSHI TANTS, L I C ATTEST: ENGINEER By: M N. Assaa " Vice President STANDARD ENGINEERING AGREEMENT(REV 4114/05) Page 14 of 14 ATTACHMENT "A" General Scope Qf 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." GN RAL 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. -2- 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 fumish five (5) copies of the final construction plans and contract specifications for review by the City. 14) Detailed Cost Estimate The Engineer shall furnish four (4) copies of detailed estimates of probable construction costs for the authorized construction project, which shall include summaries of bid items and quantities. 15) Plans and Specification Approval The Engineer shall furnish an original cover mylar for the signatures of authorized City officials. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. -3- PHASE 4 16) Final Approved Construction Plans The Engineer shall 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 5 20) Preconstruction Conference The Engineer shall attend the preconstruction conference. 21) Construction Survey The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field to allow City survey crews to stake the project. The setting of line and grade stakes and route inspection of construction will be performed by the City. 22) Site Visits The Engineer shall visit the project site at appropriate intervals as construction proceeds to observe and report on the progress and the quality of the executed work. -4- 23) Shop Drawing Review The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. 24) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 25) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 26) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. -5- k Exhibit A-1_05 0230.doc Attachment A-1 5/5/2005 EXHIBIT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: WATER AND/OR SANITARY SEWER REPLACEMENT The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for water and/or sanitary sewer improvements for the following: Water and Sanitary Sewer Replacement Contract 2004 WSM-K D.O.E. No.: 4870 City Project No.: 00196 Water Sewer Street Council Proposed Proposed Districts Water Existing Sewer Existing Length Replacement Length(ft.) Replacement ) Map No. Size(in.) Map No. Size(in.) (}, size in. size in. Calmont Ave. (Hulen to No.7 2030-388 6 8 1600 - - - Eldrid e Dakar Road (Firth to N.Cul- No.7 2024-388 60 8 250 2024-388 6 8 258 de-Sac Firth Road 2018-388 2018-388 (Ridgemar to No.7 2024-388 60 8 1150 2024-388 6 8 1043 Dakar Geddes Ave. 2030-384 (Kenley to No.7&No.9 2036-384 6 8 2750 2030-384 6 8 484 Alamo Goodman Ave. 2024-380 (Prevost to No.7 2030-380 6 8 1600 2030-380 6 8 433 Faron Harley Ave. (Crestline to No.7 2030-388 6 8 2000 - - - - Westem Washburn Ave. (Crestline to E. No.7 2030-388 6 8 1500 2030-388 6 8 496 Dead EndI II TOTAL 10,850 TOTAL 2,714 Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: EA1-1 Rev 11/30/04 Exhibit A-1_05 0230.doc Attachment A-1 5/5/2005 PART A—PRE-ENGINEERING 1. Initial Data Collection a. Pre-Design Coordination Meetings ENGINEER will attend and document meetings, as required, to discuss and coordinate various aspects of the project and to ensure that the project stays on schedule. For purposes of establishing a level of comfort, two (2) meetings are anticipated. These include the following: One (1) pre-design kick-off meeting, (including the CITY's Department of Engineering and other departments that are impacted by the project). One (1) review meeting at completion of the City's review of the conceptual engineering plans. b. Data Collection In addition to data obtained from the City, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, City Master plans, property ownership as available from the Tax Assessor's office. The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the Engineer with a sample format of how the sewer EA 1-2 Rev 11/30104 r m Exhibit A-1_05 0230.doc Attachment A-1 5/5/2005 service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the Engineer will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design surrey, the Engineer shall delay the design of the sewer service line until after the start of construction. The CITY will then direct the Contractor to de-hole the service line at the clean-out location of all buildings or structures so that the Engineer's surveyor can determine the flow line of the sewer service line. The Engineer shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. C. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all utilities, including utilities owned by the City, TxDOT and railroads. These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the concept plans. The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. ENGINEER shall complete all forms necessary for City to obtain permit letters from TxDOT and railroads and submit such forms to the City. City shall be responsible for forwarding the forms to the affected agencies for execution. 2. Schedule Submittal and Monthly Progress Report The ENGIENER shall submit a progress schedule after the design contract is fully executed. The schedule shall be updated and submitted to the CITY along with monthly progress reports as required under Attachment B of the contract. EA 1-3 Rev 11/30/04 Exhibit A-1_05 0230.doc Attachment A-1 5/5/2005 PART B -CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering i. Surveys for Design a. ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information which will be needed for use by the ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location and buried utilities, structures, and other features relevant to the final plan sheets. For sewer lines located in alleys or backyards, ENGINEER will obtain the following: Obtain permission for surveying through private property. Locate horizontal and vertical alignment of utility lines. Tie improvements, trees, fences, walls, etc., horizontally along rear lines in an approximately 50' wide strip. In addition, locate all rear house corners and building corners in backyards. Profile existing water and/or sewer line centerline. Compile base plan from field survey data at 1"-20' scale. Obtain permission for surveying through private property. Locate horizontal and vertical alignment of utility lines, existing utilities, trees, fences, walls, etc., horizontally along rear lot lines in an approximately 20'wide strip. In addition, locate all rear house corners and building corners in backyards. Compile base plan from field survey data at 1"= 20' horizontal and 1" = 2'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. EA1-4 Rev 11/30/04 Exhibit A-1_05 0230.doc Attachment A-1 5/5/2005 b. Engineer will provide the following information: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the CITY Department of Engineering. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, all drawing files shall be provided in MicroStation (DGN) or Autocad (DWG or DXF) format (currently Release 2002), or as otherwise approved in writing by the CITY, and all data colleted generated during the course of the project shall become the property of the CITY. The minimum information to be provided in the plans shall include the following: 1. A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: 2. The following information about each Control Point; a. Identified (Existing City Monument #8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). 3. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, EA 1-5 Rev 11130/04 Exhibit A-1_05 0230.doc Attachment A-1 5/5/2005 etc., in the same coordinate system, as the Control Points. 4. No less than two bench marks plan/profile sheet. 5. Bearings given on all proposed centerlines, or baselines. 6. Station equations relating utilities to paving, when appropriate. 7. Obtain the "foot print" of all properties where the sanitary sewer service line is to be relocated or rerouted. ii. Public Notification Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: project name, limits, DOE project no., Consultant's project manager and phone no., scope of survey work and design survey schedule. The letter will be reviewed and approved by the City prior to distribution. iii. Conceptual Engineering Plan Submittal a. Conceptual plans shall be submitted to City 45 days after Notice to Proceed Letter is issued. b. The ENGINEER shall perform conceptual design of the proposed improvements and furnish four (4) copies of the concept engineering plans which includes layouts, preliminary right-of-way needs and cost estimates for the ENGINEER's recommended plan. ENGINEER shall perform remaining field surveys required for final design of selected route(s). The ENGINEER shall also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the City as a part of the concept phase of the project. All design shall be in conformance with Fort Worth Water Department policy and procedure for processing water and sewer design. EA 1-6 Rev 11130104 Exhibit A-1_05 0230.doc Attachment A-1 5/5/2005 ENGINEER shall review the City's water and sewer master plan, other pertinent design information and provide a summary of findings pertaining to the proposed project. 2. Preliminary Engineering Upon approval of Part B, Paragraph iii (b), ENGINEER will prepare preliminary construction plans as follows: a. Overall water and/or sanitary sewer layout sheets and an overall easement layout sheet(s). b. Preliminary project plans and profile sheets on 22" x 34" sheets which show the following: Proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, manholes etc., related appurtenances and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. C. For sewer lines, pipelines schedule for point repairs, rehabilitation and replacement will be located on the base sheets prepared from survey information gathered under Part B, Paragraph b. Conflicts shall be resolved where pipelines are to be rehabilitated on the same line segment. Base sheets shall reference affected or adjacent streets. Where open-cut and trenchless technology construction is anticipated, below and above ground utilities will be located and shown on the base sheets. d. Existing utilities and utility easements will be shown on the plan and profile sheets. ENGINEER will coordinate with utility companies and the City of Fort Worth to determine if any future improvements are planned that may impact the project. EA1-7 Rev 11/30/04 P Y Exhibit A-1_05 0230.doc Attachment A-1 5/5/2005 e. The design for sewer service line reroute/relocation will be provided if the flow line elevation of the sewer service can be determined from the cleanout location. If this elevation cannot be determined during design survey, the design shall be provided after award of the construction contract as specified in Part A, Paragraph 1 b. f. The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of- way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. g. The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in the D-Section of the City's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. h. Right-of-Way Research The ENGINEER will conduct preliminary research for availability of existing easements