Loading...
HomeMy WebLinkAboutContract 28369m cliY s���E��R� � �� , CON��ACi I�. �uC�� )( � �f�Y O� �QR� liilOR�'�i, �'�XAoS STA[iE�/�lt� AC��IVREIVi ��Ft �N�IIV��RINC� S��VIC�S This AGREEMENT is bet�rveen the City of Fort Worth (the "CITY"), and A.N.A. Cons�altant, L.�.C., (the "ENGWEER"}, for a PROJECT gene�af(y desc�ibed as: Wa%r and Saniiary Sewer Rep�acemeni Con#ract 200'i WSM-E. .qr�i�l� I Scape of Sewices A. The Scop� af S�rvic�s �s set farth ir� AttacF�ment A. r4rticie �I Comp�nsa�i�n A. The ENGINEER's compe�sation is set forth in Attachment B. r4�i�le lll �'erms of #��ymenfi Payments to the ENGINEER wi(I �e made as fol}aws: A. invoice and Payment (1} The Er�gineer sh2�il provide fhe City sufficient documentation to reasonably substan�iat� the inva'sces. {2) Mon#F�ly invaices will be iss�aed by the ENGlNEER for all waric pertormecf under tF�is AGR�E�iEi�T. Invaices are due ar�d p�ya�le w�tY�ir[ 3(i days af recei�t. . (3) Upan completior� of services enumerated in Ar�icf� I, the final payment of any balance wi�l be due wiihin 3Q cfays of receipt of the f'tnal invoice. ' (4) In the event of a disputed or cantestec� billing, oniy that pnr�inn so can�ested will be wif�held from payment, and the und#s�uted portion will be paid. TF�e CITY will exercise reasonableness in contesting any bilf ar portivn therevf. No int�rest will accrue on any cor�tested portion afi the billing until mutually resolved. (5) If the CITY faiis to ma�e payment in full to EMGiNEER for hiliings contested in good faith within 60 days of the amovnt du�, t�e .�NGINEER may, after giving seven (7) days' wfitten natice to CITY, suspend services un�er this AGREEMENT until paid in f�ll, including interes#. In the eve�# of suspensioR ofi s�rvices, the ENGINEER shall hav� no liability tq C�TY for de(ays o� damages caused the CiTI' because of such susp�nsian of services. - � � _ Ariiele IV Obligagic�n� of ih� �nc�ineer Amenc�ments to Articfe IV, i� any, are included in Attachment G. A< G�neral The E,NG W EER will serve �s the CITY's professiona! engineering representa#ive under #his Agreement, �rpvidir�g professivnaf engineeri�g aor�sultation artd ad�ice and fumis#�ing custamary s�rvices incidental there#a. �. Standa�d of C��� T�e siandarci of cart; applicable to t#�� ENGIIVEER's senrices will be the degree ofi skilE and diligence normalfy emptoyed in ihe State of Texas by praf�ssiona� engir�eers ar cansultants performing the same or simifar servir.es at the time such services are pertormed. C. Subsu�race Inves�ig�fi�ns ('1) The ENGINEER sha(i ad��se tf�e CITY with regard to the necessity far subcontract work such as special surveys, tests, tes� borings, ar o�her subsurface investigatians in connectivn with design and engineering work to be perforrned hereu�der. The ENGf NEER shalE also advise tf�e GITY canceming the results of same. The GITY shall fumish suc� surveys, tes#s, a�d in�estigatior�s, unless otherwise specifed in Attachment A. (2) In sails, fauRdation, grou�dwater, and other subsurface irnestigations, the a�u�i cl�arac#e�is¢ics rr�ay �ary sig�i�icantly beiv�een successiv� t��t � points and sample ir�#�rvals and at iocafians ather than where abservations, exploration, ar�d inv�stigations have been made. Bec�use of tk�e inherer�t uncertainti�s in suhsurFace �evafua#ions, changed or ur�a�ticipated undergrou�� conditions may occur that could affec# fihe total PROJECT cos# andlor �xe�ution. These conditions arrd castlexecutipn effects are not ihe responsibili#� of the ENGINEER. �. �r�p�rafion o� �ngine��ing ��awings The ENGINE�R will pro�ide #a #he CfTY the original drawings of aEl piar�s in ir�k on reproducibie �lastic film shee#s, ar as othen�vise app�oved by CITY, which shall became the property af the CfTY. CITY may us� such drawings in any manner it c�esires; prov�ded, hawreuer, that the ENG�N�ER shail not be �iable for the use of such drawin�s for any project other thar� the PRC3.IECT descriEaed herein. ENGINE�RI�iC3 AC7RE�M£AfT Page 2 of 95 E. �nginee�'� Per�onnel a� Cons4rr�c#ion �ite (1} The preser�ce or dt�ties of the ENGINEER's Personnef at a canstruction site, whether as on-site represer�tatives or oifi�rwis�, do not make th� ENGINE�R or its persnnnel in any way responsible for i�ose dutie� that belang tv tF�e CITY andlor the CITY's construc#iort Contractors or other entities, and do not relieve the construction cantractors or any other entity af their obligat€ons, duties, and respansibilities, including, b�t noi limited to, afl constnaciion mefhods, means, techniques, sequenc�s, and procedu�es necess�ry far coordinating and cample#mg a[I portions af the construction work in accordance with the Contract Do�uments and any healtkt or s,afety precautio�s required by such canstrt.ic'rion work. The ENGINEER and its personnel �rav� no authar�ty to eicercise any control over any cans#ructian contractor or other entity or their empioyee� in connection with their work or any F�eafth or safety precautior�s. (2) F�ccept to the extent of speci�ic si#e visits expressly detaiied and set fortk� in Atiachment A, the ENG4NEER or its personnel shall have no ob�igai�o� vr responsibility fo visit the constrvction site to become familiar wi#h t�re progress or quality of the cvmplet�d work on the PRQJECT ar to determine, -iR general, i# th� wor�r on tF�e PROJECT is being performed in a mann�r indicating tha# the PROJEGT, when completed, in►ill be in accordance with the Con�tr�ct Doc�ments, r�or shall anythir�r� in fhe Corttra�c# Qocuments or the agreement between CITY and ENG�NE�R be cons#rued as requiring ENGINEER to mafce exhau�tive or continuous on-site inspections to disco�er latent defacts in the work or oth�rwise check t[�e qualiiy or quan�ity of the work on t#�e PROJEGT. If, for any reason, #he ENGINEER shoulcf ma�Ce an on-site observation{�}, on �he basis af sueh on-site abservations, if ar�y, the ENGINEER shaA endeavor ta keep th� CITY informed o# any devia�ion from the Contract Documents coming to the actu$I �otice of ENGfNEER regarding th�e PROJECT_ {3) When professional certtfir.a#ion af per€arrnance or characteristics afi materials, systems or equipment is reasonably req�ired to perform the servtces set fvrth in the Scope of Servrces, the �NGINEER shatl be entitled to refy upon such certification to e�tabfish materials, syst�ms or ec{uipment and perFnrmance criteria to be requi�:d i� the Contrac# Documer�ts. �, Dpin�ons �f ��ob�bl� �i���, �in�ncial C�nsiderations, and 5chedu�[es (1) The ENGINEER �i�all prvvEde apir�ions of probable costs based orr the current available infarmation at the time of preparatia�, in accordance with Attac�mer�t A. (2) I� providing opinions of eost, fin�ncial anaiyses, ecar�omic feasibility projections, and scheduies fior the PR�.�ECT, tf�e ENGINEER I�as na contro! over cost or price of la�or and materiaEs; unknow� o� fatent ENGiNEERING AGREEMENT Page 3 of 75 conditions af existing equipment or structures that may affect operation or maintenance costs; competitive bidcfir�g procedures and market conditic�ns; time or qu��ify af p�rformance by third �arties; q�ality, tyge, management, ar direc#ion of aperating personr�el; and o#her economic and operational factors that may materially affect the ultimafie PROJECT cvst or sched�le. Therefore, the ENG�NEER makes na warran#y that the CiTY's actual PRQJ�CT costs, financial aspec#s, economic feasibiiifiy, c�r schedules will not vary from the ENGINEER's opinions, analyses, pro}ec#ians, nr estimates. [�. Corr�firuc�ion ��ogress ��ym�n�s Recommendativns by the ENGINEER to the CITY for periodic cons#ruction progr�ss paymer�ts tn the construction contr�ctor will be based an the ENGINEER's knowledge, information, and belief from seiec#i�e sam�ling and abserrrai'ro� that the wo�k has progressed to the point inc�icated. Such recr�mmenda�ons do not represent that cantinuaus or detailed examin�tions have been made by the �NGINEER fo ascertain that the construction cpntractor F�as completed the work in ex�c# accordance with #he Con#�-act Dacuments; thaf the final warf� will be acceptable in all respects; tha# the ENGiNEER has made ar� ex�mination to ascertain �ow or far what purpose the consfruction cnntractar has used the maneys paid; that ti#fe to �rty of the wark, materials, or equipment has passed to the GlTY free and clear af liens, clair�s, secu�ity interests, or encumbrances; �r that there are r�ot o#her ma�ters at issu� between the CI7Y a�d the constn.�c�ivn cantractor that affer,# the amount t�at st�ou�d �e paid_ H. Recard Drawings Record drawings, i# required, will be prepared, in �ar�, on f�e basis of information compiled ar�d fumished by o#hers, and may not always represent the exact [ocatioR, �Eype af var�ous camponents, or exact manner ir� which the Pr�C3,iECT was finally cnnstruci�d. The E�iGINLER is not responsibl� for �ny errors or omissions in the informatior� fram others that is incorporated �nto the recorcl drawin.gs. C. {1Rin�rity and lA��man �usin�es� �n4erp�ise (14RI4���) pae�ici�atian In a�cord with City af Fort Worth C?rdi�ance No. 1�923, as amended by Qrdfnance 13471, the City ttas goals far the participation of minority business ent�rprises ancf wamart br�siness enterpris�s in C�ty cantracts. Engineer acknowteclges the M7WBE goal established fior this contraci and its commitment' to meet that goai. Any misrc�presentation ofi facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result iR the terminatiart of this �greement and debarment from par#icipating in Gity contracts for a period of time of not less t�an three (3) years. ENG]PIE�RIfJG AGREEMEIVT Page 4 oi 15 J. Righ� to �udifi (�) ENGiNEER �gre�s tha� the CITY shall, until the expiraiion of three {3) � years after final p�yment under i�is contr�ct, have access to and the right to examfne and photocopy any directly pertinent books, doeuments, papers and recards of th� E�IGINEER involving firansactians relatir�g ta this coritract. ENGfNEER agrees t#�at the CITY shall ha�e access during r�armal wor�cing hours �o al{ necessary ENGINEER fac�ii�ies and shall be provided adequate and apprapriate workspace in order to conduct auclits in campliance with the provistor�s of this sectian. T�e CITY sha�l give ENGlNE�R reasonabl� advance no�ic� o# in#er�ded au�its. (�} ENGINEER further agrees to inClude in all its subcor�suitant agreements hereunder a provision to the effect that the subconsu�tant agrees that #he CITY shall, un#il the expiration of thr�e {3} years after final Payment und�r the �ubcontract, have access �o ar�d the right fo e�mir�e and �hatocapy any dirE:ctly pertir�ent books, docum�nts, papers ��►d recards of such subconsultant, in�olving transactions to the subcontra�t, and further, that the CITY shall have access during norma! working hours to a{I subconsultant facilities, and shall be pro��ded adequate and ap{�ropriate work space, in order to conduct a�difis ir� compliance with the provisions ofi this article tngether wi#� subsection (3)hereof. CITY shall give subco�su�tant reasonable advance no�ice af iniended audits. (3} ENGINEER and subconsuitant agre� tb photo capy such documents as may �e requested by th� CITY. The CITY agr�es #o reimburse ENGINEER for th� cost of copies a# the rate puia�ished in the Texas Adm�n�strativ� Code in effec� as of �the time c�opying is performed. K. �11�C�Ii���R's Insuranc� (1) Insurance ca�erage and limits: ENGWEER sha�l provic�e to #he C�ty certtticate�sj of insuranc� doe�amentiRg palicies of the folfawing co�erage at minimum limits that are to be in effect priQr to comRnencement of wo� on the PROJECT: Commercial General �iability $1,0OO,ODE� each occurrence $1,OOO,a00 aggrega#e Automobile Liability $1,DOO,D00 each accident {ar reasonably equi�alent timits of correr�ge if written on a spfit limits basis). CoWerage shall be on any vehicfe used ir� ihe course of #he PROJECT. ENOINE�FLIIVG AGR�E'{IIEENT Page 5 oi 95 Worker`s Campensation Caverage A: statutory limits Coverage B: $100,U00 each accident $500,Q00 c�isease - policy limit $100,OOD disease - each employee Protessional Liability $'[,OOO,a00 each claim $2,0�0,000 aggregate The retroactive date shall be coincic�eni with or prior to the date of the cantractual agre�ment an� #he certificate of ir�surance shall state that the cover�ge is cfaims-made and the re#roacti�e date. T�te �nsurance co�erage shall be maintained for the duration of the cantractual agreeme�t and fi�e (5) years fallowing completion of the s�rvice �rovided und�r the eontractual agreement. An annual certificate of insurance submiited to the City shail evidence such insurance coverage. �2) Certificates of insurance evfdencing that the ENGINEER has obtained all required insurance shal� be delivered to the CiTY pr�or to ENGINEER p�aceeding with the PROJECT. (a} Applicable po�icies shall be �ndorsed to name #he CITY an Additional Insured therean, as its interests may app�ar. The term CITY shall include its employees, af�icers, officials, agents, and volunteers as respects the contracted senrices. {b} Certificaie(sj of insurance shalf dacumenf that insurance co�erages specified according to items section K.