Loading...
HomeMy WebLinkAboutContract 28011�I � '- . . i•� � , :{f r' ��,� c��v o� �o�� v�o�T�, -��x�s ��I�fli�l�R� AC���IVI�CVT �OR ER��fNE�f�l4�C� ��RVIC�S This AGREEMENT is between the City of Fart Worth (the "CiTY"), and Cabourn LinSeisen & Ratcliff, Inc. ("EI�GINEER"), for a PROJECT generally described as: Water and Sanitary Sewer Repiacement Can#ract 2002 STM-L. Scope o� Seevic�s Ariicle I CIiY ���R�Tl��1r �S� f � COiV�RRCi -t�� . A. The Scope af Ser�ices is sei for�h in Attachment A. � Article II Compensation A. TF�e ENGINEER's compe�saiian is set fvrth in Attachment B. A�icle !II ierms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and �ayrnent (1) TY�e Engineer shall provide the Ci#y suffieient documentation to reasvnably substantiate the invaices. (2} Mon�hly invoices will be issued by the ENGiNEER for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of rece'rpt. (3) Upvn completion of services enumerated in Arkicle {, the final paymant o# any balance wili be due wit�in 3D days af receipt of the final in�aice. {4) in the event of a dispu�ed or coniested t�illing, only that portian so con#ested will be withheld from payment, and the undisputed por#ion will be paid. The CiTY wi�l exercise reasonabler�ess in cantes�ing any bill ar partion thereof. No interest wifl accrue on any cantested poriian of the bilEing until m�tuafly resolved. (5) ff the CITY faiis to make payment in #ull to ENGINEER for billings contested in goad faith� within BO cfays of #he amount due, the ENGINEER may, after gi�ing seven {7) days' writ�en notice to CITY, suspend services under t�is AGREEMENT ur�til �aid in ful�, inclucling inter�st. [n the event of suspension of services, the ENGINEER sF�all have no liability to G1TY for delays or damages caused fk�e CiTY because Qf sueh suspensian of services. ������� -1- '--��i���i;l� �f'� . � w ��� ��°' � , �, '� �? �� �:� ��?+�' �.�:• ��� Arfiicle IV O�ligations of the �ngineer Amendments to Article IV, if an�, are included in Attachmeni C. A. Ceneral The ENGINEER will serve as the GITY's professional engineering representative under this Agreement, providir�g pra€essianal engineerirrg cansultatian and advice and furnishing customary services incidental tf�ereto. �. $4anda�d �g Carr� The standard of care ap�licable to the ENGINEER's services will be the degree of skGll and diligence normally employed in the State of Texas by pra�essional engineers or consultants perForming the s�me or similar services at the time such services are perfarmed. C. SubsurFace lnves�iga�ior�s �1) The ENGiiVEER shali advise the GITY with regard to �he necessity for subcorttract work such as speciai surveys, tests, test borings, or other subsurFace investigations i� connection with design and engineering wor� to be p�rFormed hereunder. The ENGiNEER shali also advise the CITY concerning ti�e results of same. Such surveys, tes#s, and investigations shall be fumished by the C1TY, unless otherwise specified in Attac�ment A. (2) ln soils, founda�ior�, groundwafer, and o#her s�bsurface inves#igations, the actual characteristics may vary significantly between successive test paints and samp�e intervals and at locatians a#her than where observaiians, exploratfon, and ir��estigations have been made. Because of the inherent uncertainties in subsurface evalua�ions, c�anged ar unanticipated underground conditions may occur tha# could af€ect the #otal PRQJECT cost a�d/or execution. These conditians and cosUexecution effects are not the responsibility of the ENGINEER. �. Prepara�ion of �ng'rneering �rawings The ENGi�EER wil� pro�ide to ti�e CiTY the original drawings af all plans in ink on reproduci#�le pfastic fiim sheefs, or as ofherwise appraved t�y CITY, which sk�all t�ecome the property of the ClTY. CiTY may use such drawings in any manner it desires; pravided, however, �hat the ENGINEER s�all nat be liable fvr the �se of such drawings fflr any project other fhan the PROJE�T described herein. -�-- �i ��'�'°���1� ��C� � �� ��`� � , � �� � ���� �� 'i� J. qa I �. ��ginee�"s Personnel at �onsicruction Si4e (7) The presence or duties of the ENGINEER's persorrnel at a consfruction site, whet�er as on-site represer�tatives or otherwis�, do not make the ENGINEER or its personnel in any way respansibke for those duties that belgng to the CiTY and/or the CITY`s construction cantractors or other er�tities, and do not relieve the construction cantractors or any other entity of their obligations, duties, and responsibilities, including, but not limi#ed to, all construction methods, means, t�chniques, sequences, and proce�ures necessary for caordinating and completing al! portions of the canstructior� work in accordance with the Gontract Documents and any health ar safeiy precautians required by such cansiruction work. The ENG[NEER and its persannel ha�e no authority ta exercise any contro! over any construction cor�tractar or at�er errtity or #heir employees in conneetion with their work or any health or safety� precautions. (2) Except to the extent af specific siie visits express�y detailed and set fiarth in Attachment A, the ENGINEER or its personnel shali have no obligation or responsibility to visit the construeiion si#e tn become familiar ►uith the progress or qua#ity of fF�e eo�npleted wor�c on #h� PROJECT or ta de#ermine, in general, if the wark on ihe PROJECT is b�ing performed ir� a manner indicating that the PROJEGT, wh�n compl�ted, wili be in accordance with the Cor�tract Qoc�menis, nor sha�l anythir�g in tlie Contrac# Documents or the agreement between CITY and ENGiNEER be construed as requiriRg ENGINEER to make exl�austive or contfnuous on-site inspections to discover lat�nt defects in the wo� or otherwise chack i#�e quality or q�antity of tf�e woric on the PROJECT. lf, for any reason, the ENGINEER should make an on-site observation(s), on tt�e basis of such on-site abservations, if any, the ENG�NEER shall endeavo�' to keep the CITY informed of ar�y d��iatior� €ram the Contracfi Documents cami�g to the actual notic� of ENGINEER regarding the PRO.IECT. {3) When professional eertifieation of p�rformance or charact�ristics of materials, sys#err�s or equi�men# is reaso�ably r�quired to pertorm the serwices set for�h in ti�e Scope of 5ervices, th� ENGINEER shall be er�titled ta rely upon such certi#ication to establish mat�rials, systems or equipment and �erformance criteria to be required in the Co�tract Docume�ts. �. Opinions of �'robable Cos�, Financial Considerafiions, and Schedules (�) The ENGINEER s�afl provide opir�ions v€ prabable costs b�sed on the c�rrent availab�e infarmation at the time of preparatio�, in accordance with At�achrr�eni A_ (2) In providing opinions of cost, financ�al analys�s, ecor�omic feasibility pro�ections, and schedules for th� PROJECT, the ENGINEER has no control a�er cost or price ai la�or and materials; unknown or lateni candi#ions of existing eq�aipmer�t or structures #hat may affecf operation or rrtaintenance costs; competi#ive bidc#ir�g procedures and market _�_ �.,f ..I �_ ��'1������1� �`�1�.��i�:ii� �� ,�1 =• �' � c�'!��,. �h.�5��';�,� � �j�'. �"',��'� � ,, ti �f4��_ conditions; time or �uali�y of pertormance by ihird parties; quaEity, type, management, or direc�Eon of aperating personnel; and o#her economic and operational factars that m�y materially af�ect ihe ultimate PROJECT cost ar schedule. Therefare, the ENG�NEER makes no warranty that the CITY's actual PR�JECT costs, #inancial aspects, economic feasibiGty, or schedules wif[ nat vary fram the ENGINEER's opinions, analyses, projections, or esi�mates_ G. � J Cons��uc�ion P�ogress Paymer��s Recommendations by the ENGINEER to the CITY for period�c cor�stn�ction progress paymer�ts to the construction contractor will be based on the ENGINEER's knowledge, informatior�, and befi�f from sel�ctive samplir�g and observation ihat the work has pragressed to ihe poir�t indfcated. Such recomrrz�endatians do rtot represent that co�tinuous or detailed examinations have been made by the ENGINEER to ascertain tha# the construc�ion contractor has compieted the work in exact accorc�ance vrrith the Contract Documents; ihat the final �rvnrk wiil b� acceptable in atl respects; that the ENG{NEER has made an examinatron to ascertain �ow or for what purpose the canstruction contractor has used the moneys paid; tha# titie to any of the wori�, materials, or equipment has passed to th� CIiY free and clear of {iens, claims, security interests, or encumbrances; or that �here are r�ot other matters at issue between #he GITY and the consiruction cor�tractor that affect the amount #hat should be paid. Record Drawings Record drawings, if required, wi �nformation cvmpiled and fumishe th� exact Eacation, type af various PROJECT was finally constructed. errors or omissions in the informa� recard drawings. I be prepared, in par�, on the basis of I by others, and may noi always represent components, or exact manner in which the The ENGIIVEER is not responsibte for any an from others that is incorparated into the Niinorify and 1�laman �u�in�ss �n�re�prise (I�dONV��) par�icipaicion In accord with City of �ort Wortf� Ordinance No. '! 1923, as amended by Ordinance '�3471, the City has goals for #he participation of minority business enterprises and ►rvoman b�asiness enterprises in City contracts. Engineer acfcnowledges the MIWBE goal establis�ed for this contract and its commitment to meet that goa�. Any mi5representation of facts (otl�er than a negligent misrepresentation) andlor the commissian of fraud by the Engir�eer may result in the termination of this agreement and debarment from part[cipa#ing in City contracts for a period of time of not less than fihree (3) years. Righ� �o Auclii ('I} E1�GINEER agrees that tne C�TY s�all, until the expiration af three (3} years after final payment un�er th`rs eontract, have access to and the right to examine and photocapy any directly pertinent books, documents, papers and records af the ENGINEER involvira� =��.�r�-����i� ta 1 �. . -4- �! ����` � _ .,�I;��r���J��' i �=,.� �t;�;.; � �:�: ��: . this contract. ENGINEER agrees that the CtTY shall have access during norma� worlcing hours to al1 necessary ENGINEER facilities and shall �e pravi�ed a�equate and apprapriate woric space in order to conduct audits in compliance with the provisians of this section. The GITY shail give �NGINEER reasonab�e advance no�ice of in�ended audi�s. K. (2} ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision ta ihe ef€ect thai th� subcortsultant agrees that the ClTY shall, until the expiration af three (3} years after final �ayment under the subcantract, have access to and the right to examine and photvcopy any directiy pe�tine�t books, documents, paper.s and records of such 5ubcon��ltant, �n�ol�ing transactions to the subcvntract, and further, ihat the C1TY shall have access during normal working hours to a�l subconsultant faci�ities, and shall be provided adequate and appropriate work space, in order to conduct a�dits in campliance with the pro�isiar�s of this article together with subsection (3)�ereof. GITY shal� give subconsultant reasanable advance notice of inte�ded audits. (3) ENGINEER ar�d su�cor�sultani agre� to photn copy such documents as may be requested by the C{TY. The CITY agrees ta reimhurse ENGINEER for the cost af copies at the rate published in the Texas Administrative Code in effeci as of tFte �ime copying is pertormed. �f�Cl�lL�f�'s Insurance (1) Insurance caverage and limits: ENGINEER shal! provide to t�e City certificate(s) policies of the following coverage at minimum limit prior to cammencement of woric ar� the PRO.