Loading...
HomeMy WebLinkAboutContract 27538 w CITY SECRETARY CONTRACT NO. CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and RJN Group, Inc., (the "ENGINEER"), for a PROJECT generally described as: Sanitary Sewer Rehabilitation Contract LXV (65). 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 1, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 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. G?C��0G?D M` Iji�G' I ° G�� Ff, aluj NJ re"'7o Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. -2- E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market -3- a conditions; time or qualify of performance by third panties; 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. 1. Minority and Woman Business Enterprise (MIWBE) 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 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 -4- this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate-work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3)hereof. CITY shall give 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 which are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the PROJECT. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability $1,000,000 each claim/annual aggregate (2) Certificates of insurance evidencing that the ENGINEER has obtained all -5- e ' 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) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (f) Deductible limits, or self insured retentions, affecting insurance required herein may be acceptable to the CITY at its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The City shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the ENGINEER may be required to provide proof of insurance premium payments. (1) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless such are approved by the CITY. -6- Q) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the ENGINEER for a minimum two (2) year period subsequent to the term of the respective PROJECT contract with the CITY unless such coverage is provided the ENGINEER on an occurrence basis. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood that insurance cost is an allowable component of ENGINEER's overhead. (1) All insurance required in section K., except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When insurance coverage is maintained by subconsultants, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest 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. -7- 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 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, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions -8- D 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. (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 -9- person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. 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 -10- S 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 Maps ATTEST: CITY OF FORT WORTH Jge- B Gloria Pear n (:ity Regret ry Assistant City Manager �AIPPR—' 'ED Contract Authorization i —1 17- A. Douglas Rademaker, P.E. Date Director, Engineering Department APPROVED AS TO FORM AND LEGALITY RJN GROUP, INC_ ENGINEER By: rh /a-,J Assistant City Attorney Hugh . Kelso Regio al Vice President Ixv -14- IN r ATTACHMENT "A" General Scope of Services "Scope of Services set forth herein can only be modified by additions, clarifications, and/or deletions set forth in the supplemental Scope of Services. In cases of conflict between the Supplemental Scope of Services and the General Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services." N RA 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 -1- permitting authority. If such changes are required, the Engineer shall notify the City and an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. 6) Plan Submittal Copies of the original plans shall be provided on reproducible mylar or approved plastic film sheets, or as otherwise approved by the Department of Engineering and shall become the property of the City. City may use such drawings in any manner it desires; provided, however that the Engineer shall not be liable for the use of such drawings for any project other than the project described herein; and further provided, that the Engineer shall not be liable for the consequences of any changes that are made to the drawings or changes that are made in the implementation of the drawings without the written approval of the Engineer. PHASE 1 7) Right-of-Way, Easement and Land Acquisition Needs The Engineer shall determine the rights-of-way, easement needs for the construction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary right-of-way sketches, prepare necessary easement descriptions for acquiring the rights-of-way and/or easements for the construction of this project. Sketches and easement descriptions are to be presented in form suitable for direct use by the Department of Engineering in obtaining rights-of-way, easements, permits and licensing agreements. All materials shall be furnished on the appropriate City forms in a minimum of four(4) copies each. 8) Design Survey The.Engineer shall provide necessary field survey for use in the preparation of Plans and Specifications. The Engineer shall furnish the City certified copies of the field data. 9) Utility Coordination The Engineer shall coordinate with all utilities, including utilities owned by the City, as to any proposed utility liens or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the existing lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work, and shall submit such evaluation in writing to the City as part of this phase of the project. -2- 10) Conceptual Plans The Engineer shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and preliminary estimates of probable construction costs for the Engineer's recommended plan. For all submittals, the Engineer shall submit plans and documents for street/storm drain and water/wastewater facilities. The Engineer shall receive written approval of the Phase 1 Plans from the