Loading...
HomeMy WebLinkAboutContract 31252 CITY SECRETARY 01-2`1-Or �r� -> n"' CONTRACT NO. CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Stream Water Group, Inc., (the "ENGINEER"), for a PROJECT generally described as: 2004 CIP Minor Drainage Projects Contract F: Miscellaneous Culvert Improvements F1: Glen Garden Drive Wooden Box Culvert F2: Farnsworth-Helmick Culvert Installation F3: Truman Storm Drain Extension F4: Loving Avenue Culvert Replacement F5: Williams Road Storm Drain Extension Drainage Project No. 00098 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) Monthly invoices will be issued by the ENGINEER 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 po�FtieH B 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. ORIGINAL (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 seven (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. 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. The CITY shall furnish such surveys, tests, and investigations, 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 ENGINEERING AGREEMENT Page 2 of 15 S / 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. 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 ENGINEERING AGREEMENT Page 3 of 15 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 qualify of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (M/WBE) participation In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance 13471, 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 ENGINEERING AGREEMENT Page 4 of 15 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 and appropriate workspace 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 subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photo copy 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 $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. ENGINEERING AGREEMENT Page 5 of 15 Workers 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 $2,000,000 aggregate The retroactive date shall be coincident with or prior to the date of the contractual agreement and the certificate of insurance shall state that the coverage is claims- made and the retroactive date. The insurance coverage shall be maintained for the duration of the contractual agreement and five (5) years following completion of the service provided under the contractual agreement. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. (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 coverages 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, non-renewal 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) The insurers for all policies must be licensed/approved to do business in the State of Texas. Except for workers compensation, all insurers must 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. ENGINEERING AGREEMENT Page 6 of 15 (f) Deductible limits, or self-insured retentions, affecting insurance required herein may be acceptable to the CITY at its sole discretion; and, in lieu of traditional insurance, any altemative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The City shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the ENGINEER may be required to provide proof of insurance premium payments. (1) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless such are approved by the CITY. Q) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the ENGINEER for a minimum five (5) 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. ENGINEERING AGREEMENT Page 7 of 15 " J. _ R u s�:/J: rH■ 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 which 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 The CITY will make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The ENGINEERING AGREEMENT Page 8 of 15 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. 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, fights-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 D. 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. ENGINEERING AGREEMENT Page 9 of 15 �Ii •.�:,�J 1.0 11 1,r. (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 contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. ENGINEERING AGREEMENT Page 10 of 15 ot Al 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. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The final designs, drawings, specifications and documents shall be owned by the CITY. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice_ This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of ENGINEERING AGREEMENT Page 11 of 15 such nonperformance with five (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) ollows: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 PROJECTs schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). ENGINEERING AGREEMENT Page 12 of 15 G. Assignment Neither party will 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. The term "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 attomey's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attomey'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. ENGINEERING AGREEMENT Page 13 of 15 K. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. 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. M. Negotiated Agreement. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or exhibits hereto. ENGINEERING AGREEMENT Page 14 of 15 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 ATTEST: CITY OF FO,7 WORTH NSC Marc A. tt City Secretary Assists City Manager Law_�L_ APPROVAL RECOMMENDED -at ioa 4-N Date A. Douglas ademaker, P.E. Director, Engineering Department APPROVED AS TO FORM AND LEGALITY Stream Water Group, Inc_ ENGINEER By: Assistant City Attorney Shamsul Arefin, P.E. President ENGINEERING AGREEMENT Page 15 of 15 � : . �n , ATTACHMENT "A" General BL=.