�ECT: Commerciai General Liability $1,AQO,Oa� sach occurrence $1,QD[1,00p aggregate Af insurance documenting s which are ta be in effect Automo�ile Liability $1,OQt},aQ� each acci�ent (or reasanabfy equivafenf Iimifs of coverage if wriiten on a spli# limits k�asis). Caverage shall be nn any �ehicle used in the course of #�e PRO.�ECT. Worker's Compensation Goverage A: statutary limits Co�erage B: $10d,Q00 each accident $�00,000 disease - policy limit $100,QQD d�sease - each employee Prafessia�al �iability $1,OOa,000 each claimlannual aggregate {2) Certificates of insurance e�idencing that the ENGINEER #�as obtained al! _5_ � : ti_ I .� ._, . �.; t required insurance shall be deli�ered ta the CITY priar to ENGINEER proceeding with the PRQJECT. (a) Applicable policies shall �e endorsed to name the CITY an R�difiorta� Insured ihereon, as its interests may appear. The term CITY shall include its employees, afficers, afficials, agenis, and vo]unteers as res�ects the con#racted senrices. (b} Certificate(s) o# insurance shafl document that insurance coverages specified accordir�g to i#ems seci+on K.('i) and K.(2) of this agreem�nt are provided under applicable polic9es documented thereor�. (c} Any faifure on part of ��e CITY to request required insurance documentation shall not consti�u�e a waiver of t#�e insurance requiremenis. (d) A mir�imum of thirty (30} days �otice af cancellatior�, r�on-renewal or material change in coWerage shal! �e provided io the CITY. A ten {1�) days notice shall be acceptab�e in the e�ent of non- payment af premium. 5uch terms sF�all be endorsed onta ENGINEER`s ins�rance �olicies. Notice shall be sent to the respective Department Director (by name), City af Fort V�lorth, 100D T'hrockmorton, Fort Worth, Texas �6102. (e) Insurers for ala policies must be authorized to da business in the state of Texas or be otherwise appro�ed by the CITY; and, such ins�rers shall be acceptable ta the CITY in terms of their financial strength and solvency. (f� Deducti�le limits, or self insured retentions, affectir�g insurance required herein may be acceptable fa the GITY at its saie discretion; and, in lieu of traditional insurance, ar�y altemati�e coverage maintained through insurance pools or risk retention grou�s must be also appraved. DedEcated financial resources or fetters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor af the GITY as respects the PRQJECT_ {h) TF�e Ci�y shal� be entitled, upon its request and without incurring exp�nse, to re�iew the ENGINEER's insurance palicies including endorsemer�ts thereto and, at the C1TY's discreiion, the ENGINEER may be requirec! to pravide proof of insurance premium �ayments. (I) The Commercial Generai Liability insurance poiicy shall have no exclusions by endorsemen#s unless such are approved by the CITY. ' -6- � . - � , . . ;u U:'i�ti�+'�l�` "����i�'����'� ; �.i.�sra l �- � lln ���� (j) The Professianal Liability insurance policy, if written on a claims made basis shali be maintained by the ENGINEER for a minimum twa {2) year period subs�quent to the term ofi the respective PROJECT contracf with the CITY unless such coverage is }arovided the ENGfNEER on an occurrence basis. (k) The CITY shall not be responsible far the direct payment of any insuranc� premiums required by this agr��ment. 1t is understood that ir�surance cost is an allowable component af ENGINEER's ouerhead. (I) All insurance required in sec#ion K., except for the Professianal Liability insurance po{icy, shalf be written on ar� accurrence basis i� order ta be ap�roved by the CITY. (m) Subconsultants to the ENGINEER shail be required by the ENGINEER io maintain the same or reasonably eq�ivalent insueance coverage as required for the ENGiNEER. When insurance co�erage is main#ained by subcor�sultanis, ENGlNEER shall pro�ide CITY with documentation thereof on a certificate of iRsurance. Notwithstanding anything to th� corttrary cor�tained h�rein, in the event a subconsultant's insurance coverage is ca�celed or terminated, such cancella�inr� or termination shall not eonstitute a breach by ENGINEER o# ti�e Agreement. �. Ind�pendent Consulfan� The ENGINEER agrees to perform all servfces as ar� independent consulta�t and not as a subcontractor, agent, ar emplayee of th� CITY. i�. 9isclosure The ENGINEER acknowle�ges to the CITY that it has made fulf disclosure in �rfting of any existing conflicts of fnterest or poter�tial conflicts of irrterest, ir�c�uding personal financial interest, direct or indirect, in property ab�atting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further ac�Cnowledges that it wil! rnake discaosure in writing of any conflicts of interest which develap subsequent to tf�e signing of this cantrac# and �riar to final payment under t�e contract. N. AsbestoS or Hazarcfous Substances (1) If asbestos or k�azardo�s s�abstar�ces in any form are er�countered or suspected, the ENGiNEER will stop its own work in the a�fected portEons af the PRQJECT to permit testing and eval�ation. {2) lf asbestos or other hazardoUs substar�ces are suspected, the ENGfNEER will, if requested, assist �he CITY in obtaining the services of a qualified subcan�ractor ta manage the remediation activities af the PRQ.lECT. � �,.�-.________. ��� �. ��fl����� n ���C'��i[��f.tis d'i:���'� � V � ii'r` � ��u � � _ _ _ ���� �� ��'�`�. U�l�, � O. Permiiting Auth�ri�ies � �esign Changes Ifi p�rmi�ting authorities require design changes so as to comply with p�blis�ed design criteria and/or curren# er�gineering prac#ice standards which #he ENGlNEER should have been aware of �t the �ime this Agreement was e�xecuted, the ENGlNEER sl�ail revise plar�s and specificatior�s, as req�ired, at its own eost and expense. However, �f design changes are required dus to the changes in the permitting authorities' �ublished design criteria an�lor practice standards criteria which are published after the date of tt�is Agreement which the ENGINEER could no� have been reasanabEy aware of, ihe ENGINEER shaA notify the C1TY of such changes and ar� adj�stmen# in compensatian will be made through an amendment to this AGRE�MENT. Ar�icle V 4biiga�ians of �ne Citiy Amendments ta Article V, if any, are included in Attachment C. A. Ci4y��u�nish�d �afia The CITY will make a�aslabfe ta the ENGINEER al� �ec�nicaf data in the CITY`s passessEan rel�ting ta thE �NGfNEER's services on the PROJECT. The ENGfIVEER may re�y upon the accuracy, timeliness, and comp�eteness of the intormatior� provided by the CITY. �. Access fo Facilities and �roperiy The CITY will make its fac�lities accessible to the ENGINEER as required for the ENGWEER's perfarmance ofi its services and will �rovide labor and safety equipmer�t as requ�red hy the ENGINEER for s�ch access. The CITY will perfarm, at no cost tti the ENGINEER, such tests of equipment, machinery, pipel�nes, ar�d other compor�ents nf the C� I Y's faci�it�es as may be required in connec#ion with the ENGINEER's servfces. Tne CITY will be responsible for all acts caf the CITY's personnel. C. Advert��ements, �ermi�s, and Access Unless otherwise agre�d ta in the Scope of Services, tY�e GITY will oi�tain, arrange, and pay for all adv�rtisements for bids; permits and licenses required by lacal, state, or federal authnrities; and iand, easemenfs, rights-af-way, and access necessary for the ENGaNEER's services or PRO.JECT construcfion. �;. �im�ly Re�i�w The CITY will examin� the ENGINEER's stuclies, reporis, s��etches, drawings, specificatians, proposals, and nther documents; obtain ad�ice of an attomey, insurance caunselor, accountant, auditor, bond and financial adv�sors, and other consu}tants as the C1T1' deems appropriate; and render in writing der�sions -8- � _��UW1� �.��'c.�E� �'���� �'���� '� "` NS �d�i.� R� ��] fi� " �1 ��� • �,. S i re�u�red by the CITY in a timely manner in accordar�ce with the project schedule iR Attachment �. �. Prompt Nofice ihe CIiY will gi�e prompt wriiten r�otic� to the ENGINEER whenever CITY observes or becomes aware af any de�elapment that affects the srope ar timing of the ENGINEER's services or of any defect in the work of the ENGINEER ar consfiruction cor�tractors, �. Asbes�os ar ba�ardous �u6si:�nces and indemni�ication (1) To khe max�m�m �xtent �ermitted by faw, the CITY will indemnify ar�d relea�e ENGINEER and its officers, emplayees, and subcontractors from aA clairrrs, ciamages, losses, and costs, including, b�t not limited to, attorney's fees and liiigatio� expenses arising out of ar relatir�g to the presence, d�scharge, release, or escape of hazardaus substances, cor�taminants, or asbestos on or from the PR�JECT. Nat�ing cantained herein shall be cans#rued fo require fihe CITY to levy, assess or collect any tax io funci this indemnification. (2} The indemnification and release required above s�all not a{�ply iR the event t}�e discharge, release or escape af hazardous substances, con#arninants, or asbestos is a result of ENGINEER`S negligence or if such hazardous substance, contaminant or asbestos is brought onto the PROJECT �y ENGINEER. G. Coniractor Indemni��ca�ion and Claims '�he ClTY agrees io include in afl construction corttrac#s the provisions of Articl� IV.E. regarding th� ENGINEER's Personnel at Construction Site, ar�d provisions Providing contractor indemnification of the CITY and the ENGINEER for contractor's neglig�nce. b. Contracfior Ciaims and '�hird-�ar�y �eneficiaries (1) Yhe CITY agrees to ir�c�ude the following c�ause in all cantrac#s with construction contractors and eq�aipment or materials suppliers: "Contracfiors, subcontractors and equ�pment and materials suppliers on the PROJECT, or their surefies, shall mainiain no direct aciion against the ENGINEER, its officers, employees, and subcantractors, for any claim arising aut o�, in cannection with, or resulting from the engineering services pertormed. Only the CITY wili be the beneficiary af any �anderia�ing by #he ENGINEER." (2) This AGREEMENT gives no rights or benefits ta anyor�e other than the CITY ar�d the ENGINEER and ti�ere are no t�ird-pariy benefic�ar�es_ {3) The CITY will include in each agreemer�t it et�ters inta with any other �ntity or person regarding the PROJECT a provision that such eniity or -�- I.. ,"� � /.ti 4�� U _+... ,�i�� �x� n •, .. „ 1t �'1�1���ir ,r�- +y — _ , _, person shall have no �ird-parky beneficiary rignts under this Agreemer�t. (4) Nothing contazned in th�s section V.H. s�all be constru�d as a waiver o€ any right the C1TY has to �ring a claim against ENGINEER. !. CIiY's Insurance {1) The CITY may main#ain properky insurance ar� certain pre-existing structures assoc�ated with �he PROJECT. (2) The CITY will ansure tha� Builders Risk/lnstaflation insurance is mainiained at the replacement cos� value of the PRQJECT. The CITY may provide ENGINEER a copy of the palicy or dacumentation o# such on a certificate of insurance. {3) The CITY will specify that the Builders Riskllnstallativn insurance shall �e comprehensive in coverage appropriate to th� PROJECT risks. .l. Lifigafion As�i�fana� The Scope of Serviaes daes not include costs of the ENGINEER for required or reques�ed assistance io support, prepare, document, bring, defend, or assisi in litiga�ion underta�en or defended by the CITY. In the event CITY requests such services of the ENGINEER, th�s AGREEMENT shail be amer�ded or a separate agreement will lae negatiated betrrveen the parki�s. F�. Changes The CITY may ma�Ce or ap�rove changes �vithin th� gen�ral Scope of Services in this AGREEMENT. If such ch�nges a�fect th� E[�C;lNEER's cost of or time rec�uired far performance of the services, an equitable adj�stment will be made through an amendment to this AGREEMENT with a�propriate CITY approval. Article VI General �egal �ro�i�i�n� Amendments ta Article VI, if any, are incl�ded in Atfachment C. A. Aufhori�a�ion �o Proceed ENGINEER snall be a�thorized to proc�ed with this AGREEMENT �pon receipt of a written Notice ta Praceed fram �e C�TY. �. Reuse og ��oject �ocuments Ali desig�ts, drawings, s�ecifications, documents, and other work producis of the ENGfNEER, whe#her in hard copy or in electronic farm, are ins�rvm�nts nf serrrice for this PROJECT, wheiher t�� PRQ.lECT is completed or not. Reuse, change, ar alteration by the CITY or by others aciing through ��::=�.t�1�� th� _. _10_ ' ��_. � +;il,�.