HomeMy WebLinkAboutContract 28672�
CI�Y OF FORT !lilORib, T�XAS �.%!`��'` :���i������ �
S�'A,�lDAf�� A�R��M�NT ��R �NCiN�i�RIiVC� S�RV1G�-1�`i`��A�� �1� .
This AGREEMENT is betweer� the City ofi Fort Warth (the "GITY"), and APM &
Asso�iates, Inc., (the "ENGINEER"), for a PROJECT generally described as: Water and
Sanitary Sewer Replacement Cantract 2002 STM�N. �
Ar�icle I
Scop� of Ser�ices
A. The Scope af Services is set fort� ir� Attachment A.
Articfe II
Compensalion
A. The ENGINEER's compensation is set forth i� Attachment B.
����ie ��i
�e�ms of Paymen4
Payments to the ENGINEER wil� be mar4e as follows:
A. lnrroice and �aymen�
� ��
J'
(1} The E�gineer shall provide the City sufficient documentation to
reasanably substantiate the invaices,
(2) Monthly ir�va+ces wil� be issued by the ENGINEER for all wark pertarmed
ur�der �his AGREEMENT. Invoices are due and �ayable witF�in 30 days
nfi receipt.
(3) - lJpon compfetion of services enumerated in Article i, the final payment of
any balance wifl be c�ue within 30 days of receipt af the final invoic�.
(4) In the event of a disputed or contested billing, anly fF�at por#ion so
contes�ed will b� wiihheld from payment, and t�e undisputed Aort�on wi�l
be paid. The GITY will ex�rcise reasonable�ess in contesting any bill or
parkior� tFtereof. Na lnterest will acc�ae n� any cantested porEion of the
billirtg until mutuaily resolved.
{�} If the CITY fails to make payment irt fu[I �o ENGINEER for billings
contested in good faith withir� 60 days of #he amourot due, the
ENGlNEER may, after gi�ing seven (7) days' written notice to C1TY,
suspend �ervices under #his AGREEMENT unii� paid in full, inciuding
interest. In the event of s�aspension of services, the ENG[NEER shall
have r�o liability to CITY fo�- delays or damage ��a���-=t� ��`
beca�se of such suspension of services. , �.
����'�� � � �.
� ��
�4�%� �3��1�1�+au
°��, ����
�4rticle IV
Obligafions of �he �n��neer
Artiendments to Art`rcfe IV, if any, are included in Attachm�nt C.
A, Gene�al
The ENGINEER will serve as the CITY's professional enginee�ing representati��
under this Agreement, pra�iding prafessio�al engineering consultafion and
advice and fumishing customary services incideni�al #heretv.
�. S�andarci of Care
The standard af care appiicable to the ENGfNEER's services will be ihe degree
of skitl �nd diligence narmally employe� i� the Stat� of Texas by professional
engineers or consultants performing �he same or similar services at the time
such seivices are performed.
C. SubsurFace lnvestiga#ians
t1) The ENGINEER s�aU advise th� CITY with regard to the necessity far
s�rbcontract work s�ch as spec�at surveys, tests, test barings, or other
subsurtace investigations in conrtectian with design and engineering
wor#c to be pertormed hereunder. The ENGINEER shall also advise the
CITY concerning t�e resuits of same. Tfi�e CITY shall fumish such
su►veys, tes#s, and investfga#ions, uniess otherwis� s�aecified in
� Attachmenk A,
(2} In soils, foundatian, groundwater, and other subsurface in�estigatEons, .
the actuaf characteristirs may vary sigRificantly befinreen successive test
points and sample intervals and at locativns other than wher�
ab�ervations, ex�lora�ion, and investigations have been made. Because
of the inher�nt uncertaEnties in subsurFace. evai�a�ons, cF�anged or
unanticipated undergrnund condifions may occur tha� could affect the
tatal PR�JECT cost and/or executivn. These conditions and
costlexecutian effeGts are not th� res�onsibifity af ti�e ElWGINEER.
d. �reparaiion of �ngineering �rawings
The ENGtNEER will pro�ide tQ the GITY the original drawings of all plans in ink
an reproducibfe plastic film sheets, ar as oiherwise a}�pro�er� by GITY, wh�ch
shall become #he property v# fh� CITY. ClN may use such drawings in any
manner i# desires; provided, however, that the ENGINEER shal! nvt be 1iable fnr
the use af such� drawings for any project o#her t�an the PR�JECT described
herein.
ENGINEERIPIG AGREEMEN7
Page 2 oi 15
€. �ngineer's Pers�nr�el at Consirucfion �ife
(1} The presence ar dut�es of the ENGINEER`s personnel at a canstruction
site, w�etF�er as on-site re�resentatives or otherwise, do not make the
ENGINEER or iis persannel in any way respor�sible far those duties that
belong ta the CfiY and/or the CITY`s constructiQn r.ontraciors �r oiher
entities, and do not relieve #he construction contractors or any other
en#ity of their abligatior�s, duties, and responsit�ifities, including, but not
�imi#ed to, aH construction methods, means, techniques, sequences, and
procgdures necessary for coordinating and campietir�g al! portions of th�
constructior� work in accardance with the Contrac� Documen#s and any
t�ealth or sa�ety pr�cautions required by such construction work. The
ENGINEER and its personnel have na autharity ta exercise any controi
over any construction contractor ar other entity or their emplayees in
connectian with their work or any health or safie#y precauiians.
(2) F ccept ta #he extent of specific site visits expressfy detailed anr� set forth
in Attachment A, #he ENGINEER or its personnet shalf ha�e no
obligation or responsi�ififiy fo �isit the construction si#e tn become fami{iar
with fne progress or c�uality af the completed work on tl�e PRO,lECT or fo
de#ermine, in general, if tF�e work an the PRO,iECT is b�eir�g �erforrned in
� a manner indicating that the PROJECT, when corripleted, will be in
accardance wi�h fhe Con#ract Documents, nar shall anything irt the
Contract Documents or the agreement between ClTY and ENGINEER
!�e cor�strued as requiring Ei�GtNEER �o make exhausiive or contin�ous
or�-site inspections tn �iscaver 1a#er�t defects 'rn t�e work vr vth�rwise
check the quality or quantity ofi ihe work on the PROJ�CT. . I#, for any
reason, the ENG#NEER should make an on-site observation(s), on fhe
basis of such on-site abservatio�s, if any, the ENGINEER shall endeavor
#o keep the CITY infarmed of any de�iation from the Contract Doc�am�nts
comir�g to �he actual notice af ENGINEER regarding the PROJEGT.
(3) When profsssianal certification of pertormanc� or eharacteristics af
materials, systems or equipme�t is reasonably required to perform t�e
SBNIC�5 SEt �01'fh in the 5cope of Services, the ENGINEER shall be
entitled ta rely upon such c�rtificat�on to establish materials, systems or
equipment and pertormance criteria to be required in fhe ContraG#
Dacuments.
�. C3pinions of F�robable Cos�, �inancial Cansidera�ions, and Schedules
(�) The ENG{NEER shall provide opinions af probabfe costs baseci on fhe
current available inforrnation at the time of preparation, in accordance
with Attachment A. �
{2� In providir�g opinions of cost, financ�a! analyses, economic feasibifity
p�ojectians, and schedufes for the PROJECT, the ENG[�1EER �ras na
contrvl over cost or Qrice of labor and materials; unknown or [atent
ENGINEERiNf(3 AGRFEMENT
Page 3 ai 35
canditians of existir�g equipmen# or structures that may aff�ct operation
or main�enance costs; compe#itive bir�ding procedures and market
conditians; iime ar qualify of perFormance by thirc� parties; quality; type,
management, or directinr� af opera#ing p�rsonrtel; and ofF�er economic
and opertional factors that may materiaAy affeci the �Itimate PR�JECT
cost or scfiedule. Therefore, the ENGINEER makes no warran#y tha# the
CITY's actual PR�J�CT costs, financial aspects, �conomic feasibifi�y, or
schedules wili nvt vary from the ENGINEER's Qpinions, analyses,
projections, or estimates.
G, �onst�ction �ragrees� Paymen�s
Recommer�dations by ihe ENGINEER tv the CiTY for periodic construction
�r�gress payments to the construction contractnr wi[I be based on the
ENGINEER's knowledge, informafiion, and b�iief from se}ective samplirtg and
observation t�at th� wvrk has prageessed �a the point ir�dicated. Such
re�ommendatians do nat represent that cantinuvus or detailed examinations
ha�e been made by the ENGINEER to ascertain that #he canstruction cantractor
has �ompfeted fhe work in exact accardar�ce with the Contr�ct Dacuments, that
the final wark will b� acceptable in all reS�ects; that the �NGiNEER has made
an examination to ascertain how ar for what purpose the construction cantractnr
has used th� maneys paic�; that ti#le in any of ihe woriz, materials, ar equipment
has passed to the Cl1Y fre� and clear o# liens, claims, security 9nterests, or
encumbrances; or th�� there are not other rnatters at issue be#ween the CITY
and the constructian contr�ctor that affiect #i�e amount that should be paid.
t�. Recard �rawings
Recard drawings, if required, will be prepared, in part, on the basis of
information compiled and fumished by others, and rr�ay not always represent
the exact location, irype of various componen�s, ar exact manner in which the
PRO.lECT was finally consiructed. The ENGINEER i� not respansibke for any
error� or amissions in the i�fc�rma�io�r from oiF�ers #hat is incorp�rated into the
record d�awings_
i. �linnri�y and lil�oman Busines� Eni�rpnse (A�I�1V1��) participa4ion
ln accord wiih City of Farfi Worth Ordinance Na. 11923, as art�er�ded by
ordinance 134i1, the City F�as �aals for the participatior� af mir�c�rity business
er�terprises and woman business � enterpr�ses in City contracfis. Engineer
acknowledges the !V�lWBE goal established for this contrac# and its commitmen#
ta meet that goal. Any m�srepresentatian ofi facts (oth�r th�n a negligent
misrepresentation) andlor the comm�s�iot� of fraud !�y the Engineer may resuf# in
th� termination of this agreement and debarmen# from participatir�g in City
contracts far a periad of #ime o� not iess �an three {3} years.
ENGINEERING AGREEMEIVT
Page 4 of 15
J. Righf �o At�dif
(1} ENGf�iEER agrees that the CITY shall, until the expiration af three (3)
years after final paym�nt under this contract, have access to and #he
rigl�t to examine and photocopy any direcfiy pertinent boaks, documents,
papers and rec�rds of the ENGINEE�t involving transactians relating to
this contract. ENGINEER agrees that i{�e CITY shail have access during
normal workir�g F�aurs to a�C necessary ENGINEER facilities and shall be
p�av�ded adequate and a�propriate war�space in order io conduct audi#s
in compliance with the provisions afi this section. The CiTY shall g`tve
ENGINEER reasonable advance notice of intended audit�.
(2) ENGINEER further ag�'ees to inciud� in afl i#s subconsultant agreements
hereunder a provision ta the effect that the subcansultant agrees #F�at
the CIT'( shall, unti� the expiration af fhree (�) years after final p�ymeni
un�er the subeontra�, ha�e access ta and the righf to examine and
photQco�y any ciirectiy �ertinent baofcs, documents, papers anci records
of � such subcansultan#, involviRg transactions to the subcontract, and
fu�fher, tt�at the ClTY shall ha�e access during normal working ftou�s to
al! subconsultant facifities, and shalf be pro�ided adequate and
appropriate work space, in order ta conduct audits in compliance with the
pravisians of this artic�e together with subseciion (3}hereof. CITY shall
give subr.rinsultant reasanable advance r�otice of intenc�ed audits.
(3) ENGINEER and subconsuitant agree ta photo capy such documer�ts as
may be req�aested by tf�e CITY. The GiTY agrees to reimb�rs�
ENGINEER for the cost of copies at the rate pub�ished in the Texas
Administrative Coc�e in effect as af the time copying is pertormed.
FCr �NC'sfN�ER`s Insupan�e
(1} Insurance coversge and fimits:
ENGINEEf� shalf provide to the City Geriificate(s) of insurance documenting
poiicies of the fol(owing correrage ai minimum limits that are ta be in effect prior
fio commencemen# of work orr the PROJECT:
Commercial General Liability
$9,OUO,QQO eac[� accurrence
$�,OOa,000 aggregate
Automobile Liability
$1,000,000 each a�ciden# (or reasonabfy �quivafent limits of coverage if writteR
on a split I�mits basis). Co�erag� shall be on any veh�cle used in the course af
the PR4.�ECT.
ENGIN�ERING AGi2E�MEI�IT
Page 5 of 15
Vllorker's Compensation
Caverage A_ statutory limiis
Co�erage B: $100,OQ0 each acciclent
$�00,000 dis�ase - policy limit
$1QO,OOQ disease - each employee
Professiana� Liability
$1,Q�O,E100 each claim
$2,oaa,0�0 aggregai�
. The retraactive daie shall be cainciden# with or prior ta ihe date of the
coni�actual agreemer�t and the certificate of insurance shall state that the
coverage is claims-made and #he retroacti�e date. The irtsurance coverage
shaH be maintained far the duration of the contractual agreement ar�d five
(5) years following completion of the service pro�ided under the can�ractual
agreement. An a�nual certificate of insurance submitted ta the City shall
e�idence such insurance co�erage.
