HomeMy WebLinkAboutContract 26698CITY ���I�EY'Af�Y' �
COfVTRACT Np , c�,����
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING SERVICES
This AGREEMENT is betweCTthenerall f descr bed astSto mITDr'ain ReconstDruct on at Several
"ENGINEER ), for a PROJE g Y
Locations and Lost Creek Drainage Improvements.
Article I
Scope of Services
q, The Scope of Services is set forth in Attachment A.
Article II
Compensation
q. 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 invoi REEMENTS Invoi besta e due IandEpayab ellwith n 30 days of
under this AG
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
i -_
, ... _�.�;��- - �• ,..,
services. � ��i����i`��'%�;,,� i�;'(�!CU�Q
; !� (l Un c��!�� G���°a; l�
— � — �_..,� '�l° N'��'���'�� ���, ����n
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.
E. Engineers 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_tl�o�.�.du.ties _th
belong to the CITY and/or the CITY's constructio �� ,, ����tqr�,��� ���1�r
� ���
�; �I �I 1i ,,�i �. �t;��., �.� !�I., li;
— 2' � U�la IlUlvill�l_f�l l;l p�jlsL�a
�
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 Except to the extent of specific site visits expressly detailed and set
forth in Attachment A, the 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) ENGINEER or its personnel shall have no obligation or responsibility to
visit the construction site to become familiar with the progress or quality
of the completed work on the PROJECT or to determine, in general, if the
work on the PROJECT is being performed in a manner indicating that the
PROJECT, when completed, will be in accordance with the Contract
Documents, nor shall anything in the Contract Documents or the
agreement between CITY and ENGINEER be construed as requiring
ENGINEER to make exhaustive or continuous on-site inspections to
discover latent defects in the work or otherwise check the quality or
quantity of the work on the PROJECT. If, for any reason, the ENGINEER
should make an on-site observation(s), on the basis of such on-site
observations, if any, the ENGINEER shall endeavor to keep the CITY
informed of any deviation from the Contract Documents coming to the
actual notice of ENGINEER regarding the PROJECT.
(3) When professional certification of performance or characteristics of
materials, systems or equipment is reasonably required to perform the
services set forth in the Scope of Services, the ENGINEER shall be
entitled to rely upon such certification to establish materials, systems or
equipment and performance criteria to be required in the Contract
Documents.
F. Opinions of Probable Cost, Financial Considerations, and Schedules
(1) The ENGINEER shall provide opinions of probable costs based on the
current available information at the time of preparation, in accordance
with Attachment A.
(2) In providing opinions of cost, financial analyses, economic feasibility
projections, and schedules for the PROJECT, the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation or
maintenance costs; competitive bidding procedures and market
conditions; time. or 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. ,--_- (�_ - - `—
� '�_���"�l�V��,•Il�r�a�>> lis,lc��.;�4���i:;1��1
�'z � (� '��('� f;�+;���,a t�;��,
��; ��I � c:���, ::: ��.,C� lli:��,:.1r
- 3- � U'�� Lfi��);��_�u�! i� ��� l�lti� _
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 (M/WBE) participation
In accord with City of Fort Worth Ordinance No. 11923, 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
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 x�r,�}��e��an�� botQ�o �y
�.����� 1� �i I, ,i_ r::��:�
�G��'ti' �����:��1��`;I�,�`��$�I
- 4 - r'`,, \
[ i�; �[i ��1 ���i`r,
G�a N�;J,�,_�1��`�u �I�LS�
any directiy pertinent books, documents, papers and records of such
subconsuitant, involving transactions to the subcontract, and further, that
the CITY shall have access during normal working hours to all
subconsultant facilities, and shail 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 shail 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.
Workers Compensation-
Coverage A: statutory limits
Coverage B: $100,000 each accident
$500,000 disease - policy limit
$100,000 disease - each employee
Professional Liability
$1,000,000 each claim/annual aggregate
(2) Certificates of insurance evidencing that the ENGINEER has obtained all
required insurance shall be delivered to the CITY prior to ENGINEER
proceeding with the PROJECT.
(a) Applicable policies shall be endorsed to name the CITY an
Additional Insured thereon, as Its interests may appear. The term
CITY shall include its employees, officers, officials, agents, and
volunteers as respects the contracted services.
(b) Certificate(s) of insurance shall document that insurance
coverages specified according to items section K(1) and K.(2) of
� ---_ . _ ._,.---
(� �`��II���J";:Ji^`a�� Ur<�L���%IA��L��
J � �n
r.
�_��-r, r,
��
� �c> !I ll ii r� ��,,'.��.,�°jl+���!;jl ; i'"y�
- 5 - � U'�. �r�;;;�i1�,5'�, ���±�5��1
_� �� �� ��: � u�p e
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.
(i) The Commercial General Liability insurance policy shall have no
exclusions by endorsements unless such are approved by the
city.
(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. .
�r��� pr�
(;"��U�'11'U'��:ul�. G,;�15(��c�)rD
�:;�q { r
- 6 - ��:111�1� c"1 �' ^° r��i;"�j'�,�'�p�(}�(
G'�,�;;I�,�i.
�:, �f�,,, I
�11d u��%l� I)J�;��i`�Ig ,,��;;
U l`�/r`Sn
(I) 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 subconsultants 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.
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 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 mad i�i �;an;,_,,- —����
amendment to this AGREEMENT. �`�%'�'�j''. /�::� (`:'i� ��;������t���
E
'�I r; Crl-, = ro( �
r. a . �r:� 1%
f� II ��1 C�� �:; U;JLi�I';"�U�1ll
�j� (������"ii,�:��?i (r��7
' 7' �. J�.��V :'�. J I`��g ��5�'�0
Article V
Obligations of the City
Amendments to Articie 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 except when verification is necessary to insure
the proper delivery of services to be performed.
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
required by the CITY in a timely manner in accordance with the project schedule
in Attachment O.
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
,—�__.,. -----�.T-,- -..,.
� � ^ ' ci2 �=� c; ^�
�;�,��Gu��;���,�� 6_����,��� ���
- s - (, c � ��� 1 ��, ,
�
fi�7; �
�� �;�i ' SI� `� l�� cA�
� J � u c.� .: tit�: ',%��S
� �, ������_�`�G9 u'C���o
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
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.
� ����GG�� O L��,i� ��,�G�::��<<�D
;� �1�U� ��[����� ?���;�G?i��
- 9 - (L� `irn:C�`��fI!`�,� '�f��j
U �l ��1���z ��!' : Il i� ��, U ls�n
(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
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 o b�-a�d-doeg--t�ot =--�
� . „� - ,
��'�;I��"'��`�! �''I� ��-�%i)�i;���
� Iri,,. ��„'' �� .,�_,
{ ( --� ��,,� r�,,�9
- 10 - 6 i�.i!�; ��r Nj SII , U,�����(i;lU� U
Ei U�lla L"��l`"?I�LIIIU�p U,��Uq
f
commence correction of such nonperFormance with 5 days of written
notice and diligently complete the correction thereafter.
(2) If this AGREEMENT is terminated for the convenience of the City, the
ENGINEER will be paid for termination expenses as follows:
a) Cost of reproduction of partial or complete studies, plans,
specifications or other forms of ENGINEER'S work product;
b) Out-of pocket expenses for purchasing storage containers,
microfilm, electronic data files, and other data storage supplies or
services;
c) The time requirements for the ENGINEER'S personnel to
document the work underway at the time the CITY'S termination
for convenience so that the work effort is suitable for long-term
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.
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.
� ti
,�J���r�i��� ����.c� G� �<<�<<��: �C>>
� r
�^ �� �� ,��'` r.i r�'`�,�, h�i4
,:�U� ���::;�;�'(G.��iT
-11- �,� ���J�r;���,v� ��;,,�
, '�,�i_JW@... _ a
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.
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 inediation 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 may be
entered thereon in any court having jurisdiction, and will not be subject to
appeal or modification except to the extent permitted by Sections 10 and
11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11).
(2) Any award greater than $50,000, exclusive of attorney's fees, costs and
expenses, may be litigated by either party on a de novo basis. The award
shall become final ninety (90) days from the date same is issued. If
litigation is filed by either party within said ninety (90) day period, the
award shall become null and void and shall not be used by either party
for any purpose in the litigation.
K. Severability and Survival
If any of the provisions contained in this AGREEMENT are held for any reason to
be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or
unenforceability will not affect any other provision, and this AGREEMENT shall
be construed as if such invalid, illegal, or unenforceable provision had never
been contained herein. Articles V.F:, VI.B., VI.D., VI.H., VI.I., and VI.J. shall
survive termination of this AGREEMENT for any cause.
�� __._�._
�,� ��r��� a��,� .�a���cr�, ��n
� ; r� � � a �..ar�. n��.�
l:��l� �?1�,�.�.��;:i����.,,�;�
�:, , � ..
- 12 - n���J��j;;;���;� ���,a
l��r �� :,r_����� 1�[�a�
L. Observe and Comply
ENGINEER shall at ail times observe and compiy with all federal and State laws
and regulations and with all City ordinances and regulations which in any way
affect this AGREEMENT and the work hereunder, and shall observe and comply
with all orders, laws ordinances and regulations which may exist or may be
enacted later by governing bodies having jurisdiction or authority for such
enactment. No plea of misunderstanding or ignorance thereof shall be
considered. ENGINEER agrees to defend, indemnify and hold harmless CITY
and all of its officers, agents and employees from and against all claims or
liability arising out of the violation of any such order, law, ordinance, or
regulation, whether it be by itself or its employees.