(1) and K.�2) of this agreement are pro�ided under applicable policies documented therean. {c) ARy fail�re on part of #he CITY to request requir�d insurance documentation shall not constitu#e a wa�ver af th� insurance req�ir�ments. {d) A minimum of thirty (3D) days notice o# canceflat�an, non-renewal or material change in ca�erage shall be provided ta the CITY. A ten (10) days notice shall be acceptable in the e�ent of non- paymer�t o� premr`um. Such fierms shall be endorsed onta ENGINEER's insurance policies. Notice sha[I be sent to the respecti�e Dep�rtment D�rector (by namey, City of Fo�t Wo�ih, 100Q Tktrackmorton, Fort Wvrth, Texas 76102. (e} The ins�rers for all policies m�st be licensedlapproved to do business in #he 5tate o� Texas. F�cce�t fior worker's compe�sation, ail insurers must ha�e a minimum rating of A: VII in the current A.M. Best Key Rating Guid� ar have reasonably ENGINEERING AGR�ETIi�IVT Fage 6 of 15 equivalent financiai streng�h and sol�ency to the satisfaction of Ris�C Management. (fl Deduc�il�le limits, or self-ir�sured retentiar�s, affecting insurance required herein may be acceptable to ihe CITY at its snle discretion; and, in fieu of traditional irrsurance, ar�y altemative coverag� maintained through ir�suranc� paals or risk retentinn groups musf be alsc� appro�ed. D�dicated �nancial resources a� lett�rs of credit may also be accept�ble to ihe City, (gj Applicabie policies sh�ll each be endo�-sed wit� a waiver of subrogation in favar of the CfTY as respects the PRO.lECT. �h} The City shall be en#it�sd, upon iis request �nd without in�urrir�g expense, tn review t�e ENGINEER's insurar�ce policies including endorsem�nis t�ereta and; at the CiTY's discrEtion, the ENGINEER may be required ta pra�ide proof of insurance premi�m payments. (I) The Commercial General �.iability insurance pol'rcy shalt have no exclusions by endorsement� ur�less such are approved hy tl�e CITY. (j) The Professional Liability insurar��e poiicy, if written on a claims made basis shalE be mainiained b�l the ENGINEER for a minimum fiive (5} y�ar period subsequent ta th� �erm of the respective PRO.tECT contract with the CITY uNess such cov�rage is provided the ENGINEER or� an acc�rr�nce basis. (k) The CITY shalt not be fesponsible for the direct payment of any insurar�ce premiums required by.this agreem.ent. tt is understoad that ins�rance r.ost is an atbwabte componen� of Ei�G�NEER'� o�erhead. {I) Atl insurance required in seGtion K., except �or the Professianal Liability €nsurance palicy, shall be written on an occ�rrence basis in order to b� appraved by tt�e CITY. (m} Subconsultants to tf�e ENG�NEER shal! be required by �he ENGINEER to maintain the same ar r�asanably equi�alent insurance cor►erage as required for the ENGINEER. When subcor�sultants maintain insurance coverage, ENGINEER sh�li provide CiTY with doc�mer��ation thereof on a ceriificafie of insurar�ce. Noiwithstar�ding anything to the contrary cantained h�:rein, in t�e e�eni a s�bconsuitant's ins�rar�ce caverage is canceled ar terminated, such canceElation or term�nation shall nat constitute a br�ach by ENGINEER af the Agreemen�. EiJGI1VEERING AGR£�MENT Page 7 of 75 L. lndepend�r�4 Can�uliant T�e ENGINEER agrees #o pertorm all services as an independent consuit�nt and not as � subcontracior, agent, ar empfoyee of the CITY. Ni. �isclosu� The ENG�NEER acknowiec�ges to the CITY that it has made full disclosure in writi�tg of ar�y existing conflicts ofi inie��st or patential cor�fli�ts of inferest, including persanal financ�al intErest, direct v'r indirect, in property abutting the proposed PROJECT and business reiat�onships with abuttir�g properiy cities. T#�e ENGINEER further acknowledges #hai it will ma�ce d€sclosure in writing of any confEicts of interesi which develop subsequent ta the signi�g of this contract and pr�of to �nal paymer�t u�td�r the contract. � IV. Asbestos o� Ha�ar�o�a� �ub�iances (1 } If asbestos or hazardous substances in any #orm are encoun�ered or suspect�d, the ENGINEER wilt stop its own worfc in the affected poriions af the PROJECi to perrnit fiesti�g artd e�aluation. {2j lf asb�s�os or other haz�rdaus subst�nces are suspected, the ENGINEER will, Ef requested, assist the CITY in obtainir�g the services o'� a quaii�ed subcontractor to manage #he remediation activifies of the PROJECT. p. �ermi#�ing Aufihorities � �e�ign �h�ng�s If permitting authorities req�ire design changes so as to comply wit{� published design criteria andlor c�rrent engineering practice standards which the ENGINEER should ha�e been aw�re of at the tirr�e i�is Agreer�ent w►as executed, the ENGfNEER shall revise plans and sp�cifications, as required, at its own cost and expense_ However, if design changes are reauired du� to the changes in the permitting a�#hori#ies' publis�ted desjgn cri#eria andlor practice standards criteria which are published afker thre date ofi this Agreern�nt w�icl�. the EN�INEER couid noi ha�e been re�sonably �ware of, the ENGiNEER shall notify the CITY of such changes and an adjustmertt in com�ensatian rwill �E made thro+�gh an amendment to this AGREEMENT. EN[GINEERING AGR�EMENT Page 8 of 15 � �►r�ic�� V Qbliga�ion� of the �it�► Amendmen#s ta Article V, iP any, are included in Attachmeni C. A. Cityb�urnisheci I]ag� The CITY wilf make available fo #he ENGINEER all techn�cal daia in fihe CfTY's passession relai�ng to the ENGINEER's servEces on the PR�JECT. The E[�GINEER may rely u�on the accuracy, timelEnass, and eampleteness af the infiarma#ioR provided by the ClTY. �. Aecess 4o Facilities and �rr�ape�y The CITY will make its facilities access9ble io fihe ENGINEER as required for t�� ENGINEER's perfarmance of Ets services and.will provide labor and safety equipment as requfr�d � by the ENG�NEER far such access. Tt�e C1TY will pertorm, at no cost to #he ENGINEER, such iests af ec}uipment, machinery, pi�eEines, ar�d other camponents of the CiTY`s facilities as may be �required in connection with the ENGfiNEER's services. The GfTY will be r�sponsible for all acts of the C1TY's personnel. G. Ad�e�isemen��, �ermitr�, and �lccess Unless otherwise agreed to in the Sco�� af Services, the CfTY wil[ obtain,� aRange, and pay for a!I advertisements far bids; permi#s and licer�ses requi�ed , by iocal, state, or federal authorities; and land, easements, rigt�ts-of-way, and access necessary far the ENGINEER's services or PROJECT canstruction. b. �imety #�eview The CITY wilE examine the ENGlNEER's studies, reports, sketch�s, drawings, specificatians, proposals, and ather documents; obtain advice of an attomey, insuran�� counselor, accau�tan#, auditQr, bond and finar�cia� advisars, and other cansuitants as the CITY deems apprapriate, �nd rer�der in wr�ting decisior�s required by the CITY in a timely manner in accordance w'tth the proj�ci scheduie in Attachment D. �. Prornpf No�ice The CiTY wi�l give Promp� written notice ta the ENGINEER whenev�r CfTY abserv�s or becomes aware of any de�elopment that aff�cts the sco{�e or timing af the ENGiNEER's services or af any defec# in the worEc ofi t�e ENGINEER or constructian con#ractars. ENGlh1EERING AGREEMENT Page 9 of 15 �. Asbestos or Ha�ardou� Sub�fances and fndemni�icatiort ('f) To �he maximum extent �ermitted by I�w, ttte CtTY wiil ��dernnify and release ENG�{VEER and its officer•s, employees, and subcontracta�s from all claims, damages, losses, and costs, including, but not limified to, attc�mey's fees and litiga�ion expenses arising aut nf ar relating to tf�� presence, discharge, relea�e, ar escape of hazardaus substances, �or�taminants, or as�estos an or from the PRdJEGT. Nothing r.or�t�ined herein shall be constru�d to re�uire tl�e CITY ta le�ry, �ssess or colleck any tax ta fund this indem�ification. (2) The indEmnificat�on and release required above shall not a}aply in the e�e�t the discharge, release or escape o� hazardous subs#ances, cankaminants, or asbestos is a resul# o# ENGINEER'S n�gli�ence ar if such i�aa�rdous substance, contaminant or asbestos is b�o�ght ont� the PROJECT by ENGINEER. �. Cor�4wac��r indemnif�c��ic�n and Claim� The CITY agrees to �nc�ude in all cnns#ruct�an con#racts i�he pravisians of Article IV.�, reg�rding #h� ENGIN�ER's Personnel a# Construction Siie, and p�ovisior�s providin� contractor indemnificat��n of the CITY and the ENGINEER for cor�tractvr's r�egligence. H. Contracfae� C�aims an�1 ihird�Party �eneficiar�es ('f) The CITY agrees to i�tclude the fol�owing clause in ali con#racts with cans#ructian contractors and equipment ot mater�als suppliers: "Con#ractors, subcontractc�rs anr� equipment and material� supp�iers on fhe RROJECT, or t��i� suret�e�, �i�al� maintain no dfrec# actian against the ENGINEER, its officers, employees, and subcontractor�, �ar any claim �rising out af, in cannection with, ar resulting from the engir�eering services pertormed. Only the CITY will be #he beneficiary of any under�aking by the ENGINEER." (2} This AGREEMENi gives no rigt�#s ar b�nef�ts ta anyone other than the CITY and the ENGfNE�R and there are na third-party be��efi�iaries. (3} The C�TY will include in each agreemertt it eniers inio with any other entfty or person �egardir�g the PRO.�ECT a provision that such en�ty or person s�aU have no third-party b�ne�iciary rights under this Agreement_ {�4} Nathir�g contained ir� this sec#ion V.H. shall be construed as a waiver ofi any right the C1TY has to bring a claim against ENGlNEER. ENIGINEERING AGREEh9ENT Page 10 af 15 �EiY'� In�u�anc� (1) The CITY may main#ain property insurance on certain pre-existing structures assoc�ated with the PROJECT. (2} The CITY. will ensure that Buifders Ris�/l€�stalia�ion �nsurance is maintained af the replacement cost value of th� PROJECT. The CITY may pro�ide ENGINEER a copy of the paiicy or docum�n#atian of such or� a certificate of insura�ce. (3) The CITY wifl specify that ihe Builders Riskllnstallation insurance sha11 be comprehensive in coverage appropriate to t�e PRO.�ECT risks. ,1. �i�igation As�is4ance The Scape of Services does not include costs of the ENGINE�R for requ�red or requsste� assisiance to suppart, prepare, document, bring, defend, or assist in iitigation undertaken or defended by #he ClTY. In the event CITY requests such services of t�e ENCINEER, this AGREEMENT shafl be amended or a separat� agreement will be negotiated between t�e par#ies. K. Ghanges The CITY may mal�e or apprave changes within #he ger�eral Scope of Services in t�is AGREE}IAENT. If such changes affect t�e ENGINEER's cost of or time req��red for perform�nce af the services, an equitabfe adjustment wil! be made through an amendment to this AGREEMENT with appropriate GITY approval. lI ����� Gene�al �,egal ��ovi�ions AmendmeRts to Article VI, if any, are included in Attachm�nt C. A. Au�horizafiion t� �r�oceed ENGIN�ER shall be authorized to proceed with this AGFtEEMENT �pon receipt of a rnrritten No�€ce to Proceed from the �CITY. �. Reus� a� �roje�t �ocumen4s All designs, drawings, specifications, documents, and other wark praducts of the ENGINEER, wt�ether in hard capy pr in electrartic form, are instruments of service for this PR4.