Loading...
HomeMy WebLinkAboutContract 28105� � �� . ���Y ���� � ��.�' l � eE�r o� �o�� v�o��r�, ���►� C4N'�RACY s�A��ara� �,������� F�� ���r����i�G s��u�c�s _ , This AGREEMENT is batween the City of Fort Worth (the °CITY"), and Dannenbaum Engineering Corpara#ian, (the "ENGfNEER"), for a PROJECi �eneraily descri�ed as: Pavemen# Reconstruction and Water ar�d Sanitary Sewer Replacement on Sianl�y Avenue from B�rry Streetto Dic�son Street and from Pafford Street to Bolt Stre�t. Ar�ie�e I Sc�p� Af S�rvices A. TF�e Sc�p�e of Services is s�t fort� in Attachment A. Arti�le II Compen�a�ion A. The ENGINEER's compensatian is set farth in At#achment 8. �'erms af �aymeni Rr�icle III Paymen�s to the ENGINEER will be made as follows: A. Invaice and �aymen� {1) The Engineer shall provide the Ciiy su�icient documentation to reasonably subst�ntiate the invnices. (�) Monthly in�oices wifl be issued by the ENGINEER for all w�rk perfarmed under this AGREEMENT. fnvoices aee due a.nd payable withir� 3Q days of receipt. (3� Upan completion ot services enumerated in Ariicle I, the final payment of any �alar�� will be du� within 30 days of receipt of #he final in�aice.. (4) In the e�eni of a c�isputed ar can#ested billing, only that portion sa cantested will be withheld from payment, and tF�e undispuied portion will be paid. The CITY wil! exercise reasanabler�ess in contesting any bill or po�tion thereof. No interes# will accrue on any contested portinn of the biliir►g unti! mutuslly resolved. � � (5) lfi the C1TY fails to make payment in full to ENGINEER for bil�fngs contested in goad faith within fid days of the amount du�, #he ENGIhfEER may, after giving sever� (7) days' writ#�n notice t� CITY, suspend services ur�der this AGREEMENT untif paid i� full, inclu�ir►g interest. In �he e�ent af susper�sion oi s�rvices, the ENGINEER shall hav� no liabiii�y ta C�TY for delays or damag�s r.aused the C1TY because of such suspension af ser�ices. -- - J- -�.- ,ItJ: �, lI , � 111 ��Il�fll��� ��tf_ ,,ti ����� (r�i' ,�i'` �t:f?R w ' nlr� �•{''I ►4�ticle tV O�ligation� of fhe �ngin��r Amendments to Articie IV, if any, are inclUded in Attac�ment C. R. General The ENGINEER wil[ senre as the CiTY's profession�l e�gineering represen#a�ivs und�r this Agreemer�t, providing professEonal enginesring consultation and advice and fumishing customary serrrices incidenial thereia. �3. Standarrd o� ��r� The standarc! of car� applicable to the ENGIN�ER's services will �e the degres of skifl and diligence normally emp�ayed in t�e State o# Texas b�y pro�ess�anal enginaers or consultants pertvrming the same ar sim€!ar services at the time such services are pertormed. C. Su�sur�ac� lnvestigations (1) The ENG�NEER shall advise fhE CITY with regard to the necessity for subcontract work such as special surveys, t�sis, #�st barings, or other subsurf�ce investigations in cannection wiiF� design and engineering work to !�e perta�med hereunrler. The ENGINEER shall also advise the G1TY conceming the resul#s nf same_ Such surveys, tesfs, and i�v�stiga�ions �hall be furnisF�ed by the CITY, unless otherwise specified in Aftachment A. {2) ln soEls, foundation, groundwater, and vther subsurFace in�estig�tions, the actual charac�eristics may vary sigr�ificantly between s�c�essive tes# poirtts and sample int�rvals and at locations o#her than where observations, exploration, and inves#igations have been made. B�cause of the inherent uncertainties in subsurt�ce eva�uafions, changed ar unantfcipated ur�derground conditior�s may occur that coufd affec# t#�e #otal PROJECT cost and/ar execu#ian� These CO�iditl011� ar�d costfexecutian effiec#s are not the respansil�ility of the ENGENEER_ �. Preparaii�n n� �ngin�e�ing Drawin�s The ENGINEER will prov�de t� t�e CITY the o�iginal drawings o# all pEans in ink on reproduc�ble plastic �ilm sfieets, c�r as afiherwise apprbved by CITY, w�rich shall become the properfiy ofi the CITY. CITY may us� such drawings in any rnanner it desires; prouide�, howe�er, that the ENGIN�ER shall not be iiable for th� use o� sUch drawings far any �roject ather #I�an the PROJECT described herein. -2- �. �nginee�'s �e��onnel a4 Cor�t�uc�ian Si4e (1) The presence or duties of the ENGINEER's personn�f at a canstruction site, whe#h�r as on-site representatives or otherwise, do r�vt ma�Ce the ENGINEER or its persa�nel in any way r�sponsible for those duties that belQng #o the CITY andlvr the CITY's canstruc#ion co��actors or oth�r e�ti#Ees, �r�d do not relieve #he canstru�tion contractars or any other entity of their obligatians, dufiies, and responsi�ilities, ineluding, but r�ot limited to, all construction methods, me�ns, techniquss, seq►aences, and pracec�ures n�cessary for caordinating and campleting all portiohs nf ihe constructior� r�rork in accordance with the Cantract Documents and any healfh or safety pr�cautians required by such consir�uctivn wark. '�he ENGINEER and its persannel have no authority tv ex�rcise any control over any canstruc#ion coR#ractvr or other entity or their employees in cor�nec#ion with their work or any health or safiety precautions. (2) Except to the extent of speciftc site visits e�ressfy detailed and set forth in Attachmen# A, ih� ENGlNE�R or its personn�l shail ha�e no obligation or respo€�sibility ta visit #he construction site ta become familiar with the prag�ess or qualiiy of the comp�e�ed wa�k an the PROJECT or to determine, in generat, if the work on the PROJEGT is beir�g perFormed in a manner indicaf�ng thafi the PROJ�CT, when compieted, r�ill be in accordance with t#�e Contract Docum�nts, nor s�all �nything in the Contract Documents or the agreement b�fweeR CITY and ENGINEER be canstrued as requiring ENG�NE�R to make exhaustive ar cantin�ous or�-site inspecfions to discov�r ia�eni defects in the wark or otherwise check the quality or quar�ti#y of the work on the PRO.�ECT. If, for any reason, the ENGWEER sho�ld make an on-site absenration(s}, an the basis of such on�site observations, if any, the ENGIN�ER shall endeavor to keep the CITY informed of any �eviation fr�m the Car�tract Dacuments com�ng t�o the actual r�otice o# ENGtNEEF� regarding the PRO.iECT. (3} Wher� �rofessionaf c.�r#ification of performance ar characteristics o� materials, systems or equipment is reasonably required to perform the services se# farth i� ti�e 5cope Of SBN[CB5, the �NGINEER shall be entitied to rely upon such certification to estabiish materials, systems ar equipment and performance criteria ta be required ir� the Confract Docum�nts_ F. Dpinion� �f Rrobable Cos�, �inancial ConsideratiaRs, and Schedules (1} The ENGWEER 5hall provide o�inions af p�obable costs based on #�e current available iniormation at tMe fiime of �reparatioR, in accardance with A##ac�ment A. (2) fn pro�iding apin`rons of cost, financial analys�s, ecanomic feasibility prajections, and schedules for the PROJECT, the ENC�IN�ER has na controf over cost vr price of iabor and mat�ri�ls, u�kr�owr� a� latent conditions of exis�ing equi�ment nr structures that may affect operatian or maintenance costsf campetitive bidding procec�u�es and maricet -3- conditians; �Fme or qualify of perfo�mance by ihird parties; quality, �ype, manageme�t, or direction af operati�tg p�rso�r�el; and other e�norr�ic and o�eratianal factors that may m�#erially affect tha uliimate �RC�IECT cost or schedule. Th�refore, the ENGINEER makes no warranty that tf�e CITY's actual PRaJECT eosts, fnancial aspects, economic feasibitity, or schedule� will not vary from the ENGINEER's opir�ions, analyses, projections, or estima#es. C. C�nstrru��on R�ogrress �aymen�� Recammendations by the EN�INEER to the C1'�Y for periodic construction progress payme�ts to the constr�c#i��t contrac�or will b� based pn the ENGINEER's knowledge, infarmation, and belief from selective sampling a�d abservation fihat th� work has p�ogressed to the paint ind�cated. Such recommendations da not represe�nt that continuous ar detailed examinatia�s ha�e been made by the ENGINEER ta ascerk�ir� �hat the canstruction can�rac�or has completed the wor� in exaGt accardance with the Contracf Documents; that the �nal wari� wil� be acceptat�le in al! respec#s; that the ENGINEER has made an examination #o �scertain how a� for wha# purpose t#�e construc�ion contractar has used the moneys paid; that titfe to any of the wor�, materials, or equipment �as pa$sed tp the C�TY free and �lear of liens, claims, s�curity interests, or encumbrances; or that there a�e r�ot o#her matiers ai issue between �e CI7Y and the cor�structiar� rontractor that afifect the amount that should be paid. H. �ecord �rawings R�r�rd drawir�gs, if required, will be prepared, in part, on the basis of irrformation c�mpile� and fumis�ed �y others, and may not always represent the exact locat�on, type of various com�onents, or ex�et manner in which the PRQJ�CT was fnally const.