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
AT/T�ST:
Gldria Pear�
City Secreta
�° - � �-��.9
Gontract Authorization
�- �'C�/
Date
APPROVED AS TO FORM AND LEGALITY:
�
Assistan ' Attorney
CITY \ F FOR ORT
By:
Mike Groomer
Assistant City Manager
APPROVED:
,-�,. ..�-,�--,
�'
� �
Hugo Ma anga, P.E.
Director, Transportation and Public Works
Department
-13-
J.B. DAVIES, INC., ENGINEER
By: � ��%f�L ��.f'�---
Edward L. Green, P.E.
Vice President
�)���!a0��,�� ��'C����J(ti?�
�=�I��Y%��������r��% r��
�:, � ,..� �.4 �-,�1i1N
��
�1 J��- ri�f,�I ��jr���
�J� C���(:ii(,;l,lt�p fs�N�
ATTACHMENT "A"
Generai 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 Genera! Scope of Services, the Supplemental Scope
of Services shall have precedence over the General Scope of Services."
GENERAL
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) Geotechnicallnvestigations
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 ag.ency issuing the agreement and/or permits and will make any
revisions necessary to bring the plans into compliance with the requirements of said
agency, including but not limited to highways, railroads, water authorities, Corps of
Engineers and other utilities.
5) Design Changes Relating to Permitting Authorities
If permitting authorities require design changes, the Engineer shall revise the plans and
specifications as required at the Engineers own cost and expense, unless such changes
are required due to changes in the design of the facilities made by the permitting
authority. If such changes are required, the Engineer shall notify the City and an
amendment to the contract shall be made if the Engineer incurs additional cost. If there
are unavoidable delays, a mutually agreeable and reasonable time extension shall be
negotiated.
��������G�G�,d �-��C����,D
�� 0�'ti' �"��� G�'��IaC�
A-1 � ��� U���!��`.'��iIQ ���lr�o
L�
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 lines 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 tines, 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 Engineers recommended plan. For all submittals,
the Engineer shall submit plans and documents for street/storm drain and
water/wastewater facilities. The Engineer shall receive written approval of the Phase 1
Plans from the City's project manager before proceeding with Phase 2.
�r� � r -.n
I��i b /�, �� Di
,����1,����� �r��=�����D
!� a�ti' c������'����;1G���
A-2 , C�'o �i����������➢ �L�in,�o
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 Specifcation 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.
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
substitution prior to the award of contracts is allowed by the bidding documents, the
Engineer will advise the owner as to the acceptability of alternate materials and _R
equipment proposed by the prospective constructors. ,�;�;ri�� .,,�, �� �
���1��,����.,�, c��c�r��
A-3 I�p� � q y� �v�
�����Uf ��C�.';;G����,a�i�
U'lio Uir"��h:'1U11y U�Wo
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
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.
� ���G��:���z� �'i����,��D
A-4 �ii ��i c����: `�� �'��J�� t 1�
� �;�'' M'/�''� �,I� 1 �r��
� �o L"J1�_�I�^_`l� ��I9 b ��;�n
L.�.o _
EXHIBIT "A-1"
SUPPLEMENTAL SCOPE OF SERVICES
(SUPPLEMENT TO ATTACHMENT "A")
DESIGN SERVICES: DRAINAGE IMPROVEMENTS
The following is a clarification of the tasks that the ENGINEER will perForm under ATTACHMENT
"A". Work under this attachment includes engineering services for paving and/or storm drain
improvements for the following:
1998 CAPITOL IMPROVEMENTS PROJECTS STORM DRAIN RECONSTRUCTION AT
SEVERAL LOCATIONS
Project Number C115-020115028915
1993 CAPITOL IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE IMPROVEMENTS
Project Number C111-020111028920
Upon receipt of notice to proceed, the ENGINEER will perform the foilowing tasks:
PART A — PRE-ENGINEERING
1. Initial Data Collection
a. Pre-Design Coordination Meetings
ENGINEER will attend and document meetings, as required, to discuss and
coordinate various aspects of the project and to ensure that the project stays on
schedule. For purposes of establishing a level of comfort, two (2) meetings are
anticipated. These include the following:
One (1) pre-design kick-off meeting, (including the CITY's Department of
Engineering and other departments that are impacted by the project).
One (1) review meeting at completion of the City's review of the conceptual
engineering plans.
b. Data Collection
In addition to data obtained from the City, ENGINEER will research and make
efforts to obtain pertinent information to aid in coordination of the proposed
improvements with any planned future improvements that may influence the
project. ENGINEER will also identify and seek to obtain data for existing conditions
EAl-1 (� �,
.�
; �`-�U��D�u��G��, ��' ;���G°� �
�%!I a'J h3)I�����'� I,�L; IVi-�1f��� A
�`�o C����,;����:��C��_���q
that may impact the project including; utilities, City Master plans, 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, TxDOT and railroads. These entities shall also
be contacted if applicable, to determine plans for any proposed facilities or
adjustment to existing facilities within the project limits. The information obtained
shall be shown on the concept plans. The ENGINEER shall show the location of
the proposed utility lines, existing utility lines and any adjustments and/or relocation
of the existing lines within the project limits. ENGINEER shall complete all forms
necessary for City to obtain permit letters from TxDOT and railroads and submit
such forms to the City. City shall be responsible for forwarding the forms to the
affected agencies for execution.
2. Quarterly Progress Report
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.
PART B- CONSTRUCTION PLANS AND SPECIFICATIONS
1. Conceptual Engineering
a. Surveys for Design
i. 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 storm drain lines located in alleys or backyards, ENGINEER will
obtain the following: Obtain permission for surveying through private property.
Locate horizontal and vertical alignment of utility lines. Tie improvements, trees,
fences, walls, etc., horizontally along rear lot lines in an approximately 20' wide
strip. In addition, locate all rear house corners and building corners in backyards.
Profile existing grades along centerline of storm drain. Compile base plan from
field survey data at 1" = 20' horizontal and 1" = 4' vertical scale.
EAl — 2 ���i��'��I ��- ���,��� I?������J 11 p
r ^... r n
�,� u � ��? ��
��:� i`,;, ���,�^ � ,r� �n�
���� � c� �cj�r��c��
�'� �'�F� '�'�iti p� R�q
Lrla �.C;���_?i��Q ���Wo
ii. 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 shail be
provided in a digital format compatible with the electronic data collection and
computer aided design and drafting software currently in use by the Department
of Engineering. All text data such as plan and profile, legal descriptions,
coordinate files, cut sheets, etc., shall be provided in the American Standard
Code for Information Interchange (ASCII) format, and all drawing files shall be
provided in Autocad (DWG or DXF) format (currently Release 12), or as
otherwise approved in writing by the CITY, and all data collected and generated
during the course of the project shall become the property of the CITY.
The minimum survey information to be provided on the plans shall include the
following:
01. A Project Control Sheet, showing ALL Control Points, used or set while
gathering data. Generally on a scale of not less than 1:400:
02. 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).
03. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the
same coordinate system, as the Control.
04. No less than two horizontal control points, per line or location.
05. Bearings given on all proposed centerlines, or baselines.
06. Station equations relating utilities to paving, when appropriate.
`� �,���,�U��;�O�,:��.���:����(J���i�
EAl - 3 �%
�i =��r� Cr ,; = �� � nti�
�:, � ti ���„C:��I�-,,U;<: u
[�7a �U�':r��'u:'��'�P ���i�o
b. Public Notification
Prior to conducting design survey, ENGINEER will notify affected residents of
the project in writing. The notification letter shall be on company letterhead
and shall include the following: project name limits DOE project No.,
Consultant's Project Manager and phone no., scope of survey work and
design survey schedule. The letter will be reviewed and approved by the City
prior to distribution.
c. Drainage Computations
ENGINEER will review and document the storm water watershed drainage
runoff area and existing street, right-of-way and storm sewer capacities for
the subject site. A drainage area map will be drawn at 1" = 200' scale from
available contour maps. Calculations regarding street and right-of-way
capacities and design discharges (5-year and 100-year frequencies) at
selected critical locations will be provided. Capacities of existing storm drain
will be calculated and shown. The ENGINEER's responsibility includes
recommendations for improvements of the existing system as deemed
reasonable and consistent with City standards.
d. Conceptual Engineering Plan Submittal
Conceptual plans shall be submitted to City 70 days after Notice to Proceed
Letter is issued.
The ENGINEER shall perform conceptual design of the proposed
improvements and furnish four (4) copies of the concept engineering plans
which includes layouts, preliminary easement needs and cost estimates for the
ENGINEER's recommended plan.
The ENGINEER shall also submit a brief letter report outlining the findings of
the hydraulic study and recommendations ENGINEER shall advise City on the
need for additional permits or licenses which may be required.