�ECT, whether the PROJECT is compteted or not. Reuse, change, or alteration by #he CfTY�ar by others ac#ing through or Qn behalf af the CfTY o# any such instrurnents of �enrice without the rrvritt�r� permissian of the ENGINE�R will be at the CITY's sole risk. The final designs, drav�rirtgs, specificatior�s and documents shall be owned by the CfTY. �NGiNEERING AGFiEEMENT ?age 11 af 95 C. �a�ce Maje��e The ENGINEER is not responsible for damages ar de�ay ir� pertormance caused by acts of God, s�r�kes, (ockou#s, a�ciderrts, or ather events bey�nd the cor�trol of the ENGINEER. �. �e�minatian (1) This AGREEMENT may be termin�ted or�ly by the City for conver�ience on 34 days' written notice. This AGREEMENT may be term9nated by eith�r th� C�TY or �h� ENGINEER far cause if either pariy taifs substantial�y to per�ofm through no �au�t af the ather and does nat cqmmence correctior� of such �onparformance with fi�e (5} days of wr�tten no#ice and dilige�tfy compl�te the correctia� #her��fter. (2} If this AGREEMENT is terrninated for #�e conver�ience of th� City, the ENGINEER will be paid for termiriation expenses as fallows: a} Cost of �epraductian af partial or cdmplete st�dies, pfans, specifications oe otlter forms of El�GfNEER'S work praduct; b) Out of-pac�cet expenses for purchasing storage cnnt�ir�ers, microfilm, electronic data �tes, and other data starag� sup�l�es ar SENtCBS; c) The time requirerne�ts for the �NGINEER'S personnel to document the waf�C underway at the time the CITY'S t�rmination for convenienc.� sa that th� work effort is suitable for long time storage. � {3} Prior to proceeding wi�h #�rrrtir��tic�n ��rvie�s, fi�e Ei�GINEER rr+iifi submit to the CITY an itemized statement of ail termination expenses. The CITY'S approval will be obtain�d in writing prior to �aroceedir�g with termination services. E. Suspen�ion, �ela�, or In��pr�pii�n to l�Il�r�k The ClTY may suspend, �eiay, pr interrupt the services of the ENGINEER for the convenience of i�e C�7Y. In the ��ent of such suspension, delay, or interruption, an equitable adjustment in th� PROJ�CT's schedule, cammitment and cost of t�e ENGINEER's personnel and subcantractars, and ENGINEER's compensation wili be made. �'. lndemn�ficafiion (1) i'he ENGINEER agrees ta indemnify and defend the CITY fram any lo�s, cos�, or exp�nse ctaimed by ihird pa�ties for property damage and bodily �NGINEERING AGR�EMENi Page 12 of 95 injury, including death, caused solely �y #he negligeRce or willful misconciuct af the ENGINEER, it$ �mployees, officets, and subcontractars in co�neciion with �he F'RO,�ECT. (2) ff the negfiger�ce ar wiElful misconduci af b�tF� th� ENGINEER anc� the CiTY {or a persor� �dentifi�d above for wF�am ear,�t is liable) is a caus� of such damage or injury, the Ioss, cast, or exp�nse shall be shared between the ENGiNEER and the CETY in pra�ortion ta #heir relati�e degr�es Qf negligence or r�villful misco�duct as determined pursuani to T.C.P. & R. Code, seckio� 33.091(4} �Vemor� Supplement'i996}. G. Assic�nmenfi Neither party wil! assign all or any part of this AGREEMENT without t�e priar written consent of the other parly. �. Infi�rpr�:fa�ion l.imi�atiorts on liability and indemnities in this AGREEMENT are business understandings between the parties and shail apply #a a41 the different th�ories ofi recovery, incl�ding breach of �an#rac# ar warranty, tart including negligence, strict or statutory liability, or any other cause of actiQn, except for willfuf misconduct or gross neg�igence for limit�tions of liability and so3e negligence tor in�emnifica#ion. Tt�e term "Parties� mean tt�e GITY and the EN�INEER, ar�d their officers, employees, agents, and subcontractors. I. Jurisdic�ion Tf�e faw of the S#ate of Texas sF�all gaverrf th� validity of this AGREEMENT, its interpretation and pertormance, and any other cfaims related to it. The uenue for any liiigaiior r�lated �� �his AGREEMENT sf�ap be Tarrant C�unty, T�xa�. J. Aliemafie Dispu#e ResoiufiAn {1) AI� claims, disputes, and other matters in questinn between the CITY and ENG�NEER arising out oi, or in conn�ction with this Agreement or �h� PROJEGTt or any breach af any oblfgafion or duiy af CITY or EN�INEER hereunder, will ��e s�bmitted to mediation. lf inediation is unsuccessfu#, th� ctaim, dispute o� ather matter in question shall be submittec� #o a�ttra#ion if bath parti�es acting reasonably agr�e ihat the amoun# of the dispute is likely to be less �han $50,000, excfusive of attamey's fees, costs and expenses. A�bitration s�all #�e in accordance wif� the Gonstruc�ion fndustry Arbi#ration Rules af the American Arbi#ration As�aciation or other applicable ruies of the Association then 'tn effeci. Any award rendered by the arlartrators less than $5D,Q00, excfusive of attomey's fees, costs and expenses, will be final, judgment may be entered therean in any court ha�ing jurisdiction, ar�d will not be ENGINEERIIJG AGR�EMENT P�qe13of15 sUbjec# to appeal or modificatior� except to the exteni p�rmitted by Sections 10 and 11 af ths Federal Arbitratiot� Act {9 U.S.C. Sec�ions 10 and '� 1 }. (2) Any award greater than $50,D00, exclusive of attomey's fees, cos#s and expenses, may be litigated by either party on a de no�o basis. The award shal! become final ninety (90) days from #he date same is issued. if litiga�on is filed by either p�rty within said ninety (90) day period, the award shall b�come null and r�oid and shall not be used �y either party fior any purpase in the litigation. F�. 5�verab'rli� and Su�i�al If any af the provisions cantained in t�is AGREEMENT are held far �ny reason to be invalid, illegal, or �anenforceable in any r�sp�c�, such in�al�dityf iiiegallty, or unen�orceabi{ity wil� nat affect any other proWision, and ihis AGREEMENT shall be construed as if such invalid, illegal, or uner�forceable provision had never been contained herein, Articles V:F., VI.B., VI.D., Vi.H., VI.I., and VI.J. shali survf�e termination of this AGREEAIIENT far any cause. L. Obserrve �nd Comp[� ENGINEER shall at all times observe and camply with ali federal and State lav�s and regu�ations and with all City ordinances and reg�alations which in any v�ray affeci #his AGREE�►11ENT and ihe work hereunder, and shall observe and comply wi�h a!I orders, �aws ar�linances and regulatians which may exist or may be enacted later by gaveming bo�ies having �u�sdiction or authority for suci� enactment. Nv ple� af rnisu�derstanding or igrtorance thereof shall be considered. ENGINEER agrees tn defend, indemn9fy and �old harmless CITY and all of its o�Ficers, agents and em�loyees from �nd against a!I claims or liability ari�ing ouf a€ �e violation o� any �uc� orde�, l��R�, ardinance, or regulation, whether it be by its�lf or its employees. M. Neg�fia4er� ►4gre�ment. The parties acknowiedge that each party and its counsel ha�re reviewed ar�d revised this Agreement and that the normal rules of cQns#rucfion to the effect fha# any ambigu��i�s are to be resolved against the draftir�g pa�ty shall not be employed in the interpretation of this Agreement or exhibits he�e�fo. EiVGINEERlI+10 AGRE�MEfV7 Page 94 of i5 At�icle VIl A�ia�hm�r��.s, �ched�ale�, and Sigr�a�ures This AGREEMENT, incfuding i�s attachments and sch�duies, consti#utes the �ntire AGREEMENT, supersedes all prior written or oral understartdings, and may only be changed by a wriiten amendment executed by both parties. The foilowing �ttacl�ments and scheciules are hereby made a part of this AGREEMENT: Attachment A- 5cope af Services Attachment B - Gompertsation Attachment C- Amendments to S#andard Agreement for E�gineering Services Attachmer�t D - Pm�ect Schedlile At�ac�ment E — Location Ma� ATTEST: " ,E�.�Y � loria Pe an City Sec tary Con�rac•t Authoriza�ian� — nate - - ... _ APPROVED AS TO F�RM AND LEGALITY � Assistant City Attomey EI�kGEIVEEFiING AGI��EI+IT Paga 15 of 15 CITY O�' FORT WORTH By' - �,,�. Marc A. tt Assistan# City Manager APPROVAL RECOMMENDED _.._. _� . � 91�.�$ �a��� A. Dauglas Rademaker, P.E. Directar, Engineering Department A.N_A_ f;C)NSLILTANTS_ L.L_f; ENGINEER BY: � c ark �!. ssaa , . . Directar of Municipal De�elopment ' ... i. � ,, ;� Ai`�/�G1iFiN�NT ��A" -�- . •.- � -r _ "Scope of Services se# forfh her�in can oMy be rnodifed 6y addifions, clari�cations, and/or d�i�tions sef forth in fh� supplemerrfal Scope of Se►�ices, !n cases of canflict beiween the 5uppl�mental Scope of Services and i�he G�neral Scape of Services, the Supplementa! Scope of Services shall have pr�cedence over the Generaf Scope af Sarvices. ° -� -: � 1) �reliminary Conference wi4h �i#y The Engineer shall attend preiiminary car�ferences with aut�rorized represen#a�iues af the City regarding the scopQ afi project so that the plans and speci�ications which are ta be developed F�ereund�r by the Engineer will result in providing facilities which are ecanomical in design an� conform to the Ci#y's requirements and budgetary cor�straints. 2) Coordina��on wifh Out��de �qenaiegl�ublic �n4i4i� The Engir�eer shalf coordinate with oi#icials o# other outside agencies as may b� rtecessary for the design of the proposed street, and starm drain and/or water ar�d w�stewater facititieslimprover�ents. It shall b� the Engineer's duty �ereur�der to secure necessary information fram such ouiside ager�cies, to meet th�ir requirements. 3) (��otechnic�llnves�ig��Eor�� The Engineer shall ad�ise the City of test bo�ings, and .other subsurface investigatior�s t�at may be ne�ded. In the event it is c9etermined necessary to make borings or excar�ate test holes or pifs, the Engineer sh�f� in ca4rdinaiior� wiih iF�e Gifiy �nd �h� City's gea#e�hnical engineering consultant, draw up specffications far such testing program. The ctist of ��e borings or excavations shall he paid for by the City. 4) Agreemen�s �nd �er�mii� The Engineer shall complete. all farms/applications ta sl(aw the City o# Fort Warth to obtain any and alf agreements and/or permits normalfy requir�d f.or a prolect of tfiis size and type. Tf�e Engineer will be respansible for negotiating and coordinati�g to abtain approvai nf the agency issuing the agreement and/or permits and will make any re�isions necessary to bring the plans in#o compliar�ce with the requirements of said agency, Encluding but nat limited to highways, railroads, water authorities, Gorps of Engin�ers and other utilities. 5) �e�ign Changes R�la4ing go ���rnif�ing Autho�ikies ff permitting autharities requir� cfesig� changes, the Engin��r shall revise i�he plans and sp�cifications as required at the Engineers avvn cos# and expense, unless such changes are r�quired due to changes ��n the desigr� of the facilities made by the -�- permittir�g autF�ority. If such changes are required, ihe Engineer shall notify fi�e C�ty and an amendmen# io the contract shall be made if the Engineer incurs addifional cost. ff there are unarroidable delays, a mutually agreeable and reasonab�e time exiensior� s��l! be negotiat�d. 6) �lan �ubmifr�l Gopies of the ariginal plans shalf i�e provided on reproducibl� mylar or appro�ed plastic filrr� sheets, ar as other^wise approved by #he Department af Eng+neering and shall become the property of the City. City may use such drawings ir� any manner it des�res; pro�ided, howe�er that the Engineer shal� nat he liabte for th� use of such drawings fior any proj�ct other than fhc project described her�in; and fiurther pro�ided, that th� Engine�r shall not be iiabte for ihe cnnsequences of ar�y changes t�at are made to the drawings or char�ges t�at are mad� ir� the implementation of the �rawirtgs without the wri�#en �ppro�al of the Engineer. ���� 9 7) Righf-�� �iiay, �a�s�m�nt and �and A�qu�sifiio� F�meds T�te Engir�eer shall determine tl�e rights-of way, easement needs far th� construction of the project. Engineer sh�all determine ownersitip of sucl� land and furnish the City wifh the necessary right-of-way sketches, prepare n�cessary easement descriptions for acquiring #he righis-of way �ndlor easemerr#s for the constnaction of this project. Sketches anci easement descriptions are to b� presented in form suitable for direc# use by the Departm�nt of Engin�ering in obtsir�ing �ights-of way, easements, permi#s and licensing agreemenf.s. All ma��rials s�all be fumished on #he apprapriate City forms in a minimum af faur (4} copies each. �) �esign Suwey The Engineer s�all provide necessary field survey for Use in the