�ucted. The ENGINEER is not respansible for any errors ar omission� in the information fram others that is incorporated into #he record drawings. Minoriiy� and ldild'nman �usiness Enterpfise (Ml���) parfiicipaiion In a�card with City of Fort Wor�h Ordinar�ce Na. 11 �23, as amer�ded by Ordinance 13471, the City has goals for t�e �aar�icipat3on of minority business anterpr�ses ar�d woman business enterprises in Ci#y car�tracts. En�ineer acknowlecfges the M/WBE go�l esfa�lished for this c�ntract and its commitment to meet th�i goal. Any misrepresentatian of f�cts (other than a negiigent misreprese�tatian) ar�dlar the cammissinn of ffaud by t�e Engineer may result in the termination of �f�is agreement and debarment from participating in City cor�tracts for a per�od of �ime of no# less than #hree �3) years. J. Righi �o Ae�difi (1) ENGfNE�R agrees that the CITY shali, un#�I the expira#ion af three {3} yea�s after final paymen� under this can#ract, have access �o and the ngh# ta examine and phatveopy any directly pertin�nt bonks, dvcuments, pa{�ers anc� recards of the ENGINEER invoiving tra�sactions reEati�g to -4- this corttract. �NGIN�ER agrQes #hat ths CITY shall have access during normal working haurs to ail n�cessary ENGINEEf� faciiities and shaEl be provided adeq�ate and apprapriate work space in order io canduct audits i� compliance with the �ravisia�s of this sectio�. The C1TY shall give ENGINE�R reasonable advar�ce no#ice of intended a�ac€its. " (2j ENGlN�ER fur�her agtees ta include in alf �ts subconsultsnt agreemer�#s her�under a pravision to the effe� that the subconsultant agrees that the CITY shall, until t#�e expiration of three (3) years after final payment under the subcant�ac#, have access to and �he right to examine and photocopy any direcily pertinent books, docum�n#s, pa�ers and records of sucFt subcvr�sultant, invvfving transactions to i�e subcon�ract, and furt�e�, that t�e CITY sha�l �a�e aeeess during narmal war�irt� h�urs to all subcansulta�t facilities, and s�tall be provic�ed adequate and appropriate wark space, ir� arder to conduct auciits in compliance with t#�e prav�sians of this article tog�ther witE� subsectia�t (3)hereof. C�TY shall give su�cons�lta�t reasor�able advance notfce of inter�ded audits. (3) ENGINEER and subcnnsuEtant agree to phota copy such docume�ts as may be requested by the GETY. The C1TY agrees tn reimburse ENGINEER #ar the cost of copies at the rate published fn the iexas Admfnistrative Code in e€Fect as af the time copying is perForm�d. �4. �iVCIF����`� Insuran�e {1} Insurance coverage and limits: ENGINEER shall pravide ta the Gity certificate{s} of ins�rance doc�mentirtg poficies of the €o[lowing cv�erage at minimum limiis which are to he in effect priar to commencement of wark ar� the PRQJ ECT: Gommer�cial Genera! Liability $'I,OdU,000 �ach occu�rence $1,Q00,�00 aggreg�te Automabile Liability �'1,000,000 each accident {or reasonably equivalenf Eimits �f coverage if written on a split kimi#s basis). Caverage shall F�e on any �ehicle used in �he co�urse of th� PR0,IECT. � Wvrker's Camp�nsation Coverage A: statu#ory limits Cover�ge B: $"l�0,(300 eaeh acciden# $SQQ,OQO dis�ase - paficy limit $100,Oa0 �isease � each emp�oyee Professional Liability $1,pD{3,(700 each claimlannual aggre�ate {2) Ceriifica#es of insurance evideR�ir�g that the ENGWEER has obiained a�! req�ired inswrance s�a�l be deiivereci to the CiTY prior ta ENG�NEER proceeding with the PROJECT. _�_ (a) App[icable policies shall be en�nrsed to name ti�e C�TY an Addi#ionai lnsured thereQn, as its interests may appear. 7he term CIT1' shall include its empfoyees, afficers, afficials, agents, and volunteers as respects the contracted services. (b) Certi�"icate(s) of insurance shaA cfacument tha� insurance coverages speci�ied accarding to items section K.('E) and K.{2} of this agr�ernent �re prqvided �ander applEcable �10IfC1�5 docum�nted thereon. (c} Any failure on dacument�iion req�iremerrts. part vf the CITY to request required insurance shall noi const�tute a waiv�r of the in�uranca (d) A mir�imum af thirty (30) days notice of canceli�tion, non-renewa�l ar material change in coverage shall be provided ta t�e CITY. A ten ('EO) days r�otice sha11 b� acceptable in the even# of �on- payment of premium. S�ch terms shall be endorsec! onto ENGINI�ER`s ir�surance po#ici�s. Notice shap be sent to the respecti�e Department Dir�cta� (by name}, City of Fort VUorth, 100(? Throckmorton, Fort Worth, Tex�s 761 Q2. (�} Insurers for al1 palicies musi be au#horized to do business in the state af Texas or be otherwise �ppror�ed by the CITY; ar�d, suci� insurers shall be acc�ptable to the CITY in te�ms of their financial s�rength and so#vency. (f� Deductible I�mits, ar seif insured retentions, affecting insurance required h�erein may be acceptable to the CITY gt its sole discre4ion; and, in lieu of traditio�al ir�surance, any alt�mative caverage maintain�d thraugh insur�nce paols or �is� retention grdups must be also appm�ed. Dedieated fir�ar�ciaf resources or letters vf ere�it m�y also be acceptable to the City. (g} Applicabie pofcies shall each be endarsed wit#� a wai�er af subrogat�or� in favor of the CITY �s r�speets tk�e PRt7JECT. (h) The City sf�all be en#itled, upan its reqt�est and rrvithaut incurring expen�e, to re�iew the ENGINE��`s insurance polic�es includir�g endorsements thereto and, at fhe CITY's discretian, the ENGINEER ma�y be required to pravide pro�f of in5�arance premium paymenis. ((} �J) The Commer�ial General Liability insurance policy shall have no �xclusions by �ndorsements unless such are approved by th� CiTY, The Professionaf �iability irisurar�ce palicy, if written on a cfaims made basis shafl be maintained by the E,NGINEER fo� a min�mum � #wa {2} y�ear period subsequent to the term af the respective PRQJECT contract with the C�TY unless such coverage is provided the ENGINEER on an occurrence basis. (k) Tf�e CiTY shaif nat he respansible for t�e direc� payment of any insurance premiums required by this agreement. It is understood t�rat insurance cost is an allaw�ble componen� o# ENGINEER's a�erhead. (I) A[I insurance required �n section K., except for the Prafessianal Liabifi#y insurancs palicy, shafl he w�itten on an oc.eurrence basis in order to be appro�ecf by the CITY. (m) Subconsult�nts to ��e ENGINEER shall be required �y the �NGiNEER to maintain the same or reasonably equivalent insur�ance caverage as required for fh� ENGINEER. When insurance co�►er�ge is main#ained by subcansultants, ENGWEER shall pravide �fTY with documer�tatian thereof on � cer�ificate of ir�surance_ Notwithstanding anythir�g to tl�� contrary contained herein, in the event a subcons�ltant's insurance coverage is canceled or terminated, such cancellatian or terminatian sh�la nof cons�itute a breach by ENCIN�ER of the Agr�ernent. �. Independen# Consult�nfi The ENGfNEER agrees to pertorm all services as an independent consuEtant and not as a subcontractor, agent, or employee of the CITY. �I. �iscl�sure The �NGINEER acknowledges to the CETY that it has made full diselasure in writing of aRy existing confli�ts of interest o� Potentiai conflicts o� intefest, including persona� financial �nterest, direct or indirec#, in property a#�uttir�g the proposed PRO.�ECT and busir�ess relaiianships with abutiing property cities. The ENGI�IEER further acicnowledges that it will m�ke disclosure in writEng of any co�flic�s of i�ferest which devekop subsequent ta the signing ofi this contract and prior to final payment ur�der` the contract. N, Asbes�os o� Ha�ardous Substar��es �1) lf �sbestos or hazardous substances in any form are encountered ar suspected, ihe ENGINEER wilf stnp its own work ir� the affectad po�vns of the PROJECT to permit t�sting a�d e�afuation. (2) If asbesias or other hazardaus substances ar� suspected, t�� ENGINEER will, if requested, assist the GI7Y in obtaining the services of a quatifiied subcontractor to manage #he remediation activities of the PR4JECT. -i- O. P�r�mif�ir�g �utho�ifi�s - �esign Changes �f permitting autt�ori�ies require design changes so as to comply wi#f� published design crit�ria andinr current engineering practice standards which the ENGINEER. should have been aware of at the time this �greement was executed, the ENGINEER shal[ re�ise plans and s�ecifcatians, as required, at its awn cos# and expense. How�ver, if design changes are required due to the cha�ng�s i� the permi�ting authorii�es' pu�lisF�esi dasig� criteria and/or practice standards criteria whick� are pubiished after th� date of this Agreement which the ENGINEER Coulc� nat have been reasona6ly aware of, the ENGINEEf� sf�ali r�oti�y the CITY of sucF� changes and an adjustment in compensation wiE) b� made through an amendme�n# to this AGREEMENT. �bliga#ic�n� of t�e �ity q�icle V Amendm�n�s to Articke V, if ar�y, are included in Attachment C. A. Cii��Fu�rtished �a4a The C1TY will maL�� availab�e to the ENGIIVEER ail techr�ical �i�ta in the CfTY's possession r�lating to the EN�INE�R's services on the PROJECT. The ENGINEER may rely upon the accuracy, timeliness, a�d completeness of the information provided by the CITY. �. �4cce5s $o �aCifi�i�s anrl �roperky Tl�e CIT1( will make its facilities accessib�e to the ENGINE�R as required for the ENGINEEF�'s performance o� iis servic�s and will provide I�bor ar�d safety equipment as required by the ENGINEER for such access. 