2. Preliminary Engineering
Upon approval of Exhibit "A-1", Part B, Section 1, ENGINEER will prepare preliminary
construction plans as follows:
a. Drainage calculations and hydraulic computations for all proposed
EAl-4 �, .:_,.f, .,-...,___- - ,___ --T
� '�•;'�G'��u'`r �'� p n� �- Ci7 t
����, ��:��,�,!. %�n'���
�'���� �'I���ii^` � �(;'ijii;� rr iir 7
�`:uJ u ��L,:�_�I�,�;I�;Iv,-,Vl'�I�
� n�
cv ����.��_,,��,� �,�,�
�� ��a
improvements. Information shown on the pians will be consistent with Part A,
Paragraph 1 b, for proposed conditions.
b. Preliminary project plan and profile sheets which will show the foilowing:
i. Existing and proposed storm drain centerline, existing right-of-
way/easement, and existing utility crossings. Information on these
sheets will include centerline station, profile grades for centerline surface
and pipe elevations, right-of-way limits, and lead lines and inlets.
ii. Proposed storm drain flow-line, 5 year hydraulic grade line, 100 year
water surFace profile and profiles along any water and sanitary sewer line
adjustments required to accommodate the proposed storm drain
improvements.
iii. Limits of right-of-way or easements and temporary construction
easement.
iv. Existing found property comers (e.g. iron pins) along the existing right-of-
way shall be shown on the plans. Profiles for existing and proposed
storm drain mains and leads shall be provided.
v. Existing utilities and utility easements will be shown on the plan and
profile sheets.
vi. Proposed plan/profile sheets conforming to City of Fort Worth
construction legend. Adequate horizontal and vertical control shall be
provided on the plan sheets to locate all proposed and existing facilities.
Legal descriptions (Lot Nos., Block Nos., and Addition Names) along with
property ownership shall be provided on the plan view.
vii. Plans shall be furnished on 24" x 36" sheets. Scale will be 1" = 20'
horizontal and 1" = 4' vertical.
c. Right-of-way/Easement Research, Preparation and Submittal
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.
EAl - 5 �.. I\J�U f���: �°II� j�15���/IfSD
-�� o� ti- ���t: : ��. ����nr��T
I�, F.-i'.I l .1'
�y ii� ��_ql I � t��
� aG�� t��;�����if�F.�„�� d_
Preparation and submittal of right-of-way, easements and rights-of-entry
will be in conformance with "Submittal of Information to Real Property for
Acquisition of Property".
d. 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.
e. Preliminary construction plan submittal
i. Preliminary plans and specifications shall be submitted to City 50 days
after approval of Exhibit "A-1", Part B, Section 1.
ii. The ENGINEER shall deliver two (2) sets of preliminary construction
plans and two (2) sets of specifications and contract documents to CITY
for review. Generally, plan sheets shall be organized as follows:
Cover Sheet
Easement layout (if applicable)
Plan & Profile Sheets
Standard Construction Details
Special Details (If applicable)
iii. The ENGINEER shall submit a preliminary estimate of probable
construction cost with the preliminary plans submitted. ENGINEER shall
assist City in selecting the feasible and/or economical solutions to be
pursued.
i !�;�G[�!��;;�Il�;;i: G�>�r�(;.�>>i���r)
�:��� �i' �i��!r:��i<.'�;�(l}��I�`U,
EAl — 6 (c' ^�'=�'� �;� ���LI� U�6��
U'�� V�'���'��:�Jl��ti`o
f. 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.
g. Public Meeting
After the preliminary plans have been reviewed and approved by the City,
ENGINEER shall prepare exhibits along with an invitation letter and attend
public meeting to help explain the proposed project to residents. The CITY
shall mail the invitation letters.
3. Final Engineering Plan Submittal
a. Final Construction Plans and Specifications
Final Construction Documents shall be submitted to CITY 20 days after
approval of Exhibit "A-1 ", Part B, Section 2.
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. Bid Documents Submittal
The ENGINEER will make available for bidding, upon request by the CITY,
up to forty (40) sets of the final approved and dated plans and
specifications and contract documents for the projects to the CITY for
EAl-7 � - -- - -- - ,-- ------
�';)U If U�� •���",!il� ��},.,� �';;<<'i�i;�
�,�t� � r''''',li �''�1`11U�,�1(
��. �� I! 11 r;�����; ll �I, �<< ..
��' � �r%;� i�.,`�'�,j �.;..i,;,
� i�� >>f�;��i�. UL��•l
i.Ia L ��'� �5 11 �1/,�u!I
distribution to potential bidders. Proposal will be provided in electronic
format.
b. Bidding Assistance
The ENGINEER shall assist the CITY during 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, if necessary.
;J����J;G�I�;��:, G'I��c��)G°?�
���=p�1�-� t�J ����G'�ir��G�i7
EAl-8 �:�� II Ni .. :..'� V�:� 3
'? � � i'� �I'' �'�v
�ll� Cr�;r�����i: �i ��� U L����o
ATTACHMENT'B'
PHASES AND SCHEDULES
1998 CAPITOL IMPROVEMENTS PROJECTS STORM DRAIN
RECONSTRUCTION AT SEVERAL LOCATIONS
Project Number C115-020115028915
1993 CAPITOL IMPROVEMENTS PROJECTS LOST CREEK
DRAINAGE IMPROVEMENTS
Project Number C111-020111028920
I. COMPENSATION
A. The Engineer shall be compensated a total lump sum fee of
$74,930.93 as summarized in Exhibit "B-2". 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 equiipment necessary to complete the project.
B. The Engineer shall be paid in four partial payments as
descbibed in Exhibit "B-1" upon receipt of eight individual
invoices from the Engineer. In this regard, the Engineer shall
submit invoices for eight partial payments as described in Exhibit
"B-1 ", Section 1- Method of Payment.
II. SCHEDULE
Attachment "A", Phases 1 through 4 shall be completed two-
hundred and sixteen (216) days after the "Notice to Proceed"
letter is issued.
;���I.r6�� ���,,�� [�'(� c���D
�, �,�f � ;,;;,�G'C`�'>>�'i�l
� �.1, �,,i � <, � r,�,
' � ` ��r' ���!�`` �' I�� �I���
;_
� V, �- �:.�. i F n
EXHIBIT "B-1"
(SUPPLEMENT TO ATTACHMENT 'B')
METHOD OF PAYMENT
1998 CAPITOL IMPROVEMENTS PROJECTS STORM DRAIN
RECONSTRUCTION AT SEVERAL LOCATIONS
Project Number C115-020115028915
1993 CAPITOL IMPROVEMENTS PROJECTS LOST CREEK
DRAINAGE IMPROVEMENTS
Project Number C111-020111028920
I. METHOD OF PAYMENT
The ENGINEER shall be paid in four partial payments as outlined below:
The ENGINEER shall be paid in a total of four partial payments upon
the receipt of two (2) individual invoices for each partial payment from
the ENGINEER for each partial pay request. The two individual
invoices shall consist of one invoice for the 1998 CIP Storm Drain
Reconstruction at Several Locations and one for 1993 CIP Lost Creek
Drainage Improvements.
Partial Payment Number 1, which shall be equivalent to 30% of the
total lump sum fee, shall be payable after City approval of Exhibit "A-1",
Part B, Section 1 hereunder.
Partial Payment Number 2, which shall be equivalent to 65% of the
total lump sum fee, less previous payments, shall be payable after City
approval of Exhibit "A-1 ", Part B, Section 2 hereunder.
Partial Payment Number 3, which shall be equivalent to 95% of the
total lump sum fee, less previous payments, shall be payable after City
approval of Exhibit "A-1", Part B, Section 3 hereunder.
Partial Payment Number 4, which shall represend the balance of the
earnings, less previous payments, shall be payable after City approval
of Exhibit "A-1 ", Part C.
II. PROJECT COSTS
A. If the Engineer determines in the course of making design drawings
and specifications that the opinion of probable cost of $535,220.95 (as
shown in Exhibits B-4 and 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 and sha�l �%'�U'rl)�� �l�lys ri�!��1r��
sus end all work hereunder or as directed. �(� U CM?(�'i�:r`�.,'"1''
p � _; ��(1� �. �, � �,<<. I���C: �l
(�� (i,,,� ��.i �r �II:,��:
� I� �a I� U�l���l li:_ �� �=� u��rn ��
��� �
�--�--�.�--_.