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." GF� NFRAL 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 an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable -1- 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 -rhe Engineer shall determine the rights-of-way, easement needs for the construction of the project. Engineer shall determine ownership of such land and fumish 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 fumished on the appropriate City forms in a minimum of four (4) copies each. 8) Design Survey The Engineer shall provide necessary field survey for use in the preparation of Plans and Specifications. The Engineer shall furnish the City certified copies of the field data. 9) Utility Coordination The Engineer shall coordinate with all utilities, including utilities owned by the City, as to any proposed utility liens or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the existing lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work, and shall submit such evaluation in writing to the City as part of this phase of the project. -2- 10) Conceptual Plans The Engineer shall fumish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and preliminary estimates of probable construction costs for the Engineers recommended plan. For all submittals, the Engineer shall submit plans and documents for street/storm drain and water/wastewater facilities. The Engineer shall receive written approval of the Phase 1 Plans from the City's project manager before proceeding with Phase 2. PHASE 2 11) Design Data The Engineer shall provide design data, reports, cross-sections, profiles, drainage calculations, and preliminary estimates of probable construction cost. 12) Preliminary Construction Plans and Technical Specifications The Engineer shall submit twenty (20) copies of Phase 2 preliminary construction plans and five (5) copies of the preliminary technical specifications for review by the City and for submission to utility companies and other agencies for the purposes of coordinating work with existing and proposed utilities. The preliminary construction plans shall indicate location of existing/proposed utilities and storm drain lines. The Engineer shall receive written approval of the Phase 2 plans from the City's project manager before proceeding with Phase 3. PHASE 3 13) Final Construction Plans The Engineer shall fumish five (5) copies of the final construction plans and contract specifications for review by the City. 14) Detailed Cost Estimate The Engineer shall furnish four (4) copies of detailed estimates of probable construction costs for the authorized construction project, which shall include summaries of bid items and quantities. 15) Plans and Specification Approval The Engineer shall furnish an original cover mylar for the signatures of authorized City officials. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. -3- PHASE 4 16) Final Approved Construction Plans The Engineer shall 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 "rhe Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. When substitution prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 18) Recommendation of Award The Engineer shall assist in the tabulation and review of all bids received for the construction of the project and shall make a recommendation of award to the City. 19) Pre-bid Conference The Engineer shall attend the pre-bid conference and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. PHASE 5 20) Preconstruction Conference The Engineer shall attend the preconstruction conference. 21) Construction Survey The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field to allow City survey crews to stake the project. The setting of line and grade stakes and route inspection of construction will be performed by the City. 22) Site Visits The Engineer shall visit the project site at appropriate intervals as construction proceeds to observe and report on the progress and the quality of the executed work. -4- 23) Shop Drawing Review The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. 24) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 25) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 26) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. -5- EXHIBIT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: WATER AND/OR SANITARY SEWER IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for water and/or sanitary sewer improvements for the following: 2004 CIP Minor Drainage Projects Contract F: Miscellaneous Culvert Improvements F1: Glen Garden Drive Wooden Box Culvert F2: Farnsworth-Helmick Culvert Installation F3: Truman Storm Drain Extension F4: Loving Avenue Culvert Replacement F5: Williams Road Storm Drain Extension Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: PART A— PRE-ENGINEERING 1. Initial Data Collection a. Pre-Design Coordination Meetings ENGINEER will attend and document meetings, as required, to discuss and coordinate various aspects of the project and to ensure that the project stays on schedule. For purposes of establishing a level of comfort, two (2) meetings are anticipated. These include the following: 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 FA1 -1 Rev 5/18/06 make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, City Master plans, property ownership as available from the Tax Assessor's office. The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the Engineer with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the Engineer will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey, the Engineer shall delay the design of the sewer service line until after the start of construction. The CITY will then direct the Contractor to de-hole the service line at the clean-out location of all buildings or structures so that the Engineer's surveyor can determine the flow line of the sewer service line. The Engineer shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. C. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all utilities, including utilities owned by the City, TxDOT and railroads. These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the concept pians. 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. EA1-2 Rev 5/18/04 � .LJ 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. 