'Ttte CETY will perform, at nv cast ta the ENGINEER, su�ch tes#s of eq�ipment, machir�ery, pipelines, and flther com�or�ents af the CITY's faci(ities as may be required iR �car�nection with the ENGlNEER's servEces. The CITY wiil be responsible for ali acts of the CITY's personnel. C. �4d�e�xis�me�f�, Permits, and �ccess Unless otherwise agreed to ir� the Scope of Services, the CiTY will obtain, arrange, and pay for ail adu�r#isemer�ts for bids; permits and licenses required by lacal, sfate, or federal au#horities; and land, easemants, rightsdof-way, and access necessary for the ENGINEER's services or PROJECT constr�ction. D. Timely Review The G�TY will exami�e #he ENGINEER�S 5'�UC�1�5, repo�is, sketches, drawings, specifica�ans, pra�osals, and other doc�aments; abtain advice of an attorney, ir�surance caunselor, accout�tant, auditor, banc� and financial a�visors, and other coRsultants as #�e ClTY deems appropriate; and render in wri#ir�g decisiorrs required by the C1TY in a tirnely manner in accardance with the project schedule in Attachment �D. : �. ��ompf Noi�ice The C{TY wifl gi�e prampt ►rvritten notiee tn the ENGINEER whene�er CITY observes or becomes �ware of any develapment tttat affects the scope or timing af tfi�e ENGWE��'s services ar of any c#efect in the work of the �NGIN�ER or construction cor�tr�c#ars. �'. l�sbesto� c�r i�a�a�dous Subs�ances and Ind�mni�ica4i�n (1) Ta fihe maximum exteni permitted by law, �the CITY will indem�ify and r�eiease �NGINE�R and its a�'icers, employees, and subcontractors from all cEaims, damages, losses, and costs, including, but not limited to, attomey`s fees and litigation expenses arising �ut of or relating to th� presence, discharge, release, or escape pf hazardous su�stances, contam�nants, or asbestos an o� from the PRQJECT, Notl�ing contained herein shall be construed ta require the CITY to levy, assess �r coliect any ta�c to fund this ind�m�ificatian. {Z} The indemnificatior� and� release required above shall not apply in the event the discharge, release or escape of hazardous s�absta�ces, confaminar�ts, or asbestos is a result of ENGWEER'S negligence or if such hazardous substance, contaminan# or �sbestos is brou,ght onto the PRO.�ECi by ENGINEER_ G. Cor��rac��r Indemn�cation and Claims The CiTY agr�es to include in all construction contracts the pro�is�ons af Articie IV.E. regarding t#�e ENGINEER`s Personnel at ConstnrGtian Site, and pro�isions providit�g cantrac#or i�demr�ificatian af the G�TY and the ENGtNEER for contrac�or's neglig�nce. . F�. �onfracfar Cla�ms and ihi�d��a�iy �eneficia�i�s (9) The CITY agrees ta incfude the foflowing claus� in alt cantracts with cortstruction contraators and equipment or materials supPliers: "Cpntr�actbrs, subcantractors and equipment ar�d ma#erials suppliers or� the PROJECT, or th�fr sureties, shall maiRtain no �irect action against the �NGIN�EF2, its officers, employees, and subcontractars, for any claim arising out a€, in co�rnection wit�, or resulting from the engineeri�g servic.�s pertormed. Only #he CfTY will be the beneficiary ai any undertaking �y the ENGfNE�ER." {2) This AGREEf�ENT gives no rights or ben.efits ta anyone �ther thar� the CETY anci the ENGINEER and there are no third-party be�eficiaries. (3) The CiTY will include in e�ch agreement it enter� into with a�y o#her entity or �er�an regarding the PR�JECT a provisian that such entity or person shall ha�e na third�party beneficia�y r�g#�ts �nder �his Agreement. � (4) No�hing contaihed in this section V.H. shalf be cons�rued as a waiver of any rigt�t the CITY has ta bring a claim against ENGINEER. CITY's Insu�anc� (1) The CfTY may maintain pro�erty insurance on certain Pre-existing struc#ures ass4ciated with i�e PR4JEC1". (2) The CETY wil� ensure that �uiiders Rislclinstallation ins�rance is maintained at t#�e repf�cement cost vaiue flf the RRQJ�CT. The CiTY may provide �NGINEER a copy of ths policy or documentation of such on a certificate af insurance. (3) The CITY will s�ecify that the Builders Riskllrtstall�tfon insurahce shall be compre�ensive fn cvvera�e appropr�ate ta tt�e PROJECT r+sks_ J. Li�ig�iion �s�istanc� Ti�e Scope of S�rvices do�s not ir�clud� costs of the ENGINEER �or req�ired or r�quested assistance to sUpport, pr�pare, doc�ment, bring, defend, ar assist ir� li�i�ation t�nder�ake� or defended �y the �ITY. ln the evenf CITY requests such s�rvices �f the ENGINEER, this AGREEMENi shail be am�nded or a separate agreem�r�t will i�e negatiated betw�e� the parties, K. Changes T'he CITY may make or apprar�e c�anges within th� general Sco�,e nf Setvices in this AGREEMENT. lf such c�anges a#Fect #he ENGINEER's cast of ar time required for performar�c� o� the seruicas, a� equitable adjus#rrtent will be made thro�gh an amendment fiv this AGREEMENT with appropriate GITY approval. �icle Vt General [�eg�l Pe�adisions Amendi�nents to Articie VI, i�' any, are inclu�ded in Attachment C. A. Autho�i�a�ian �o P�oceed ENGtNEER shal! be autho�i�ed ia proceed with this AGREEMENT upon rece�pt of a written Notice to Proceed from fhe CITY. �. Reuse ofi �roject �a�umen�s Ail desig�s, drawings, speci�ications, documents, and other wor�C proc�uc#s af the ENGINEER, w�e�her in hard copy o� in electro�ic form, are ins#ruments o� servic� for this PRO.lECT, wh��her th� PRQJEC`f is comple#ed or not. Reuse, ehat�ge, oe altera�ior� by t�e CITY or by athers aetPng t�rough or on bef�alf of the CITY nf any such instruments ofi s�rvice without the written permission a� the -lo- ENGINEEI� wi�l be at the CITY's sale risk. T[�e final designs, drawings, specificatior�s and documents shall be owned by the CITY. C. ���ce �a�eure The.ENGlNEER is nat responsiblE for damages or d�Eay in perf'ormance caused by �cts of God, strikes, lockouts, accidents, ac ath�r ��ents beyond the cantral of tJ�e EfVGINEER. D_ 7'ermi�ation (1} Tf�is AGREEMENT may be #erminated oRly by #he City far car�venience an 30 days' written notice. This RGR�EMENT m�y be termtna�ed by ei#t�er ihe ClTY or the �NGiNE�R for cause i� either party fails su�stantially to perforrn through no fault of the ather and does not comrnence correc#ion af such no�perfarmance with ffve (5) days of written na#ice and �ilfgently campte#e the carrec#ian �hereafter. {2) If this AGREENf�NT is terminat�d fivr the conveni�nce af tl�e Ciiy, the ENGINEER will be paid #or terminatia� expenses as foIlows: a) Cost of reproduciion of partial or ca�npiete studi�s, plans, specifications or other forms of ENGINEER`S wark product; b) Out-of-pocket ex{�enses for purchasing s#orage containers, microfiilm, electronic data fil�s, and ott�er da#a storage �uppli�s or sen�fces; c} The time requiremer�ts for the EN(�IEVE�R'S personnel to dacumen# the wark unde�rvay at #he time the CITY'S termination for cvn�en'rence sn that the worE� effart is suitable 'for long time starag�. (3} Priar to proceedir�g with termina#ion services, the ENGiNEER will submit to the CITY an itemized s#atement af al[ termination e�cpenses. The CITY'� approvaF v�ril! be obtair�ed in writing prior to praceeding wi�h terminatia� ser�rices. E. S�spension, D�lay, or In�errupfiion to Vl�o� The CITY may susper�d, delay, or interrupt the services of the ENGINEER for ##�e convenienc� a�' the CITY. In the event of such suspensian, delay, or interruptiort, an equitable adjustment in the PROJECT's schedule, comrr�itment and cosf of th� ENGiNEER's personnel and subcontractnrs, and ENC�IN�ER's compensation will be made. -i1- �, lndemnificaiion (�} The ENGINEER agrees to in�emr�ify and de#end the CIiY from a�y lass, cost, or expense claimed by third par#�es ft�r property damag� and �odily �r�jury, including deai{�, caused sofely by the negfigence vr wiliiul misconduct of #he ENGINEER, its emplayees, officers, and subcantractars in connection with the PR0IECT. (�} If the negligertce ar willful misconducf of bath the ENGINEEF� and ihe CITY (ar a person identifie�l �bove for wham each is Gable) is a cause o# such damage ar i�jury, the loss, cast, or expense shall be shared betwesn the EN�INEER ar�d th� C1TY in propor'rion tn their relative degrees af n�gl�gence or willful misconduct as determined pursuant to T.C.p. & R. Code, sec�ian 33.011(4} (Vemor� Suppiement 1996). C. Assignmen� Neither par�y will assign �If or a�y part of this AGREEMENT without the pr3or written cons�nt of the other party. �. In4erpreiafiion Limi#ations nrr fiability anc� inclemnities �n this AGREEMENT are �usines5 understandings between the parties and sF�all appfy ta a!I the different thear�es of r�eo�ery, anGluding breach of contr�ct ar warranty, tort including negligence, strict or statutory liability, or any at#�er cause of action, �xcept for willful misconduct ar gross negligence for limitations of liability and sole negligence for indemn(fFcatiat�: Par�ies me�ns #he CITY ar�d the ENGINEER, and t�eir of�cers, employees, agents, anc� subcontra+ctars. I. Jur��ciiction The law of the State af Texas shall govem the validity of t�is AGREEMENi, its irrterpreta#ian and perfarmance, and ar�y other claims reiated to it. The venue far any litigation r��ated to this AGREEMENT shall be Tarrant County, Texas. J. Altema�e �ispu4� Resolu#ion (1) Ali claims, disputes, and other matt�rs in questic�rt between the C[T`( a�d ENGINEER ar`ssing out o�, or in cnrrr�ection witF� tF�is Agreement or the PRQ.iE�T, or any br�acF� af �ny abfigatian or duiy vf C1TY or EfVGINEER hereunder, wiU be submitted ta mediat�or�. �# mediation is unsuceessful, #he cl�Em, dispute or other maiter in question shall be subm�tted to arbitratian if both pa�ties ac�ing reasanably agr�e that the amoun# of th� dispute is likely to be less than $5Q,000, exclusive of attomey's F��s, costs and expenses. Arbitra�ian shall be in accardance with the Construc�io� Industry Arbitration Rufes of the American Arbitration Associatinn or vther applicalale rules of t�e Association th�n in effect. Any award rendered by fihe arbitrators I�ss than �50,000, exclusiv� af attorney`s fees, casts ar�d expenses, will be f�nal, judgment -1�- may be entered thereon in any court having jurisdictian, and will not be subject �o appeal ar mod�ification except to fhe extent �ermitted by Sectians 1{1 �nd 'l1 of the Feder�l Arbitration Act (9 U.S.G. Secfior�s 't0 and 11). (2) Any award greater than $SD,O�Q, exclusive of attomey's fees, costs and expenses, may be ftigated by either party on a de navo basis. The award shal! become final ninefiy (90) days from the date 5ame is issusd. If litiga#ion is #iled by either party withirt said ninety (9Q) day period, the award shall become null and void and shall not be �seci by either �arty for� any purpose in the litigation. �C. Seve�abi�i4y and ��n►ivaE If any of the provisions caniained ir� t#�is AGi��EMENi are held for a�y rea�on ta be invafid, il�egal, or un�nforceabl� in any r�spect, such irtvaiidity, illegality, or unenfo�ceability wil� not �f�ect ar�y other pravision, ar�d this ACR�EMENT shall be construed as if suc� in�alid, iliegal, or �n�r�forceab�e provis�on had n��er beer� contained herein. Articles V.F., VI.B., VI.D., VI.H., VI.I., and VI.J. sF�all survive term'rnatinn of this AGREEMENT far any cause. L. Obsewe and Camply ENCINEEF� shall at al[ times absenre and comply with ap federal and Sfate laws and regulatior�s an� with all City ordinances and regulations which in any way affee.