EXHIBIT B-2
(SUPPLEMENT TO ATTACHMENT 'B')
FEE SUMMARY
1998 CAPITOL IMPROVEMENTS PROJECTS STORM DRAIN RECONSTRUCTION AT
SEVERAL LOCATIONS
Project Number C115-020115028915
1993 CAPITOL IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE
IMPROVEMENTS
Project Number C111-020111028920
1998 CAPITOL IMPROVEMENTS PROJECTS STORM DRAIN RECONSTRUCTION
OPINION OF PROBABLE CONSTRUCTION COSTS $ 229,141.00
From "General Engineering Services" Fee Curve 'A', 9.8% x 0.85 = 8.3% Eng: $ 19,018.70
Design surveys at 4 separate project site locations Surveying at 3.5%: $ 8,019.94
See breakdown of "Additional Services" Exhibt B-3 Additional Services: $ 4.399.51
Engineering and Surveying Fee
10% multiplier for M/WBE Subconsultants
$ 31,438.15
$ 641.59
Total fee for 1998 CIP Storm Drain Reconstruction TOTAL FEE: $ 32,079.74
1993 CAPITOL IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE IMPROVEMENTS
OPINION OF PROBABLE CONSTRUCTION COSTS $ 306,079.95
From "General Engineering Services" Fee Curve 'A', 9.4% x 0.85 = 8.0°/o Eng: $ 24,486.40
Design surveys at 5 separate project site locations Surveying at 3.5%: $ 10,712.80
See breakdown of "Additional Services" Exhibt B-3 Additional Services: $ 6,794.97
Engineering and Surveying Fee
10% multiplier for M/WBE Subconsultants
Total fee for 1993 CIP Lost Creek Drainage Improvements
TOTAL ENGINEERING AND SURVEYING COSTS:
1998 CAPITOL IMPROVEMENTS PROJECTS STORM DRAIN
RECONSTRUCTION AT SEVERAL LOCATIONS
$ 41,994.17
$ 857.02
TOTAL FEE: $ 42,851.19
$ 32,079.74
1993 CAPITOL IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE
IMPROVEMENTS $ 42,851.19
GRAND TOTAL: $ 74,930.93
Calculated as an overall percentage of construction costs:
14%
�--- -- ------ ---
;�:, �� ^r ��
� �; ;'�����',_.- C��.+� L�?��c.�?�r'D
`��;���u �,�f���:�t'(`�7i�;`�����
,� .1
II" Uc U�U+I`'`1 ��_'�) ll�llp LI'4�ill�a
EXHIBIT B-2A
(SUPPLEMENT TO ATTACHMENT 'B')
M/WBE FEE SUMMARY
1998 CAPITAL IMPROVEMENTS PROJECTS STORM DRAIN
RECONSTRUCTION AT SEVERAL LOCATIONS
Project Number C115-020115028915
1993 CAPITAL IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE
IMPROVEMENTS
Project Number C111-020111028920
UNIT FEE M/WBE %
1998 CAPITAL IMPROVEMENTS
PROJECTS STORM DRAIN
RECONSTRUCTION $ 32,079.74 $ 6,415.95 20%
1993 CAPITAL IMPROVEMENTS
PROJECTS LOST CREEK
DRAINAGE IMPROVEMENTS
$ 42 851.19 $ 8 570.24 20%
$ 74,930.93 $ 14,986.19
20%
Proposed M/VVBE Consultant Services Fee %
Jim's Reproduction Services, Inc. Printing $ 3,723.43 5.0%
Research
Elder's Technical Services, Inc. and Draftinq $ 11 262.76 15.0%
$ 14,986.19 20.0°/a
��_„ ,
�� ����G� ,���� G�:�[��G�o�,�D
�Ilfl U� ��(i �U��;�/lUa�,
„ � ,:, J�
��� �J� ���`.'�i (�i�o �����n
EXHIBIT B-3
(SUPPLEMENT TO ATTACHMENT'B')
ADDITIONAL SERVICES
1998 Capital IMPROVEMENTS PROJECTS STORM DRAIN RECONSTRUCTION AT
SEVERAL LOCATIONS
Project Number C115-020115028915
1993 CAPITAL IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE
IMPROVEMENTS
Project Number C111-020111028920
1998 Capital IMPROVEMENTS PROJECTS STORM DRAIN RECONSTRUCTION
�production Fee
4 Sets of Plans Concept & Preliminary (4 sets x$15.00 / set) $ 60.00
16 Sets of Plans Utility & Final (16 sets x$15.00 / set) $ 240.00
40 Sets of Plans (40 sets x$15.00 / set) $ 600.00
40 Sets of Specification/Contract Documents (40 sets x$16.00 / set) $ 640.00
Mylar reproducible set of Plans (1 set x 109.16) $ 109.16
Total Reproduction costs 1998 CIP Storm Drain Reconstruction $ 1,649.16
Additional Services
Quarterly Newsletter (7 hrs. x $65.00)
Public Meetings (3 hrs. x $130.00)
Easement Document Preparation/reproduction (4 locations x$329.0? / easement)
Preconstruction Conference (2 hrs. x $130.00)
Total Other Services costs 1998 CIP Storm Drain Reconstruction
Total additional services 1998 CIP Storm Drain Reconstruction
1993 Capital IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE IMP.
Re�roduction Fee
4 Sets of Plans Concept & Preliminary (4 sets x$18.15 / set)
16 Sets of Plans Utility & Final (16 sets x$18.15 / set)
40 Sets of Plans (40 sets x$18.15 / set)
40 Sets of Specification/Contract Documents (40 sets x$21.00 / set)
Mylar reproducible set of Plans (1 set x 145.27)
Total Reproduction costs 1993 CIP Lost Creek Drainage Improvements
Other Services
Quarterly Newsletter (10 hrs. x $65.00)
Public Meetings (4 hrs. x $130.00)
$ 455.00
$ 390.00
$ 1,645.35
$ 260.00
$ 2,750.35
$ 4,399.51
$ 72.60
$ 290.40
$ 726.00
$ 840.00
$ 145.27
$ 2,074.27
$ 650.00
$ 520.00
Easement Document Preparation/reproduction (10 locations x$329.07 / easement) $ 3,290.70
Preconstruction Conference (2 hrs. x$130.00) $ 260.00
Total Other Services costs 1993 CIP Lost Creek Drainage Improvements $ 4,720.70
Total additional services 1993 Lost Creek Drainage Improvements $ 6,794.97
--F- --= --• fJ V - --�-_�
���I�(��1���:Q�'!.��, G"i�;�r,(���'(�)
(n'�s'�� �'�'?�-`'I,' r' f�:l}�%jl
�s�l U u�)I�, �.' I`�L, I� �l,1
�r`l�o �'ufi`�'r'J!i�; ��l�n
EXHIBIT "B-4"
SUMMARY OF ENGINEER'S OPINION OF PROBABLE CONSTRUCTION
COST
1998 CAPITOL IMPROVEMENTS PROJECTS STORM DRAIN
RECONSTRUCTION AT SEVERAL LOCATIONS
Project Number C115-020115028915
1993 CAPITOL IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE
IMPROVEMENTS
Project Number C111-020111028920
Project Summary
1998 CIP STORM DRAIN RECONSTRUCTION AT SEVERAL LOCATIONS
Rosedale
Maddox
Evans
Winton
Subtotal
10% Contingencies
Total Amount For 1998 CIP STORM DRAIN
RECONSTRUCTION AT SEVERAL LOCATIONS
1993 CIP LOST CREEK DRAINAGE IMPROVEMENTS
Devonair Snow Creek
Devonair Blue Creek
Ben Creek
Lost Creek
Powder Horn
Subtotal
10% Contingencies
Total Amount For 1993 CIP LOST CREEK DRAINAGE
IMPROVEMENTS
GRAND TOTAL CONSTRUCTION COST
$41,381.00
$43,291.00
$52,740.00
$70,898.00
$208,310.00
$20,831.00
$229,141.00
$159,470.00
$50,910.00
$21,224.50
$11,380.00
$35,270.00
$278,254.50
$27,825.45
$306,079.95
$535,220.95
Since the ENGINEER has no control over the cost of labor, materials, equipment or services furnished by others,
or over Contractor(s) methods of determining prices, over competitive bidding or market conditions, the
ENGINEER's opinion of probable Total project Costs and Construction Cost provided for herein are made on the
basis of the ENGINEER's experience and Qualifications and represent the ENGINEER's best judgment as an
experienced and qualified professional engineer, familiar with the construction industry; but the ENGINEER cannot
and does not puarantee that Proposals, Bids or Actual Total Project or Construction Costs will not vary from
opinions of probable costs prepared by the ENGINEER. If prior to the bidding or Negotiating P
wishes greater assurance to Construction Cost he shall employ an Independent Cost Estimato
the OWNER
��, o����``�G°� ; r�:,��; � � ���
�.,�� ''.(, U,:L',_•.'(!JIr,� �
(^•f �' i (r �i"' r:� '� i. ;�
_ �.� v �,��,.r,���:;,c����r
� �J�f II'�(Ij'f'- t�11'r�i��P,
��I� �,rS'<<:!I�` V i �p d k�
EXHIBIT "B-5"
ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
Summary breakdown No. 1-1998 CIP Storm Drain Reconstruction
1998 CAPITOL IMPROVEMENTS PROJECTS STORM DRAIN RECONSTRUCTION AT SEVERAL LOCATIONS
Project Number C115-020115028915
ITEM APPR UNITc DESCRIPTION OF ITEM LJNIT TOTAL