City's project manager before proceeding with Phase 2. PHASE 2 11) Design Data The Engineer shall provide design data, reports, cross-sections, profiles, drainage calculations, and preliminary estimates of probable construction cost. 12) Preliminary Construction Plans and Technical Specifications The Engineer shall submit twenty (20) copies of Phase 2 preliminary construction plans and five (5) copies of the preliminary technical specifications for review by the City and for submission to utility companies and other agencies for the purposes of coordinating work with existing and proposed utilities. The preliminary construction plans shall indicate location of existing/proposed utilities and storm drain lines. The Engineer shall receive written approval of the Phase 2 plans from the City's project manager before proceeding with Phase 3. PHASE 3 13) Final Construction Plans The Engineer shall fumish five (5) copies of the final construction plans and contract specifications for review by the City. 14) Detailed Cost Estimate The Engineer shall fumish 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 fumish an original cover mylar for the signatures of authorized City officials. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. -3- PHASE 4 16) Final Approved Construction Plans The Engineer shall furnish 45 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. When substitu- tion prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability 'of alternate materials and equipment proposed by the prospective constructors. 18) Recommendation of Award The Engineer shall assist in the tabulation and review of all bids received for the construction of the project and shall make a recommendation of award to the City. 19) Prebid Conference The Engineer shall attend the prebid conference and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. PHASE 5 20) Preconstruction Conference The Engineer shall attend the preconstruction conference. 21) Construction Survey The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field to allow City survey crews to stake the project. The setting of line and grade stakes and route inspection of construction will be performed by the City. 22) Site Visits The Engineer shall visit the project site at appropriate intervals as construction proceeds to observe and report on the progress and the quality of the executed work. -4- 23) Shop Drawing Review The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. 24) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 25) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 26) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. -5- EXHIBIT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") PHASE I - DESIGN SERVICES: PIPELINE REHABILITATION 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: Replacement of approximately 14,582 linear feet of sanitary sewers in various locations within the City. Specific sewer line locations are listed on Attachment "D". Sanitary Sewer Rehabilitation Contract LXV (65) Sewer Project No. PS58-070580175610 DOE No. 3570 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. For purposes of establishing a level of effort, two (2) meetings are anticipated. These include the following: One (1) pre-design kick-off meeting (including the CITY's Water Department, 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 Design Summary Report. b. Research of Rehab History The ENGINEER will conduct a cursory review of completed sanitary sewer replacement and rehabilitation work in the vicinity of the proposed locations. This will include discussions with various CITY departments, and coordination with local consultants engaged in past and current sanitary sewer improvement projects. Interviews will also be conducted with staff in the Field Operations 12/31/01 EA 1-1 Division. The research data will be compiled and mapped to avoid potential duplication of work proposed under this contract. C. Coordination with Other Agencies During the concept phase, the ENGINEER will consult with all utilities, including utilities owned by the City, 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 the railroad and submit such forms to the City. City shall be responsible for forwarding the forms to the affected agencies for execution. d. Easement/ROW Research The ENGINEER shall review information to determine the extent of existing easements and Rights-of-Way. 2. Monthly Progress Report and Neighborhood Newsletter a. The ENGINEER shall host, attend and participate in progress meetings as requested by the CITY. The ENGINEER shall submit a progress schedule after the design contract is fully executed. b. ENGINEER will prepare a quarterly newsletter detailing the status of the project for distribution to the affected neighborhood Association. The newsletter will be reviewed and approved by the City prior to distribution. PART B - CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering a. Alignment Study The ENGINEER will evaluate alternatives for the alignment of the proposed M-181 A interceptor sewer and evaluate methods of construction to determine the least cost alternative method. Consideration will also be given to minimize disruption to the public in developing the recommended alignment and construction method. Specific tasks include: 12/31/01 EA 1-2 1) The ENGINEER will collect and review existing information for each of the sewer mains proposed for rehabilitation. This information will include the following: • Wastewater Master Plan • As-Built records • CCTV data • Maintenance records • Utility records 2) Based on the review of the above information, evaluate construction methods for each of the proposed locations. 3) The ENGINEER will develop and evaluate alternatives for the alignment of the M-181A sewer main. It is anticipated that a maximum of two alignment alternatives for the M-181 A sewer will be evaluated. 4) Conduct site visits with City staff to review proposed alignments. 5) Develop preliminary opinion of construction cost for each alignment option. 