� _ e: , � � �' TI.M'; �� � ..:,:���� � � _ , CITY of any such instruments of service without the written permission vf the ENGINEER will be at the CITY's sof� risk. The final designs, dra►rvings, specifications and dacuments sh�11 be orwned by the CITY. C. ���ce Majeure The ENGINEER is r�ot r�sponsiL�ie for damages or deiay in performance caused by acts of God, strikes, Iockauts, accidents, or other eve�#s beyond the control of the ENGINEER_ �. Termina4ian (9) This AGREEMENT may be termir�ated only by the Ciiy far conve�ience on 30 days' written natice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for ca�ase if either party fails substantiaily to pertorm through no fault of the a�her ar�d does not commence correction of suc� nonperFormance with five (5} days of written notice and diiigen#ly comp�ete the correci�on thereafter. (2} if thEs AGREEMENT is #erminated far the convenience of the Cifiy, the ENGINE�R wfll be pa�d for terminatian expenses as follows: a) Cost o� reproduction of pattial ar complete stu�ies, plans, specifications or other forms of ENG�NEER'S work product; b) Out-of pockef expenses for purchasi�g storage cantainers, microfilm, electronic data files, and othe� data storage supplies ar services; c) The time requirements far the ENGINEER`S persannel to cfocumer�t ihe work underway at the time the CITY'S termination for convenience so that the work effor� is suitable for long time storage. {3) Prior ta proceeding with terminatian services, the ENGINEER wili submit to t�e �ITY an itemized statement of all termination e�er�ses. The CITY'S appro�al wiil be obtained in writing priar ta proceeding with terminatio� services. E. Suspension, �elay, o� In�er�up4ion fo �'o�k The GITY may suspend, delay, or ir�terrupt the serrrices of the ENGINEER #or the con�enience af the ClTY. In the even# o# suc� suspensian, delay, o� intem,ptior�, an equitable adjusiment in tt�e PROJECT's schedule, commitment and cost of the ENGINEER's persannel and subcontractors, and ENGlNEER's compensation will be made. -11-- � �'��i'� , .� � ,�,, , . �.,� � .,; . _ , .. � �, Indemni�cafi�n (1) The ENGiNEER agrees to indemn�fy and defend the CITY from arry lass, cost, or expense cla�med by third parties for praperty damage and bodily injury, inciuding death, caused solely by the negligence or wiflful miseonduct of the ENGINEER, �its employees, officers, �r�d subcarttractors in connection with the PROJECT. (2) i# the negiigence or willful misconduct of both the ENGINEER and tfie ClTY (or a person identified abo�e for w1�om each is liable} is a cause of such damage or injury, the loss, cost, or expense shall be shared between #he ENGINEER and the CITY in propo�iion ta their relative degrees af neglig�nce ot willful misconduci a� determined p�rsuant to T. C. P. & R. Cade, section 33.01 'I (4) (Vernon Supplement 1986}, �. l�ssignment Neither party will assigr� all ar any �art of this AGREEMENT wit�taut the prior writter� consen# of ihe other party. H. Inte�preiation L.rm�tatior�s �n I�ak�i�iiy ar�d indemnities in this AGREEMENT are business understandings between the pa�ties and s�all apply to a!I the diffe�ent theories of reco�ery, including breach of contract or waITanty, tort 'tnclucling r�egligence, strict or statutory liability, or any other cause of actior�, except for wi�lfu! misconduct or grass negligence for fimitations of liability and sale negligence for indemnification. Parties means the CITY and the ENGiNEER, and their officers, empioyees, agents, and subcontractors. I. Jurisdiction The law of th� 5tate of Texas sl�all go�em the validity oi this AGREEMENT, its interpeetatiori and perFarmance, and any other claims related to it. The �enue for any litigation r�lated to this AGREENiENT shal! be Tarran# Co�nty, Texas. J. Alte�nate Dispute Resalu�ion (1� A!I claims, disp�ates, arrd ather matters in question between the CITY and ENGINEER arising out af, nr in connection with this Agreement or the PR�.�ECT, or any breach o# any obligation or duty of GITY or ENGINE�R her�under, will be submitted to mediation. �f inedia#ion is unsuccessful, the claim, dispute or other matter in question shall be submitted ta arbitration ifi bath parties acting reasanabfy agree that the amaunt of th� dispute is fikely io be less than $�0,000, exclu5ive of attorney's f�es, costs and expenses. Arbitratia� shal� be in accardance with the Car�struction Industry ArbEtration Rufes of ihe American Arbitration Association or other applica�le rules of the Association then in effect. Any award rendered by ihe arbitrafiors less ihan $5�,400, excl�sive af attomey's fees, costs and exper�ses, wfll be final, judgme�i —12— ";I��:r: ''�rs� J ;y�-i•r � ��1�� .,; �;;��. may be entered thereon in any court having jurisdiction, and will not be su�ject to appeal or modification except ta the extent permitted by Sectians 10 ar�d 11 of the Federal Arbi#ration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $54,000, exclusive of attorney's fees, costs and expenses, may be fitigated by either party on a d� novo basis. The award shall become final ninety (9Q) days from the date same is issued. If li#igatian is filed by either party within said nir�ety (90) day period, the awa�-d shall become null and void and shall not be used by either party for any purpose in the litigation. K, Se�erabilify and S�rrvival If any af the provisions cantained in this AGREEMENT are held for any reason to be �nvalid, illegal, or unenf�rceable iR any respect, such in�alidity, illegafity, or unenforceability wili not affect any other pro�ision, and ihis AGREEMENT shall be construed as ifi such inda�id, iilegal, or un�nforceable pro�ision had never been contained herein. ArEicfes V.�., VI.B., VI.D., VI.H., Vf.l., and VI.J. shall survi�e termir�ation of this AGREEMENT for any cause. L. 4bserrve and Comply ENGiNEER shal! at all times observe and comply with all federal and State lavus and regulations ar�d with alf City ordinances and regulatians which in any way affecf this AGREENiE�lT ar�d the wortc hereur�dar, and shall observe and comply with all orders, laws ordinances and regulations which may ex�st or may be enacted later by goveming bodies having jurisdiction or a�aihority for such ena�ctment. No piea af misunderstar�ding or ignorance ther�evf shall be considered. ENGINEER agrees to de�enc4, indemnify and hold harm�ess CITY and all of its officers, agents and employe�s from and against al! claims or liab�lity arisjng out af the violation o# any such order, lavv, ordinance, or regulation, whether it be by itse�f or its empfoyees_ rl� �! �� ������4-��� . , � ' � .;,4�� . _ . �� A�icle VII Attachmen�s, �chedules, and Sign��ur�s This AGREEMENT, including its attachments and scl�eduies, constitutes the entire AGREEMENT, supersedes afl pr�or written ar oral understandings, and may oNy be changed by a written amendment executed by bath parties. T�e following aftachments and schedules are hereby made a part of this AGREEMENT: Attschment A- Scope af Services Attachment B - Gompensation Attachment C- Amendments to Standard Agreement for Engineering Services Attachmer�t D - Project Schedule Attachm�nt E — Location Map ATTEST: .�•+��'1 �oria Pearsan City Secretary P�r �� ��� � Cont�act Authorization ���`I�a� ���s . � ....� CITY OF F4RT W�RTH i B � '' Marc A�: Utt � Assistant Gity M�nager APPROVAL RECOMMENDED A. Dauglas Rademaker, P.E. Director, Engineering Department APPROVED AS TO FORM AIVD LEGALITY Assistant City Attomey COBC]L�RN �INSEIS�N & RATCI !FF_ � ENGiNEER - ^ � . � ►. _ _ By: ` Ji eyta , F�I.� R.P.L..S. S�n�ir Vic� P�sident � � -14- u- , � � '���"�� I �+6 u � � � i� ��p'' _ ^ A�°TACb{� �i�T '�A�� -e�'f r�T'T�'�%_ __ � _.. � - . �. -iiT':�7�� "Scope of Servrces set forth herern can only be modiffed �6y addifions, clari�catians, and/or deletians set forth in the supplemental Scaps of Services. In cases of conflici 6etv�een ihe Supplemental Scope af 5ervices and the General Scope of Services, fhe Supplementaf Scope of Services shall have precedence over the G�neral Scope of Se►vrces." - z�:, 1} Preliminary Confertence rrvi�h Ci4y The Engineer shakl attend prelimiRary conferences wit� authorized representatives of the City regarding the scope af project so that the plans and specifica�ions which are to be develo�ed hereuncler by i�e Engineer wi�l r�sult iR providing facilities which are econamica� in design and conform t� the City`s requirements and budgetary constraints. 2) Coaraiinafion e+ari4h Ougside �4�enci�sl�rablic �n�i�ies The Engir�eer shall coor�inate with officials of other outside ager�cfes as may be necessary far the design of t#�e prapased stree#, and stocm drain a�dlor water and wastewater facilitiss/improvements. It sha�l be the Engineer's duty hereunder to s�cure necessary informatior� �rom such outside agencies, to meet their requirements. 3) I�eotechnicallnvestigations Th� Engineer shall advise the City of test borings, and other subsurFace investigations t�at may be n��de�d. In the e�ent it is determined r�ecessary to make borings or exc�v�t� tes# hnles or pits, the Engineer shall in coordinatian with the City and the City's geot�chnical engineering consultant, draw up specificaiions far su�c1� testing program. The cost of the �orings or exca�atians shatl be paid for by the City. 4) Agreemen�s and Permifis The Engineer shall camplete ail fiorms/appiic�tions to allow the City of Fort Worth ta otatain any and all agreements andlor perm�ts normalFy r��uired for a project af ihis size and type. The Engineer will be responsible for n�gotiating and coordinating ta abtain approval of the agency issuing the agreement andlor permits and will make any re�isions rrecessary tv bring th� pians into campliance wiih the requirements of said agency, including but not limited to highways, railroads, vwrater atathorities, Corps af Er�gineers and other utiliti�s. 5) �esign Changes Rela4ing 40 �eem��ing Aui,ho��ies If permitting authorities require design changes, #he Engineer shall revise the pEans and speci�cations as required at fihe Engineers own cvst and expense, unfess such changes are required due to changes in the design of the facilities made by the r�_ permifting authority. If such changes are required, the Er�gineer shaA notify the City and an amendment ta the contract sh�ll �e mac�e �f the Engin�er ir�curs additionaf cost. if there are una�oidable delays, a m�tuafly agreeable and reasonable time exiension shall be negotiated. 