NO. ONTY PRICE AMOUNT
Project Summary
1.01 4 EA Project Designation Sign
1.02 1177 LF Proposed 24" Diameter Reinforced Concrete Storm Sewer Pipe
1.03 0 LF Proposed 30" Diameter Reinforced Concrete Storm Sewer Pipe
1.04 0 LF Proposed 36" Diameter Reinforced Concrete Storm Sewer Pipe
1.05 0 LF Proposed 42" Diameter Reinforced Concrete Storm Sewer Pipe
1.06 0 LF Proposed 48" Diameter Reinforced Concrete Storm Sewer Pipe
1.07 300 LF Proposed 4' X 3.5' Box CulveR
1.08 156 LF Prop. 24" Diameter Reinforced Concrete Storm Sewer by Melhod Other Than Open Cut
1.09 1477 LF Trench Safety System
1.10 0 EA Water Main Lowering Adjustment
1.11 0 EA Remove and Replace 10-Foot Inlet Top
1.13 0 EA Remove and Replace 20-Foot Iniet Top
1.14 0 EA Remove Existing 2' X 2' Drop Inlet
1.15 4 EA Remove Existing 3-Foot Inlet
1.16 2 EA Remove Existing 5-Foot Inlet
1.17 3 EA Remove Existing 10-Foot Inlet
1.18 0 EA Remove Existing 20-Foot Inet
1.19 0 EA Proposed 4' X 4' Drop Inlet
1.20 9 EA Proposed 10-Foot Curb Inlet
1.21 0 EA Proposed Openback 10-Foot Curb Inlet
1.22 0 EA Proposed 15-Foot Curb Inlet
1.23 0 EA Proposed 20-Foot Curb Inlet
1.24 0 EA Proposed 30-Foot Curb Inlet
1.25 9 EA Proposed 4' Stormwater Manhole @
1.26 0 EA Proposed 5' Slormwater Manhole @
1.27 0 EA Proposed 6' Stormwaler Manhole@
1.28 0 EA Proposed Storm Drain Multi-Pipe Junction Box And Drop inlet
1.29 9 EA Concrele Storm Drain Collar
1.30 7 CY Type "B" Headwalis @
1.31 138 LF Remove Existing Curb and Gutter
1.32 100 LF Construct Curb and Gutter
1.33 123 SF Remove and Replace Existing Sidewalks
1.34 55 TONS Permanent HMAC Pavement Repair
1.35 90 SY Standard Drive Way Approach
1.36 552 SY Remove and Replace Existing Drive Way
1.37 0 LF Remove and Replace Existing Retaining Wall
1.38 55 LF Remove and Replace Existing Private Fences
1.39 4 EA Move, Maintain Existing Private Sprinkler Systems
1.40 4 EA Private Utility Adjustments (Electric, Telephone and Cable)
1.41 0 CY Proposed Unclassified Swale Excavation @
1.42 100 SY 6" Rip Rap and Grout Material and Placement
1.43 1 LS Implementation and Maintenance of SWPPP
1.44 10 CY Class "A" 3000 psi Concrete for Misc Placement as Directed
1.45 10 CY Class "D" 1500 psi Concrete for Misc Placement as Directed
1.46 10 CY Washed Rock for Miscellaneous Placement as Directed
1.47 536 SY Sodding
Sub-Total Estimated Construction Cost
10°/ Contingency
Total Amount For Drainage Improvements For Area Adjacent to IH-35 and the Fort Worth Zoo
$250.00
$41.50
$52.50
$63.50
$82.00
$102.00
$150.00
$80.00
$1.50
$ I,000.00
$1,500.00
$2,100.00
$400.00
$300.00
�300.00
$500.00
$750.00
$2,800.00
$2,350.00
$2,500.00
$3,100.00
$4,000.00
$5,500.00
$2,500.00
$3,000.00
$3,500.00
$6,000.00
$250.00
$450.00
$1.00
$10.00
�9.00
$150.00
$30.00
$25.00
�30.00
� 10.00
�2�0.00
$500.00
�5.00
�25.00
$5,000.00
$150.00
$125.00
�so.00
�9.00
$1,000.00
$48,845.50
$0.00
$0.00
$0.00
$0.00
$45,000.00
$12,480.00
$2,215.50
$0.00
$0.00
$0.00
$0.00
$1,200.00
$600.00
$1,500.00
�0.00
$0.00
$21,150.00
�0.00
$0.00
$0.00
$0.00
$22,500.00
$0.00
$0.00
$0.00
$2,250.00
$3,150.00
$138.00
$1,000.00
$1,107.00
$8,250.00
$2,700.00
$13,800.00
$0.00
$550.00
$1,000.00
$2,000.00
$0.00
$2,500.00
$5,000.00
$1,500.00
$1,250.00
$800.00
$4,824.00
$208,310.00
$20.83 L00
'JU � �I����Ill;�i.�-= :''..!��.,.,��..yli;�,l'
������ �;r��` �.�;'� ����1
_:.Vllti ����.:�C<.l�;i����t1(
���b U;��r���,:'i�C,ln r�[���
EXHIBIT "B-5"
ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
Summary breakdown No. 2- 1993 CIP Lost Creek Drainage Improvements
1993 CAPITOL IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE IMPROVEMENTS
Project Number C111-020111028920
ITEM APPR UNITS DESCRIPTION OF ITEM
NO. ONTY
Project Summary
1.01 6 EA Project Designation Sign
1.02 630 LF Proposed 24" Diameter Reinforced Concrete Storm Sewer Pipe
1.03 260 LF Proposed 30" Diameter Reinforced Concrete Storm Sewer Pipe
1.04 465 LF Proposed 36" Diameter Reinforced Concrete Storm Sewer Pipe
1.05 130 LF Proposed 42" Diameter Reinforced Concrete Storm Sewer Pipe
1.06 485 LF Proposed 48" Diameter Reinforced Concrete Storm Sewer Pipe
1.07 0 LF Proposed 4' X 3.5' Box Culvert
1.08 0 LF Prop. 24" Diameter Reinforced Concrete Storm Sewer by Method Other Than Open Cut
1.09 1940 LF Trench Safety System
1.10 5 EA Water Main Lowering Adjustment
1,11 2 EA Remove and Replace 10-Foot Inlet Top
1.13 3 EA Remove and Replace 20-Foot Inlet Top
1.14 0 EA Remove Existing 2' X 2' Drop In�et
1.15 0 EA Remove Existing 3-Foot Inlet
1.16 0 EA Remove Existing 5-Foot Inlet
1.17 2 EA Remove Existing 10-Foot Inlet
1.18 1 EA Remove Existing 20-Foot Inet
1.19 0 EA Proposed 4' X 4' Drop Inlet
1.20 3 EA Proposed 10-Foot Curb inlet
1,21 1 EA Proposed Openback 10-Foot Curb Inlet
1.22 1 EA Proposed 15-Foot Curb Inlet
1.23 3 EA Proposed 20-Foot Curb Inlet
1.24 1 EA Proposed 30-Foat Curb Inlet
1.25 5 EA Proposed 4' Stormwater Manhole @
1.26 1 EA Proposed 5' Stormwater Manhole @
1.27 2 EA Proposed 6' Stormwater Manhole@
1.28 1 EA Proposed Storm Drain Multi-Pipe Junction Box And Drop inlet
1.29 8 EA Concrete Storm Drain Collar
1.30 24 CY Type "8" Headwalls @
1.31 202 LF Remove Exisling Curb and Gutter
1.32 57 LF Construct Curb and Gutter
1.33 0 SF Remove and Replace Existing Sidewalks
1.34 47 TONS Permanent HMAC Pavement Repair
1.35 60 SY Standard Drive Way Approach
1.36 0 SY Remove and Replace Existing Drive Way
1.37 10 LF Remove and Replace Existing Retaining Wall
1.38 206 LF Remove and Repiace Existing Private Fences
1.39 8 EA Move, Maintain Existing Private Sprinkler Systems
1.40 9 EA Private Utiiity Adjustments (Electric, Telephone and Cable)
1.41 500 CY Proposed Unclassified Swale Excavation Q
1.42 450 SY 6" Rip Rap and Grout Material and Placement
1.43 1 LS Implementation and Maintenance of SWPPP
1.44 10 CY Class "A" 3000 psi Concrete for Misc Placement as Directed
1.45 10 CY Class "D" 1500 psi Concrete for Misc Placement as Directed
1.46 10 CY Washed Rock for Miscellaneous Placement as Directed
1.47 1790 SY Sodding
Sub-Total Estimated Construction Cosf
10 % Contingency
Total Amount For Drainage Improvements For Lost Creek Addition and Associated Areas
i1NIT
PRICE
$250.00
$41.50
$52.50
$63.50
$82.00
$102.00
$150.00
�so.00
$1.50
$ l ,000.00
$1,500.00
$2,100.00
$aoo.00
$300.00
$300.00
$500.00
$750.00
$2,800.00
$2,3�0.00
$2,500.00
$3,100.00
$4,000.00
$5,500.00
$2,500.00
$3,000.00
$3,500.00
$6,000.00
$2�0.00
$450.00
$1.00
$ l 0.00
$9.00
$ l 50.00
$30.00
�2�.00
$30.00
$ l 0.00
$2�0.00
$500.00
$5.00
$2�.00
$5,000.00
$150.00
$125.00
$30.00
$9.00
TOTAL
AMOUNT
$1,500.00
$26,145.00
$13,650.00
$29,527.50
$10,660.00
$49,470.00
$0.00
$0.00
$2,910.00
$5,000.00
$3,000.00
$6,300.00
$0.00
$0.00
$0.00
$1,000.00
$750.00
$0.00
$7,050.00
$2,500.00
$3,100.00
$12,000.00
$�,500.00
$12,500.00
$3,000.00
$7,000.00
$6,000.00
$2,000.00
T� 10,800.00
$202.00
�570.00
$0.00
$7,050.00
$ l ,800.00
$0.00
$300.00
$2,060.00
�2,000.00
$4,500.00
$2,500.00
$11,250.00
$5,000.00
$1,500.00
$1,250.00
$800.00
$ l 6,110.00
$278,254.50
$27,825.45
$306,079.95
E. ���_..__".".--.-_ ..,.. .-�_.,-_�. __.,_. �-.�
��'���i:��Jl;;[i� f�-'i��uf���
�^ � �i'� c ��?��" ���(���; �� �
� r ��n%��,r�ti?�7
�``'° � ���
��tr ��ti�A_ii!�.11�7p o
EXHIBIT "B-5"
ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
1993 CAPITOL IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE IMPROVEMENTS
Project Number C111-020111028920
Devonaire Drive and Snow Creek Drive
ITEM APPR
NO. QNTY
1.01
1.02
1.04
1.05
1.06
1.09
1.10
1.13
1.17
1.20
1.21
1.23
1.25
1.26
1.27
t .28
1.29
1.30
1.31
1.32
1.34
1.35
1.37
1.38
1.39
1.40
1.41
1.42
1.43
1.44
1.45
1.46
1.47
2
350
95
130
485
1060
2
1
1
1
1
3
1
1
2
1
4
8.75
125
18
20
45
10
200
2
2
300
100
1
10
10
10
1200
DESCRIPTION OF ITEM
Project Designation Sign
Proposed 24" Diameter Reinforced Concrete Storm Sewer Pipe
Proposed 36" Diameter Reinforced Concrete Storm Sewer Pipe
Proposed 42" Diameter Reinforced Concrete Storm Sewer Pipe
Proposed 48" Diameter Reinforced Concrete Storm Sewer Pipe
Trench Safety System
Water Main Lowering Adjustment
Remove and Replace 20-Foot Inlet Top
Remove Existing 10-Foot Inlet
Proposed 10-Foot Curb Inlet
Proposed Openback 10-Foot Curb Inlet
Proposed 20-Foot Curb Inlet
Proposed 4' Stormwater Manhole @
Proposed 5' Stormwater Manhole @
Proposed 6' Stormwater Manhole@
Proposed Storm Drain Multi-Pipe Junction Box And Drop inlet
Concrete Storm Drain Collar
Type "B" Headwalis @
Remove Existing Curb and Gutter
Construct Curb and Gulter
Permanent HMAC Pavement Repair
Standard Drive Way Approach
Remove and Replace Existing Retaining Wall
Remove and Replace Existing Private Fences
Move, Maintain Existing Private Sprinkier Systems
Private Utility Adjustments (Electric, Telephone and Cable)
Proposed Unclassified Swale Excavation @
6" Rip Rap and Grout Material and Placement
Implementation and Maintenance of SWPPP
Class "A" 3000 psi Concrete for Misc Placement as Directed
Class "D" 1500 psi Concrete for Misc Placement as Directed
Washed Rock for Miscellaneous Placement as Directed
Sodding
Total4mount Bid
UNIT
PRICE
$250.00
�41.50
$63.50
$82.00
$102.00
$1.50
$1,000.00
$2,100.00
$500.00
$2,350.00
$2,500.00
$4,000.00
$2,500.00
$3,000.00
$3,500.00
$6,000.00
$250.00
$450.00
$1.00
$10.00
$150.00
$30.00
$30.00
$10.00
$250.00
$500.00
$5.00
$25.00
$5,000.00
$150.00
$125.00
�so.00
�9.00
TOTAL
AMOUNT
$500.00
$14,525.00
$6,032.50
510,660.00
$49,470.00
$1,590.00
$2,000.00
$2,100.00
$500.00
$2,350.00
$2,500.00
$12,000.00
$2,500.00
$3,000.00
�7,000.00
56,000.00
� 1,000.00
$3,937.50
$125.00
$180.00
$3,000.00
$1,350.00
$300.00
$2,000.00
$500.00
$1,000.00
S l ,500.00
52,500.00
$5,000.00
$1,500.00
3 l ,250.00
$800.00
� io,soo.00
$159,470.00
�--...,x-- - _ = --. - -_-�.�.
�_
I �`����r�� �V��;',f� � ����;Oi,�(�
i�, �''✓i ���,�;,;��' av�
� '��. ��,� i, ��I����_. G�;[���;�G��U
� r;' r„
�I,, �i If, � i� �rf,. C
Il I�o G"�t%''�,ilil F IILi���u
EXHIBIT "B-5"
ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
1993 CAPITOL IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE IMPROVEMENTS
Project Number C111-020111028920
Devonaire Drive and Blue Creek Drive
ITEM APPR UNITS
NO. QNTY
1.01
1.04
1.09
1.10
1.13
1.14
1.17
1.18
1.19
1.22
1.24
1.25
1.29
1.30
1.31
1.32
1.34
1.35
1.38
1.39
1.40
1.41
1.42
1.47
2
350
350
1
0
0
1
1
0
1
1
2
2
5.50
25
15
12
15
6
2
2
0
50
400
DESCRIPTION OF ITEM
EA Project Designation Sign
LF Proposed 36" Diameter Reinforced Concrete Storm Sewer Pipe
LF Trench Safety System
EA Water Main Lowering Adjustment
EA Remove and Replace 20-Foot Inlet Top
EA Remove Existing 2' X 2' Drop Inlet
EA Remove Existing 10-Foot Inlet
EA Remove Existing 20-Foot Inet
EA Proposed 4' X 4' Drop Inlet
EA Proposed 15-Foot Curb Inlet
EA Proposed 30-Foot Curb Inlet
EA Proposed 4' Stormwater Manhole @
EA Concrete Storm Drain Collar
CY Type "B" Headwalls @
LF Remove Existing Curb and Gutter
LF Construct Curb and Gutter
TONS Permanent HMAC Pavement Repair
SY Standard Drive Way Approach
LF Remove and Replace Existing Private Fences
EA Move, Maintain Existing Private Sprinkler Systems
EA Private Utility Adjustments (Electric, Telephone and Cable)
CY Proposed Unclassified Swale Excavation @
SY 6" Rip Rap and Grout Material and Placement
SY Sodding
Total Estimated Construction Cost
UNIT
PRICE
$250.00
$63.50
$1.50
$1,000.00
$2,100.00
$400.00
$500.00
�750.00
$2,800.00
$3,100.00
$5,500.00
$2,500.00
$250.00
$450.00
$1.00
$10.00
�iso.00
$30.00
$10.00
$250.00
$500.00
$5.00
$25.00
$9.00
TOTAL
AMOUNT
$500.00
$22,225.00
$525.00
$1,000.00
$0.00
$0.00
$500.00
$750.00
$0.00
$3,100.00
�5,500.00
$5,000.00
$500.00
$2,475.00
$25.00
$150.00
$i,soo.00
$450.00
�60.00
$500.00
$1,000.00
$0.00
$1,250.00
$3,600.00
$50,910.00
s-�•�------ --.� r-_- .::_.
�`��G������;u/„�.h� ��%����(�[�
n �,�yr ��.;.-�. � ��:u"�/�
ir �l� ��� �� �,�� ;I����;i�,����„�
�r�� r�������_'�li�a V���}�`��h
EXHIBIT "B-5" .
ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
1993 CAPITOL IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE IMPROVEMENTS
Project Number C111-020111028920
Ben Creek Court
ITEIv1 APPR UNITS DESCRIPTION OF ITEM LJNIT TOTAL
NO. QNTY PRICE AMOUNT
1.01 1 EA Project Designation Sign $250.00 $250.00
1.02 30 LF Proposed 24" Diameter Reinforced Concrete Storm Sewer Pipe $41.50 $1,245.00
1.03 140 LF Proposed 30" Diameter Reinforced Concrete Storm Sewer Pipe $52.50 $7,350.00
1.04 20 LF Proposed 36" Diameter Reinforced Concrete Storm Sewer Pipe $63.50 $1,270.00
1.09 160 LF Trench Safety System $1.50 $240.00
1.10 1 EA Water Main Lowering Adjustment $1,000.00 $I,000.00
1.11 1 EA Remove and Replace 10-Foot Inlet Top $1,500.00 $1,500.00
1.13 1 EA Remove and Replace 20-Foot Inlet Top $2,100.00 $2,100.00
1.30 4.75 CY Type "B" Headwalls @ $450.00 $2,137.50
1.31 12 LF Remove Existing Curb and Gutter $1.00 $12.00
1.32 12 LF Construct Curb and Gutter $10.00 $120.00
1.34 2 TONS Permanent HMAC Pavement Repair S 150.00 $225.00
1.39 2 EA Move, Maintain Existing Private Sprinkler Systems 5250.00 $500.00
1.40 2 EA Private Utility Adjustments (Electric, Telephone and Cable) �500.00 $1,000.00
1.41 70 CY Proposed Unciassified Swale Excavation @ $5.00 $350.00
1.42 50 SY 6" Rip Rap and Grout Material and Placement �25.00 $1,250.00
1.47 75 SY Sodding $9.00 $675.00
Total Estimated Construction Cost $21,224.50
�`,�Ul��f�� ����� ������cur�,==
�: ��'ti�������G���<<%�°�
��� ������`,�;r�����y ���o
EXHIBIT "B-5"
ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
1993 CAPITOL IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE IMPROVEMENTS
Project Number C111-020111028920
Lost Creek Boulevard
ITEM APPR UNITS DESCRIPTION OF ITEM UNIT TOTAL
NO. QNTY PRICE AMOUNT
1.11 1 EA Remove and Replace 10-Foot InletTop $1,500.00 $1,500.00
1.13 1 EA Remove and Replace 20-Foot Inlet Top $2,100.00 $2,100.00
1.39 2 EA Move, Maintain Existing Private Sprinkler Systems $250.00 $500.00
1.40 2 EA Private Utility Adjustments (Electric, Telephone and Cable) $500.00 $1,000.00
1.41 130 CY Proposed Unclassified Swale Excavation @ $5.00 $650.00
1.42 200 SY 6" Rip Rap and Grout Material and Placement (15' X 115' Drainage Chan $25.00 $5,000.00
1.47 70 SY Sodding $9.00 $630.00
Total Estimated Construction Cost $11,380.00
r' rI�fl �
�%'�I�lf L�'� �l`d,I �, �'� ,rialr j n r
��-�l �� S ���,�r�C�� �� J� D
(j ` �.� �, . �� �� �
U���II l•p �l� I` l/I �.i r � l�i�]�.