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 comers and building corners in backyards. Profile existing water and/or sewer line centerline. Compile base plan from field survey data at 1"-40' scale. Obtain permission for surveying through private property. Locate horizontal and vertical alignment of utility lines, existing utilities, trees, fences, walls, etc., horizontally along rear lot lines in an approximately 20' wide strip. In addition, locate ail rear house comers and building corners in backyards. Compile base plan from field EA1-3 Rev 5/18/04 7 R r .-71" VlSr i 1 ! �1..1Y 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. C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the EA1-4 Rev 5/18/04 East end of radius at the Southeast comer of North Side Drive and North Main Street). 3. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, 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 20 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 EA1-5 Bev 5/1e/04 conformance with Fort Worth Water Department policy and procedure for processing water and sewer design. ENGINEER shall review the City's water and sewer master plan, other pertinent design information and provide a summary of findings pertaining to the proposed project. 2. Preliminary Engineering Upon approval of Part B, Paragraph iii (b), ENGINEER will prepare preliminary construction plans as follows: 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. EA1-6 Rev 5/18/04 - �� ;NI i 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. 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 EA1-7 Rev 5/18/04 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 govemment 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 EQ after approval of Part B, Paragraph iii (b). ii. The ENGINEER shall deliver two (2) sets of preliminary construction plans and two (2) sets of specifications and contract documents to CITY for review. Generally, plan sheets shall be organized as follows: Cover Sheet General Notes/Legand Easement layout (if applicable) Abandonment Plan & Profile Sheets Standard Construction Details Special Details (If applicable) iii. The ENGINEER shall submit a preliminary estimate EA1-B Rev 5/18/04 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 M 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. EA1-9 Rev 5/18/04 PART C - PRE-CONSTRUCTION ASSISTANCE Administration a. Deliver Bid Documents The ENGINEER will make available for bidding, upon request by the CITY, up to fifty (50) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to potential bidders. Proposal will be delivered in electronic format. b. Bidding Assistance The ENGINEER shall assist the CITY during this phase including preparation and delivery of any additional addenda prior to bid opening to plan holders and respond to questions submitted to DOE by prospective bidders. Engineer shall attend the scheduled pre-bid conference. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. 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. PART D —CONSTRUCTION STAKING (Not Applicable) EAI-10 Rev 5/1e/04 EXHIBIT "A-2" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: STORM DRAIN CHANNEL 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 storm drain channel improvements for the following: 2004 CIP Minor Drainage Projects Contract F: Miscellaneous Culvert Improvements F1: Glen Garden Drive Wooden Box Culvert F2: Farnsworth-Helmick Culvert Installation F3: Truman Storm Drain Extension F4: Loving Avenue Culvert Replacement F5: Williams Road Storm Drain Extension SUMMARY OF IMPROVEMENTS Project Locations Council Existing CondJSlze Approx. Culvert Concrete Channet/Rock Storm Map District Proposed Size Length(ft) Rip-Rap(ft) F1:Glen Garden Drive Wooden Box 8 Wooden Box 10'X6' 60 WA 2066-376 Culvert Replacement Culvert F2:Farnsworth-Helmick Culvert Installation 7 Unimproved Open 12'X8' 100 650 2030-380 Channel F3:Truman Storm Drain Extension 5 Open Concrete 12'X6' 130 N/A 2084-384 Channel F4:Loving Avenue Culverts Replacement 2 2-RCP Storm Pipe 2-6'X4' 60 100 2036-412 F5:Williams Road Storm Drain Extension 3 Unimproved Open 12'X12' 50 50 2012-380 Channel Upon receipt of notice-to-proceed, the ENGINEER will perform the following tasks: PART A -CONCEPTUAL DESIGN 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: EA2-1 One (1) pre-design kick-off meeting, (including the CITY's Department of Engineering and other departments that are impacted by the project). One (1) review meeting at completion of the City's review of the conceptual engineering plans. b. Data Collection In addition to data obtained from the City, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, City Master plans, City drainage complaint files, drainage studies, FEMA floodplain and floodway maps, existing models for the project area (if any), and property ownership as available from the Tax Assessor's office. C. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all utilities, including utilities owned by the City, TxDOT and railroads. These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the concept plans. The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. ENGINEER shall complete all forms necessary for City to obtain permit letters from TxDOT and railroads and submit such forms to the City. City shall be responsible for forwarding the forms to the affected agencies for execution. 2. Monthly Progress Report The ENGINEER shall submit a project schedule after the design contract is fully executed. The schedule shall be updated and submitted to the CITY along with monthly progress reports as required under Attachment B of the contract. EA2-2 PART B -CONSTRUCTION PLANS AND SPECIFICATIONS 1. Surveys for Design ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location and elevations buried utilities, structures, and other features that would affect proposed construction. ENGINEER shall establish survey control or a suitable reference base line on the ground and obtain complete and accurate cross section data at a maximum of 50 foot intervals and at major grade breaks. 2. Storm Drainage ENGINEER will review and document the characteristics 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 (or on an appropriate scale) from available contour maps. ENGINEER shall execute the applicable hydrologic and hydraulic models, prepare detailed hydraulic analysis for existing and proposed channel conditions. The ENGINEER'S responsibility includes recommendations for improvement of the existing system as deemed reasonable and consistent with City standards. 