preparatian of Plans a�d SpecificatioRs. The Engineer sh�ll furnish tF�e City ce�ified copies of the field data. 9) U�ility �oar�in��ien The Engineer shall coordinate wiih alf utififies, including utiGties awned by the City, as to any praposed uti�ity liens or ad�us�ment to existing utiiiiy lines withir� the project limits. The in€orm�t�an abta�ned shall be shawn on the canceptual pl�ns. The Engineer shali show an th� preiiminary and final p�ans the location of the proposed �a#iljty lines, exis#ing uti�ity lines, b�sed on the information pro�ided by �h� utility, artd any adjustments a�d/or relocation of the existing lines within the project iimits. The Engineer shall afso evaluate the pf�astng pf the water, wastewa#er, street a�d drainage war�, and shall s�bmit suc� eval�atiort in writing to tt�e City as part of this phase of the project. -2- '10) C�nce�atual Plans The Engir�ser shalf furr�ish iour (4) copies af th� Pha�e 'i concept engineering pkans which inciude layouts, prelirnin�ry right-of-way needs ar�d p�'efiminary estimates of prabable canstr�ction cpsts for the Er�gir�eer's rec.ommended pkan. For all submittals, #�e Engineer shali submit plans and dacuments far streetfstorm drain and water/rrvastewater �acilities. The Engineer shaH receive written approval of the Phase 1 Plans from the City's pro�ecf manag�r before proceeding with Phase 2. �b�,�� 2 11 } �e�igr� �af� The Engine�r shall provide c�esign da#a, reparts, cross-sections, profiles, drair�age calculations, anci prelimirtary estimates af probable consteuetion cost. 12} Preliminary �on�tructi�n Pl�n� �nd 7echnic�l Sp�ci�c�4ians The Engineer st�all submii twer�ty (2t}) copies of Phase 2 preliminary rc�nstruction plans a�d five (5) copies of th� preliminary iechnical specifications for review by t#�e City and for submission to utility companies an� other agencies for the purposes of coorriinating work with existfng and prop�ose�i utilities. The pref�minary canstructian p�ar�s shall indicate locatian of existinglpropnsed irtilities and storm clrain lines. The Engineer shall receive written approval o€ i�e Phase 2�lans from the City's praject manager before proc��ding with P�ase 3. PHA�� 3 '13) �inal Const�vciion �Eans Tf�e Er�g�n��r shalf �ur�ish �ive (�) copies of the final cons#ru�tic�� plars and ;�;nt;act speci�cations for review by the City. 14) ���aiied Cost �s�imafe The Engineer shal� fumish fio�r {4) copies of detailed estimates of probable construetion costs for the author�zed can$truction project, w�ich shal� include summarie� of bid it�ms and quan�ities. 15) �lar�s �nd Speci�icati�n Approval The Engineer sha{I fumish an origina{ cover mylar for the signat�res of authorized City officials. The Contract Dacuments shal! comp[y wiih app�icable lo�l, state and �Federa� laws and vuiih applicable ruies and regutations promulg�ted by local, state an� natior�al boards, bureaus and agencies. The Engineer sha�l receiv� writ�en approval of the Phase 3 plans irom the Gity's project manage� before proceeding with Phase 4. -3- PHAS� 4 16) I�inal Appr�ved Cons�ruc�ion �I�n� The Engineer shall fumish 45 bound copies o# Phase 4 final approv�d construction pfans and contract specificatians. The appro�ed pians and contract sp�Gficattons si�all b� used as authorized by the City for �ase in obtaining bids, awarding contracts, and cflns#ructing the praject. 'i 7} �idding ��si��ance T#�e En�ineer shall issue addenda as appropriate to interpr�t, clarify, ar expar�d the biddiRg documents, atnd assist �he owner in determining the qualifications and acceptabifi#y of prosp�ctive constructors, s�abcontractars, and suppliers. When subs#itu- tion prior to the award af contracts is allowed by the bidding doeumenfs, the Engineer v+►i�l advisg the owner as ta ih� accepfability of altemate materials and e�uipment prapased by the p�ospective canstructors. 18) Recommenda�ion og �wa�d The Engineer shail assist in the tabulation a�d re�iew ofi all �ids received for the consiructian of the pro�ect and shali make a recammendation of award to the Gity. 19) F'rebid Cpnfepence The Engineer shall attend the prebid conference and the bid oper�ing, pr�pare bid tabu�ation shee#s and provide assistance to the owner in eva(uating bids or proposa�s and in assembling and awar�ing contracts for constnaction, �materials, equipment, artd services. �HASE � 20) _ �reconsiruction Conference The Engi�eer shall attend the prect�nstruction conferer�ce. 21) Cons��uc�ion Sc��re� The Engineer shall be available ta the Gity on matters conceming th� layout of the project during its construction and will set con#ro! points in the field to allow Cifiy survey crews to staEce the project. Th�e seiting of line and �rade stakes and rou�e inspection af constructiar� wilf be perFormed by ihe City. 22) Site Visit� The Engineer shall �isit the project sit� at ap�ropriafe intervals as constr�ction proceeds ta observe and report on the progress and the quafity of the executed warK. -4- u 23) �hop �r��wing Re�iew The Engineer shatl review shap and erectia� drawings submitted by the cor�tractar fior compfiance with c�esi�n concepts. Tl�e Engineer sha{I review laboratory, shop, and milt #est reports an materials and equipment. 24) insiructions to Contract�r The Engineer shafl pror►ide necess�ry interpretations and clarifications of contract documents, review c#�ange o�aers and ma�Ce recommendaiions as ta the acceptability of the work, at fhe request of the City. 2�a) �iffe�irtg 5i�e �on�i�iorts "�he Engineer shall prepare sketches rec�u�red to resol�e problems clue to actuaE field conditions encountered. 26) Rec�rci 9ra�ving� The Engine�r shall prepare r�cord drawings from information submi�ted by the contracior_ -5- i� EXHl�1T "�4�1,� SUPF'L�MENT,4I. SCpPE OF S�RVIC�S (SUP�LEMENT iQ ATi�4CHM�NT "�4") P�lA5� 1 d D�SIGN SEftV10ES;INATER ANI�IOR SANITARY SEWER IMPROVEMENTS 7he following is a clarification of the tasks that t�e ENGINEER wilf perform un�ler ATTACHMENT "A". Wori� �nder fihis attachment incfudes engineering services far wafer andlor sanitary sewer improvements for fhe foll�wing: y Wat�r and Sani�ary 5ewer Repfacemeni Caniract 2001 WSilfl-� (Wat�r and Sewer 11�airitenance) Geddes St. from IVlerric[c St. to E�ciridge St.� �.0.�. No., 3383 Hulen Sf. from Camp Bowie �fvd. to Cres�line Rd. D.O.�. No: 3384 If�aods Ave. fram eold Sprir�g Rd. ta Locust 5t. D.O.E. No. 338� 1iVater Praject Rlo. PW53�U6053Q116�00 Sew�r Project No, PSS��a�Q�sa����20 � Street Wafer + Sewer Water Existin� Size � Proposed Length Se4uer Existing Slze Pro�Qsed I Lengfh � Replacement Replacement � ,� Map No. �in.) size {�n.) {ft.)- Map No. (in.) . size (1n-1. (ft.} Gaiides St. � (Memck Si. ta 2430-384 6 8(PVC) 1,88D. ---- ---- ' ---- --_ Eldrii�ae 5t.) . Hufen St. {Camp 243D-388 203�-388 Bowie Blvd, ta 2030-392 1 � T 0�PVC) 1,404 2 fl30-392 6, 8 $ i 766 Crestfine Rd.) Wootls Ave. (Cold 2�4g_40� Springs Rd: to 2 8(PVC) 840 — -- --- -- Locust St.) , � Upon receipt of notice to �roceed, the ENGINEER. wifl perform the folRowing tasics: F'ARi A — PR��ENGIAI��RING 1. -� �nitia! Data Collection a. f're�Design Cdordination Mee��ngs ENGiNEER will aftend and doc�ment meetitigs, as re�uired, to discuss anc� caordinafe various aspec#s of the project anc� ta e�sure that fhe praject stays on scheduie. For purposes of establishi�g a level o� comfort, two (2j meetir�gs ar� G:I,JOB102117Q1contract109_�xhibii A-1.doc 1 EA'� -1 a�ficipated. These include the fo�lowing: On� {1) pre-design kick�off me�ting, (including the CITY's Depar�ment of Engineering and of�er departm�nts that are impacted by the project}. O�e (1} review mee#ing at enrnpletion af the City's review of the c�nceptual engineering pians. b. �ata Coffec#ivn In additian tn data obtainec4 from the City, ENGINEER wfll research and make �fforts to ob#ain pertinent information to aid in caordination af the �roposed improwaments with any piar�ned future improvem�nts that may inffuerice the praject. ENGINEER will alsa identify and se�ek to o�tain data �or exis#ing conditions that may impact #he project including; utilities, City Master pfar�s, property ovvn�rship as available frnm the 7ax Assessor's office. c. CoordFnatior� with O#her Agencies During the concept phase the ENGlNEER shaff coordinate with alf utifiti�s, ir��lu�ing ufilities owned t�y the -Cify, TxDOT and railroads. These snt�'#ies shall aiso�be contacted if applicable, to determine pians for any proposed facilitics � or adj�stmen# t� existi�g facilities within the project lirriits. The i�formation obfained si�all b� shown on the concept plans. The ENGINEER shail si�ow fi�e loca�ion of t[�e, proposer! utifity lines, existi�g utility fines �nd ar�y adjustments �andlar 'relocation of the existing. i�nes within the prajeci limits. ENGINEER shail c�rr�plete all forri'is necessary for Cify to o6fain p�rmif Eeffers from TxDC3T and raifroads and s�bmit such forms to the City. City sF�all be re5ponsible far forwarding fhe forms to the affected agencies for exect�fion. ` Z. �il�onthly Prflgress Report and Neighborhood Newstetter a. The ENGIENER shal! submit a pragress schedule aft�r ihe design contract is fu�ly �xecuied. Th� schedule shall be updafe� anc� submitt�d to the CITY along witf� monthfy progTess report as rec�uired under Attachment B of the contracf. b. ENGIN�ER wiil prepare a c�uarteriy newsletter detailing tf�e status of tf�e project for disfribiation to tF�e affected N�ighborhood Association. TMe newsfetter wilf be reviewed and approv�d by the City prior to distribu�`ion. . G:IJOBIQ29 � i0lconfractla9 Fxhibit A-'f .doc EA1-z PART �� CONSTRUCTION t�LANS AND SP�CCIFICA7'IONS � . Conceptt�al Engineering i. Surveys for D�sign a. ENGIN�ER wi!! pe�form �ield surveys to callect horizflnta! and uertical eievatians and ather information vrrhich wilf be nee�ed for use by the ENGINEER in desigr� and �reparatian of plans for the �rojecf. informatian gathered duririg the survey shall include topographic data, elevatior�s of ali sanitary and adjacer�t starm sewers, rimJinv�rt el��ations, location and buried utilities, structures, and o#her features relevant ta tF�� fnal p�an sheets. For s�wer lines located in alleys or backyards, ENGINEER wi�l obtain the following: � Obiain perrr►ission for surveying thraugh pri�ate property. �ocate � hvrizonta� anc! vertical alignmerat of uti]ity lines. Tie improvemet�ts, trees, fe�ces, walls, efc.; horizontally aiong rear iines in an appraximately 2Q' wfde strip. ln addition, lacate aEl rear F�ovs� corners and building corners in backyarcfs. Profile exis�ing water andlor sewer fi�e cer�terfine. - Gompile bas� plan from field �urvey daia at�1"-�D' scale. Obfain perm�ssi�n for s�rveyir�g throug�- p�ivate pToper[y: Loca�e horizontal and verEical alignmerit of utility lines. The improvements, trees, fences�, walls, efc., i�orizo�falfy along rear lot lines in an r appraximatefy 20' w[de strip. In addition, lacate all rear house cQmers and �uildi�ng corr�ers in backyarcts. Campile base plan from fiefd survey d�ta at �" = 20' horizonta! and 1" = 2' v�rtical scale. When cond�cting desigR sutvey at any iacation on the project, the consultant ar its sub-consultant shall carry readiiy visible information idenfifying ti�e r�ame of fhe company and ff�e company repr�sen#ative. Ali company veFticles shall also be readily icEent�fied. G:1J�8102117plcontract109 Exhibif A-9.doc EA'! -3 b. �ng'rr�eer Witl Pravide The Follaw"rreg Information: All -plans, field r�otes, plats, maps, legal descripiions, ar other speci�ed documents prepared iti conjunction w3th the requesfed services s�all be provided in a digita! foTmat compatible with tF�e electronic da�a coilection and compu�ter aided design at�d drafti�g software.currently in use by tf�e CITY Department of Engineering. All tex� data such as plan and profile, legal descriptions, coordinate files, cuf sheets, etc., shali #ae provided in tF�e American 5tandard Catle far Information Interchange (�4SCI1) farmat, all drawing files sha[f be pro�ida� i�n hlficraSfation (bGN) or Autocad (DWG or DXF) forrimat (currently Release 2flD2), ar as�atherwise approved in writing by tF�e CITY, and al1 data collected a�ci ger�erated during the caurse of the project shall b�come #he property of tfie CITY. The minimum information to be provided in the plans shalf include ffie following: 1. A Projeci Control Sheet; shawin� A�� Control Poir�ts, used or set while gathering data. Ge�nerally on a scale af not less than '! :400: � 2. The following inf�rmafion about e�ci� Control Foir�t; a. Ic�entified (�xisfing Cify Monurrient #8901, PK Nail, 518" iron Ratf) . . b. X, Y and Z Coordinates, in an irlentified coordiriate system, and a re�erred beari�g base. Z coordin�te on City Datum onfy. c. Descripi�ve Locafion (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 SoutF�east corner�of Nor�h Side Drive and NorfF� Main Street). 