g ��,5� �,
EXHIBIT "B-5"
ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
1993 CAPITOL IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE IMPROVEMENTS
Project Number C111-020111028920
Powderhorn Drive
ITEM APPR UNITS DESCRIPTION OF ITEM UNIT TOTAL
NO. QNTY PRICE AMOUNT
1.01 1 EA Project Designation Sign $250.00 $250.00
1.02 250 LF Proposed 24" Diameter Reinforced Concrete Storm Sewer Pipe $41.50 $10,375.00
1.03 120 LF Proposed 30" Diameter Reinforced Concrete Storm Sewer Pipe $52.50 $6,300.00
1.09 370 LF Trench Safety System $1.50 $555.00
1.10 1 EA Water Main Lowering Adjustment $1,000.00 $1,000.00
1.20 2 EA Proposed 10-Foot Curb Inlet $2,350.00 $4,700.00
1.25 2 EA Proposed 4' Stormwater Manhole @ $2,500.00 $5,000.00
1.29 2 EA Concrete Storm Drain Collar $250.00 $500.00
1.30 5.00 CY Type "B" Headwalis @ $450.00 $2,250.00
1.31 40 LF Remove Existing Curb and Gutter $1.00 $40.00
1.32 12 LF Construct Curb and Gutter $10.00 $120.00
1.34 14 TONS Permanent HMAC Pavement Repair $150.00 $2,025.00
1.40 1 EA Private Utility Adjustments (Electric, Telephone and Cable) $500.00 $500.00
1.42 50 SY 6" Rip Rap and Grout Material and Placement $25.00 $1,250.00
1.47 45 SY Sodding $9.00 $405.00
Total Estimated Construction Cost $35,270.00
� ��,,,
'�;����:�b� �� G'��� ��D
�� ��� c� ��;,���C�'a1s'�
� ; �. b c�f5..1,: t, (,�
��o G��u��r����� ��'�u
��,_
EXHIBIT "B-5"
ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
998 CAPITOL IMPROVEMENTS PROJECTS STORM DRAIN RECONSTRUCTION AT SEVERAL LOCATION:
Project Number C115-020115028915
ROSEDALE AVENUE
ITEM APPR UNITS DESCRIPTION OF ITEM L1NIT TOTAL
NO. QNTY PRICE AMOUNT
1.01 1 EA Project Designation Sign $250.00 $250.00
1.02 486 LF Proposed 24" Diameter Reinforced Concrete Storm Sewer Pipe $41.50 $20,169.00
1.09 486 LF Trench Safety System $1.50 $729.00
1.16 2 EA Remove Existing 5-Foot Inlet $300.00 �600.00
1.20 2 EA Proposed 10-Foot Curb Inlet $2,350.00 $4,700.00
1.25 2 EA Proposed 4' Stormwater Manhole @ $2,500.00 $5,000.00
1.29 2 EA Concrete Storm Drain Collar $250.00 $500.00
1.31 30 LF Remove Existing Curb and Gutter $1.00 $30.00
1.32 20 LF Construct Curb and Gutter $10.00 $200.00
1.33 16 SF Remove and Replace Existing Sidewalks $9.00 $144.00
1.34 10 TONS Permanent HMAC Pavement Repair $150.00 $1,500.00
1.35 18 SY Standard Drive Way Approach $30.00 $540.00
1.36 180 SY Remove and Replace Existing Drive Way $25.00 $4,500.00
1.38 30 LF Remove and Replace Existing Private Fences $10.00 $300.00
1.40 1 EA Private Utility Adjustments (Electric, Telephone and Cable) 5500.00 $500.00
1.47 191 SY Sodding $9.00 $1,719.00
Total Estimated Construction Cost $41,381.00
�....��.�
����U�Ifi �I��f r!?\�a� eJ
� � ��r�
���V' ���<^(.����ii%;�Gs°�
�1�o Uv�;�i���`���`''I ��(�'�'�
f11r�,�.ulila e� u
I EXHIBIT "B-5"
ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
18 CAPITOL IMPROVEMENTS PROJECTS STORM DRAIN RECONSTRUCTION AT SEVERAL LOCATIONS
� Project Number C115-020115028915
MADDOX AVENUE
ITEM APPR UNITS
NO. QNTY
1.01
1.02
1.08
1.09
1.17
1.20
1.25
1.29
1.30
1.31
1.32
1.33
1.34
1.35
1.36
1.38
1.39
1.40
1.42
1.47
1
376
30
376
2
2
2
2
3.50
40
40
48
25
18
152
25
1
1
50
54
DESCRIPTION OF ITEM
EA Project Designation Sign
LF Proposed 24" Diameter Reinforced Concrete Storm Sewer Pipe
LF Prop. 24" Diameter Reinforced Concrete Storm Sewer by Method Other l
LF Trench Safety System
EA Remove Existing 10-Foot Inlet
EA Proposed 10-Foot Curb Inlet
EA Proposed 4' Stormwater Manhole @
EA Concrete Storm Drain Collar
CY Type "B" Headwalls @
LF Remove Existing Curb and Gutter
LF Construct Curb and Gutter
SF Remove and Replace Existing Sidewalks
TONS Permanent HMAC Pavement Repair
SY Standard Drive Way Approach
SY Remove and Replace Existing Drive Way
LF Remove and Replace Existing Private Fences
EA Move, Maintain Existing Private Sprinkler Systems
EA Private Utility Adjustments (Electric, Telephone and Cable)
SY 6" Rip Rap and Grout Material and Placement
SY Sodding
Total Estimated Construction Cost
UNIT
PRICE
$250.00
$41.50
$80.00
$1.50
$500.00
$2,350.00
$2,500.00
$250.00
$450.00
$1.00
$ I 0.00
$9.00
$150.00
$30.00
$25.00
$10.00
$250.00
$500.00
�25.00
$9.00
TOTAL
AMOUNT
$250.00
$15,604.00
$2,400.00
�564.00
$1,000.00
$4,700.00
$5,000.00
$500.00
$1,575.00
$40.00
$400.00
$432.00
$3,750.00
$540.00
�3,800.00
$250.00
�250.00
$500.00
$ l ,250.00
$486.00
$43,291.00
^ -, , n
�����1�Go���,� J-�rG���
�^ ��Vr � �li� ��� ln
�„�Il C��..,�7:�L���/�1JU1�
��� �'��,������,�, �iC�o
I EXHIBIT "B-5"
ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
18 CAPITOL IMPROVEMENTS PROJECTS STORM DRAIN RECONSTRUCTION AT SEVERAL LOCATIONS
I Project Number C115-020115028915
EVANS AVENUE
ITEM APPR UNITS
NO. ONTY
1.01
1.07
1.09
1.17
1.20
1.33
1.35
1.40
1.47
1
300
300
1
1
24
36
1
266
EA
LF
LF
EA
EA
SF
SY
EA
SY
DESCRIPTION OF ITEM
Project Designation Sign
Proposed 4' X 3.5' Box Culvert
Trench Safety System
Remove Existing 10-Foot Inlet
Proposed 10-Foot Curb Inlet
Remove and Replace Existing Sidewalks
Standard Drive Way Approach
Private Utility Adjustments (Electric, Telephone and Cable)
Total Estimated Construction Cost
UNIT
PRICE
$250.00
$150.00
$ L50
$500.00
$2,350.00
$9.00
$30.00
$500.00
$9.00
TOTAL
AMOUNT
$250.00
$45,000.00
$450.00
$500.00
$2,350.00
$216.00
$1,080.00
$500.00
$2,394.00
$52,740.00
�'� ��_,;;����;;�,�C��'�:n� G'[����G�D
(��: j���,,�' c"��:� U,� ���,;"�1 i lf
� .,�.�
� '=[: �':;"��� r'!r�tlq U7�SWq
I EXHIBIT "B-5"
ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
38 CAPITOL IMPROVEMENTS PROJECTS STORM DRAIN RECONSTRUCTION AT SEVERAL LOCATIONS
� Project Number C115-020115028915
WINTON TERRACE WEST
ITEM APPR UNITS
NO. ONTY
1.01
1.02
1.08
1.09
1.15
1.20
1.25
1.29
1.30
1.31
1.32
1.33
1.34
1.35
1.36
1.39
1.40
1.42
1.43
1.44
1.45
1.46
1.47
1
315
126
315
4
4
5
5
3.50
68
40
35
20
18
220
3
1
50
1
10
10
10
25
DESCRIPTION OF ITEM
EA Project Designation Sign
LF Proposed 24" Diameter Reinforced Concrete Storm Sewer Pipe
LF Prop. 24" Diameter Reinforced Concrete Storm Sewer by Method Other TI
LF Trench Safety System
EA Remove Existing 3-Foot inlet
EA Proposed 10-Foot Curb Iniet
EA Proposed 4' Stormwater Manhole @
EA Concrete Storm Drain Collar
CY Type "B" Headwalls @
LF Remove Existing Curb and Gutter