3. Conceptual Engineering Plan Submittal a. Conceptual plans shall be submitted to City 2Q 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 easement needs and cost estimates for the ENGINEER's recommended plan. C. The ENGINEER shall also submit a brief letter report outlining the findings of the hydraulic study and recommendations ENGINEER shall advise City on the need for additional permits or licenses which may be required. 4. Special Permits (Optional) EA2-3 a. Where the stream channel improvements is shown as a designated flood plai n/fl oodway in the City's Flood Insurance Rate Maps and upon the City's concurrence with the ENGINEER's recommendations for improvements, the ENGINEER will prepare the necessary documentation for a Letter of Map Revision (LOMR). The ENGINEER will respond to the Federal Emergency Management Agency's review and resolve all issues. b. Corps of Engineer ENGINEER will submit copies of the proposed project information necessary for the Corps of Engineers to make a determination for permitting under Section 404 of the Clean Water Act and Section 10 of the Rivers and Harbor Act as applicable ENGINEER will compile permit requirements and will prepare necessary documentation to respond to requirements of the permitting authority. 5. Preliminary Construction Plans Upon approval of Part B, Section 3, ENGINEER will prepare preliminary construction plans as follows: a. Geotechncial investigation (if approved by the CITY) to include the following; Soil borings of sufficient quantity for geotechnical analysis to determine depth to rock and design parameters. Bore holes should be tied to horizontal and vertical datum. Laboratory analysis Report of field and laboratory data to include analysis of results and recommendations defining culvert and channel design parameters. b. Drainage calculations and hydraulic computations. C. Preliminary project plans and profile sheets which will show the following; Existing channel centerline, existing left and right top of channel bank, existing utility crossings and existing right-of- YE 11 way/easement. Proposed top of channel backs, channel flowline (existing and proposed), 100 year water surface profile along with water and sanitary sewer line adjustments to accommodate the proposed channel improvements. Culvert upgrades and roadway pavement replacement. Typical channel details. Limits of right-of-way or easements and temporary construction easement. d. Existing found property comers (e.g. iron pins) along the existing right-of-way shall be shown on the plans. Profiles for existing and proposed storm drain mains and leads shall be provided. e. 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. f. Preliminary channel cross-sections will be developed, from the survey notes, at intervals not-to-exceed 50 foot along the project length and will extend to the right of way or easement line on both sides of the channel. Additional cross-sections at important features .including grade breaks in the channel flowline retaining walls, etc., will also be provided. g. Maintenance ramps if appropriate. h. Proposed plan/profile sheets will conform to City of Fort Worth construction legend. Adequate horizontal and vertical control shall be provided on the plan sheets to locate all proposed and existing facilities. Legal descriptions (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. i. Furnish as a function of final plans, six (6) copies of the final cross- sections on 24" x 36" sheets. Scale will be 1" = 20' horizontal and 1" = 2' vertical. Hydraulic computations and profiles of all storm drain EAU-5 outfalls into the channel shall be provided. 6. Preliminary construction plan submittal a. Preliminary plans and specifications shall be submitted to City 6Q after approval of Part B, Section 3. b. The ENGINEER shall deliver twenty (20) sets of preliminary construction plans and two (2) sets of specifications and contract documents to CITY for review and distribution to utility companies. Generally, plan sheets shall be organized as follows: Cover Sheet Drainage Area Map and Computations Plan & Profile Sheets Standard Construction Details Special Details (If applicable) C. 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. d. Public Meeting After the preliminary plans have been reviewed and approved by the City, ENGINEER shall prepare exhibits along with an affected invitation letter and attend public meeting to help explain the proposed project to residents. The CITY shall mail the invitation letters. e. 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. 7. Final Design and Final Review a. Final Construction Documents shall be submitted to CITY EQ days after approval of Part B, Section 5. Following CITY approval of the recommended improvements, the RA7-6 ENGINEER shall prepare final plans and specifications and contract documents to CITY (each sheet shall be stamped, dated, and signed by the ENGINEER) and submit two (2) sets of plans and construction contract documents within 15 days of 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 plan submitted. PART C - PRE-CONSTRUCTION ASSISTANCE 1. 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. The ENGINEER will provide four (4) sets of all right-of-entry agreements and easements to the CITY for bidding purposes. b. Bidding Assistance The ENGINEER shall assist the CITY during phase including preparation and delivery of addenda to plan holders, responses to questions submitted to the 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 and submit four (4) copies of the bid tabulation. 