6) Plan Submittal Copies of the original plans shaA be provided on reproducible mylar or approved plastic film sheets, or as otherwise approved by the �epartment ofi Engineering and shali become the property of the Gity. Citj+ may use such drawings in any manner it de�ires; provided, however thai t�e Engir�eer shali not be liable �or t�-ie use of such drawings for any project other than the project described herein; and fur#h�r provided, that the Engineer shall not be liable for the consequences of any changes that are made to the c�rawings or c�ang!es that are made in the implementaiion of the drawings withaut the written approval of the Engineer. �H��E '4 7) Righi-o� l�ay, Easemeni and Land �►cquisifion R�eeds The Engineer shall determine #he righis-of-way, easement needs far the construci�ion of the �roject. Engineer shall determine owr�ership o# such land and furnish the City with t�e necessary right-of-way s�etches, �repare necessary easemer�t descr�ptions for acquiring the rights-of-way andlor easemer�ts for the construction of this Qroject. Sketches and easement descriptians are to be �resented in form suitable for direct use by ihe Departmen� af Engir�eering in obtaining rights-oi-way, easemeRts, permits and ficensing agreements. Ail materials shall be fumished o� the appropriate City forms in a minimum of four (4) copies eact�. 8j �esign �urr�+e�r The Engineer shali provide necessary field survey for use in the preparativn of Pians �nd 5pecificatians. The Engineer shall furnish the Gity certified capies of the iield data. 9) U�ili� Goordination The Engineer shall coordinate wifh all uti#ities, including utilities owned by the City, as to any proposec! utility liens ar adjustmen� to existing �,tility lin�s within tY�e proj�ci limits. The irtfarmation abtained shali �ae shown on the cor�cept�al plans. The Engineer shali shaw on the preEiminary and finak plans ihe iocatioR of the proposed utility lines, existing utility lines, based on the information pra�ided by the utility, and any acfustmertts andlor reloca#ion of t�e existiRg lines withir► ih� praj�ct limiis. T�e Engineer shall also evaluate the �hasing af the water, wastewater, s#reet and drain�g� wor�t, and shal! s�bmi# such eWaluatfon in writing to the Ctty as part ofi this phase of the project. -2- 10} Cancepfivaf Plans Tne Engineer shall furnish �our (4} copies of the Phase 1 cancept engineering plans which include layouts, preliminary right-of-way needs an� preliminary esfimafes of probable construction costs for the Er�gineer's recommended pl�n. For all submittals, the Engineer shalf 5ubmit plans and c�ocuments far �tree�lstorm �rair� and waterlwastewaier faci{ities. The Engineer shali receive written approval of the Phase 1 Plans from the City's project manager befare proceeding with Phase 2. �'H��� � 11) �esign Da�a The Engineer sha11 provide design data, repor#s, cross-sections, profiles, drainage calcuta�ions, and �reliminary estimates of probable canstrc�ctian cast. 12) �reliminary Gonstruc�ion Plans and Technicaf �peci rficafions The Engin��r s�all submit twenty (20) c�pies of Phase 2 preliminary construction pfans and fi�e (5) copies ofi the preliminary techrtical spec�ficaiions for review by the City and fior submission to utility companies and other agencies �For f�e purposes of coordinattng worfc with existing and propased utilities. The prefiminary constr�ction plans shall indicate iocation of existinglproposed utilities and storm drain lines. The Engineer shail receive wriften approval of the Phase 2 plans fram the City`s project mar�ager beiore proceeding with Phase 3. �H/��� 3 13) Fina! Consf�ucfion �lans The Engineer shall furnish five (5) copies of the final construction plans and contract specifications for review by the City. 14} pe�aile� C�s� �s4ima�e The Engineer shall furnish faur (4) capies of detailed estimates af probable construction casts for the autharized construction project, which shal{ incl�de summaries of bid items anc! quantities. � 5) P�ans and Specificaiion Apprava! T1�e Engineer shall fiumish an original co�er mylar for th� signatures of authorized City officials_ Th� Gontract Documenis shall comply with applicable Incai, state ar�d federal iaws and with applicable rules and regulations promialgated by local, state and national baards, bureaus and agencies. The Er�gir�eer shal{ receive wrifter� ap�roval af the Phase 3 plar�s fram the City's project mar�ager before proceeding with Phase 4. r3r �HA�� � '16) �inal A�p�oved Constructian Plans The Engineer shalt fumish 45 bound copies af Phase 4 final approved construction plans and contract specifications. The appro�ed plans and contraci specificatians shall be use� as authorized by #he City for use in obtaining bids, awarding contracts, and cans#ructirrg the project. 17) Bidding Assis�ance The Engineer shall issue addencla as appropriate ta interpret, ckarify, nr expand the bidding documents, �nd ' assist the owner in determining the quali#ications and accepta�ility of prospective c�nstructors, subconi�actars, and suppii�rs. When substitu- tion prior to the award of contracts is allowed by the bidding documents, the Engineer wiil advise the o�runer as to the acceptability of alternate materiafs ar�d equipment proposed by t�e prosp�cti�e construc#ors. 18} Recommendaf�on o� Are�a�rd The Engineer shali assist in the tabulation an� review of all bids received for the construction of the pro�ect and shall ma�ce a recommendation of award to #he City. 19) Prebid Con���r�Ce The Engineer shali attend #he prebid confierence and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids ar praposals and in assembling and awarding contracts for construction, materials, equ�pment, and �ervices. PW/��� � 20) 4'recons�r�ciion Canf�rr�nce The Engirteer shall aitend ihe preconstruction canference. 21) Cons4ruction �urdey The Engineer shall �e availabl� to the City on matters concerning the {ayout of the projeck during its canstritction arrd will set control points in the field to allow City survey crews to sta�e the projeci, The setting ofi line and grade sta�es and route inspectian af canstruction will be �erFormed by the City. 22) �i�e Visifs The Engineer shali r►isit the project sit� at �ppropriate intervals as canstructian proceeds io obserrre and report on the progress and the q�aality of the executed work. -Q - � 23} Shop �rawing Re�iew The Engineer shall review shop and erectior� drawings submitted by the contractor for compliance with design cancepts. T�re Engineer shall re�iew laboratory, shop, and mill test re�arts an materials and equipmeni. 24} Insi�cfians �o Con4�ac�or The Ertgineer �hall provide necessary interpretations a�e! clarificatrons of con#ract documents, review ahange orders and make recommendations as to the acceptability of tt�e wor�C, at ihe req�est of the City. 25} laififering 5ite Condifi�ns The Engineer shall prepare ske#ches r�quired to resolve prob}ems due to actual field condi#ior�s encountereci. 26) Record Drawings Th� Engineer shall �repare recard drawings from information submi#ted by the contracior. _�_ ��w»r� „�4�.� 5U�'PL�IV�CMT°�1L S��P� {�F� S�R����� (SUPPL�N��I�i Y� 1�7iA��l'��l�i `"�+��) f���a� -���I�A� ��RV1C�S: 4iidAif�R �1�I�R �AI�!'��►RY S�I�N�R ti4�PR41i��IlEhli a The following is a clarification of the tasks tha# the �f�GIAl��� will perForm under ATTACHMENT "A". Wark under this attachment includes �ngineering services for wafier and/ar sanitary sewer improvements for the following: Vi�Ai�� �� a�►iVl�"�Y ����R ���LACEI�A�Ni CO�lT�CY �QO� STHflol� DO� 1VO. 37�8, l�Vpri�fY ���J�C� WO. �'lM�i3�Q6D5301'�6��D Ai'dD S�lii���i �'f��J��i N�. ��58�070�8Q'9i�$90 SL�i�I1VlARY EAi -1 � s�r���� f w���� s�w�� — � _ � � - � Proposed� � � � � � Proposed � �. � �Water Map Exisfing Replacament Length Sewer Map �xisting Repfacement Length No. Size Size No. I 5ize Size I (in.) (in.) (fE.) I (in.) I (in.) (ft.) Arixona Avs. I (�lmwood io Z054-384 8" 8� 8°CI 8" {PVC) 2870 2054-384 I6"VC, 6"DI I 8" 200 � Ramey) 2054-38fl I2D54-380 8"VC Ave. � � I I I{Argyle to S. I 2054-384 2" 8" (PVC) � 87U � 2054-384 B" 8" 125 Riverside) 2060-384 � 2�60-384 I I I Jessamine St. � I t���s �o �-a�� zo��-3so I 6„ & 2� I 8» tpvc} sao ---_ �__. I --___ �.._ � I I � E. PoweEl Ave. I � I(Epps to I-35) � 2064-380 I 6", 2-'ii4", $" �PVC) 84Q � ------ ------ ---- � � ��C� � I � � �Powetl Ave. � . I (S. Ri�erside fo 2060-380 I 2" & 6" I 8" {PVC) 72D 2060-380 6" � 8" I 1465 IBelzEse Terrace) � I �. .iessamine Str. � � I �And Loop N. to 206�-380 I 2" & 6" I 8" (PVC) I 1015 � Powell Ave. I I Water Li�e I I � I I I I I L-957 � I � I2054-384 8"VC 8" I 2750 � �Sanitary 5ewer ZQ54-38Q I 8" Canc. I 6"VC _ � IL-2510 I ' I I 2D54-384 6" VC 8' -- 847 I Sanitary 5ewer I 205�3-384 � i I � i . i �-3738 � I 2054-38�4 � 6" VC � 8" 899 �Sanitary Sewer I � 2054-380 �L-3751 I2Q54-384 6"VC 8" 722 Sanitary Sewer 2054-38D Total 7055 6608 EA'!-2 Upon r�ceipt of notice to proceed, the �NGIN��R wilf perForm the �ollowing tasks. P�� A � �R�-�PlC�iV��R1NC �. lnifial Da�a Colle�tion a. �re-�esign Coordinafion Meefings �NGIN��R will attend and document meetings, as re�uired, to discuss and coordir�ate vari�us aspeets of the project and to e�sure that the project stays on schedule. For purposes af establishing a level of camfort, hnra {2) meetings are ar�ticipated. These irtclude the fiollawing: One (1) pre-design kick-off meeiing, �incl�dirrg the CI`fY's Department of Engineeririg and other departments that are impacted �y th� project). 4ne (1 } revi�w meeting at completio� of tt�e CIiY's review of the conceptual engineering plans. b, �a�a Cnliec�fan �n addi�+vn fio data obtained from ihe CliY, I�fVt�lRl��� wilf research �nd maice effarts ta obtain pertinent information ta aid in cflordination of ihe proposed improvements with any �lanned fut�re impro�ements tf�at may influence the projec#. �[VGIf���R will alsa iden�ify and seek ta obtain data far existing condi#ions fhat may impact the project inciuding; utilit'res, CITY Master plans, property ownership �s available from the Tax Assessor's office. c. Coordina�ion with �ther Agencies Duti�g #he concept pF�ase the EN�iA���� shall coordinate with a!I utilities, including utili#ies owned by tf�e CI7Y, TxDOT and rai�roads. These entities shall also be crmtacted if applicabEe, to determirte plans for any praposed facilities or adjustment to existir�g facilities wfthin the pr�ject limi#s. The information obtained shall be s�awn on the cor�ce�t pla�s. The �N�Il���� shall show the laca�ion of the propos�d utility iines, ex�siir�g u#ility lines and any adjustmenfs andlor reJocatian of the existing lines within the praject limits. ��1Clf����t shall complete all farms necessary for CITY to obtain perm9# ietters from TxD�T and raflroads and submit such farms to the CIYY. CITY sha�! be responsible for fotwarc�ing the forms to the affectad ag�ncies for execution. EA1-3 2. i�an�hly Progress Fiepor� and Neighborhood P�ewsle#ier a. The ENGINEER s�a�l submii a prflgress schedul� after the design confract is fuily executed. The schedule shafl b� update� and submifted to the CIiY along with manthfy progress report as required under Attachment B of #he contract. b. ENGlNEER will prepar� a quarterly newsletter detailing the status of the project �ar distri�ution to th� affected Neighborhood Association. The rtewsletter will be revi�wed and approved by the CITY �rior to distribution. �lo►Ri � - ��IdSiR[JCiION P�4N5 �{,!