where open-cut construction or relocation of existing alignments is probable. Temporary and permanent easements will be appropriated based on available information and recommendations will be made for approval by the City. EA1-8 Rev 11/30/04 Exhibit A-1_05 0230.doc Attachment A-1 5/5/2005 i. Right-of-way/Easement Preparation and Submittal Preparation and submittal of right-of-way, easements and rights-of-entry will be in conformance with "Submittal of Information to Real Property for Acquisition of Property". j. Utility Clearance Phase The ENGINEER will consult with the City's Water Department, Department of Engineering, and other CITY departments, public utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities that have an impact or influence on the project. ENGINEER will design City facilities to avoid or minimize conflicts with existing utilities. The ENGINEER shall deliver a minimum of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all utility companies, which have facilities within the limits of the project. k. Preliminary construction plan submittal i. Preliminary plans and specifications shall be submitted to City 60 after approval of Part B, Paragraph iii (b). ii. The ENGINEER shall deliver two (2) sets of preliminary construction plans and two (2) sets of specifications and contract documents to CITY for review. Generally, plan sheets shall be organized as follows: Cover Sheet General Notes/Legand EA1-9 Rev 11/30104 Exhibit A-1_05 0230.doc Attachment A-1 5/5/2005 Easement layout (if applicable) Abandonment Plan & Profile Sheets Standard Construction Details Special Details (If applicable) iii. The ENGINEER shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted. ENGINEER shall assist City in selecting the feasible and/or economical solutions to be pursued. I. Review Meetings with City The ENGINEER shall meet with CITY to discuss review comments for preliminary submittal. The CITY shall direct the ENGINEER in writing to proceed with Final Design for Final Review. 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 40 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 EA1-10 Rev 11130/04 Exhibit A-1_05 0230.doc Attachment A-1 5/5/2005 plans and construction contract documents within 15 days of CITY's final approval. Plan sets shall be used for Part C activities. b. ENGINEER's Estimate of Probable Construction Cost The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. C. Mylar Submittals The ENGINEER shall submit a final set of mylar drawings for record storage as follows: 1. Water and sanitary sewer plans shall be submitted as one set of plans. Water and sanitary sewer plans shall be separate from paving and drainage plans. All sheets shall be standard size (22" x 34") with all project numbers (Water/Sanitary Sewer and TPW) prominently displayed. 2. For projects where paving/grating/drainage improvements occur on a Water Department funded project with no T&PW funding involved, a separate set of mylars with cover sheet shall be submitted for TPW. 3. Signed plans sets shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file. There shall be one (1) PDF file for the Water plan set and a separate PDF file for the TPW plan set. Each PDF file shall contain all associated sheets of the particular plan set. Singular PDF files for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as follows: I. Water and Sewer file name example — "X- 35667_org36.pdf' where"X-35667" is the assigned file number obtained from the City of Fort Worth, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. EA1-11 Rev 11130104 Exhibit A-1_05 0230.doc Attachment A-1 5/5/2005 Example: X-12755_org18.pdf II. TPW file name example — "W-1956_org47.pdf' where "W-1956" is the assigned file number obtained from the City of Fort Worth, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf Both PDF files shall be submitted on one (1) Compact Disk, which will become property of and remain with the City of Fort Worth. Floppy disks, zip disks, e-mail flash media will not be accepted. 4. For information on the proper manner to submit PDF files and to obtain a file number for the project, contact the Department of Engineering Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the DOE number and proper fund codes have been assigned and are in the Department of Engineering database. PART C - PRE-CONSTRUCTION ASSISTANCE Administration a. Deliver Bid Documents The ENGINEER will make available for bidding, upon request by the CITY, up to fifty (50) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to potential bidders. Proposal will be delivered in electronic format. b. Bidding Assistance The ENGINEER shall assist the CITY during this phase including preparation and delivery of any additional addenda prior to bid opening to plan holders and respond EA1-12 Rev 11/30/04 Exhibit A-1_05 0230.doc Attachment A-1 5/5/2005 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. EA1-13 Rev 11/30/04 Water&SS-AttachB_B-1_B-2_05-0230.doc Attachment B 5/5/2005 ATTACHMENT "B" COMPENSATION AND SCHEDULE Water and Sanitary Sewer Replacement Contract 2004 WSM-K D.O.E. No.: 4870 City Project No.: 00196 I. Compensation A. The Engineer shall be compensated a total lump sum fee of$ 130,647.00 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" and Exhibit"A-1"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 "B-1". Il. 