(2) Certificates of ins�ranc� evidencing #hat t�e ENGINEEFt has abt�in�d all
require� insurance shail pe defivered to the CITI�' priar to ENGIN�ER
� proceeding with f�e PROJECT.
(a) Ap}�licable paficies sh�l! be endorsed to name- the CITY a�
Additional Insured ii��reon, as its interests may app�ar. The term
GITY shall include its errtployees, officers, afficials, agents; and
voiunteers as respects the contracted services.
(b} C�rtifcaie{s) of insurance shalf document that �nsurance
coverages specified according to items section K.(1} and K.{2) af
this agreement are prowided under applicable policies
�ocument�d thereon.
{c) Any faifure on par� of the CITY to r�:quest required insurance
dacumentation shall not constitute a waiver of tfi�e insurance
requirements. .
(d) A miRimum of thirty (30j day� n4t�ce of cancellation, non-renewal
or mate�ial change.in co�erage shal� be pro�ided to f�e CITY. A
ten (10) days natice shalf be acceptable in th� e�ent of nari-
payment ofi Premiurn. Such terms shall be endorsed onto
ENGINEER's insuranc� p�ficies. Notice sFrall be sent to the
res�ective Depar#ment Director (by name), City o# Fort Worth,
1000 Throckmortvn, Fort WQrkh, Texas 76102.
(e) The insurers fior all palic[es must be licensed/approved to do
business �n the State of Texas. Except for vworker's
compensation, all insurers must ha�e a minimum rating of A: VI1
in #he cu�rer�t A.M. Bes# �tey Rating Guicfe or have reasonably
ENGINEERING AGREEMENi
Page fi af t5
�quivalent financial strength and sofvency io the satisfaciion of
Risk Management.
(f} Ded�ctible lirnits, or seif-insured reientiorts, afFeciing insurance
required. herein may be acce�table to the CITY at i#s sole
discre#ion, and, in lieu of traditional insurance, any alternaii�e
coverage mainiained through ir�surance pools or risk retention
groups must be alsv appro�ed. Dedicated financial resources or
letters of credi# may also be acceptable to the City.
{g) Applicable polici�s shali each be endorsed with a waiver of
subrogatian in fa�or of the GfTY as respecis the PROJECT.
(h) The City shall be entitled, upon its reguest and wi#hout incumng
expenss, to re��ew the ENGINEER's insurance policies including
endorseman#s thereto and, ai the CITY's discretion, the
ENGINEER may be required to provide proof of insurance
premium payments.
{l) The Commercial Ger�eral L.iabil�ty insurance policy shatl ha�e no
excfusions by �ndorsements unless such are approved by the
CI7Y.
{j) The Professianal Liabil�ty insurance palicy, if wr�tten nn' a claims
mad� basis shall be maintained by tl�e ENGINEER for a minimum
fiWe (5) year periad subsequent to the term of the r�spective
PROJECT contract with the CITY ur�less suc�t co�erag� is
provid�d the ENGINEER on an occurrence basis.
(k) The CITY shalf nat be responsible for the �irect payment af any
ir�surance premiums required �y this agreement. It is understood
that insu�ance cost is an allowab�e compor�ent af ENGWEER's
overhead.
(I} All insurance required in sectior� K., except for #fi�e Profess�onal
Liability insurance policy, shall be w�tten on an accurrence basis
in order to be appro�ed by the �CITY.
(m) Subcor�suftan�s t� the EEVGINEER shall be required by the
ENGINEER #o mair�tain the same or 'reasonably equi�alent
ir�surance coverage as required for the ENGINEER. When
sU�c�nsultants maintair� insurance coverage, ENGINEER shall
provide CiTY witFi documentation ther�of o� a cerkific�#e of
ins�rance. Na�ithstanding �nything to the contrary cantained
herein, in the event a subcor�sultant's insurartce co�erag� fs
canceEed ar ierminated, such cancellation or terminafion shaEl nofi
constitute � breach by ENGiNEER ofi the Agreement.
ENGIN[E�RING AGREEMENT
Page 7 nt 15
L. fndependent �ansul��n�
The ENGINEER agrees to pertorm ali services as an independen# co�suftant
and nat as a subcQntcacior, agent, o� empfoyee of the CITY.
M. C�isclosurr�
Th� ENGINEER acicnawledges ta the CITY ihat it has made ful[ disclosure in
writi�g of any existing conf{icfs of interest or potential confiicts ofi interes#,
including persanai financial int�resi, direct ar ind�rect, in prop�rky ab�tting the
proposed PRO.�EC'i and business relationships wit� abuttirtg property citi�s.
The ENGiNEER further acknowfedg�s fihat it wiil malce disclosure �� writir�g of
any confiicts of interest which develop subseguent to the signing of this cantract
and priar to final payment under #he contrac#.
N. �sbes#os o� �lazariious Subsfances
(9) C� asbestos or hazardaus substances in any form are encountered or
suspected, #he ENGINEER will stap its own work in �Me affected partions
ofi the PROJECT to permii testing and evaluati�n.
(2) If asbestos or ather hazardo�s substances are suspected, #he
ENGINEER wifl, 'tf requested, assis# the CITY in ob#aining the services of
a qualified subcontractor to manage the remedia#ian acti�ities �f the
PRQJECT. .
O. pe�m"rffiing Authorities - �esign Changes
If permifting authoriiies require design changes sn as to comply with pubiished
design criteria andlor current engineering practice s#andards which the
ENGINEER should hav� been aware of at fihe time this A�reement was
executed, the ENGWEER sha[I revise plans and specifcations, as required, at
its own cost and expense. However, if design char�ges are �required due ta the
chang�s in the permitting autharit�es' published design crit�ria andlor practice
standards criteria whict� ar� pubfished a#ter tf�e date of this Agreement whicF�
th� ENGINEER could no# have b�en reasonabfy aware of, the ENGINEER�shall
notify the CITY of such changes and an adjustment iR compensatian will be
made through an amendment to #his AGREEMENT.
EPIGINEERING AGREEMENT
Page B of 95
��riele 1/
Obliga�ions of the Ci4�
Amendments io Articl� V, if any, are incfuded in Attachment G.
A. Cityd�urni�hed pa�a
The CITY will mal�e avaifa�le fo the ENGENEER all technica! data in the CITY's
pvssession relating ta �he ENG}NEER's services on the PRaJECT. The
ENGiNEER may reiy upan the accuracy, timeliness, �nd campleteness af #he
information provided by the CITY.
�, �ccess �o �'acil��ies anrJ Property
Th� CITY wil� make its faci�if�es aceessible ta the ENGINEER as required for the
ENGINEER's perfarm�nc� of its seivices and will prn�ide labor and safeiy
equipment as required by the ENGINEER for sucf� access. The CITY will
perfo�rn, at n4 cost to the ENGINEER, such tests of equipment, machinery,
pipelin�s, and ot�er components af the GITY's facilities as may be reyuired in
canr�ection with the ENGINEER's services. The CITY wilt be responsible for all
acts af the CITY's personnel.
C. Adver�isemenfs, �er�niis, and Access
Unless otherwise agreed ta in the 5cope of 5ervices, the GITY will obtain,
arrange, and pay for all adve�semen#s far b'sds; p�rmits and licenses required
by local, state, or federai authorifiies; ar�d land, easements, rights-of-way, and
access necessary fior the ENGfNEER's services or PR4JECT construction.
�. Yimely Review
The CITY will examin� the ENGINEER's �tudies, reparts, sketc�es, drawings,
�pecificatians, proposaEs, and other document$; o�tai� advice of an attomey,
insura�ce counsefor, accauntant, auditar, bar�d and finar�ciai advisors, and other
cons�ltants as the CITY deems appropriate; and render in writing decisions
rec�uir�d by �he GfTY in a timely manner in accorclance with the projeci schedule
in �lttachment D, �
�. P�ompt i��tice
The CITY will give prompt written notice to the ENGINEER whenever C[TY
observes or b�comes awa�e of any developmen� that affects ihe scope or timing
of the ENGINEER's �ervices ar of any defect in the vv�r�c af the ENGfNEER or
constnaction cor�tractars,
ENGfNEERlNG HGR�EMEMT
pege S af 15
�. Asb�stas o� ba�ard�us Subsiances and In�lemn�ca�ion
{1} To the maximum extsnt permitted by law, the CITY will inc�emnify and
re�e�se ENGINEER and its officers, employees, and s�bcorttr�ctor-s from
a[I claims, damag�s, Iosses, and costs, including, but not limit�d to,
atkom�y's fees and �i�igation exper�ses arising o�t af or relating to il�e
presence, disci�arge, release, or escape af hazardous s�bs#ances,
cantaminants, or asbestQs on or from the PROJECT. Nothing contained
herein shall be cor�str�aed to requi�e the CITY to 1evy, assess or collect
any tax to fund this indemnificatian.
(2) The indemnification and release requireri above shall not appfy in the
event the disc�arge, release or escape of h�z�rc4aus substances,
contaminants, or asbestos is a result o� ENGINEER'S neglige�ce or if
such hazardous sUbstance, contaminant or as#�estos is broug�t on#o the
PRO,�ECT by ENGINEER.
�. Cant�actor Ind�mn�cafiion and Claims
�'he CITY agrees to Encluc#e irt ail canstructidn contr�cts the provisEans of Article
N.E. regarciing �he ENG6N�ER's Persortnel at Construction Site, and pro�isions
providing contracior indemnification of the CITY and the ENGINEER for
contractor's negligence. '
b. Confr�ac��r Claims and ihir�d-Pa�ty Benefiicia�ies
{1) The CITY agrees to include the foflowing cla�ase in all contracts with
construc#ion cor�tractors anc� equipment�or rrzatenals su}aplier�s_
"Canfracto�rs, subcontractars and equipment ar�d materials
suppliers on the: PROJECT, or their sureties, s��ll mainiain no
direct action against the ENGINEER, its officers, employees, and
subcvntrac#ors, for any claim arising otat of, in connection with, ar
res�lting from fhe �ngineering services performed. Only the CITY
will be fhe beneficiary of any undertakir�g by the ENG{NEER."
(2) This AGREEMENT gives na rights nr beneffts ta anyane aiher fih�n the
C[TY and the �NGINEER and th�re are na t�rird-party bene�iciaries.
(3) TF�e ClTY wiil inclucfe in each agreemer�t [t enters into with any ot�er
entity or person regarding the pROJ�GT a provision that such entity ar
persan shall ha�e no thirci-par#y beneficiary rights Unc�er this Agreement.
(4) Nothing contained ir� #F�is section V.H. shall be construed as a waiver of
any right the CITY has ta brin� a claim agains# ENGINEE�R.
�NCIN�ERING ADREEM�NT
Raga "i0 of 15
{. CIiY's lnsur�ance
(1) The CfTY m�y maintain properiy insurar�ce on certain pr�--existing
structures assac�ated with the PROJ�CT.
(2} The CITY will �nsure that Builc�ers Rtsk/insta�lation ir�surance �s
rnaintained at ihe repfac�ment cast vale�e vf the PROJECT. The CITY
may provide ENGINEER a copy of the palicy or documentation of suc�
an a certificate of insurance.
{3} The CITY will speci�y that the Builders Riskllnstallaiion insurance shall
. b� compreh�nsive in co�erage appropriat� #� the PR4JECT risks.
J. L��iga�ion A�sis��nce
The 5cape o� Servi�es does not include costs of the ENGlNEER far required or
r�c�uested assistance ta support, prepare, document, br�ng, defienc�, or assist in
litigafiion undertaken or defended by 4he CIiY. !n ti�e event CITY requests such
services of the. ENGINE�R, this AGREEMENT shall be amended or a separate
agreement will b� nego�iated between th� parties.
K. Changes
The CfTY may make or appro�e changes wit�in tf�e gerte�al Scape o� Services
in this AGREFME�iT. If such chartges affect the ENGiNEER's cost o� ar tim�
required for per�ormance af t�te services, an �quitable adjustment will be mac��
through �n amendment to fi�is AGREEM�NT wiih apprp{�riate GITY approval.
A�icle !!I
Gene�ai L�:ga! �ro��sians
Amendments ta Articf� VI, if any, are included in Attachment C.
A. �utha�i�a4ion io �roceed
ENGINEER sF�all be au#�ar�zed to proceed with thi� AGR�EMENT upon receipt
of a written Notice fio I'roceed frorn the CITY.