3. Caard�nates on alI P.C.'s, P.T.'s, P.I.'s, Manhoies, Valves, etc., in the same coordinate system, as fihe Control. 4. No ie5s tl�an �Iwo harizor�fal co�tro! points, per Eine or G:1JOB102117D1contract109 ExhibitA-1,doc EA'! -4 location. 5. Bearir�gs give� on a!! proposed centerlines, or bas�lines. 6. Statiar� ��uations relating uiilities to paving, when apprapriate: iii. Pubfic Notifcafion and PersonnelNehicle Identification Priar to co�ducting design survey, ENGlNEER wil! notify affected � residents af the pro�ect in �nrriting. The noti�ication ietter shal� be ori company letterF�ead and shall incfude the foliawing: projeet riame, limits, �OE project no,, Consultant's praject manager and phone no., scope of survey work and design survey schedu�e. The letier will be reviewed and appr-oved by the City �riaf to distribufion. When conduc�ing site visits to t�e project loca�ifln, the consultant or any of its st�b-consuitants shall carry readily visibl� informafiion identifying the nat7ie of the compar�y and the campany representativs. A(I campany vehicles �hail also be readily identifiable. . . iv. Conc�ptual Engineering Plan Submitta� a. Conceptual plans shall i�e submitted to City 4� days after . Nofice to Proceed Lett�r is issued. b, The ENGINEER shaii perform conc�ptual design af tF�e ��=oposed itnprovemei�fs and �urrtisi� four {�} copies of the concepi engine�ring plans whicF� i�cludes layoufs; prefiminary right-af-way needs and cost estimates for th� ENGfhfEER`s reco�nmended pian. ENGIhJEER sf�all perF�rm remaining feld sunreys required for finai �esign of s�f�cted rout�(s). Ti�e �NGINEER shall also evaluafe th� phasir�g of the water, sanitary sewer, str�et and drainage work, and shafl submit sucf� evaluation it� wrifing to the City as a part af fhe concept phase o� the project. Alf design shall be in conforr�ance witl� Fort Warth Water Departmen# policy ar►d praced�re far processing water anc! sewer design. ENGINEER shall review the Ci�[y's wafer an� sewer master plan and provide a summary of findings pertaining ta the proposed project. G:1JOB10219 701coniracf109 Exhibit A-9.doc EA4 -5 2. Preliminary �ngineering Upon approva! of Part B, Seciion 2, ENGfNE�R w�ff prepare pr�limir�ary carrstruc�ion Plans as faliaws; . a. Overal! water andlor sanitary sewer layout sheefs anc� an averafl easeme�t layout sheet(s). b. Prelimir�ary �roject p{ans and profife sheets which show the failowing: Propased water andlor sanit�ry sewer plan/profile and racommended �ipe size, fire hydrants, water service lines and meter baxes, gate valves, isola#ian valves a�d a�l p�riinent informaiion needsd tcs construct the project. Legal , description (�ot Nos., Block Nos., and Addition Names) along wltF� property owr�ership sf�a!! b� pravided on the �Ian view. c. For sewer fines, pipelines schedule for pair�t repair�s, rehabilitatian and replacemenf ti7vifl be locateci on the base sheets prepared from survey information gathered ur�der ParC B, Secfion 2. Conflicts shail be resolved where -pipeiines are to be rehaF�ilitated on ti�e same fine segment. Base sh�ets shall refer�nce af€ected or adjacent streets. Vllhere open-eut constructio� is anticipated, below ani� above grourid uiilities will be lacated and showr� on th� base . sf�eets. - . d. . Existing u�ilities and ��ility easements will be shown on the pfar� and profrle sheets, ENGINEER wiil cvordina#e witF� ufifity comp�nies and the City of �or� Worth ta determine if . any future improvemenfs are planr�ec� that may impact tt�e project. . e. Tfie �N�INEER shall make provisions for reconnecting aEl water andlor wastewater service li�es whic� cor�nect directly to any main being replaced, includir�g rep�acemenf of existing service Iines vvithin City right-af-way or utilify easement. When the existing. alignment af a water and sanitary sew�r main or Iateral is charrged, pravisions will be made in the fi�al plans �nd/or specifications I�y the G:1J0610211701cantr.act�Q9 Exhfbit A-1.dac , �t�im 0 ENGfNEER to relocate all service lines which are connected to the exis#ing main and connect said service lines� to fhe reiocated main. f. The �NGINEER wi�l prepare standard and special detail shee�s for water line instalfafion and sewer rehabilitatian or replacement that are not aE�eady includ�d in fhe D-Section of the City's specifiication�. T�ese may�include cannection details between �arious �arts of the praject, tunneling � details, boring and jacking detaiis, waterline reloeaiions, details �r�ique to the cor�str�ction of the pro�ect, trenchless details, and special service �ateral reconnections. g. � RightpafnWay Research The ENGINEER will conduct preliminary research fo�- . avaiEability af existing easements where apen-cut canstruction a�- r-elocation of existing alignments is p�'obable. T�rriparary and permanent easements will be apprapriatec! based on av�i�abl'e informafion and recamm�ndations will be made for approv�i by the City. � . h. Right-of waylE�sement Preparatian and Submiftal Preparation and submittal of right-af-way, easements and rights-of-entry wili be in confiormanc� with "5ubmittal of Informatio� to Real Proparty far Acquisition ofi Proper�y". i. Ufility Glearance Phase ihe �NGINEER will cons�it with th� City's Waier Department, Deparf�nenf af Engineering, and o�her CETY departrrients, public utifi#ies, privat� utiiities,_private utiEities and go�ernmeni agencies to determine the ap�raximate location af above at�d underground utilities, and other faciiiiies that have an impac# or influence on the projEct. ENGINE�R will desigr� City faciiities to a�oid or minirnize conflicts witn existing utilities. • The ENGfNEER shall deli�er a minimum of � 3 sefs of G:IJOB1a�117QIconf�act109 Exhibit A-1.doc EA1-7 0 approved prelirr�inary eanstruction plans to the City's U#ility Coordir�ator fior forwarding to all utility campanies, which have faciiities within fhe Eitnits of ihe prajec#. j. �Preliminary consiructian plan submittal i. ' Preliminary plans and specifications shall be s�bmitted ta City 30 _�ays after approvai of Part B, Secfion 2. ii. The ENGINEER shafl � deliver two (2) sets of preliminary cans�r-ucfion plans and fwo �2) sets of specifications and contract docurn�nts to CITY for review. Generally, plan sheet� shall be arganized as follows; � Cover SF�e�t Easement layriut (if appficable) Pfar� & PrafiEe Sheets , - Standard Construction Details Special �e#ails {If applicable} • iii, _ The ENGWEER shall.submit a prefirr�inary estimate of prabai�le construction cos� with the prefiminary �lans submittal. ENG WEER_ sha1E assist Cify in selecti�g the feasible ancElo� economical salutior�s �o be pursued. k. Review Meetings wit� Gity The ENGINEER shafl meet with CITY to discuss review cammen#s far prelir�inary submittal. The CITY shal[ direct the ENGINEER in wrifing to proceed wi#h Final pesign for Firtal Review. . ' ' � , . l. Pub[ic Meeting A�ter the preliminary plarrs. have been reviewed and approved by fihe Cify, ENGINEER shall prepare exhibits alang with an invita#�on lett�r and atterid publie meeting to help �xplain the proposed projecf to residents. The C1TY shall rriail the invitatfon G:WQBID21 'f 701contractla9 Exi�ibit A-1 _doc EA'E �8 let�ers. 3. Final Engineering PEan Submiffal a. Final Constructior� Dac€�ments shail be s�bmif�ed to CITY 15 days after appravaf of Par� B, Section 4. �ollowing ClTY appro�al of the recammended improvements, fhe ENGINEER shall prepare final plans and specifications. and contract , documents to CfTY (eacF� sheet shall be stamped, dated, and signed by the ENGINEER) and suhmit two (2) se�s of plans and construction contract dacuments within 15 �ays of CITY's f�na! approval. Plan sets shaff be used for ParE C activities. b. �NGINEER`s Estirnate of Probable Construction Cast The EN�GINEER shai! submit a final estimate of prvbable canstruefion cost with ihe finaf plans submitt�t�. PART C n PRE�CONS7RUCTION ASSfSiAiJCE Adrninistratian ` a. Deliver �id Docur�nts The ENGINEER wiii make a�ailable for bidding, upon requ�st by fhe �1TY, up to forty �4Q) �ets of the fir�al approved and dated pians and speci�icatinns and contract documer�#s for the projects to the CITY for �istribution to potential bidders. Proposal will be defivered in �lecfronic forma#. b. Biriding Assis�Eance Th� ENGINEER shal! assist t(�e ClTY during bidding phase inclucEing preparatiort and deGvery of a�der��da to plan holders and responses to questions submitted to iF�e DO� by p�ospective bidders. �ngineer shal! attend the schedufed pre-bicf conference. - The �NGiNEER shall assist in reviewing fhe bids for compfeteness and accuracy. The ENGINEER shafl at#end the project bid opening and d�velop bid tabulation� in � hard capy and �lectronic format and submit four (4) copies o� the bicE tabulation. ' G:IJOB10211701contract109 Exhibit A-1.doc � EA'! -9 I c. Assistance During Cortstruction The ENGiNEER shafl attend the pre-constrUction conferer�ce #or the project. The ENGI�IEER sF�all also cansult with and advise the CITY on design andi�r cons#ruction changes, if necessary. G:1JOB102i �7Qlcantrac#109_Exhibit A-9.doc L�A'I -'! 0 �►7`�ACHMENi '�8�� COM�ENSAYION AN� SCHEDULE Wa#er and Sanifary Sewer Re�lacement Con�ract 20U1, WSM-E (Water and Sewer Main#enance) Geddes S4. fram lU�erric� St. ta �idridge St. D.O.�. No. 3383 H�len St. fram Camp Bowie. Blvd. ta Crestline Rd. ❑.0.�. No. 3384 Woods p►ve. from Cold Spr�ngs Rcl. fo l.acust St. DA.�. No. 33�5 Water Project Wo. PW53�Q6Q�3U1�62Q0 � Sewer Project No. �SS8�0�0�80175�2U Campensafian � A. The Engineer shal� be compensafed a total fump sum fee af $73.811.00 as surnmarized in Exhibit "B-3A". Payrnent of the fota) sump sum fee shall be considered fuff compensation for the servicas descri�ed in Aitachment "A"� �nd Exhibi� "A-'!" for all labor maferials, sup�lies and eq�ipmenf necessary to complete the project. �. The Engineer s�all be paid irt four �4) partiai payments as described in Exhibit "B-1" upon receipt af four individual invoices from fh� Engina�r. tn this regard, the Eriginaer shafl subrriit invoices for faur partiaE paym�nts as described in Ex�ibit "B-1 ", Section 1- Method of Payment. � Schedule A. Final Pl�ase,l Plans shall be submi#ted withirt •90 cai�ndar days aft�r �he "Notice to Proceed" lettsr is issued ' ' G:IJC3B1D2��701contractlAitaeh B & Exhibits IVew.doc � B-1 �XHI�IY B-'I (SUPPLEIV�FNi i0 ATTACF�MENi B) M�THO� O� PAYMENT lNater and Sanitary Sewer Repfacement Contract 2OD1, WSM-E � (Water an� Sewer Mainienance} ' Geddes S�i. frotn Merrick S�. f� �Idridge Sf. �.O.E. No, 3383 HuEen 5f. from Carnp �owie �E�d. #o Crestline Rd. D.O.E. Na. 3384 Woods Ave. from Cold 5prings Rd. ta Locust St. D.O.E. Nn. 3385 � Wafer Project ido. PW�3o060�301Y6�D0 Sewer �roject Na. PS58n07058a'[7�524 L Method af Payment The E�1GlNEER shall be paid i� four �4} partial payments as outfir�ed below: Partial Paymen# Number �, which shall be �quivaient to 40% of the total I�mp sum fee, 5ha1� b� payable after Ci�y appro�al of Exhfbit "A-� ", Part A Section 2, Canceptuai Design Summary Report. � Pariial Payment Number2, which shall be equivaler�t to 75% of �the total It�mp sum fee, less previous payments, shall be payable after City approval �f Ex�ibit "A-1 ", Part B, S�ction 1 i, Preliminary Submit�al ta Ci#y. Partial Paymer�t Number 3, which shall b� equi�alent to 9D% of the total lump.sum fee, iess previous paymenfs, shall be payable af�er City apprava! af Ex�i�if "A-9 ", Part B, Section 2a, Final Construction Documet�ts. Partia! Paymenf Number4, which sf�al� re�rese�tfhe baf�nce affhe earnings; less previous payments, shall t�e payable af�erall �he pre-canstruction meetings �or fhe Project have been canducted. Nafe: If the �ENGINEER determines in the caursa of makirig desigri drawings ar�d specificatians that t�re cor�struction cost estimate of $ 642,662.Q0. �as es'�imated in Exhibit "B-4") will be exceed�d, whether by change in �he scope of the proj�ct, increased costs a�' ather co�ditions, the ENGINEER shall imme�iately repor� such fact to the CITY's Direc#ar of the Depar#ment of Engi�eering ar�d, if so instructed by the Director of th� Erigineering Depa�tmer�t shall susperid all work heTeunder. , G:IJp�10211701contractlAttach B & E�chibits N.ew.doc EB 1 - � � 0 GA�'��� ��� (SlJP�'LEM�NT TO AiTACHMENT B) h1�lJRLY RAY� SCFiEDUL� Water and Sanitary Sewer Replacement Contract �00'I, W5M-E (Water artd Sewer Maintenance} , Geddes St. from Merric�C St, tn �ldridge 5t. D.O.E. Na 3383 Hufen Si, from Camp �owie Blvd. fo Cres�line Rd. �.O.E. No. 33�4 Wootls A�e, fram Cold Springs Rd. to Lacust St, D.O.