� ���Cf�I�AiI�Rla �. �ance��ual Engineering i. Sun►eys for Design a. E�CI�I��R will perform feld sunreys to callect horizontal and vertical elevafions and other information which wii� be needed for use by the �N�lN��� in design ar�d preparatian of plans for the project. Infarmafion gathered during the survey shall include topagraphic data, elevations af all sanitary and adjacent storm sewers, rimlinvert elevatians, location and b�ried utilities, structures, and ather features relevant to the final plarl shee�s. For sewer lines located in alleys or backyards, �NCIA���R will o�tain the following: Obtain permission for surveyir�g through private property. �.ocate horizontal and verkica! alignmen# af ufility lines. Tie impro�ements, trees. fences, walls, etc., horizontaliy alang rear lin�s in an approximately 20' wide strip. In addition, 1or�zte all rear house corners and b�ilding corners in backyards. Prafile existing water andlor sewer line centerline. Compile base plan from field survey daia at 1"-20' scale. Obtain permissiori for surveying thraugh private property. Locafe hofizontal and �ertica[ alignment of utifity lines. Th� improrrements, trees, fences, walls, etc., horizontafFy along rear lot lines in an approxima#ely 20' wide strip. In additian, locate all rear house corners and building corners in backyards. Compi�e base p�an fram field surv�y data at 9" = 20' harizontal and 1" = 2' �ertical scale. �A'I-4 b. �nginee� �dllili Peovide The �ol�owing Iniorma�ion: Afl plans, field nafes, plats, ma�s, legal descriptions, or ather speci�ed documents prepared in conjunctior� with the requesfed services shall be provided ir� a digital fiormat com�aiible with the electronic data callectian and compufer aided design and drafting software currently in use by ihe CiiY Depar�ment af Engineering.. All �exi data such as plan and profile, iegal descripiions, coordinat� files, cut sheets, �tc., shall �e provided in the American Standard Code far Ir�orrnatior� lhterchang� {ASCi!) format, a!I drawing files shall be provided irt MicroStation (DGN}, Autocad (�WG or DXF} format (currentiy Re�ease 9 2), or as otherwise appro�ed in writing by tF�e �CITY, and all data callected and generated during the course af fhe projecf sha�l �ecame the pra�erty of the CI`fY. Tfie minimum information to be provided in the p�ans shafl incfude tf�e fQllowing; �. A Project Cantrol Sheet, shawing �LL Control Points, used ar set while gatherir�g data. Generaf�y on a scale af not less fihan 1:400: 2. The following information about each Control Point; a. Identified (Existing City Monument #8909, PK Nail, 518" Iran Rod) b. X, Y and Z Coordinafes, in a� icEentified coardinate sysiem, and a referred hearing base. Z coardinate an CITY Datum only. c. Descriptive Location {Ex. Set in the centerline of t�e inief in the South curb line of North Side Drive ai the � East end af radius at the �autheast corner of North Side Dri�e and North Main Sfreet). 3. Caardinates on ai{ P.C.'s, P.T.'s, P.I.'s, �Aanholes, VaFves, ete., in the same caordinate system, as the Control. 4. No less #han twa F�orizontal control poinfs, per line ar laca#ian. EA9-5 5. Bearings given on all proposed centerlin�s, ar basel�nes. 6. Station equations relafing utilities to paving, when appropriate. Ili. �U�7�IC i�O�I�C���0�1 Prior to canducting design surv�y, �NClPI��� will notify affected r�.sidents of #he project in writing. The notification letter shali be on company letterhead and shall include the �ollowing: project name, limits, D�E project no., Cansulta�t's projec# manager an� phone no., scape of survey work and design survey schedule. The letter will be reviewed and approved by #he CITY prior to dis#ribution. iu. Concepfival �ngineering �I�n Submifkal a. Concepfual plans shall be submitted to �liY �.� days after Notic� to Praceed Letfer is issued. b. 7he �idG�N��R shall pertorm car�cep#ual design of the proposed improv�ements and turnish four (A�) copies of the corrcept engineering plans which includes Iayouts, preliminary righ�-ofi way needs and cost estimates for the �R�CIFd���'s recommended pfan, EIVf�IN�ER shail perForm remaining �eld sunreys requ9red for fina� design of selected route{s}. The ��CIAE��f� shaff also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluatior� in writing ta ihe CI'TY as a part of the concept phase af the project. A!I design st�all be in con#armance with Fort Worth Water Department pa(icy and procedure far proc�ssing water and sewer design. �N�f1�EEFt shaEl re�iew the �1iY's water and sewer master plan and provEde a summary of �ndings pertaining to the proposed project. 2. Prel9minar� �t�gineering Upan appraval of Part B, Secfian 1, �h�CIN��� wili prepare preiimihary consfruction plans as follows: a. Overall water andlar sanitary sewer fayout sheets and an � ove�-al! easement layot�t s�eet(s). Ea�-s b. Preliminary project p[ans and profile sheets which show the foilawing: Proposed water andlar sanitary sewer plan/prafle ar�d recommende� pipe size, fire hydrants, water ser-vioe lines and meter box�s, gate valves, iso�aiion val�es and alf pertinent information needed to cQnstruct the project. Legal description (Lot Nos., B�ack Nos., and Additian Names) afong with praperty awnership sf�al! be pravided on the pfan view. c. ��r sewer lines, pipelines schedule for point repairs, rehabilitation and replacement wi[I 6e located on the base sheets prepared fram survey information gathered under Part B, 5ectian 2. Con�licts shall be resolved where pipelines are to be rehabi�itated an the same line segment. Base sheets shall reference affected ar adjacent sfreets, Where open-cut eonstructian is ar�ticPpaied, below and above ground utilit�es wiil be located ar�d shown on the base sheets. d. Existing t�tilities and utility easement� wifl be shown on the plan and profile sheeis. �i��ild��F� will coordinate with utility cvmpar�ies ar�d the City of Fort Worth tQ de#ermine if any future improvements are pfanned that may impact the project. e. The �N�IN��R shall make pro�isions for reconneciing all water and/or wastewater service lines which connect directly to any �main being replaced, including replacement vf exisiing seruice lines within �IYY right-of-way or utifity easement. When the existing alignment of a water and sanitary sewer main or fat�ral is �hanged, provisions will be made in the fiinal plans andlor specificatiarts by the �l�C1N��� to relocate alI serviee lines which are connected to the existing main and cannect said service fines to the refocated mair�. f. The �P1G1iV��� will prepare standard and special detail sheets for wa#er line instaliation and sewer rehabilitation or replacement that are not already ir�cluded in ti�e �-Sectian of the CIT'Y`s specificafions. These may inclu�e connection details befween �arious parts of the praject, EA1-7 tunneling detail�, boring and jacking de#ails, waterline relocations, details unique ta the construction of the project, trenchless details, and special service lateral reconnections. g. Ftighi-of�lii��y �esearcF� T�� �i��INC�� will conduct preliminary research for a�ailability of existing easem�nts where apen-cut constructian or relacatior� of existing aligr�men�s is probable. Temporary and permanent easements will b� appropriated based on avaifable informa#ion and recommendations will be made for appro�al by the C1iY. F�. Righfioo� way/��semen� ��eparation and Submif��l Preparation and submitta! af right-of way, easements and rights-afi entry will be in conformance wi#h "Submittat of Informatian ta Real Properfy for Acquisition of Property". i. Ufilify Clearance Phase The �P�GIN��R will cansult with the C1T'Y's Water De�artment, Departmeni af Engineering, and other �l i Y departments, �ublic utifities, private u#i�ities, private utlities ar�d governmen# agencies to determine the approximate location of above and undergrour�d �tilities, and otf�er facilities that have an impact or influence o� the proaect. �NCCiV��� will design GITY facilities to avoid or minirrt�ze conflicts with exis#ing utilities. The �P�GIRfI�I�Ft shail de�iver a minimum of 13 seis of approved preliminary cflnstruction pla�s to the �ITY's Utiliijr Caordinator for fo�vuarding fo ail utility companies, which have facilities within the limits of the �roject. j. �reliminary �onstrucfion �la� Submifiia� i. Preliminary plans and specifcatior�s shafl be submif�ed to CIiY �.�, after appro�al of Part B, Section 1. �,�y �A1-8 ii. The �I��l[V�EFt sF�all defiver two (2) sets af preliminary construction pfans and two (2) sets of specifcations ar�d contract dacuments to CIiY fc�r review. Generally, plan sheefs shali be organized as �4IIflWS: Caver Sheet Easement layout (it applicable) Plan & Prafile Sheets Standard Constr�ctian Detail� Special ❑etails (If applicable} iii. The ]�iVGI�l��R shall su�mit a preiiminary estimate of probable construction cost with the preliminary plans submitted. �I�C[lV�FR shall assist CIiY in sele�ti�g the feasible and/ar economical solutions to be pursued. k. �e�iew IVIYee�ings with �I7Y The �iVGlW��R shafl meet with CiiY to discuss review comments for preliminary submittal. The �I`iY sF►ail direct the �N(alf���� in writing to proceed with Fina! Design far Final Review. I. Pu6tic IV�eeiing After t�e preliminary plans hav�e beer� reviewed and approved by the CIT'Y, �NGlPI��R shall prepare exhibits afong with an invitation �etier and attend public meeting tc� hel� explain th� �ropc�sed project #o residents. The CITY shall maii the invitation lefiers, 3. rinal �ng�neering Plari �uhmittal a. Fnal Ganstruction ❑ocuments shall be submitted to CliY �_ days after appraval of Part B, Sectian 2. Following CIiY appravaf of the recammended improvements, fhe �PdGlPI��R shall prepare final plans and specifications and contracf documents �a CI�'Y (eact� sheet �hall be s#amped, dated, and signe� by the �N�1N�ER} and submit two {2} sets of �lans and canstruct�on contract EA�-9 documen#s wifhin 15 days of �I�Y"s final appro�al. Plan seis st�all be used for Part C ac#ivities. b. FN�IRl���"s �s�imate of �roba�le Ca�s�ructivn Cosi The ��fC1N�FR shall submit a finaf estimate ot probable construction cost with tFte final plans submitted. P�RY' C � PR��CONS��UCiI�P! A�SI�i�lC� Adminisfraiion a. Del�ver �id �]ocumenfis The �NG�Rl��� wil! make availabie far bidding, upon request by the CI�°Y, up ta farty (40} seis of the fnal approved and dated pfans and specifications and contract documents for the projects ta tha C!�'Y for distribution to potential bidders. Proposal will be delivered in electronic format. b, �lCIC�IIlg /45515��C]CB The �A��lN��R shall assist th� CIT°Y during phase including preparation and deliuery of addenda to plar� holders and respanses tfl questions submitted fio the DOE hy prospective bidders. �NG«l��� shall att�nd the scheduied pre-bid conference. The �lV�iRli��R shall assist in re�iewing the bi�s for campleteness and accuracy. Ti�e FcAl�IA�I��R shal! attend the pra�ect bid opening develop bid tabulations in hard copy and electronic format and submit four {4) copies ofi the bid ta�ulation. c. �sis�ance �ueing Cons�rucfion The ��GIAEE�F� shali attend the pre-construction conference for the project. The �iV�IR���R sha�l alsa consui# with and advise the CI'�Y an design and/or r,�nstruction changes, if necessary. EA9-1 p AiTa�Cbflfr`��dT ���,• C+Dh���f��A�lOf� �IVD SCb��U�� W�►'i�� �� SAPlIiA4�l( S�W�R �����G�hAE�'i GO1dT�CT` �0�2 S�'iV➢o�. 