Loading...
HomeMy WebLinkAboutContract 27613 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 Black & Veatch Corporation, (the "ENGINEER"), for a PROJECT generally described as: Sanitary Sewer Rehabilitation Contract LXI (61). 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 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. 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 pians 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- 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. t. 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 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- 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- (j) 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. t_. 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- required by the CITY in a timely manner in accordance with the project schedule in Attachment U. 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- 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 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) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; C) The time requirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. -11- F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). G. Assignment Neither party 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. Parties means the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment -12- ATTACHMENT "A" General Scopeof 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." G 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 Engineers 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 pians the location of the proposed utility lines, existing utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the existing lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work, and shall submit such evaluation in writing to the City as part of this phase of the project. 10) Conceptual Plans The Engineer shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and preliminary estimates of probable construction costs for the Engineer's recommended plan. For all submittals, the Engineer shall submit plans and documents for street/storm drain and water/wastewater facilities. The Engineer shall receive written approval of the Phase 1 Plans from the City's project manager before proceeding with Phase 2. PHASE 2 11) Design Data The Engineer shall provide design data, reports, cross-sections, profiles, drainage calculations, and preliminary estimates of probable construction cost. 12) Preliminary Construction Plans and Technical Specifications The Engineer shall submit twenty (20) copies of Phase 2 preliminary construction plans and five (5) copies of the preliminary technical specifications for review by the City and for submission to utility companies and other agencies for the purposes of coordinating work with existing and proposed utilities. The preliminary construction plans shall indicate location of existing/proposed utilities and storm drain lines. The Engineer shall receive written approval of the Phase 2 plans from the City's project manager before proceeding with Phase 3. PHASE 3 13) Final Construction Plans The Engineer shall furnish five (5) copies of the final construction plans and contract specifications for review by the City. 14) Detailed Cost Estimate The Engineer shall furnish four(4) copies of detailed estimates of probable construction costs for the authorized construction project, which shall include summaries of bid items and quantities. 15) Plans and Specification Approval The Engineer shall furnish an original cover mylar for the signatures of authorized City officials. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. -3- PHASE 4 16) Final Approved Construction Plans The Engineer shall furnish 45 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. When substitu- tion prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 18) Recommendation of Award The Engineer shall assist in the tabulation and review of all bids received for the construction of the project and shall make a recommendation of award to the City. 19) Prebid Conference The Engineer shall attend the prebid conference and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. PHASE 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 1 - DESIGN SERVICES: 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 sanitary sewer improvements for the following: SANITARY SEWER REHABILITATION CONTRACT LXI (61) PROJECT NUMBER: PS58-070580175210 DOE NO. 3576 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. These include the following: One (1) pre-design kick-off meetings, (including the City's Department of Engineering and other departments that are impacted by the project). One (1) review meetings at completion of the City's review of the conceptual engineering plans, fast track and standard. 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 CITY drainage complaint files, existing applicable drainage studies 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, and TxDOT. These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing lines within the project limits. ENGINEER shall complete all forms Necessary for City to obtain permit letters from TxDOT and complete and forms necessary for City to obtain permit letters from TxDOT and railroads and submit such forms to the City. Al-1 City shall be responsible for forwarding the forms to the affected agencies for execution. 2. Monthly Progress Report and Presentations a. 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. C. ENGINEER will prepare exhibits and present project goals and construction to interested customers or ENGINEER will prepare a newsletter detailing the status of the project for distribution to the affected customers. The newsletter will be reviewed and approved by the City prior to distribution. PART B -CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering i. Surveys for Design a. ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, and other features relevant to the final plan sheets. 