�. No. 338� , Empfoyee Classificatinn Principal Projec# Manager 1 Piar�ner RPLS Design Engi�eer Designer ! CAD Operator Survey Technician Draftsman �f erical Survey Crew � R�imbursa�le Mifea�e RatelHour (Ranqe) $170 $ 8D - 135 $ 95 $ 70 - 105 $ 50 - 90 $ 50 - 6fl $ 40 - 50 $ 35-46 $ 7Q -100 Cos� -� 1 D% $ Q.32 PeT Mile 0 Reproducfron work.will be at currenf cammercial rates. Subconfracfars will be paid for at ac�ual invoice cost plus fen p�rcent (10%). , G:IJOB1�2117�IcontractlAttach 8 & F�chibits New.doc E62 - � �XFiI�IT �-3 �SUPPL�MEN� i'O ATTA�HM�NT B) � D�51GN FEE COSi SUMMARY � Wafier and Sanitar� 5ewer Re�lacemen# Confract 2DQ9, WSM�E (1lVater and Sewer Maintenar�cej Geddes S#. from Merrick St. to Eldridge 5f. D.O.E, No. 3383 Hulen St. from Carr�p �owie Bl�d. to Crestfirte Rd. D.O.E. No. 3384 W�oods Ave, from Cold Springs Rd, to Lacusi 5t. D.O.E. No. 3385 Phase Scope of Services t- �esign Services Pipe Repiacement ��e $73,811.DQ 0 T n Propased II�IWBE Subconsultanis Multatech Engineering, Ir��. Trevino and Assoeiates, [r�c. � �izz�2oaz 0 Ser►rices Design Reprodi�ction f otal MNUB� $14,T62.00 Fees $11, 762.00 $3,Q00.00 $14,76�.OD % 20% % af Contract 79.68 % � 20.32 °Io '� [i() % G:lJOB10211701contracflAttach B & Exhibits New.doc Ex�iB�-r Ba3a (�UPPL�M�RIT TO A�TTACHMENT B} SUMMAoRY OF D�SIGN r��� Wa#er and Sanitary Sewer Re�lacement Goniract 2UU�1, W�M-E (Wa#er and Sewer Maintettartce} Geddes St, fram Merrick St. to �Idridge S#. D.O.�, Mo. 3383 - I�ui�n St. from Camp �awie Bl�d. fa Crestline Rd. D,4.E, �o. 3384 Woods Ave. from Gald Spr�ngs Rd. to i.acust St. DA.E. Na. 3385 I�ovember 25, 20D2 Ms. Dena ,1,ohr�son, P.E. Consultant 5ervices Di�ision Department of �ngineering City of Fort WorEF� . 10Q0 Thrac�Cm�r�an St. Fort 1lVorth, TX 76102-�391 Refierence: Wate� and Sanitary Sewer Rep�acemen# Con�ract.20D9, WSMeE (Water and Sewer Mair�tenance} Gedcles St. from Merrjcfc 5f., fo L�Iclricfge Sfi.,D.O.E. No.�3383 Hulen St. #rom Camp Bowie Blvd. to Crest{ine Rd.-D.O.E1 No. 3384 W�ods Ave. frar� Cald 5prings Rd, fo l.acusf Sf: D.O.�. No. 338� Waier Praject Na. PW�3�Ufi0�30176�OD Sewer Projeci IVo. PS5$oQ70a�0175520 Dear Ms. Johnsor�: We appreciate the opporfunity to present this praposai and f�e schedule far yaur�consideration. Attac�ed p�ease find coristructi�n cost estirnates, scheclufe, and e;.hibits depicti�g the scope af �nrark: � We propose to compiete.the proAased work in accardarice v+rith.the foflc�wing fee schedule. Estima�ed Construction Casts for AN �irres �$ 64�2,6��.00 Basic Engfneering �ee based on °!o of construction (T.S.P.E. Curve °10} �TSPE Curve $.3% x 0.85 � 7.1 %} $ /�5,�29.00 G:1JOB10291701contrac�l/attach B & Exhibifs New.doc 91I221�UO2 �xhibit B`3A Ms. Aena Johnsan, P.E. Idovember 2�, 2�02 Page � BasiC Services ' Basic Design Fee (5886 I# Wafer & Sewer) Special5ervicas Basic Design Surveys (6,ODalf} Public Meeting {1) �p% for 5ub-consultar�t Canstruction 5ervices Pre-Construction Public M�efing {2) Repracluctions�` Miscelfan�ous Ptinting (fi sets and misc.) Plats ancf Deeds �3 Sets Qf Preliminary Plans (utilify cfearance) 40 Sets of CoRstruction Plans 40 Sets a�F S�ecificafions 1 Sef ot Mylars . '" Estimated total of � 5 sheets. TOfAL LUMP SUNf T�#al $ 45,629.00 $ 45,629.00 Tota[ $ 21,232.00 $ 18,785.00 $ 1,00�.00 $ 1,�4i.0� Total $ 1,500.00 $ 50(1.00 � �,000.00 $ $ $ $ $ $ Total $ 5,450.Ofl 60Q.D0 500AQ �oa:o� 9 ,600.00 1,8D0.00 450.00 $ 73,81'f Ail Water Design Fee $ 51,665.00•(70.0°to) Sewer Design Fee $ 22,148.00�(30.0%) W� wif! be �sing Multatecfi Enc�ineerinq, rnc. for engineering design, and Trevino & Associates, Ihc. �or prir�tirig construction plans ancE s�ecificatians. TF�is will result �n a 20 °Ia (�14�,iB2.OQ) porfian of the contract that will be performed 6y approved 1�7WBE firms. . !f you have ar�y questio�s or require aclditi.onal infflrmation, please give me a call. Sincerely, A.N.A. Consuitants, L.L�.C. � ,�� � � : �� ark N. Assaad, P.E. Director of Municipal De�eiopment G:WO�iQ21 �701contractL4ttach B & Exhi6its New.doc 17 �2212D02 A.N.A. CONSU�TAN75, L.L.C. � 1707 RfVER RUN, 5U1TE 64C7 FQR7 WORTH, Tx 7&107 . l817)335-3990 orFAX (8 7�33�9955 . _— ��.-- �-- — - - , �c►�rsir s-a SUMIIAARY OF OP]i�ION OF PROBABLE CONSSRUCi'101� COST Water and Sanitary Sewer Repfacement Cantract 2001 WSM-E Water Prpject No. PW53-06U530T7620Q 5ewer Project No. PS58-�7Q580175520 Geddes 5t.{Merrick St. to Eldridge St,} O,O.E, No. 3363 Hulen SL {Camp Howie 81vd. to CrestJine Rd.j D.O,�. No, 338d Waods Ave. (Cold Springs Rd. ta Locust St.j n.O.E. No. 3386 Plavemtier 6 2402 A. Geddes Streei (Cauneil tiistri�t 7) 1 Water - 2 Sewer - B. Hulen Street {Council disirict 7} 9 Water - 2 Sewer - C. Wootls Avenue (Council District 9) 1 Water' - 2 SeWaf - Sub-Tntal WaEer Sa�-Total 5ewer SUBTOTAL ' s 70°(a CQMi1kGEE+lCIES TOTAL ESiIMATFD CONSTRUCTION CQST TOFAL WATEii fi7.8% TOTAL SEWER 32.1°le : GRAND TDTAL Page 1 .� � $ i B0,760.OD $O.OD $154,98'I.00 $187,332.Ofl $63,165.00 $OAQ . $396,906.OD $9 67,332.00 $584,238.DU �58,��4 $6d2,662 543$,59i $24G,065 $6A2,S62 G:1J 0�102'I 1701contractlCdST-W-�S.xis A.I+I.A. CQN5UL7"ANTS, L.LC. 1701 RIVER RUN, SUITE 61D FORT WORTH,1'7C 76107 f8171335-99�0 arFAX {g�7�335-9955 EXHIBiT'"B-4" (Supplennentaf to Atiacf�ment B) OPINiON OF WATER AND 5EW�R AROBABLE CdNSiRUC7'ION CbST Water and Sanitary Sewer Replacement Contract 2Uo1, WSM-E water Prnjeof No, PW53=p6D530476200 Sewer F'roject No. P556-070584975520 Geddes Street (from Merrick Street Eo E{dridge Street) n.n.�. No. sasa � November B, 2062 ' fTFNf NO. � � DESCRIP7lbN �� qUANTITY I UNI7IUNIYC057 �SUS•TOTAL TOTAL � A . Geddes 5#reet - - 1 Water I�y�ov��nents ' " _ ' . �- � 1'lU" WAi"� L f�E WCL. REM. EXI57. � ��F 2'8" WATEFZ LfNE IAlCL. REM. EXlST. � 9�.844 LF 3 6" WATER tW� INCL. REM. EXIST. � 20 LF 4 1�" f UCTIl.E 1RON PI?E INCL. RENl, EXI5T. LF 5 8" DUCFlL� IRON !'1PE iNCL. REM. EXIST. • 36 LF 6 6" DUCTILE IRON PIP� lNCL. REM. EXlST. �� 7 I4" �UCTILE IRON PiP�.INCL. REM. EXIST. ' LF 8 iU" GATE VALVE & BOX � Ep 9 B" GATE UALVE & BOX 1[l 6'; GATE'VALVE & BOX 71 STD. F]RE HYDRAN� i2 FIRE NYnFL4HT BARRELL �XTENSION 13 IGAST lRON FCCTINGS - � _ ' 1+i 1" $ERVICE TAP TO MAIN . - 13 1 112" SERVICE TAP TD MAIN � _ -- 76 2" SERVICE TAP T-O MAIM 'i7 1" VIC�EGR�l1+EM iVl� TE�R TO MAIN - 18 1 2y�+ 18 2�� S�Fj�E F NJ - " 20 CL. A �1� )t ' . 21 CL B i4�ETER BOX -- ,. 22 CL. C MET�R 60�C --- 23 FURNISH AND LAY2" tEMP. WATER S�RVICE LINE 25 �NfO E& R��LACE EXfST. CbNC. WALK 2fi REMDVE & REPLACE E}CIST. CONC. �i2iVE 27 Fi�MOVE 8� REPLACE EXIST. CdNC, CE1RB . . �8 PERM. ASPH. PAVE T RE{' I 29' PERM.- Qf�C. P,4 �� RE�j �R --- . 30 TEMP. �SRH. PAVE E� PAIR � 3i EXP�ORfTQRY EXC�VA I�� DEHOLE} 32 REMQVE EXIST. G.V. `i6" &�RGERj 33 GiiAVEL ROAD f�EPAIR . 34 CONC.ENCASEMENT ' 35 E�(T� b��P7H FQR WATEfi hAAlN 36 TR�NCH SAF�T1' - 37 BR1CK PAV ME�(, REPAIR. 38 8" X 40" TAP�iNG 7EE -39 8"-z e" TARPING.TEE - . 40 6" x 9" TAPPlNG TEE . 41 .TYPE "8" 250fl# si COiJC. 42 TYPE "E' 1500� sl CONC. 43 CRUSHED I,IME5T NE . 44 BALLAST. STO�lE ' 45 t" AIR RELEASE VA -LVE 8 VAUL'i . ' 46 1" 5ERVICE TRP TO MAIN 2-3l4" BULLHEAD CdPPER SER. I . I I - -� -�- � 6� - -- 2 EA 2 FA 5 �F �.s TN 92 EA � 1 EA 800 LF L� 3D LF 42FJa- Ef1 . �� 7 LS z 1Ea; 25 SF 25 SF ��DO LF 2600 LF LF . LF EA - F..�1 _. - �.F � cY 50 LF 27�0 LF LF Ea -- � - - -- -- 1 EA . i CY 1 C�' 9 CY 1 CY EA EA $32.Q0 $25.04 $23.➢d $45,0R $35.00 $30.00 _ $25.Q0 $7,100.00 $625.0� 5460.00 Si \500.00 $1�d.OQ _ �2l �ao.o-a _ $30D.00 $5U0.00 $940,00 $'f 6.00 $20:00 $23.0� �5-�d � $ 5D,UD � $ioo.on.. _ �2 50�.00 �300.Q0 $4.�0 $6.00 $20.00 $30:00 $45.00 $10.00 $1,206.�0 $2oo.oa -. $sa.oa S1 f�QAO $S.GO $1.00 $250.00 $�,�oo.no $1,?00:00 $7,OQO.QO • 526.�D $20:00 $2o,fl0 �zo.va $3,060,00 $20Q.Op $O.UO $46,1 QO.OD �46tl.�0 50.U0 $1,260.00 I SO,�R $O.OD $0.00 $3 75D.Q0 . �920.00 $3,O�O.DOI $75a.00' - $a,75a.ao -$12,600.OU . - �o_oo _ �son.no $92.80fl.OD � $O.OD � - - $690.00 $3, a 50. DU SQ.DO - szoo.00 $2,SDfl.UDI �sao.ao $90D.00 $7 5Q.00 $2,DOQ.�Q $78,D40.06i -$i3,00 f - ---$Q.vO $D.00 ----- �p.ao �o.00'� . $100.OU1 $60,00 $2,700A0 $0.60 �n.-oo - - - �0.00'- -- $1 000.00 ' �2u.aa $20.60 $20:�0 �2o.oa $0.06 $D.00 47 WSTAI.L WATER METERS ALL SIZES � 42 EA �75.0� $3 i50 DO Tatal Section Total Sectian I 1 WATEF2IMPROVE� i+ITS $18o,760A0 _ � � A FGeddes Street _ $18�,760.00 � Page 2 of 5 - a..�].A. cor�su��aNrs,i.�.c. - 1701 RIVER RUN, SUCFE 690 FORT VUQRTH, 7X 761D7 (6171335-9904 of FAX f8'#71335-8355 ExHi��T ��s-a-�� (Supplemen#al to Attachment B} O?INION bF NtAi'ER A�lD SEWER Pft06A6�E CONSTRltC710N CO5T 114tater and SaNtary Sewer Replacement Contract 2Dp1, WSM-E Water Project No. PUV53-O6U530176206 5ewer Pr�JectNo. P556-D7058U1i5524 Hulen Sireet {Carnp 8owie Blvd. to Crestfine Road). D.d.E. Mo. 3384 Novemher 6, 2tio2 ITEM NO. � �ESCRi?TION _ { QUANTITY I UNIT YUNIT COST ISUB-TDTAL I TOTA�' B uEen Street I_ _ , � 1 Water Im ro�eme�J is � �� �1 1Q" WAT�� LINE !AlCL. FtEM. EXIST_ . 1364�LF 216" WATER LINE �NCl.. REM. EXIST, 80ILF 3JB" WATER LINE INCL. RENI. EXIST, � 316 LF 4110" OUC7ILE IReN PlPE INC�. REM. EXIST. ` 36�LF 5I8" �UCTILE lRON PIPE INCL. R�M. EXIST. I 54�LF S`8" aUCTILE fR4N �PIPE lNCL. REIJI. EXIST. �l.F 7J4" �UCTI�E IRON ��PE INCL. REM. EXIST. LF 8�10" GATE VAL1l� & BOX I 31gµ $ 9I6" CATE�VALV� �. BOX - � - - '� � . 1016" GA-fE VALVE & BOX + 5 ER 11 STD. FIRE kYDRANT i 5i� $ 'i2 FlRE NYpRANT BARR�LL EXTEIVSIQN 13 CAS7IRCJN FfTTINGS . I 3 TN S � 14J4" &FRVICE TAP �O MAtN � 6 EA �5l1 1f2" SF,.fiUl�`E TAP TO NiAiN SIEA igl2° S�i2V(CE ti'AP- TO MAIN � . fEA l. 17 1" SERVICE FROM IvI�TER TO M�4MJ � 60 �F 18 7'E!2" SERVICE FftOM NEETEi2 Tp MAIN � 65 LF � ' ,'19 2"SERVICE FFiQ1tiA METER FO MAIN r I�F 2Q GL. A"bAE7 F�Ox � 6� 21ICL. B MET��OX . I 5 EA 22�CL. C t�11ETFR BOX � lEA 23 FURNISH ANp lAY 2" TEMP. WA'f�R SERVICE LINE I 11LS $ 241REMOVE EXIST; FFf � 2 FA 25 REMOVE 8 iiEPLACE EXIST. CONC. WALK I 60I F 26 RENiOVE & REPLACE EXiST. CONC. dRIVE � +SF 2� REMOVE �& R�PiACE EXIST. CdNC. CURB 3QILF 28 PERA�f. ASPH. PAVEM T REPAIR ' � 2000[LF 29 PERM. CdNC. PAVE ��T REPAIR ' � ILF � 30 TEMP. ASPH. PAVE ENT REPAIR • , +LF 31 �XPLQRITORY FJCC VATION�DEHOLE� , I F�4 $ � 32 Ft�EMDVE_�XIST: G.V. �16" & RGER) � IEA 33 GRAVE! ROAD REPA R. + �LF 34 CONC. ENCASEMENT. I SIGY . 35 EXTRA, pEPTH FOR WATER MAIN _ � 5fT�1.F 36 TRENCM SA�ETY � 1950 LF 37 BR�CK PAVEI�+1��T REPAIFt � 2a LF . 38 8" x 1 p" TAPP� 'iEE EA $ --- 39 8" x 8' T`APPIfVG TEE - � - EA $ .. 40 8" x 6" 7APPING TEE I EA $ � 4i TYf'E "E" 250D#ps�) CflNC. � iiCY I 42 TYPE "E" 1500#psl CQNC. I 1ICY � 43 CRl1SHE� LIM�ST�NE , I 9 �CY I 4A BALLA&T STptJE F '� �Y . 45 'i" AIft RELEAS� VAWE & VAi1LT I ' �EA � � 46 1" SE[2VICE TAP TO MAIM 2-3/4'" B�ILLHEAD COPPER SER. � ' � 47 INSTALL WAT�R METERS ALL SEZES � � 1 I EA - I � _ J7otal Sectian_ � . 'f WATER Ii1+IPROVEMENTS $32.0� $43,648.QQ $25A� $2,DOp,DD _ $23.�U $7,268.Q0 $45.UQ $i,620.Q0 $35.0� $1,890.0� $30,d0 $fl.DQ i, $25,00 $0.00 1,100.D0 $3,300.ff� $s2s,on �2,soo.ao _ $460.Op $2,300.�0 � 1,50b;pQ $3p �00.40 $iS4.�tl 3760.Od . 