9�� i�0. 375�,1lVAT�R PR�J�Ci �10. �!�l�3�OfiU�301�fi5�0 ARI� a��f� PR�J�Ci NO. ��5�oU�Q5�0173�9D !. Compensatian A. The Engineer shall be comp�nsated _ a total lump sum fee of �fi4�,876 8�as summariz�d Exhibit uB-3". Payment of the tota! lump sum fee shall be cansidered fuil compensation fior the services described in Attachment "A" and Exhibit "A-4" for all labor, materials, supp�ies and equipment necessary ta compensate the project. Th� Engineer shall be paid in four (4} partial paymenfs as described in ExhPbit "B-T' upon receipt of four individual invoices from the Engineer. In th�s regard, the Engineer shall submit ir�voices for four partia! payments as described in Exhibit "B-9", Sectian � — Method of Payment. II. Schedule B. Final Phase I Plans sf�al! �e s�ubmified within �caler�dar days after tl� "Notice to Proceed" letter is issued, �ac���ir ������. (S[J�PLEIVI�i�T it] Aii�iCHiV��f�i �� IV��TWOD �� ��Yf�V�PlT 1�lAi�€t Af+�� ��NfiAftY 5��R R��LA+G�NY�IVi GOAEi�►Ci ��?U2 STI4�1� DO� IdO. 3758, Wf�i�R PFtOJI��i AI�. P11�53-Us4v30'�ifi55a ,�iV� al�IN�R PRBJi��� P�O. P����O'�0��097a�90 1. f�lefihod o�' Raymenfi The Engineer shall be paid in faur {4) partial payments as outlined below: Partial paymer�t Number 1, which shail be equivalent to 40% of the tatal lump sum fee, shafl be payable after City approval of ExhiY�it "A-1", Par� B Secifon 1, Conceptua! Design Report. Partia! paym�nt Numbsr 2, which shall be equivalent ta 7�% of the tota! I�mp sum fee, less previo�s paymen#s, shali be payable aiter Cify approval of Exhibit "A-1", Part B Section 2, Preliminary Submitia! to City. Partial payment Number 3, which shall be equivalent to 90% vf the tota! lump sum fee, I�ss previous payments, shail be payable after City approva! of Exhibit "A-1", Part B Seciion 3, Final Canstruct�an Documents. Partial �aym�nt Number 4, ►nrhich shall represent the balance if �he earnings, fess previous payments, shall be payable after the pre-cons#ruc#ion meetings far th� Project i�ave been conducted. Note: If the ENGINEER determines in the course of maicing design drawings and specifcations that the co�struc�ion cost estimate of �'� ,2&.0_,1 �5.94 �as estimated in Exhibit "B-3"} wi11 be exceeded, wf�ether by change in the scaPe nt the project, increased costs or o#I�er conditions, ihe ENGINEER shal! immediately repart such f�ct to the C1TY's ❑irectar af t�e Department af Engineering and, i� so instructed by the Direct�r ofi Engin�ering Departm�nt shall suspend all wvrk hereunder. �A���11 �*t7o�11! H ! (SUP�l��14��A�T i0 ATi�CH��i�`� �) DE�iCiV ��E COSi SU�hR�I�Y IAtAY�i� �!Q S�iiAI�Y ��d�i� R�PL�4C���Ni ��PfiF�f�i 2002 aTllflol� �O� N�. 37��� I��i�� P��J�Ci NO. �`1N�3�060�3�176�5U AN� S��l� PI�O��C'� PlCJ. P�S��OY0��07i��90 _ _ _Phass , ,Scope �f Se�rvice _ _ _ �ee _. _ _ ��V�� _ _ °!� _ _ . � _ . 1— Desigr� Services Pipe Repiac�mer�t $140,876.8a $�4'1,483.31 P�oposed M!l��� �ubcons��gan4s �ervir,�s �e�s °Io of �o�t��cfi GQrrondQr�a & Associaies, ir�c. S�rvey $ 37,53Q.OQ Hugo C. Trevino Associates Reproduc#+on $ 3,953.39 ��b���� ���e3r� (SU��L�l4���T i� ATTAC�If��P�� �) Slll�fl�AC�Y ��SIGN ��� 1d4.�Ai�R /�ND ��'1fVl�'A�.Y S�'��� ��1�lyAC��1�Ni GO�f'��Ci ��0� STNl�L D�� N�. 375�, {����R PR�J�GY fVO. �'ItVd�3-0605�09 �6550/�1N� S�l�i� �ROJ�Ci N8. f��5��0l0��097���0 August 7, �2002 Mr. Tony Sholola, P.E. Consult�nt Servic�s Division Department af Engineering City o# Fnrt Worth 1 QOQ Thr�ckmo�ton S� Fort Worih, TX 76702�6311 Reference: Water and Sanitary Sewer Replacement Contract 2002 S�M-L D�E NO. 3758, Water Project No. PW53-06��3Q176550 and S�wer Project No. P558-070580975890 Dear Mr. Shalola: We a�preciate ihe opportunity to present #his prapasal and fe� schedule for your considerati�r�. Attached please find construc�fon cost estimates, scheduEe, and exhibits clepicting the scap� af work. We propos� #o complete the prQ�ased work in accordance with the following fee sch�dule. Estim�t�d Canstruciiar� Costs �or All Lines -$1,260,1�5.94 Basic Engineering Fee based on % of construction (T.S.P.E. Curve %) x S�% i.S.P.�. Curve °fo x�5% x Estimat�d Canstruction Cost � Basic Desigr� �ee 7.5°/a x 8�°/a x $1,280,165.94 = $8Q,33�.58 �xhibit "B-3" Mr. Tony Sho�ala, P.E. August 7, 20Q2 P2�ge 2 S��cia! S�rvices �asic Design I�ee �D% for MIVV�E Subcontractors $80,33�.58 $ 8, 033.56 Total $ 8�,369.14 Survey Services Design Survey Easement �repa�atian . Property Ownership and Record Rasearch Car�s#ruction Services Pre-Construction Pos# Constrvc#ion Reproductian* '!6 5ets ofi Preliminary Plans (utility clearance) 44 Sets �f construction Plans 44 Set� of S�ecifications' 40 �IAyiars {'i set) *Estimated ta#a! of � Sheets $ 36,33�.00 � �,zoa.00 $ 2,442,QQ $ 1,936.Oa $ 5,146.Q(i $ 870.�� $ 2,1�3.3T $ 1,�00.00 $ fi60. QO Totaf $ 39, 972.00 Yoial $ 7, 052. QO Tota1$ 5,483.71 iOTAL GUMP SUM Total $14D,$78.8� (Vllater Design Fee: $�$,� �6 ; Sewer Design Fee: $�71�t.�9) We wifl be using Gorrondona & Rssociates for design and constructior� s�rvey and Hugo C. Tre�ino Associates fior printing construction plans and specifications. This will result in a�.4 %($�1+�83_31) �ortion o# the cot�tract ff�at will be performed by a�praved MIVIIBE firms, which will exceed the farg�t af 17%. ff you hawe ar�y questions ar rec�uire additiona! information, please give me a ca11. Sincerely, Coboum Linseis�n & Ratcli�F, lnc. Jim Pey�on, P.�., R.P.I�.S. Senior Vice President �XbI�IT "�o3A'" (SUPPLEiV��NT TO AYiACbll���'`� �n3) COf�S�'�UCTI�1� ��Si �STIiwA�� ��T[i�iA�'�� W�URS V�IAiER �� S�P�I�A�Y S�IIV�� ����AC�NiEf�i' �OR�T�Ci �002 STNI�L t�0� NO. 37��,1llf'A'��Ft P�OJ�Ci NO, PIN�3606053D17'6��0 P►f�D S�W�R �R�J�Ci NO. PS5�d0iQ��4175890 k�UR�,Y R�Y� MlQ1�FC Estimated Man Hours l�IORK T��K ��SCRI��IaIP! CONSTRUCTfON SERVICES A. Pre-�onstructior� 1. Bid Opening & Review Bids far Accuracv _ _ 2. Compile Bid-Tab 3. Pre-Canstruction Meetina SU� �oi� B. Post Construction 'i. Fina! Field insc��:ction _ � 2, As-built (recordl Drawinas SU� TOT�L iOiAl� Principal Project Manaaer _2 2 0 2 2 4 8 � 8 S 16 5enior Desianer Cferical � � 4 � 2 � g . I � � q. I � 40 � � � � 44 � � 52 � � � 7o4a1 Cos� �s�imafie �;} _ $ �14.�0 � � 1.�Q8.00 � � 414.40 fl 1 � �.s�s.ao _- 2 � 900.OQ � $ 4.216A0 2 i $ 5.116.00 � 2 � $ 7.052.00 � lEXI��60T "'��'" �PLI�G�1� O�F IfldQ►T�Gi AfV� SI�V4�ER PFtOE3A��� C�f�S�ft�lC�'�OIV �05T VNATER APi� SA4��TAlR1� SE{d1dER RIEPLA��dIdIIECJT C�f��'RA+CT 20�2 STI�1—l. ��E NllO. 3758, VYAT�I�. PIiOJE�T �O. P11�53-060534'�7655� AP�� S�1lf�IZ �I�OJEC'II' 1�0. P'�58-070580175890 17"l�GV9 � __ . .. I�'�. �ES�F2�PTQ0� �F �4E�115 WA'�1� �1�� IR��d.ACGI�IENT '1 8" Water Line 2 6" Water Line 3 Std. Fire Hydrant (3' - 6' Bury} 4 Remo�e Existinq Fire liydrant 5 8" Gate Val�e and Box 6 6" Gate Valve and 8ox 7 CE1DI Fittings 8 1" Water Service Line From Meter ta Main 9 314" Type "K" Copper Water Servic:e Line {Priva#e) � 0 1" Tap, Saddle, Stop & Fittinqs far 1" Watar 5ervice Tap to Main 1'[ Class "A" Meter 6ox 12 Temporary Ashpalt Pavement Repair 13 FurnishlLay Pipe & Fittinqs far 2" Temporary Water Service 14 Parmanent Asphalt Pa�ement Repair (Per GCD Fiq. 4} YVA'r1ER S��-��TAL 90% Coratit�gency WA'G�kZ 'VDTA� WA4E12 P�L4CEN�AGlE �F PCtO,lIECT � U�C�T Uf�d� � (�f�l�A1V. COS'f I LF LF EA EA EA �A TQN LF LF EJa EA LF L5 LF 7,Q55 $32.OQ 250 $22.(l0 15 $1.500.OA 91 $300A� 33 $7QO.OD �� $�so.oa 6 $3,OOOAO 2,400 $15.00 39D $18.0� 79 $30D.00 79 $75.00 7,550 $9.00 1 $95,000.00 350 $35.00 � A�OQDI+1� � $225,760.00 $5,720.00 $22,soa.00 $3,300.00 $23,10Q.00 �e,2so.00 $16,500.OQ $36,000.00 $7, D2D.00 $23,70Q.DD $5,925.Q0 $67,950.Q0 $15,OOD.00 $12,25D.00 .pQ��2,975,�Q� �7,2s7.sn $52Q,272.50 4�i .2�%I EX 64-1 ��+"1��� R�"'¢� ��Q���� V� �I�T�� �� aS��i�� ������C Ci��r'J�R���IQ� Ci0�3� WA'CE�Z AM� SAP�lTAR�l 5E11N�R C�EP�10EiNENT C��dTCiACT 2002 ST{lii-�. �OiE IMO. 3758, WA'�IER F'�i0.liEG�' NO. �W53-06053U77fi550 ABd� SIEWER P1tO.DECT �A. PS58-D74580'�7589a aTE1V1 I �d0. 1 2 3 4 5 B 7 B 9 i2 13 14 15 18 18 19 20 2'1 22 23 25 26 31 36 37 38 39 mESCRIP�'dOfN OF E'rIEMS SANYTARV SEWI�S217�PLACEME[V4 � $" S.S. (Alf Depths) I 6" PVC (S1�Ft-26} wlCement Stabilized BackfiEl 8" PVC (SDR 26? wlCement Shabilized 8ackfifl � 8° DIP (CL-51) Sewer Pipe � 'f 8" Welded Steel Casinq Pipe wl Carrief Pipe by oYher than open cut(Per Modifi Std. 48" I.D. SSMH 5tandard Q.' piameter arop Manhole to fi Feet Dep#h Shallow Manhole (�er Fip. 1Q6} Extra �epth for 48" I,D. SSMH Watertight Manhole ]nsert Concrete Manhoie Coller Vacoum TesE Mfanhole 4" PVC 5anitary 5e+yer 5ervice Line 4' PVC (S�R-26) S5 3ervice Line (w/Cement 5ta6ilized Backfill � Water Main �rossing) (p-53} 4" �lP 5anitary Sewer Servioe Line 4" Sewer 5ervice Taps 4" Two Way Ciean-out Temporary Pavement fiepair Asphalt Driveway Repair Asphalt Parking Lot Repair {6" F1ex Base wi2" Overlay) Brick on Reinforced Cancrete Base (per Fia. 2) �.I. Fiffir�9s . - TrencM 5afety SVstem (�5' Depth) Permanent AsphaEt Pavement Repair {p�r GG� Fiq. 4} � Post N ]nspec#Eon � Concrete Encasement � Type "E" {15p0#psi) Cancrete � SEWE}Z SU8-TOfiAL 70% Contingency 5£WER'�Oi'AL P12,OJIE�'T �OTAL PEF2CENTAGE OF PROJEC4 4VPdOT LF l.F LF LF LF EA �A EA VF E�1 Ea, EA LF LF LF EA EA LF �5Y SY LF TON LF LF LF CY CY QddA�9. A,1�49 fi0 140 1,fi80 579 25 1 _ 2 50 28 2$ 28 708 � 6,429 1,070 6,808 20 20 4V�dOT COST $35.00 $30.00 $40.00 $45.40 $440.OD $2,400.00 � $1,800.00 $1,533.00 $151.00 $6i.00 �oo.00 $738.00 $96.60 $23.74 $22.94 $200.40 $100.40 . $9.40 $37.40 $38.40 $50.00 $3,000.00 $2.00 $35.00 $2.00 $100.00 $80.00 A��IUNfI� $145,295.00 $1,800.Q0 $5,600.00 ` $76,272.OQ $23'1,600.00 ' $5�,000.�4 $1,800.OD �,oss.00 $7,550.D0 $1.70$.OD I $8,40Q.p0 � $3,BS4.00 I $1'[,752.80 $8,532.00 $687.00 $14,800_00 $7,400.00 $11,700.00 $444.00 $1,965.60 $8,75�.00 $3,000.00 � $12,058.Q0 $37,45�.00 $ 7 3,6'f 6.00 $2,000.ao $�,soo.ao $672,630.40 - $67,263.@4 $73�,893.44 = $�,2�0,'� 6�.9� 58.71 % ex Ba-z F��Fi�d�lYl�1�Q� /L/'�!! �a CW/�lhd�ES �4[V� AM�N�ii���li5 i0 S�A�l��D AGR��iU1�Ni AN� ATTACFf�I�N7 A Ia14.�YFR A�l� SAIVIiARII' S�W�R �P�►���R�hlT CONYR�4Ci 24Q2 STIV��l� ihe�� �re no changes and amendmer��s �o Standard Agreemen� and Eltfachm�n� l� ���""'��Q� eo�_�ie DESI'C��➢ SC�i�DI�Ll� W�+4�E� �+�1� ��1�1��'�Eil� � c���$ I�E�Q.E1Cl��IIE�i' CON�'�4G� 20�� ST�dI-L �OG f1�1�. 3�5�, W�iE� �R�J��i �O. P4�l9��-�6���Oi�6��� e41V� 5EWl�1� C�I�O;��CT I��, PS��-0�0����' 75�3� !D Task Name 1 Notice Ta Proceed 2 Data Collectior� 3 Coordinate Wit�t Other Agenoies 4 F'ublic Noiiflcation 5 Conceptuaf f]esign - 6 Surveys for Design 7 PreliEttinary Estimate of Probable Cast 8 Conceptual tissig� Plan Submittal 9 Concept Design Review by City 10 Prelimirtary pesign 1'[ Preliminary 5pecs and Contract pocuments 12 Preliminary Document SubmEttal 13 Preliminary Design Review by C9ty 14 Final Design 95 Final Estimate of Probable Canstuction CasY 16 Final Construction Document Submittal 97 Final Dacumen# Review i�y Gity Task Praject: REV FWPraject9 Split �ete: Wed 817142 Progress � August 2D02 � 5eptember 2DQ2 � Ociaber 2p02 I�fn�ember 2002 31 I 3� 6� 9 �12�35�18G2'! �24�27�34� 2� 5 � S �1i �94�97�20j23�28�29� 2 � 5 f 8�t1 �14�17�2p�23i26129, 1 I� I 7 I10I13 � � � � � = 0 � - � — —�� � L_.J �� � I _� Milsstone + Extemal Tasks � �� � , Summary E�demal Mi�estor+e � ,...,���,��,�����,• �,.,�������������������������.. �� Projecf Summary � � ie-- —��,4 Deadline � Page 1 �/'►l���Q� eo�_�ee DES��C'sf0 SC�i�DI�Ll� V4�i44I�lR �1�1� Si4�l�i��►Et�' SIEW�ff3 I�EI��.ACl��IIEN�1' COI�VTiRQ�C� 2�0� SL�VI-� �O� �i0. 