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. EA2-7 ATTACHMENT"B" COMPENSATION AND SCHEDULE 2004 CIP Minor Drainage Projects Contract F: Miscellaneous Culvert Improvements F1: Glen Garden Drive Wooden Box Culvert F2: Farnsworth-Helmick Culvert Installation F3: Truman Storm Drain Extension F4: Loving Avenue Culvert Replacement F5: Williams Road Storm Drain Extension I. Compensation A. The Engineer shall be compensated a total lump sum fee of $71,162 as summarized in Exhibit"B- 3". Payment of the total lump sum fee shall be considered full compensation for the services described in Attachment"A" and Exhibits"A-1" and "A-2"for all labor materials, supplies and equipment necessary to complete the project. B. The Engineer shall be paid in four partial payments as described in Exhibit"B-1" upon receipt of four individual invoices from the Engineer. In this regard, the engineer shall submit invoices for four partial payments as described in Exhibit"B-1 ", Section 1- Method of Payment, Items a to d. II. Schedule Final Plans and Contract Documents for bid advertisement shall be submitted within 240 calendar days after the"Notice to Proceed" letter is issued. A. Conceptual Engineering Plans—90 Calendar Days B. Preliminary Engineering Plans and Contract Documents—90 Calendar Days C. Final Engineering Plans and Contract Documents—45 Calendar Days D. Final Engineering Plans and Contract Documents for Bid Advertisement— 15 Calendar Days EXHIBIT "B-1" (SUPPLEMENT TO ATTACHMENT "B") METHOD OF PAYMENT 2004 CIP Minor Drainage Projects Contract F: Miscellaneous Culvert Improvements F1: Glen Garden Drive Wooden Box Culvert F2: Farnsworth-Helmick Culvert Installation F3: Truman Storm Drain Extension F4: Loving Avenue Culvert Replacement F5: Williams Road Storm Drain Extension I. Method of Payment Partial Payment shall be made to the Engineer monthly upon City's approval of an invoice from the Engineer outlining the estimated current percent complete of the total project. The aggregate of such monthly partial fee payments shall not exceed the following: Until satisfactory completion of Exhibits"A-1" and "A-2", Conceptual Engineering plans submittal and approval by the City, a sum not to exceed 30 percent of the total lump sum fee. Until satisfactory completion of Exhibits"A-1" and "A-2", Preliminary Construction plans submittal and approval by the City, a sum not to exceed 60 percent of the total lump sum fee, less previous payments. Until satisfactory completion of Exhibits"A-1" and "A-2", Final Construction plans submittal and approval by the City, a sum not to exceed 90 percent of the total lump sum fee, less previous payments. The balance of fees, less previous payments, shall be payable after all of the pre-construction meetings for the Project have been conducted. ll. Progress Reports A. The Engineer shall submit to the designated representative of the Director of the Department of Engineering monthly progress reports covering all phases of design by the 15th of every month in the format required by the City. B. If the Engineer determines in the course of making design drawings and specifications that the opinion of probable cost of$622,545 (as estimated in Exhibit"B-4")will be exceeded, whether by change in the scope of the project, increased cost or other conditions, the Engineer shall immediately report such fact to the City's Director of the Department of Engineering and, if so instructed by the Director of the Department of Engineering shall suspend all work hereunder. EXHIBIT B-2 (SUPPLEMENT TO ATTACHMENT B) HOURLY RATE SCHEDULE 2004 CIP Minor Drainage Project Contract F: Miscellaneous Culvert Improvement F1: Glen Garden Drive Wooden Box Culvert Replacement F2: Farnsworth-Helmick Culvert Installation F3: Truman Storm Drain Extension F4: Loving Avenue Culvert Replacement F5: Williams Road Storm Drain Extension Employee Classification Rate/Hour Principal $115 Project Manager $105 Project Engineer $95 Staff Engineer $70 Draftsman $70 Clerical $45 Reimbursable Cost+ 10% Auto Milage $0.45 Per Mile EXHIBIT B-36 (SUPPLEMENT TO ATTACHMENT B) 2004 CIP Minor Drainage Project Contract F: Miscellaneous Culvert Improvement F1: Glen Garden Drive Wooden Box Culvert Replacement F2: Farnsworth-Helmick Culvert Installation F3: Truman Storm Drain Extension F4: Loving Avenue Culvert Replacement F5: Williams Road Storm Drain Extension Part A-Conceptual Design and Part B - Plans & Specifications Transportaion and Public Works: ( Construction Cost X ASCE Curve"A"X 85%) Storm Drain Channel Improvements = $44,450 Basic Services Total = $44,450 Additional Services: Transportaion & Public Works: Alternative Study, Farnsworth-Helmick culvert(by Stream Water Group, Inc.) _ $ 4,200 Alternative Study, Williams Road Storm Drain Extension (by Stream Water Group, Inc.) $ 1,100 Alternative Study, Loving Ave culvert(by Stream Water Group, Inc.) $ 1,200 Topographic Surveying Services (approx. 2200 In (by M/WBE) _ $ 7,100 Erosion Control Plans/SW3P = $ 3,900 Public Meeting = $ 1,480 Meeting & Reports = $ 2,200 Printing & Reproduction Subtotal = $ 4,385 Administrative (10%) Fee on M/WBE Firms = $ 1,147 Additional Services Subtotal = $ 26,712 EXHIBIT B-3B (cont.) (SUPPLEMENT TO ATTACHMENT B) A. Summary of Total Fee Service Description Total Engineering Services $ 64,062 Surveying Services $ 7,100 Total $ 71,162 B. Breakdown of Fees (Less Survey Fees) a. Concept(30%) _ (Total Fee - Survey Fee) X (0.3) _ $ 19,219 b. Preliminary (60%) _ (Total Fee - Survey Fee) X (0.6) _ $ 38,437 C. Final (10%) _ (Total Fee - Survey Fee) X (0.1) _ $ 6,406 Total Fees (Less Survey Fees) _ $ 64,062 EXHIBIT B-3A (SUPPLEMENT TO ATTACHMENT B) 2004 CIP Minor Drainage Project Contract F: Miscellaneous Culvert Improvement F1: Glen Garden Drive Wooden Box Culvert F2: Farnsworth-Helmick Culvert Installation F3:Truman Storm Drain Extension F4: Loving Avenue Culvert Replacement F5:Williams Road Storm Drain Extension Prime Consultant Scope of Services Fee %of Contract Stream Water Group, Inc. Engineering&Proj. Mgmt $59,692 83.88% Proposed MNVBE Subconsultants RAM Surveying, L.C. Survey and Field Study $8,300 11.66% L.A Blueline, Inc. Reproduction $3,170 4.45% Proposed None MNVBE Subconsultants None Total For Professional Services $71,162 100% Actual M/WBE City's M/WBE Project Description Scope of Services Total Fee M/WBE Fee Percent Percent Goal Engineering Services Miscellaneous Culvert Improvement $71,162 $11,470 16.12% 16% EXHIBIT B-3C (SUPPLEMENT TO ATTACHMENT B) Fee for Reproduction Services 2004 CIP Minor Drainage Project Contract F: Miscellaneous Culvert Improvement F1: Glen Garden Drive Wooden Box Culvert Replacement F2: Farnsworth-Helmick Culvert Installation F3: Truman Storm Drain Extension F4: Loving Avenue Culvert Replacement F5: Williams Road Storm Drain Extension Printing & Reproduction Conceptual Design Report 4 Sets Report = $ 120 Preliminary Plans = 4 Sets of Construction Plans = $ 108 2 Sets of Specifications = $ 60 Utility Clearance Plans = 16 Sets of Construction Plans $ 432 Final Plans = 5 Sets of Construction Plans = $ 135 5 Sets of Specifications = $ 150 Bid Documents = 50 Sets of Construction Plans = $ 1,350 50 Sets of Specifications = $ 1,500 Mounted Exhibits for Public Meetings = 5 Drawings = $ 380 Final Mylars for Record Purposes = 1 Set of Plans = $ 150 Printing and Reproduction Subtotal = $ 4,385 *Estimated using 15 sheets per plan and 1 part EXHIBIT "134" (SUPPLEMENT TO ATTACHMENT B) Summary ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST 2004 CIP Minor Drainage Project Contract F: Miscellaneous Culvert Improvement F1: Glen Garden Drive Wooden Box Culvert Replacement F2: Farnsworth-Helmick Culvert Installation F3: Truman Storm Drain Extension F4: Loving Avenue Culvert Replacement FS: Williams Road Storm Drain Extension ID Location Construction Cost F1 Glen Garden Drive Wooden Box Culvert Replacement $53,790 F2 Farnsworth-Helmick Culvert Installation $353,210 F3 Truman Storm Drain Extension $74,745 F4 Lovinq Avenue Culvert Replacement $95,260 F5 Williams Road Storm Drain Extension $45,540 Total $622,545 EXHIBIT "B-4A" (SUPPLEMENT TO ATTACHMENT B) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST F1:Glen Garden Drive Box Culvert Iprovement 2004 CIP Minor Drainage Project Contract F: Miscellaneous Culvert Improvement Culvert Improvements PAY APPROXIMATE UNIT PAY ITEM DESCRIPTION UNITS TOTAL QUANTITY PRICE AMOUNT 1 Provide and Install Standard Project Designation Sin EACH 2 $450.00 $900 2 Construct Metal Beam Guard Fence L.F. 60 $25.00 $1,500 3 Permanent Asphalt Pavement Repair L.F. 50 $40.00 $2,000 4 Cast in Place Concrete Wing Wall for Box Culvert EACH 2 $3,900.00 $7,800 514' Dia Std. Manhole EACH 2 $2,000.00 $4,000 6 8"Sanitary Sewer Line Replacement L.F. 50 $70.00 $3,500 7 6"Water Line Replacement L.F. 50 $50.00 $2,500 8 Remove and Dispose Existiin Wood Culvert L.F. 60 $25.00 $1,500 9 Precast 10'X6'Box Culvert L.F. 60 $420.00 $25,200 SUBTOTAL: $48,900 10%CONTINGENCY: $4,890 Total Culvert Improvements: $53,790 EXHIBIT "13-413" (SUPPLEMENT TO ATTACHMENT B) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST F2:Farnsworth Ave and Helmick Ave Box Culvert (Closing down Farnsworth Ave and Construction of Helmick Ave Box Culvert) 2004 CIP Minor Drainage Project Contract F:Miscellaneous Culvert Improvement Culvert Improvements PAY APPROXIMATE UNIT PAY ITEM DESCRIPTION UNITS TOTAL QUANTITY PRICE AMOUNT 1 Provide and Install Standard Project Designation Sin EACH 2 $450.00 $900 2 6"Water Line Replacement L.F. 120 $50.00 $6,000 3 4'dia std. Manhole EACH 2 $2,000.00 $4,000 4 8"Sewer Line Replacement L.F. 120 $70.00 $8,400 5 Cast in Place Concrete Wing Wall for Box Culvert EACH 2 $3,900.00 $7,800 6 Permanent Asphalt Pavement S.Y. 2100 $50.00 $105,000 7 Cahannel, Street Excavation and Fill C.Y. 6500 $10.00 $65,000 8 6"Reinforced Concrete Channel S.Y. 1500 $45.00 $67,500 9 Remove and Dispose Existiing box Culvert L.F. 100 $15.00 $1,500 10 Precast 12'X8' Box Culvert L.F. 100 $550.00 $55,000 SUBTOTAL: $321,100 10%CONTINGENCY: $32,110 Total Culvert Improvements: $363,210 EXHIBIT "B-4C" (SUPPLEMENT TO ATTACHMENT B) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST F3:Truman Drive Storm Drain Extension 2004 CIP Minor Drainage Project Contract F: Miscellaneous Culvert Improvement Culvert Improvements PAY APPROXIMATE UNIT PAY ITEM DESCRIPTION UNITS TOTAL QUANTITY PRICE AMOUNT 1 Provide and Install Standard Project Designation Sin I EACH 1 1 1 $450.00 $450 2 Remove and Dispose Existiing Concrete Channel I S.Y. 1 360 1 $25,001 $9,000 3 Precast 12'X6' Box Culvert I L.F. 1 130 1 $450.001 $58,500 SUBTOTAL: $67,950 10%CONTINGENCY: $6,795 Total Culvert Improvements: $74,745 EXHIBIT"B-41D" (SUPPLEMENT TO ATTACHMENT B) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST 174:1-oving Ave Culverts Replacement 2004 CIP Minor Drainage Project Contract F:Miscellaneous Culvert Improvement Culvert Improvements PAY APPROXIMATE UNIT PAY ITEM DESCRIPTION UNITS TOTAL QUANTITY PRICE AMOUNT 1 Provide and Install Standard Pro ect Designation Sin EACH 1 $450.00 $450 2 Remove and Dispose Existiing Storm Drain Pipes L.F. 120 $25.00 $3,000 3 4'dia std manhole EACH 2 $2,000.00 $4,000 4 12"DIP Sanitary Sewer Line Adjustment L.F. 130 $110.00 $14,300 5 6"Water Line Adjustment L.F. 60 $80.00 $4,800 6 Construct Metal Beam Guard Fence L.F. 80 $25.00 $2,000 7 Excavation C.Y. 150 $5.00 $750 8 Rock Rip-Rap Rip-RapC.Y. 100 $35.00 $3,500 9 Cast in Place Concrete Wing Wall for Box Culvert EACH 2 $2,900.00 $5,800 10 Precast 2-6'X4' Box Culvert L.F. 60 $800.00 $48,000 SUBTOTAL: $86,600 10% CONTINGENCY: $8,660 Total Culvert Improvements: $95,260 EXHIBIT "B-4E" (SUPPLEMENT TO ATTACHMENT B) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST F5:Williams Road Storm Drain Extension 2004 CIP Minor Drainage Project Contract F:Miscellaneous Culvert Improvement Culvert Improvements PAY APPROXIMATE UNIT PAY ITEM DESCRIPTION UNITS TOTAL QUANTITY PRICE AMOUNT 1 Provide and Install Standard Pro ect Desi natio Sin EACH 1 2 $450.00 $900 1 Concrete Channel I C.Y. 1 300 1 $35.001 $10,500 2 Precast 12'X12'Box Culvert I L.F. 1 50 1 $600.001 $30,000 SUBTOTAL: $41,400 10%CONTINGENCY: $4,140 Total Culvert Improvements: $45,540 ATTACHMENT"C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND ATTACHMENT A WATER AND SANITARY SEWER REPLACMENT CONTRACT 2004 CIP Minor Drainage Projects Contract F: Miscellaneous Culvert Improvements F1: Glen Garden Drive Wooden Box Culvert F2: Farnsworth-Helmick Culvert Installation F3: Truman Storm Drain Extension F4: Loving Avenue Culvert Replacement F5: Williams Road Storm Drain Extension There are no changes and amendments to Standard Agreement and Attachment A. �:ffi 7.1 7 1 NI lii Cf 41j!