�. Reuse af ��oject �ocume��s
All d�s�gns, drawir�gs, speci�cations, docum�nts, and otFrer wor�t Products of the
ENGINEEf2, w�ether in hard copy or in electranic fiorrn, are instruments of
servicc for this PROJEC7, whe#h�r the PR�JECT is comple�ted or not. Reuse,
change, ar alteration b� the ClTY or by ot�ers acting thro�gF� or or� behalf of the
CITY of any such instruments of s�nrice withr�ut the wri##en permissian of the
E�lGINEER will be a# th� Ci"fY's sole risk. TF�e final designs, drawings,.
�peci�catians and doc�ments s�all be owned by the CITY.
ENGEN��RING AGREEMENT
Pege 1 � of 15
C. ��rce l�aje�a�e
Th�e ENGIIVEER is nat responsible for damag�s or delay in pertormance caused
�y acts nf God, sir�kes, lockouts, accidents, or other e�er�ts beyond the control
of the ENGINEER.
D. Termina�ion
(1) This AGREEMENT may be termina�ed only by the City for canvenience
an 30 days' wriften notice. This AGREEMENT may be t�rminated by
either the CITY or ihe ENGINEER for cause if either party fails
substantia4ly to perFvrm thro�agh no fault of #he other and does not
commence correction of such nonperFormance with f��e (5} days of
written notice and �iligently complete the correction th�reafter.
(2) lf this AGREEMENT is termi�ated for the convenience af the City, the
ENGINEER will be �aic� far terminatian expenses as falfows:
a) Cost of reproduction of partia� ar complete stud�es, p�ans,
specificatians or otherforrns of ENGlNEER'S worlc prQduct;
b) Out af-pocke# expense� for purchasing storage contair�ers,
microfilm, efectronic data files, and ather data storage supplies or
S�NIC@S;
c) The tim� requiremenis for the ENGWEER'S pe�sonnel .ta
document the wor� underway at the time the CITY'� termina�on
for canvenience so t�a# the work effort is suitable for �ong time
storag�_ -
{3} Priar to proceeding with termination services, the ENGiNEER will submit
ta the CITY an itemized s#atement of all termination expenses. The
CITY'S appraual will b� obtained in writi�g prior to prviceedirtg with
termination seruices.
�. �uspensi�n, Dela�f o� Interruption �o V�lor�
The C1TY ma�r su�pend, clelay, or interr�pt #he services of the ENG�NEER for
the convenience of t�e CITY. In fi.he event of such susp�nsion, detay, or
interruption, aR equitable adjustment in the PR4JECT's schedufe, commitment
and cast of the ENGINEER's Personr�el and su3�contractors, and ENGiNEER's
compensation will b� made.
F�. Indemnificat�on
(1) The ENGINEER agrees to indemnify and defend the CITY from any ioss,
_ cast, or expense claimed by third parties for property damage and bodily
�NGEMEERIiVG AGRE�MfENT
Page 42 of i5
ir��ury, including death, caused soieiy by the negligence or w�ilful
misconduct of the ENGINEER, its' employees, nfficers, and
subcontractors in conneci�on with the PROSEC7.
(2) lf the negfigence or willful misconduci af both the ENGINEER and tf�e
CiTY (or a person idenii�ed above for wham each is liable) is a cause of
such ciamage ar injury, the loss, cost, or expense shall be shared
be#wveen fhe ENGINEER and the ClTY in proportion ta i�heir retative
degrees o# neglig�nce or willfuf misconduci as determi�ed pursuant to
T.G.P. & R. Co�e, section 33A11 �4) (Vemon Suppfement 1996).
(�. ��signment
Neither pa�#y wiil assign af1 ar any part of tf�is AGREEMENT withaut the prior
written consent of the other party.
H. Inierp�e�a�ion
L.imitafions an liat�ility and indemnities �n this AGREEMENT are bu5iness
understar�dings between the parties and shall apply ta all the different thearies
of reco�e�y, including breach a# contra� or warraniry, ta�t including negiigence,
strict ar statutory l�ability, ar any other cause of action, except far willful
misconduct ar gross n�gligence for iimitations of liabilify and soie negl�gence for
indemnificatio�. The term "Parties" mean the CITY and t1�e ENGINEER, anc4
their a�r,�rs, empfoye�s, agents, and subcontractors.
Juwsdic�ian
The {aw of the State of T�xas shall govem the validity af this �4GREEM�NT, its
interpretation and perFormance, and ar�y ather claims related to i#. TF�e �enue
for any iitigatian reiated to this AGREENiEf�T shal� be Tarrant County, Texas.
J. Alterna�e �ispute �esoiu�ion
(�t) A�I ciaims, disputes, and other matters in question befween the CITY and
ENGINEER arisir�g out of, or in connectivn with this Agreement or the
PROJECT, or any breach af any �biigation or duty of CITY o�
ENGINEER hereunder, will be submitted to mediation. !f inediation is
unsuccessful, the claim, dispu�e or ather matter in qu�stion shall be
submitted to arbitratian if i�oth parties actEng reasonably agree that th�
amount of th� dispuie is Iikely to �e fess than $5D,000, exclusive of
attamey's fees, cnsts and expenses. Arbitration shal[ be in accordanc�
with the Gor�struction Industry Arbitra#ion Rules af th� Americar�
Arbitration Assaci�tion or athe;r applicable rules of the Assoc�ation #hen
ir� effect. Ar�y award rendered by #he arbitrators less than $50,OD4,
exclusive of attorney's fiees, casts and expenses, wilt be final, judgment
may be sntered thereon in any court ha�i�g jurisdiction, and will not be
EIVGI�IEERING AGREEMENT
Page 13 of 15
subject to appeal or modifir.�i�on excep# to the ext�r�t permitted by
5ections 10 and 1'! of the Federal Arbitration Act {9 U.S.C. Sec�ions 90
and 19).
{2} Any �ward greater than $5a,000, exclusi�e of attom�y's fees, ca5ts and
expens�s, may be litigated by either party on a de navo basis. The
awa� shall become �nal r�ine#y {90) days from the date same is is�ued.
ff litigation is filed by �ither �arty� wi�in said nine#y {90) day per�ad, �he
award sh�ll become null and vaid and shall not be used by either party
for any p�rpose in ftte litiga#ion.
K. Severabilify and Sun►idal
If any of the pra�isions cantained in this AGREEMENT are held for any reason
to be in�aiid, il�egai, or unenforce�bfe in any respect, such invafidity, illegality, or
un�n#orceability will not affect any other provision, and this AGREEfUIENT shall
be canstrued as if such invalid, iliegal, ar uner�forceabie provisivn had ne�er
been contained herein. Arti�les V.F., VI.B., VI.D_, VI.H., VI.I., and VI.J. shall
surr►ive termination af this AGREEMENT for any cause.
l�. Obse�+e and Camply
ENGINEER shafl a� a�l times obssrve and comply with all federal and State laws
and regulations and with all City ordinances and regulations which in arty way
a#fect fhis AGREEMENT and the +.vork hereunder, and s�all obseNe an� comply
with all orders, laws ordinances and regulaiians which may ��tist or may be
enacted later by goveming bodies having jur�sdicfion o� authority for s�ch
enaGtment. Na plea of mis�nderstandir�g or ignorance t�ereof shall be
considered. ENGiNEER agrees to def�nd, mdemntfy and hoid harm�ess CITY
and alf af its �fficer�, agents and employees from and against all claims or
IiabiGty arisir�g out of the violation of any suc� order, law, ordinance, or
regula#ion, whether it be by itself or its employees.
IN, N�ga�iafed �greementi.
The parties ac�tnowledge that each pa�ty and its counsel have reviewed
and revised this Agreement and #hat the normal rules of canstruction to
the effect thaf any ambiguities are to be resol�ed against the drafting
party shall nat be employed in the interpretation of this Agreement a�-
exhibits hereto.
�NGINEERING AGREEMENT
paga 14 of 15
�i�te VII
�,ita��hmenirs, S�hed�afe�, anci 5ign�tu�es
This AGREEMENT, incluc�iRg its attacnments and sChedules, cor�stitutes the eniire
AGREEMENT, super�edes ail prior wr�tten or ora} unders�andings, and may or�ly be changed
by a w�itter� amen�ment execufe� by both parties: The fo�lowing attachments and schedules
are hereby mad� a part o� this AGREEMENT:
AttaGhment A- Scope of Services �
Attachment B - Compensation
At�achment C- Amendments #a Standard Agreement �ar Engineering Services
Attachment � - Project 5chedule
Attachment E — �.oca#ian Map
AiTEST:
CITY O FORT WORTH
B�` � iG
Marc A. O
Assistant Ci�"y Manager
i ;
.. _ �
,r�� �
Y��y
��^l�P�'��4Gr�'� �" � ��� _
Gloria Pearson
City Secretary
� ��� (� �
?��r��.a:a � Authoriz€���on
�-l�� � a � _.,
...�. —1 -- ---- -s-- _.�
nate
APPRQVED AS TO FORM
AND LEGAL�TY
��
Assistant Ci y Attom�y
ENfGINEERliVG AC3R�EMEN7
Page 15 af 15
APPR�VALRECOMMENDED
��-
A. Douglas Radema�Cer, P.E.
Director, Engineering Departme�t
APM ASSnfiIATFS I�I{'.
ENGINEER
By:
Afisu C. imtan, P.E.
Presider�t
� ������
����� l�r��l����
(
�'��ACb{V��f�T ���„
-,- ..�- . -.
"Scope of 'Services set farth her�in car� oNy be modifrer! by addi�ions, clari�cafrons, andfor
delefions set for�h in the supplemenfal Scape of 5ervices. In eases of eonflicf beiween fhe
Supplemental Scope of 5ervices and the Gerreral5cnpe af S�nrices, fhe Supplementa! Sc�pe
of Services shaft have precedence over the G�nerai Scope af Services."
ra��p
1) P�e�iminar� Conf�renc� wi�F� �i�
The E�gineer sf�al! attend prefiminary conferences with authorized representatives o#
the City regardir�g the scope of project sa that the plans and specificatians which are ta
be developed hereunder by the Engineer will resuli in providing facilities which are
econamica! En design and conform to �he City's requirements �nd budgetary
cons#rai�ts.
�) Goordina�iot� with Outside Agenciesl�ublEc �nttiiss
The Engineer shall coordinate wii� officials of other outside agencies a5 may be
necessary for the design of the proposed street, and starm drair� andlor water and
wastewat�r facifitie�mproveme�ts. It shall be ihe Enginee�s duty hereunder to secure
necessary in�ormation from such outside agenc�es, to meet their requirements.
3} Geo4echr�ical lne+e..��iga�ions
The Engineer shall. adv�se the Gity� o� test bor�ngs, anc� other suhsurface investigati�ns
that may be need�d. in the event it is determined necessary to ma�ce borings ar
excavate fesi holes or {�its, the Engineer shall in coordina#ion with the City anc� �he
City's geotechr�ica! engineering cans�ltant, draw up specifications for such testing
program. T#ie cost of the horirrgs or excavatians shall be paid for by #F�� City.
4) Ag�emenfi� and �e�mii;s
The Engineer shall camplete al� fnrms/ap�lications to allvw the City of Fort Warth �o
obtair� any and all agreemer�ts and/or permiis normaify required for a praject of this size
and type. The Engineer will be responsible for negotia�ing and coardinating to ob�ain
approval of the agency issuing the agreement andlor permits and ►niiil make any
r��is�ons necessary #o bring the plans into complEan�e with the r�quirements of said
agency, including but r�ot �imited ta highways, railroads, water aUthori�ies, Corps a#
Engineers and ather utili#ies.
5} pesign Changes Rela�ing io ��rmi�ing Authori�i�s
Ifi permitting authoriti�� require design change�, ths Er�gineer shall revise tf�e plans a�d
s�ecifications as req�aired at the E�gineeTs owr� cost and �xpense, ur�less such
changes are required due to changes in the desi�n af the facilities made by the
-1-
p�rrnitting authority. l# such cF��nges are required, the Er�gineer shali nati�y the City and
an amendment ta the contract s�all be made if the Engineer ir�curs additianai cost. lf
there are una�c�idabie delays, a mutual�y agreeable and reasonab�e time e�ctension
sha#I be negotiated.
B) �lan S�abmitfial
Copies of the o�iginal pla�ns shall be pravid�d on reproducible mylar or approved plastic
fiilm sheets, or as otherwise approved by the �eparkm�nt of Engineen�g and shail
become the property of the City. City may use such drawings in any manner it desires,
prvvided, however that the Engin�er shall not be lia�le for the use of such drawings for
any project ather than the project described he�ein; and fur�her provided, that the
Engir�eer shall not be liable for the consequences of any changes thai are mac#e to the
drawings ar changes that are made in the impfementa#ion of the drawings wiihout the
rnrritten approval of the Engineer.