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 real house comers and building comers in backyards. Compile base plan from field survey data at 1"-20' scale. Obtain permission for surveying through private property. Locate horizontal and vertical alignment of utility lines. The improvements, trees, fences, walls, etc., horizontally along rear lot lines in an approximately 20' wide strip. In addition, locate rear house comers and building comers in backyards where necessary. Compile base plan from field survey data at 1"=20' horizontal and 1"=2' 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 Al-2 Department of Engineering. All text data such as plan and profile, legal description, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII)format, and all drawing files shall be provided in AutoCAD (DWG or DXF) format, or as otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shall become the property of the CITY. The minimum survey information to be provided on the plans shall include the following: 1. A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: 2. The following information about each Control Point; a. Identified (Existing. City Monument#8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and referred bearing base. Z coordinate on City Datum only. C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). 3. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, 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. iii. Public Notification Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing if necessary to access private property. 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. iv. Conceptual Engineering Plan Submittal a. Conceptual plans for the project shall be submitted to City 45 days after Notice to Proceed Letter is issued. Al-3 b. The ENGINEER shall perform conceptual design of the proposed improvements and furnish four(4) copies of the concept engineering plans that include layouts, preliminary right-of-way needs and cost estimates for the ENGINEER's recommended plan. ENGINEER shall perform remaining field surveys required for final design of selected route(s). The ENGINEER shall also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the City as a part of the concept phase of the project. All design shall be in conformance with Fort Worth Water Department policy and procedure for processing water and sewer design. ENGINEER shall review the City's water and sewer master plan and provide a summary of findings pertaining to the proposed project. 2. Preliminary Engineering Upon approval of Part B, Paragraph iv ENGINEER will prepare 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 which will 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 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, Section 2. 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 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 roadway plan and profile sheets. Engineer will coordinate with utility companies and the City of Fort Worth to ascertain what, if any, future improvements are planned that may impact the project. e. The ENGINEER shall make provisions for reconnecting all 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 A1-4 and connect said service lines to the relocated main. f. 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. g. 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. h. Right-of-way/Easement Preparation and Submittal Preparation and submittal of right-of-way, easements and rights-of- entry will be in conformance with "Submittal of Information to Real Property Division for Acquisition of Property". 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, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities that have an impact or influence on the project. ENGINEER will design City facilities to avoid or minimize conflicts with existing utilities. The ENGINEER shall deliver a minimum of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all utility companies, which have facilities within the limits of the project. j. Preliminary Construction Plan Submittal i. Preliminary construction plans and specifications for the lines shall be submitted to CITY 45 days after approval of Part B, Paragraph iv. ii. The ENGINEER shall deliver two (2) sets of preliminary construction plans and two (2) specifications to CITY for review. Generally, plan sheets shall be organized as follows: Al-5 Cover sheet Easement layout (if applicable) Plan & Profile Sheets Standard Construction Details Special Details (If applicable) iii. Preliminary Estimate 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. k. 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. I. Developer Meetings After the preliminary plans have been reviewed and approved by the City, ENGINEER shall prepare exhibits along with an invitation letter and attend meeting with to help explain the proposed project to developers, property owners and Downtown Fort Worth Inc. The CITY shall mail the invitation letter. 3. Final Engineering Plan Submittal a. Final construction documents shall be submitted to CITY 30 days after receipt of written notice to proceed with Final Design in Part B, Section 2, Paragraph k. Following CITY approval of the recommended improvements, the 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 plans submitted. PART C PRE-CONSTRUCTION ASSISTANCE Administration a. Deliver Bid Documents Al-6 The ENGINEER will make available for bidding, upon request by the CITY, up to forty(40)sets for each contract of the final approved and dated plans and specifications and contract documents for the project to the CITY for distribution to potential bidders. Proposal will be provided in electronic format. b. Bidding Assistance The ENGINEER shall assist the CITY during bid phase including preparation and delivery of addenda to, 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(s)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, up to a maximum of 9 (see Exhibit 133-D) man-hours. Al-7 ATTACHMENT"B" COMPENSATION AND SCHEDULE SANITARY SEWER REHABILITATION CONTRACT LXI (61) PROJECT NUMBER: PS58-070580175210 DOE NO. 3576 