� this AGREENlENT and the work hereunder, and shall observe and cornpiy wit� all orders, laws ordinances and regulations which may exist or may be �nacted later by gavem�ng bodies ha�ing jurisdiction or authoriiy #or such enac�ment. No ple� o€ misunderstanding or 'rgr�orance thereof shalk t�e cansidered. ENGIN�ER agrees to defend, �ndemnify and ha[d harmiess CITY an�d all af its officers, agents and employees from ar�d against all cla�ms or I�a�ility arising out af tF�e wiolation af any suc}� order, law, ordinance, or regulation, whether it be by itself or �ts employees. _13_ � Ar�icle 1/11 /��achments, 5chedules, and Signatures This AGREEMENT, including its attachmenfs and schedules, constitutes tne entire AGREEMENT, supersedes all prior written or oral understandings, a�d may on}y be changed by a writt�n amendment execuied by bath par�ies. T�e following attachments and schedules are hereby made a pa�t of this�AGREEMENT; A�tachm�nt A- Scope of Se�vices Attachment B - Gompensataon � A�tachment C- Amendments io Standard Agree�nent for Engineering Services Aftachment D - Proje�t Schedule Attachmen� E — Loca�ian Map ATTEST: Gloria Pears�i v City Secretary C1TY �F F�RT WQRTH , ' - ` __ By: i '�� �llarc A. Ott Assistant �ity Manager ,r'i � ��`�, � Cont�act ��ha�i�����r� —�� �. �_.� __�_ � �-, _. Date � APPROVED AS TO FORM AN D LEGALITY ❑ANNENBAUM FN�J�1fFFRfNCz ENGINEER r � ` � Assistant City Attamey APPROVALRECOMMENDED � • , �� A. Douglas Rad�maker, P. E. Director, Engineering Department , - A' /i Bj/. _ _ _ Louis Jones, . Principal —14— .7 � � ,, ° �' 'II`� [�al� ��t� �-_ . .I,g;������ i ,�� � �I ATia�HM�hl� ���•� -, - ..:. . - . "Seope �t Services set for#h he►ein can ot�ly �ae modified by addifions, clari�cations, andlor deletions sef farth in tlae scapplemenfal Scope of Services. In cases of con�licf befween fhe Supplemerttal Scape of Services and the Gera�ral Scape af Servic�s, the Supplemerrtal Scope �f Se►vices shalf �ave precedence over fhe Genera! 5cope af Services." =►,-: �, 1) z� 3j 4) 5) P�eliminaryr �a�fi��ne� wii�h �i4y The Engine�r shall attend prefimir�ary conf�rences ruith �uthori�ed representatives of the Cit� regarding tt�� scnpe of �roject so that the pkans and s�eci�ica#ions which are fo be t�eveloped hereunder by the Eng�n�er will r�suit in pro�iding facil�tiss which are ecor�omical ir� design and con#orm to th� City's requirements and budg�tary constrair�ts. Coordination w►i�h O�fis�de Agenc��sl�ublic �n�i�i�� The Engineer shall coorclinate rrvith off�cials of other outside agenc�es as may be necessary for the design af the proposed street, and starm drain andlor water and wastewat�r �aciiiiieslimprovements. It shall be the Eng�neer's duty i�ereunder ta secure necessary infvrmation frorr� such �utsicfe agencies, to meet their requiremenfis. Geo�.�echnic�l In�e�tiga���n� T�e Engineer shall advi5e the City of tes# borings, and vther subsurface in�estigativns that may b� needed. In ihe event i# is determined necessary io make borings or excavafie tes� holes or pits, the Er�gineer shall in caardinatian with the �ity and thr.e City's geotechnicaf engineering cons�ltant, draw up specifications for such tesiing program. The cost of the borings ar excavations shaff be paid far by the City. Agreement� and Pe�mifs T{�e Engineer shall complete aEl farmslapplications tn aflow tha Cit� ofi Fort Worth to obtair� any and al� agreements and/or perrnits nQrma[[y required for a project of this size and type. The Engir��er wil{ b� responsible for negotiating and coordina#ing to obtain approval of the ag�ncy issuing t�e agreem�nt andiar permits and wilf make any revision� �ecessary to bring the plans into compliance with fhe requiremen#s af said agency, including but not limited to highways, railraads, water authvrities, Corps of Engineers a�d other utiliti�s. 9e��gn �hanges R�la�ing �o Pe�mi�ing e�u�ho�ii�ie� !f permftting au#harities require design c�ar�ges, the Engineer shall revis� the �lar�s and specifications as req�fred at the Engineers own cost and expens�, �nless such changes are required cfue to ci�anges i� the design oP the f�cilities made by #f�e -1- p�rmi#ting authority. If such cF�artges are required, �he Engineer shail notify the City and an amendment to the cvntract shail be made if th� Engineer it�curs additianai cost. !f there are unavoida��e detays, a mutual}y agr�eatale and reasonable time extension shall be negotiated. 6) �[an �ubmit��[ Cap'res of ihe nriginai plans shall be provided on reproducible mytar or approved plastic #i�m sheets, or as oth�rwis� approved by the Department of Enginee�ing and shal! become the proPerfy of 4he C�#y. City may use such drawings in any manner it desires; provided, howe�er t�at the Engine�r shall noi be liable for the �rse of such drawings for any project other #han the praject desc�ibed herein; and further provided, that the Engineer shalf no# be [iabte for the c.�nsequences of a�y changes that are ma�e to the drawings or cfitanges #hat are made in the impfem�n#�tion of the d�awi�gs wiihvut the written approv�l of t�e Engineer. �i�AS� � 7) �igh�-�fi-�lay, Ea��m�n� and Land �cquE�i4ior� N��d� The Er�ginee� shali c�etermine the ri�k�ts-o�-way, easement needs for fhe consiructEon af the proj�ct. Engine�r sf�all �etermine owr�ers�ip o# such land and furnish the Gi�y with the necessary righ#-of�way sketches, prepare necessary �asement descr�ptions for acqUiring the rigk�ts-of-way andfor easemer�ts for the constn�ction of this project. S�Cetches ar�d easement descrip#ions are to be presented in form suitable for direct use by the ��partmsnt of Engin�erir�g ir� obtaining rights-af-way, easemer�ts, permits and licer�sing agreements. All materi�is shall be furnished nn the apprapriate Ci�y forms in a mir�imum of four (4) copies each. 8) 9�sign Surr►e� The �r�gineer shall provide necessary field survey for use in the preparation of Plar�s ar�d Specifications. TF�e Engi�eer shall fumish the City certi�ed copies of the field data. 9} V�ili�y Coor�din�4i�n The Engineer shall canrdinafie with all utilities, irtcfuding �iilities owned �y the City, as to any proposed utiliijr fi��s or� adjustm�nt to existing utiGty Iines within tt�e praject t{mits. The inform�tior� obt�kned shall be sF�own o� the conceptual plans. The Engineer sha�) sh�ow an #he prelim�nary and fir�al plans the location af #he pro�osed utiliiy lines, existing utility lines, based on tY�e ir�fiormation provided �y t�e utility, and any adjustments and/or reloca#ion of the existing lines wfthir� the praject limits. The Ehgineer shalf aiso evaluate the phasing of the water, �+►�stewater, s�ree# and dra�r�age wor�it, �r�d shalf submit such evafuatior� in wriiirtg ta the City as par� of this phase r�f the prnject, -2- 10} �oncept�al �lans The Er�gineer sk�al! furnish four (4) copies o# the Phase 1 co�cep# engineering plans which incEude layouts, preliminary rightWof-way needs and preE'rrninary estima�es of probable construction co�ts far the Enginee�°s reeommended plan. For all su�mitta[s, the Engine�r shall submit plans and documents for streetlstarm drairr and water/wastewater facifi�i�s. The Engineer shaEl receive written approval of the Pfrase 1 Plans from the City's project manager t�e#`ore proceeding with P�ase 2. I�F��S� 2 �i 1} p�ssign I]a�ta The Engineer shafl provide desigr� data, reparts, c�ass�sections, profiles, drair�age calculat�ons, �nd pre�iminary estimates af probabie canstruction cost. 12} P�e�iminarr�,+ G�ns�rvci;i�n �f�n� �r�d TecHnic�l �p��a�ica�ian� The Engineer shaCl submit iwenty {20} copies of Phase 2 preliminary► constructia� plans and fve (5) ca�ies nf tihe prel�minary tecFi�ieal specifica�ians �or ee�iew by the City �Rd far su�mission to utiiity campanies and oth�r agencies for tF�e purposes of c�ordinating work with existi�g and praposed utiGfies. Th� pretiminary cvnstruc#ion plans sfiall indieate focatipn of existingiproposed utili�ie� ancf storm drain l�nes. Th� Engineer s�atl recei�re written approvaE of the Phase 2 plans from tFie Gi#y's p�ojec# ma�ager befr�re proceeding with Phase 3. �kiA�� 3 '13j �Enai Cgns4ruc#ion �Mans The Engineer shaEl furnish five {5) cvp�es of th� final cons#ruction plans and cc��tr�ct specifications for review by the City. �4) ���aiEed �o�f� �stimaie Tf�e Engineer sh�A f�misk� four (4) copies of detailed estirriates af probable cons#ruction costs for �he auil�arized construction project, which shall i�clude summaries ofi bid items and qua�tities. 