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- 45 Calendar Days B. Preliminary Engineering Plans and Contract Documents - 60 Calendar Days C. Final Engineering Plans and Contract Documents - 40 Calendar Days D. Final Engineering Plans and Contract Documents for Bid Advertisement- 35 Calendar Days B - 1 Water & SS-Attach6_B-1_B-2_05-0230.doc Exhibit B-1 5/5/2005 EXHIBIT B-1 (SUPPLEMENT TO ATTACHMENT B) METHOD OF PAYMENT Water and Sanitary Sewer Replacement Contract 2004 WSM-K D.O.E. No. : 4870 City Project No.: 00196 I. Method of Payment The ENGINEER shall be paid monthly upon receipt of an invoice on the bases of statements prepared from the books and records of account of the ENGINEER, based on the ENGINEER'S estimate of the percentage of completion of the project, such statement to be verified as to accuracy and compliance with the terms of this contract by an 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 work has been performed. The aggregate of such monthly partial payments shall not exceed the following: Until satisfactory completion of EXHIBIT"A-1", Conceptual Engineering Plan submittal and approval by the City, a sum not to exceed 30 percent of the lump sum. Until satisfactory completion of EXHIBIT"A-1", Preliminary Construction Plan and contract documents submittal and approval by the City,a sum not to exceed 60 percent of the lump sum. Until satisfactory completion of EXHIBIT "A-1", 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 EXHIBIT "A-1". II. Progress Reports A. The Engineer shall submit to the designated representative of the Director of the Department of Engineering monthly progress reports covering all phases of design by the 15th of every month in the format required by the City. B. If the ENGINEER determines in the course of making design drawings and specifications that the engineer's opinion of probable construction cost estimate of $1,024,328.80 (as estimated in Exhibit "B-4" for (Water and Sanitary Sewer)will be exceeded, whether by change in the scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the CITY's Director of the Department of Engineering and, if so instructed by the Director of Engineering shall suspend all work hereunder. B1 - 1 Water& SS-AttachB_B-1_B-2_05-0230.doc Attachment B-2 5/5/2005 EXHIBIT B-2 (SUPPLEMENT TO ATTACHMENT B) 2004 HOURLY RATE SCHEDULE Water and Sanitary Sewer Replacement Contract 2004 WSM-K D.O.E. No.: 4870 City Project No.: 00196 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 57724/2005 Exhibit B-3A EXHIBIT B-3A (SUPPLEMENT TO /ATTACHMENT B) SUMMARY OF TOTAL PROJECT FEES Water and Sanitary Sewer Replacement Contract 2004 WSM-K D.O.E. No.: 4870 City Project No.: 00196 Consulting Firm Scope of Services Fee Amount Percentage Prime A.N.A. Consultants, L.L.C. Engineering and $103,211.00 79% Project Management M/WBE LopezGarcia Group, Inc. Surveying $23,886.00 18.28% M/WBE Arlington Blueline Reproduction $3,550.00 2.72% Non — M/WBE Not Applicable Total $130,647.00 100% SUMMARY OF M/WBE FEE Professional M/WBE Services Scope of Services Total Fee M/WBE Fee Percentage Engineering Water, Sewer $130,647.00 $27,436.00 21.0% Services W-SS-Exhibit B-3-Design Fee Calculations.xls B3A-1 V 5/23/2005 Exhibit B-3B EXHIBIT B-313 (SUPPLEMENT TO ATTACHMENT B) PROFESSIONAL SERVICES FEE SUMMARY Water and Sanitary Sewer Replacement Contract 2004 WSM-K D.O.E. No.: 4870 City Project No.: 00196 Basic Services: Part A—Conceptual Design and Part B—Plans and Specifications Water Department Fee Percentage Based Basic Service Basic Service on Construction Cost Percentage for (Preliminary and Estimated per TSPE/CEC Curve Preliminary and Design Phase) Improvements Construction Cost `A' Design Phase Compensation Water $ 752,929.10 7.60% 85% $48,639.00 Sewer I $ 271,399.701 7.60% 85% $17,532.00 Basic Services Fee Total $66,171.00 Survey Services Fee Total $47,232.00 (See Exhibit B-3C) Additional Services Fee Total $17,244.00 (See Exhibit B-3D) Total Contract Fee $130,647.00 W-SS-Exhibit B-3-Design Fee CaICUlatlons.xls B36-2 Exhibit 6-3B EXHIBIT B-3B (SUPPLEMENT TO ATTACHMENT B) PROFESSIONAL SERVICES FEE SUMMARY Water and Sanitary Sewer Replacement Contract 2004 WSM-K D.O.E. No.: 4870 City Project No.: 00196 SUMMARY OF TOTAL FEE Service Description Water Sewer ota Engineering Services $55,019.00 $28,395.00 $83,414.00 Survey Services $37,958.00 $9,275.00 $47,233.00 Total $92,977.00 $37,670.00 $130,647.00 BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) Water Design Fee Design Phase Sub Design Phase Water Engineering Services Fee Percent of Design Total Concept $55,019.00 30% $16,506.00 Preliminary $55.019.00 60% $33,011.00 Final $55,019.00 10% $5,502.00 Water Design Fee Less Survey Fe $55,019.00 Sewer Design Fee Design Phase Sub Design Phase Sewer Engineering Services Fee Percent of Design Total Concept $28,395.00 30% $8,518.00 Preliminary $28,395.00 60% $17,037.00 Final $28,395.00 10% $2,840.00 Sewer Design Fee Less Survey Fe $28,395.00 VV-SS-Exhibit B-3-Design Fee Calculations.xls B3B-3 5/5/2005 Exhibit 13-3C EXHIBIT B-3C (SUPPLEMENT TO ATTACHMENT B) FEES FOR SURVEYING SERVICES Water and Sanitary Sewer Replacement Contract 2004 WSM-K D.O.E. No.: 4870 City Project No.: 00196 Linear Foot of Cost per Cost per Improvement Type of Survey Survey (L.F.) L.F. Improvement Water Topographic 12,050 $3.15 $37,957.50 Sewer ITopographic 2,230 1 $3.35 $7,470.50 Sewer Re-routes JLot Survey for Service Re-routes 523 $3.45 $1,804.35 Total for Surveying Services 14,803 $3.19 $47,232.40 W-SS-Exhibit B-3-Design Fee Calculations.xls KC-4 5/5/2005 Exhibit B-3D EXHIBIT B-3D (SUPPLEMENT TO ATTACHMENT B) FEES FOR ADDITIONAL SERVICES Water and Sanitary Sewer Replacement Contract 2004 WSM-K D.O.E. No.: 4870 City Project No.: 00196 Water Department Erosion Control Plan