�i-iPrS� 1
7) Righfi-o� iMay, �as�m�n� and I�and ►4cquisi��on Needs
The E�gineer shall determine the �igt�ts-of-way, easement r�eeds #or the construci�on of
the pro#ect. Engineer shall determi�e ownershi�a af suc� iand artd furnish the City rrvi#h
the necessary right-of-way sEcetches, prepare necessary easement descrip�ions for
ac��iring the rights�ofi-way andlor easemen#s for "the cor�struction ofi this praject.
5ketches and easement c��scri�tions are to be presented ir� farm suitable fnr direct use
by the D�partment af Engineering in abtaining rigF�ts-of-way, easements, permits and
licensing agreements. All materials shall be furnished on the appropr�ate Ctty �orms in a
minimum of four (4) cvpies each.
8} �esign Suev€y
Th� Engineer shall pro�ide necessary field survey for use i� the preparatio� of P{ans
and 5�ecificaiions. The Engineer shalE fumish the Ci#y certified capies of the field da#a.
9) U�ili#y �o�rdina4iort
The Eng[neer shalf coart�inate with all utilities, inciuding utiliiies owned by the Gity, as to
ar�y propased utility liens or adjustment to existing utility I�nes within the project limits.
The informatian obtained shall be s�awn on the conceptual plans. The E�gineet s�al#
show on ti�e preiiminary anc� final plans the locatiort af the praposed u�ility fines,
exisfEng uiility fir�es, based an the ir�formatic�n provided by the u#ility, and any
adjustments and/ar relocation of th� existing lines within the project lirnits. Tt�e
Engineer shall afso evaluate the phasir�g of the water, wvas�ewa�er, street and drainage
work, ar�d shal� submit s�ach evaluation in writing ta the Cify as part of tf7is phase of t{�e
project.
-2-
1 Q) Conc�pival Plans
The Engineer shall fumish four (4) copies of the Phase 1 concept engineer�ng plans
which irtclude layouts, preliminary right of-way needs and preliminary estimates of
probable construction costs far the Engineer's recommended plan. For aA s�bmittal�,
the Engineer shalf submi# plans and documer�ts for street/storm drain and
waterlwastew�ter facilities. T1�e Engineer shal� receive written approval af the Phase 'I
Plan� from ihe City's praject manager befare proceeding with Phase 2.
�bAS� 2
11) ��sign �aia
The Eng�neer shall provide design data, reports, cross-sectia�s, profifes, drainage
catculatians, and prelim�nary es#imates of probable construction cast.
12} �refiminary Cvns#rve�ion Plans and iechnical Speci�cations
The Engineer shall submit twenty {20} c�pies of Phase�2 preliminary car�structian plans
arid five (5} copies af the preliminary techr�ical specifications for review by the City ar�c4
for submissian to utility companies and other agencies far th� purpases of coordinating
work with existing and proposed uiilities. The preliminary construction plar�s shall
indicate lacation of existirrglpropased utili#ies and starm drain [ines. The Engineer shall
receive written� approval nf the Phase 2 plans fr�om the Gity's project manager b�fare
proceeding with Phase 3.
�H�lS� 3
'13} �inal GansEeuc�ion Plans
The Engir►�et sftall furnish five {5) capies of ihe final construction plans and contract
s�ecifie,ations far rev�ew by the City.
14) D�tailed Cos� �si�ma�e
The Engineer shall furnish four (4) capies af detailed estimates of prvhable canstruction
costs for the authorized consiruc#ion project, which shall inciude summaries of bid items
and quaniities.
15) Plan� and Speci�cation App�oval
The Eng�neer shali fum�sh an original cover mylar far the sigr�at�ares of authorized City
officiaEs. The Gontract Dacumen#s �f�al1 comply wi�h app�icat�le local, state and federal
laws and with applicable rul�s and regulations promulgated by lacal, state and national
boards, b�rea�s and agerrcies_ Th� Engineer sha�! receEve written a�proval of the
P�ase 3 plans from the City's project manager befare proceeding wit� Phase 4.
-3-
�b��� $
16) ��r��� �4pp�o��d Cons4ruc�i�n �lans
The Engineer si�all f�mish 45 baund capies of Phase 4 final approved cortstru�tion
plans and contract specifications. The a�praved plans and cantract spec�ficaiions shall
be used as authorized by t�e City far use in obt�ining bids, awarding contrac#s, and
constructing the project.
17) �id�ing Assistanc�
The Engineer shall issue addenda as appropriate to interpret, c{arify, or expand the
bidding dacume�tts, and assist the owner in determir�ing the quaFi#ications anc�
acceptabilfty o� prospective constructors, subcontractors, and suppl�ers. �Ilhen substitu•
tion prior ta the award of cor�tracts is a�lowed by f�iie bidrlirrg rJocuments, the Eng4n�er
wil� advise ttze owner as to the aeceptability of alternate materiais and equipment
proposed by the prospective canstructors.
18} Recemmendation of Award
The Ertgineer shail assist in #he tabulat9on and review of al} bids recei�ed for the
constrcaction of the project and shall ma�Ce a recvmmer�datian of award to the City.
19) Prebid Canfer�ence
The Engine�r shall attenrJ the prebid conference and the bid opening, prepare- bid
#abulation sh8ets and provide assistance to #he owner irt e�aluafiing bicls ar praposals
and in assembling and awarc�ing cantracts for construction, materials, equipment, and
serviees.
PF�AS€ �
2E?) �reconstnic#ion Confe�nce
The Engineer shall atter�d the preconsiruc#ion conf�rence.
21) Constr�cfiion �ur`+ey
Tf�e Er�gineer shal� be a�ailable to the City on ma#ters concerrtiRg th� la�aut of the
project during i#s constructian and wifl set control paints in the field fio aflow Gity survey
crews to stake the project. The sefking af line and grade stakes and ro�te i�sp�ctian af
construction will be performed by tf�e Gity.
22) Sit� Visi�s
The EngEneer shall visit the praject site at appropriate intervals as constructian
proceeds ta observe and repart on the pragress and the quality o� the executed work.
-4
23) �h�p p�awing Re►►i�w
The Engineer shail review shop artd erection drawings submitted by #he contractar fnr
campfiance with design concepts. The Engin�er shail review laboratary, shop, and mill
test reparts on materials and equipment. �
2�4} [nsfruc�ions to Con�rac�or
The Engineer si�all provide necessary interpreta#ior�s and clarifications of contra�
documents, review chang� orders and rriak� recommendations as to the acceptability
of the work, at the reques# of the City.
25) ��#e�i�g 5ite Condi4ions
The Er�gineer shall prepare sketches rec�uired to resai�e prablems due to a�tual field
conditions encount�rs�.
26} Record �rawrings
The Engir��er shall prepara record drawings from i�farmatian s�a�mitted by t�e
contractor. ,
_�_
�Xbl�li ��d�1"
SU�I����V�PlT�.L SCO�� OI� S�RVI��S
(SUPPLEIVYENY �O Aii►4Cb{�1�N f "�►•�)
��SIC�F� �ERVlC�S: WAT�R AN�1QR SANEIiARY S�dV�R [f��ROV�I�I�N�S
T�te foAowing is a clarification af iF�e tasks that the ENGINEER will perform under ATTACHMENT
"A". Work under this attachment includes engineErir�g services for water andlor sanitary sewer
improvements far the �ollowing:
1�Va�e� and Sani4ary Sewer �eplacement Confract 2QDa Si[W��
Upor� receipt of notice to praceed, the ENGINEER will perfo�m the following tasks:
�f�R� A -- PR�-ENGIIV��RIN�
1. fnitiai C3a�a Collect'ron
a. ��edL esign Coordina�'ton �Veefiings
ENGINEER wifl a�tend and docurnent meetings, as required, to discuss and
coordinate �arious aspects of the project and to �nsure that the project stays on
schedule. For purposas of establishing a le�e{ of comfort, two (2) meetings are
anticipated. These include the following: ,
One (1) pre-design kick-off meeting, {including t�e CITY's Department of
Er�gineering and other departments that are impacted by the project}.
On� (1) re�iew meeiing at completion of the City's review of the canceptuai
engineering plarts.
b. dafia Coll�ction
In addition to data obtained from the Cify, ENGINEER will research and
make efforts to obtain pertinen# in�orrr�ation to aid in coordination af the
proposed impravements with any planned future improvements f[�af may
influ�nce the project. ENGINEER will also identify and seek to obtain data
for existing conditions that may impacf the project incfuding; �ttilitEes, City
Master pEans, property ownership as available from the Tax Assessor's
office.
EA1--1
The data co{lection effarts will also include conducting � sp�cial
coordination meetingwith affected proper�y owners and businesses as
necessary ia develop sewer re-rou#ing plans.
The folEowing shall �e appficai�le at all lacations where it is necessary to
relocate or reroute the existing private sanitary sewer service line due to
the abandonment or realignment of the existing public sanitary sewer
iaieral ar main:
ThE CITY shall fumish the Engineer with a sample format of how the sewer
s�nrice line reraut�l�e4ocatian should be designed and submitted #or
construction. During design survey, if a rod can be inserted through the
cleanout to the bottam af the service line, the Engineer will obtain th� flaw
iine elevation and design #he service line prior to advertising the projecf far
bid. If the servtce f�ow line information cannoi be obtained duri�g design
survey, the Engineer shalk delay the design ofi tF�e sewer service iine un�il
the start of construction. The CfTY wiil direct the Con#ractor to de-hote the
service line at the clean-aut lacation of al[ buildings or structures so that the
Engineer or surv�yor can determine the flow line of the sewer service line
after cantract(s) for the canstruction o� the praject ha�e bee� awarc�ed, but
prior to the cvnstruction of any sanitary sewer lateral or main which will
r�quire the reroutelr�locativn of existing pui�lic and private sanitary sewer
service fines. The Engineer shal!_ then use this information ta provide the
design for the sanitary sewer service lina to be rerouted or relaca�ed.
c. CoordinaYian with Ofh�r� Agencies
During the concept phase the ENGWEER shalE coordinate with all utilities,
incl�ding utilities owned by the City, TxDOT and railroads. These entities
shall also be co�tact�d if applicable, to determine plans far any proposed
facili�ies ar adjustment to existing facilities witf�in #he project limits. The
informatian obtained shall be shown on the concept plar�s. The ENGINEER
shall show the location af the proposed utility lines, existing utility lines and
any adjusiments andlor refoca#ian ofi the existing lines within the project
lim�ts. ENGlNEER shaEl camplete all farms necessary for City to obtain
permit I�tters from TxDOT and railroads and submit such forms to the City.
City st��ll be responsible for forwarding the forms to the affect�d agencies
far execution.
�A1-2
2. 14�onthly �rogress Repa�fi and Neighborhoad Alewsietfer
a. The E�[G{NEER shall submit a progress schedule after the ciesign contract is fully
executed. T�e sche�iule shafl be u�dated and submitted to the CITY along with
monthiy progress report as required under AttacF�ment B of the contract.
b. ENGINEER will prepare a qua�terly newsletter detail�ng the status of the project for
distri�ution ta the affected Neighborhood Associatian. The newsletfer wiA be re�iew�d
and approved by the City priar to distribution.
�ART B •� GQNSiRUCTfOiV P�A,P�S �ND SPEGI�ICp►TlORlS
1. Conceptual Engineering
i. Surveys fop Design
a. ENGINEER will p�rform �eld surveys fio collect horizontal and rrertical
eleWa�ions and other info�mation which will be needed for use by the
ENGINEER in design and preparation .o� pEans for th� projeci.
Infflrmatfor� gathered during the survey shall incfude topographic
data, ele�ations of all sanitary and adjacent storm sewers, rimfin�ert
ele�atians, focatian and buried u�iiities, strt�ctures, and other features
rel�vant to the final plan sf�eets. For sewer lines located in al{eys or
bacfcyards, �NGlNE�R ►niill abtain the follawing:
Obtai� perr��ssion far surveying through private property.
�ocate harizontal and vertical alignrnent of ufiility lines. Tie
improvements, trees, fences, walls, etc., horizontally along rear lines
in an approximately 20' wide strip. In addE#ion, locate all rear house
corners anci buiiding corners in backyards.
Profile exi�ting water andlor sewer fine centerline.
Compile base �lan �rom field survey data at 1"-24' sca�e.
Obtain permission far surveying through private property. Loca�e
harizontal and vertical alignment of utifity lines. The im�ravements,
trees, fences, walls, etc., horizonfally along rear {ot lines in an
approximately 20' wfde strip. f n additio�, locate all rear house carners
and building corners in backyards. Campile base plan from field
�Al-3
survey �ata at 1" = 20' horizontal and 1" = 2' �ertical scaie.
Wi�en conducting design survey at any location an the project, ti�e
cor�suitant or its sub-consultant sY�all carry readily visibie information
jcientifying the name af th� company and the campany
representa�ive. All company vehicles shall also be readily iden�ified.
b. �ngineer I�ill Pro�ide ihe �allowrng Information:
AIE plans, field notes, plats, maps, legal descriptions, or other
specified documents prepared in conjunction v+rith the requested
services shall be pro�ided in a digital format compatible with the
electronic daia colfection ar�d computer aided c�esign and drafting
saftware currently in use by the CITY Department of Engineer�ng.