6) Based on the above task, determine recommended alignment of each sewer. b. Design Summary Report Based on the completion of the above tasks, the ENGINEER will prepare a summary report that includes recommendations for alignment and construction methods for the proposed sewer rehabilitation. 1) Prepare Design Summary Report and submit to the CITY. Five (5) copies of the design summary report shall be submitted. The design summary report will be submitted within 90 days from the Notice to Proceed. After approval of the Conceptual Design, ENGINEER, will prepare final plans and specifications. It is anticipated that three (3) sets of construction plans and specifications will be prepared. One set will include the M-181 A Relocation, the second set will include sewers in the M-126 Drainage Basin. The third set will include sewers in the M-130 Basin. The scope of services and compensation for this section is based on the design of 14,582 linear feet of sewer. 12/31/01 EA 1-3 2. Surveys for Design a. The 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 water appurtenances, sanitary sewer structures and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, and other features relevant to the final plan sheets. Locate horizontal and vertical alignment of utility lines. Tie improvements, trees, fences, walls, etc., horizontally within the limits of the existing R.O.W. In addition, locate all front house corners. Profile existing sewer line centerline. Compile base plan from field survey at 1" — 40' horizontal and 1" =4' vertical scale. 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 AutoCAD (DWG or DXF) format (currently Release 13) or as otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shall become the property of the CITY. The minimum information to be provided in the plans shall include the following: 1) A Project Control Sheet, showing ALL Control Points used or set while gathering data. Generally on a scale of not less than 1:400: 2) The following information about each Control Point: a) Identified (Existing City Monument #8901, PK Nail, 5/8" Iron Rod) b) X, Y, and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. c) Descriptive Location (EX. Set in the centerline of the inlet in the south curb line of North Side Drive at the east end of radius at the southeast corner of North Side Drive and North Main Street). 12/31/01 EA 1-4 3). Coordinates on all P.C.'s P.T.'s P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. 4). No less than two horizontal control points, per line or location. 5) Bearings given on all proposed centerlines, or baselines. 6) Station equations relating utilities to paving, when appropriate. 3. 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 number, scope of survey work and design survey schedule. The letter will be reviewed and approved by the City prior to distribution. 4. Preliminary Engineering Upon approval of Part B, Section 1,b., ENGINEER will prepare preliminary construction plans as follows: a. Overall sanitary sewer layout sheets and an overall easement layout sheet(s). b. Preliminary project plans and profile sheets which show the following: Proposed sanitary sewer plan/profile and recommended pipe size, 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, rehabilitation and replacement will be located on the base sheets prepared from survey information gathered under Part B, Section 1. Base sheets shall reference affected or adjacent streets. Where open-cut 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. e. The ENGINEER shall make provisions for reconnecting all 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 12/31/01 EA 1-5 existing alignment of a 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. f. The ENGINEER will prepare standard and special detail sheets for 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, details unique to the construction of the project, trenchless details, and special service lateral reconnections. g. Right-of-Way Research The ENGINEER shall 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 approximated based on available information and recommendations will be made for approval by the City. h. Right-of-Way/Easement Preparation and Submittal The ENGINEER shall 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 approximated based on available information. Legal descriptions and plot maps will be prepared on 8.5" x 14" standard sheets for all necessary temporary and permanent easements required for relief sewer construction. Descriptions shall be prepared in standard format as directed by the DOE. Temporary and permanent easements shall be delineated on plan sheets. Legal descriptions shall be submitted to CITY for review and final acquisition. Right-of-Entry agreements shall be submitted to CITY for review and final acquisition. Right-of-Entry agreements shall also be prepared if needed. The CITY will secure easements and Right-of-Entry agreements as necessary. A total of 5 easements, 2 Railroad permit, 1 Highway permit, and 71 Rights-of-Entry are included. i. Utility Clearance Phase The ENGINEER will consult with the CITY's Water Department, Department of Engineering, and other CITY departments, public utilities, private utilities and government agencies to determine the approximate location of above and 12/31/01 EA 1-6 5. Final Engineering Plan Submittal a. Final Construction Documents shall be submitted to CITY thirty (30) days after approval of Part B, Section 2. Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans, specifications and contract documents (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 prepare a final estimate of probable construction cost with the final plans 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 forty-five (45) sets of the final approved and dated plans, specifications and contract documents 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 bidding phase including preparation and delivery of addenda to plan holders and responses to questions submitted to the DOE by prospective bidders. ENGINEER shall attend the schedule pre-bid conference. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening(s) and develop bid tabulations in hard copy and electronic format 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. 12/31/01 EA 1-8 1 � The ENGINEER shall attend the substantial completion and final inspection meetings for this project, review the post-construction television inspection video tapes, and prepare a brief final report for the completed project as to compliance with the ENGINEER's design. 12/31/01 EA 1-9 EXHIBIT "B" COMPENSATION AND SCHEDULE Sanitary Sewer Rehabilitation Contract LXV (65) Sewer Project No. PS58-070580175610 DOE No. 3570 I. Compensation A. The Engineer shall be compensated a total lump sum fee of$235,292 as summarized in Exhibit "13-5". Payment of total lump sum fee shall be considered full compensation for the services described in Exhibit "A-1" for all labor, materials, supplies, and equipment necessary to complete the project. B. The Engineer shall be paid monthly as described in Exhibit "B-1" upon receipt of invoices from the Engineer as described in Exhibit "B-1" Section I - Method of Payment. C Subcontractor costs for any Additional Services, which are approved in advance by the City, shall be reimbursed at the actual invoice cost plus 10%. II. Schedule A. Preliminary Plans shall be complete 210 days after the "Notice to Proceed" letter is issued. B - 1 EXHIBIT"B-1" (SUPPLEMENT TO EXHIBIT B) METHOD OF PAYMENT Sanitary Sewer Rehabilitation Contract LXV (65) Sewer Project No. PS58-070580175610 DOE No. 3570 I. Method of Payment The Engineer shall be paid monthly as outlined below: Until satisfactory completion of Exhibit A-1, Part B, Section 1, Part b, Design Summary Report, a sum not to exceed 40 percent of the total lump sum fee. Until satisfactory completion of Exhibit A-1, Part B, Section 4, Part j., Preliminary Construction Plans & Specifications; a sum not to exceed 75 percent of the total lump sum fee. Until satisfactory completion of Exhibit A-1, Part B, Section 5, Final Construction Plans & Specifications, a sum not to exceed 90 percent of the total lump sum fee. Balance of earnings, less previous payments, to be due and payable after the pre-construction meeting for the project. An officer of the ENGINEER shall verify the accuracy of each invoice submitted which shall comply with the terms of the agreement. Note: If the ENGINEER determines in the course of making design drawings and specifications that the opinions of probable cost of$1,880,114.00 (as estimated on Exhibit "B-4" will be exceeded, whether by change in 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 Engineer and, if so instructed by Director of the Engineering Department, shall suspend all work hereunder. EB-1(1) EXHIBIT "B-2" (SUPPLEMENT TO ATTACHMENT "B") Sanitary Sewer Rehabilitation Contract LXV (65) Sewer Project No. PS58-070580175610 DOE No. 3570 HOURLY RATE SCHEDULE Employee Classification Hourly Rate ProjectDirector.................................................................................................... 145.00 ProjectManager.................................................................................................. 110.00 ProjectEngineer.................................................................................................. 100.00 CivilEngineer...................................................................................................... 70.00 FieldSupervisor .................................................................................................. 55.00 Field Technician................................................................................................... 37.15 Senior CADD Designer....................................................................................... 75.00 CADDTechnician................................................................................................ 65.00 Clerical................................................................................................................. 45.00 EB-2(1) EXHIBIT "B-4" ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST Sanitary Sewer Rehabilitation Contract LXV (65) Sewer Project No. PS58-070580175500 D.O.E. No. 3570 PART 1: M-181-A RELOCATION Assumptions: - New route will be in pavement - Depth of Open Cut Construction will be 15-25' - Proposed sewer will tie into existing junction structure - From Master Plan, 2239 L.F. of 18" and 2243 L.F. of 15" - Replace Existing Laterals affected by new construction ITEM UNIT COST TOTAL NO. DESCRIPTION (Complete-in-Place) QUANTITY PRICE 1 15" Sewer by Open Cut (Ave Depth = 18') $110.00 2,243 $246,730.00 2 18" Sewer by Open Cut (Ave Depth =25') $140.00 2,173 $304,220.00 3 18" Sewer by Bore and Jack at RR $400.00 166 $66,400.00 4 8" PVC Sewer Pipe (All Depths) $25.00 1,770 $44,250.00 5 Sewer Service Connection - 4" $225.00 30 $6,750.00 6 8" Sewer by Bore and Jack at IH 30 $200.00 450 $90,000.00 7 Sewer Service Connection - 6" $250.00 3 $750.00 8 4" PVC Sanitary Service Pipe $20.00 750 $15,000.00 9 6" PVC Sanitary Sewer Pipe $25.00 75 $1,875.00 10 48" Manhole, Collar, Insert, Test $1,600.00 21 $33,600.00 11 Extra Depth of Manhole $100.00 272 $27,200.00 12 Connect to Existing Junction Box $2,500.00 1 $2,500.00 13 Abandon Existing Sewer Line $2.00 5,000 $10,000.00 14 Pavement Repair(Figure 4) $32.00 4,550 $145,600.00 15 Seeding $4.00 2,500 $10,000.00 Part 1 Total Length: 6,802 $1,004,875.00 10% Contingency $100,487.50 SUBTOTAL $1,105,362.50 EB-4 (1) 117/2002 EXHIBIT "B-4" ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST Sanitary Sewer Rehabilitation Contract LXV (65) Sewer Project No. PS58-070580175500 D.O.E. No. 3570 PART 2: M-126 BASIN Assumptions: - Reroute M-126 into streets around church and school ITEM UNIT COST TOTAL NO. DESCRIPTION (Complete-in-Place) QUANTITY PRICE 1 L-4593 - 6" Point Repairs $3,000.00 2 $6,000.00 2 L-1582 - 8" Pipe Enlargement $45.00 1207 $54,315.00 3 L-1663 - 8" by Open Cut in Pavement. $25.00 170 $4,250.00 4 L-1665- 8" Pipe Enlargement $45.00 203 $9,135.00 5 M-126 - Relocate 15" in