1 �) �tan� and �pecif�eafian Ap��ov�l The Engineer shail furnish an originaE eover mylar fior the signatures of autharized Ci�y officiais_ The Contract C}ocuments sh�il comply witF� appfcabie iocal, state and federaE laws and with applicabl� rules a�d r��ufations promuigated by local, state and nafional boarcis, bureaus and ag�ncies. TF�e Engineer shall receive written app�oval of the Pf�ase 3 plans from the City`s projecE manager bef�re proceeding with Phase 4. -3- � Pi'oA�� � 16} �inal Appr�ved Car�st�uet'r�n �i�ns Tf�e Engineer sha[[ fumish 45 bour�d capies o# phase 4 final appra�ed construction plans and cor�traci specificatior�s. The appraved �lans and co�tract specif�cations shall be used as authorazed by the City for use in abtaining bids, awarding contracts, �nd canstnac#ing the project. 17) �i�lcling �s�isfia�n�� Th� Engineer shall issue addenda as �ppropriat� to interpret, clarify, or expand the bidding documents, and assist ihe owne� in deiermining the qualifications ar�d acc�p�abslity of pros�ective co�ts'truc�ars, subcan#ractors, and suppliers. Wt�en substi#u� tio� prior to the award of contracts is allowed by the bidding documents, th� �ngineer will advise the ov�►ner as to the acceptabifity ofi aiternate materials and e�uipment proposed by the pros�ective construc�o�s. 1 �) Rec�mm�ntla�i�n �f Aw��d The Engineer shall assist En t�e t�bul�tior� and review a� al1 bids received it�� the �onstruction af �he praject ar�d sh�ll ma�c� a recommer�da#ian of award to the City. 19) Prebid Canfere�ce Th� Engin�er �hall attend the prebid canference and the bid openir�g, prepare bid ta��latian sheets and provide assistance to the owner in evaluating bids or propo�als and in assembling anc# awarcfing caRtract� for constr�ction, materials, equipment, and SEIV ICBS. �b��� � Z0� �!"eG0!'15�ili�l@C1 COF1g€i�itC@ Tf�E Engineer shall attend the preconstruction cor�ferenc�. 2'�) �an�trucfiQn �ur►fey The Engineer shall be avaiiable to fhe Cify on matters cancerning the layout of the project durirrg E�s constrvctton and witl set control poir�is ir� tFte field ta allaw Cify survey crews to stake the �raject. Tf�e setting of f�ne and grade staEces ant! ro�te ir�spectidr� of construction ►�vili be perFormed by the City. 22) �i�e V�s�� The Er�gin�e� s#�afl �isit the project site at appropr[ate intervals as canstructio�t proce�ds to o�s�rve �nd repor# nn tl�e progress ar�d the quafity af th� �xecu#ed waric. -¢ 23) Sh�p �r�wing Review The Enginesr shail re�iew shop anci erection drawings submitted by the -contractar for cnmp�iance with design concepts. Th� Engineer shall review labora#ory, shop, and mill test reports on materials and �quipment. 24) lns�r�c�ion� �o C�n4r�c�o� The Engineer shall provide necessary interpretativns and c�arifications of contract documenis, re�i�w change orders and make recommendatians as to t�e acceptaf�ifity of the work, at the req�aest of the City. 25) DifFering �it� Condition� The Engineer sha�! prepare sketches required to resofve problems due to actual field conditions encauntered. 26) R��o�� �pa�rings The Engineer sha11 pr��are record drawings from ir�fnrmation submitted by �he cor�#ractor. _�_ ATTACHMENT "B" COMPENSAT�ON AND SCHEDULE 2004 CAPITAL IMPROVEMENTS PROJ�CT Stanley Avenue (Serry to Dickson & Paffard ta Bolt) DOE No. 3744 & 374� I. Campensation: A. T�ie Engineer shall be compensated a total lump sum fee af $ 167,195.1 I as su�.nn-�nYarized in E�,hibit "B-3B". Paym�nt of �e tota.11ump sum fee shall be considered fulI compensation for the services de,�cribed in Exhibit "A-1" a�►d Exhibit "A-�" far all labor materials, supplies and equiprrzent necessary ta complete �e project. B. The Engiz�.eer shall lae paid in �our partial payments as described in E�hi.bit "B-1" �pon receipt of eight indivic�ua3. invoices fram the Engineer. In this regard, th� Engineer shall submit invaices foar eight partial payments as described in Exhibit `B-1 ", �ection 1— Meihod of Payment. II. Sehedule: A. Phases I and 2 shall be cornpleted 153 days after the "Notice ta Praceed" l�tter is issued. � 11: : (SUPPLEMENTAL TO ATTACHMENT B) METH�D OF PAYMENT 2004 CAPiTAL IMPROVEMENT� PROJECT Stanley Avenue (Berry to Dickson & Paffard ta Bolt) DOE No. 3'�44 & 3745 T. Method of Payment The Engineer shall be p�d in four pa,rtzal pa�rnents as outlined below: The ENGINEER shall be paid in a iotal of fo�u� partial payxnents upon r�ceipt of two {2) in�di�vidnal invoices for each partial pay reque�t frozn the ENGTNEER, The tr�o individual invoices shall cansist of one invoice for paving and s�orm dxainage design �'ee (T&PW :invoice) and o�ae for water and sanitary�s�wer design fee (Water Depariment inVOlee). Pariial Pa�nent Number 1, nvhich shal� be ec�uivalent to 40% of the tatal lump sum fee, shall be payable aft�r City approval of E�ibit A-I; Part B, Section 1, Canceptual Engineering Plaz�. Submiital. Partial Paymen� Number 2, which shall be equivalent to 75% af the total lump suin fee, less grevious payrnents, sha11 �e payable af�er City approvaT of Exlaibit A-1, Part B, Sectzon 2, Preliminary Consiructian Plan �ubmittal, and E�hibii A-2, Part B, Sectian 2, Prelimizaaxy Constria.c�ian: P�an Submittal. Paz-tial Payment Nuxnher 3, which shall be equivalent to 95% of the total lump su�m fee, less previous payments, shaJ.l i�e payable a#`ier City approvaZ of Exhibit A-1, Part B, Sect�on 3, Fina1 Enginearing Plan Submittal, and Exhi.bit A 2, I'art B, Secfian 3, Final Engian.eering Plan Submi.ttal. Partial Payment Nuznber 4, which sha11 represeni the balance of eamings, less p:revious payznents, sliall be payable after Pre-construct�on Meeiings fox the Project have been canducted. II. Progress Repflrts A. The Engineer shall submii ta the designated regresenta.tive of Director of Depart�ment af Engiz�.eering monthly progress reports coverirtg all phases of design by the 1�'� of every month in the fa�at required by �Yie Ciiy. B. If tl�.e Engineer detezmines in the cou�rse of maldng design drawings and specifieations f.hat the canstrr�etion cost estaiix�aate of $ 1,$69,454.95 (as esfimated an Exhibit B-S} vcrill be exceeded, whether by change in the scope of the praj ect, increased costs or at�er condifions, fhe Engi�eer shaI� i�mzxxediate2y report such fact to tha City's Directaz of the Departxnent o£Engineering and, if so insb-ueted by Director o�tlae Engineering Depar�ment, sha11 suspend all work hereunder. EXHIBIT B-2 (SUPP�,EMENT T4 ATT�CI�IVIE1lTT B) HO�TRLY RATE SCHEDULE 200� CAPITAL IlVIPROVEMENTS PROJECT Sfanley Avenue {Berry to Dickson & Pafford to Bolx} DOE No. 3744 & 3'�4� Emplovee Cfassification Principal Project Ma�ager/Planner Senior Engin�:�r/QA-QC RPLS Proj ect Engineer Design Tech. GADD Tec1�. Clerical 2-Man Swrvey Crew 3-Man Survey Crew 4-Man Survey Crew Reimbursables Mileag� __ Rate/Hour $258.00 $104.00 $135.QQ $93.00 $104.00 $7$.00 $ 54.00 $ 48.Op $100.00 $120.04 $150.OQ C05f `� ��% $0.365 Per Mzie Reproduction wark will be at cu�ent cnmmercial rates. ,Subcontractors will be paid for at actual invoice cost plus ien percent (10%). � ' � Exhibit A-1 A-2 A-2 EXHTBIT "B-3A" ,SUMMARY OF TOTAL PROJECT FEES 2004 CAPYTAL IMPROVEMENTS PROJECT StanIey Avenue (Berry to Dickson & Paffoxd ta Boit) DOE Na. 3744 & 3745 Exhibit Sco�e o�' Serv�ices _ _ Design Pavement �.nprovements Sanitary ,Sewer Design Water Design TOTAL 1'roposed M/WBE Sub-�Con.sultants Go�nron.dona & Assaciates Huga Trevzno TOTAL Total Fee M/�V$E % $ 112,825.75 $ 17,729.00 15.71 $ 1,236.�5 $ 4'�6.84 3$.57 $ 53,132.91 $ 20,490.66 38.57 $ 167,195.11 $ 38,696.50 23.14 % O� Se�-vices Fees TotaJ. Fee Surveyzng $ 30,416.50 18.19 Reproduction $ 8,280.00 4.95 $ 38,696.50 23.14 11' • • . . FEE SUNIlVIARY �004 CAP.ITAL YMPROVEN.EENTS PROJECT 5tan�ey Avenue {Berry to Dickson & Pafford tn Boli) UOE No. 3"744 & 3745 ***WATER AND SANITARX SEWER*** OPIl�TION OF PROBABLE CONSTRUCTION COSTS CLTRVE "A" 8.8% X 0.85 = 7.480% $ 394�,�53.40 ENCINEERII�TG UESIGN $ 29,505.11 SURVEY DESIGN (6,350 L.F. @$ 2.65/L.F) $ 1�i,827.50 REPRO]aUCTTOI�T $ 4;14Q.00 ADDITIONAL SERVICES $ 1,$OO.aO T4TAL VL�ATER AND SEWER FEE $ 52,272-�X 10% FOR SUB ($ 20,967.50) $ 2,Q96.75 T(3TAL FEE $ 54,369.35 WATER FEE _� 53,132.9I SEWER FEE _$ 1.236.45 _ �**PAVING AND STORM DRAII�AGE*** �PINION OF PR4BABLE GONSTRUCT�ON COST,S CURVE "A„ 7.3% X Q.SS = 6.205% $ 1,475,001.55 ENGIlVEER.INGDESiGN � 9X,$�3•$$ SURVEY DESIGN (6,350 L.F. @$ 2.14/L.F) $ 13,589.00 REPRODLJ�CTION $ �,140.00 ADDITIONAL SERVICES $ 1,800.00 TOTAL PAVING & STORM DRAThTAGL FEE $ 111,OS2.85 IQ°ta FOR SUB ($ 17,729.00) $ I,772.90 TOTAL FEE $ 112,$25.75 ***TOTAL DE�ZGN COST (VL�ATER, �EWER, PAVIl�TG & STOR�VI DRA�NAGE)*** WATER DES7GN FEE $ 53,132.91 �EWER DESIGI`T FEE $ 1,236.45 PAVING & STORM DRAINAGE D��IGN FE� $ 112,825.75 GRAI�iD 'Z`OTAL $16�,195.11 � �r _ : BREAKDOWN FOR �TJRVEY FEE, REPRODUCTION FEE AND ADDITIONAL �ERVICES FEE FOR: � � WATER AND/OR SANIT.A_RY SEWER DESIGN �URVEY FEE (6,350 L.F. x$ 2.65/L.F.