All text data such as �Ean and protife, legal descriptions, caordinate
#iles, cut sheets, etc., shall be provided in the American Standard
Code for Information Interchartge {ASCII) format, a!I drawing f[les
shail be provided in MicroStatian (DGN) or Autocad (DWG o'r� DXF)
format {curren�ky Refease 2QQ2}, ar as otherwise appraved in writing
by the CfTY, a�d all data ca[I�cted and ger�eraied c€uring the course
of the p�ojecf shall becorne the property of fhe CITY.
The minimum informatian ta be provided in the plans shall include
the following:
A Project Control Sheef, shawing ALL Control Points, used
ar set while gathering data. Generally on a scale of nof less
than 1:400:
2. The following infarmation about each Corttro) i'oint;
a. Identified .(Existing City Monumer�t #8901, PK Nail,
5/8" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate
system, and a referred bearing base: Z coordinate
on City Datum only.
c. Descripti�e �.ocation (Ex. S�t in the ce�#erfine of the
inlet in the South curL� lir�e of North 5ide Drive at the
East end of radius at the Southeast corner af North
EA1-4
Side Dri�e and Narth Main Street).
3. Coardinaies or� all P.C.'s, P.T.'s, P.1.`s, Manholes, Vafves,
e�c., in ihe same coa�dir�ate system, as the Control.
4. No less than two horizontal co�trol points, per line or
location.
5. B�arings given on all �ropaseci centerlines, or baselines.
6. Stafion equations relating utilities to paving, when
appropriate.
�. ���btain �he "�oot prinf" of ali properties whe�-e the sanitary
sewer service li�e is to be refocated or rera�#ed.
�ii. Public Notificatian a�d PersonneWehicle ]denfification
Priar to conducting design survey, ENGINEER wili rtotify afFected
residents of the project in wri#ing. The notification (etfer shalf be on
cornpany letterhead and shall include the fotlawing: project name,
limi�s, DOE pro�ect no., Cflnsultant's praject manager and phon�
na., scope of survey woric and design survey schedule. The letier '
will �e re�iewed and appraved by the City prior to distribution.
When conducting sit� �isits to the projecf locatior�, th� consultant or
any of its sub-consuitants shal! carry readily visible informatian
identifying the name af the � compar�y and the campany
representative. All company vehicles shafl also be readily
ider�tifiabfe.
iv. Conceptual �ngineering �lan Submi�ral
a. Conceptual plans shall be submitted to Ciiy �� days after
Notice ta Proceed Letter is issued.
�
EA1-5
0
b. The ENGINEER shall perForm conc�ptual design of �he
proposed impravemer�ts anci furnish fiour (4) copi�s of ihe
cancept engineering p�ans which includes layouts,
preliminary right-of-way needs and cost es#irrzates for the
ENGlNEER's recammended plan. ENGINEER shall perform
remaining field surueys required far final design of selected
route(s}, The ENGINEER shall also evaluate the phasing of
the water, sanitary sewer, street a�d drainag� work, and
shall submit such evaluation in writing to the City as a part
of the co�ce}�t �hase of the project. AIf design shal[ be in
conformanca with For� Worth Wat�r Department policy and
procedure for process�ng water ancE sewer design.
ENGINEER shall review th� City's water and sewer master
plan and provide a summary of findings pertaining to th�
prflpased praject.
2. Prelimina�y Fngineering
Upon approvai of Part B, Section 2, ENGINEER will prepare prel[minary
constructior� plans as follaws:
a. Overall water andlar sanitary sewer iayout sheets and an
� o�erall easament layout sheet�s).
b. Preliminary project �lans and profile sheet� which show the
following: Proposed water and/or sanitary sewer planlprofile
and recommended pipe size, fire hydrants, wat�r service
I'ines and meter boxes, gats valves, isolation �alves and a!I
pertinent infarmation needed to construct the project. �egal
description �Lot Nos., Block Nos., and Ac�dition Names)
alang with prope�ty owrnership shall be pr�videc! on the plan
view.
c. For sewer IEnes, pipeiines scnedule for paint repairs,
rehabilitatian anc� replacement will foe I�cated an the base
sheats prepared fram survey ir�formation gathered ur�der
Part B, Section 2. Conflicts shall be resolveci where
pipelines are to Eae rehabilitated on the sar�e Eine segment.
Base sheets sf�all �eference afFected or adjace�t streets.
� Where open-c�.�t construction is anticipa�ed, below and
EA�-6
above ground utifities wil� be �ocated and shown on the base
shae#s.
d, Exisfiing utiEities and utifity easements will be shown on the
plan and profile sheets. ENGINEER will coordinate with
utility companies and the City of Fart Worth �o determine if
any future �mpra�ements are planned that may impact tne
project.
�_ �The design for sewer ser�ice iine r�route/reiocafion will be
provided if the flow line elevation of the sewer service can
be determined fram the cl�ano�t lacatian. If this ele�ation
cannot be determined during design starvey, the design
shall b� provided after award of the canstruction contract
as specified in Section A, Par# � b.
f. Tne �NGINEER shall ma�Ce provisio�s for reconn�cting all
water andlor wastewater service fines which connect
directly to any main being replaced, inc[uding replacement
of existing service lin�s within City right-of-way or utility
easemer�t. WF�en tF�e existing alignment of a water and
sanitary sewer main or lateral is changed, pro�isions will
be made in the fi�al plans andlor specifications by �he
ENGINEER to relacate all service lines wh�ch are
connected to the existing mair� and connect said service
�ines ta the relocated ma�n.
g. The �NGINEER will prepare standard and s�aecial cietail
shee�s far water line insiallation and sewer rehabilitation or
replacement that are not already incl�detl in ihe D-Section
of the City's specificatians. These may include connec�ion
details between various parts of the project, iunneling
detai�s, boring ancE jacking details, wat�rfine relocations,
details unique to the canstruction of the pro�ect, trenchEess
details, and sp�cial service latera[ recor�neciions.
h. �ight-of-l�Vay �esearch
The ENGINEER will cancfuct preliminary research for
availabiEi#y of existing ea�ements wh�re . open-cut
construction or relocation of exis�ing alignme�ts is probable.
EA1-7
Tem�orary and �ermanent easements wiff be apprapriatec�
based on a�ailable infarmation and recommendations wi[I
be made for approual by the City.
i. Righ�dofnwaylFasemen4 �r�paration and Submt�al
Preparation and submittal of right-of-way, easements and
rights-of-en#ry will be in caniarmance with "Submittal of
Informa#ion to Real Property for Acquisition af Property".
j. Ui�liiy CEearance �hase
The ENGIN�ER will consutt with the City's Water
Department, Department o# EngineerEng, and other CfTY
depa�tments, public ut�kities, private utilities and ga�ernment
agencies to determine the approximate iocation o# above
and und�rground utilities, and other faci[ities fhat have an
impact or influence on the project.
ENGINEE�R wil[ design City #aci[ities to aWo�d ar minimize
confilicts with ewsting utilities.
The ENGfNEER shall deliver a minimum of 13 sets of
appraved preliminar� construction plans to the Ciiy's Utiliiy
Caordir�ator for forwarding to all utility companies, which
hade facilities r�vithin the limits of the project.
k, Preliminary consfruc�ioR plan submitfa!
Preliminary plans and specifcations shall be
submitted to City �� days after approval of Part
B, Section 2.
ii. The �NGINEER shall deliver two (Z) sets of
preliminary canstruc�ion plans an� two (2} sets of
specifications and contract documen#s to CITY far
review. �enerally, plan sheets shall be arganized as
follows:
EA�. - B
Cover Sheet
Easemen� fayout (if applicable}
Plan & P�ofile Sheets
Standard Gonstruction De#aEls
Special Details (If app{icable)
iii. The ENGINEER shall �ubmit a preliminary estimate
of prabable construction cost wii� the prefiminary
plar�s submitted. ENGINEER shall assist City in
selecting the feasible ancllor economical sofutions to
be pursued.
I. Revi�w fi�eefings with �ity
The ENGINEER shall meet with CITY to discuss review
comments far pre�iminary submittal. Th� CITY shal! direct the
ENGINEER in writing to proceed with Final �esign for Final
Review.
m. Public I�ee�ing
After #he preliminary p[ans have beert reviewed and approved
by the City, �he ENGINEER shall prepare pro�ect exhibits,
provide the CITY with the database listing the names and
addresses af all residenfs and business ta be affected by the
proposed prajec#, and attend public meeting to heip explain the
proposed praject to residents. Th� CITY shall mail ihe it�vitation
Eetters.
3. Final Engineering Plan Submittal
a. Final Construction Dacuments shall be submifted to CITY SzQ_ days after
appraval of Part B, 5ection 4.
Following CITY appro�a! of the recomrr�ended impro�ements, #he
ENGINEER shall pr�Qar� final �fans and specifications and contract
documenis ta CfTY (each s�eet shal[ be stamped, dated, and signed by
ff�e ENGINEER) and submit two (2) sets of plans and car�struciion cantract
dacuments within 15 days of CITY's fina! appra�al. Plan sets shall be used
far Par� G activities.
EA1-9
b. EN�IPIEE�'s �stima4e o� �r�obahle Construcfion Cost
The ENGINEER shall submit a final estimate of probable construci�on cost
with the final plans submitted.
Pr4RT C e P�I�-COI�ST�UCT'IQN ,�SSISYANC�
►4dminisfr�a4ion
a. Deliver ��d Documenfs
The ENGINEER will make available for bidding, upan r�quest by the CITY; up to
fiiiy (50) sets of �f�e final approved and dated plans and specifications and contract
documents for the �rojecfs to the CITY for distributior� to potentia[ bidders.
Proposal will be delivered in ele�ronic for�nat.
b. �idding Ass"rsiance
The ENGfNEER shall assist the CfTY during phase including preparation and
delivery of addenda to plan holders and responses to questians submiited to the
DOE by prospectiv� bidders. Engmeer shall attend the scheduled pre-bid �
conference.
The ENGENEER shall assist in reviewing the bids for completeness and accuracy.
The ENGfNEER shall attend the project bid opening cfevelop btd tabulations in
hard copy and e[ac�ronic fiormat and submit faur (A�) copies of the bid tabulation.
c. �ssistance During Cans�ruction
The ENGIN�ER sha11 attend the �re-construction conference for the pro}ect. The
ENGINEER shall also cansult. with and advise the GITY on design andlar
constructior� changes, if necessary.
EAl-10
,�7iACH�I�IV�' ,�8��
C011dYPENS�TIOA� AND P�Yfi!lY�NY SCk��U�� [�U�� SU14lY)
l�9d�oT'�R �ef�� �Ai�11TARY S�I��R R�PLACEIVYENl�
co���c� aoo� - s����
I. Compensafian
A. The Engineer shall be cnmpensaied a total lump sum fee of $123,515.D0 as s�mmarized irt
Exhibit "B-3". Payment of ihe total lump sum fee shall be considered full compensation for
#h� services� described in Attachmenfi "A" and Exhibit "A-�° for alE labor materials, suppiies
and ec�uipment necessaey to cflmplete the praject.
B. The Engineer shall be paid in four partial payments as described in Exl�ibit "B-9" upon
receipfi af fiour individual invoices from the Engineer. In �his regard, the Eng�neer shall
submit i�voices for four �artia! payments as described in Exhibit "B-1 ", Section 1- Method
of Payment, ftems a to d.
Each invoice is �o be veri�ied as to its accuracy and compliance with the terms of t�is
Contract by art officer of the Engineer. �
I!. Schedufe
A. Final Phase I Plans sha!! be submitted within 360 calendar days after the "Notice to
Proceed" letter is issued.
��CbI�IT "���.,
��U�����fl�Ni �'O ,aoiYACbM�f�i �)
�i��b8� O� �AY��IVi AfV� �RO�R��S ���O�T' ��(�UI�EI�YERl�
1�Ai�R Ai�� S�NIYARY S��V�R R���►4C�[�V�PIT
COA1�Rl�e�� �DO� — S��f1�N
Q
�fl��had o� �aymen4
The Engineer shaff be paid in fQur partial payments as outlined below:
Partial Payment�Number �, which shall be equivaleni to 40% of the total lump sum fee, shall
be payable after City approval of Exhibit "A-1 ", Part B, Sectian 1, Conceptual Design
Summary Report.
Pa�tial Payment Number 2, which sha[I be equi�al�nt to 75% of the to#al lump sum fee, less
previous pay�nents, shalf be payable after Ciiy approval of Exhibit "A-1 ", Part B, Section 2,
Preliminary Submittal to City.
Final Canstruction Dacuments.