and SW3P $5,000.00 Right of Entry (2) $175.00 Monthly Progress Report (MWB/E Reports) $1,500.00 Public Meeting (2) $1,200.00 Assistance with Advertisement of Project $550.00 Pre-Construction Meeting $550.00 Reproductions Sub-Total (See Exhibit "B-3E") $6,553.00 Administration of Sub-consultant Services (10%) $1,715.68 Water Sub Total $17,244.00 Additional Services Fee Total $17,244.00 W-SS-Exhibit B-3-Design Fee Calculations.xls B3D-5 5/5/2005 Exhibit 13-3E EXHIBIT B-3E (SUPPLEMENT TO ATTACHMENT B) FEES FOR REPRODUCTION SERVICES Water and Sanitary Sewer Replacement Contract 2004 WSM-K D.O.E. No.: 4870 City Project No.: 00196 Estimated Cost per Number of Number of Type of Document Page Pages Copies Total Cost Conceptual Design Phase Concept Plan $2.25 52 4 $468.00 Existing City As-Built Plans (City Vault $1.50 75 1 $112.50 Preliminary Design and Utility Clearance Phase Construction Plans $1.35 30 16 $648.00 Specifications $0.25 300 2 $150.00 Gas & Electric Utility Maps $25.00 5 1 $125.00 Final Design Phase Construction Plans $1.35 30 2 $81.00 Specifications $0.20 300 2 $120.00 Bid Document Phase Construction Plans (Includes 7 plans sets $1.25 30 43 $1,612.50 for Water Dept.) Specifications $0.15 300 43 $1,935.00 SW3P $0.45 140 6 $378.00 Public Meeting Phase Mounted Drawing(s) $37.50 1 2 2 $150.00 Final Construction Plan Mylar(s) $4.75 30 1 $142.50 Half Size Plans $2.75 30 4 $330.00 Plans in PDF Format $10.00 30 1 $300.00 Reproduction Sub-Total W-SS-Exhibit B-3-Design Fee Calculations.As 133E-6 .5/6/2005 Exhibit B-4 ., EXHIBIT B-4 Summary (SUPPLEMENT TO ATTACHMENT B) WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2004 WSM-K CITY PROJECT NO.: 00196 D.O.E. NO.: 4870 OPINION OF PROBABLE CONSTRUCTION COST Water Main Sewer Main Total Location Construction Construction Construction Calmont Avenue (Hulen St. to Eldridge St. ) $ 147,878.50 $ - $ 147,878.50 Dakar Road (Firth Rd. to N. Cul-de-Sac) $ 21,194.80 $ 18,874.90 $ 40,069.70 Firth Road (Ridgemar to Dakar Rd.) $ 69,855.23 $ 99,423.78 $ 169,279.00 Geddes Avenue (Kenly St. to Alamo St.) $ 187,781.00 $ 59,876.30 $ 247,657.30 Goodman Avenue (Prevost St. to Faron St.) $ 119,946.75 $ 52,172.73 $ 172,119.48 Harley Avenue (Crestline Rd. to Western St.) $ 113,026.93 $ - $ 113,026.93 Washburn Avenue (Crestline Rd. to E. Dead End) $ 93,245.90 $ 41,052.00 $ 134,297.90 TOTALS $ 752,929.10 $ 271,399.70 $ 1,024,328.80 �Ir Percent Costl 73.50% 26.50% 100.00% 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. Exhibit_B-4.xls B4-1 Summary 5/5/2005 Attachment C ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREMENT AND ATTACHMENT A Water and Sanitary Sewer Replacement Contract 2004 WSM-K City Project No.: 00196 D.O.E. No.: 4870 1. None JA05023ftontract\Water&Sewer\Concrete-AttachC.doc C - 1 050230 COFW 2004 WSM-K 9� ATTACHMENT D-1 SCHEDULE WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2004 WSM-K CITY PROJECT NO.: 00196 D.O.E. NO.: 4870 WBSS Replace.Contract 2004 WSM-K Projected Actual ura ion ID Task Name (days) Start I Finish I Duration I Start Finish 1 WBSS Replace.Contract 2004 WSM-K 441 Thu 6/30/2005 Thu 10/5/2006 2 Notice to Proceed 0 Thu 6/302005 Thu 6/30/2005 3 Concept Design 45 Thu 6/30/2005 Mon 8/15/2005 4 Topographic Survey 21 Fri 7/1/2005 Thu 7/21/2005 5 Concept Report 24 Thu 7/21/2005 Mon 8/15/2005 6 30%Construction Plan Submittal 80 Mon 8/15/2005 Thu 11/3/2005 7 M:Concept Report Submittal 0 Mon 8/15/2005 Mon 8/152005 9 City of Fort Worth Review of Concept 10 Mon 8/15/2005 Thu 8/25/2005 10 Prepare 30%Plan Submittal 60 Thu 8/25/2005 Mon 10/24/2005 11 M 30%Plan Submittal 0 Mon 10/242005 Mon 1012412005 12 City of Fort Worth Review 10 Mon 10/24/2005 Thu 11/3/2005 13 60%Construction Plan Submittal 30 Thu 11/3/2005 Mon 5/22/2006 14 Incorporate Staff Comments 20 Thu 11/3/2005 Wed 11/23/2005 15 M.Submit Plans for Utility Coordination 0 Wed 1112312005 Wed 11/23/2005 16 M.60%Plan Submittal to DOE 0 Wed 11/232005 Wed 11/23/2005 17 lFranchise Utility Relocations 180 Wed 11/23/2005 Mon 5/22/2006 18 1 City of Fort Worth Review 10 Wed 11/23/2005 Mon 12/5/2005 19 90%Construction Plan Submittal 25 Mon 12/5/2005 Mon 1/2/2006 20 Incorporate Staff Comments 20 Mon 12/5/2005 Mon 12/26/2005 21 M:Submit 90%Plans and Specs 0 Mon 1226/2005 Mon 12/26/2005 22 City of Fort Worth Review 5 Mon 12/26/2005 Mon 1/2/2006 23 Final Construction Plan Submittal 20 Mon 1/2/2006 Mon 1/23/2006 24 Incorporate Final Staff Comments 15 Mon 1/2/2006 Tuel/17/2006 25 M. Submit Final Plans 0 Tue11172006 Tue 1/1712006 26 Circulate Plans for signatures 5 Tuel/17/2006 Mon 1/23/2006 27 Advertise Project 31 Mon 1/23/2006 Thu 2/23/2006 28 Prepare Plans and Specs for Advertisement 10 Mon 1/23/2006 Thu 2/2/2006 29 Advertisement Duration 21 Thu 2/2/2006 Thu 2/23/2006 30 M:Open Bids 0 Thu 2232006 Thu 2/23/2006 31 M&C Cirulation Process 60 Thu 2/23/2006 Mon 4/24/2006 32 M. Council Award 0 Thu 2/232006 Thu 2/23/2006 33 Execute Contract Documents 60 Thu 2/23/2006 Mon 4/24/2006 34 Project Construction Phase 150 Mon 5/1/2006 Thu 10/5/2006 35 Pre-Construction Meeting 0 Mon 5/1/2006 Mon 5/1/2006 36 Pre-Construction Neighborhood Meeting 0 Thu 5/4/2006 Thu 5/4/2006 37 Perform Construction 150 Mon 5/8/2006 JThu 10/5/2006 JA05023ftontractTroject ScheduleWttachment D-1.x1s 5/5/2005 21R I ]R �ip iB 21 6"01 8" I I 1 6 7 I6 1 1 2 17 X12 i 3 4 4 ll Tt 13 � 5 EF SH NC 2 6" I J 0 6" _N 1 RM I m L 6" 11 INTERSTATE 30 N IH � IEKWH lift 9� h • ]3 35 37 39 6" 1 1 J + » J3 JS S7 19 21 "FL 6" IA 7 5 ] 1 � r A T TACHMENT "E" (SHEET 1) (COUNCIL DISTRICT 7) CALMONT AVE (HULEN ST. TO ELDRIDGE ST.) WA TER MAIN /MPRO