} REPRODUCTION FEE ].6 Sets of Plans (I6 sets x$40/set} _$ b4Q 50 �ets of Plan� (50 sets x$40/set) _$ 2,Q00 50 Sets af Specs (50 set� x$30/sef) =$ 1,500 TOTAL = $ 16,827.50 TOTAL = $ 4,140.00 ,A_DDFTONAL SERVICE� FEE TOTAL = $ 1,$00.00 Public Meeting {3 hrs. p.m. x� 04/hr. p.m.) =$ 312.00 (2 hrs. designer x 78/iir. designer) _$ 156.OQ Mounied Exhibit (L�mp Sum.) _ $ SOO.aO Pre-construction Mtg. (1.5 hrs. p.m. x.104/hr. p.m. x 1 mtgj= $ 156.00 Consf�-�t.ctaon Phase {3 hrs. p.m. x 104/hr. p.m.) _$ 3� 2.00 (2 hrs. designex x 7$/I�r. design.er) �_$� 56.00 Final Inspectian (2 hrs. p.m. x 104/rir. p.m.) _$ 20$.00 PAVIl�TG AND STQ12M DRAIN DESIGN SURVEY FEE (6,350 L.F. x$ 2.1.4/L.F.) REPRODUCTION FEE 16 ��ts o�Plans (16 sets x$40/sei) =$ 640 SO Sets o�Plans (50 sets x$4Q/set) _$ 2,Ofl0 SO Sefs of �pecs (50 sets �$30/set} —$ 1,SOQ TOT,AL = $ 13,589.00 TOTAL = $ 4,14D.40 ADDIfiTONAL SERVICE� FEE TOTA�, _$ 1,800.00 Public Meeting (3 hrs. p.m. x Z 04/hr. p�.m.) =.$ 312.00 (2 hrs. designer x 781hr. designer} _$ 156.04 Moun.ted Exhibit (Lurnp Sum) _ $ 50Q.00 Pre-construction Mtg. (1.S hirs, p.xx�. x 104/hr. p.m. x 1 mtg)= $ 156.00 Gonstructzon Phase (3 hrs. p.m. x I04fhr. p.m.) =$ 312.00 (2 hrs. designer x 78/hr, design�r} _$ 156.00 Final Inspection (2 hrs. p.rn. x 104/hz, p.m..} _$ 208.OQ I�.:�_..1.1: _ : � OPIl�TION QF PROBABLE COST SUMMARY 20U4 CAPITAL IMPROVEMENTS PROTECT 5tanley Avenue (Serry tio Dickson & Paiford to Solt) DOE No. 3'�44 & 3i4� Stanlev Avenue Berry to Dickson & Pafford to Bolt� Wa#er $ 385,482.90 Sewer $ 8,970.50 Paving & Draznage $ 1,475,001.55 TataI Water and Sewer Total Paving Grand Total $ 394,453.40 $ i,4'��,QOf.�� $1,869,45495 Dannenbaum �ngineering �orporation �NCI�d���'S COF�C��Y O�[NI�N �� C�fdSiRUCil�N �O�T PROJEGT �fAM�: 2D04 Capitaf Im�rove�nent Pragram Date: June 25, 2002 Stanley Avenue {Berry fo Dickson & Paffard to Bolt) pEC Jab Na OQ37-55 D,O.E. Nos. 3744 & 3745 Projecf Manager: Dena .lahnson, P.�. �� ITEM � —DESCRIPTI�N 1 UNIT 1 ND. � I !Paving lrnpro�ements: � 1 lUnclassified Street Excavation � CY i 2 �Remove �xisting Concrete Gurb & Gutfer _ LF 3 Remove Exisiing Concrete Flafwork SF �� 4 Sawcut for Removal of Exisfing Asphalt or Concrete LF 5 6" 7hick Cement Stai�ilized Subqrade � 5Y � 6 � Cement far Subgrade Stabi[izafion �� � TONS 7_ 'Type "D" HMAC, 5" Thick SY il 8 Concrete Curb & Gutter L� 9 Re9nforced Concrete Valley Gutter 8F 10 6" TF�ick Reinforced Concrefe Driveway SF 11 �4" Thick Rein€orced Concrete Sidewalk & Leadwalk � SF , 12 ADA Wheelchair Rarrtps SF 13 6" Thick Topsoil, Complete in P�ace SY 14 AdjusY Manhale Rim to FEnished Grade EACIi 15 Adjust Metar 8ox to Finished Grade I EACH 16 Adjust Water Valve Rim to Finished Gr�de �CH 17 Project Designation Signs EACH j' 9 8 U61ity Acfjusfinents LS I 19 6" Sub Drain LF ' 20 Remove Existlnq It�let I EACH i. 21 Rernove Existing Fence L� 22 Rep�ace Existing Fence LF I Paving 5ubtoial Con#ingencies (10°/a) � Paving Total Drainage lmproWements; . 9 �4'x4' Storm Qrain Juncfion 8ox . 2 20' Standard Curb fnlet 3 10' Standard Curb Inlet 4 36" Diameter Reinforced Cpncrete Pipe 5 '2'E" Qiam�ter Reinforced Concrete Pipe - 6 Trench Excavafian Safefy Proiection for Drainaqe 7 Permanent HMAC Pavement Repafr S ITemporary HMAC Pav�rnent Repair 9 Pre-Construction D-Hole Drainage Subtatal Gontingencies (1D%) 'Drainage iatal 'FOTA� PAVWG 8� DRAfNAG� IMPR�V�MEH7S EACH EAGH EACH LF L� LF LF LF � EACH QLIANTITY 94,20D 13,D6D 45,1 DO 4, 9 BO 2a,a7o 13 17,24f1 93,06D 12,60Q 45, 9 QO 33,850 5,760 8,210 1 - -- 157 — - 'I4 2 � 10D , 14 so � 60 UNiT TOTAL � PRICE AMOUNT $42�D � $'i70,400.00 2.50 32,650.0� 7.OQ , 45,100.DD 2.25 9.405.D� 2.10 43,827.Q0 � 905.00 1,365.00 � 12.p0 206,880.00 � 'f 1.00 143,660.00 � 4.5D �8,700.00 4.25 191,675.00 3.25 110,337.50 3.60 20,736.00 11.00 90,31 Q.00 350.D0 350.00 35.D0 5,�495.00 250.00 3,500.00 300.06 600.Ob � B,DOQ.00 8,Op0.D0 12.50 1,250.00 505.p0 , 7,07D:00 2.50 150.00 1�4_5Q 870.OD , � $1,'i5U,330.5D � $1'E5,D33.Q5 � $9,266,363.58 � 3 3,250.00 9,750.DD 2 3,800.00 7,600.00 10 2,260.00 22,6DD.00 � 1,000 �� o.po � � D,aao.00 II 'i40 72.D4 10,080.DD 9 ,060 1.00 1,060.D0 36D I 55.00 19,800.00 700 ' '! 2.50 8,750.00 � 2 470.00 840.00 � �490,580.Op � $'l9,058.Q� I $2Q9,638.OD � � $1,475,001.55 �� f :i512o132A7-014a�hnele411re1_eslim ale.ds Dannen6aum �ngineering Corporation �NGIN���'S CONC��7` OP1NlOfV O� CONSTRUCT�OR! COST PROJECT NAME: 2R04 Capitai fmprovement Program bate: June"25, 2002 StanleyAvenue (Berryto Dickson $ Pafford to Bolt) DEC ,fob No. D037-55 D.O.E. Nas. 3744 & 3745 Project Manager. Dena Johnson, P.E. iTEM I I]�SCRiPTIOH } LlNTT f QLIANTITY UNE'f TpiAL N�� � � PRICE I__AMOUNT Waterlmprovernenis: -- -� ---- - -- "--- ---- i 8" (�R-14) PVC Water Pipe LF 4,670 $ 24.�0 $ 112,aao.aa , 2 �6" (DR-14) PVC Water Pipe LF � 125 21.00 2,625.fl0! 3 Ductile Iron Fiftinqs TONS 2.Q , 2,400:OU 4,800,00 � �4 $" Gate Valve & Valve Bax � �A�W I 9 620.Q01 5,580.00 � 5 6" Gate Valve & V�Ive Box EACH 5 450.00 2,25�.00� 6 IS"x8" TapRirlq SleeVe & 7aDpinq Gate Va4ve EACH j 1 1,800.0� 1,800.pC i 7 12"x8" iappinq 5leeve & iappinp Gaie Valve EACH � 2 2,060.00 4,bOQ.DO � I 8 Fire HVdrani (3'-6" Bury) � EACH 5 I 1,500.00 7,5p0.00 9 Fire Hydrant Barrell �xtension � VF 1 D 20.Oa I 200.OQ�� 10 IFumis� 8 InsfaEl Cfass 'A' Meter Box EACH 78 70.OD 5,4617.Q41, i 11 1" Copper 5ervice LF 1 4,710 8.5� 40,095.00 I � 12 1" Water Service Tap #o Main EACH 157 475.dfl 74,575,DOji 13 Meter �ox Relocafion EACH 79 � 160.D0 12,640Ap1 14 'Cut, Pluq &A6andon Water Main EAGH 8 220.OD1 9,76QOQ,� - � 15 HhIIAG Pavement Repair LF �_ 220 55.00 12,100.00�� 'f 6 7emporary HMAC Pavement Repair LF �F,k�O 6.5q 28,925.D0 J 17 Ramove &Salvage Existin� Fire Hydrant � EACH 5 I 120.00 600.001� � 18 Remave & Salvaqe ExisEinq Ga#e Vafve EACH 15 50.00 750A0'I � i 9 Remove & Salvape Exisiinq Meter Box & Meter �,4CH 1 t2 80.OD I $,960.00�, 20 Trenc� F,accavafion Safety Protection for Water_ LF I 4,670 1.00 �4,674.04 � � 2'I 2" Temporary Water Service __ �_ LS 1, 95,OQd.00 �5,OD0.00, 22 Pre-Cvnstrucfion �-Ho�e for WaEer EACF� 4 500.00 2,00O,O�I ' 23 Soddin� . 5Y --- 157 12.6d 1,864.00 24 Crushed Llmestona for Misc. Placemenf GY 5 7.p0 � 35.00 � ' 25 Typ� E(1500 psi) Co�crete for Misa Placement � CY � 5 21.00 1 Q5.D0 26 Type B(2500 psi) Concrete far Misc. Placement CY 5' 21.00 1b5.00� � Waier 5ubtotal � � . $350,439A0 I Cantingencies (40"/0) � $35,043.90 �� Waier Total � -- � ' - - $385,�482.90 � 5ewer Fmprnvaments: � - 1� I ' 1 8" PVC 5ani#ary Sewer- Open Cut (Alf [7evths� LF 4D $30.b4 � $1,200.00 �, , 2 8" D.I. Sanitary Sewer - Qpen Cut (AI! Depths) LF � 2p , 40.00' 80Q.OD 1 3 5tandard 4' Riameter San[tary Sewer Manhole �ACH 2 9,580AQ 3,16D.O�j ,� 4 �Exlra beR�h for 5anitary Sewer fNanhoEe VF j 8 i20.00 960.00�, 5 Watertipht Manhole lnserts _ EACH � 2 5�.�0 100.D0�' 6 Concrete Collars EACH 2 � 255.00 � 530.00 � , 7 �Vaccuum Test Manhoie EACH � 2 140.OD 28Q,p01 8 Temporary HMAC Pavemenf Repair LF 32 7.p0 224.00� 9 Trench Excavatlon 5afety Profectipn for Sewer _ LF � 64 0.50 � 30.Dp�' 10 Pre-Constructian N Irtspec6on �.F 60 � 3.75 225.00'a 17 Post-Canstruction N Inspectlon LF 60 i.00 60.00� 12 Pre-Constructian D-Nole for Sewer � EACN 1 470.Oa � 470.00 13 �Crushed Limestone for Misc. Placernent If CY 2 � 7.00 I 14.ad1 ' 14 7ype E{�E500 psi} C�ncrete for Misc. Placement � GY � 2 21.00 42.00j� 5ewer Svbtotal �g�� r�� �p I IContingencies ('EO%) ' -- � - - $B'l5.50 � ' Sewer 7aial -- I --- -- , I $8,�70.54 � Total Water & Sanitary 5ewer Improvements l $394,453.40 � -- I � ---- Paving 7otal � $1,265,363.55 Drainage Total $209,638.00 � -� . � TOTAL CDNS7RUCTIOi� CQST � $'f,869,454.95 ) - � -- i ��TIMATE� @UAN�I�'1�5 City af �art Worth 2004 CI�, Confracf �l Stanley Avenue Improvements D.D.�. No. 3i44 8� 37�45 ����� - . NO. DE�CRIpiiON paving Impravements: 1 �Unclassified 5treet Excavaiion 2 Remove Existing Cancr�te Cur6 & Gutter 3 Remove Exisiing Concrete Flatwork 4 5awcut for Removal of F�cisfing Asphalf or Concrafe 5 6" Thick Lime Stabilized Su�grade 6 Lime for 5�bgrade Sta6iiization 7 Type "D" HMAC, 5" T�ick 8 Concrefe Curb & Guiter 9 Reinforced Concre#e Valley Gutter 9 0 6" Thick Reinforced Concrete Dri�eway 11 4"' Thick R�inforced Concrete Sidewalk & Leadwalk 12 ADA Wheelchair Ramps 13 6" Tf�ick Topsoil, Compiete in Place 94 Adjust Manho�e Rim to Finished Grade ._ 15 Adjusf Meter Box to �inished Grad� 16 Adjust Water Valve Rim to Finished Grade 1i Project designafion Signs 98 Llfility Adjustments 'E9 6" Sub arain 2Q Remove �xisiing Inlef 21 Fiemove Existing Fence 22 Re�lace �xisting F�nce Drainage lmprovemenEs: 1 4�4' Starm prain Junciion Box 2 20' Standard Curb Inlet 3 10' Standard Curb Inlet 4 3E" Diameter Reinforced Concrete Pipe 5 21" Diameter Reinforced Concrete Pipe 6 "irench Excavafion Safety Prot�ctian �€or Qrainage 7 Permanent HMAC Pavement Repair 8 7'emparary HMAC Pa�ement Repair 9 Pre-Construction D-Fiole . cau�n�-�i-r�r ��� �nA�N � . �o�a�� � UNI� � Nnr�E� ��Iliddle � South 1�u�enrYrry � CY � L.F SF. LF 5Y � �"ONS � SY LF SF SF � SF SF SY �ACH �EACH EACH EACH LS � L� EACH LF l.F EACH EACH EACH LF LF L� LF LF j EACH 6,50Q 5,960 20,2A�0 1,87D 9,550 6 7,900 5,96D 5,600 20,24Q 15,700 2,560 3,810 1 9'I 9 _� 7 20 20 1 2 E 350 60 410 36a 50 1 4,550 4,204 15,620 1,420 6,70D 4 5,520 4,200 4,200 15,62� 'f D,430 '� ,920 2,470 2� �-2 2 3 1 9 6 2p 2a 2D 2b 2 4 65Q 80 65D 650 4 3,150 2,90Q 9,240 $90 4,620 3 3,820 2,900 2,800 9,240 7,820 1,28Q � ,930 9 �4,200 13,460 45,'f OD �,�ao 20,870 'I3 17,24� 13,060 12,600 45,100 33,950 5,760 8,210 1 157 14 2 1 1Q0 14 60 60 3 2 10 1,000 9 �4� 1,pfi0 36D 7D0 2 OpiNrin of Costxfs �SYIM�►Y�D (�U�,AIiFi��� C'rfy of �ort Wo�h 2004 CE�, Contract 'I 5tanley r4venue Improvemenfs D.Q.