Partial Payrr�ent N�mber 3, which shall be equivalent to 90% of #he total lump sum fee, less
previous payments, shall be payab�e after City approval af Exhibit "A 1", Part B, Section 3,
Partial Payment Number 4, which sl�all represent the balance of earnings, less previous
payments, shall be payable after all of the pre-constructian meetings for the Project have been
conducted. �
ll. �rogress Reports
A. The Engineer shall submit to the designated representati�e of the Director of the Departme�t
of Engineerirtg manth�y progress reports covering all phases of design by the 15t� of every
month in the farmat required by tF�e City.
B. If #he Engineer determines in the course ofi making design drawings and speci�cations that the
opinion o�F probable cosi of $1,030,004.00 (as estimated in Exhibit "B-5") wEll be exceeded,
whether by change in the scope ofi the project, increased cast or other conditions, the
Engineer shall immediatefy repor� such fact to the City's Director of the Department of
Engineering and, if sa instrucfied by the Director af the Departmer�t of Engineering shalf
suspend all work hereunder. .
EXfiI�C'� "�R3"
(�IJPPLFf9�Y�Ni i� Aii.�CH���li �)
SIIIVQWI/�RY OF TOY�� �ROJ�C� ���S
1NAi'�R �P�D SAfVIiA�Y S�1d91�R R�PLAG�f'�ENi
CONT�tAC�' �002 — STNdI-Ad
��, �akesh Chaubey, P.E.
Project Manager
Department of Engine�rir�g
Ci#y af Fort Worth
90� Manro� Stree#, 2"tl Flr.
For# Wor�F�, TX 76102
R�: 1lVat�r� and San�tary Sewer Repiacemen� Conteacf �00� -- ST14�-f�
DOE Projeci No. 3990, Wafer Project No. PW53-0605301766�0
Sewer Projeci No. PS58,07Q580175930
Dear Mr. Chaubey:
Fet�ruary 10, 20Q3
We ap�reciate t�e apportunity ta preser�t this propasal and #ee schedule for your consideratian.
Attached please �find construciion cost estimates, schedufe, and exhibits depicting the scape of
wofk. We propose ta complete the proposed work in accordance with the following fee
schedufe:
�stimated Consiruction Cosis Water Main
Sewer Main
�75a,oaa.00 �7s�io�
$280.b00.00 (27%)
TO`�AL
$1,03Q,OOOAQ �1009'0]
1. gasic �ngineering Fee based on % of constructiori (T.S:P.E. Curve)
� Curve A (B.OQ%)
Basic E�gineering (8°/a of Construction Cost x 0.85) $70,440.00
Special Services
Public Meetings including exhibifs $ 1,000.00
D�signs Surveys {11,50D L.F. @ $3.25IFT.} $37,375.D0
Pravide Record Drawings (As-Built) $ S,OOO.QO
Reproduction*
14 Sets of Preliminary Plans (util, clear.)
5a Sets af Co�struction Plans
5Q Sets of 5pecifcations ($30iEA.)
Mylar
*Estimated using 35 sheeis per pEan
Construction Administration
$ 1,225.OQ
$ �4,375.OQ
$ 1,500.OQ
$ 5�Q,00
$ 2,500.00
TOTAL NOi-TO-�XCEED $123,�1�A0
Water Sewer
$5'1,12920 $18,910.8d
$ 730.00 $ 270.00
$27,283.75 $10,091.2a
$ 3,650.00 $ 1,350.00
$ 894.25 $ 330.75
$ 3,193.75 $ 1,181.25
$ 1,095.00 $ 4Q5.00
$ 365.00 $ 135.00
$ 9.825.00 $ �75.D0
$90,16�.95 $33,349A5
W� will be using ANA Consultants, L.L.C. for Surveying for a tota[ M/WBE Participation of
27.93%.
if yo� have any questions or require additional infiorrna#ion, Please gi�e me a call.
Vice President
RLOlsla
EXH[BI7 'B-5"
(SUPRLEMENT TO A�TACHMEN7 B)
ENGINEER"5 OpINION O� PROBABLE CONSTRUCTION COS7
WATE,R AND 5ANITARY SEWE�t REPLACEMENT CONiFtACT 2002 - 5TM-N
Item
� �
2
3
4
5
6
7
8
9
10
1 '[
12
13
14
15
16
17
18
19
20
1
2
3
4
5
6
7
8
9
10
4�
12
13
14
� Description
Water Line Construction
8-inch Water L'ine
10-inch Vlla#er L�ne
24-inch Water Line
Standard Fire Hydrant Assemblv
6-inch Gate Valve
8-inch Gate Valve
10-inch Gate Valwe
24-inch Gate Val�e
Cast lron Fittings
Remove Exist. Fire Hvdrant,
Lay 2-inch Pipe w/ Fit#in�s (terr�p servicei
'f -inch Water Service
New Me#er Box
NMAC Permanent Pavernent R�placeme�t
Permanen# Concrete Pa�ement Repair
Construcf 4" Reinforced Conc Sidewalk
Temporary Pavement Repair
Replace Concrefe Dri�eway & Sidewalk
Replace Concrrete Curb & Gutter
Trench Safety System for Water Construction
5anitary Sewer Canstruction
8-inch Sanitary 5ewer all Depths
12-inch Sanitary Sewer al! D�J� tf�s
5tandard Sewer 48-inch Manl�ole
Vacuum 7est Manhole
HMAC Perrnanent Pavement Replacemen#
Remo►+e Existing Manhole
4" Sanitary SewerTap
Watertighf Manhole Insert
Manhale Concrete Collars
Fteplace Concrete Driveway & Sidewalk
Replace Curb & Gutter
7empora �, Pavement Repair
Trench Safety System for Sewer Construction
Post Construction 7V Inspeciion
Unit I
LF
LF
LF
�A
EA
EA
EA
EA
TN
EA
LS
EA
�
LF
SF
SF
LF
LF
LF
LF
(�tY
8178
2580
680
18
18
15
. 6
1
4
7
1
286
286
4000
900
2ao-
12000
50
5D
680
Price
$25. DO
$30.0�
$80.00
$1,540,00
$500.D0
$640.D�
$75Q.00
��,oao.aa
�3,000.on
$34�.qR
�s,000.oa
$25D.00
$10D.00
$30.00
$30.00
$5.00
$5.00
��o.00
��s.oa
$1.00
Su btotal
Contingency (10%)
Subtotal Water Impravements
�F
LF
EA
�A
LF
EA
EA
�A
EA
LF
LF
LF'
��
LF
3275
648
12
12
2115
9
7D
12
12
50
b4
43Q4
3924
3924
$30.00
$35.00
$'f , 50Q.00
$250.00
$30.00
$300.00
$15�A0
$140.D0
$240.00
$10.00
$15.Q0
$5.00
$�.oa
$2.00
Subtaial
Contingency (10%)
5ubtotal Sewer Impro�ements
Total INater and Sewer Construction
Cost
$204,45Q.Q0
$76,SOOAO
$40,8Q0.00
$27,OOO.DO
$9,OD0.00
$9,fl0�.D0
$4,5�OA0
��,aao.ao
��z,aoo.ao
$2,100.00
$�,00a.00
$71,500.fl0
�za,sao.ao
$120,O�O,flD
$3,0O�.OD
$1,Op0.00
$60,OOOAO
$500.OQ
$750.Od
$680.OD
�ss�,sso.00
$68,320AD
�P75�rd�ID.{%�
�
$98,280.00
$22,680AD
�� �,aoo.00
$3,OOOAO
$63,450.00
$2,700.00
$10,500.Ob
$1,200.D0
$2,400.00
$500.00
$750.Q0 �
$21,5�O.Q�;I
$3,924.00�
$7,848.a0�
$256,732.00
$23,268.D0
�zea,000.00
$7,Q3d,p00.Da
A�iACbR�f�NT "C"
CHA�lC�S AN� AIVY�f�D1VQ�Ni� f0 S7AiVD�,f�� ACR��I�Y�f�T �N� AiiACH�f9A��lT d
1dVAi�Ft AI�D SdNI�ARY S�1l�F� �EPLAG��fi�iVT
CONTRA�T' �00� �5�I1��P�
There are no changes and amendmer�ts to S�andard Agreement and A�tachment A.
ATtACHMEiVT "A"
' PRO,I�CT SCHEDULE
WATER A�VD 5AH11'ARY SEWER REPI..ACEMENT COiVTRACT 2�02 - STIIA-N
Descripfian �—
� 1 I 2
�Part A- Pre-Engineering � �
jNaticetoProceed '`::,#� —I
fPre-�esism Cvardinatian Meetinq �
QaEa Collectlon �`�::�a:i;�
�:: �:::�
Coordination w! Other P�qencies ;:?_:;.,;;:�
�Part S-Canstrucfion Plans � 5pecs � �. -J� �
Survey
Base Mapping
Conceptual Enginearing Plan
Preliminery Engineerin�9 Plans
Right-af Way Research ,
Right-of WaylEasement Preparation
Utflity ClearancelCoordination
Review by the City
Fina1 Engineering Pkan Preparation '
Engineer's Opinion of Costs
Re�iew by the City
Ff11a� Blf� �OC4fhE[li5
5pecifcaYiahs
Tima in �Vlonths
f 3�� s I s � I-�s I �o I �T� I �z
I I ---I I- --� i I I
— — — --- — -- - �- _-- --
I
f I I I f I� 1 I I I I 1 I J I 1 I I I
�
I
�
-- I
':�:Ij:;'{`;''.
::.�.,.:.:.:;
....... , ....`:� sc
......... . .. _ �:2t:� ;o:•':i;i:o:}
�: r::::,... r
� :.s.:�:.:.......ti.]:i '.:i�'i': __ _ _ _
:':?E>:c:..ir
r � ti:Ihgi::�:Y.}Ri':t[�
+.ui:;i_;:;_? r;xyt_:ic::i
� � APRf & Assoclotes.i�ac.
EA�710l�6 • Pi9/Y�GI'S • ,�OY¢j(1f6
WATER AND SAN[TARY SEWER REPLACEMENT CONTRACT 2002 STM-N
PlN53-0605301766QQ P558-070580175930
MAP5C0� 47X,Y COUNCIL DISTRICT �2
\\ ���i � � \, �. \� / /� `` \\,
,� ���✓,{�/`� \,� \� �'-' ,� � •` , �, ' � .� N
����, , .
. . �, . , / �
\ � ` '� � `\ `� \�� L ` ` �'� / \� \�� �`�
\ /\ \`' \ ' ` \ �`��y \
/ � � � �� " �� � \
�
�` �� ' �` �, � � �� �"1 '� � \�` ''`
� \` \\� \i� \`\ \���/ r/ \ \� �\` \\ ``
\�P� ' \ �� �` 1` \\` \ % � . �� ��\( �`\\ � \,�'�,,
�� �'" ` � \ u
0
��� /� G\ `� \� � ,�Vff /�\ �� ��9i `; �,
f f F �
�" '� / \ `, �� �• ��` \`> l \,, 5'\� \ � \ �.��,�
\ \ � \
2a,' �l ,�\�\ �``6,�\ *���'/ � �� ��\ �\ �� ��V ,�����
� ` * � � �` \ �
\ \6�, �. �\ \ � `�r i' ~. ` ,♦ �\ �� i� i� ��6.,
`
�`� \� �� \`\ `\�/' \\� \\` \\� � �\� \ \\�
� ` �/ �
2� c �/ �; � `� . �� � ` �j. � � �\ �
�nc / , 6�L � \`y \` ,�' /� \
��\_ _ r s� \\\, �� ♦ \\�� * �� `\ r� `• `♦
�\\ s�� � \ \ r � �� \�� �� i �
� � � � \� ♦ \ \�\ � ,�`� \ \� S%'
�
\� `�`� ��` ��� ���J� ��� \�� ,��i � \`• � �� \�� , \� �
, \�` �� � , ���\,'L � , �'y �� � �, \�s ,'�
``. . `\. \�� � 9 ���� �` �. \���f ��` \ \�
� , \ \
` \ �\` \, 1 /`G \\ \ U
\ �
y ` \` /� • \ / \ 1
\ `\\ `\* �'/�� \ ��. \'` ` �y /�f \�. ` \ � �\�
,\� `\� , '/��\ ,� � \�� �`\ � , \\\�,L \`\ � `�
�
\\� , fG �� \,\�� �\� \`� �J \l`�. ��. :0.,�� 1�\ s`�\�.
\�� �\, l �/ \� \` \6, �\ T�� �'` ' '/ \ \` ` _ \ \\ �.( .
W \
� �''�, �� . ��''S� �\� � �• �,�'%� `` � \\ \ � '
�� '� / `\� \\ \ � � f B TH \ \ ,,,�
� �
` � %�� O
� 0 � �
� `V/ �� `, �� 6.GC �\ �� ', GRB� Z4" � `\ � ` � \
��� �\8.L \\` ` FO�. STORA `� � �, �` �' \`O/� \ ♦ �� r i
, � � , • �, �o� .�� �A�vx . `� 2 �' �
^ o ,
� f� ��!' ��`, �`\\`` s \�v� �� \`` \� �qN \ �` \� \``�¢O�,`��� :
�� / /
/ `�. \. \\\ `\\ � \�._, � n A — \ \\. \ �/ // \�.