VEMENTS WATER & SEWER REPLACEMENT CONTRACT 2004 WSM-K A Alst� SCALE: 1" - 400' CONSUL TANTS.L.L.C. JEEE WTR 2030-388 URVEYOR MAPSCO 75K LANNER6 CITY PROD. NO. 00196 1701RIVER 817)336-9800 /1FAXw(817T)335-9955 X 78107 DOE NO. 4870 J:10502301misd230-EXHIBITS.dgn 5!24/200511:51:18 AM �1 11 3 20R 19R tBRLlILL ISR 15R I -y 17 R �iE A Rp R 13R C S 7 8 211 3R \' 4 '22 n 12R R Y 192 4R IO 2R 7 3R 6R 5 3 1} 1 2R 7R 1 2 to 10 QR 1 IR 13R OR 9R 2 3 4 1R h Z � � B O R1 9 9i 15R 14R 11R 6 a•'G` 1 U7 1 1fiR FIR H fOR B 9 12 11 7 7 5 713 rA 10 11 13 6 f0 1.1 5 14 Ir21 9 12 3 10 B d 14 S � 5 n 5 B O 91 4 A 4 12 4 15 15 1 9 20 14 13 Il 12 7 2 4C' 1 'p 16 14 �O 1B � 3 11 3 13 3 1U �h 18 e}� 10 r0` 7 17 13 4i 3 F'p 16 2 12 2 14 v 11 17 -39 1 2 18 4 A 1 13 1 U` 1 n 72 16 B 2 1 19 5 7 S 2 8"CI 15 g 3 4 , 190' A 1 2 3 4 5 6 7 B 14 7 fi a LJA`O 6 9 106 GQy 5 } B 5 J 5 P U � 1716 15 14 17 12 � 9 z 19 1B 11 10 14 B 19 to Q 12 n ��L 7 13 15 20 B•. 4 5 12 16B OR 9R 21 W 23 t0 1 2 3 6 7 g 9 m O 8"PV 11 6R2R OR J IlR, 22 HIDDE m e 9 � 16RIR 1n 12R-1 23 3 22 1R. i CT. 1HIA 1 - D 43 D 24 101-CI 42 07 Y5 21 Esm•I..10 u 2.2541 26 9 H " RIDGMAR PARK Lc E J2 Cs 40 27 APTS. r.APn� -HIDDE\ 29 w VP ro O 9w no 20 x 3B> 29 Q 37 36 31 1B 1B o w LANDS ENDc2 2 GATES OF SPAIN c r 35 p 33 34 P AZA 1R.,JJJ 8•• A T TACHMENT "E" (SHEET 2 (COUNCIL DISTRICT 7) DAKAR ROAD (FIRTH RD. TO N. DEAD END) WA TER MA IN /MPRO VEMENTS WATER & SEWER REPLACEMENT CONTRACT 2004 WSM-K A*Pt SCALE- 1" 400' CONSULTANT S.L.L.C. WTR 2024_388 SURVEYOR MAP.SCO 74F & G PLANNERS CITY PROD. NO. 00196 1701 RIVER RUN / SUITE 610 / FORT WORTH. TX 76107 DOE ND. 4870 (8171335-9900 / FAXw(817)335-9955 J:10502301misc1230-EXHIBITS.dgn 5/24/2005 11:48:53 AM `�1• II } 20R 1 ,9R IBR 17P 15P 15R '/fli t7 R1 GEl`1 f� Rp4R/1}R � 6 7 R 2R 3R 12 R IB \ 4 7 2 2 4R ^ pFNp 4P 2R 7 3R 6R 5 G 3 13 O 1 2R 7R 1 R1 y OR 2 3 4 y < IR 13R 9R w Ut 2 11 72R � O 14 10 'iISR 14R B,.C' B IR 6 1 S N 1 9 rA 16R FIRF1 IOR 5 2 12 3 47 7 5 9 7 I 41 O' 9 10 Z 10 u 13 7 6 u 10 6 16 21 9 12 3 O 5 B ti 5 „ 5 9 L. 15 t 4 1 9 20 14 12 4 � �• ` 1 1016 t4 2 �� ` / 3 3 13 3 10 e 10 �OL� Jr 2I u 17 m 13 2 12 2 to 0 11 17 2 IB O \ 4 C B O' 13 1 15 1 ri 12 16 1 9 — 5 7 2 } 2 B"CI � 15 3 190' I 2 3 4 5 6 7 B j4 7 B 6 4 �('! < 5 o 5 � Ci ti 9 10 f GP g F .,f ` t] B �O r C J 5 5- P 12 R� O 6 16 15 u 1} io 9 CO t 77 U 19 18 17 ,t 12 f0 14 15 9 19 11 7 N 0 13 20 T ] 4 5 12 ,6B OR yR 21 W 23 10 1 2 6 7 B 9 10 "pV 11 6R2R HIR 22 lwl n � m B 9 10 16RIR 2S W 12R-1 22 HIDDE 3 TR. w CT. —•� wu � _ G 43 D 24 10"pl 42 N 25 21 Fsm'f.•10 41 26 9 RIDGMAR PARK CSL u H 2.25" J2 6 40 27 APTS. of HIDDEN O 9� m 2B 20 J 3 Q 38> 29 d' 6•' Q F 37 30 19 36w ]f IB LANDS END }2 GATES OF SPAIN G F 35 33 r R 61, 34 P AZA TR.,JJJ 8•• A T TACHMENT (SHEET J) (COUNCIL DISTRICT 7) FIRTH ROAD (RIDGMAR TO DAKAR RD.) WA TER MAIN /MPRO VEMENTS WATER & SEWER REPLACEMENT CONTRACT 2004 WSM-K A& AO�t p 7pSCALE: 1" • 4700' CONSULTANTS.L.L.C. WFR 2018-388 & 2024-388 ENGI EER ,1� PLANNERS MMPSCO 74F & G Cl T Y PROD. NO. 00196 1701 RIVER8171336-9900E�1FAXw( 8 RTI 30-9966 X 78107 DOE NO. 4870 JA0502301misc1230-EXHIBITS.dgn 5/24/2005 11:49:05 AM t SS 135 37 39 21 21 251211 29 �6" 21 25 27 29 31 33 3 J9 21 23 25 27 29 Ji 33 .1 I I I 34 r L VEL L 2 L T 5 3 1 9 5 S I 19 17 15 13 11 9 7 5 3 1 HE, 9 7}}}5 }7 }9 =3,, I`I 2J }521 25 27 29 27 29 }t }1 J7 �21 N CU Z N s9 ARLINGTON HEIGHTS 7 5 I NATIONAL B,. 1 A f7 6 U 11 9 7 5 3 IB 17 IS U 11 9 7 5 3 1 19 17 15 1} 11 9 7 5 3 19 BANK O 3 2 6 37 3 n = 30" 3]�,�i 27 11. 30.. 21 23�2� 2729 31 33 J5 37 J9 21 25 27 T9 31 33 JS 37 21B" ]9 T9 2+ oomDE LY D N E 39 :�2 n M31 w 9 7 5 3 O U tl 9 L19 .7L I3 11 9 7 5 J 1 19 JIWA 2 7 - = O M = 35 J�.l 1251 13 35M37 21 23 27 29 ]1 33 37 2g ]I 21 25 27 29 J1 33 35 37 3921$ A 6" 6" 6.. to 77R 75R 13R iiR BR 6R 4R _ 9 7 5 S 1 7 79 17 15 13 11 9 7 5 37 19 } 17 15 1S[11 9 7 5 1 19 17 15'13 11 9 6 W 17 z I6 2 D L B P m Y 31 35 }7 39 �21 23 25 27 121 11 ]3 135 37 J9 21 21 29 27 29LIJI, 3 39 21 23 25 14 15 6 13 7 �_'A IA 11 12 6 •024-00107 6"PVC B" !G + 5 6 �-�- 2D 3 1 2 J 4 5 6 7 8 9 2 a 5 7 B 2 3 19 17 15 13 11 9 7 5 S 19 �Q 24"n D � 27L 6 77 1B 1 15 � 10 13 14 1+ 11 25L 21 9 ]I B 20 19 16 17 16 VE. U 12 23 ;p co 21 2]29 29 27 1}14 15 6 7 2 11 6" 12 i 1J 22 72 11 12 5 19 2 16 12 14 21 2 3 2 a 5 6 B 9 10 11 15 20 7 144 3 4 5 IB 20 2 17 ZR 19fl IR 3 �- IB i „ 15 16 B 6 14 7 i W t6 19 16 17 10 13 17 N 16 0' 15 9 fl 12 6 20 5 2A 1 26A 24 23 22 21 20 t6 317 A 7 6 a 16 215R WELLESLY 19 6 J AV 17 IV19 0 TO 2 16 6•• 8" 9 1819 1 15 9 9 t7 16 20 C 17 10 14 7 6 7 B 9 10 11 U U 15 16 27 16 12 22A 6 5 2J 9 2R 16 49R E F ?; aA a7 A 48 46 41 13 42 47 4D 30 J6 37 36 2a 25 L 19 45 F T µ R 3Y" 26 D 4i D 1g m I 14R 11 oll ATTACHMENT "E" (SHEET 4) (COUNCIL DISTRICT 7 & 9) GEDDES AVE (KENLEY ST. TO ALAMO ST.) WA TER MAIN /MPRO VEMENTS WATER & SEWER REPLACEMENT CONTRACT 2004 WSM-K SCALE: 1" • 400' A*ilit WTR 2030-388 CONSULTANTS,L.L.C. M 7FMM� & 2036-384 NG NEER SURVEYOR MAPSCO 75K & L PLANNERS CITY PROD. NO. 00196 1701 RIVER 1 �LN / SUITE)335-99 0 /1FAX)K(817T)336-9966 X 78107 DOE N0. 4870 1:10502301misc1230-EXHIBITS.dgn 5/24/2005 11:48:41 AM 11 � it n� WATER & SEWER REPLACEMENT CONTRACT 2004 WSM-K I CR AR OR aR }R {G" I 19 26 i 27 58 28 W 132 18 BI A s 29 CRESTLINE 2"PVC RD. 3 12"PVC G I pq i5 RD. 24 I IR .Q, R 30 ti 2 2 A 3 e 22 3 1. 2R 2R 21722 24 4 r17 a 29 R R R v w 5 5 97 96. 6 fi 27 6 6" 6" 4° 7 7 26 TR,20 B 8 25 11 2R12 299 9 24 .Q, 27 1p 15 1p 23 26 �ry u 25 25R 27R11 la 11 A2 HARLEY • AVE 12 13R 12R 21 2D 6„PVC 6., 19 µ0• 1 laR w le I _ _ 2 u 2 n 3 3 F Vl 4 11 4 16 Ila 5 f0 5 E 6 - 9 6 B„ 7 8 \fL e 7 26 A 9 25 �'O 24 �jj ZO” 9 RIVERCREST 2 o" STATION DR, >1 21 6„ 6,. � ZG'� � 1 16 19 2 17 '^ 2 Z= 5 6 w c D E Fl F2 F3 I R ¢ e 3 w 14 7 Q IB W� 1O 13 g I7 mo H C Fa 5 w _ 2 g E A fi 11 10 --------- ---L9 4 261' > 6., 4.. 