I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $ 176,640 as summarized in Exhibit"13-36". Payment of the 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 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"13-1 Seciton 1 — Method of Payment. II. Schedule See Attachment D for Schedule. B-1 EXHIBIT "B-1" (SUPPLEMENT TO EXHIBIT B) METHOD OF PAYMENT SANITARY SEWER REHABILITATION CONTRACT LXI (61) PROJECT NUMBER: PS58-070580175210 DOE NO. 3576 I. Method of Payment The ENGINEER shall be paid in a total of eight partial payments, as outlined below, upon the receipt of eight (8) partial pay request from the ENGINEER. Partial Payment invoices may be billed as completed and not in the particular order as listed below. Partial Payment Number 1, which shall be equivalent to 40% of the total lump sum fee, shall be payable after City approval of Conceptual Design Report. Partial Payment Number 2,which shall be equivalent to 75%of the lump sum fee, less previous payments, shall be payable after City approval of Preliminary submittal to City. Partial Payment Number 3, which shall be equivalent to 90% of the lump sum fee, less previous payments, shall be payable after City approval of Final Construction Documents. Partial Payment Number 4, which shall represent the balance of earnings, less previous payments, shall be payable after all the pre-construction meetings for the Project have been conducted. II. Progress Report A. The ENGINEER shall submit to the designated representative of the Director of the Engineering Department 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 $ 1,510,218.00 (as estimated in Exhibit "B-5") 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 Engineering Department. EB3-2 EXHIBIT "B-2" (SUPPLEMENT TO ATTACHMENT "B") HOURLY RATE SCHEDULE SANITARY SEWER REHABILITATION CONTRACT LXI (61) PROJECT NUMBER: PS58-070580175210 DOE NO. 3576 Title Fees Family/Level Rate/Hour Principal 150.00 Senior Project Manager Engr/08, 07 135.00 Project Manager, Senior Project Engineer Engr/O6, 05 120.00 Lead/Project Engineer Engr/04 105.00 Design Engineer Engr/03 85.00 Associate Engineer Engr/01, 02 70.00 Technical Specialist Spec/07 125.00 Spec/06 115.00 Spec/05 110.00 Spec/04 85.00 Spec/03 75.00 Spec/02, 01 65.00 Engineering Technician Tech/08 95.00 Tech/07 80.00 Tech/06 70.00 Tech/05 60.00 Tech/04 50.00 Drafter Graphics/08 90.00 Graphics/07 80.00 Graphics/06 70.00 Graphics/05 60.00 Graphics/04, 03 50.00 Graphics/02, 01 40.00 Support Services Office Services/All 49.00 EB3-3 EXHIBIT "B-3A" SUMMARY OF TOTAL PROJECT FEES SANITARY SEWER REHABILITATION CONTRACT LXI (61) PROJECT NUMBER: PS58-070580175210 DOE NO. 3576 Exhibit Scope of Services Fee M/WBE % Field Surveying $ 63,408 $63,408 100% Engineering /Drafting / Printing $ 113,232 $ 0 0% TOTAL $176,640 $ 63,408 35% % of Total Proposed M/V1/BE Sub-Consultants Services Fees Fee .,mmm,,mmmrmmmrmmmmmrmmrmmmmmrmmrmrmmmrmrmmrmrmmmrmrmmmmm,�,mmrmmmmm,�,mmmmmmm,�,mmmrmmmmmmmmmmmmm, Gorrondona &Associates, Inc. Surveying $ 63,408 35% TOTAL $ 63,408 35% E63-4 EXHIBIT "13-313" FEE SUMMARY SANITARY SEWER REHABILITATION CONTRACT LXI (61) PROJECT NUMBER: PS58-070580175210 DOE NO. 3576 (FEE BASED ON PRECENTAGE OF CONSTRUCTION COST) ***** (')Sanitary Sewer Design Package "A" **** OPINION OF PROBABLE CONSTRUCTION COSTS = $1,510,218 CURVE A (7.25% x 0.85 x $1,510,218 = $ 93,067) ENGINEERING DESIGN "B" $ 93,076 DESIGN SURVEY $ 63,408 REPRODUCTION $ 6,220 ADDITIONAL SERVICES $ 1,140 ASSISTANCE DURING CONSTRUCTION $ 1,990 L-6020 & L-60208 COORDINATION $4,465 FEE $ 170,299 10% FOR SUB (10% x$63,408) $ 6,341 TOTAL FEE $176,640 (')Project will be designed in one bid packages with up to three units. $1,510,218 =- 2=$755,109 EB3-5 EXHIBIT "B-3C" SANITARY SEWER REHABILITATION CONTRACT LXI (61) PROJECT NUMBER: PS58-070580175210 DOE NO. 3576 DESIGN SURVEY FEE TOTAL = $ 63,408 $3.00/1-F x 20,136 LF 3 Easements @ $1,000/each REPRODUCTION FEE TOTAL = $ 6,220 Preliminary 2 sets @ $60 Utility Clearance 13 sets @ $60 Final Plans 2 sets @ $60 Bid Plans 50 sets @ $60 Mylar Plans 1 set @ $200 Specifications 50 sets @ $40 ADDITIONAL SERVICES FEE TOTAL = $ 1,140 Meetings/ Coordination Mounted Exhibits, Bid Opening & Review. ASSISTANCE DURING CONSTRUCTION TOTAL = $ 1,990 Pre Construction Conference Consult and advise on design and/or Construction changes. L-6020 & L-60208 COORDINATION TOTAL = $4,465 Prepare temp const esmts, coordinate plans, quantities and estimates EB3-6 EXHIBIT "B-31D" SANITARY SEWER REHABILITATION CONTRACT LXI (61) PROJECT NUMBER: PS58-070580175210 DOE NO. 3576 BREAKDOWN FOR CONSTRUCTION ASSISTANCE Pre-Construction Conference(s) 3 @ 3hrs 9 hrs Meetings with City& Contractor(s) 3 @ 3hrs 9 hrs TOTAL 18 hrs 18 hrs x $105/hr = $1,890 Expenses = 100 TOTAL $1,990 BREAKDOWN FOR ADDITIONAL SERVICES Public Meeting, 1 @ 4 hrs = 4 hrs x$105/hr $420 Exhibits, Drafting & Printing 1 @ $300 $300 Bid Openings & Reviews 1 @ 4 hrs = 4 hrs $ 105/hr 420 TOTAL $1,140 BREAKDOWN FOR L-6020 & L-6020B COORDINATION Prepare and Coordinate Temporary Rights of Entry(TROE) and Submit to Real Property, 19 @ $75/each $1,425 Preparation of TROE Exhibit(s)and Plan and Profile drawings", Drafting & Printing $1,000 Quantities, Estimates, Plan Coordination, Specs 24 hrs x$ 85/hr $2,040 TOTAL $4,465 "Technician time and effort in converting City of Fort Worth standard colors and lineweights to B&V standard color and lineweights compatible with B&V plotter. EB3-7 EXHIBIT "B-4" SUMMARY OF OPINION OF PROBABLE CONSTRUCTION COST SANITARY SEWER REHABILITATION CONTRACT LXI (61) PROJECT NUMBER: PS58-070580175210 DOE NO. 3576 LINE SEGMENT COST 1. M-142, Sta 160+26 to 161+14 $48,050 2. M-142, Sta 184+37 to 191+32E $38,970 3. M-142 Relief, 128+34 to 127+38 $136,120 4. M-144, Sta 58+86 to 61+80 $25,412 5. M-144, Sta 63+64 to 67+24 $45,280 6. M-145, Sta 21+24AHD to 23+40 $22,540 7. M-145, Sta 4+32 to 18+67 $84,810 8. M-218, Sta 74+94 to 78+54 $28,460 9. L-2001, Sta 0+00 to 5+13 $30,418 10. L-2009, Sta 5+82 to 5+93E $5,884 11. L-2016, Sta 0+00 to 3+26E $20,486 12. L-2019, Sta 0+00 to 5+79E $35,994 13. L-2025, Sta 