�ECE�° AT TACHME N T E
warFR u,vF
sFwE� uN� IY.W,27th $TREE7' � D APM & Assotiates, inc.
EX. WATER LfNE' f AIcCANNDLE55 AVENUE TO SHER�,au� avEWUEJ Engineers • Pfanners • Surveyars
EX. SEWER 11Nf -- tJ . T. 5.
�
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2002 STM-N
PW53-050530I7660Q P558-07058017593Q
MAPSCO� 63Q CQ�NCIL D[S�RICT �2
i ' -�- �
i
—_' `__ MC LEl�ORE ST. ' ' � ' ,_ �C �EMDR�_ 5T
4 —i r �.��-- � � --
__--- -----
--�--------8�� ---- � I 6�� / fi"VC
------- --- 6�� ---
� � � i
� � �� i
------------------------
---------- �— f i
------------------- , -� 6,� � — 6�� --
� � 6 i �o
� i
i
ii L_RACE- -- -- 5T. I i
� �
RACE_� �
---- -------_�-----� ---� �
. , �--- $�� -
---�-------- 6' ------- � i
E
i � 6��
�� �
��_��— �=� 6„—�—� ; I
1
i i
AKERS ----- AVE. __J � �
h �� --__----� '
/� �,�------ 6�� i �i
� ` � �
� � �
. / ,� i
\ \� / �--- �,� — , i
�\ � �
,� ,
wi
Q�
�
I�--�
��-
P �� r
--,l � --
I�
i
� � I
� I.
}
i
�
�'I"
l 7
�
i=
� ,�
i
c`�'.a �
�I i
�I
�
�
-�-�`
----�- �---------- 8,-
� I� _�—�a�; `_
. ��
�
� i PLU�iWOQD
� �--�--6�� 5j_
�i I`__ 6�� �- —��
I
i
�E
n� -
¢� `° /
.
� �.
m � �� �/
i
----� � �-
6„- - �- ---� .
i � ���� �
I / /�.
\ � \ fi" MARSHALL ST. f
�_�� ----- —r .
�` �\ � -+--- i r 6�� � �
1 � ��6" I
1 � --r i
i i
'��GELLIS --ST. __J
' - —, �\�.
�� 11 4„ i i �
�J
1 1�� r s„ �
r i i
� r — � � /'� ��--
- i � 6��
�
� 6��FL& �� I ��/ '
i
i_
�
z
ai
>,
�
�-
�
� METER I� � �
�__�__J ,.� '/ �/ � �---NOSLE
�-- , .----�_.� , �---
�T/ -' �'i" f i
�
��
i .� ,� �
AVE.
�,--
1-- r----��
� �
�
��
�
LEGEND AT T AC HM E N T E �
w,arFR uN� � �
SEWEfi UNE � GR'ACE-STREET � D APM & Associates, Inc.
EX.WATER UNE �/q�SHrV�L ,�RE� TO R/iL.L .71 REL! /. Engineers • Plonners • Surveyors
EX. SEWEFi LlNE -- IV. T.5.
WATER AND SAN[TARY SEWER REPLACEMENT C4NiRACT 2002 5TM-N
PW53-06Q53Ql76600 PS5$-070580175930
t�AP5C0� 76L COUNCIL �ISTRECT *9
—__� A �L___� io��Pvc --� - I
�-- - _-�--_-�-- � �-= =-- l / ti i! � I�
i �' 2 � �
IQ - i� � I �O
__� � . � � i �
6" I -�_MISTL�TOE __�--BLVD._� +��-- -- II �'- -- � � � -
—�� � �, 6�� .
---�
6" � ---�---
----------.-----� �z„
� , ; ------- � �
� T � �o 0
� � , ��
� �,� , �„ , , �
--- �------- ! I
a�-- -��..-_y._ .- �
-�- �_--- ------
�� � 6 , - — I _I = � _ ��--- e„�, � ,o„
Q � —_-----_ —�, -----
� ,
___ MAGNOLiA _ RVE___�j r W. MAGNOLIR ST. `ll �
--- 6 ------- -------� �, 14 � il � , j�r
� � 1D" � —_�:����n�_—� � i �i 1
---�.J I }� � ���'I I �
.�__� Il- � `�___� J FiARRISON__ S�.__ �Q3I " I �o
3 (n _ �_�—_ � _6� , �- __—_------ a I� �
n n I
lil O I' I � ,��+f� - S'' �1
---� � _ -_- __� I �� -
HA�R150N AVE. � '—_- —.-.� n �il� 8" '�
�---------------- ---- 6�� -- i p� � l lI
+,
--- --------------�, � �l� _� MORPHY 5T. �
�i � W. E_vIORPHY_�T_� 14 � �'
L ��� � � � —
�� �t 2 -� --4�-----__� 4„-PV� v +
��-� �-- . i
� � � �A �
6" � 6" 6 i � �,—� i _ �
_ \ \` I ���
I �
q UI_
---� �- MfSTLETOE AVE. , _�- -� � i 'i � i
�_--------- -
___—�' � I� �I
� \ ,---------� _ 6��pE 1 �, l �� l
, � �_�� � l` � V7i
� O 5 I � M1 ti� J� 1�
�„ I
i�
��
_— ----- 8 _ f � � 6�,
----�,� - _ � �--� -- -- —� =--
r I �" � 4' � S" ti�
� i � 1
i i � �
. oi i �
----E�WIN �-- AV�-�.__—f --�_ 6,��� -- �J'�� '�` `� fi'
_— —_— ,I � � � \
___—
��, � �" --------_� �-__---� �-----� �
LE�END
war�R uNF �—
SEWER L1NE ��
EX, WAiER UNE
EX. SEWER L1NE --
ATTACHMENT E
W.HARRISp1V STREET
! JEROAIE STREET TO E.DEAD EMD 1
N.T.S.
�
r' I
I �
�
r
_�__�-_-
� ��
� ��
iz
Q
�
� �
� ��
� �� I �
I Ii 10��� �12��
� ' i
1 - �i i
;� €
N p,) � _ _
l' _ �
y �
1 ��
�
� �
t �
! o
� � �
1 o �
G 1�
l {7�4 �
m
p�11 11� N.ENDERLY
�
` � ���Pvc b-i—
1`��Il �
- - 1 111
1�` ��
� 8�� 12 � 1,
r l `5 �
1 1�
N
� Q AP�A & Asspciates, Inc.
Enqineers • Planners • Surveypl-S
WATER AND SANITARY SEWER REPLAC�h�ENT CONTRACT 2002 STf�-N
PW53-06�53017&600 PS58-0705801i5930
MAPSCD= 47Y, fi1C&D, 62A COUNCIL �ISTRICT #2
\` \��\ � \ /�,• � �\ ,���. ` .� � •
� • . . �, , .
\ , �� � � � 'Oc� \' ` ,2"� -� N
,
` � �� � . . c' � � �
\ � � �� b,�o ��,�\�� �`\ '/ �Y�� �___�-- '
\�; �\
� � , � � .
��` O�\/ r` � `� \\\` `\ `\9� �`/ � ,\\ ,`��i / / �\
� � �
/
> / \` �` �� � ��\ � l�� j�;i \ *�� `�OTy �i� /
( \ \\
/ � � � \6'., \ �
�/� �.�\\ � �` �`\�. �� � \>> �0;� \� � �� ��
� � � � � � \�� � � 6`.,
i ��� \\\ \ `\ \��� /�/���`\� `\`� �`�`\`� �� �!�< / ���\
\. \ , \\ \ s/'� \
. \ \, , �
*� ��.� '\\ � '� �' \s., � ��` ., �, / \,
\�` \� \� 6+,� � i� �\� `\ \� `\ � r/ �\*�6,
� \ ti � ��` � �� `�� � � �`\ /���' � �\\
�8T � t \ \ ` ` � \ �` �
� ` ` � q �� � � \ V � a�' � \ �.
`,` �� � Rs �� �:�1i. � /
' �\�'��,. `\ �� / \\ � \��` \\ \` �f /�� `� \�`` \� `\
� .,`�` .\ �G,, Q-G� �` `. � �. �' G `\\ `
` / \� \ �, �/ \ � ` \��. \\\ s,, `� � � \1� �Q\.` �.
� ,�, \ / �� , , �� ,�., ,� , �\\ � \
* ., �\ ,� � \�` ' � �:.✓' / ., \s� \�. ., �.
\�� � /�.��� ♦ ���. ��'� �� ���� �� �\ �\�. ���
\ � \��,, \�,, ��
\ �
o.,
�♦ � �� `� �
��� > >
,' \ \ ,
.,
, / ,, ,
/ �, �\` \\ \�\.��
�� * , �� \\\
.-�z�� � � � �,,,;
w . �.� � �,
� , �
\. ` \ `�,T �,
�. �9�� \`.`� \`. �.
�\ ��� \\ \ r
LEGEND
warER uxe
s�wER u,v�
EX. WATEI� LlNE f PRAlRI!
EX.SEWER 11NE --
.- � - �,-
..
�:�: � ' /r'� \ \�s- ,, \ � ,�
� ` � / ht
���� i �� � �\ \ \ '��fi \�
\ -�a � /`\ \ \, \� �, � .
, �. . %
. ,, � ,
, / - � � \ �,, P���� n .
� `�< `S`T `\ ` ` ` � � � \
� � .
• �� `�. \`� ��y, `\ �/ , \� ��
, � � \,�,, �, \ \ `. , , `\ FOR CONi1NUArlO �
\\ ♦�\\ �\ � \ / � \` SEE SNEtT 2 \\
� �/ \
�\\ *�� �\ �\�� /. � �� \�\
�ACHMENT E
Afii41NE STREEi �'N��' �oF � e. D P,PM & Associotes, Inc.
VUE TO ROBlNSOId STREE!' 1 E�g��e�rs • Planners • Surveyors
N.T.S.
VIIATER AND SANITARY SEWER REPLACE�iENT CONTRACT 2002 STNf-N
PNl53-D&D53p176600 P558-070580175930
MAP5C0� 47Y, 61C&D, 62A - CQU{�CIL DISTR[CT �2
�\ �� � �` �
� . ��� .. . �� � ���\ �. \�\ �—; � � ,r *T
P / FQR CYIN7'lNUAT10 . ` i
\ l\�l �; ,�EE SHEET 1 \ C3' 6'\�� ��� ��� �� / ���6� jE r--- I lY
�
�� , `� \\ � �� �' P' \ �� ¢E � �
.. , . , . , ,
. \ „ � , . � �
� �\\ �
��� ' r �. � � �, �, o�� / �� � � ��. - ; � ' �
��,�� j.,� '��,�., �.� '�; �// f �' � �o,, ., ,;` � � I �
i� \�� ` �1 \\ 6'•, �G�'`i �/ �� \`\�` j I I
> � �\ �,, `� ����,- /�� \ `� \\,, .� ��,, � ' �'
, . .
� •� \� ��\ � �. ,-� �\ �, ��� \\ '� z� � �
. . . • .i i
. . \. � cb �� •� \� ��• 6'�, \ �, � i I
\\ \` \ +`�, fi �r \\�` �* \ �\*\ �� �_, � �__� L
�� D,, � \� / � � � \� � / �� i �
� 6''• �
� � `�.� '� � . ��. � ' / � _ � ��
`\ `, \, �\ � ,' `` ` \ `, \ F' C 0�--
�'��- � � '' \ ��'"" �� � \ ��� / �/' \\ � � � --
�
�\ . \ �.-' � ��, \ �, � '\, �., , �;;�, �� t �
\ 1 �� �,�\ "� � �\ �� � �� \\ Cv ���� � � I E I
/ cq \��� �
\\,�O\ \\, ,,/ ` %�`` `\�\ \� �"7//Jj� ��- Q,�'� /f`\\/� \ �"- I
♦ \
I
\ �� �� � � s ���� � ��, � / �, s�, I , ,
\ ,' 2 �'' `, �, . �� . i i
�� `` �' ,� ��, �� � �\�Lyy ��, \ `S�� �, , \. ���' � �
ti �' . '
/� �� I I
�� /�� �\\ �� `.��g ��\ �� f \� � � �
\�\ '�/ h \ `O' �� ♦ �ti\`1 • i//!� `\�\ `\\ `` `--�3 L---
. �
��,�. � �� � � � �. . .� --�-- ---
�. , � .,�, , �, � � � �
,- �� ���. �,��,� ��� ���� - -�� � � s `�� � �
. �...� .
.