375�, �9ATEI� ���.lIECi IVO.. PI�Va3-�6�5301765 r� A;�1D �EWIER Pl��.�E+�� d��. PS��-070����7��9� ID Task Name 1 Natice To ProceeQ 2 ; Data Callec#ian 3 Coordinate With Other Agencies 4 Pu61ic Not�cation 5 Conceptua! Design 6 Sur�eys for Aesign 7 Frelirninary Esfimate of PrababEe Cost 8 'Conceptual Design Plan &ubmittal 9 Conr.��t pesign Reyiew by Gity 10 Preliminary pesign 91 Prelirrtinary 5pecs and Cor�tract Documents 12 Pre[iminary aocurnent Submittaf 13 P�eliminery �esign Review by Ciry 74 �inal Design 15 Final Estir�ate of Probable Constuction Cost �16 Final Constructian Docurr�ent Submittal 17 Final Document Review by City ProjecE: R�V FWProject'E Dafe: Wed 817/p2 Decem�er ZOQ2 I January 2DQ3 � February 2DD3 � 96�19J22J25�28 1 � 4 � 7 �10I43�16�19�22�25�28�39 � 3 � B� 9 j72�15�18�2'I �24�27j30� 2 � 5 � 8 �91 �14�17�20�23�26I 1. � - — I �- � � � Task � - � Milestone � Extemal Tasks � 5plit Sumrnary ,�„�•.,��uu���•,.,�,,....„,�����,��,�„�,,.���u�����, Extemai Milestorxa � F'rogress Project Summary 1�" !� �cy���� Deadiine Page 2 I i� � I�XFfiI��T "�_'�°° - - - - � _ �ESI�W SC��m�fLE � VN�►TEI� �MD SAIViT�►ll�ll S�VVEF� IRIE���E1�1E1�'�' ��f�41'��T �Q�02 S�'t�l-� D�E �I�. �76�, V�,�Ti ��3 PI�O,�E�'�' G�'�. �V��3-060 r3�'� 76 r6� A�'� ���9E�t �Ft�JIECi I��. PSS�-07����'Q7���0 rch 2b03 � A ri! 2003 �ay 2Q03 � June 20p3 � � �D TaskName 4 f 7�70�13�16�99�22I25I26�3�P3 � 6 � 9 JT2C�E5�18�27 �24j27�3p� 3 � 6 � 9 �12�15'18�21�24�27�30� 2 f 5 � S �17 �94j17 1 Notice Ta Proceed 2 Data Collecfion 3 Caordinate With Other Ageneies 4 Pub�ic i�aiification 5 Conceptual Dssign 6 Surveys for Design 7 PreEimir�ary Estimate of Probable Cos# 8 Concaptual Design Plan Submittai S Concept Design Re�iew by City 7 D Preli�ninary Design - 41 Preliminary Specs and Contract Documents 12 Preliminary bocurnenf Submitial 13 Freliminary Design Review by City 14 Final Design - — _ _ 15 Fna! Estimate of Probable Canstuction Cos# � � —� 16 Final Construciion Documerst Submiital � ' 1i Final Documeni Review by City �� �- 1 Task �_ � Miles#o�ie � Ext�rnaE Tasks � ' �ro]ect: R�V FWProjecfl ' �ate: Wed 8/7/02 Spf� ,��...,,,,,,,,,,,,,,,,,...,,,,,,,,,,,,,,,,,,,,,,,,,u SummarY . E�cternal Milestone � Progress Pr�aject Summary �=��� Deadiine � � ' _ �age 3 — — — - . � 1 n�ter� � I�,+--�-� x"����- _ �i,. —{-- .� ;, k2.. ! � 3 j�� 1 � �� F � �0 9 : �'� $ � ' 1- � k�� f 4 ' � Q S '1 � s � � .l *� d„PV ! ,.V � I 5 1 '4 3`� s � � n� �� 1 pROPos�o s" WATER LINE— �. : j" .� � fl scat�s r� = aoa� �: r i I3I� S 5 8 aa zg ia s� zs x� 1 6 � 1 � 2 3� 4 5 I 6 x zs �a v zs z� € � � I� � Z I 3� 4 I 5 I 6 .7� 24 18 Y� 76 2f ! 6" j � j j � j � I I f � I I 1 6 1 7 B B Y1 11 :2 F� 1{ I 1' � f y B �'�II' I FI 8Y5 I''I6J ��B�9 1D li S4 �� L 4�) � I V I �' i ! . . i� I 1 I I I I 3W 1 I ! f AF�IZ�NA AVENUE (E�MWOOQ — RAMEY) EXHIBIT 'E' C5H�E7 1) WA�ER LIN� IMPROVEMENTS WATER AN17 SANITARY SEWER REPLACEMENT GONTRACT 2002 STM—L courrc�t o�srRrcr rvo. e ��� WTR — 2059=,38Q. 2054-3$4 � MAP5C0 — PG. 36a. 79CU Cobaurn �inseisen & Rafclifft IRC. WTR PROJ. ND. PW53-06d530f 76550 3oT W 7th STREET. sr�. �aoo SFVR PRDJ. Ivp. P558-0T0580T i5890 , FaRr woerH. 7EXA5 �4ioz — DLTE Np. 3758 illl I I I! I I�fl I I�;�+' I I I � 12" ,P IEI }{F{I NV I�� � i2'�jl -677� �28`52j52�52q53u W'�� S91�B� 6aq�e � � � I I I_ � ! ! I � �. ' S17 LAi4�19 O` u'� � i- r� 867 ���� V� s�� � I w ±e 7 5n Sp 59 30 Z4T � 608 I S� � S � �55�i9� � C� � �I<SC�F N�� � 4Z7 � 1B 48 Y7 76 S: I Sh I �, +—� � 4_. � r F— � ,5.-- � ,�s I {f I � �58, 47e 473 ��2¢CIS+6IF �� f I � 659� 473 �78 J_L. r� � , �7g� ssr �." '�� __.._,g 30 T4 Y� 7] 28 t t61 4]S 4_, l�. Fi1 + a4zx .701�' wsi I , --� �� :� �6s :83 �� � ��, .�8 � ! ' }55• ���4�69 �8S � _ _ � �]S �„� '. —�6 _ ]0 Y9 2d R7 } eD � 6�� ` �i51 ��4 g4$ 1� �� I] I� I y�� 1 �� - � �� z.��z,���� e�. t � �� 2.� �,�.z � I ? f� f2 �� i25 I l i i l 3l �� 5 8 d0 4 Y+n s� s� a� I�o�ze sslz7lxa z 5�'�+ se �8�,�7��.� a_ i : % PROPOSED 6" SDR 26 SEWER l. I NE PRDP�SED 8" SDR 26 SEWER L I NE � WA TfR AND ".SAN I TAR Y SEWER REPL A CEMEIV T.C4N TRA C 7" 2002 S TM-�L � � COUNClL DISTRIGT No. 8 � ��� ' . Cohourn Linseisen & Ratcliff, lnc. 3D7 W 7th STREET. STE. 18UQ FORT WORTH, TEXAS 76i02 - � �. ALLFhS Ff �o L-285 i•sae s � a e. a � , ' � � f 4IaaR � z � 3 � � 3 �34� �' �' �' f" f g �!� zv za �c t� xu s5 I�I3;I�1•��E�6 si� D s2 I5x s�a %i J5a so�Cns I c-_�9I ��1��c�� I -�r"ol I t.B 1k-90E � 0• U Iff:� L P517 516I515�s Si 13 509R j 807 A� 5 E0��80 ,� �'I �u,lwdo� � � � � SCALEr I " = 40�' � � � � 7 17 °� a� k so��� 1� I� 0�J �e t� I�N'Y �j � VC � �� �a� � I g�� �� B B 9I 97 S B 0 4E7� 29 p$ 2� I6 i5 E. K, , � E wo 4,�� �•A5 � 457 s75 � . L.L� ��58 i7� �,jy�77 1 2 3 4 5 6 Q ` � �� g ,= 15g� a�a +�s � �_r �j 5 I-� �- ---�� �aao} su a� x� ss �� � + _.____ Rf H. Q f] � O�t�6t .. F7oq 'gi n py r- 2 � � � � F� :ez� ;� ,�:�3�,�a1� -��� � q55 467 484 �•l��-��� �� � 70 �QI2e rrl7s ' fif � � 8 & �o ! I � 14 yG q 4a � ;� � �i � 548 � d � � 5 � � [3 43{4i�,��f���, `� r. � ��•� SH+R - 2054-38D. 205Q--384 MAPSCO - PG. 364. T9ClJ IYTR ARfJJ. N0. PH+53-060530! Tf550 SH+R PROJ. N0. P558-0705$0175&90 DOE NQ. 3758 � ARZZQNA AVENUE (ELMWOOQ — RAM�Y — SEWER CR05SINGSI EXHIBIi 'E` (SHEET �A) 5EWER LIN� lMPROVEMENTS � ALLEi` � ST. 1� L_.j�' r i7 • i2-• r i rr + � m4 Y � e S ']^ 3 4 ! r ; a F�, 3 2 I 6 � e � � ' i 4.�; I�..i s.-. � � �' m s� ' -��--� 2' x PROPOSED S WATER LINE 1, SCALE: 1" = 4p0' l I I I I I! 1'1 IJ� :�IY 1]! I II t2° . r ^! — F i2 5i1a �28 !21 B2e� 5g9�5,�� W SSf SB�SSV �BpSB I I I I b ' 517 514 5ffi IS � 697 II6�5 6C 0 �� L 1M�0 � � �1 —�W � ;�„N� 7 6.. � I�wqsOi�so$So su�jsa s � � ��� s I�I s III [ J � ��§�p I��E F�s�e� � se� ;a xg ie x� xe U i w , d., ; y,. I 1� � ig{ i57 r� 176 � �5E 47� s73 1 Z��IfI6I[ �59 �93 s78 J--4 �47 • � ♦�9 5: 0 29 2d i] i9 f ��s� �7! �soy Ri � � + �ezie �7u1�; as� � 483 � 164 ia2 --�- Jli 54f 4fi� N� ebd �B3 4,i ♦ 5 --"� ' +166' W7 �Ba � 1 e66 a3i �]6 — 3`'] 42 76 27 t0 �,_•-� �' � - � m�., � :; `� _ 4^ 44 ss a+6 _�ra I s I s I s I� I �.�v�r. -� • � - � �� I't—'-'--'-� � i � s„ i tI I `� 'I � I f 1 �`n � RIBFSISI�Jy�8�9 #Y II 2 f'i;.I�I�IB���lil�rElEll+s i sa7 ��5 x 4 �i�_� � � :n � I � _ il : i I�� c i i i 3 � r an� i � i i E. PO�ELL A VENUE ! EPPS — I --35 ) �XHIBIT `E' (SHE�T 2) WAT�R LJNE-IMPROVEM�NTS WA 1'�R AND SANf iARY SEWER REPLACEMENT CONI'RACT 2002 STM-�L CDUIVCfC DISTRICT IVo. 8 ��� Co6ourn f�inseisen & Ratc(iff� lnc. 30� w z+r, srn�Etr sr�. taoa FDRT WOR7H. TEXAS 76102 N+TR — 2D54-3B0. 2059--384 MAP5C0 — PC. 3'64. T9CU I!lTR PRl1J. NQ. Pwss-osas3a� r�sso SWR PRDJ� N0. P558-070580175890 DOE Np. 3758 0 � P�oPosEp s" wa��a L1NE— WA TER AND SANI 1'AR Y SEWER REPL A CEMEN T CDIW TRA C i 2002 S rM—L CDUNCIL pISiRlCT No. 8 ��� . Cobourn Linseiser� & Ratdiff, lnc.� 307 W 7tt� 57'REET. STE. 18D0 FORT WORTH. TE%AS 76102 I �� AlLEFv � q 5T. J J[ s� ±p �� ��� � r I 11" t � r �2•• { 1 ' 7 m4 � � 'e s �j s 4 o � 5 7 I ; � 6 5 ,.�,v � � � s s s ,2� Z � A 2 � ' r �r ' � m � 7 a g � t �r r S2� �_ ;„ ' +' '„ T7� I I I I f I I a'r� � ���r � 1€ � II i s2" _ ��a I 523R �$ I52 j 52� 52�SJ0 °� 591 Sb a9 6 b � � � �m� a � �5i7 SiG�5S5�1� � I � � � � 603 � 84 � L 4Y O y ,� �„ � : ri 5CALEr , - � q�o. � I�SW�'SOIj.G� �SU1�sP95i� 247 I� 6C8 6vl S I� S � � � � � � � I I� 9;� 9Y19i�9 7BB$ a87 '� Rg pe �7 R6 25' y � t�• r 3�} 4,. I(! z 5 a'S7 �- �76 jI �. 159 47a i7� � 1 I� I�� 14B �ld 17a T47 4 _.Ga. 47q� � _.,� 36 19 4� 2] 78 � ' y 467 471 _�e°W + �ez— uo ,s� � � 6+� 954 481 +I I I! I I I � � `4s I� 87 j I j 7 j 3 I y I 5 j Fb5' 667 �!4 I I I � i! �6g 433 � 1I I ( �38 0, ��'(Y9I7T��j i �� s�_ � i � I g mJ'—e" 1 , IIlrI 7I � I 1 �1 • � + , ��� I f S I R 3$ 7� I+ f C I 7� fi 9 Y! 11 y( 6 l $ 9 IC I ry 12 43 14 6• 2 I� I I I F -� � i r i i i �� i JESSAMINE STREET (EPPS � I-35) EXHIBIT 'E' (SH�ET �) WATER LINE IMPRDVEMENTS FI2IJIs�6�6 � N+iR - 2054-380� 2054-384 MAPSCD - f�G. 369. 74Ci1 WTR PR2JJ. Nf3. PW53-060530176550 SWR f�ROJ. Nt1. P55&-0]'05&pi7'S890 . DfJE N0. 3T5$ 0 PROPOS�D 8" WATER L 1 N� scA►.�= �~ a zoo• � %AV E D � t2 � �9 I 10 � AVIE� I � 6 I � I �� � 3 � � �t � � z � 14 � I 11 _ 2„ � '616�� I � L� i2 4 i ? 3 2� + 11 1d 9 8 � & 5 4 3 2 1 I l� � I + � � � � I � �� � L � � - 9 1(3 11 0 3 �3 i4 15 I16 18 t9 20 22 23 � � 7�l 2'" �A�I `�'� E a `�' � � , A��. "'� �.. � I .�g J 3 6" � � � � � � � � "�-93 �- �� � 2 p 12 11 1a � 9 � 7 6 5 4 3� 2 i� td �� � � � � -�- 28' I ;, I ��'� � � ,� �� � 18 t ��+ ����� � i � � ��� � i � � � 74 1� 6 17 18 i9 20 22 23 �� i � }3 �# 7 .�,�1 � � � �� ��� ! ��. � > 5 Q 3 2 �' 16 J!,_! 71 10 9 S 7 6 5 � 3 2� + 17 �j n�o ��� >- —� i /I I j _ �-- � - �t �� ' � � � , 4 �' so� � �� � ____�� � 14 � 15 16 Q� 18 19 2Q �� 22 23 i �" _._ . I �9 ` 13 6„ _ rR��IA � � �-` �T ( zo � �4 ��s� ��•r�vc ��, � 1 � i � �( � � � � � ^ �'� 12 � 11 t� � 9 C 7 + 5 ` 5 4I 3 2 � . � � ! I � E � t,�� � i � .��TENUE D AVE. E — S. RIVERSIDE) �XHIBIT '�' (SHEET 4) WATER LINE IMPRqVEMENTS � WA7'ER AND SANI TARY SEWER REPLACEMENT CONTRACT 2002 S�M—L I couNcr� orsrR�cr nro. e - _ ��� WTR 2D60-38�1. 20�4 384 �I • — — MAP5G0 - PC. 3SA. $1CS y Cobourn i,IhS�ISEl1 & RatctifF, �Il[. WTR PROJ. N0. PN+53-D605301 i6550 3p7 W 7ih STREET. srE. �soo SWR PRDJ. N0. P558-t1T0580i75890 FORT W�RTH. TEXAS 76102 �OE' ND. .��58 PROP�SED 8° scatss t" � 2oa' SEWER �. I NE .� .�z.5� , � w �� i�E L -2�50 1 � �7=�3 � ' '_ ���C� �1� �" �n� . � 5 7 � + , �� � /�v � o � _ 51. .3 �,v . � � � � - � 8 � �--- �� r-, , � � �" ��*��� �}z2� _ �. � 4 � 7 7 - .� �— -, .� � -, 5 4 3 2 1 a� �� II J� � � � _,, �_�� � � �L � V� ��I � �� J I! � � � � �,� ��s o�-�" ,E vc o��a fiz.� � �2��fi� � �fs8� ��� 5� AV � � � ' I V . � �- �� � � -_.i � � 7� rr � � I 5 4 3 2 Q �� � `� � �� 1 _ _I � � � $� � �, T � =�. � � � � � _ L 7 7 � � � �-- � � vfIc � � � � � ��$ 14 �15 15 i7 18 "t� %0�6 V � 2� � ��U � � �� I � ,a � 12` � ��5�� I � � �����A�-� � , t � , 5 Q 3�2 � - 7 �b` �=�8 � 6" � �� ,a � � 6., ���3 .� �- � G 7 6 16+ 4� w � ' �, atp5 � � a � P, A �U ' �1 �,-F�� �r ��: �� A C�. ,L -.7�4 , +�,� �„ f �' '�� 1 7 7 Q � h � � � �l a7 � �� ��� � � � ! `, -�;�,�. � � � —� p �. 14 `� � 9=8U { � � � 6f � �� I . �i� A�TENUE D f S�A. 0+00 TO STA. 1+22E l . t Approx i mai�e I y 125 I!�F ) EXHI6IT 'E' (SHEET 4A) SEWER L Ii�� 1�IPR(JVEM�NTS WATER AND SANITARY SEWER REPL.ACEMENT e�NTRAC7' 2002 STM—L c�unrctt atsrRtcr ,vo. e ��� SWR - 2Q&0-3&4, 2054-3&4 MaPSCQ -- ►'G. 364. BtC5 Cohourn l.inseisen & RatcEifF� ItIC. WTR PRDJ. NlJ. PW53-tI605301 T6550 307 w 7tn srRE6z, srE. iaoa SWR PRQJ. NO. P558-070580f75890 FORT WO�iTH� TEXAS 76102 i�QF N(�. 3T58 PROPOS�D 8" WATER LIN� � � ' i _ I 2 � 6 7 8 9?Q 11 � � i �� t3 � � 17 16 15 �4 � � 12 5 � � � ��� ,�„ ��20' t � 11 � I 6 7 S 9 �p �-' p 2 � � � a � � w � ��., � 77 15 15 74 1 � � � � `�� � P�aWI_LL � - .a� � � „ � �,� � � ¢ 1 � �� I � ( n 7 6 8 i4 � � _ 3 _i�� 13 4 � � I 4 � 3—.—�, � 17 16 i� t4 � 12 R o � ' 5 kA�T °° �� �- � � � �,� 1 � 5��� ' � Z � 6 8 9 10 � � PROPOSED 8" WATER �IN� - � - J SCALf: r" = 20D' � a � 2 3. �� S 7 g 9� 10 11 `l��� � � � � � ,� 24 23 22 21 �D 19 1$ �� 15 'f5 i4 HA�VEY �31 � i2 73 12 t 2 3 4 5 6 7 g 9 10 tt � ' �1 � � , � � tia 24 �2 21 20 19 18 17 16 75 14 `# 13 $ . r ���, ;9� �—PROPDSED 8•' � WATER LIN� LO�P 1 2 3 4 8 7 8 g 16 17 12 ,� 24 23 22 21 2D f9 0 17 16 15 14 13 �C�� i�i�i��r �� S�. �' 2,� 'tg�' � 2 3 4' 5 6 � � � � 7 PO�ELL AV�EI�LJE EAST JE�SAM�NE STREET AND �AT�I�L�NE LO JP {S. RIV�RSID� — BELZISE TERRACE) �XHIBIT 'E` (SH�ET 5?