0+00 to 6+12 $37,032 14. L-2035, Sta 0+00 to 4+55E $38,130 15. L-2037, Sta 4+27 to 7+49 $23,642 16. L-2326, Sta 9+91 to 13+38 $21,592 17. L-4694, Sta 7+30 to 9+02 $11,442 18. L-4700, Sta 0+00 to 8+47 $91,892 19. L-4974, Sta 7+72 to 11+04 $28,352 20. M-218, Sta 55+81 to 58+94 $32,605 21. M-142/191+32E to L-2000/4+50 $47,850 22. M-144/61+80 to L-2006/3+24 $15,864 23. L-2006, Sta. 3+24 to 7+66E $21,712 24. M-142/184+37 to L-2009/5+82 $29,852 25. M-144/70+94E to L-2017/5+49 $26,076 26. M-144/67+24 to L-2018/5+85 $27,910 27. L-2023, Sta. 3+57 to 8+72 $26,698 28. L-2037, Sta. 9+69 Point Repair $4,300 E64-1 29. L-2326/9+91 to L-2560A10+25 $5,632 30. L-4694/5+42E to L-4697/3+81 $39,148 31. L-4694, Sta. 13+80 to 17+40 $27,860 32. L-4694, Sta. 17+40 to 27+17E $75,582 33. L-4694, Sta. 3+70 to 5+42E $9,392 34. L-4694, Sta. 7+30 to 5+42E $7,918 35. L-4694/7+30 to L-4699/4+10E $20,310 36. M-218/74+94 to L-4724/5+93E $30,248 37. M-218/78+54 to L-4725/6+60 $33,310 38. L-4725, Sta. 6+60 to 12+38E $29,558 39. M-218/58+94 to L-4760/3+06 $26,566 40. L-4974, Sta. 4+02 to 7+72 $29,270 41. M-142, Sta. 182+49 to 184+37 $14,708 42. M-142, Sta. 179+65 to 182+49 $22,894 43. M-144, Sta. 61+80 to 63+64 $7,924 44. L-2365/0+00 to M-145/29+77 $30,800 45. M-218, Sta. 59+84 to 62+87 $17,833 46. M-218, Sta. 73+17 to 74+94 $10,272 47. M-218, Sta. 87+33 to 88+74 $14,106 48. M-218, Sta. 85+14 to 87+33 $17,204 49. M-218, Sta. 78+54 to 85+14 $32,310 TOTAL $1,510,218 Total Footage 20,136-feet. Average construction price per foot, $75.00 E B4-2 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND ATTACHMENT A SANITARY SEWER REHABILITATION CONTRACT LXI (61) PROJECT NUMBER: PS58-070580175210 DOE NO. 3576 The following amendments shall be made to the Standard Agreement for Engineering Services. 1. Replace Article IV (K)(2)(g)with the following. "The City of Fort Worth shall agree to waive its right of recovery in favor of Engineer for damage covered under the City's commercial property insurance policy. Such waiver shall not be effective regarding damage sustained by the City within the policy's deductible limits. The City authorizes the Engineer to include in the construction documents the requirement that the construction contractor agrees to waive its rights of recovery in favor of the City and Engineer in the contractor's builders risk insurance policy as required by the City. All Project contractors shall be required to include CITY and ENGINEER as additional insured on their General Liability insurance policies, and shall be required to indemnify CITY and ENGINEER to the same extent. ENGINEER agrees to endorse its commercial general liability insurance policy, in a reciprocal manner to include the City of Fort Worth and specific City Project contractors categorically." C-1 EXHIBIT "B-5" Opinion of Sanitary Sewer Rehabilitation Costs Sanitary Sewer Rehabilitation Contract LXI(61) PS58-070580175210; DOE 3576 1. M-142,Sta 160+26 to 161+14(SH 183) Item Engineer's Opinion of Probable Cost No. :::ti Unit Description of Item Unit Cost Total 1 88 LF 15-inch Sanitary Sewer BOTC $450.00 $39,600 3 3 EA Sanitary Sewer Manhole $1,800.00 $5,400 2 5 VF Extra Depth Manhole $250.00 $1,250 3 3 EA Conc.Collar&MH Insert $300.00 $900 4 30 LF Asphalt Pavement Repair $30.00 $900 TOTAL $48,050 2. M-142,Sta 184+37 to 191+32E Item Engineers Opinion of Probable Cost No. Quant' Unit Descri tion of Item Unit Cost Total 1 695 LF 8-inch Sanitary Sewer $36.00 $25,020 2 15 EA Service Reconnections&Laterals $350.00 $5,250 3 3 EA Sanitary Sewer Manhole $1,800.00 $5,400 4 6 VF Extra Depth Manhole $250.00 $1,500 5 3 EA Conc.Collar&MH Insert $300.00 $900 6 30 LF As halt Pavement Repair $30.00 $900 TOTAL $38,970 3. M-142 Relief, 128+34 to 123+50 (Aerial) Item Engineers Opinion of Probable Cost No. Quantity Unit Description of Item Unit Cost Total 1 104 LF 18-inch Aerial Crossing $500.00 $52,000 2 588 LF 18-inch Sanitary Sewer $115.00 $67,620 3 2 EA Sanitary Sewer Manhole $1,800.00 $3,600 4 3 EA Conc.Collar&MH Insert $300.00 $900 5 1 LS Channel Earthwork $8,000.00 $8,000 6 100 SY Erosion Bank Protection $40.00 $4,000 TOTAL $136,120 4. M-144,Sta 58+86 to 61+80 Item Engineer's Opinion of Probable Cost No. I Quantity Unit Description of Item Unit Cost Total 1 294 LF 10-inch Sanitary Sewer $48.00 $14,112 2 3 EA Sanitary Sewer Manhole $1,800.00 $5,400 3 3 EA Conc.Collar&MH Insert $300.00 $900 4 4 EA Service Reconnections&Laterals $350.00 $1,400 5 120 LF Asphalt Pavement Repair $30.00 $3,600 TOTAL $25,412 5. M-144,Sta 63+64 to 67+24 Item Engineer's Opinion of Probable Cost No. Quantity Unit Description of Item Unit Cost Total 1 360 LF 10-inch Sanitary Sewer $48.00 $17,280 2 4 EA Sanitary Sewer Manhole $1,800.00 $7,200 3 4 EA Conc.Collar&MH Insert $250.00 $1,000 4 24 EA Service Reconnections&Laterals $350.00 $8,400 5 380 LF Asphalt Pavement Repair $30.00 $11,400 TOTAL $45,280 EB5-1 EXHIBIT "B-5" Opinion of Sanitary Sewer Rehabilitation Costs Sanitary Sewer Rehabilitation Contract LXI(61) PS58-070580175210; DOE 3576 6. M-145,Sta 21+24AHD to 23+40(Side Yard& Back Yard) Item Engine r' 0 inion of Probable Cost No. Quantity Unit Description of Item Unit Cost Total 1 216 LF 8-inch Sanitary Sewer Pie Enlargement $65.00 $14,040 2 3 EA Sanitary Sewer Manhole Back Yards $2,000.00 $6,000 3 3 EA Conc.Collar&MH Insert $300.00 $900 4 2 EA Service Reconnections&Laterals $350.00 $700 5 20 LF Concrete Pavement Repair $45.00 $900 TOTAL $22,540 7.M-145,Sta 4+32 to 18+67 Item Engineers Opinion of Probable Cost No. Quantitv Unit Description of Item Unit Cost Total 1 1,435 LF 8-inch Sanitary Sewer $36.00 $51,660 2 5 EA Sanitary Sewer Manhole $1,800.00 $9,000 3 20 • VF Extra Depth Manhole $250.00 $5,000 4 5 EA Conc.Collar&MH Insert $250.00 $1,250 5 4 EA Service Reconnections&Laterals $350.00 $1,400 6 550 LF Asphalt Pavement Repair $30.00 $16,500 TOTAL $841810 8. M-218, Sta 74+94 to 78+54 Item Engineers Opinion of Probable Cost No. I Quantity Unit Description of Item Unit Cost Total 1 360 LF 84nch andary Sewer $36.00 $12,960 2 2 EA Sanitary Sewer Manhole $1,800.00 $3,600 3 2 EA Conc.Collar&MH Insert $250.00 $500 5 380 1 LF As haft Pavement Repair $30.00 $11,400 TOTAL $28,460 9. L-2001,Sta 0+00 to 5+13 Item Engineers Opinion of Probable Cost No. Quantity Unit Description of Item Unit Cost Total 1 513 LF 8-inch Sanitary Sewer $36.00 $18,468 2 3 EA Sanitary Sewer Manhole $1,800.00 $5,400 3 3 EA Conc.Collar&MH Insert $250.00 $750 4 14 EA Service Reconnections&Laterals $350.00 $4,900 5 30 LF Asphalt Pavement Repair $30.00 $900 TOTAL $30,418 10. L-2009, Sta 5+82 to 5+93E Item Engineer's Opinion of Probable Cost No. Quantity Unit Description of Item Unit Cost Total 1 19 1 LF 8-inch Sanitary Sewer $36.00 $684 2 2 EA Sanitary Sewer Manhole $2,000.00 $4,000 3 2 EA Conc.Collar&MH Insert $250.00 $500 4 2 EA IService Reconnections&Laterals $350.00 $700 TOTAL $5,884 EB5-2 EXHIBIT"B-5" Opinion of Sanitary Sewer Rehabilitation Costs Sanitary Sewer Rehabilitation Contract LXI(61) PS58-070580175210; DOE 3576 11. L-2016,Sta 0+00 to 3+26E Item En ineers O inion of Probable Cost No. Quant' Unit Descri tion of Item Unit Cost Total 1 326 LF 84nch Sanitary Sewer $36.00 $11,736 2 2 EA Sanitary Sewer Manhole $1,800.00 $3,600 3 2 EA Conc.Collar&MH Insert $250.00 $500 4 12 EA Service Reconnections&Laterals $350.00 $4,200 5 15 LF As haft Pavement Repair $30.00 $450 TOTAL $20,486 12.L-2019,Sta 0+00 to 5+79E Item Engineers Opinion of Probable Cost No. Quant' Unit Description of Item Unit Cost Total 1 579 LF 8-inch Sanitary Sewer $36.00 $20,844 2 3 EA Sanitary Sewer Manhole $1,800.00 $5,400 3 3 •EA Conc.Collar&MH Insert $250.00 $750 4 24 EA Service Reconnections&Laterals $350.00 $8,400 5 20 LF As haft Pavement Repair $30.00 $600 TOTAL $35,994 13. L-2025,Sta 0+00 to 6+12 Item Engineer's Opinion of Probable Cost No. Quanti Unit Description of Item Unit Cost I Total 1 612 LF 8-inch Sanitary Sewer $36.00 $22,032 2 3 EA Sanitary Sewer Manhole $1,800.00 $5,400 3 3 EA Conc.Collar&MH Insert $250.00 $750 4 24 EA Service Reconnections&Laterals $350.00 $8,400 5 15 LF Asphalt Pavement Repair $30.00 $450 TOTAL $37,032 14. L-2035,Sta 0+00 to 4+55E Item Engineers Opinion of Probable Cost No. I Quantity I Unit Description of Item Unit Cost Total 1 455 LF 8-inch Sanitary Sewer $36.00 $16,380 2 2 EA SanitarV Sewer Manhole $1,800.00 $3,600 3 2 EA Conc.Collar&MH Insert $250.00 $500 4 11 EA Service Reconnections&Laterals $350.00 $3,850 5 460 LF Asphalt Pavement Repair $30.00 $13,800 TOTAL $38,130 15.L-2037,Sta 4+27 to 7+49 Item Engineers Opinion of Probable Cost No. Quantity I Unit Description of Item Unit Cost Total 1 322 LF 8-inch Sanitary Sewer $36.00 $11,592 2 3 EA Sanitary Sewer Manhole $1,800.00 $5,400 3 3 EA Conc.Collar&MH Insert $250.00 $750 4 4 EA Service Reconnections&Laterals $350.00 $1,400 5 150 LF Asphalt Pavement Repair $30.00 $4,500 TOTAL $23,642 EBS-3 EXHIBIT "B-5" Opinion of Sanitary Sewer Rehabilitation Costs Sanitary Sewer Rehabilitation Contract Ul(61) PS58-070580175210; DOE 3576 16. L-2326, Sta 9+91 to 13+38 Item Engineer's Opinion of Probable Cost No. Quanti Unit Description of Item Unit Cost Total 1 347 LF 8-inch Sanitary Sewer $36.00 $12,492 2 2 EA Sanitary Sewer Manhole $1,800.00 $3,600 3 2 EA Conc.Collar&MH Insert $250.00 $500 4 13 EA Service Reconnections&Laterals $350.00 $4,550 5 15 LF Asphalt Pavement Repair $30.00 $450 TOTAL ;21,592 17. L-4694,Sta 7+30 to 9+02 Item Engineer's Opinion of Probable Cost No. Quanti Unit Description of Item Unit Cost Total 1 172 LF 8-inch Sanitary Sewer $36.00 $6,192 2 2 EA Sanitary Sewer Manhole $1,800.00 $3,600 3 2 • EA Conc.Collar&MH Insert $250.00 $500 4 2 EA Service Reconnections&Laterals $350.00 $700 5 15 LF Asphalt Pavement Repair $30.00 $450 TOTAL ;11,442 18. L-4700,Sta 0+00 to 8+47 Item Engineers Opinion of Probable Cost No. Quantity Unit Descri tion of Item Unit Cost Total 1 747 LF 8-inch Sanitary Sewer $36.00 $26 892 2 100 LF 84nch Sanitary Sewer BOTC $300.00 $30,000 2 2 EA SanitarySewer Manhole $1,800.00 $3,600 3 2 EA Conc.Collar&MH Insert $250.00 $500 4 15 EA Service Reconnections&Laterals $350.00 $5,250 5 30 LF Asphalt Pavement Repair $30.00 $900 6 550 LF Concrete Pavement Repair $45.00 $24,750 TOTAL ;91,892 19. L-4974, Sta 7+72 to 11+04 Item Engineer's Opinion of Probable Cost No. I Quantity I Unit Description of Item Unit Cost Total t 332 LF 8-inch Sanitary Sewer $36.00 $11,952 2 2 EA Sanitary Sewer Manhole $1,800.00 $3,600 3 2 EA Conc.Collar&MH Insert $250.00 $500 4 6 EA Service Reconnections&Laterals $350.00 $2,100 5 340 LF As haft Pavement Repair $30.00 $10,200 TOTAL ;28,352 20. M-218 Sta 55+81 to 58+94 Item Engineer's Opinion of Probable Cost No. Quanti Unit Description of Item Unit Cost Total 1 313 1 LF 112-inch Sanitary Sewer $55.00 $17,215 2 3 EA Sanitary Sewer Manhole $1,800.00 j $5,400 3 2 EA Conc.Collar&MH Insert $300.00 1 $600 4 313 1 LF jAsphalt Pavement Repair $30.001 $9,390 TOTAL ;32,605 EB5-4 EXHIBIT "B-5" Opinion of Sanitary Sewer Rehabilitation Costs Sanitary Sewer Rehabilitation Contract LXI(61) PS58-070580175210; DOE 3576 21.M-142,Sta 191+32E to L-2000,Sta.4+50 Item Engineers Opinion of Probable Cost No. Quant' Unit Description of Item Unit Cost Total 1 350 LF 8-inch Sanitary Sewer $36.00 $12,600 2 9 EA Service Reconnections&Laterals $350.00 $3,150 3 1 EA Sanitary Sewer Manhole $1,800.00 $1,800 4 100 VF 8-inch SanitarySewer BOTC $300.00 $30,000 5 1 EA Conc.Collar&MH Insert $300.00 $300 TOTAL $47,850 22.M-144,Sta 61+80 to L-2006, Sta 3+24 Item Engineer's Opinion of Probable Cost No. Quantity Unit Description of Item Unit Cost Total 1 324 LF 8-inch Sanitary Sewer $36.00 $11,6641 2 6 EA Service Reconnections&Laterals $350.00 $2,100 3 1 EA Sanitary Sewer Manhole $1,800.00 $1,800 4 1 EA Conc.Collar&MH Insert $300.00 $300 TOTAL $15,864 23. L-2006,Sta 3+24 to 7+66E Item Engineer's Opinion of Probable Cost No. Quantitv Unit Description of Item Unit Cost Total 1 442 LF 8-inch Sanitary Sewer $36.00 $15,912 2 1 EA Sanitary Sewer Manhole $1,800.00 $1,800 3 1 EA Conc.Collar&MH Insert $300.00 $300 4 8 EA Service Reconnections&Laterals $350.00 $2,800 5 30 LF Asphalt Pavement Repair $30.00 $900 TOTAL $21,712 24. M-142,Sta 184+37 to L-2009,Sta 5+82 Item Engineer's