Pavt. (22' Deep) $110.00 1500 $165,000.00 6 M-126 - 15" by Pipe Enlargement $85.00 430 $36,550.00 7 Standard 48" Diameter Manhole $1,300.00 18 $23,400.00 8 Extra Depth of Manhole $100.00 128 $12,800.00 9 Concrete Collar $150.00 18 $2,700.00 10 Watertight Insert $50.00 18 $900.00 11 Vacuum Test Manhole $100.00 18 $1,800.00 12 4" Sanitary Service Pipe $20.00 260 $5,200.00 13 4" Sanitary Service Connection $225.00 52 $11,700.00 14 Pavement Repair(Figure 4) $32.00 1873 $59,936.00 15 Seeding $4.00 200 $800.00 Part 2 Total Length: 3,512 L.F. $394,486.00 10% Contingency $39,448.60 SUBTOTAL $433,934.60 PART 3: M-130 BASIN E13-4 (2) 1/7/2002 EXHIBIT "B-4" ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST Sanitary Sewer Rehabilitation Contract LXV (65) Sewer Project No. PS58-070580175500 D.O.E. No. 3570 ITEM UNIT COST TOTAL NO. DESCRIPTION (Complete-in-Place) QUANTITY PRICE 1 M-304- Relocate by Open Cut (non-paved) $25.00 1000 $25,000.00 2 L-1849 -8" by Open Cut $25.00 1300 $32,500.00 3 L-1849 - 8" by Bore and Jack $200.00 562 $112,400.00 4 L-5934 -8" Open Cut in Pavement $25.00 750 $18,750.00 5 L-7374-8" by Pipe Enlargement $45.00 658 $29,610.00 6 Standard 48" Diameter Manhole $1,300.00 17 $22,100.00 7 Extra Depth of Manhole $100.00 50 $5,000.00 8 Concrete Collar $150.00 17 $2,550.00 9 Watertight Insert $50.00 17 $850.00 10 Vacuum Test Manhole $100.00 17 $1,700.00 11 4" Sanitary Service Pipe $20.00 445 $8,900.00 12 6" Sanitary Service Pipe $25.00 125 $3,125.00 13 4" Sanitary Service Connection $225.00 33 $7,425.00 14 6" Sanitary Service Connection $250.00 3 $750.00 15 Pavement Repair(Figure 4) $32.00 1404 $44,928.00 16 Seeding $4.00 1200 $4,800.00 Part 3 Total Length: 4,270 L.F. $320,388.00 10% Contingency $32,038.80 SUBTOTAL $352,426.80 CONTRACT 65 TOTAL $1,891,723.90 Total Length = 14,584 L.F. EB-4 (3) 1/7/2002 EXHIBIT"B-5" COMPENSATION FOR PROFESSIONAL FEES Sanitary Sewer Rehabilitation Contract LXV(65) Sewer Project No. PS58-070580175500 D.O.E. No. 3570 Estimated Manhours Direct Total PD PM PE CT COOT Cost Cost 1.Project Administration and Conceptual Report 1001 Pre-Design Coordination Meetings 2 4 4 0 0 $ 1,110.00 1002 Research of Rehab History 0 2 4 0 0 $ 610.00 1003 Utility Research/Coordination with Other Agencies 2 8 10 0 2 $ 2,220.00 1004 ROW/Easement Research 0 1 6 0 0 $ 705.00 1005 Monthly Reports/Newsletter 2 20 4 0 2 $ 2,880.00 1006 Alignment Study 2 34 58 88 8 $ 3,200.00 $ 18,940.00 1007 Design Conceptual Report 2 18 34 26 8 $ 7,630.00 1008 Review Meetings with City 8 8 8 0 0 $ 2,800.00 Subtotal Conceptual Design 18 95 128 114 20 $ 36,895.00 2. Preliminary Design 2001 Coordination with Surveyor 0 16 4 4 2 S 2,430.00 2002 Survey Data Reduction Base Sheet Pr 2 2 14 44 4 $ 4,940M 2003 Preliminary Plan&Profile Sheets 4 84 170 368 10 $ 50 770.00 2004 Preliminary Specifications 2 121 40 01 72 $ 8,790.00 2005 Takeof fs/Preliminary Construction Cost Opinion 0 6 13 0 8 $ 2,290.00 2006 Right-Of-Entry Document PLeearation 0 8 0 24 2 S 2,490.00 2007 RR/Hwy Permits 0 16 2 10 2 $ 2,620.00 2008 Coordination With Utilities 2 16 9 0 2 $ 2.960.00 2009 QA/QC 4 9 0 10 0 $ 2175.00 2010 Review Meetings with City 6 6 6 0 0 $ 2,100.00 2011 Public Meetings 4 81 4 6 2 $ 2,300.00 Subtotal Preliminary Design 24 183 262 466 104 $ 83,865.00 3.Pre-Final Design 3001 Final Plans,Specs and Estimate 2 26 44 78 8 $ 12,850.00 3002 Special Details 0 12 24 40 4 $ 6,440.00 3003 QA/QC-Project Com lettion 2 18 0 0 2 $ 2,270.00 3004 Review Meeting with City 6 6 0 8 0 $ 2,020.00 3005 Public Meeting 4 8 4 6 2 S 2.300.00 Subtotal Pre-Final Design 14 70 72 132 16 $ 25,880.00 4.Final Design 4001 Address Final Comments 2 16 14 26 2 S 5,150.00 4002 QA/QC-Project Completion 2 6 0 6 0 S 1,310.00 4003 Review Meeting with City 4 4 0 0 0 $ 1,000.00 Subtotal Final Design 8 261 14 321 2 $ 7,460.00 5. Bid Solicitation&Construction Phase Services 5001 Deliver Bid Documents 0 8 0 12 4 S 1,800.00 5002 Bidding Assistance 0 12 0 0 8 $ 1620.00 5003 Pre-Bid and Pre-Construction Meetings 0 8 0 0 0 $ 840.00 5004 Assistance During Construction 4 401 48 0 0 $ 9,580.00 5005 Final Inspection and Project Closeout 0 10 0 0 4 $ 1 230.00 Subtotal Construction Phase Services 4 78 48 12 16 $ 15,070.00 ' Subtotal,Direct Labor 60 426 510 724 156 $ 169,170.00 'These Line Items are not part of Basic Services,but are included as Special Services EB-5(1) V712M EXHIBIT "B-5" COMPENSATION FOR PROFESSIONAL FEES Sanitary Sewer Rehabilitation Contract LXV(65) Sewer Project No. PS58-070580175500 D.O.E. No. 3570 9. Other Direct Costs 9901 Plan&Spec Reproduction Expenses 55 Sets $ 7,920.00 S 7,920.00 9902 MisclPlottin Cornputer Usage $ 2,900.00 S 2,900.00 9903 Mileage $ 541.00 $ 541.00 9904 Topographic Survey, Easement Pre $ 42,761.00 $ 42 761.00 9905 TV Inspection 5000 LF @ $2.00/ft+10% $ 11 000.00 $ 11 000.00 9906 Smoke/Dye Testing $ 1,000.00 $ 11000.00 Subtotal Reimbursable Expenses $ 66,122.00 $ 66,122.00 Total $ 235,292.00 These Line Items are not part of Basic Services,but are included as Special Services EB-5(2) u712002 ATTACHMENT "C" Sanitary Sewer Rehabilitation Contract LXV (65) Sewer Project No. PS58-070580175610 DOE No. 3570 AMENDMENTS NONE C - 1 CY o =a v a C a v5 g M � c Cb c .............................................................................................................................................................. ... oV :3 ZJ D ti > > m v a C7 a .. C Cl Z Q CA ........................................................................................................................_...................................... . ... C ca SO m :3LL O a a V; ( L Z ............................................................................._.......................................................... ........... _ cc r > cc O 0 Z v O Z CDCL E y ca ca E E O c 72 = E `� a d ........................................................... M m ., ....................................................................................................... 