�S� ............................. E ... ................... ......................... ........................ .............. CL CL L7 LL C M il LL Msoc 0 U. 1039 'Z - C - - :E LL 2 20 2 2 LL LL 12 Z?S 0 a 0 0 O M F- _;t FE IE IE IE w w 0 va IL ol c m E 0 0 aimEl g z m z 2 L a cm (n r IRD c 0 rL CL a m '13 UA Lu po E E L) .80 L ru aR c 74 L) C c in 0. IL CL M mm .0 O n CI OI IO ^ 17 Attachment CIA 2004 CIP Minor Drainage Project Contract F: Miscellaneous Culvert Improvement Schedule City of Fort Worth Drainage Project No. 00098 Projected Actual ID Task Name Duration Start Finish Duration Start Finish 1 Notice to Proceed 1 day Mon 10/11/04 Mon 10/11/04 2 Design Phase 201 days Mon 10/18/04 Mon 7/25/05 3 Conceptual Engineering 80 days Mon 10/18/04 Fri 2/4/05 4 Pre-Design Coordination Meeting 1 day Mon 10/18/04 Mon 10/18/04 5 Survey 21 days Mon 10/25/04 Mon 11/22/04 6 Alternative Study 15 days Tue 10/19/04 Mon 11/8/04 7 Prepare Conceptual Engineering Plans 30% 45 days Tue 11/9/04 Mon 1/10/05 8 30%Conceptual Plan Submittal 1 day Tue 1/11/05 Tue 1/11/05 9 Conceptual Plan Review by City 10 days Wed 1/12/05 Tue 1/25/05 10 Project Review Meeting 1 day Wed 1/26/05 Wed 1/26/05 11 Neighborhood Meeting 1 day_ Thu 1/27/05 Thu 1/27/05 12 Address DOE/Citizen Comments 5 days Fri 1/28/05 Thu 2/3/05 13 Submit Plans to Utility Companies 1 day Fri 2/4/05 Fri 2/4/05 14 Preliminary Engineering 121 daysl daysMon 2/7/05 Mon 7/25/05 15 Prepare Preliminary Plans and Specifications 60% 60 days Mon 217/05 Fri 4/29/05 16 60%Preliminary Plan Submittal 1 day Mon 5/2/05 Mon 5/2/05 17 Franchise Utility Relocations 60 days Tue 5/3/05 Mon 7/25/05 18 Preliminary Plans and Specifications Review by City 10 days Tue 5/3/05 Mon 5/16/05 19 Project Review Meeting 1 day Tue 5/17/05 Tue 5/17/05 20 Final Engineering 33 da s Wed 5/18/05 Fri 7/1/05 21 Prepare Preliminary Plans and Specifications 90% 15 daysl daysWed 5/18/05 Tue 617/05 22 90%Preliminary Plan Submittal 1 dayl Wed 6/8/05 Wed 6/8/05 23 Final Plans and Specifications Review by City 5 days Thu 6/9/05 Wed 6/15/05 24 Project Review Meeting 1 day Thu 6/16/05 Thu 6/16/05 25 Incorporate Final DOE Comments 5 days Fri 6/17/05 Thu 6/23/05 26 Submit Final Plans and Specifications 100% 1 day Fri 6/24/05 Fri 6/24/05 27 ICirculate Plans for Signatures 5 days Mon 6/27/05 Fri 7/1/05 28 Construction Phase 270 days Mon 7/4/05 Fri 7/14/06 29 Pre-Construction Assistance 40 days Mon 7/4/05 Fri 8/26/05 30 Advertise Project 1 day Mon 7/4/05 Mon 7/4/05 31 Advertisement Duration 15 days Tue 7/5/05 Mon 7/25/05 32 O n Bids 1 day Tue 7/26/05 Tue 7/26/05 33 1M&C Circulation Process 15 days Wed 7/27/05 Tue 8/16/05 34 Council Award 1 day Wed 8/17/05 Wed 8/17/05 35 Execute Contract Documents 5 days Thu 8/18/05 Wed 8/24/05 36 Pre-Construction Neighborhood Meeting 1 day Thu 8/25/05 Thu 8/25/05 37 Pre-Construction Meeting 1 da Fri 8/26/05 Fri 8/26/05 38 Project Construction 230 da s Mon 8/29/05 Fri 7/14/06 39 lWater and Sewer Construction 50 days Mon 8/29/05 Fri 11/4/05 40 JPaving and Drainage Construction 180 days I Mon 11!7/05 Fri 7/14/06 5.01 6" i 21.54 s tj�2 IL-22 E T1 AND -3 L 67 T. ° \ f 1 A e u el Az az s 4 ♦ a e 1 "30 2 6 w tri, t" 5•�5C 6 r •.PVCdl-.f)j ,2 9 � 9GR YSON crf z 3 . 5 M e 9 8 a e L -225 L♦ of -`250 1-75 8"P C r` 10• 'PvC w 12 � O A ONT U o J.JkjsSUVO - 5 l S e PROPOSED CULVERT A 65 t o r i e C25 +� L AND DRAINAGE IMPROVEMENT 7. 1 6" 6.62 9 SO 6`" 13.29 c w i ,I x L a ro e ',, es n e 10 12 ♦ BAY R 'R 2R } 4 5R 6R M 16 II T � + M- 6U p L-2 60 GLEN PR N 6 N� 05 5 q• 1 T ♦ 4 e S I/ e 5 fi In I C �•� I� w 1 +l In ,s U A,U Q y z y 2 �16 . . s G DEN " AVE. ci L- 252 A n A 1�6 Z 3A r0 _ _ `` rasa 8.75 6" iA Y E 'Ar 3. rR.3r 5 n u e 9 e G1-N $ `B G ' " 0.78c ,M is n A e A e A �'1 g4•�6 r 8•IOE 6.. A+ a' rR-3c N H DE TO 3A 6 PA.4 °G �' �n.� 3 TRSOs 3 53 37BK 2 00 L 225 - 1 2.81 or �-%. ' 'iA �•a c e" 6.17 d. 6" 0 +O A I ,R. 7 t0 U z I i.4 5• 6 12 n A e a c a P C s z 2 s 8 SS- L ST. Iz b a HILD ESS e A u � +z R 2 �>1 ~ 7 3 l'5 . S ! 1 7 -124 1 S 6 0 •J 1.� 9C - �•Cr a-y.= Iy Z 5.40 e 09.11 L- 5 rRu L- 254 15.2 F 7 a 1♦ 79 8• 13.57E M r 6 n � 6" 12.65 6" 17-15 c n 4.1 Y G M i0 iD Ix � 3.5 16 CI WRB GE ATTACHMENT E-1 ( COUNCIL DISTRICT 8 ) GLEN GARDEN DRIVE BOX CULVERT 2004 CIP MINOR DRAINAGE PROJECT CONTRACT F .- MISCELLANEOUS CULVERT IMPROVEMENT STEAM WATER GROUP,INC. �•�' '�' _• DRAINAGE PROJECT NO. SD MAP: 2066-376 MAPSCO 78X SCALE: 1"=400' _� 00098 IMMUNE 1111HRIN I I I MINIMUM! IIIIIHIIII NINE Illilfill 11 RIM A A A A I A"to I 11111i A I z sw A—— AFOR98&'9ApA 5A108 kl-WOR -- ;•34 q 13.70 1 A 11.82 A g 18.31) ~ 9 +1 511 G B 4•sBE 13•92BK• e \ I� 72.92ar+0 4.27 Ia 5 GOOOP OW8 ST. 10 19 11 7-707-72,`�„` 9 i J•7Z H9 „ TA V D.Vv p 3 _ 7 u � 5 � SUA$a l 10 1 10 I K 4 It'2 O 25 12 O ,3 6 13 44 72 t3 14 7 14•d5 I� til-18& 39.30 I 6� PIR C'��G. :•95 J ��JEY A 0• 36.00 /-7 T,U. PLANT Sr r[ ' \�. *NG.Ag 6 C PQp' � ro ' - 3 PROPOSED CULVERT AND DRAINAGE IMPROVEMENT FART t.0,R D lypR/H C'/ 8 9 t0 It T y C/MfT g 12 4R - </mmp O 2 3 < /' Oi - fi,.C, +p,.7 nC =— `7 JRT 1 21 J 29t 20R 16•x, 15 3.9 2 1BR � 25.05BK• t _ ,9 2z•s7Ar,n q, 2 2 15 1 20 T1 TR.12 '° Q A A 'lR y 35 OS 22 C 34 4 :3 e 24 — 3 }2 25 r 13 ° 5 3; 26 7 AR h 13 N 24 :2 !7 q 7 ]p 29. �iQx 1A I 3 q 4 6OR n 7 •a 2 33 u c rore 11R 29 11 6 3t 18.73 ca 32 \ 32 2.70 _ } 4 30 - >, 2s / 34 V 5 N 22 /S•, yj 32 V C g 28R ,5 C / 1 33 ii .q 8K• 7 2xR 16 3' 2 32 31 30 7j 29 8 9 25R Ib O 38 30 �R 10 24R 1v`�+ 2s 2S 39 4181 3 28 q It 23 24 29 z7 Q' 12.95 4 a0 � 2 3� �3`'•ZI F' ` C2 5 •( �. 4a '� !7 g 25 / ZS 2 16 1• 20 q4R 43R -1'7n t. aA ° 17 � 24 W x `4m4� 24 t7 � 5 � 45 25 A 23 8 Zap } 23 242« 9 [ 22 17 5 2. 2t 7 ATTACHMENT E-3 ( COUNCIL DISTRICT 5 ) TRUMAN STORM DRAIN EXTENSION 2004 CIP MINOR DRAINAGE PROJECT CONTRACT F : MISCELLANEOUS CULVERT IMPROVEMENT` STEAM WATER GROUP,INC. -- ,::_t ( �^�' �'�-�• DRAINAGE PROJECT NO. SD MAP: 2084-384 MAPSCO 8p '1 ;400' °> 00098 18" t. ^18•Fgnt-• f v �� �� _ t •s I k ����,.� 13 1\ b 9 �J,/ I/�\. f 14 %•8 Ia 11 I t2 L-JO9 r2 I 13 12 \y { \ .:../ \ / 21 3�y�lr- _II •, 11 1I 15 97 - 14 11 157/�' q IS q �. 