� WATER L I N� I MPROVEME�ITS WATER AND SANI TARY SEWER REPLACEMENT GDNTRACT 2002 STM—L CDUNCIL DISTRICT No. 8 ��� • WTR — 20&a—J60 MAP5CO — pG. 365. 81CU COb0UC11 Linseisen & RatCliff, It1C. WTR PRI�J. N0. PW53-06�530176550 3a� W 7tM STflEET. sT�. taoa SWR PI70J. N0. PS59�070580175890 FOR7 WORTH. texas zs�oz � DfIF N4. 3758 - - - - - • - - • - --- _� , -� _� �, _� _� �� � 0 � �� ----,. i.�J � � � EsJ � � 7 2 = � � 0 � �-R PO�ELL AV��UE ( STA. � +13 70 STA, 10+6qE ) t Approx i ma-�e I y � 065LF ? EXHIBI7 'E' t5H�E7 5A) SEW�R LINE IMPROVEMENTS WA TER AND SAN I iAR Y SEWER REPL A CEMEN i CON TR�{ e T 2002 S TM--L � courvcr� orsr�rcr n�o. s Cl� _, C'a�eurn Linsei'sen & Ratclif�� Inc. 3di W lth 57REET. STE. 1806 FqRT WORTH. TEXAS 76102 PROPOSED 8�` SEWER LIN�- , � 2 f & 7 8 9 t0 Zt 3 � '" q. �-- �� * 9 a E � 17 t6 15 i4 13 52 5 �8}2$ � � , �� 3 E � z � � 6 7 i$ 9 10 � 3 � -- � 4 � � t7 t6 �5 1� r3 � - P'��WrLL, d g+S7 SCALFS ry � aao' � t 2 3 4 5 r3 7 g g 10 11 i2 � � � -,�2'7 ��i �„ 4 23 22 21 2Q 19 18 i7 16 15 14 13 _�� I-f A� � V. Y r_ r� c- ��-z a--- � 6". 1 3 4 5 6 7 g 9 10 11 »'� (� �1 J �i N 24 23 2 2# 2� 79 18 17 16 15 14 J Lu S i' � � � �, � 1 - 4 97_ � � a (1�64E + � �,} 7�4�*Q�t 6" � 3�, � � a 7 8 8 10 11 i 2 3 4 5 n 7 g g�`�11 12 � � � � _-�-�= ;? � � � fl� � ¢ M!: 77 15 15 i4 13 12 2� 22 21 20 19 18 17 10 r '� i, �� I � 5 � �Ar7 �J AS �f�v INE ST "� 4{�� � � L -� l�4 � � � � �� 8 • 3E ro� 6 �44 �� 6„ �,.�� - � � g �. $.� �� t`� 3 4 5 6 7 � ,�'` � � *r �� � -�- i ���,� 6��Cc�nc � I / swR - zo6o-3ao MAPSCQ - PG. 3fiS. BiCU WTR FROJ. N0. FW53-�b053p17655D SWR PRDJ. NO. PSSB-OT0580175890 DOE NO. 375$ � . . , scatFr r� � qoD� 6v l Jc'FF 503d se vrn AUE. - �ty -� � _ ryy � 44 �� u55 FR.2k1 � 4 � ti 6 � ' 13 4T s�..SS _ —� a � e3 10 ' �¢� �,��' � . 21 e-� �S pt, C r � zn_z .s�l L ��2� � —hy � � �� �� ��1 �ie ' '� � gv o S� 16 17 SB 49 . � L�� 5•71 F93��b � � � i ` 19 7 � � jL _ � ' � � � ��,� ��� �C��'�,�.�'L - � '� • n _ . .� _ � . �n r iQ u � � a�ns• sr �' «a� � ,� P 1 '9`8j �g• � � KRv18£'_L ��� � ,hAlL L S1 i E A, Q1 � p,�'�' � .� �iD 4 - 84 ��. �' � � "' I P[�RtO,'POS ��4y �, m�i�/ J� YY � fS S «�2-2+ � , ��i fQ� N V t � �� � 1 � � -- �`a5=� ��� p�.i Ca�P' i m__. � G, <a.9R �� � s� � � � , �a N x i io B e a 5 s� � � a EL VE (C�0 �� h L�I z115 f 1S „ B �7 ZD 2, 2T r3Z< � 6��1 ��I ��� � r Sq��PE � e���s 55� S} z+l j � II '��I4��1?ISi FI�l3�Z1�1� 7n•i� h. P� ' � . � �ir - ! 5 q � I M a L-� r���et�.�i � � �I� � 34 � ' 38 3�' ��� � �' � 5 W H �4,�0 4 F- w � � � �' z �a�_� _ E 6•27 J ��; ��1 f��iP/���. �� ! y r� �e���1'�� r fQ����� i����� r �% ���� _ , � :, ��� ����y� r:��' � �,�-:�=r•; �� '�' � ��'Q�� � F r ���� ����� � r'� I � �� � � w � ����ii''����,�� r���,����� , ����ll����_ �'�����ll� k '� � l � i *.R a. A r u 1 � !1 L -95'� STA. 1+50 70 STA, 29+00� f Approx i ma-h� 1 I y 2750LF ) EXHIBIi 'E' iSH�ET 6) SEWER LIN� IMPROVEMENTS W,4 iER AND SANI TARY SEWER REPLACEMENT CONTRACT 2�02 S1"M-L C01INCfL DISTRICT' No. 8 ��� � Cobaurn �inseisen & Rahcliff, Inc.� 30� w�rn sr�E�T. sr�. iaao FORT W�RTH. T�XAS 76102 SWR — 2054-380. 2054-384 MAPSCD — PC. 364. 79CL1 N+TR PROJ. NO. f'W53-060530175550 SWR PRDJ, N0. P55B-070580175890 _ _ _ DO� NO. 3758 � SCALit !'" � 400' �-3751 1� PROPOSED $"� SEWER LIN� � � �J L-373$ � � PROPC7SED � n s�w�� � r r�� � L I I' J! �F + t•fi96K• � I , f 4 I I I -0�4BAH0 ��q.6fi � 5'4 � � 45➢ 475 '� I 77 �8 � ' U 45B 471 ��. F iu xi s�s � � �-_��.e4�saW ;7a 4•10 I � _._� \ 39 38 5�. Y- . e.'�y � 5 i-Z" � �� ss � la��J 51 �8E — /70 $ F-- q �63 589 3 � � i� � .16� <S� a5 � ` �,3�� ig Fe5 T6i 31 � {i 59 � I �m� �.� .1.�� 7 "�. 7 "v ^ S 8•� � 67 1 4F 4G � 6�8 , 1 k � 3 � � � `i �a� � rr �e u a� BZ �� 'Xn� 4a a,; �z �a a� �1 4 � 1 ' � ' � � �` � � T a� :� >'� �� ��� a s� •�u � 8 a� � 8, s' ' '� 3 "'dg �m „� '° <o x: � na 3 „< ru irs � A L-3�51 STA. 4+qg TO 12+38E fApproximately 789 LFi L-3�38 STA. 6+21 to STA, �2+38� f Approx i ma�-e I y $99LF ) �XHIBIT 'E` (SH�ET 7) 5EWER LINE IMPRDVEMENTS WA TER . AND SANI TARY SEWER REPCAC�MENT CQNTRACF 2D�2 STM--L Ct1UNCIt DISTRICT NO. 8 ���� , Co6aurn Linseisen 8, Rat�kif�, Int. 307 W 7fh STREET+ STE. 1600 FDRT WOR7H. 7�YfAS 761t12 ,SWR � 2Q54-38Dr 2054—,�$4 Mapsco - PG. 36a. t9cu WiR FRDJ. M0. PW53-06a530176550 SWR PRDJ. Nfl• P538—DTQ5BD175890 11QE Np. 3758 „., � , scat�': � ” - 2ao' PROPOS�D 8" SEWER LINE � Q ,a�� � �5 25-2����a E`� A ' S Y � 6�-�E , , I � �a � 3+33BK= 3r70RHQ= 4+21 c3 � � �0 � I ��`� �' ' �'� 23 +� L ~�g9S � 1 ' ~ � 23g �' �4 {1� � g,3*�� A g � �4 2S � � � i c��� �� � 98 � iBK r �Sg � � A �. i - � n 95 * 3A � � � � � 9 i �6" � � I i i i r i�� �57�-�lfiiJ f�2•15 J�-J—���0 STA. D+DO TO S�FA. 8+20E (Approximately 847LF) �XHIBIT `E' fSMEET 8) S�WER �INE IMPROV�MENTS WA TER AND SANI T,4RY SEWER REPLAC�MENT CONTRAC i�002 S rM--L C�JUNCIt DASTRlCT No. B �L� SiYR - 2054-380 MAPSCO -- PC. 369. T9Ct! Cobeurn Linseisen & Raf �liff, �(1C. WTR PRfJJ. NQ. PH+53-06(1530t 76550 30T W�tn STREET. s7e. iaoo 5FYR PR�J. N0. P558-07p580175890 FORr waRfH. rExas �6102 DOE N0. 3T58 �'`�ty of �o�t �or�h9 T'e.xas ���� �r�r� ���r��;� ���r�uni���;�r� �AT� REFERENC� NUMBER �'�� �M� �nCO�OURN PAGE � O� 2 911 YIQ2 ��`�o� �2$� l suBa�cT �NGIN��RING �►CRE�,M�Ni' WI�W CO�OU�N �1NSElS�N & RAiCL1F�, INC. �QR WAY�R AND SANITARY S�WER REPI..AC�M�Ni CQN�RRCT 2002 SiM-�, R�COMM�NDATIC7N: It is recommended that the City Cauncil authori�e th� Ci#y Manager to execute an engineering agreement with Cabourn tinseisen & Ratcliff, Inc. in �e amount af $14q,87fi.�5 for Wat�r ar�d 5anitary Sewef f�epE�c�m�nt Contract 2fl02 S�M-L. DISCUSSION: The pro�ect consists of the preparation of plans and specifications for water andlor sanitary sew�r lin� replacement as indicated on the 'Following streets: ST'���i �Imwood Avenu� Argyl� Str�e# Epps Rvenue Epps Ar�enue F2i�erside Driue �iverside C�rive (waterls�we�) �w�terlsewer) {water} (water) (water) (water) FF�OM i0 Ariza�ra Av�nue A�enu� D Jessamirte Street Powell Avenue �nwell Aver�ue Jessamine Street Ramssy Aw�nu� Ri�erside D�ive IF�35W IH35W Ash C�escent Street Ash Crescent �treet This project also includes the r�placemen� of the fol�owing sanitary sew�r laterals: • 1�-957 � L 2510 Beginning from 50Q #eet north of the Main 5tre�tfAnni� 5t�eet inter��ctian , w�st�rly to IH35W; and Located in the ailey between .iessamine Street and Atlan#a Sireet from Epps Street to IH3�W; and � � L-3�3�IL-37�1 Lacated '[n �n are� �hat i� g�nerally bound on th� nor'rh by �altimore A�enue, on the south by Davis Av�r�ue, on fhe east by IFi35W, and ort the west by #he Buriington Narth�rn Santa Fe Railro�d. . Afl pavemer�t ta be impacted by canstruction wifl be permanent�y repaired wiih asphalt after the proposed improvemer�ts �re cnmplete. , Goboum �inseisen &�2atclifF, Inc. proposes to p�rform the d�sign work for a lump sum fee o� $140,�76.85. City st�ff considers t�is fe� to b� f�ir and ��asonable ior th� scop� of s�rvices proposed. MIINBE � Coboum Linseisert & Ratcliff, Cnc. is in compliance with the Gity's M/W�E Ordinance by committing to 29°/a MIWBE participation. The City's goaf on this project is �7°/fl. This prdject is locat�d i�t COUNCIL �ISiR�CT 8, Mapsco 77L, M, N, f�, S, i and V. � „ � � �`l� O��'O� �O�iZ9 �P�ICI�S �ry�� �r�d �c���c� � ��r���r�������+� I�AT� REFER�NC� N[JMBEF2 LUG NAME 30C060URN �AG� 2 Qf � 9117IO2 *'��-'1924� l � suBa�cT ENGIN��RING AG���M�NT WIT�I COBOURN LINSEIS�N &�'�,TC�1FF, 1NC. �OR WATER AND SANIYARY S�WER REPI_AC�MENT CONTI�ACT �OQ2 STM-L In addition to the contract amot�nt, �4,000.00 is r�aquired for project manag�ment by the �ngine�ring Dep�rtment. FISCAL INFORMAiIONIC�RiI�ICAi10N; The Finance Directar certi�es that funds �re a�aiiable in fihe curreni capital budg�t, as ap�ropriated, of the Cammerc�af Paper�Wat�r and Sewer �unds. MO:F� 8nbmftted for G�ty Mana�er's Office hy: Marc Ott O�'iginating DepartmentHe�d: Dnuglas �tademalce� Additional Info�rmation Cantact: Douglas Radetnaket' � �nvn � �ccouiv�r � c�rr�za � aMotrNr � �rO) 8476 I � 6157 (from) PW77 PS46 6157 � 531200 064770157320 $58,162.46 5312�0 0744B0136930 $82,714.39 CITY SECRETARY APPROVED 9/17/02 City of'Fo�� �oY�h, T'exas �ilayor ��d Cou�cii Cor�r�u�ic��t�o� DA7E Ft��ER�NCE NUMB�R LOG I�AME PAG� �i� �ia� **�_� �2�� 3acogouRN � o� z SUBJECT ENGINEER[NG AGREEMENT W[TH ��]6C�UF2hl LI�JS�l�E�! & i�A7��3�F, I��C. FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2002 STM-L RECOMMENDATION: It is recammended fhat the City Council authorize the City Mar�ager to execute an engineering agreement with Cobourn L.ir�seiser� & Ratcliff, Inc. �n the amount of $14a,876.85 far Water and Sanitary Sewer Replacement Contract 2002 STM-L. DISCUSSION: Th� Project cansists of the preparation af pians and sp�cificafions for water �ndlor sanitary sewer line replacement as indicated on the following streets: STREET Elmwood Aver�ue Argyle Street Epps Avenue Epps Avenue Riverside Drive Riverside Drive (waterlsewer) (waterlsewer} (water) (water) (water) (wafier) FROM TO Arizona A�enue Avenue � Jessamine Street Pawell Avenue Powe11 Avenue Jessamine Sireet Ramsey Avenue Riverside Dri�� IH3�W IH35W Ash Crescent Streef Ash Crescent 5treet This project also includes the rep[acement of the fallowing saniiary sewer laterals: � L-957 � L-251 d Beginning from �00 feet north of the Main StreetlAnnie Street intersectian westerly to IH35W; and Locaied in the a11ey between Jessamine Street and Ailanta Str�et from Epps Street to IH3�W; and � L-37381L-375� Located in an area that is genera[ly bound on the north by Baltimore Avenue, on the south by Davis A�enue, on the east by IH35W, and on the wesi by the Burlington Northem 5anta Fe Railroad. All pavemen# to be impacted by canstructian wi11 be permanently repaired with asphalt after the proposed impro�ements are complete. Cobourn Linseisen & Raficliff, Ine. proposes to pertarm t�e design work for a lump sum fee a'f $140,876.8�. City staff considers this fee to be fair and reasonable for the scope of services �ropased. M/WBE - Cobo�m L9nseisen & Raficliff, lnc. is in compliance with the City's MIWBE Qrdinanc� by cammitting fo 29% MIWBE participation. The City's gaal on this praject is 17%. This project is located in COUNCIL D15TRICT 8, Mapsco 77L, M, N, P, S, T and V. C`ity o, f i�`ort �orth, T`eacas �/1a�or ��� Cau���! ��r��u�i��-ti�� DAT� REFEREE�ECE NlUMSER LOG NAME PAGE s�� 7�a2 **�_� ���,g 3000BOURN � of � SUBJECT ENGINEERING AGREEME T WITH COBOURN LINSEISEN & RATCLIFF', (NC. FOR WATER AND SANIT/�RY SEWER REPLACEMENT C�NTRACT 2002 5TM-L. En ad�ition to the contract amount, $4,000.00 is required for project management by the Engineering Department. F1SCA�. I NFORMATIDNICERTI FICATI ON: The Finance Dir�ctor certifies that funds are available in the current capital budget, as appropriated, of the Commercia! Paper-Water and Sewer F�ands. MO:k Submiited for City Manager's �ffce by: Marc Ort Origivating Departnnent Head: Douglas R�demaker Additiunal Infartnaiion Contact: I FiJND I ACCOUI�T I C�NTER � (to) 847G �i 157 1 (€rom) PW77 539200 060770157320 PS46 5312D0 07Q46013693p AMOiINT CITY S�CRETARY I APP80V�I� 9/17/02 $5$, 9 62.46 I $82,7'E4.39 � � � Douglas Rademaker 6IS7