2,500.0� $7,50D.00 $3fl0.Od ' $1,S�U.00 $5�0.00 I $2,SOO.pol. $90a.00 � $O.d01 $16.DU $96Q,D4 . $20.00 $1,3�O:DD. ' $23.00 $0.00 $75.dE1 $450.00 $150.OU $750.D0 _ 2�OO.UO $O.OD 40_00 � -- $2,QOO.OQ.I $3a0.D0 $600.OUI $4_D6+ $24D.00 $8.U0 { $0.00 $20.00I _ S6�O.U01 . $80_QO_ _ _ $60,000.00. - $A5.00 $Q.�O _ $10.00 � $�.�OI _ �,zoo.ao I �o.nul -_ $200.D0 � $D.4� �30.OD � _ $U.00J . $1U0_OO I $100,001 $t.afl I $50:Op1 y1.00 $i,$50.00 $250.n0 $5,bfl0:00 : 1,500A0 $0:001 1,20QAp s0A0� 1,UDp.D� $0.001 �za.00 �zo.ao 520.40 5�0.00 $20,00 �20.00 $20.00 �2D.DDI 3,000.00 $0.�.0� �ZOQ.OD $0.001 $7�.00 � $8Z5.Q0� I --- $154,981.00 � Page 3 of 5 ATf.A. �`DNSU�TANTS, L.LC. 9701 RiVER RUN, SUfT� 810 FORT WORT}i, TX 76107 (BT 335-9300 orF (617]335-9955 _ �.. ..�-- EXHIBIT "B-�4" (5up�Iemental to Atta�hment B) � ITEM t�i �_ OPINION OF WATER ANO S�WER PROBABLE CO[�STRUCiION CQST Water and 5anitary 5ewer Replacement Contract 2401, WSM-E 1Nater praject Na. pW53-OBOS30976200 Sewet �raject No. P588-�7�580175520 Ftulen Street (Camp Bowie Bl�d. to Crestline Raadj � D.O.�, No. 3384 November 6, 2002 Q. ( � DE5CRIPTION B �-lulen Street - 2 Sewe� Imp{ovemen 7 S" SS INCLI]DES R��OVAL OF �X{STING _ 2&'.' S5 BY OTFiER THAN OPEiJ C i 3 IS" SS INGLiJDES REMOVAL pF EXISTWG 4 10" p!P Ih1GLUQES REMQVA� OF EXISTIiVG 5 6" a1P $S INCLUpE REiVI�DVAL OF EX�STING 6 IS" DIP SS INCLUpE REMOVA� OF EXI5TING 7 4" PVC TAP • 8�4" BIPTAP 8 6" SEWER SERVICE TAP 1014" SE4�lEg �Ei2VICE 1 � 4" DIP SEWEi2 S��VIC� 4�T G" SEV�j��2 SERVICE _ 13 4' �lA. �U(�i 14. 9' DIA. DROP MH 45 SNAf�LOWCONEMH - 1S EXTRA DEPTH FOR MF! 98��ONG�OLLARMANHDLEINSER7 _ 19 MANHOLE IN7ERIDR P DTECTIUE COATIHG 2� VAGU UM TEST AhANHfl�E 21 DEH�C7LE EXCAVATION TO VEFiIFi' EXISTIN� LEiILITt' 23 REMOI/E EXISTING MiANHOLE 23 ABANDON EXIST, MM 24 12�NEOVE F�CIST. CONC.. CURB . 25JREMQVE & REPLACE EXIST. CbNC. WALK _ 28IREMaVE & REPLACE EXIST. CONC. �RIV� �7�CaNST. STD.- CONC. CL1RB & GUTTER 26CONC.ENCAS�M�NT . 29 P�RN�ANENT ASPN. PAVEMENT REPAIR 3U T�MP. ASPH. PfiVEMENT REPAlR 31 Et�CH SAFETY SYSTEM _ _ 32 Pi2E N INSAECTI � 33 P()STN INSPECT�DN 34 dOl1BLE CLEANl7iJT 35 P�RMANE�JT 6RICK PAVENIENT R�PAfR � . .ISubtotal Seclion �_. Total Seciion _ — � � _+ QUAlVTITI' I L1NIT UNI"f C057 ISUB-TOTAL I TOTAE � LF I $3�.0� $fl.00 12Q LF � $260.Ofl , . $31,20D.Q0 153�'LF + $30,bp I $45,9DO.DQ �F I �as.00 So.oQ 36 LF. I $4fl.00 �1,h40,00 - 9a LF � $5�.Q0 � $4�50a.001 �A �3p0A0 �O.QO� 5 EA I $350.OU $1,7�U.001 � , $�a�.4o� $o.00 � _ ILF $21.00 $Q_60� ibUILF I . $30.00.� $4,5�0:00 � ILF I $5D.6� $D.001 I 6 EA � $2,OU0.00 $32,OOQ.00� � 4 EA_ � $2 `54U.D0 $10,O9U.00I I EA �'i 500.00 I �U.UQI I 1A VF � �125.tl0 � $7,750.00i I 7 EA $6Q.D0 $420.Oa � 7 EA + $275.�� $t,925.f1Q I - . VF I �2QO,otl $O.aO I 7�E11 $150.0� $1,�5Q,00I � 9JEA $1.200.p6 $�,2UO.DOI f 7+EA � $350,op � $2,A5U.ODf ' I IEA - .I $d00.a0 $D.00I � 251LF ! . $i.Otl , $25.D01 f +SF I �a.00 I �a.4nl ISF �s.aa �n.�ol � 25�LF $20,Op _ $5Qq.00� I 1J�Y $90D,p� $100.00+ I 18501iF $3D,�p �55,500,Oa1 I �[.� I $10.00.� $O.C)01 � 1840 �F. � $1.�0 $`I,8A[1.D0 I l.F � �4.00 I �fl.()p . � 1786 !.F . J $2.40l $3.532.00 � 5 �A, ! $1�.�0 j $750.OG1 1 20iLF � $250.00 � $5,ODtl,DO � - I f I i 1 —I 2 3�WER iMPR�VEM�NtS ' t ��B jiiulen_Street �— $987,332��0 � �3a2,313.oa Page 4 of 5 A.R.A, CdNSULTANTS, L,L.0 i704 RIVER 14L1N, SUl7E 810 FOF�T WORTH, TX 781 D7 �8i7S335-99p0 af FA}C (8171335_9955 _ EXH[B[T "B-4" (Supplemental to Atiachment B) OP�NI01� OF WA7ER AND SEWER PROBA�L� CONSTi�iJCT10N CpST Water and Senitary Sewer Replacement Contract 2DU7, WSM-E Water ProJect No. PW53-06D530i7&200 Sewer ProJect Nn. P556-tl70560175520 Woo�#s Avenue �Gold 5prings Road to Locust Streetj O.b.E. No. �385 November 6, 2fl02 [TEM t�0. � ��E3Ci�IPTfRN � QUANTI�UNiTIUNfi' OOST SUg-TOTAl. I TOTAL C �ppds Avenue � !._-, 1 j O�tWA7�R LIN�IiJCL. R£M. EXIST. -_ '. i- 834ILF � �25_00 r �2U,85Q.OD, 2�8" WRTER L1�fE INCL. KEM. EXIST. 3�6" WATER LINE iNCL. REM. E%IST. I 1D LF S23.D0 $23D.00 4J10" DUCTILE 1RON PlPE INCL, REM. EXIST. - � _ ILF $45.OD I $O.OD � � 8" pUC71LE fRQN PIPE INC�. REM. EXlST, 86 LF $35.00 $1,26�,00" fi�6" pUCT11E IRON PIPE INCL. REM. EXfSi', LF $SO.o� I $O.DO 7 4" pUCT!_LE lRON PlPE INCL. REPA, E7CIST. I E;A $25.D0 $O.OD 8 10" GATE VRLVE & BOX ' 'EA � $1 i00.OD $O.UD . � 10 6" GATE VRLVE & BOX ' � 4 EA - � $4Bd.D0 $ $480.601 .- 'li STU.FIREHYbRANT � 1 EA � $1,fi0a.00 $1,S�O.OQI _ '12 FiRE HYDRRNT BAi2RELL E7CtEN&ION 3 i.F � S15fl,00 $4b0.pD _ i3ICAST IRON F[TfING5 I 1 TN $2.5DO.Ofl $2,5UO,Rfl '1411" S�RVICE TAP TQ MAIN I 5 EA $300.U4 � $1,5f10.00 I 'l5�9 i!2". SERVICE T P TO.NFAIh! � EA I $504.04 . $�.Qa 77 1" ���iVICE F{iO�MET R TD MRIN 1 1D0JLF ' I �$O6.OU $i,800.D0 �9'iy112"R�VICE FROM METER TO MAIN _ �_ . II.F I. $2a.00 $Q.40� E FR NEETEi2 70 MAIN ILF 1 $23.6Q $O,OUI 23� ����M�ER B�� . - I - SiEA I �1�50.00 I $3So.pol 221GL. C NfETER BOX . IEA I $200.OD $0.00 23 FURNIS'H AIVD LAY 2" TEMP. VNIAT�R SERVEC� LlNE � � 1 I!S $500,4p $500.00 2A�REMOVE EXlST. F!i � � 1�FA i 5300.00 $3UO.DU _ 2b REMf]VE & I�EPLACE E'7CIST. CQNC. WALK � � ISF $4.00 I 50.00 261REMOVE & REPLACE EX�ST. CONC. DRIVE ` �SF $g.OQ I �Q�pa 271 REMOVE $ REPiAC� �XtST. CONC. CURB . I I LF 20.0� I $OAo Z9 PERM. CO G, PAVE�E���EpPRIR -, +� ._ 910��� I �4�.p4 '$2Z.3�D0.001 3D TEMA. ASPH. PAVEM�NT REPAIFi I -ILF $90.00 I; $O.UO 31 EXPLORITORY IXCAV1�,71QN� (DEHOLEI EA $1,2D0.00 I $0.0� 32 REMOVE FJCIS7. G.V. f16" & LAftGER} � I - � $206.60 I $p,QO i 33 GRAVEL ROAD REPAIR � I�F �30.00 $D.OD 34 CQNG. ENCASEMENT I f GY I �1�U.�0 � $'IOO.QO _ 35IEXTRA, DEPTH FDR WATER [�IAIN I 5p LF I $i.00 $5D,D0 . S6�TR�NCH SAFETY 8sD LF I $t.ao $asQ.oa � 37 BRICK PAVEM�NT R�FAII� . � I F � $250.00 � $OAO,� 38 8"X f0"_TAPPING TE6 _ +EA I $7,5D0.0� $D.00I - 39 8" x 8'�TAPPIhfG TEE . � IEA _I $i.20D.Od ' �0.001 �4D 8" z e" TAPF'EN� TEE ER I �� ,000.on i -�o.aol .. 47 7YFE•'6" 250D#psi CDNC. 1JCY $20A� $20.00 42 TYPE "E"�15U0#�Si�CONG._ I 11GY � �20.00 . �2�A0� 43 CRl15HE LIME Y NE � 1�CY I S2D.00 $20.da 44 BALLASTST4N� . 1�CY $20AU � ��fl.��� 45 9"AIR RELEASE VALVE & VAULT I • �EA $3,Dpp.00 I $0.001 46I1" SERVICE TAP TO N1AIN 2-314" BULLHFAD COPPER S�R. I I�A $200.R0 � $(}.DO - j f �. I � . � � _ �Subiotal Seoiion _ _ I 7 WATER IMP 01l�MENTS i �61,iB5.DD r Total Seciion _ �C fWoods Avenue _ $&1,765A0 � Fage 5 ot 5 -' A.N.A COM15UL7FJdT5, L LG. 57pi RIVEIi RUN, SUfTE 676 � �PRT WOATH, TX 7Sy07 „_. _-.�'-__'_'__ - „-__�_ f917133SB860orFA7(fRi713_�856 _ _ _ __ _ __ �� . ' exti�a�r ^sa�� �SupplemenFal to Attachmenk Hj Summeryal Watar 6 Sewet Improvamrnts �PINION OF WATERANp SEFJER PROBA�LE COhfSTRUCTIOt�F COST Walerand SsnitstySewer Neplaument ConVact2W1, YJSM-E Wa�er pmjec[ No, PW53-04093U77820D geWer projaci No. P55H�OT056017i520 IITEM ND. A I Nmrem6e[ 6. 2IX12 I � QESCRIPTIDN � Q{!0.HTITY rNIT � MITCOST I511B-T07AL � TOTAL 2��� I INE IeNCL REiA, E%I5T. r "�•If ,p { 1 CL RErh. E;fi57. I A��4� I i328R 3�' WATER LINE INCL REM. E%IST. I 3�I L� I �_S6 4 7W' bl1GT1LE IAON PIPE 1NCi, REM. EWST. � q�.. p�j 5` A" OLCTLL.E IRON PIPE f13CL REM. E%iS7_ � �}j,R1 �6 & S' 0 CTI IROhI PIPE INCL. REM. Ef(fST. I 0 F 338 6���;r��RoNp��NCL. REM. EXIST. � o� o0 c4.4TF��AIVE � � � s� �{� 9 B"GATEVALVE680X 1� 6 S ta 6" GATE VN.VE � 80% @ S DO 11 STO. FIRE FIYORANf I $' �1.500.00 12 FIRE I-� �3ELL EfC7EN�SIPk � 73 . I S75A-00 13 CA$S�'f I S�41 I -5. S2 SOQ.Do 161{ L��T�TDfJAM . _- 83 �'�3d0.Uo +I ( E39L oh 17 �"� �, ,��ETEk TO hiA1N I ��� 5906.UU ia �11����(7_��±ERT6MAIN � �F I �,'�o.pp i R K�I TD MAIN � 30 lF I 3�3.06 �� � L � b3 � � �rS�B 21 CL. B MF7ER BOX 2i CL C MEfER B�X I F�. ;' 00 2� FURNI5H AND IAV�" 7EMP. WATER'SERVICE LINE � i E8 53, .�1 24 REMOVEE%f3T.Fif . I 51F���jjj .�0 25 REMOVE d REPIJ�E �$I�. �SkLE.1NN/11-IS � � BSIh`� I .00 I i�tehsa�le a R ptAcE E72 �. i`oR�. dRl47E . 2slfik � .00 i P7 REMOVE E RACE EXI . CONC. CLRB � t7��LF 526.06 28 PERM.ASP . R e �R 55'Iu�F . 930.06 2g bERFt Gi1,yC _ Fi P� {� F SA5.06 30TEMP:ASpH.�P � G� 510.001 3 Y LEk I 0- I S}.y00.00 Y 9� q � . ., . �S" B GERI 6 � , 2UD.06 � 33��2 A R 1 - 0� ��O.�Q 3A L'ONC. ENCA9EMENT I 3:Y S 0�.00 35 � F RWRTEfiMAIN 5pLF 1-W ' 3fi 7�Ry . F X �F 1.Ob �9`8" x$ T���J'AIR I �� LF S I1.00 ao �� x c rrwPir� r� II i� �� d� 80 k1 CONC. I - ?�Y 00 A3 �SHEO ONC. . . � 3 CY �.QQ � 4q BAtLA5T57ONE � 3 CV ' 520.�0 I 45 1" NR RELEASE VALVE & VAL1L7 I �0 Ea 53.000.96 1 46 7" SERViCE TAP TO MAIN 2-3•'A" Bl1LLHEAO COPPER &ER. � 0 ER S2{i0.00 I 471N5Tl4LLWATFRMETERSALLSIIES � 63EA � 575.WI- 1 � So61a1eISeCtlon - I� 7 WAiER1MP��I�MENTs 5�3.6�9.00f 568.960.0�1 57.468.Od1 S1.�Uqpl 54.410.d8� so.00 40.00 � � � S3 300.� ' � �a.aa� sr_eao.00 51.950.001 813 750.OD 515.�b0_06 52500.00 saoo.q 515,380.0 57500.0a 5680.001 - 53.9�S.�OU a� 'o.�l� 520�.Om 55.000.00 s� soo.nn 4�l40, W I . St5o.0�1 sa soe.00 Sf6��3d0.00 50.00 S�.OUI 50.001 50.001 �6.9�I 5300.W 5750.Gtl . 55,51�.0p 55.6o0.9O so.00 aaao d1.$ti00A0 Sfi9.0 aaa.a sso.ao� so,00i SO.Ou E3.975A0 3396.906,D9 1 � I November6, 20n2 � IITEM MO. I �ESCqIPStON � . 9 { Seg1NyCL p�VApLOFEXISTING � �m I c �E��IAo���ExrsrNlNG � 'ifi" �IP 55 f LL10E5 REMOVALaF E7fI5YlA'G � B" �tP IhlCLllpES REMOV}lL OFEYJST7N6 �" PVC 7AP a �^ oiP rnP 4 C'SEWERSEpVICETAP 1 l0 SS NCE]� 1 i2 � � ���EICE .. � 131�'}��p�IP., MFi � 7G9WATERIIc+HI�HOLE1NSEfiT • F 7Y CpNGCOL� - I - -, - - - -1A MANHOLE I RI�O7ECiIVE EQATING � � 19 YP.ClJI1M AS E - � �EM L�E Ep7CC Ary7(�1 �i1FV IXISTIN(i UTILiTY �2z'{ ae aA!F A1J�7�E �4 �E S.��CE FXIS T CONC. W�{ K 25 It�MOVE a REALACE EXIST. CONC. 6All�E � GQNLT. 57� 6h1G CVRB 3 GLFRER 2B P�jI�J 1�M1lf ASPH P/yy�je�g(J�(zEPIUR � l'�Ir1P. A5PH. PAVEMENTi7E'Pd(R ' 30 �ENCH SAFETY 5YSTEM 3 PR£ TV INSPECTION _ ':� P057N1N9PECTI6k � DDLIBLE CLE�MId�UT . 34 PERMANENTBfuCK PAVEMENT REPAIR � �Sublotal5eclion - SUWolal S=CUan SuMoCal Sec[ion � � Project Totel �1JANTIN IUNITtIINITCOST lS118-TOTAL 1 TOTAL Id LF LI 539.OG - �(; 00 - 1 120�LF 1 5260.96 331 tidG.aii f53n jE I 530.00 5��enO n0 � . OlF I 5�5.00 s�_M _ � 3fi 1 540.00 . 51.�4 n � 9Oj� J S 0. 0 E4_55��I . � 5)EA r 5350.OQ 5�.750.GD ,r �; . � ssaa.ao s aa �F i s2f.oa 3 � 75(�1LF I 530.0� 54.5 . J 6 LF 559.00 - 30.0�1 I �IEA �000.00' S12.op0.801 \EA S'I.59D.a6I �- SO.ODI IVF 5]25.06j SY{750.RR3 � � IEA I S6bA�f 54?O.fl�l I ��4F I . SZd�A01 51.9�.001 ' . . � � EA Si.200AU�. 5i. Oo.OQ� 7I�A S35V.D0� 52.�5q�poj - 0 FA tadp-OD 50.00 PS�LF 31. I .525.�OI - 0 SF . 54.00 50.00 b &F SB.00 �j60 251F S20.fl� S60N.W � 7 CY S1PH1.dU 51W,00 � • 1856 LF � S3t1A0 ii5.�5uo � + 0 LF 51a.0!] - i� , I I �8401,F j 51.W' S7.8 .U61 U LF I &9.ODI 50.0� � 7�F� LF �,oOi sa.saaon � S EA E 0o a7so.00 1 � 20+! F � 5259� . 55.000.9�I I I �I I 2 � yrer1mP[ovem6 k I Si77332.0�� 1 �etetlmprWeme�+�u:SCpnlengencles(68.897.j SA36,597 2 S�(�[ lmwovy� nls+lOYa�onlenpendesi31.3i!:1 SSBS.a85 �Waler�SeWefimpfovemer�ts 5631,661.s0� Page 7 qf i AiTRCH�lYEN7 "C" Ct�ANGES AND AMENDM�NT� TQ S7'ANdARD AGREMENT AND ATTACHMEAlT A Water amd Sanitary Sewer fteplacemeni Gantract 2Q0'1 WSM-E (Waier and Sewer Maintenance) � Geddes Si. From Merrick St. To �idridge St. D.O..E. No. 3383 Hulen St. From Camp Bowie Blvd. To Crestfiroe Rd.. D.O.E. No. 3384 Woods A�e. From Coid Springs Rd. To Locust St. D.O�.�. No. 3385 Wafer Project No. PW�3-D6053D176200 5ewer Pro�ect No. P5�8-07a5$D'I'�5520 There are no changes and amendmen�s to Stai�dard Agreemenf and Attachment A G:1JOS10211701contractL4ftachment C.doc C-'1 � � c►:A. Gp°5°�, � % � ��.��02 o� ��,�e.�g �� i � �I��I�ill��ll� IIY !I� M _ 6eo r t �„ i . �m � �. ��I�I ��lI�I��I���� �� �� �� ��E�lIIII"►� �Illilllll ��. _ . , � _ � fi" i 9"FL� 13 9R ]R 2R IR I 14 �`' I�� I74p IISR I 16R 1 15R , ,� � _� 6�: . 6" t] 5 7RA � ia IS 17 �� I ' �� L.�C LVNV �, L_L_L_I -�11����� 1! 1J "� �� I I I I I I I1 ��� �� � r ■� �� • � 6 � I 6" ��--�----�-�' -�-I--�-J�[� 6 &.. ' ' J�I I�.I I I I I� 0 � �, �I I I 1 I f I� I I I 1 I I I! I Z��V4��'llll�Jar�l'�IM�� I�����I ti' � � \ 4"FL '►i � ..� 6 d� U �[�� vwbni�_� I � `� r � `\ w C � � 632 �R O c �, . � a � 'oz�-oaio4 . �=!►til �, "' . _ .- 30"Con�. .t p.� 6,. . JI I 3�'� F � II •�24-0I0105 re •0I2I4-LO�tlI7¢1l6 �O ry o 24 � � ¢ ,I I ! I � � f� 1 � I I �'�IH F N , a F �-�-rr� _ 6�� � � � . � � 256 r�=1'"� . . , , . . , , . ' I I �� � ' � �: : �;.a � � - ii'I� �. v � ��E�.��'���' � �_ L�� �����1�� 885 A T TACHMEIV T "E" rs�EEr �� teoir�vczz, �rsTrKic�r �� ������ ��. . (MERR�C:K ST. - ELDRIDGE ST.) YVA TE'R il�lAlN IMPRD I/EME'NTS � `fI � SCAt..