0 E c w a 0 v D ea m m - C o[ -0 ` D N Q _ ....................................... .............................................................................................................................. 0 l0 LO m _ C v LU toJ dca LL = Q QQ •,C�a� V v �r �n C vrn Y cN�i am r . ............................................................................................................................................................................. Vr Cco l0 N N N N N N N N N N N N N N N N N N M Cl 1) M Cl) y C OO qO O O v O O 4-OrO C a a N c� N N M N yo c m m c c c) m m o o r n n CL CL a o > > t o c c C •- c •- c o c :3 c r tr r -o '- D D M N cc cc cc N N N N N N N N N N N N N N N N N N N N N N N M M C r A a a a a a a ; N N rn rn o N N m e c c c p m m N O O O m 7 7 m m m C c c m 7 7 m m F- F'- FL- H y T N N c ca N N N M >. m T fq N T N m N N N 1+ cc, T T T T T T T T c0T m T T m �•. T T T T T T C c0 'O m m m ca m cC C13 m .O al -O co m 'O a1 t0 m co ca co co cc , 'O V 'O •p D 10 V 10 �p N N N O O O O O LO O O O O 0 N N O N N Q O r m C m mU) w m O CL 2 m a q aj� H C )cc 2m E cc N -0 m w a c E H a U) LO n v t o > m `D z E c coca m m N C U N y .a C 7 o E E o w v) E o m m z 0 O n m N � ro L � Z 21 2 � p 4 m 0 p r Q p_ o o $ m a > a co m m a c E tv > ` > ~ 2 N E cc m' � m a' ¢ w E E E E i m a i� ac a o m Z o y = o 'o o .m .m m Z Q m o d v o o �cr) o, Y — z ¢ 5 ¢ cc o cv F a a a cn v w ac a v v m v z v aZM o m v M of (D n ao O O N co v m ci'0 0 r N C7 d fD n aD O r N N CV N N cnoa • m c)0) z 0 J o E Q_ cz o a) -0 — E m CIO ID ' v .- cu J a) O c0 Y O 0-o U a) � C n+ 1— c� >, c o cu n w -� cu O v) N 0) _ cu U co cC, C Ln cc } } (� p EN O OpN } O LO ([ YOO N O O C NO O O U CO CO a) EO Q)n "d .D _ O � U co a) J O O U U C ca( V � a) E cu cu r� c ` cz — QN) Ca) C Vj L O O a) r cz �u 0 = Q) C7 co J N O co L L U) a) J n C_ U L 0 n 0 co U U 0 a) c V a) m o ^ (u O O O ." U O p M M C Ocn E C p O (u Ln CJ O n C O O • C i O O L O CTO E U U .� .0 C .n N U (1 L `i a) Cu CJ C 0) a) O X C c X C O O X O C OX C CrJ EomQm W W W W W W a. UWmw m w (1)X c' C J c c c c c m (D ,o Z (D 0) a> a> m cu u U ° ° � � � � � 0 3 cz F-- F- cm6) 0) �, cn Q w ? aa a a a i `� � 0 0 z ujU) zZ Z E EZ E E Z cO o fu 3 CQm , ' C:O U) z U cOp o o O o) o) o O � x0) a� � • fuu c O O O p U -7 T mw U Uc W U •C C U O O z (� O a 0 C C C W W c W W C C C V a c J O O F— SOLO mai a) ma) oma) a) a) oc0ma� hiLO � � nn n .2-.9- CL c n m = n c o 2 a) OO O a a O � � OO OF- Z �' Q o G F- LO OD 0 04 J N O J Z M N N N co N 0) �O LO OD N iD 00 U m O W w N N C7 N N r *- *- Ln (D Cn �Q LLQao0 w f— O� w a o CL T N 0 OC) r N 00 00 OJ OJ Cfl OO 00 CD O U T (n IL r W w _Z (0 J x — — — Lr) CD CD CD 00 CD CO CO CD Cn w T- < 00 04 CD Ln N e w v W aO w O ap W ON C) M + CD 00 + V + 7 + + NLr) z T m m O r (D N � ^ 00 Q Z Cn O F- Q F- o 2 o - � (D ¢ � � C) r" a) O C) C) CD m O N + LO O N + O O O O LL t-- a) r- + C) a) C) *- r Lf) O O O (D C7> OD z O wQ Z J C) QO N — C7 0) C7 V ":Tr- oT0 0 04 LOc(DCDOOO a) rn Oc wW T T r T v Ln 1` 1- `2 No 111 . M1111110111111 r �o 111111111111111111111 Sligo m0 00 illy my �o v mnr ©o m0 m0 mm A J Iry �o mm �m mm m0 m■� ricer v • ��� �® mm mr� m� mom■ mm v �10 vv mm �s►�¢s m0 mm mm m pro mo ©m mm m0 mm mm 0 m0 m� 0m ©rte ©O 0� .,• ���i1O� ��00 foo ��,� �® ®mmOd@I�O�a��� Elm �cw �dw � 1 ® i 03 I Pon p' p�9A0od�v 79 aNNW® WHO LOCATION . - LEGEND SAN - - EHABILITATION - - . - . . . - - Kim RJN Group, Inc. COUNCIL DISTRICT 4 _SCO ROUP • • • - - • � _ •� Q G i16, Rz,. QQ'11 s In I In B to _ • to pQ TR A 13 v .a.. m Q • a %, O� m m - II u U , 9 �PL 14 N v n < a ? J 8 0 � OQ. 12 Wm m �• ' P I Is O e` L-1848 - 9 MAURICE ST. 'A 13 •50E 10 L-1840 g" 6.20E 15.00E L-3033 9.51 -1114-116.68 6" m LJ \�• 2 1 w 1 21 20 i r4TI TR 1 2 J N 3 3116 TR 156 TR 8 1• _ TR m 2 7 .0 2 -16E 17ueB 4• 5 m 4 3 n 1 4 3 16 138 S 5Is TR 149A TR 154A 6 6 0 4 1411! TR TR 150A 6 7 N 2 1J IJ BI Ile m TR ISIS TR 7 SCALE: 1"=400' e e G ; 12 ;, O TR 1540 TR 159 TR 7 _ 9 10 P, 6 10 t0 Q Q 4.50 0 TR 1540 10 11 „ m (� 5 9 3 T53K•g TR 148A2 Tp I!6 TR TR TR 150 13 C 136 TR 137 130 II ' 12 t2 4 e e TR 151E A 12 13 IJ J 3 T 7 R IJ 176 13 T 14 ,1 2 6 IA 6 ROWN Z TR 155 1 2 �QO C1 t 11 14 1 6 ' S TP W H 0 TR TR TR TP 116 - yaj r u _ acn �• .S. 111 111 11 IS 16 TR 14 N _ TR 1368 TR T TR 116 1 2 J / AI '^ TR TR TR IS i6 I7 D2 4 7 2 1 m Ile ] IJ IE IA 139 is 110 - L-3032 16.35 �� 8` 2 -0 6" n 0.2 �- 3 1 844 6.70E 61-04 -j J0 65.43 _1 liz 28-13 f 24.28 a L-3032 23.39 B"Cont. 3 1 Q 7 A 4�32 Wm 3 2 1 0 775 Al1 2 8 69 O F ¢ Fac B A P ; 3 2 1 `, 7 ,' 6 24 TR 5TR I08AF F TR lee 5 4 N m I Z 4 3 1 P�\ 0 J 1.77E 42?11- J 2 5 3 6 1 t 1 TR tel 1 I ' 6� 5 5 3 410 > 3 17.5-1 m ' x TR Ie2 TR leg In 7�Q 6 6 XQ 5^ 6 4 G 4 r 7 J TR I83A ` TR 190 a Q 7 7 .Q '� ,� ,?j, 2 5 5 e 4 TR tea �.TR 190A 1(1 9 6 e 6 5.97E 7 6 O 6 6 9 A `` Tp 1618 TR 184A TR 191J Ta 19! 10 w 10 V(3) I 7 9 Q• N 7 7 = 10 6 B 1 ca / e W e e a 11 O 1 J I1R< 11 m 2 7 10 W W OQ' .a-. ^ TR 1911 1 9.48E 2e - 11 9 u m 9 9 j 12 TR 177 Z 2 TR 191R L- 020 ✓r IR 5.62 J o• 6 m � - ; e 12 TR 17eAp TR 191G N v 6"� 1•1 E IO m ]6 1 PEWCOD AVE u TR IeS TR 1911"" IIA IIB OD 4' G�' 11 - 13 7.00 41 u [`l 14 w 14 AOEAN ST. 2 7•ISE TR 185A TR 791E= 1 75 12a 258•• 3983 - IS Z TR IeSB �� I 6.73E J 16 3 24 ]9 16 2 . TR 1951 �I po0. I I N I e 17 P ' 14 m 23 10 VW, 17 TR A 69 o Ta 1esD A39 12 19 Is= ' 22 —1- 415 ' Ie �' TR 195E 1,1,A 9 �•OQ'4 20 Is— 21 42 w 19 P�• 17 2 F+• �O Io 2J 17 20 13 20 V�ao IS 11 I]— 24 2 2 v V `_ \O• 50.14 M-130• 8.51E- N08LE�' V II ST lea 19 44 I xl 4 -13 6A39 .1.61 L-6439 5.96 3, g C 2.03E 842 L� S`P�� 6A3o e o 12.61 4 01-1114-7 14 p. R O 5.06 L-6438- L-185 TA 226A �• M N 4•}5 L-1850 5 46E 6 r A32' 1 1 15 14 13 12 V A E V � P �' \0- 2 TR 226A2 CL A�O TR 226M 43-841i 2 3 1 5 6 7 8 9 t0 11 �`\�• x \�' 11 5 04 5.2 E ` TR 226AI O- 3 P TR TR 1 TR 226 \ 210 1 4 .g _ 111 2C6 2E6 P•4119 2 21 2 I! I6 15'11411T1 12 l••C N AY VE 7.78 10.59 Q 7 Z 5.22 1 4 6'. 14-0708"PvC 18-05103' 6 2 1 2 •! 