4" 4„ a 38 38 A T TACHMEENT "E" (SHEET 6) (COUNCIL DISTRICT 7) HARLEY AVE (CRESTLINE RD. TO WESTERN ST.) WA TER MAIN /MPRO VE-MEN TS WATER & SEWER REPLACEMENT CONTRACT 2004 WSM-K A�k SCALE: 1" • 400' CONSULTANTS,L.L.C. RA WTR 2030-388 RS MAPSCO 7SF & G 1701 RIVER RUN / SUITE 810 / FORT WORTH, TX 78107 CITY PROJ. NO. 00196 (8171336-8800 / FAXW(817)335-8856 DOE N0. 4870 1A0502301misc1230-EXHIBITS.dgn 5/24/200512:00:46 PM / f CR BR � 4 3R AR PjP V) 10 19 26 27 W 58 28 w B2 18 BI R 29 t CRESTLINE 2"PVC RD. 3 12"PVC 4R 1s RD. i i 24 N6 �IR .QaG _ R 30 ti 2 h w -�1 3 v 22 TR.29 2R 2R 21 22 2 4 21 29 [R s � 20 96 6 19 27 ' 6'. 6•• 4.• 7 15 7 26 TR.2CI 11 29 L� B17 B 25 27 28 C, _ 9 I6 9 24 1p 15 10 23 26 13 26 26R 27R - A2 HARLEM AVE 2 /3R 12R 21 100• 20 8"PVC 6" 6" 4' 19 R�• 1 14R 1R IB e 2 13 2 17 3 3 � 16 4 it { 5 10 5 8„ 7 B \F B 7 P6 A 9 26 0 �O, 1 24 r 2�" 19 RIVERCREST 22 o' STATION DR. 6„ 19 6 ,. T6 P N 2 C 0 E Fl 12 F R r 2 2-_ 15 6 W 79 a s-GW'p 550, ryo�'L - 4 N 13 7 1B io B - 17 M 0 F4 w _ 5 12 g E 4 6 I1 10 400• n 261' > 6., 4,. c B A A T TACHMENT „E„ (SHEET 7) (COUNCIL DISTRICT 7) WASHBURN AVE. (CRESTLINE RD. TO E. DEAD END) WA TER MAIN /MPRO VEMEN TS WATER & SEWER REPLACEMENT CONTRACT 2004 WSM-K A*Pt SCALE: 1" 400' jWGINCONSULTANTS,L.L.C. WTR 2030388 SURVEYO LANNER SMAP,SCO 75F & riL NER6 Cl T Y PROD. NO. 00196 1701 RIVER(817`1336-88 OE/1FAXw(F817T1336RB866X 76107 DOE NO. 4870 11 21R GEND L_ 6 +/R,. OR 5 7 8 6 / b R p B 2R q 12 9 2 lP ^ 2 R L4R 6 7 J r a!13 { R 2R SR SR fiR 7R O BR2 4 5 3 1R 9R F 2 Cr 5 10 I}R 12R nlb 6•' ° t4 �.5 9:U 15R 14R IIR J G ' 9 %R FIR H RD 10R (� 6 5 2 14 n 4 J 9 ° 8 12 L"5 39 4 1, 7 -587 2 7 9 - 7 8 13 3 S 18 fi �10 6 (.)1 � 9 12 11 �. ,p 14 9 , .. 1p 21 19 W 5 V IO 1 V 15 la 12 4 15 9 19 JI r� ���J` 3 I I 12 n A 10 °. 16 14 2 ✓� 17 �;V 3 13 } 10 �h 1e 2 10O F,Q „ 17 co4 3 9 r t} O 12 2 14 0 16 19 I 12,�� 16 5 2 O 0 3, 6„ L-5553 L 6 s 3 " �� n �i SEWER LAc 2 < 5 6 7 8 14 7 < (7 6 i< 13 3 9 10 13 15 9 �,6 T9'f-C 5 Gv 6 1716 Q, 6.. co34 Is 17 lfi 15 1< 13 12 11 10 P' h 14 O 18 _B3 12 11 V 7 20 13 �. ff���j 8R 9R 21 23 3 4 5 6 -7 6 10 6 11 12 L�16R— sj IOR 10 11 2 16RIR 6„ I1R1 17 g 6 9 10 �� HIDDEN 12R-1 23 22 w CT. CREE IH1A -5524 6 D D 43 2< B 1 2 n 25 21 9 0 Q 1 26 H RIDCAP FS. HIDDEN Jz o- ow 27 HIDDEN V 39 r 28 20 TR,IHIB 38w 29 3 O 37 30 9 O 18 17 U 36 31 O 0 1 X 32 A 0 F 35 33 TR.IJJJ LANDS END D 34 CAFES OF SPAIN P�AZq PKWY. •,�26' 6• 6„DI f0 A T TACHMENT "E” (SHEET 8) (COUNCIL DISTRICT 7) DAKAR ROAD (FIRTH RD.TO N. DEAD END) SANITARY SEWER /MPROVEMENTS WATER & SEWER REPLACEMENT CONTRACT 2004 WSM-K A& A�k SCALE: 1" • 400' CONSULTANTS,L.L.C. ENG NE R SWR 2024-388 SURVEYOR MAPSCO 74F & G PLANNERS CITY PROD. NO. 00196 1701 RIVE 8171336-99 OE/1FAXW(817FORT l 36-9666 X 78107 DOE N0. 4870 J:10502301misc1230.EXHIBITS.dgn 5/24/200511:47:41 AM r 1 21R CENO L_.I RD 13R 5 / fi 7 8 6 11 N 2 IB 12R 4 O P 2R K 2 3R 4ft 5.R .`J 5 3r rn13 Z N S� '6• 1 7 ,R 2 +I } a IR Q 2 55 p 9R 14 lo6" e 1 9 16R (•I 11 8 5 12 -5 59 4 1. 7 L-587 z 5 SS 7 t— g 7 i 6 8 6" 13 1 0 a to Q 3 fi X 10 6 7 21 9 12 t6 r\ � 5 5 J B y 11 2D V J 4 15 IS !y 13 12 O 12 4 9 19 �S 11 3 13 3 lD � 78 2 roo „ 17 m 3 9 E r 13 Q 12 2 14 2 < „ 17 .7 6 t 13 1 IS 1 12 1 16 �V B 2 � 39 [_ 19 �ID 5 `/ 7 3 � 2 6•• L-5553 6 15 �- 6 6 a O A 2 a 5 6 7 B 14 7 4 6JG J u 13 3 9 P 5 10 13 � 3 B 5 T r 5 G 6 16 � 9 �6 Qf pp a 6,. 18 17 16 IS 14 13 12 11 10 .h 14 1B 19 P 12 11 O 7 20 13 �. -55L�5 6 BR 21 23 3 4 5 6 7 8 10 6 12 L 16R2R 6� 9R IOR lD 11 2 11 16R1R E.. 17 y 10 �5� tIR1 HIDDEN B 9 22 12R-1 23 w CREE CT. 'HIA [-5524 6 ° D 43 24 8 10 2 V1 25 21 9 n 1 26 RIDGMAR PARK H J2 U: Dw 27 AP rS. HIDDEN v }9 d 28 20 TRAHIB 38 W 29 3 17 3° 19 \ O 18 17 OU 36 }1 (O 1 ;U G F ~ 35 p 33 TR.1JJJ $ ,r LANDS END 34 PLAZA GA rES OF SPAIN PKWY. 2�6' 6" 6"DI o A T TA CHMENT "f (SHEET 9) (COUNCIL DISTRICT 7) FIRTH ROAD (RIDGMAR TO DAKAR RD.) SANITARY SEWER IMPROVEMENTS WATER & SEWER REPLACEMENT CONTRACT 2004 WSM-K A& A�k SCALE:Z1" • 400' CONSULTANTS,L.L.C. SWR 2024-388 8f ENGINEERS 2+018-388 PLANNERS MAPSCO 74F & G CITY PROD. NO. 00196 1701 RIVER(817)336—BB 0 /N / SUITE 1FAXw(817 3335-9965 78107 DOE ND. 4870 J:10502301rnisc1230-EXHIBITS.dgn 5/24/2005 11:47:52 APA 21`23 25 LOV LL }1j,35 37 39 21 A l� 7 2 5 1 1 ,� 19 77 at5 O If 9 7 5 3 I 1T 7 1` 13 11 9 1 p k _ 3 19 L 2498 6.. m� 7• VI 2� 7 5 3 [ �4 V y 5 J 1R h ' 31 3J 3537 39 12t 1 23 1511 29 21 23 25 g) 29 }1 33 35 37 3§ 21 N V. H C O wjz 5 N : i ) 5' 1 �• t tif 139 7 5 3 1 '19 17 L5flL 2 6" Z w y pp ]' 2 9 3 2R -� S3 SS 37 3 21 Z3 25 27 29]t I33 35 37 6 21 25 27 2g 31 3 S }9 Z1 23 2.7 2 I 3 }5 37L39 [21DONN LLY = S9 ]9. VEU t•1 L. ". •' e" M-150 e" 6^ M-150 19 >5 U It 9 7 5 1 O i7 15 1} n J9 7 5 3 1 19 I � 0 L-2 2 2 L-2490 ❑ L L N r ry 33 35 37 39 21 23 25 27 29 31 JMM17 21 23 2�27 ET=n 5 V 0' 2931-4146 2D 1 O n 4 A D 9 7 5 3 s 19 17 15 13 11 9 19 7 5 3 1 19 17 15�13 7 7 5 3 1 ,9 17 15 u it 18 5 1 8 6.. - 6 4 6,. 17 0 +1 ry 33 16 IL12 7 S7 3921 25 27 29 31 3337 19 21 225 27 29 O a SS D' Z 21 3 3 111 J JS 37 J9 21 23 25 13 IA 12 7 � 5 20 4 1 2 3 4 1 7 0 9 ,0 2 HL 79 I74 13 II 4. 