LF Construct Curb and Gutter
SF Remove and Replace Existing Sidewalks
TONS Permanent HMAC Pavement Repair
SY Standard Drive Way Approach
SY Remove and Replace Existing Drive Way
EA Move, Maintain Existing Private Sprinkler Systems
EA Private Utility Adjustments (Electric, Telephone and Cable)
SY 6" Rip Rap and Grout Material and Placement
LS Implementation and Maintenance of SWPPP
CY Class "A" 3000 psi Concrete for Misc Placement as Directed
CY Class "D" 1500 psi Concrete for Misc Placement as Directed
CY Washed Rock for Miscellaneous Piacement as Directed
SY Soddinq
Total Estimated Construction Cost
UNIT
PRICE
$250.00
$41.50
$so.00
$1.50
$300.00
$2,350.00
$2,500.00
$250.00
$450.00
$1.00
$10.00
$9.00
$ I 50.00
$30.00
$25.00
$250.00
$500.00
$25.00
$5,000.00
$150.00
$125.00
$80.00
$9.00
TOTAL
AMOUNT
$250.00
$13,072.50
$10,080.00
$472.50
$1,200.00
$9,400.00
$12,500.00
$1,250.00
$1,575.00
$68.00
$400.00
$315.00
$3,000.00
$540.00
$5,500.00
�750.00
$500.00
$1,250.00
$5,000.00
$1,500.00
$1,250.00
�300.00
$225.00
$70,898.00
�ii��`�1���`:�11�� I`)I��`;"�i��(j�L'i/
.�
�:: c��� �� �a,��`.r�����������>>�
%��: ��r��k���;��;;,�� ����,�
���;,u_��ap in.a
EXHIBIT B-6
(SUPPLEMENT TO ATTACHMENT 'B')
SCHEDULE
1998 CAPITOL IMPROVEMENTS PROJECTS STORM DRAIN RECONSTRUCTION AT SEVERAL LOCATIONS
Project Number C115-020115028915
1993 CAPITOL IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE IMPROVEMENTS
Project Number C111-020111028920
Scheduled Scheduled Actual Actual
Descri tion of Activit Da s Begin End Begin End
1998 & 1993 CIP Storm Drain Reha 337 da s 01/15/01 04/16/02
Notice to Proceed 0 da s 01/15/01 01/15/01
Phase I- Data Collection/Anal sis 70 days 01/15101 04/20/01
Research Property/Ownership 30 days 01/15/01 02/23/01
Research Exist Const. Plans 5 days 01/15/01 01/19/01
Topographic Info 3 days 01/15/01 01/17/01
Prepare drainage anal sis 21 days 01/18/01 02/15/01
Prepare Concept Design Rpt. 5 days 02/16/01 02/22/01
Update Prel. Cost Estimate 1 da 02/23/01 02/23/01
Design Survey/base mapping 40 da s 02/26/01 04/20/01
Pase II - Preliminary Design 50 days 04/23/01 06/29/01
Prepare plan sheets & Specification 45 da s 04/23/01 06/22/01
Prepare Prel. Design Rpt. 5 da s 04/23/01 04/27/01
Prepare easements 45 days 04/30/01 06/29/01
Phase III Final Construction Plans 40 days 07/02/01 08/24/01
Finalize Design 20 days 07/02/01 07/27/01
Review Final Design 15 days 07/30/01 08/17/01
Print for Bidding 5 days 08/20/01 08/24/01
Award of Contract 45 da s 08/27/01 10/26/01
Phase IV - Construction 122 days 10/29/01 04/16/02
PreConstruction Conf. 1 da 10/29/01 10/29/01
Construction Layout (by others) 21 days 10/30/01 11/27/01
Construction (by Contractor) 100 days 11/28/01 04/16/02
�'����'������ G`�'�'�;�?�r�a
✓,' r;-��,,�S n�,,'.q
-,
fr� U� c,�'�:�<�;I�a �ill(
� l�� Ci�Lri�ji[;�iI�JJ IIL�M1✓
r a ���� i�_ !,�t
i� .d p �� o
ATTACHMENT "C"
AMENDMENTS TO STANDARD CONTRACT
AND GENERAL SCOPE OF SERVICES
1998 CAPITOL IMPROVEMENTS PROJECTS STORM DRAIN RECONSTRUCTION AT SEVERAL LOCATIONS
Project Number C115-020115028915
1993 CAPITOL IMPROVEMENTS PROJECTS LOST CREEK DRAINAGE IMPROVEMENTS
Project Number C111-020111028920
No modifications to the STANDARD ENGINEERING CONTRACT were necessary for this project.
� — ----- ------�_,_— -
����r�'���; U�=��� �i_���1,li :�i��;' ��
,�, �� f �^�, �� !�car� r
� ��S �'�°� �l� �l� "1 �`��'j'�
�� U � ,:In`. ,�l�s �
�' r�`f ��'�'�'�; i[��� n�� 41
V�'�,�,.. i� � � f�ln �
� �-J'- �a
City of Fort Wo�th, Texas
�►�A�or Altd Caunc�l Can��nun�cAt�an
DATE REFERENCE NUMBER LOG NAME
4/3/01 **C-18529
20LOST
PAGE
1 of 2
SUBJECT AWARD AN ENGINEERING SERVICES AGREEMENT TO J. B. DAVIES, INC. FOR
DESIGN OF THE LOST CREEK DRAINAGE IMPROVEMENT PROJECT AND FOUR
SMALL STORM DRAINAGE IMPROVEMENT PROJECTS
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute an engineering services
agreement with J. B. Davies, Inc. for design of the Lost Creek drainage improvement project and four
small storm drainage improvement projects in the amount of $74,930.93.
DISCUSSION:
In June 2000, flooding occurred in west Fort Worth in the Lost Creek and Westpoint neighborhoods.
Staff has proposed improvements to improve the drainage system to alleviate flooding. The design and
construction of this project is estimated to cost $350,000.00, and will be funded by Council District 7
undesignated funds.
A consultant selection committee comprised of three staff members selected J. B. Davies, Inc. from
among three engineering firms that submitted proposals for the Lost Creek drainage improvement
project. Additionally, staff identified four small storm drain systems citywide which require replacement,
and they will be added to the design contract with J. B. Davies, Inc.
LOCATION
2331 Medford Court East to 2300 Winton Terrace East
1421 East Magnolia to 1400 East Rosedale
1100 East Allen to Hillside Park
1310 Evans Avenue
COUNCIL DISTRICT
:
.
:
J. B. Davies, Inc. will perform the design work for the Lost Creek drainage improvement project and the
four small drainage improvement projects for a lump sum fee of $74,930.93. Staff considers this
amount to be fair and reasonable for the scope of services proposed.
J. B. Davies, Inc. is in compliance with the City's M/WBE Ordinance by committing to 20% M/WBE
participation. The City's goal on this project is 20%.
This project is located in COUNCIL DISTRICTS 7, 8, and 9.
C'aty of'�'ort Woa�th, 7'exac�
�►�Ayor And Counc�l C,o1�11�tu111cAt�an
DATE REFERENCE NUMBER LOG NAME PAGE
4/3/01 **C-18529 20LOST 2 of 2
SUBJECT AWARD AN ENGINEERING SERVICES AGREEMENT TO J. B. DAVIES, INC. FOR
DESIGN OF THE LOST CREEK DRAINAGE IMPROVEMENT PROJECT AND FOUR
SMALL STORM DRAINAGE IMPROVEMENT PROJECTS
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of
the Street Improvements Funds.
MG:k
Submitted for City Manager's
Office by:
Mike Groomer
Originating Department Aead:
Hugo Malanga
Additional Information Contact:
Hugo Malanga
FUND ACCOUNT
(to)
6140
7801 (from)
C115 531200
C111 531200
7801
CENTER
020115028915
020111028920
AMOUNT I CITY SECRETARY
�oY�d
�1TY COUNCII.
APR 3 ?co�
,079.74 /% v )
, 851.19 ��:'���,, l i�r r� -m-��
�;ifr a�c��^��:w}r �f Yiarw
�:`;w4y c�ff �'hAi ��ilQct�a, �"c3:x��,