4 5 6 IA/ 10 II m L-3 41,,EXT. G 7 ler 9 1 TR 226L1 JJ 2 6 I �'`\' p] 39.5 L- 8 2 0 •19E 4 J 2 N 2 21 2 19 Ie I 16 15 13 12 SJ 1 N E 6 11 AVE O T.N. AUSTIN 5.27 6u O TR 223 z 2 I1• j R' 4.10 LOCATION MAP LEGEND SANITARY SEWER REHABILITATION CONTRACT LXV PROPOSED LINE TO BE CITY OF FORT WORTH, TEXAS REHABILITATED OR RELOCATED L-1849 R� COUNCIL DISTRICT 4 (N OF HWY 121 RJN Group, Inc. COUNCIL DISTRICT 8(S OF HWY 121 Consulting Engineers MAPSCO 63R, 63V, 64N, 64S EXHIBIT E-2 TR.IfS 2 v OI1 14-50 Ta.20 TR2o TR.IF5A TR.2 W W TR. T ,= If 21 1AJTa.IF ICI "J TR.IF 4A Ql 0, 1 1 10" Z ' 1q•00 a TR.2C 14.81 15.2gf r N SCALE: V=400' m PP TR.2E �Q• AMERICAN MFG. CO. t, TR.I E 7.50 7.21 R M-215 M- 15 IJR 63.00E 8" 58.50 TR.IC 5.65 iRl Q TRIB2 TRIB2 S 14R 3.17E 00+� rR.1e ISR I�' TR.IL 53.8 L16R TR.10 � 1A IS 16 2 G� 50.6 4 1A A 5 PO 15 16 6 -0.38= 2R T 26.11 zR 270.05E PREMIER _ ST. 6.70E B 19 17 9 TR.20 P �_ 269.80 L-8366 8•' P 'o. 269.54• `` 6.6 6.13 10 Q• 17.5' 0 0.00 1-1 4II % D lA �-, 50' l( \A 0 ,5 16 12 Ir RFININ zo.00 I Cr'. 'OCG�1P���- 13 E 42 428 U TR.1J TAIL TRI 4 •6 14 . A D 33.00 CO. IR M 111 17.5' 20.00 TR20 72 35.73 C Oro 36.23 10 1B-4940 N p0 17.73 37.57BK• �, 263.00 38.64AHD 32.5' IJ TRIJ TR QO �1 100.26EL-68m260.60 oV 4.50 1. 71 E 98.93 ,R 13.00 02 258.72 G �0 PQO 1W 4R CO a e•eo ��Q� A x R0. 96. 6 V 1 ),,-2.A'E 26 27 IR2 2J xs 1 LOCATION MAP LEGEND SANITARY SEWER REHABILITATION PROPOSED LINE TO BE CONTRACT LXV REHABILITATED OR RELOCATED CITY OF FORT WORTH, TEXAS R� L-5934 RJN Group, Inc. COUNCIL DISTRICT 4 MAPSCO 63C • Consulting Engineers EXHIBIT E-3 � b 7 O 2 4 19E to T TR3 TR3A2 in `v 1• Q 6 7 7 21 6 J� I 1 R. TRIJ TR1K TR24 5 22 1 •IB 5 4 v 2 01 100.26E ] � I , 2 3 o 2 �° Kl BO 99.93 TR33 16 IS 14 1 �' Q `V G 14,O�oo 12 13 14 0 B" D to 11 2.65E 6.0 m ? ° o• SCALE:1"=400' F c 6- nc R0. 96• 6 TR >< R e I •76 1 17414 R E e 2 26 2 1T 5' 2,AAE 26 27 =A1 20 19 le 17 e y y 0 111227 25 J E 9TH K1HB �'TB �0 1.54 O nl L E Is TR K 2 9.13 ,I '255 t Q, O 1 8.. •r 12U 16 IV •87 M- 55 34 I3Ai ti 0.74 4 y 6 27 28 IH �I, ;� L 30 K• S013. 8.71 AHD 4 s - IR ; Q ODI m 2B TR TR ] `l Q I 12A t2el 22 21 1ze 128 2R 9 3I 6 Co [�tl` �1QQ 1 92.16 I L-15 7 7 6 surni I4 3 C 2 ] 2 I IN 2 - - •36E 11 ] 2 1 40 39 L 307 M-1 / ' L-3048 ( J 6 5 - �, I R IRz NE 28 6" 252.05 251-99 B'7.1 7 6'Conc I•SOE L-2573 9- 1•61E 91•03 �-1841 60.42 8"Conc. 3.29 7.12 8" 8., 84.08 L-25 3 1 14 20 1 6• BE 19. 1 1 •25E 1 0 6 2 ] 4 S 1 TRI 21 n TRSK o_ 23 TRSA ? w 1 2 ] '� S 6 I 2 ] I •• g 4 26• 2 e• 3 2 2 1e 2 N -3029 I z l •59EM _61 3 3 ] ] n ] t0-231 5 3 34E 1 6 1.6 245.99• 6 3 `•' m 12 lO ' 9"� 0.00 4 3 4 16 4 TR541 80' 4 m T 13 aD 4 •7 7 TRI Q o 1 n e B o y W g 15, s 7.90 Q S 5 Z a 14 4 - 5 1 6 4 0 6 34 6 6 1S °° 'S' 49 10 B 1.71E 1RIA TRSE 6 14Z TRSE2 7 = 2 1 1]U 7 73 v 7 7 10 16 Z.z 7 1 14 160' 1 (' a Ix a 3 32 17 a 11 17 O e 2 IS 2 is 2 G e 9 t1 9`0 R 31 76.28 9 Iz le T J 9 3 16 16 w TRSAI to 9 t0 ^ /0 4 LA 30 10 10 17 4 I7 4 P 4 8 1 1 10 11 J z9 11 11 22.50 5.50 11 s Is s le yME 12 12 I 2e p 12 IZ 12 6 19 4. /9 1' 6 5 13 14 13 27 CA > 13 13 I3 22. 5E 7 4' 14 14 14 20 7 20Q 7 6 14 26> 1 �cmm 21 m e z11n m e 7 is 16 n ts� IS is Is n 13 12 16 Z 1 7 16 .Q-. 22 y 22 9 et IOC t7 2 24 16 J o+ r 1t 3• c SPRINGDALE c I�°l w 23 t0 2] 10 le 23 17 I7 .J. u ELEMENTRY V 17 lO 9A IOB 13 U IS 16 I7 y 19 1e 22 to 1e SCHOOL le I 4 a 24 11 24 11 10 11 Iz 25 t2- 2 25 I2 e8 90 J },5} 2, 4 19 19 19 J I S 26 13 26 13 H LL S ST. t0 p1 20 2t 20 20 HOLLI$r 6 20 6 - 25.15 1.69 Ic"Conc. - - 226.52 16.52 17.52 4I o I] 1 1] 1 0 3 I 23 t 14 I C "' 4- .78E 11• BE 7.0 14 2 14 I I 0.6' A 2 r - 1 �� BO' a7 IS ] IS 3 3 4 s 6 7 e 9 10 11 O 5• 5E ^ Q 3 z 11.23 22 v 2 � 13 2 31 16 4 16 4 211 4 3.90 + 6 4 3 5 , 3 12 3 17. 2.46 21 -TI S ITN S 1R O 17 e 5 4 20 4 1 11 4 29 to 3 6 le 2 6 TR19K 1 5 I7 6 5 5 6 7 N 9 10 it I3 9 10 5 28 19 7 19 7 0' TRI9K1 19 5 4 6E W A GA to 7 6 6 9 6 27 20^ a 20 v e Z TR190 -4 GF 6• 221.77 t1 6,61 is 7 TR19D1 2.66 e 7 7.1 26 21 n1 g 21 M 9 Z I Z 1 2 3 AIJ 5 6 7 B 9 it • 4 e 7 co xz�I la xx to J ' 3 1z t0 e ° r 1T 23 Ii 23 II TR19F 21 ? 16 Is r 13 12 11 9=� 16 IS 14 130 ,.. fi 9 9 •D4 24 �12 IZ 24 12 SELMA T.• EL A 218.79 ST. 1 IS 10 22 23 2E 9.10 6.38E 8.. 1.73E 12R 1t 11 21 2 e 9TR19E • 4R tT 0 11 17.5' 12 1 M 0 Ff "7 - l LOCATION MAP LEGEND SANITARY SEWER REHABILITATION PROPOSED LINE TO BE CONTRACT LXV REHABILITATED OR RELOCATED CITY OF FORT WORTH, TEXAS R� L-7347 RJN Group, Inc. COUNCIL DISTRICT 2 Consulting Engineers MAPSCO 63H EXHIBIT E-4 TR2• RIVER 6 % �209.42aK= / 208•IOAHO O C\j 3RITA TR 3 Q ` e / (\/�j TR 2A SCALE: 1"=400' LiJ v7 2`C� / 'ill ill Q( IA TR IS N \- G 2'50 p0K- I OLD RANDOL MIL RD. RANDOL rA227•83TR 2Aj�� 3 ° 06 7.28 A" P ' �9 L-9891 a" S BEY z•osE - 5��\ �` 2 OP RT 1 E SA R 290 2 � ti 0PR E 0 ROPE � TR IB RANDOL q•63 10.6 MP E P raz.+ 7150 0 TE IR IR 6"VC 13.54 3.98E 3.33 j5 - ?L pp. 12.62 D Q ti p 2 M-304 14.99 I J pw _ Z -304 26.63 27.48 10' V ¢ ROLLING STONE OR 13.96 19.62 7�' — I N. MOBILE HOME DR. TRINITY I STONEGATEaa3E PARK : STONECArE E\ PROPERTIES 17.50 IR St ONE HOME PARK ItY PROPERtIES Mp81�E 5T0NHOME PAROBILf 19.40 ONN ^ _E 7HAVEN 2 ST 'O t,E PA oe pE S� U Ln M y`� 46.01 D ANEY RD �l 46_01— 18"V 41•63 �- — 3.55E 8" I 3.13 23.43 — —LB — — L-10037*' I 6R �=, RAMER Y PLACE o� TR 382 SII i 25.00 11.50E 8"VC — — — B" I — --8884 — —-0.17- 0 L � 48.50 rae rR3 I A 4 8.5 I f� 0-17 _ IS' V I TR382 8 VISTA VIEW DR- I -3 ri II B"PVC L-9246* 13 27.39 0 z iL-8294 I 1.71 2 51.39E M-367 - LOCATION MAP LEGEND SANITARY SEWER REHABILITATION PROPOSED LINE TO BE CONTRACT LXV REHABILITATED OR RELOCATED CITY OF FORT WORTH, TEXAS R� M-304 RJN Group, Inc. COUNCIL DISTRICT 4 • Consulting Engineers MAPSCO 66P EXHIBIT E-5 mum CMN �iE li �I010 ov E� t� ��ao�vo 5 man � �,+;� yrs, R+®■€liin�loRc'.�f�@'I�i���Ils�� dQ9 I���� o � � �,� �Q�F�I�ala�■��"u��l ��IOQa a9�1 j ' v a 1�0� ���0�• ��i�0�00 � �� �E� ��d�di MEW. ■� �a� � Ind �� -- milli �► �� I ��, a �IolA�s��: sewn �mml, � ��,� ��; �." ag�m� o� � � �O�Aaal�'��1�•�� mid m �ii� Oni�:o� a� m¢: ..��Imo• �� mG o0 RUN �tf.ole f�o■ 0 ���� •x.o� I ��a deQ oc s� o vv.off sids,ina oa: o.m: o� tO..fiJQ� o � �! ace ea m Ing �o� �� ���4 o�ao �� ¢ ■M � o� RIM �'�{� � Q mcm raca ems ooi� os v m o � o AA M R������������ �00mill FFF®sx pars pmd oQ �0 � IIm��oaa.