3 19 1 3 15 16 10 2726 3 4 5 2 6 6" 16 1' y �� R 13 14 u 5 71 25 9 29 } V6 14 70 1 20 19 76 17 6 15 14 13 12 24 23 ,0 21 21 25 27 �' 8 9 R � 0 11 V 22 11 77 7 9 6 6 13 2 5 6 e 2 ,� ,4 21 ,3 5 4 6 7 2R 197 2 1R 1 2 3 4 5 6�,�8 qn,,) 11 20 i4 19 16 19 20 Z 3 74 5 6 10 6• 11 16 (V 19 O 17 , 13 8 9 O 15 I6 72 20 17 � 18 16 t0 11 20 2 7 19 I 261 25 24 23 22 21 2D 16 17 A 8 ~'ti 4 5 17 R 2A1 19 J 9 L 6 19 �P 3 15 16 6 8 AVE72R ��\ 6" _ zD D R 5 7 8 9 10 11 t2 t} 14 15 18 17 2122 A n L 1Z. 5 • 7 6 6 L c' B 9 S 3A 4A 49R 46 47 46 45 44 43 42 41 40 39 38 37 }625GEF2 R 35 c 4 0 1aR A T TACHMENT "E" (SHEET 10) (COUNCIL DISTRICT 7 & 9) GEDDES AVE pi (KENLEY ST. TO ALAMO ST) SANI TAR Y SEWER IMPROVEMENTS WATER & SEWER REPLACEMENT CONTRACT 2004 WSM—K A& A�k SCA11.LE� 400' CONSULTANTS,L.L.C. SWR 2030-.384 ENt31N R suRv oR MAPSCO 75K & L PLANNERS CITY PROD. NO. OO196 1701 VER 17) 335-98 OE 81FAXwFB 7 36-9956 X 76107 DOE N0. 4870 I t yc CR 3 OR 4R SR �✓ 19 26 6.. w z 27 W 58 28 a W 82 18 8, A V 29 W rn 3 CRESTLINE RD. 4� rAkr NoI 7R 24 1 E12IYER L iR 7R 223 2 3 22 ] 30 TR.2B 2R „ 6 21 4 ��2. 20 5R I 5N B 2R L-2649 WASHBURN AVE L-1126 6 195 4R 9 7 TB 7 26 10 29 I O B B 25 2B Iq 9 1fi 9 21 11Uz7 N 1\ 1p 15 N 10 23 25R 21R cc V 17 14 N 11 22 J ~� AVE. 12 13R � 12R 21 A2 �� 20 G� RAREFY U 19 8 � 2 13 2 J 7 3 } U i6 , z 116 s w o s A Y B w 9 6 LAYFAYETTE AVE = 7 3 B B 7 2 A g 6" L-1529 25 10 RWER[REST 24 STATION UR. e� 23 19 22 AVE. 6" DEXTER L-917 CN ^ 1 5 8" 20 P17-R 2 15 6 C D E F1 12 13 4 00 H G f4 W 12z 5 6 11 10 15 zEn eRYCE ��86 LLfQ�---�79—�7���--��� 5 B 6 I 1 38 38 A T TACHMENT "E" (SHEET 12) (COUNCIL DISTRICT 7) WASHBURN AVE (CRESTLINE RD. TO E. DEAD END) SANITARY SEWER 1UPRO VEMENTS WATER & SEWER REPLACEMENT CONTRACT 2004 WSM-K A A�k SCALE- 1" 400' CONSULTANTS,L.L.0. WTR 2030-388 IPNLGINEEUVEYOR MAPSCO 75F & �i INE Cl T Y PROJ. NO. 00196 1701 RIRSUITE UN /1FAX>KFB17T)35-9 66X 78107 DOE NO. 4870 J:10502301misc1230-EXHIB ITS,dgn 5124/2005 11:46'40 AM rage i or s City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/26/2005 - Ordinance No. 16530-07-2005 DATE: Tuesday, July 26, 2005 LOG NAME: 30WSM-K 00196 REFERENCE NO.: **C-20871 SUBJECT: Adopt Appropriation Ordinance and Authorize Execution of an Engineering Agreement with ANA Consultants, L.L.G., for Water and Sanitary Sewer Replacement Contract 2004 WSM-K (City Project No. 00196) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $147,334.00 from the Water & Sewer Operating Fund to the Water Capital Project Fund in the amount of $106,518.00 and the Sewer Capital Project Fund in the amount of $40,816.00; 2. Adopt the appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Project Fund in the amount of $106,518.00 and the Sewer Capital Project Fund in the amount of $40,816.00, from available funds; and 3. Authorize the City Manager to execute an engineering agreement with ANA Consultants, L.L.C., in the amount of$130,647.00 for Water and Sanitary Sewer Replacement Contract 2004 WSM-K. DISCUSSION: This project consists of the preparation of plans and specifications for water and sanitary sewer line replacement as indicated on the following streets: Street From To Scope of Work Calmont Avenue Hulen Street Eldrige Street (water) Dakar Road Firth Road North Cul-de-Sac (water/sewer) Firth Road Ridgmar Boulevard Dakar Road (water/sewer) Geddes Avenue Prevost Street Alamo Avenue (water/sewer) Goodman Avenue Prevost Street Faron Street (water/sewer) Harley Avenue Crestline Road Western Avenue (water) Washburn Avenue Crestline Road East Dead End (water/sewer) All disturbed segments of pavement will be permanently repaired after the proposed improvements are complete. ANA Consultant, L.L.C., proposes to perform the necessary design work for a lump sum fee of $130,647.00. City staff considers this fee to be fair and reasonable for the scope of services proposed. http://www.cfwnet.org/councll_packet/Reports/mc_pfint.asp 8/1/2005 Yage L of s i In addition to the contract amount, $16,687.00 (water: $13,541.00; and sewer: $3,146.00) is required for project management by the Engineering Department. ANA Consultant, L.L.C., is in compliance with the City's M/WBE Ordinance by committing to 21% M/WBE participation. The City's goal on the project is 21%. This project is located in COUNCIL DISTRICTS 7 and 9, Mapsco 74 F, G, R and 75 F, G, K, L, N. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation 1 and the adoption of the appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 9&2) 1)PE45 538070 0609020 $108,266.00 P258 472045 704170019600 $401816.00 - 1)PE45 538070 0709020 $41,244.00 $3,276.00 - P253 531350 604170019631 P253 531200 604170019631 $16,506.00 P253 531200 604170019631 $161506.00 $33,011.00 P253 531200 604170019632 P253 531350 604170019632 $6,551.00 253 531200 604170019633 $5502'00 P253 531200 604170019632 $33,011.00 $37,958.00 P253 531200 604170019651 2 P253 531350 604170019633 $1,092.00 P258 531200 704170019631 $8 518.00 P253-- 531200 604170019633 $5,502.00 P258 531200 7041700196_32 $17,037.00 2 $37,958.00 P253 531200 604170019651 i P258 531200 704170019633 $2,840.00 P253 531350 604170019660 $874.00 258 531200 704170019651 $9°275.00 2) $874.00 P253 531350 604170019673 a) $874.00 P253 533010 604170019681 2) $761.00 P258 531350 704170019631 2) $8,518.00 P258 531200 704170019631 2) $1,522.00 P258 531350 704170019632 2) $17037.00 P258 531200 704170019632 ' 2) $254.00 P258 531350 704170019633 2) $2,840.00 P258 531200 704170019633 http://www.cfwnet.org/council_packet/Reports/mc_print.asp 8/1/2005 Page 3 of 3 P258 531200 704170019651 $9,275.00 2) $203.00 P258531350 704170019660 2) $203.00 P258 531350 704170019673 2) $203.00 P258 533010 704170019681 1&2) $106,518.00 P258 472045 604170019600 Submitted for City Manager's Office b . Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) http://www.cfwnet.org/councll_packet/Reports/mc_print.asp 8/1/2005