Opinion of Probable Cost No. Quantity Unit Description of Item Unit Cost Total 1 582 LF 8-inch Sanitary Sewer $36.00 $20,952 2 2 EA Sanitary Sewer Manhole $1,800.00 $3,600 3 2 EA Conc.Collar&MH Insert $250.00 $500 4 12 EA Service Reconnections&Laterals $350.00 $4,200 5 20 LF Asphalt Pavement Repair $30.00 $600 TOTAL $29,852 25. M-144,Sta 70+94E to L-2017,Sta 5+49 Item Engineers Opinion of Probable Cost No. Quantity I Unit Description of Item Unit Cost Total 1 556 LF 8-inch Sanitary Sewer $36.00 $20,016 2 2 EA Sanitary Sewer Manhole $180.00 $360 3 2 EA Conc.Collar&MH Insert $250.00 $500 4 11 EA Service Reconnections&Laterals $350.00 $3,850 5 30 LF Concrete Pavement Repair $45.00 $1,350 TOTAL $26,076 E85-5 EXHIBIT"B-5" Opinion of Sanitary Sewer Rehabilitation Costs Sanitary Sewer Rehabilitation Contract LXI(61) PS58-070580175210; DOE 3576 26.M-144,Sta 67+24 to L-2018,Sta 5+85 Item Engineer's Opinion of Probable Cost No. Quantity Unit Description of Item Unit Cost Total 1 585 LF 8-inch Sanitary Sewer $36.00 $21,060 2 1 EA Sanitary Sewer Manhole $1,800.00 $1,800 3 1 EA Conc.Collar&MH Insert $250.00 $250 4 12 EA Service Reconnections&Laterals $350.00 $4,200 5 20 LF Asphalt Pavement Repair $30.00 $600 TOTAL $27,910 27.L-2023,Sta 3+57 to 8+72 Item Engineer's Op inion of Probable Cost No. I Quantity Unit Description of Item Unit Cost Total 1 518 LF 84nch Sanitary Sewer $36.00 $18,648 2 2 EA Sanfta Sewer Manhole $1,800.00 $3,600 3 2 EA Conc.Collar&MH Insert $250.00 $500 4 10 .EA Service Reconnections&Laterals $350.00 $3,500 5 15 LF Asphalt Pavement Repair $30.00 $450 TOTAL $26,698 28.L-2037,Sta 9+69 Point Repair Item Engineers Opinion of Probable Cost No. Quantity Unit Description of Item Unit Cost Total 1 1 LS Sanitary Sewer Point Repair $4,000.00 $4,000 2 10 1 LF jAsphalt Pavement Repair $30.00 $300 TOTAL $4,300 29. L-2326,Sta 9+91 to L-2560,Sta 0+25 Item I Engineer's Opinion of Probable Cost No. I Quantity Unit Description of Item I Unit Cost Total 1 62 LF 8-inch Sanitary Sewer $36.00 $2,232 2 1 EA Sanitary Sewer Manhole $2,000.00 $2,000 3 1 EA Conc.Collar&MH Insert $250.00 $250 4 15 LF Asphalt Pavement Repair $30.00 $450 5 2 EA Service Reconnections&Laterals $350.00 $700 TOTAL $5,632 30. L-4694,Sta 5+42E to L-4697,Sta 3+81 Item Engineer's Opinion of Probable Cost No. Quantilv I Unit Description of Item Unit Cost 11 Total 1 478 LF 84nch Sanitary Sewer $36.00 $17,208 2 2 EA Sanitary Sewer Manhole $1,800.00 $3,600 3 2 EA Conc.Collar&MH Insert $250.00 $500 4 10 EA Service Reconnections&Laterals $350.00 $3,500 5 478 LF Asphalt Pavement Repair $30.00 $14,340 TOTAL $39,148 EB5- EXHIBIT "B-5" Opinion of Sanitary Sewer Rehabilitation Costs Sanitary Sewer Rehabilitation Contract LXI(61) PS58-070580175210; DOE 3576 31. L-4694,Sta 13+80 to 17+40 Item Engineers Opinion of Probable Cost No. Quantity Unit Description of Item Unit Cost Total 1 360 1 LF 8-inch Sanitary Sewer $36.00 $12,960 2 2 EA I Sanitary Sewer Manhole $1,800.00 $3,600 3 2 EA I Conc.Collar&MH Insert $250.00 $500 4 360 LF jAsphaft Pavement Repair $30.001 $10,800 TOTAL $27,860 32. L-4694,Sta 17+40 to 27+17E Item Engineer's Opinion of Probable Cost No. Quantitv Unit Description of Item Unit Cost Total 1 977 LF 8-inch Sanitary Sewer $36.00 $35,172 2 2 EA Sanitary Sewer Manhole $1,800.00 $3,600 3 2 EA Conc.Collar&MH Insert $250.00 $500 4 20 EA Service Reconnections&Laterals $350.00 $7,000 5 977 LF Asphalt Pavement Repair $30.00 $29,310 TOTAL $75,582 33. L-4694,Sta 3+70 to 5+42E Item I Engineer's Opinion of Probable Cost No. I Quantitv I Unit Description of Item Unit Cost Total 1 172 LF 8-inch Sanita Sewer $36.00 $6,192 2 1 EA Sanitary Sewer Manhole $1,800.00 $1,800 3 1 EA Conc.Collar&MH Insert $250.00 $250 4 2 EA Service Reconnections&Laterals $350A0 $700 5 15 LF Asphalt Pavement Repair $30.00 $450 TOTAL $9,392 34. L-4694,Sta 7+30 to 5+42E Item Engineer's Opinion of Probable Cost No. Quantity Unit Description of Item Unit Cost I Total 1 188 LF 8-inch Sanitary Sewer $36.00 $6,768 2 2 EA Service Reconnections&Laterals $350.001 $700 3 15 LF lAsphalt Pavement Repair $30.001 $450 TOTAL $7,918 35. L-4694,Sta 7+30 to L-4699,Sta 4+10E Item Engineer's Opinion of Probable Cost No. I Quantity Unit Description of Item Unit Cost I Total 1 410 LF 8-inch Sanitary Sewer $36.001 $14,760 2 1 EA Sanitary Sewer Manhole $1,800.00 $1,800 3 1 EA Conc.Collar&MH Insert $250.00 $250 4 10 EA Service Reconnections&Laterals $350.00 $3,500 TOTAL $20,310 EB5-7 EXHIBIT "B-5" Opinion of Sanitary Sewer Rehabilitation Costs Sanitary Sewer Rehabilitation Contract LXI(61) PS58-070580175210; DOE 3576 36.M-218,Sta 74+94 to L-4724, Sta 5+93E Item Engineer's Opinion of Probable Cost No. Quantity Unit Description of Item Unit Cost Total 1 593LFd8-inch Sanita Sewer $36.00 $21,348 2 2 EASanita Sewer Manhole $1,800.00 $3,600 3 2 EACone.Collar&MH Insert $250.00 $500 4 12 EAService Reconnections&Laterals $350.00 $4,200 5 20 LFAsphalt Pavement Repair $30.00 $600 TOTAL $30,248 37. M-218,Sta 78+54 to L-4725,Sta 6+60 Item Engineers Opinion of Probable Cost No. I Quantitv Unit Description of Item Unit Cost Total 1 660 LF 8-inch Sanitary Sewer $36.00 $23,760 2 2 EA Sanitary Sewer Manhole $1,800.00 $3,600 3 2 EA Cone.Collar&MH Insert $250.00 $500 4 13 .EA Service Reconnections&Laterals $350.00 $4,550 5 30 LF Asphalt Pavement Repair $30.00 $900 TOTAL $33,310 38.L-4725,Sta 6+60 to 12+38E Item Engineer's Opinion of Probable Cost No. Quant' Unit Descri tion of Item Unit Cost Total 1 578 LF 8-inch Sanitary Sewer $36.00 $20,808 2 2 EA Sanitaa Sewer Manhole $1,800.00 $3,600 3 2 EA Cone.Collar&MH Insert $250.00 $500 4 12 EA Service Reconnections&Laterals $350.00 $4,200 5 15 LF Asphalt Pavement Repair $30.00 $450 TOTAL $29,558 39. M-218,Sta 58+94 to K-4760,Sta 3+06 Item Engineer's Opinion of Probable Cost No. Quantitv Unit Description of Item Unit Cost Total 1 306 LF 8-4nch Sanitary Sewer $36.00 $11,016 2 2 EA Sanita Sewer Manhole $1,800.00 $3,600 3 2 EA Cone.Collar&MH Insert $300.00 $600 4 2 EA Service Reconnections&Laterals $350.00 $700 5 15 LF Asphalt Pavement Repair $30.00 $4550 6 340 SY Creek Bank Sloe Protection