10 to 15 ' `• /24/ 1 9 tl 4 B 9 t 63F � � �. 1d 9 / 1'•,, / >e \. 4 / 2 It a 17 _e a a 17 i 17 tl ID 19 1a 7 N Tc 7-19 ZOi \T / 2 t `�\ 6 19 6 19 6 a016 6 B l9 6 .3 20 19 fi p16�\ 6 _._ \\ 7n S 20 �9.00E4 zl 21 4 2' • 47 1 6.. { 2 29� 22 3 27 3 22 _3 x 3 V 19 2s 2 22 Cy •p 3\ 2s 2s z ././� / 2 2 ? 2 s v-t a 21 I 24 •!f31 1 4� 1l 1 24 1 2E 1 24 j\N(. ,. ' 23 ,P 13 17 43 17 13 12 p t3 1` t3 5 p it y 14 tf K N N _ { 12 it 11 14 .-z 3 5 4 2 _ 70 IS 10 15 Q to 5 0 r 2 14 16 9 16 9 16 9 Is ? 15 9 c \ J2 7 e v e 17 e 7. Of {r e a a 17 F to O Id 7 19 7 7 7 75,16 is 7 19 ' \ �G II 6•• 19 6 19fi m 6 g 6 6 6— 11 I9 6 yy ` 20f 20 5 20 5 20 13.67 5 5 9.19 20 80E 5 20 � J 2 14 21 4 21 421 21 4 14 _ 4 4 21 { 1 IS 8 22 3 72 3 22 3 2? 3 7• 3 0� q.,. 16 3 22 3 22 \� 1723 2 21 a 23 1 W 16 P3 .2 2 23 23✓1 2 24 11 24 1 24 1 24 3 T I ST. 24 + 17 2 10 2•47 8" i 1 za i Go 24 vy 9 16.62 S, I1 141 W 12 +1 11 12 14 2 q is — -C 72 11 W Il LS 12 7 IS < q U O U 10 N IS 1 4 W 10 6 1 111 12 12 11 11 d t1 9 5 9 9 14 99 ,?1 14 9 22df. It. I , 18 a 15 15 t5 6 •a,5 `h 4 - 7 7 16 7 16 7 R P D 7 7 a so 21 d T7 a 17 6 17 6 RAI E IMPF NT Ia 7 U, 7-_ 7 22 IB 9 18 = 6 5 i fa 5 5 CJ g e �6 m 19 5 7 5 b 23 4 4 3.8E l9 4 N / ] 19 1 a ,4 > 20 5 J 20 ., 24 3 Z 20 3 20 3 3 6 3 N 20 21 4 U 21 4 f Ig 2 2 21 2 O 21 2 0.00BtC O 2t 2 2 1 22 7 22 21 1 1.25 2.16 1 10.23 _ j 23 2 22 1.95 - 7 0.49 - + 21 1 23 8E n t til ' 10 I1 i•7 11 •12 10 0.. " 7 "P� �2 24 ,65 \ 9 12 9 f. •9 12" b'L"", BO•►U d 7 < } ,l 6 13 •97 10/3 4.39 U 6 G•O9 6 7 2' 13 8 13 2 616 tq 7 14 5 .72 a 5 ip 1[1 7 .1/ J 11 7 4.97 151 4 ry 9 12 w 1- K' w O 5 t6 S 'IK 2 S tfi 5 N 10 b` S 1 10 24 S Il IO T +� a 4 7•GO t7 'J 1 17 4 17 +O' 11 2 I7 IS v 9 l4 F S 9 79 2 m !a --�t9 2 19 2 3•t 3.55 12 1 12 5 20 N .� + 20 1 NW20 1 2p I n s2 n z n 17 'p w '� v iv 20 10 3 W 10 18 4 .a}' 11 qD IO tt XI 11 70 1, v 9 b' 9 d C 9 10 6., s 19 20 6^ 12 N J9 12 9 12 ,6 9 6R m 12 9 8 S W 8 5 8 9 21 _ 9 13 8 13 8 F 13 7 6 a 6 7 8 22 14 Ti PUB 23 11.29E 14 0 7 5' m m 78 14 - 1 1 J _ 1 1 14 5 24 t5 6 >5 6 D 8 >r7 15 •t '� 6 +3 n•2 N j >3 1 } !3 16 16 S 16 w 5 W 5 a >6 12 I`3 12 3 J12 13 2 17 17 4 IT O 4 17 1 17 Jr105 1!.") 4^3 t8 3 � 3IJ1 3 (� 18 Is10 S' 3.012 5 N 222ry 93.9 6I 20 - 1 z0i � v 1 8 7 B 7 j 7 14 7 ATTACHMENT E-4 ( COUNCIL DISTRICT 2 ) LOVING AVENUE CULVERT REPLACEMENT 2004 CIP MINOR DRAINAGE PROJECT CONTRACT F : MISCELLANEOUS CULVERT IMPROVEMENT SiMAl1t WATER GROUP,INC. 1 Con•n11aq �_�--_• DRAINAGE PROJECT NO. SD MAP: 2036-412 MAPSCO 62A SCALE: 1"=400' 00098 62 h _ C9 CL1'0. �yW. J. M7 S 6 7 8 6 A 6 )81 17 ' CA B, a A�vR lrxr r4 h 2 2S C2 IBC 174 16 15 14 13 12, 22 A RB 08 - + 21 Io 17 B r 5 t8A DRIIAN A E"d 70A 6 2u o � ., CW ii•98 •00 - 3.5E 6" 3 4 S 6 7 6 9 $ $T. IA 7A ICA 6 17 v OR 9 l 4 5 8 8A B9 9 C 8 A C f C7 - - +OC W IS 7A 790 11 11 H J K b L Y H 0 P 5 6 7 B 9:.Sj ` WE 12 LU)By 17 1 10 DR. RR � 21•91E g^ P OP SED CUL R I 211A z 9 t0 12 13 s 11 \AND D AIN GE II PR VE ENT' `� 28822-5• a t~/1 12 20 19 IB 17 16 15 "1 13 12 II 143 27A J m 1 2 } 4 S 6 7 ® � � 2 C RIC ST, 279 A P ALB T AVE. 12 WESTERN I 2 3 4 s 6 7 #*GH LIF� RD $T- 0 SCHOOL 3 1 2 3 4 S 6 7 6 9 10 1. 12 C L ti 13 12 it 10 9 B 7 f k � G J 1 23 1 5 6 H t 00. L NGF RD ST. 13 T2 17 12 11 to 9 6 7§ 25 24 23 22 21 20 H 16 17 16 M 14 7 16 _ 1 5' G W .1 I}.> 144 158 CHAPIN 1 z 3 1 5 60] I RD $ ,,L -5A 1RA R y•,—t3 2, t6"CI 12•'CI u 15 16 17 16 19 20 21 22 23 4 16 10 311 15 60' K M5 29 _ 3 9 28 CFI 11 10 9 6 7 6 5 4 3 2 19 TRIM N LI TRID TRt01 F y'1 W �B 15 a ~ MAG SP��18 272•oa s Ii 2 0 4 U 7 r i 1 10 �1 25 It 12 '3 14 2 1 5 B n � 26 '1 24 O BEMB OK CITY L61HTS _ to 12 2 199 4 3 ORT ORT lTY ,� Al S 1) - 23 7 5 1D I o IS } 18 6 7 5 5 f TRK 7 B 'i 9 q I1 12 13 11 t0 t7 to 79 20 2� 4 CRT R D /Is 7s 17 6 M FA � VE zz e u 00 U 17 14 •�',0, 4i N 5 13 In •RiH 41 - 80 J 10 12 2 5 e 9 4 _ ro C3 6 15 16 " 3 1 50. 13 12 1' 10 R7 5 6 6 9 6 �r; 7 0 9 4 TRW 7) 1- vi 4 IA g N 3 If I 5 12 1 7 15 6 S ' ATTACHMENT E-5 ( COUNCIL DISTRICT 3 ) WILLIAMS ROAD STORM DRAIN EXTENSION 2004 CIP MINOR DRAINAGE PROJECT CONTRACT F : MISCELLANEOUS CULVERT IMPROVEMENT STEAM nTERGROUP,n.c. c_jt DRAINAGE PROJECT NO. SD MAP: 2012-380 MAPSCO 73R SCALE: 1"=400' 00098 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/14/2004 DATE: Tuesday, December 14, 2004 LOG NAME: 30CiPGLENGARDEN REFERENCE NO.: **C-20438 SUBJECT: Authorize Engineering Agreement with Stream Water Group, Inc. for Miscellaneous Drainage Improvements on Glen Garden Drive, Farnsworth Avenue, Helmick Avenue, Truman Drive, Loving Avenue and Williams Road RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with Stream Water Group, Inc. in the amount of $71,162 for a Miscellaneous Drainage Improvements project for Glen Garden Drive, Farnsworth Avenue, Helmick Avenue, Truman Drive, Loving Avenue and Williams Road. DISCUSSION: The 2004 Capital Improvement Program (CIP) includes funds for miscellaneous drainage improvements on Glen Garden Drive, Farnsworth Avenue, Helmick Avenue, Truman Drive, Loving Avenue and Williams Road. The scope of the project includes the design of culvert replacements for Glen Garden Drive and Loving Avenue, a culvert installation for Farnsworth Avenue and Helmick Avenue, a storm drain extension on Truman Drive and a storm drain extension on Williams Road. Stream Water Group, Inc. proposes to perform the necessary design work for a lump sum fee of $71,162. City staff considers this fee to be fair and reasonable for the scope of services proposed. Stream Water Group, Inc., is in compliance with the City's M/WBE Ordinance by committing to 16% M/WBE participation. The City's goal on the project is 16%. This project is located in COUNCIL DISTRICTS 2, 3, 5, 7 and 8, Mapsco 62A, 73R, 75S, 78X and 80W. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of the Street Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C200 531200 201270009831 $19,219.00 C200 531200 201270009832 $38.437.00 Logname: 30CIPGLENGARDEN Pagel of 2 C200 531200 201270009833 $6.406.00 C200 531200 201270009851 $7,100.00 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) Logname: 30CIPGLENGARDEN Page 2 of 2