•..ra 0@ O .civ ate,. owj �� m nom (oma oE�0000��imimc�000�o a®e� �mmmmOWN � �mm Mai a �p��o© m 0�00m �� ��@���������0 �� ����■������� kQ.: iso• a��o a- �a e:o caw �aan?su�. o� ��?����— o omens vu© dy,w rcr 6w NAL moq ENEW or,r�r aidQ•io Q Wes vivr oma o oa ay.� vv �:i m tam �a oam v o�m o 010 ��io iiir� il�� o•� o r•� �u 1� 9����0 s o� �o ��� � ���.��� Ill >seeie o� .'�:� �h�'�'�. sa��_■ROR�RRi0iEa oe.,�� _ LOCATION , . LEGEND SEWERSANITARY REHABILITATION PROPOSED LINE TO BE CONTRACTI-XV REHABILITATED OR RELOCATED CITY OF FORT WORTH, TEXAS L-4593, .. Group,RJN GROUPConsulting Engineers I EN 6 3 LN 'yam W WOODL p E o pf •Op �e APTS. �A�O�Cj a RIpGE 1' 8.57E p p•�Pp " V 6.8 a SAE DR. 7.43[-9503• > BOCA RATON as11 :pil ON lSo 8• 10-96 L-7213 18.50 8" 23.69 6" L-7 13 30.50 L 0.1��� 7 a Q w Z4 u-1 z < w F P p0 "x W 1 GREENSPO W < w W W 0 ESTATES v Cr ~ GREENSPOINT SCALE:1"=400" COTSWOLD HILLS DR. O P 4.17 DOVERCLIFF m 80�•`/1 OU ,c 4.24E CT. x 3 `v 1':-'111)v`O 6 �Oj DOWNSHILL CT. 0 CHjMNEY 6.5 E y� LINCOLN p X035 HILLS ADDN' W 1 CAILTERN HILLS DR. d�vWOSonHRE Z; MEADOWS PL. Z 924 WOODHAVEN oOu 1.48 \ �- TR.tA 6 O 3.7 8 7 LINCOLN _ J L - 47 _ d, N 4 6.5 E �9l 7 1 L-950 x ; 8'DI �� 9.44E n TR.1 f� z A MEADOWS 9 3 •29BK \ 4 4 5 �, D�� TR.101 ^ 3 ADDN• 41 31•22AHD 4.61 7 5 BRIDGE 3,0 ^�� L-8 47 •54 J o MF4N�0(,V 4.65E - 6^V5.2 . 7,2 6. STC 7.97E -1 19 tis m INTERSTATE HIGHWAY 30 37.5 0 38.17 0-05 - 1•5 .6 s, 1-00 8•• 7.00 L-6323 10.14 13.96 38.9 t7. 0-8 ryq� 12 11 - 10 9 IR. 3A (]� = 10.56 , - --J 15 p \ `\ L-6323"R" MEADOW W ti 8'0/1• L 69 9 .56E \vO�P J NTW 5.51 I _ 19.58 20.99 n, _ 3.37 CHIP"Etc woo /l x6 - i 1e 27• 5 28.01 Z- 86 1.06."VC L u o• 7- 0.2 s. . _ 30.31 A 12 8 7C2� r spit .J- CHAR OTTE r M 13I' 'D�0 124. g. 4'468 14 7 rn tO - 6 n 2• 2 13 0• 0, 6.29A L 69 ST r V 36 43.53 X 6 1. 3.8 E 7 5 �' 14 16R A 17R 140' -754 y6 4 tx 5 e 6 5.p s, o W ir s a 5 4 2E 3 I6R ,g otos x y Y s DC I Ae L-6 7 x it t E 3 v a Hl 6.•VC ).00 5 0.32 - 15 •000 10 x 1.46 9 -1 •87 p4.62 °° 46.36 L-5138 L _ yw\ _J T A g� 2.00 3 2Rl�j�.9 1 IR 2 �\�' •4 5 6 I I = 7 6 5 .9 14 TR.Al 28E S 7 12 I Q e � 4 Ix CHI NEY 11 47.71 P x S 11 10 5 • 0• oE•� 3 13 AZT C 10 ASP N LN. '79 ROC CT. 10 - C� IRS t �. "v 2•A4E 1• 9 6' -66 \� 3 4 5 T �^ � IIR 1 voN 6" 2• E It x •27 -_ T- nfOR 12. 1 6 e 5 m 1 • " 13 6- ' 12- N C n p w 10 „ 8 A5E 50.41 1.70 76- J,2g EA 61.1 •2=uH e• Lt- 13 ;., G 23'517 f 46 51-37 4 6. _qs 5 z 3 24.34 2 •63 4 s 6 x 4 s• 1z x 4e 3.16E 19 LU N r : 9'6 3 to 10 •24 5 \3 26R i 3 6.. 15 Is � Nf, 4 3 tT hl s4 v ,1 0 4.92 A' 17 16 lF 16 6 ' S '� ,0 4551 6" B is 9S.R s 1 2 75� to 13 t2 1•47 0 L- .� 6 � 59.39- I, .o •63 6� �1 °'• �,�� 0.02 6 \.t 34R 4 14 tz s `•t 5 4 O 6 1s u Q�Q 1.7 �y 54.75 A A, ER! C5 6 7 e 11 e 5 6• 113 X02 16 4 s S �P 10' f 9 10 q 10 IE 12 ti I ] LOCATION MAP LEGEND SANITARY SEWER REHABILITATION PROPOSED LINE TO BE CONTRACT LXV REHABILITATED OR RELOCATED CITY OF FORT WORTH, TEXAS R� L-7094 RJN Group, Inc. COUNCIL DISTRICT 4 MAPSCO 65Y • Consulting Engineers EXHIBIT E-7 City of Fort Worth, Texas i1DAyor And Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 2/19/02 **C-18968 30RJN 1 of 2 SUBJECT APPROPRIATION ORDINANCE AND ENGINEERING AGREEMENT WITH RJN GROUP, INC. FOR SANITARY SEWER REHABILITATION CONTRACT LXV 65 RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to transfer $245,292 from the Water and Sewer Fund to the Sewer Capital Project Fund; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Project Fund in the amount of$245,292 from available funds; and 3. Authorize the City Manager to execute an engineering agreement with RJN Group, Inc. in the amount of$235,292 for Sanitary Sewer Rehabilitation Contract LXV (65). DISCUSSION: This project consists primarily of the preparation of plans and specifications for the rehabilitation of the following severely deteriorated sanitary sewer mains and laterals: • M-181A Beginning from a point located 350 feet northwesterly of the North Beach Street/SH121 intersection, easterly 2,000 feet, then southeasterly 1,900 feet, then southerly 350 feet; and • M-126/L-1582 Beginning from a point located 250 feet north of the Rand Avenue/Brandt Street intersection, westerly 1,400 feet, then northerly 1,200 feet (in the alley between Oakland Avenue and Martel Avenue) to Barnett Avenue; and • L-1849 Beginning from the SH121/Noble Street intersection, easterly 750 feet, then northerly 1,200 feet along Fairview Street to Race Street; and • L-5934 Beginning from the Sylvania Avenue/Chesser Boyer Road intersection, then northerly 850 feet along Sylvania Avenue; and • L-7347 Beginning from a point located 700 feet south of NE 28th Street/Chandler Drive West intersection, northeasterly 150 feet, then northerly 550 feet. RJN Group, Inc. proposes to perform the design work for a lump sum fee of $235,292. City staff considers this fee to be fair and reasonable for the scope of services proposed. M/WBE - RJN Group, Inc. is in compliance with the City's M/WBE Ordinance by committing to 24% M/WBE participation. The City's goal on this project is 23%. City of Fort Worth, Texas qvagorr And Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 2/19/02 **C-18968 I 30RJN 2 of 2 SUBJECT APPROPRIATION ORDINANCE AND ENGINEERING AGREEMENT WITH RJN GROUP, INC. FOR SANITARY SEWER REHABILITATION CONTRACT LXV 65 This project is located in COUNCIL DISTRICTS 2, 4, and 8, Mapsco 63C, H, R, V, 64N, P, Q, S, 65Y, 66P, and 78C, D, G, and H. In addition to the contract amount, $10,000 is required for project management by the Engineering Department. FISCAL INFvRMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation No. 1, and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Project Fund. MG:n Submitted for City Manager's FUND ACCOUNTI CENTER I AMOUNT CITY SECRETARY Office by: (to) 1&2) PS58 472045 070580175610 $245,292.00 1.Groomer 6140 2) PS58 531200 070580175610 $235,292.00 Originating Department Head: 2) PS58 531350 030580175610 $ 10,000.00 Douglas Rademaker 6157 (from) APPROVED 02/19/02 3) PS58 531200 070580175610 $235,292.00 ORD.# 14982 Additional Information Contact: 1) PE45 538070 0709020 $245,292.00 Douglas Rademaker 6157