Rip Rap $30.00 $10,200 TOTAL $26,566 40.L+4974,Sta 4+02 to 7+72 Item Engineer's Opinion of Probable Cost No. Quantity Unit Description of Item Unit Cost Total 1 370 LF 8-inch Sanitary Sewer $36.00 $13,320 2 1 EA Sanitary Sewer Manhole $1,800.00 $1,800 3 1 EA Cone.Collar&MH Insert $250.00 $250 4 8 EA Service Reconnections&Laterals $350.00 $2,800 5 370 LF Asphalt Pavement Repair $30.00 $11,100 TOTAL $29,270 EB5-8 EXHIBIT "B-5" Opinion of Sanitary Sewer Rehabilitation Costs Sanitary Sewer Rehabilitation Contract LXI(61) PS58-0'70580175210; DOE 3576 41.M-142,Sta 182+49 to 184+37 Item Engineers Opinion of Probable Cost No. Quantitv Unit Description of Item Unit Cost Total 1 188 LF 8-inch Sanitary Sewer $36.00 $6,768 2 ; EA Sanitary Sewer Manhole $2,000.00 $2,000 3 1 EA Conc.Collar&MH Insert $300.00 $300 4 188 LF Asphalt Pavement Repair $30.00 $5,640 TOTAL $14,708 42. M-142,Sta 179+65 to 182+49 Item Engineer' Opinion of Probable Cost No. Quan' Unit Description of Item Unit Cost ITotal 1 284aEA 8-inch Sanity Sewer $36.00 $10,224 2 1 Sanity Sewer Manhole $1,800.00 $1,800 3 1 Conc.Collar&MH Insert $250.00 $250 4 6 Service Reconnections&Laterals $350.00 $2,100 5 284 Asphalt Pavement Repair $30.00 $8,520 TOTAL $22,894 43.M-144,Sta 61+80 to 63+64 Item Engineer's O inion of Probable Cost No. Quantity Unit Descri tion of Item Unit Cost Total ? ?84 LF 8-inch Sanitary Sewer $36.00 $6,624 2 2 EA IService Reconnections&Laterals $350.00 $700 3 1 20 LF jAsphalt Pavement Repair $30.00 $600 TOTAL $7,924 44. L-2365,Sta 0+00 to M-145,Sta 29+77 Item Engineer's Opinion of Probable Cost No. Quantitv Unit Description of Item Unit Cost Total 1 600 LF 8-inch Sanitary Sewer $36.00 $21,600 2 2 EA Sanitary Sewer Manhole $1,800.00 $3,600 3 2 EA Conc.Collar&MH Insert $250.00 $500 4 12 EA Service Reconnections&Laterals $350.00 $4,200 5 30 LF Asphalt Pavement Repair $30.00 $900 TOTAL $30,800 45.M-218,Ta 59+84 to 62+87 Item Engineer's Opinion of Probable Cost No. Quantitv Unit Description of Item Unit Cost Total 1 303 LF 8-inch Sanitary Sewer $36.00 $10,908 2 2 EA Sanitary Sewer Manhole $2,000.00 $4,000 3 2 EA Conc.Collar&MH Insert $250.00 $500 4 303 LF Sod Replacement in Rosen Park $8.00 $2,425 TOTAL $17,833 E65-9 EXHIBIT "B-5" Opinion of Sanitary Sewer Rehabilitation Costs Sanitary Sewer Rehabilitation Contract LXI(61) PS58-070580175210, DOE 3576 46.M-218,Sta 73+17 to 74+94 Item Engineers Opinion of Probable Cost No. Quanti Unit Description of Item Unit Cost Total 1 177 LF 8-inch Sanitary Sewer $36.00 $6,372 2 1 EA Sanitary Sewer Manhole $1,800.00 $1,800 3 1 EA Conc.Collar&MH Insert $250.00 $250 4 4 EA Service Reconnections&Laterals $350.00 $1,400 5 15 LF Asphalt Pavement Repair $30.00 $450 TOTAL $10,272 47. M-218,Sta 87+33 to 88+74 Item Engineer's,Opinion of Probable Cost No. Quant' Unit Description of Item Unit Cost Total 1 141 LF 8-inch Sanitary Sewer $36.00 $5,076 2 2 EA Sanitary Sewer Manhole $1,800.00 $3,600 3 2 EA Conc.Collar&MH Insert $250.00 $500 4 2 EA Service Reconnections&Laterals $350.00 $700 5 141 LF Asphalt Pavement Repair $30.00 $4,230 TOTAL $14,106 48.M-218,Sta 85+14 to 87+33 Item Engineers Opinion of Probable Cost No. Quant Unit Description of Item Unit Cost Total 1 219 LF 8-inch Sanitary Sewer $36.00 $7,884 2 1 EA Sanitary Sewer Manhole $1,800.00 $1,800 3 1 EA Conc.Collar&MH Insert $250.00 $250 4 2 EA Service Reconnections&Laterals $350.00 $700 5 219 LF Asphait Pavement Repair $30.00 $6,570 TOTAL $17,204 49. M-218,Sta 78+54 to 85+14 Item Engineer's Opinion of Probable Cost No. I Quantity I Unit Description of Item Unit Cost Total 1 660 LF 8-inch Sanitary Sewer $36.00 $23,760 2 1 EA Sanitary Sewer Manhole $1,800.00 $1,800 3 1 EA Conc.Collar&MH Insert $250.00 $250 4 16 EA Service Reconnections&Laterals $350.00 $5,600 5 30 LF Asphalt Pavement Repair $30.00 $900 TOTAL $32,310 EBS-10 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND ATTACHMENT A SANITARY SEWER REHABILITATION CONTRACT LXI (61) PROJECT NUMBER: PS58-070580175210 DOE NO. 3576 The following amendments shall be made to the Standard Agreement for Engineering Services. 1. Replace Article IV (K)(2)(g)with the following. "The City of Fort Worth shall agree to waive its right of recovery in favor of Engineer for damage covered under the City's commercial property insurance policy. Such waiver shall not be effective regarding damage sustained by the City within the policy's deductible limits. The City authorizes the Engineer to include in the construction documents the requirement that the construction contractor agrees to waive its rights of recovery in favor of the City and Engineer in the contractor's builders risk insurance policy as required by the City. All Project contractors shall be required to include CITY and ENGINEER as additional insured on their General Liability insurance policies, and shall be required to indemnify CITY and ENGINEER to the same extent. ENGINEER agrees to endorse its commercial general liability insurance policy, in a reciprocal manner to include the City of Fort Worth and specific City Project contractors categorically." C-1 Q d ..,5 C) C N ' ................................... .....--------------...----- . .._.___ ___ .._ z° U i N j N O CLN O cc F-' Q� C C C X X (D w w o C i CO u CL m4 +a c o O 0O LL N N N N N NN N N N N N N N N N N M N N M M M N M M M t Cp r- U CCt N O O O O O O O O O O O O O O O O O O O O O O O O O O O I p� N= , , 0 v 0 C5 a r - v 0 0 ti v � v o`o m :r w ao 0 o a I E o t a+ M CO C+I N r N N 00 00 r M '- �-- N O •' � a r N 4 t0 r tD = Om. M CLL ..` a .d. CO CO ti •C •= O (O .0 •- O .` .� r f`7 ..- ` r r lL1 .0 C L LL t •c •c c c LL LL '' LL c •C c LL LL c ll LL c c LL o E �+ O N p LL LL LL "_LL LL LL LL LL LL LL LL li LL LL LL LL LL E O ti ao- Lq °° - _. ... . __. _ _. .... .. ... .. - -. ... ...... 3 uj N N N N N N N N N N N N N N N N N N N N N M N N N M M 1. (@ d O O O_ O O O O O O O O O O O O O O O O O O O O O O O O .-- N N •1`- N N O r r (O M C C 4 CO -�3 ^' �r-- :g U. LL 0 0 0 0 0 0 0 0 0 0 0 0 c o c C c o j 0 v ; 3 3 3 3 3 3 3 3 3 A m m M coe- n r LO O N O (O _ .