�. No. 3744 & 3�4� [T�M � �D. �ESCRI�ilOW Water improvernenfs: 1 ��3" (DR-14) PVC Waier Pipe 2 6" (DR-14) PVC Water Pipe 3 Ductile Iron Fitiings 4 8'" Gate Valve & Valve Box 5 fi" Gate Valve & Valve Box 6 8"x8" Tapping Sleeve & 7apping Gate Val�e 7 12"x8" Tapping Sleeve & Tapping Ga�e Vafve 8 Fire Hy�rant (3'-fi" 8ury) 9 Fire Flydrant Barrelf �xtension 10 Furnish & Install Class 'A' Meter Box 91 1" Copper 5ervice 12 1" Wafer �ervice 7ap to Main 13 Meter Box Reloca#ian 14 Cuf, Plug & Abandort Wa#er Main 15 HMAG Pavement Repair 16 Temporary HMAC Pavement Re�air 17 Remove 8�5alvage Exisfing Fire Wydrant 18 Remo�e & Salvage Existing Gate Valve 19 Remove & Salvage �acisting Meter Box 8� Meter 2D Trench Excavation 5afefy Protection for Water 21 2" Ternporary Water Seroice 22 Pre-Canstrucfion D-Hole for Water 23 Sadding 24 Crushed Limestane for Misc. Placement 25 Type E(1500 psi) Concrete for Misc. Placement 26 Type B(2500 psi) Concrete for Misc. placemeni � QUANiIiY p�� MAIR! � TOTAL UNI�' � Narth �. iVliddie � Sauth . QUAMTIiY � �,F I �F �TaNS EACH EACH EACH �EACH � �ACH VF �EACH LF EACH EACH �EACN LF I�F �ACH EACN EACH �F � LF EACH SY CY ' � CY I CY I Sewer Irnprovemenfs: 1 8" PVG 5aniiary Seuver - Oper� Cut (All 'Depths) . � LF 2 8" D.i. Sanifiary Sewer - Open Cut {All Depihs} �� 3 Standard 4' Diameter Sar�itary Sewer Manhole EACH 4 Extra Depth for Sanitary Sewer Manhole VF 5 Watertig�t Manhole �nserts � � EACH 6 Concrete Callars EACH 7 Vaccuurn Test Manhole ��ACH i 8 Terr�parary HMAC Favement Repair � L� 9 Trenc{� Excavaiion Safety Protection faT Sewer � LF 10 Pre-Construcfinn TV Inspec#ion �F 11 Posf-Construction N InsPection LF 92 Pre-Constructian D-Hole for Sewer �ACH �3 Crushed L�mesf�rte for Misc. PEacement CY 14 Type �{1500 psi) Concrete for Mis�. Placement � CY 2,600 75 1.0 6 3 1 3 6 45 2,730 91 46 4 . 40 2,58D 3 9 46 2,60d 2,660 . 2 91 � sso 25 0.5 9 1 1 1 2 12 720 24 12 2 50 690 1 3 24 660 564 4 24 1,414 25 0.5 2 . � 1 2 29 1,260 42 21 2 130 1,280 1 3 42 1,410 'f ,4Q0 9� 42 44 20 2 8 2� 2 2 32 60 60 60 1� 2 2 4,670 125 2A 9 5 1 2 5 10 78 4,71D 157 ?9 8 220 4,450 5 15 112 4,C70 4,680 4J 157 5 5 5 40 20 2 8 2- 2 2 32 60 fiD 6Q 9 2 2 Opinipn pfCaSf.Ms �tt���,�,�r�� � 2004 CAPITAL fMPROV�MENTS PROJECT Stanley A�enue (Berry to �ickson & Pafford to Boft) DOE Nos. 3744 & 3745 Project Schedule & Table of Targef Dates � � Projected �'ask �u�a[i�n, �?�{1 Fir7lsh � f){ry; ����c� �� �'p'�c���' 715i02 715r02 0 Canceptual �esign I 718102 � $12102 20 Review Conceptual Design [Cify} 8/5/02 819lp2 5 Pre fiminary Desiqn - Plans 8/92IO2 10/18/02 �p Review Prelimina ,ry Design (City) 10121Ia2 � 919IO2 i 9 D Final Desiqn '11/4102 12/27/02 40 Re�iew �inal Desic7n (City) � 2/30/�2 � 9/9 Q103 10 Prepare for Advertisement �/13J03 215103 1 S Advertise 216103 315103 2Q � AwarrJ Contract 316103 4130/03 � 40 � Construction � 515/D3 � 119/04 I 1 SO � Fir►al I�spection 1 Acce�#ance � 1112104 � 216104 ` 2fl 5d = 5 Working Day Week 20d = 1 Work�ng Month ��a�i Actual � F'�f}icf� � �Urz`lal3. °/, ' _ r � Days �arr��a�tR. � � I I - d037-55 Schedufe.�cls ' ATTACHMENT "C" CHANGES AND AMENDMENTS TO�STANDARD AGREEMENT ANA , ATTACHEMENT A ' CAP�TAL IMPROVEMENT� PROSECTS DOE NOS. NONE . � DANN�N$AUM ENGINE�RiNG CORPORATION ATTACHMENT ��D" D.O.E. Project Manager: Dena Johnson, P.E. �a�4 CAp[TAL IM�ROVEM�NTS PRDJECT D.O.E. Praject Nas. 3744 & 3745 5tanley Avenue (Berry fo Dickson & Pafford to Bolt) PRQJECT SCH�QULE II7 Task Name , '1 ConceptlPreliminary Qesign - -� z _..__..__.No#ice io Proceed.__..�...�... �_._.�.-.----._...._.____..._._._._____�..._ 3 ��_.. Fieid Survey --��_.�_.-----____�.---.. � 4 �--�-- Conceptual�Des9g��..._.�....---.....�..-------...�._ ...............�.�_�._._...__. - � _ .. _,._..__.._..__ ......___..�.�.--- __.�__.,—.__._..,-�----.�. � Review Concept (Ci�y) fi ������Preliminary Deslgn -�Prepare Plans������� � � �-�`�T..m._—_._..., 7 --.-.�..Review Prellminary Design (City)mTT�.-.—'.....����.�...�.—...� B Fina] flesign ___.�_.�._,__..�.�.�,._..�.�.__._,__ ..__._.__...,__.....�.�.....---- �--� S Rev9ew.__._........._wMM........_...._�..��...�.�..._._._,._._..�.._._--- .................�...__.....__w Final Design (Ci#y) 90 Ir�carpor�fe�Comme�is & Prepare forAdvertisements i 19 �Bid�& Award._....-�----..._.�......_.._......�._.. �....----,______-�-�-�----._.� _.M.�._...�._._ ..�._....__....__ _...------._ _---..._._....__—..__�.. _._.-----�..�.-�--- �2 Advertise ._... _._.�.---._.�._ V._�.____.....�.._,.__..._._.�._...._ ..............__.._..____.�._.—_. _.._....�_.. _ 13 Award Contraet ��� " � �� - 1�4 Construction 15 Constr�._�,..�..�.�.-�---...�..m_.._._�..___........�..._._.__..._.,._____..__._..._W...... ____� —.. �cilan 16 �Final Inspection & Acceptance � Task Progress 20D4 CAPITAL IMPRQV�MElVTS PR STANLEY AVE�lUE Milestone ��G P�v1_= BRIAN D. O'N�1LL,P.E. � 5ummary Rolled iJp Task 2UO3 z Ocf I iVov I �ac .fan I F�b.� Mar I Aqr I Mav I Jun I Jul I Au� � 5ep I OcE 1 Nov f Dec Jan � Feb � Nfar � Apr I MaY I Jun �--� .-����-��� � �€_:€€:_= ;::::€__:s__:__;_: '_.:�;� Ralfed Up Miiesione p Ro]Ied Up P�ogress Extemal Tasks � ,, '� Prnject Surr[mary Split �„ �.�.��������,��� � — Railed Up Spiif ������,.��.,..��� „ External MEifestone �� Deadline � actor �ity At��c����t � 7-a�k , I iVotQce tu �r�:.{E�cG Concep#ual Design Re�iew Conceptua� Desi�n (City} Preliminary Design - Plar�s Re�iew Rreliminary Design (Cify} Final Design Review Finaf Design (City) Prepare for Ad�ertisement Advertise Award Contract � Canstruction � Final Inspection 1 Accepfance 5d = 5 Working Day Week 2004 CAPfTAL IMPROVEM�NTS PROJECT StanleyAvenue {Berry to Dicksor� & Pafford to E3olf) DOE Nas. 3744 & 3745 Rrojec# Schedule & Table of Targef Daies � Projected � �iart F�nisf � ��'''iati�n, ��vs 10/1�1'QZ 901�9101 0 10114IO2 11 l8102 20 11I11102. � 111151fl2 5 � 1/T 8102 � 1124103 �0 1127/Q3 2171{13 'f 0 211 �/03 l 4/4/03 40 4i71D3 41181�3 10 412'i103 51i41�3 I 18 5115103 fi111/03 I 20 619 2103 816/03 � 4Q 8171Q3 411 A�104 � 180 � 4115104 519 2104 � 20 �I SE=�rt Actual ��irlish � 17�r3tFan Days ;�l ° �:,arnpl�l� 0037-55 5cheduie.xls J I 24 � N 2 23 _ - S � c-r i•4B 12" "'17+32 6" ' 20 6 � � i P � � � 9 16 - 10 yy IS LU ll � lA � =1 �z ����. �� ! I � 2S �,_ S•Qi � 3 � I ���, .-�4 —� 3 i �a � 3 + �'o� a_ i2i � �3 6 �� 6� T ��y 7 i i a r, 5_• e 9 Ifi v9 ifl v �5_ �� � � r' �� Q I I iz , Bowt iz II T m f0 _ � B � 9 7E' i3�rn� p • fl z3 � z� � ZZ Z 2] Z` 2 21 7� 22 � a 3 2tl _�� 2f 6 � � 19 6 20 ! 5 T^ 6 �g I 4 �6; f7 �-g T-� � IB T �p 16 1 V� l5• i �_ f7 _ 6 �S 9 16 9 19 !4 ES i � q �� II 14 I � I ~ I 2 ''0 1 E 13 I l 22+9D �rf�' i iz �....� ix 1°�� � z ii z i� � � ip � � � ►� 9 � 9 4 5 a S I 6 5 AFiANG � � I � fi 10*37 �'L i 1x i ��' sz � z is• � z �� ai z � 3 30 � Su 3 � O 29 +^ 1 I 29 , 5 r 2B 2 v J 5 2! S [1 � I L` 7 26 7 �� Zg e 25 a 25 a 9 d � x�l � a'J� I�„ a. �I a 24 22 :� Zo ' ��e'�— xa i � 2 23 2 _ � w ZZ � y ;, � z, � -�--5[p 2U ^-�5^7��^ � �I 19 � p Z IB r Z C 8 � 1� 6� c vi 9 1� ��p 9 � �I__ � �0 15� io ,ii �+ ii 12 � 12 - e-ZOr i z+ � � I � 23 2 I� � 22 `5• 1^� �n � x� ; @�96 _ i 20 �. 42 !9 5 _ —r 1 m I8 y 7 _ � B i7 � ! �' 9 i �� � g � 10 15 10 m ii �'�� 8�82� - —� 9.`', �" � � l 2 � in 24 I Zi 2 22 3 21 4 20 � 15, 19 �� 16 T �z � � e Ifi 9 IS �� �4 5*47 i3 iz 2� I 23 2 22 J 8•6 6*98 ��� ��g m fi 1 IB � T # T IT - B i6 3 15 _ f6 14 fl 6 29• � 23 j �z 3 2� �' ; I S• 19 g 16 7 i7 � +I� - I�-F g �o �5 'V �0 10 14 1 tl � !3 12 z� I 23 = 22 3 ' �_'. � JO 5 19 ��n B I6 I� 7 IT B F6 w 9 I5 m ia I� �I ' $ � a.�, � 1 3 � '� ��—� 2� � , 2� 5 •93E � x +' �5rH7: z3 � 6100 23 �-� 8 �� 22 ] 22 S Z� 3 21 . u[�•I 21 � 5�� 2 f �S' 21 � 5' 2 N��_,_5 20' �g �S 20r ?+1 Zp ��4 19 6 14 Ca L1 g t9 � I'9 , U �"Lti ` ia �^ 7� le � w 77 IE��, 3'40 IB O 7 i r " a� . i? i n- �, a �� e Ifi � 9 la �f g �g i g f6 � 9 � �5 `:ln . IS F� IS J In IS fo � �q Q II N - II �.J �l� II 14 II ��s S iz �EYIT 1z J i�', iz �a iz _ 51 64 �I✓1- }54.37 �J�{�s7•6z'�f-9-��•«s •e7.�s 3' � 6' Eor,.G_.� . m 2� � ' 21 � ' o I 2i 1 a x] 2 2 ZI 2 C 23 N 2. 20 2 � l 2e' T 3 22 3�� 22 �r �4 60• 2i � + xi �� 8i i� ie � � � ..,I 201 y"1 5 � 2u �.�_, 20 m S. 17 "': , 5 Ie� 1 6 19 '� !9 � � � !fi � �� 7 16 . � IB J IS 7� I7 8 � I7� IS' 17 I� 9 _ g � I6 3 8 16 i B I7 ��5, IS_ �� IS �II li 10 Iz 9 Q 1� II I� 11 I� 11� 11 13 * 12 Sh'AW '[2 13 ST. 12 �a �• 4' � x1 �! 3i N � 24 I i 6•92 �• 27 Z 23 f1 � 2 23 2 (� I zz• � zz , � z� r e•oo s ,a �3 ! I�i� � a ' 31 v � I pZ �� 1 � ZO � 5� 2� 5 � �y 5 � 19 Sr I� � 6 19 IF. � �B m T 14 �J T I 3 ir e n e i7.� .�5' - L i6 � 9 I6 9 16 ' B � rI jj A I � I I� t4_ "D I, � N� I9� Ial lil I6I � �T �Z 9EWIC �x ST. �Z ' Ir�l'��41 � , . . . . , i 20D4 CAPETAL �MPROVEMENTS PROJECT LOCA710N MAP STANLEY AVENUE BERRY TO DlCKSDiV & PAFFORD TO 80LT7 � '/ / //i FonT �voe rH ia�c r � rr. �. '� i Imi i - I i j ( s I o6 i so[� __�., j_ s7., -�1. �t--� ��VJ DAIJ1JErypAIlM ENGI�ft71NG CGppO4ATlOy ..� w� ibs xr w.w m.,..+�.,, 76.. x�..1f sT. � i/,/ i i�,�i BI ip�7aWORiH BELTI k.x. i � �mi i / 40 �I � ,�� ST. � 1 � 7•41 120-99 �j + I'4*79E 3* IG o �"� �R6+O4E � 6 e .i 6' �. �� i �I @ z� i z� Z 2 I� 23 2 � 23 3;� � v 2;� z z �� g. � 6 0 � 3 3 '� 22 3 , 22 5 1 T 5 a � � -=-•�_ 1 < B' � � 0 5 G 5 I � 5� N +0 is e 0� 9� w � 16 �� I I (V -�? � 2 {i p ti 2 2 i � 4 �Cl T �° �a 1 nI �0 8. � � a rz a i il m 3 I� '�h �� � 3 9 I6 a 9 IB v � �a �a i � 4 A+'29 i�0 10 15 �� IS i �p 5 E2 r1 5 5 J � 6 �� I f f 4 I! ! 1 M 7 p io � 7 izyyES i i� � rey �a � � 9 � 6+29 �' I i° ° T +� 9 e i i z� � 6•85 z� L- ,z __�_, , g. ."