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