�� i" - 400' w rR 2o3a -3s4 WATER & SEWER REPLACEMENT CONTRACT 20Q� WSM E MAPSCO 75 ,l&K �A APlANh�'F.0 ���� AIVA �o1v-suL,T�rs 1761 RiVEk RUN /SURE 610 iVOIfT WORiFI, TfI 7dt07 (617�335-9906'FAX:�817�335-99$5 ...4027�7�ntractyEXFiIBfTS.dgn Oct28,2002 14:25:2D W TR PROJ. NQ. FW53-06053�176200 SWR PROJ. N0. PS,�8-070580175520 DDE IVO. 3383 � f,( �I . w �E B7 +1 � I � � ` � , ; l, GF,�STLIUIE � <"PVC �- ,U W �u Q 4.� ��, - � q 2P F G ��R �I I I I�4Yi��� 466 ; 1- 6�� ¢eZR^L �' � �I I I I I I I I IJ_L_LJ� ,ry HARLEY I ' �� I I� f 27rr �++� I! I I� a� � I �� ��t 6" vl � I I I I�� ' 3.- � W F � 4E5 �' � f'aKCn iur qp s � ' r I I i��� C I . - ` � $�•PVC y�, I I I 1 I I� I.I I I I I � � 6�� � � 77R p P.d. n� � Za � � �0 3�8 iR 2R -' 7`� � 3 a 22 7 2z � � S �, d d1 22 2i -0 Zl S 29 p 23 R R p � 5 � za 5 r I � °5' � � � � 6 6 '� e r 7� is B B It � 4 tb 4 2A 9 � 16 I i �p 15 7p 23 �p 1:-, n s¢ n m u �' AVE s2 i3R txR z� �Z �" � 6.. I a�:oo• zo is ,xB n� I � � � � '' I I� I I I I I I � § 79 14 52A I I 1! I I I � laR iP I�LII III � _l__i�I��L�V� � $�. J__I � I �� � ��� � - � ����������- i ! te �'a z u z n �s� 3 �� 3 4 11 p �� � � 39 Ia. � 5 ' 1D 5 / _ fi d 9 � ' � i�� 6 7 32 �� yp6� 7 3 1v / _ 2 �� B � � 3 36 g �. 25 -0 29 � � i 74 5 ;B �,O 2a" 0 0 d � 4�� k.� . 4�. ��� e�h � �� �y�� , F � � Z �2 77 � 3 �R7 � q c a I I` � q � BY£P.5 ry01 ,,, � AV� -f I� � 5. - t`Z aOCry . � I 1 �. � 91' 6 � 5� 4" q�� 6 27 `�� �B RIVERCREST a2 � • z6 -� STP,TIp�3 pP.. y� �$ ts 16 �6 2u 9 Z 2� �5 6 W 14 � 10 -� 23 14 y a � 16 11 Q 28 13 � � 1T ?2 21 1Y g C 16 13 C— 11 �p _ 1082 15 u .'$ 5082 p; i 4- � ��� a .F yg � ^�Y 38 � ca�—`-" 38 37 I 2 37 36 3 3S � 35 q 3S 4 �5 3a b 34 S � 34 33 5 � 33 6 33 � —� � T ! Al�! �lVI�I V / r�`�r L � � �SHEET 2� � �courrcu, z�zs�cT �} ���.�� ��'. �c�e Bawz� sL�. -- c�s�rz.,r� �.� !yA TEI� MA/N IMPRO VEMENTS SCA�E� 1" • 40D' w rR zo3o - 3ss WATER & SEWER REPLACEMENT CONTR�CT 2001 WSM--E 2030-392 • � MAPSCO 75 F&G � .A.NA �ONSULTrS_N'1'S � WTR PRQJ. N0. PW53-D60530176200 �'��5� A 4701 RNER RUN hII1FE 610�FORT WORYH,TX 76107 SWR PRD�. ND. P558-��'0580175520 P�`�s 5��,�, fB17y�35-99p6�F,Vf:(Bj7f335-4955 DOE ND. 3384 ...5f52117U5cantraclYFlfiiBRSdgn 7iM2112002[7:58:1tAM ' . '_ , --_—_'_—__�_� �.-_____..__�_— —_--'---_ '_'___ �� 7 13 � g A n 3 12 N 9 2Q 4 �� � ;o 16 � N 5 S 5� � IS 2 fi„G g A 3 � � 6 � n 1 6 ry S 5 2 F ��( � e' R , pRpZY� �n 1 � � � fl '� 5 � � A 8 3 6 .A �' g A1 � 70 g H � A2 � � 12 S , d, � » G 6� � A 1� � G F E� � 4R Z'• fi . �U�.. 11 ' o Z ! 4 12 1� 13 � n 4y i$ 15 7] ' �- 1 � 8 7 ,-�-' 3 2 <� 5 6 4 ' � 4 �� I a-j-91 5 `\ \� n � �. / SA ! 13 T b1 SR SA yti � �D 9 �9 C . j 8 3 E/ •, M1 l � � 5 4 7 8 � �� ' 8 TA 1 , , � 62 \ �\ ,s` 9 _ � �A�GS� Si. � z F �` . \ � , � S � �� l � 6 2 �n ia �4� 1 5 � a , 9 . s � e . 5 � Ld k 6„ � 7 2 8 6 7 6 5 � 5 { 6 3 q � T_ 1�9 9 2 Sm 109 � 11 1 g .. 173 � � a 13 z^ 7 q9 N IV 5ht IN T. 4 g � � �p pA 6 0 � 7 6 5' 3 $ � iloa� �G�ARVEY S�. � B� z � z a ' i. 4. . s„ ' 100 2 p04IW 6i1pe�16 tiZ n9 p16 1 g , 6 3 3�, I B. Y I 6 J 5 2F I I I a � � z � -- - � & s �. � � z a a R N 0 4"4f P Sq . . � ,. 5 5 � p��e c ' i� � B ' � 27 � V� _ 6 Z F � � + z 10 . � 62 6� 5 3�� i � . A T TACHMENT "E" � (SHEE T .�J . � ' (cou�rcr�, Dls�cz� s� . � � ����� ���e (COLD SPRINGS RD. TO LOCUST ST.) SC�E� t" � 400' VYATER MAI�V IMPf�Of/EMENTS WTR 2048-400 . WATER & SEWER REPLACEMENT CONTR.hCT 20�1 WSM E MAPSC� 63 IV&S A ANA C�a,rrrsuz,Ta�s W iR PRDJ. ND. PW53-06Q,53017620� � ,� noi Rn�x aura hui� sio �oxr wqknt,,�,b,a, SWR PROJ. N0. PS5S � 070580175520 p� s�,�,�°,� ��''"�4�°"F�:'avr�3�-�� DOE N0. 3385 ..,502�1705ooMraMIEiCHIBRS.dgn DG.28,20p2 54:1x47 � . / � 94 �SA � .g _ ' • RIYERCRE-Si y COtINTRY CtL1E I ~ ? z A � 2 4i 3D•fi2E I �+ � 4 . . v�I f.RESiI �A�F RD. cUi� � zJ J �4. .T I�'V���I I1�J��6 I L n_F �'F'4_i5.23�5 17R R 6 � R Z E� � ���� I�.��I I���� I���� I rl ,I F1 R� R s L-2&49 r5s , ,B� � 15•73 Z'112fi - 6 '-`�-�'-' ,• � �l ! I � .�11�'4° �� f ml�� � � � � ��"1... '�' 7 s �J)I I Q a ,'�`--'--'�� 4 .� . I� 2'� I �i,�6 �I � � ��I l I � I'11 ���j�+ e � � � � b 33� ���-�-L�� AVE. � � � � �, 9 f Ilil�l! ,7-� � I',I�I��7� � ' �� z � a i y s `� M � � 6 a �— ��•89 � , � I��I I I I 11'�I l�.��a l l l�-�I-�11 ��I I l.l l� l� l�.� ���- x_ L � RIVfRCRES� COUNr�rr c�ua 2a � RD. � 25 � zz s 2� � 20 , 7�5' g 3B _ 6� 16 � n � 16 � � '* c �� iax .. �zu ���.�� 1�R 1R 15 q s-w » 182�W6 10 tF 5 9 � � ' . A T TACHMENT "E" �SHE_FT 41 . (COUNCTL D�STRiCT 7) � l.J ��l �E � �. (Cl�I`�'',F BOV4�E BLTJD. - CRESTLiNE RD.) SEIy�R MA/N /MPf�O !/EMENTS u ia : pei � G�' S�� izs �� �.2`'� a•�b G a �.9� . �,a9 io � c~n p� Z g � 3i � ,� �3-3 4-47 S3 � 32 5 3, ---�-�-�� W q 7 � 7 r 29 8 g^ pg �� z� ,o � e zE ++ - zs .i ,z �3 W � 23 1� y 2 5' 76 , i9�1• V �D 19 V 18 a N 3H a5 5 S7 2 36 3 � �• i� c SCALE- T' = 4Qp' �'VATER & SEWER REPLaA,CEMENT CONT}Z�,CT 200� WSM—E SkNR 2030-388 2034-�392 '� � MAPSCO 75 F&G � � .c��A C`01V�UL2'AN'I'S WTR PRO�_ ND. PW53-064530176200 ��� � }701 IaUER 0.1JN ,Sl11TE d10 �ORT W6RTN, iX T6107 SWR PRt�J. N0. PS58 � 07058017552D � 5[lRVPi'aR5 ��n"�9��°�����9�5 DDE N4. 3384 2 a � > Rf UI � u�o 32 �R 29 2 I 2R I I' � 8J6 1� 3t 7.3d 6' •Z E z.�-r-� 50 � s z2 - 6"V zs ,. , Zi a 2A {p� 5 2p � 27 y g 1g 6 2s 7 r 7$ _ � <n 25 � B l7 � 8 2 9 76 'i 9 zi � n 2P 1� id � - 14 18 ^ 15 n r� � � +R 3-31 ��W LI � O " 2 26 � 3 25 � 6+6 yq � � ' zs e �:s3z I� 8 a� x°s•si ., 4 k`I 7p d �B O � �� -�. nd ¢ 36 �5� 75 � 1� �.nz 38 � ]ry x 3� . 3 $5 .OQ � ��,� � ...W27 i76kan1rec11E7CHIBlTS.tlgn Ocl, 2S, ZOa2 15:37:43 �`a�y of'�o� �`o�th� Te�cas l�a�or �r�d �0����5� �o ��������r� DA7E REFERENCE NUMBER ILOG NAME � �2 � �o� *���� 9�39 30WSM-E PAGE 1 of 2 SLlBJECT APPROPRIATION ORDINANCE ANQ ENGINEERING AGREEMENT WITH A.N.A. CONSULTANTS, L,L.C. FQR WATER AND SANITARY SEWER REPLACEMENT CONTRACT NO. 2001 WSEIIi-E RECOMMENDATION_ ]t is recommer�ded that the City Council: 1. Authorize the Project Fund $23,646; and transfer of $77,8� 1 fram the Water and Sewer Operating Fund to the Water Capital in the amount of $54,165 and the 5ewer Capital PrQject Fund in fhe amount af 2. Adopt the atfiached apprvpriatian ordinance irtcreasing estimated receipts and appropriations in #he Water Gapi#al Praject Fund i� #he amount of $54,165 and the 5ewer Ca�ital Pro�ect Fund in the amo�nt of $23,fi46, from available furtds; and 3, Author'sze tt�e City Manager ta execute art engineering agreement with A.N.A. Consultants, L.L.C. in � �e amo�nt of $73,811 for Water and 5anitary Sewer Repfacemertt Contract No_ 2001 WSM-E. i DlSCUSSION: The project cansfsts of the preparatian of plans and specifications for water andlor sanitary sewer lirte replaceme�ts as ind�cated, in the following streets: STREET Geddes Street Hulen 5�reet Waod A�enue FROM Merrick Street Camp Bowie B�ule�ard Cold 5prir�gs Road T� Eldridge Street (water) Crestlirte Road (waterlsewer) Lacust Street (water) All streets are scheduled for permanent repair after water and sanitary sew�r installation is complete. A.N.A: Consultantsf L.-L.G. proposes t� pertorm the design work for a lump sum fee of $73,811. Staff considers this fee to be fair and reasanable far the scops of servEces proposed. A.N.A. Cor�sulta�ts, L.L.C. is in compliance with the Ciiy's MIUVBE Ordinance by committing to 20% M/WBE pa�ticipation. The City's goal vn this projec� is 2�°�. The pro�ect is located in CQUNCIL DISTRICTS 7 and 9, Mapsco 63N and S, and 75F, G, J, and K. I� additfon �o the contract amount, $4,000 {water $2,500 and sewer $1,500) is required fof pralect management by the Engineenng Department. . �l�% �f �O� �U��ly ��iC�S ���'�� ��� ���Yl�i�� ��1'���1�C��5��i1�1 DATE RE��RENCE NUMS�R LOG NAM� PAG� 1121103 ���_���,�g 30WSM�E . 2 of 2 suB��.c�r APPROPRIATION ORDINANGE AND ENGINEERING AGREEMENT WITH A.N.A. CONSULTANTS, L.L.C. FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT NO. 2pQ1 WSM-E � F15CAl� lNFORMATI�NICERTIFICATION: The Finance D�rector certifes that �apon approval and comp�etion of recommenda#ion .No. 1, ar�d the adopiion of the attached apprapriaiion ardinance, funds wifl be a�ai�able in t�e curren# capifial budget, as appropria#ed, of the Water Capital Project Fund an� the Sewer Gapital Project Fund. l�� Submitted for City Man�ager's a�iCe rny: IVfare Ott 8476 drigivat�ng Deparhnent H,�ac3: Douglas Rade�makeir 6157 Addi�ianal I�nfarm.atian Cuntact: Douglas Rademal�er 5157 � FOND � (t°) � 1 �2) PVI153 I1 &2) PS58 2) PW53 � 2) PW53 � 2) F'S58 � 2) PS58 � (from} 3) PW53 3) P85B I 1) PE45 J 3 ) PE45 ACCQUNT I CENTER I AMOi]NT 472045 D6053Q17fi2D� $�4,165.00 472045 07068Q17552� $23,64B.00 53�200 06D53Q17'B2Q0 $5'i,665.00 539350 {330530'I78200 $ 2,500.00 53'1200 07D58D'}75520 $22,146_DO 531350 03Q�60175520 $ 1,5DD.�0 5312QD QfiU53D97B2�D $6'[,665.a[1 531200 07�580'! 75520 $22,148.00 538070 0609D20 $5�4,965.OD 538016 0709p2p $23,648.D0 CiTY S�CRETARY ! APPROV�D 1/21/03 C'iiy o�' �o�t Wo�t'h, T7exas J�ay�� �� ������� ������i�afi�r� DA"i"� REFERENCE NUMBER LOG NAME PAGE 1/211D3 **�o� ��3� 30WSM-E 1 af 2 SUBJECT APPROPRIATION ORDINANCE AND ENGINEERlNG AGREEMENT WITH A.N.A. CONSULTANTS, L.L.C. FOR WATER AND SANITARY SEWER REPLACEfWIENT CONTRACT NO. 2001 WSM-E RECOMMENDATION: It is recommended �hat the City Council: 1. Authorize the transfer of $77,81 � from the Water and Sewer �perating Fund to the Water Capital Project Fund in th� amount of $�4,165 and the Sewer Capital Pr��ect Fund in the amount flfi $23,646; and 2. Adopt the attached apprapriation ordinance increasing estimated receipts and appropriations in the Water Gapital Project Fund in the amaunt of $54,'�65 and the Sewer Capital Pr�oject Fund in the amaunt of $23,646, from a�ailable funds; and 3. Authorize the Cify Manager to exec�te an engineering agreement with A.N.A. Consul#ants, L.L.C. in the amount of $73,811 for Wafier and Sanitary Sewer Replacement Contract No. ZOD1 WSM-E. D15CUSSION: Th� prnject consists of fhe prepara�ion of plans and specifiications for water an�lar �anitary sewer line replacements as indicated, in the foll�wing streets: STREET FROM TO Geddes Street Hulen Street Waod Avenue Merrick Sfreet Camp Bowie Boule�ard Cold Springs Raad Eldridge Street {water) Crestline Road {waterlsewer) Locust Street (water) All streets are scheduled for permanent repair aft�r water and sanitary sewer installa#ion is complete. A,N.A. Consultants, L.L.C. proposes to pertorm the design work for a lump sum fee of $73,8'[ 1. Staff considers this fee ta be fair and r�asonable far the scope of services proposed. A.�1.A. Consultants, L.L.C. is in compliance with the City's M/VIIBE Ordinance by committing to 20% MIVIIBE participation. The City's goal an this project is 20%. The praject is located in C�UNCIL, DISTRICTS 7 and 9, Mapseo 63N and S, and 75F, G, J, and K. In additian to the contract amaunt, $4,4a0 (water $2,50a and sewer $1,500) is required for project management by the Engineering Depar�ment. �'iiy of'.�'o�t Wo�ih, �`e�as ��� ��[ �a���1� ����r��i�afl�� �AT� REFERENCE NUMBER I�OG NAM� PAGE 1121103 **��� ��,�� ` 30WSM-E 2 of 2 SUBJECT APPROPRIATION ORDlNANCE AND ENGINEERING AGREEMENT W1TH A.N.A. CONSlJLTANTS, L.L.C. FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT NO. 2a01 WSM-E I F�SCAL. INFORMATIONICERTIFICATION: The Finance Director certifies that upon apprvval and completion of recommendation No. 1, and #he adopfiion of the attached appropriation ordinance, funds wil[ be avai�able in the currenf capital budget, as appropriated, of the Wa#er Capital Project Fund and the Sewar Capital Praject Fund. MO:r Submitted for City Manager's Dk'�ce by: Marc �tt 8476 �riginating Department Head: Douglas Rademaker Addi#ionAl Infarmation Contact: 6157 Douglas iZademafcer 6157 � Fii1VA I (to) � 1 &2) PW53 - -1&2) PS58 2} PW53 2} PW53 2} PS58 2) PS58 � (from) I3) PW53 3) PS58 � 'E) P�45 � 1) PE45 � ACCOU1rIT I C�IVTER I AMOUNT 472045 Q60530176200 $54,965.00 A�720�5 fl7�580175520 $23,646.fl0 531200 060534176200 $51,665.00 531350 0305301762Q0 $ 2,50Q.Q0 531200 07058D17552Q $22,148.0� 531350 030580175520 $ 1,500.00 5312DD 531200 538a70 53807d 06053�17fi200 070580175520 0609020 070902p $51,565.Q0 $22,146.00 $54,165.00 $23,646.Qd I CITY SECR�TARY APPROVfiD 1/21/03 ORD. # 15414