� 2 I 2 u 0 � �s 1 1 7 4 Z2 j, p 22 _ e- 2 IS 2 2 � ry 2l � 2f r*+ 3 O 11 � 8' ' ^ • 3 5 5 20 S� 20 y 3� W �,; � i� 1 w 6 6 �0 19� I 6� �7 � Z I L _ 5 12 5 5 T"� p' 16,� } y, �g � � 6� �� 6 6 e� i7a e ''m i7 T�M� 7 10 �� 7 � FA' z 15� 9 I i6 � s TL R ° 57_ e I io a i � is � ia is ii ii . t ii �� i� X1 I l � IS ti u+ I I 12 Iz h r3 �z B�{TLER �� t5 n f"' 2 2 . 13*II ��� 3 Q � a� � 3 y ;+ i N • z' I -! r, M �s �' < a y - z ty �23 z �s R — 5 �_ z--�I�- 5 ri/15 �, � L3 3� � 22 ' Y s i i i 6 zv_'� , , w 6 W� 4 W zl 4'N 0 7 10 7 I 7 �- s � 5 m 2U 5� _ E N 9 � e 0 ST. 1� — 6 1 6 W fg B �y. �p I! 1- 6 � 7 ti I � 15 1� I � ( 9 p- IT 6 ti 2�. 1515�82 z 2 � 10 9 is S� I� - 3 3 I� I I IG 15 ' 10 * s �� ��13 �u 1 � '�I A 12 �� I� Al � 5• �I I 2 g p � I 3 12 13 �. 12 6 5 � 7 a��° � 7 i� �ce•t � I I I z a 9 g� a I nl � �...J ST. a. s VO 5. 13+3 � ' w ��� 10*Y3 J1 16 1 I I Q I .��/ (y 5 5 '� .—I 1 � 2 f5 � 2 2 ' 2! ��� 4 fi ' 6 V 3� I� I ' 7 — a1 7 q� � I 7 � �� • d � �o f gcJ/� ry � B !�+ 5 � 5 g "��� 4' 4 y g 6 �• [ �0 9� � 6 ia. 11 �. 6' 6 � b � i�o . ne� ` �..lo � g �u � i � 1I nV' 7 / ' � � ` E ,. c, =_[3 T . � B+70T � � � is i Z � 15 � w � ] ' �� 7 < �p � 13 � q 5 12 5 O 6 I I � �� � _ T io 7 u � g ST. 9 e s0 � �*T7� 9 � z� � _ �-8. �� zz z E� `" I R i I ta � _� �9 �� � z�� �. � ;� ,s � IS' i 1 rz+°�� f G7 I I- I, ecc� ��0 5w s3�l� s ��"4�4�' �.._._.._. _-T��- � f �- � �� , . . , . . .a µ/. � i Or 1. � � 25 I 29 � I ii z �„� 2 R R ?3 �� 3 w 23 m � o zx '^'..i 4 Zz � .-.� 13 o OW I , � � � 21 9 21 r�- �- 5 P 2 26 �- �6� 20 10 6 3 W 19 6 19 \ x , 4 —� � IB � . oi � . 5� IT R cu 8 17 R�p L ^.�� � 6 16 I 9 !6 I � T � IG f5 I � ?' +4 li 19 j . 10' 9 �3J y 12 IS I T64� 3b' . „ a� i � tn i a 6 za za z za z ��' V . Zx �� 3 � zz r� 22 . �. Z� 4 r� z� � 21 20� - 5 � S � pp � 19 M 6 � 19 �� 19 � $ ie i �a �m z� d- I B � �p 17 �s� — B '.� i� i e rt � i �6 9 16 9 I6 � ---�,'�� 10 I5 �5� 10 IS ! I 4 i- I I ��' r- t f ^ 5�' i ♦ I] y� IZ 73 y� 12 !7 ° t R B* 22 ^ l 22 y,l � � xt � 2f p W 2 21 - 2 z1' zo m� a xa 00 a za i• 19 � 14 4 14 W IB � 5 i�i 16 � � Ip !'� f7 jI ' i q 17 6 �7 I• I6 I Y 16 T f6 ,� i ,� �� s �5 e J IS � ! 4 �5' 9 � I �-� 9 �� m. I 13 io 13 FO 13 �I w. ,p�cxsn �x �� sT. ; 12+59 . [2+41 2� o I � 2� I 2A p Z] M 2 2] ' 2 pg '� za a � zz a za i zc � z� � zi �. 20 � 5 20 5 20 '�-i. I9 6� 19 7• 6 19 g 16 T �id �,� 7 IB 7 17 �p a �7 � 8 17 d�B I6 � 9 I6 O�p 9 !�- 6�- 9• is � io �s �� �e is �- io I1 13' II I� II u II i3 PAFFOR . i� 'z ia gT_, �i-zjI � 5`9$ 5•PJ 20D� CAPI7AL IMPROVEMENTS PROJ�CT s LQCAT I ON lulAP �— � 7 � e r 57ANLEY AVENUE � m fBERRY 70 OlCKSpN & PAFFORD TO BOLT} 10 Q � �EN�GF��L�.rsl.oE•`.��7��ier.OQrA7�ON 1. C'i�y o�'.F'o� �o�h9 �`exas �y�� ��d ������1 ������������� DAT� REFERENC� NUMB�R I LOG NAME �pSTANL�Y � PAGE � af 2 � 01�102 *�`C-"i ��S 1 sue.�Ec-r ENGINEERING AGa��MENT WITH DANNENBAUM ENGIN�ERING CORPORATI4N FQR PRVEM�NT RECONSTRUCTION AND WATER AND SANITARY S�WE� REPLAC�M�N7 ON STANLEY AVENLJ� FROM B�RRY STREET T� ❑ICKSON STR�ET AND FR�M PAF�OFtD SiRE�T TD B�L.T STR�ET RECOMMENDATION: lt is rec,�mmended that t�e City Council autho�ize ihe C�ty Manager to execute an engineering agreement with Dannen�aum �ngin�ering Carporaiion, in the amount of $167,195.�1, for �avem�nt �ecanstructi�n and water and sanitary sewer r��Eacement on Stanley A�er�ue from Berry Stre�t ta f]ickson St�eet and from pafford Street #o Bo[t Street. DISCUSSION: ihe 1998 Capital Improvement Program (CIP} included fur�ds in the amount of $500,000.00 for the pre- design of capifiai projects #hat would be worthy of cons'rderation in the ne�ct bond pragram, and this Mayor and Coun�il Gommunication recommer�ds projects of this r�ature. If the 2004 CIP is approved by the vot�rs ir� November 20Q3, pre�esign efFarts would expedit� the constrt�ction of bond projects immediately thereafter. Due to the severely deteriorated condition of these particular segments af Stanfey Avenue, they were identi�ed �y stai� far preddesigr� and wili be recommended for inciusion in the 20�4 C1R. li is believed tfiat future maintenance efforts on t�ese streets would n�t b� cas# efFective. Staff is in the proc�ss af id�ntifying several more streets for pre-d�sign, and i# is�anticipat�d that they ; will ae pr�sent�d io th� City Council fQr consideration in the near f�ature. � This projeci consists af the preparation of plans and specificatians fior �avement reconstruction ar�d water artd sanitary sewer main replacement an 5taniey Avenue from Berry Street to Dici�son Street, and fram PafFord 5t�eet to Bolt Street. Dartn�nb�um Ertgineering Corporaiior� proposes to perForm the necess�ry design work for a lump sum � fee af $1B7,195.1�. City stafF cansE�ers this fee to be fair and reasor�abEe for fhe scope oi` services � praposed. ' MIW�E W Qar�nenbaum Engineening Cotporatian is in compliar�ce wit� th� City's MIWB� Ordinance by committi�g to 23°lo MNVBE par�icipation. ihe City's goa! on this project is 22%. T�is projec# is locaied in COUNCIL DISYRICT 9, Mapsco 76Y, 9QC and G. In �ddition ta �he contra� amo�nt, $2,O�QaD {water: $1,80Q.00, sewer. $200.Q0) is required for project mar�agement by the Engineering De�artment. C'��y of 'Fo�P �o�°t1�, T'�xas �y�� ��� ���nc;� �����r�������r� pATE REF�R�NCE NiJMBER I LOG NAME 30STANLEY I�A�� 2 OY 2 � oraraz ���� ���� SUSJECT ENGW�ERfNG AC3R��MEfVT WITFi DANNEN�AUM ENGINE�RiNG CORPQRATION �OR PAVEMENi RECONS�RUC710N AND WATER f�ND SANIYRRY S�WER REPlaAC�M�NT ON STANI�EY AV�NUE FRD�I ��RRY STRE�T TO DfGKSQN STRE�T AND FR�M PA�FORD STR��T Ta �D�T STREEi' FISCAL INFQRMATION/CERTIFICATIDN: The Finance Directo� certifies that funds are available i� fhe cu�'ertt ca�ital budgets, as appropria#ed, af the Water and Sewer Capit�l Pro�ect Funds and fhe Street lm�ro�vements �und. M�:n Snbmitted inr City Manager's Office by: Marc Ott 6122 Originating Department Head: DougIas Rademaker 6157 Additional Tnfarmatian Contact: Douglas Rademaker 6I57 j Furm � Aceourrr � � (to) (from} PW63 � �s�s I C1�5 53120a �a�aoa 531200 CENTEi� 060530176570 a7o58a�7�soa Q20115D40623 � �ourr�r $ 53,132.91 $ 3,256.45 $112, 825.75 CITY 5ECRETARY APPROVED 10/08/02 Czty of'�'o�� �'or�h, Texas M�yor �nd Counc�� Commur��c�-�io�n DATE REFERENCE NUMB�R LOG NAME 1 oI8l02 �`�`Co'9 92�� 30STANLEY PAGE 1 af 2 SUBJ�CT ENG[NEERING AGREEMENT W1TH I�_N_E�1B�1U�u1 ����E�!F�G C�RPORATION FOR PAVEMENT RECDNSTRUCTION AND WATER AND SANITARY SEWER REPLACEMENT ON STANLEY AVENIJE FROM BERRY STREET T� DICKSON STREET AND FR411+'E PAFF�RD STREET TO BOLT STREET RECnMMENDATION: lt is recommended that the City Council autharize the agreement with Dannenbaum Engineering Corporaiion, in recanstruction and water and sar�itary sew�r replacement Dicksan Street an.d from Pafford Street ta Bolt 5treet. �ISCUSSION: City Mar�ager to execute an �ngineering the amaunt of $� 67,195. � �, for pa�ement on Stan�ey Avenue from Berry Stree# to The 1998 Capital Improvement Program (CIP) included funds in th� am�unt af $50�,OOQ00 for ihe pre- design of capital projects that would be warthy of consideration in the next bond program, and this Mayar and Council Communication recommends projects of this nature. If the 2Q04 CIP is appraved by the voters in November 2003, pre-design efforts would expedite the consfruction of bond projects immediately thereafter. Due ta #he se�erely def�riorated condition of these particular segments of Stanl�y A�enu�, they vuere identified by staff for pre-design and will �� r�commended for inclusion in the 20D4 C1P. lt is believed that future ma9ntenance effo�ts on these streets would not be cost effective. Sta#f is in the process of identifying several more s#reets for pr�-d�sign, and it is anticipated tha# they will be presented ta the Ci�y Cauncil for consideration in the near future. This project consists of the preparatian Qf plans and specificatians for pa�ement reconstruction and wa#er and sanitary sewer main replacement an Stanf�y A�enue �ram Berry Street ta Dickson Street, and from Paffard Street to Balt St�eet. - Dar�nenbaum Eng�neering fee o� $167,195.11. City proposed. Corporation proposes to perform the necessary design work far a lump sum staff cansiders this fee to be fair and reasonable for the scape of services MIWBE - Dannenbaum Engineering Corporation is in compliance with the City's M/WBE Qrdinance by committing to 23% MIVIIBE participation. The Ciiy's goal an this project is 22%. Tnis project is located in GOUNCIL DISTRNCT 9, Mapsco 76Y, 90C and G. In addi�ion to the �ontrac# amount, $2,000.00 (wat�r: $1,saa.ao, sewer: $200A0) is required for project manageme�� by th� Engineering Department. �'ity o, f .�'oYt d�o��h, T'exas Mayor a�d �ou��il �or�r���ni���tior� DAT� REFERENC� N[JMBER LOG NAME PAGE 1018102 **�a1 g��� 30STANLEY I . 2 of 2 s�a.�ECT ENGINEER�NG AGREEME T WITH �ANNENBAUM ENGINEERING CORPORATION FOR PAVEMENT RECONSTRUCT�4N AN� WATER AND SANITARY SEWER REPLACEMENT DN STANLEY AVENUE FROM BERRY STREET TO DICKSON STREET AND FROM PAFFORD STREET TO B4LT STREET FISCAL 1NFORMATIONICERTIFICATION: I, The Finance Director certifies that fur�ds are available in the current capita! budgets, as appropriated, of fhe Water and Sew�r Capital Project Funds and the Street Improvements Fund. MO:n 5ubmitted for City Manager's I �'[JND Office by: I {to) � Marc Ot# G 122 I Origiaa#ing De�ariment Head: � Douglas Rade�n�lcer 6157 {fram) Additiontul Infarmatian ContAct: PW53 P558 C115 Douglas Rademaker G I57 I ACCOUNT I CENTER I AMOUNT CITY SECRETARY � APPROVBD l0/f18/02 531200 06D53D176570 $ 53,'{32.99 531200 070580175900 $ 9,236.45 53�20i} 020115040623 $112,825.75 