-- O N N O N N I f0 ti ti co - _...:._........... _.............. _..... ..........._.... ... .......__...._....._j U) > Y �, v ►`0 cn a a o O o 06 a U a c c T fn N '7. fA N O - O y as 3 `c3 �` d °a 3 `c3 d < c Q fm c V 3 c a T as n c .� a T as C D y o c j N m O N . N m O O M '.-3' O U 0 0 6 0 as U n- cr as 3 d as a ft as 3 m '- ' U ' U T C T C C 0 N U �` tl •U C1 i aco rn of c E o a m - c E Y c o Y c o _ 0 d (D .(D d Ct o - 0 m .a .0 a o N U W Q H N Q a p 0 '> Q c c U m '> c c U p c 'a 0 m c 0 N a R °' O z, z m c' m tv ° o g U ° o ° w y m m H .H m H Y m m y m O O u n s ID o a a c c a 9 aai m c c 0 0 n o z v ? c 9 c o 00 °� E E m U C1 .� E '`a O y m O U) :7 C C m fm O - C C 'y f0 f0 O 3 > f0 C m T� > m C m w N Z oo Z U 0 a a LL LL C o U U a s iL U- C Q Q Q U LL Q, Q Q U LL U C 'O to c IQ D m m i i t i(o N co iO ,O !r- N iM 'tA o P- i� iO 'O 'r iN 'M :� I.4 ICO `ti t0 ir- r- r- �r �� {.- r �e- r• ir- iN N jN !N ;N sN N iN 1 d M ; 74 04 i i A a� • NV y J` I7• ISKI L 2427 ",n �R 15-W 1 / 240 L � 41-14 low aw 24th 07.74 i� 6 td" >4 > J 13 f 2Ya A J t J i � SOS 1140 1d1116tK 7N7[ J v t]T.IS 4 wr s. � ^ t:•tlti N I !n c` 1 4V* PS t L-J Fd O %N I It C u ea �pV E1�� a 16 \J o � N A ``yt 2.49 L-533? L.3161 ts.as 29 '•� :t 6' c.00[ 2.96 A G11lO[rl � 14.17 L' Z0t1 �_ 0.9• - 6MK t- 10MT o% � wE :If _ t V. ,` a '.+wn 009 p ti ��i 14 !. u i vL'fb33'NP — P. Fps* •� tl es.xs � ts. 'o.aa �At e.•o s.a v >g v BlaCicEtC11 CITY OF FORT WORTH, TEXAS EXHIBIT R CONTRACT 61 E-1 co g ev PN:130032 SEWER SERVICE REHABILITATION SCALE E R1 �C 7 DOE P1N.3376 1' s 500 J S PPRK Poa P O l0.7a 1 ry . i w R 76x38 9 7R.Rp 8 4, ! V b 72.BS • > > ' J",-c�l�A.e6 fLf TM3 7.72 68.82 .10 L�1Cv'MA AVE. rSA-I PA�B� v 19 ykea M-2f7 67.78 67N6 67 s.oec 1pr74t 40 ¢` e.es eK 9r>o 10" sig. SS ls.:7 S 6 S eax x L + � 7: O��S 1.27E OCL J Q� 7.67C Aglo � � P vRt •t7.C,E � s.s, x.ao�7 : R�,� � ab lg1p�� QCJ� tin 10C -4972yp �S�V ' 101f!lu2T ST. r y` mM ME 26.84 e t GRCLE - 9, 9x7 '' x MPT MMYN UTY LDOTS a a t z RIVER aWS G7Y Lion fu 16 �e o M HO w - at. 6` POOM AVE , 14.216 5r 6.99 y e a 60�G9J 9r71E 1.69 73t ca Bladetcn CITY OF FORT WORTH, TEXAS EXHIBIT Vill CONTRACT 61 E-3 o o o'P":'soas2 SEWER SERVICE REHABILITATION scare 1 co "I DOE PN:3575 ' = 500' J f 6 ♦ �O� � `ii� ra L-4755 � L-4759 Ow B, t. •,A 27 s v 31 H r M 17 3034 7.90 ! ei.�' » �bq► spa) �9 A.D. �6 y (33 11.95 lA7 a_ 9 51 12.6 46.17 •� `P6'DS ,S~ ! a� s9.or a.s6 mruavi .70<` S 74 AWr 40-W .4m C b'b 3 2 Js 8 r ( 147 1 lvw s�MWf a R 96 .71 VJtlAX Js." O � r \ 9z.zt LU o MCK&NAMCCM CI TY OF FORT WORTH TEXAS EXHIBIT o c R EnOIW 's CONTRACT 61 E-4 co o c o ev ra:130832 SEWER SERVICE REHABILITATION , SCAL op Q •� DOE PN:3578 J !'� 4 ,47) s, 48 ,o b 49 cl Q `a►o 36 $y � a C�� , !� aZt 8 37 38 a PAW 45 µBEVERLY �. L-4� Prate EY HILLS ES T. _ ` 20 sAt 711% mon L- 733 L a- ! !. L- 759 .! a_ Ta � K � p 6. 1p �!• r N17 27 +t u a. �¢S•/ t O ''!` KE q H o EU3CX&NAMMtCM CITY OF FORT WORTH, TEXAS EXHIBIT Engboeft o CONTRACT 61 E-5 pBV PN:130832 SCALE o SEWER SERVICE REHABILITATION �. = 500'm Q 7 DOE PN:3678 _ J City of Fort Worth, Texas i1DAyor And Council Communication DATE REFERENCE NUMBER LOG NAMEPAGE 4/9/02 **C-19040 30LX1 1 of 2 SUBJECT APPROPRIATION ORDINANCE AND ENGINEERING AGREEMENT WITH BLACK & VEATCH CORPORATION FOR SANITARY SEWER REHABILITATION CONTRACT LXI 61 RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $184,640 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$184,640 from available funds; and 3. Authorize the City Manager to execute an engineering agreement with Black & Veatch Corporation in the amount of$176,640 for Sanitary Sewer Rehabilitation Contract LXI (61). 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-145 Beginning from a point located 250 feet east of the 25th Street/NW 25th Street intersection, southerly 750 feet, then southwesterly 250 feet, then commencing again from the Adam Avenue/Hanna Avenue intersection, southwesterly 1700 feet along Adam Avenue to Belle Avenue; and • M-144, L-2006, L-2016, Located in an area generally bound by Macie Street on the north, L-2017, L-2018, L-2019 Kearney Avenue on the south, NW 27th Street on the east, and NW 25th Street on the west; and • M-142, L-2001, L-2009 Located in an area generally bound by West Long Avenue on the north, Grayson Avenue on the south, NW 27th Street on the east, and NW 26th Street on the west; and • L-4694, L-4697, L-4699 Located in an area generally bound by Kearney Avenue on the north, Menefee Street on the south, 20th Street on the east, and 17th Street on the west; and • M-218, L-4724, L-4725 Located in an area generally bound by Titus Street on the north, Robinson Street on the south, 26th Street on the east and 24th Street on the west; and • L-2025 Located in the alley between 21 st Street and 22nd Street from Belle Avenue to Adams Avenue. City of Fort Worth, Texas "affor And Council Communication DATE REFERENCE NUMBER LOG NAMEPAGE 4/9/02 **C-19040 30 11 2 of 2 SUBJECT APPROPRIATION ORDINANCE AND ENGINEERING AGREEMENT WITH BLACK $ VEATCH CORPORATION FOR SANITARY SEWER REHABILITATION CONTRACT LXI 61 Black 8 Veatch Corporation proposes to perform the design work for a lump sum fee of$176,640. Staff considers this fee to be fair and reasonable for the scope of services proposed. Black & Veatch Corporation is in compliance with the City's M/WBE Ordinance by committing to 36% M/WBE participation. The City's goal on this project is 23%. The project is located in COUNCIL DISTRICTS 2 and 7, Mapsco 47X, and Y, and 61 B, C, D, E, F, G, H, and W. In addition to the contract amount, $8,000 is required for project management by the Engineering Department. FISCAL INFORMATION/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. BG:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) 1&2)PS58 472045 070580175210 $184,640.00 Bridgette Garrett/Acting 6140 2)PS58 531200 070580175210 $176,640.00 Originating Department Head: 2)PS58 531350 030580175210 $ 8,000.00 Douglas Rademaker 6157 (from) APPROVED 04/09/02 3)PS58 531200 070580175210 $176,640.00 ORD1 15069 Additional Information Contact: 1)PE45 538070 0709020 $184,640.00 Douglas Rademaker 6157