� ''�,�, '� �� ,� �� ��� ��� �,� ��� \���� �� � ��- � _
� �� ,�,. � ��� .,�, ��r � � �.� �� � I
�ti ��\ \ ,� ����� � ,` �� \� � � � FOR CON7INUATlON
�
.�
• � �P�l�• SFE S�NEEr 3
� �� �� k,\\* \� \� \� � \
` � ,. �\ � / �� � \ s \. �� �/ �
�\ \\ �/ \\`` \� �'�r�I ;��2" ARV � \T `��\ P�r��� i � i
� �\ \ \�, � . \'.` \�. \ \ ��. c��`,� /�
L.EGENQ AT T AC H M E N T E
WATER L1NE SNEFT 2 OF 3
s�sve� uxe N1N.LOR�4INE STREET � D APM & Assoeiates, I�c. '
EX.WATFR 11NF ' ( PRI�IRIE AV�M(IE T�(j i�OBIIIISON STRE�T � Engineers . f'ianners • 5urueyors
EX.SEWER 1JNE ---- ����5•
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2002 STM-N
PW53-0�0530176600
MAPSCO� 47Y, 61C&D, 62A
� , /� i
�`` If � I � i i
1 '---J��--�� � —� �__�
'• s,,
�
.
�
�SEE.5HEfT 2 r �-- --y-I
Fo� �a�,NuaT,oN �r� �--� ^—�-1
,`
�
♦
\� �
.�
��/
��,�,
��' I I —� I I
1� I
\ �E � � 1 �
! I �, �
f I i � � I I
�i i i n
cO
� � I � I
� � � I � I I�I I
PS58-07058Q17593Q
iC� �
�I
`�--J �?stn J
� ' —�-1
N
! I
I �� �
� I �
1I �!
� • I
I E J
�
I ¢I
I � � N�
I �I { � I I' I I � I I
, �, � �
/�`\\ I �__.� I---� --`--- i LORAIN� �__ J i __�
�\ i �---� —, - - � -
� i S" —f � � i 24" � - --- � — i _
` `` �` I I I I� I I -Ir--
�� I
\
`\'' � I i U I � �� I I LLj I
\�� Q � a� I � Q
� "� � i¢ I � ¢ � I
2� �I � � I I � I I �� �
5t.\ ` I I � � I I
t �I �
\\ L---� 24" �--�-� ``_ o '_-NW i�--�,I
�. Q � t � `°' �'-'--�
�� � —i-�---
� � �� '—� I � _ �`�`l � --�I
�, ��. � � � t � �� �
�� z io /� �-- � � i, �
.\ I iI�/ �� �' � � � i �
� � V � i � i w� i ii �i
�i i i �3 i i i � i
. i z w
i
�� �o., �l � ' NORTN !DE � o
\` � � � F �i � f�UNlP 5��4TION �i � i i � i
r' �I � 4 i $�� � �
I I I � i i � � I I I
/ �� I i - I - I I � I I I I
/ � �y
�i � � � � � �
LEGEND
war�R uN�
sFwE�t uNE �—
EX. WATER UNE
�x.sEwFR uNF — —
� �i �
� �� �
� ��
�__� � STJ
�---
I
I
I
i I
�II
COUNCIL DISTRICT "2
I I �--J
i L,
i � ;
�' �
�--� � �--
--� ; --1�� ---�
� � !
! � �
I j
�- U
I I � �
I U �
� E� _
�I � �
I N � �
� � I
� I I
11� I � �
--Jl �--J. ' --� '�--�
--- i
��I
U Q�
7
I 1�
�~ T - f
� _�Slh �—_�_
� � � �
i� �i i
i �< <
i �< <
w
j i; �i
�
I �I �
, � �
�
ATTACHf�ENT E
N.NI! LORAINE STREET
f PRA1RlE AVENUE TO ROEIN5�W STREET 1
6--- � �
� r-- � i
,�I �I
�' I
I
I �I
I I
� -S—' �—__
_�I�__
� ii 1
ii �
i
i
ii �
ii �
i
i
i�� �i
�� Zi
�
�
I
I
I
I
I
I f
I
III�
i�
�
i�
�
i
i
J �I
� � j I
11 I
�
N
sNEtT 3 oF 3 � qPM & Associates, Inc.
❑ Eriglneers • Plarners • Surveyars
N.T.S.
1NATER AND SANITARY SEYUER REPLACEMENT CONTRACT 2�D2 STf�-N
MAP5C0� 76L COUNCIL �15TRIC� *9
� � � i j I
�� _ 10"PVC � I �� _-- � w �� � �U � ��
�i��� _____� ��--=----
I_ 2�� Z„� I � l� � I i rr�
io ' j� • �}' ' �
�----� I - � - r
M15TLETOE BLVD. '
-----------� -�----- -- ��ri��Tn� _—' �--
- - - --
�
��� � _ 6�� f -
6�� � � ��-- fi„ --�---� � --
------------ � � ------- �I � � p r N
� ` � � I 4 - r ! ! � 1 I�
� � C �� �jI� f( f I iQ
� �u _ —_�— �'i __ I I ' J
� �
� _ = �-r,�az�_-._—_� I — -1a� �8, �, � -- -- ' '�
� 1D�� �
� �-------- � Q
� -------_�} 1� 8� � �_--
MAGNOLIA AVE_-____--J W. �AGNOLIA ST. R' �—i �-- �
�----- i ��
--- � ------ --------�I���— - —���� i�t� �� ' i 1i 10'�r i ' -
� _� ,o�� , _ _�,��.r_._� � : ` t ,� �_
� I
� f� l � ���, � -, �
-- ' ---- — 6„____�I HARRISON__ 5T._ � � D t � �� N 'a � --
--_�� � � � ----� _=- �� W� _-- 4�� ----�� z "� y ` � � �
� '� b � 2 Q� _' I � � � I � _ � t + •� � _�
I �
�.
� �I }
�
---� ^ �HAI�RISQN_,__ AVE._____�� I `__ _�_ 6,� —� � ,I�� 8 , �4 ��
l �
--- --------------- � � l MOR�HY 5T. t' I�
� � �n� � tih ._MO�PHY_�I = i �-_1� ,
i ,
i ti � -- -------- 4��PVC �; — t o
� � 2�� 4�� � i ��� c�
�___ I � � i 1 �� 1��
�6„�I s„��_ �_ —6�� ' —�. � �
` C� i � ��.� 1 �1� �
� 6" �
_____-�
��
6"_ J �
���
~ I
� N
—S�� �" Xi I
______�
PW53-0605301766�0 P558-Q7058a175930
N
_ ., ,
---�� 4`�. MfSTLETOE__ _AVE.--J I------�--, ��� � I� � ��� ��1 f�.E DERLY
— I ` `� � �
} � I ��, �; A�—
----�� \ r-------------I �-- ���pi —�_ f � � �; l' '� ,; �z pvc
+ i y ti� � \ 6 , � ----
} �t
4 1 y l 1
--- ---� � —__—__� y -L-- ,
g,4 �„ 6„� � - 6„ � ��
---- , �--__-__- --- -- ��
��—____\ l
��i �� �n � � 4i; ��i 1 1
I � � , `�
I oi ` 1\ ` 8�� �2��1 1
---EDWIN__ .I �-- AVE,----� ._�--6���� -- -�J' �_� � �` 't ���
- 6 ;---- s�,---------� �-------� r _� W _�� �� 1 �1�
� � �
LEGEND ATTACHMENT E
wAT�R u"F 1+Y,1�pRPM' STREET � D APi�A & Associotas, Inc.
SEW�R L1NE '�""' En9ineers • Planners • Surveyars
Fx.w,areR uxF f JE'ROiCIE STREET TO E.DEAD END 1 N.T_5. -
EX. 5EWER LlNE — —
WATER AND SANfTARY SE�V�R R�PLACE[�ENT CONTRACT 2002 STivQ-N
, PW53-060530176600 PS5S-07058�175930
MAPSCq� 47X C�UNCIL DlSTRICT +�2
��
�
.
s-.
2p �,
\`s�,
�
�-S� -�
'��.
� �
, �,
�
,,
\ ` �
/y\,� �.,
. �
�
\ � ,
., ��., �\\��,, �\
\, < � ,
� '� � �,� '
��
��>u
/ �
�,,
.
\'��°�q, ��P�%'� \
ti
\� ,�� �
\� .
, ,
1\ �
.�
\�. ,
�
.�
�` �
� � ~ � ��\
. �
� '� � � �
• � 2p�
.\ eo � \
\` \ 4� `�� c�, \�\'�~�' /! \\ ``\ `��
�\` �� \` \`\`V \`�� \`�\ % / ``, `' \`\\
Y �
\ � � �
\ �/ �i��ti?6,T \ \ ��� ��\ �� �� \`` \� �
� � n� ��S' , •�. � �/ ,/ \� �, \ .r
, �� � �� . � < .`.�y
� \\ � � �\ % �� � �
< . � ` �
\ � � � � � � �
� �. \
� , `� \ \��' / �LF �
�`��' 1 `�\` `\�, �` '� \.~ �� ~l\�. \\ �
.'S' \` � •� , � � � � \�
,\. S' `\� \\�� \�. ✓/ .` `\\ ��\\� a ��,` �af�
� °`c
� '� �, �� a / � '�, \ �';� �\ , �
r��EN° ATTACHMENT E
warER un+E
sEvveR uuF � SHERAl�iN AVENUE
Fx. svareR uxF f�4ZL� AVENU� i0 N.W.28iH STREET J
Ex. sen+ER uuE
���� ��
�
� � �,
.
�\
N
� D APM & Associates, fnc.
Enginrers • Planners + Svrveyass
N.T.S.
,
, �\
� � �
� N J`
� �;
f
i/�'� .
a �
cn+rsw��t 5rarfoxi
JpfM AESERVE BAS£
� �., �
�
�
�- � �
�� -,
�
� � 7� � M1
i ,
y
i �
�
i '
i
. � �
WATER AN�N
_-- i--
l� l`CT �_' . . � � .
LOCATION !:
- � � N.W.27TH ST.
i
' ' {From tilcCandles Ave. to Slaerman AveJ
�
�
� LOCATION 2:
` / 4� � . �RA�� ST.
L�� I f fFrom Marshal�St.to Race St.J
L � �l
� � LOCATION �':
_,� 1 W. NARRlSON 5T.
—_ �� �� lFrom Jerome 5't.fo DeQd Endl
- - LOCATlON 4:
- N.W I.ORAINE ST.
— ��(Froro PralNe Ave. fo RobJnson 5tJ
- � -- ��' LOCATION 5:
377 � l _ W.11'ORPHi' ST.
I�-1_uil� I �- .
fFrom Jerome St,to �ead End)
� �ti�
�— LOCATION 6:
' SNERMAIJ AVE.
`-- (Fram Azle Ave fo N.N+.28fn StJ
� LOCATION 7_
rRu� sr.
_ �-
___ � lFrom N.W.I6th St, to �'lagsto�e DrJ
� FORr �
WORTH �
�,��� �
�
Q D AP�I & Associatas, Inc.
Engineers . Plonnars • Surveyors
WATER AND 5ANITARY SEWER REPLAC�MENi CONTRACT 2002 STM-N
MAPSCO� 59B,F
PW53-0&0530176600 F'S58-0705801T5930
COUNCIL DISTRICT +�2
� �`� // �\ �'� \\\
�f j/. , ..
� ���� �,� *\\
� ,'� ---- fl'�SU��58
��� f $��vc � A-3
�i C S� ' 1 U
��1������ � o I
vi;�P�" ��r__
�_� $ QVC �� � ��
� �i I r� o-�o
It �r
1' � '
G����� �„ fy���� 1_ARv -- i
F�-P' ���--� � ----
�-,
� �� ~6 � -
.
i .
�-" i � _ i �
7
i ? � ! �� !�.
��1 � w�, �
s� � � } a j �
6'���-
� �� �� �'I . ' i Y /
�� �
�� -� 6
f� i
Ir'
Uj
co�
r�
r
� S�•
6f-�
Rdg��$���~ � �
�~ lJl
f��— 6��
�~ � I
K�
ai
�
Av���
�E�L �6J- � �
.��—_C%�� S
�
I __�6" �
— I
-6�� i
I
I
I
i
i
�
i
�n f
�
�
�
�,\,
I�
i
�
r��
I \
I
I
i �2�
i
�
.
, _� �_-��,
I�' �� ��
� g��
I �
I 8
�
�
l
In
ly
,�
�
� 5��
�"GI 'l �
� �
� �—��' J ylII
l� j � II 1
i ' � 4
� , I
/ � � 5
�,
`\��. ¢�4
LEGEND
WATER LN£
SEWER C1NE �
�x.war�re uHe .
EX, SEWER LIH� --
�._-- � ��
� 6 io
i ���
ti w I �i
� � 6 i
� � I fi
� .,
� ��
,
,
�.0�\��� f��
�
� � �' /
.`
\ l
.
. �.
` ,
,
. �
6�
�
~�♦
�'�
�� .
`� \�.
. �
�\ ��,s
�
�
,���� ��\ �i�
� \ i
.\
,. � .` � �
� 6,� \ Ca�,
G� �`
. \ \� � �
\ \ /� �
♦�, \�\` /�� /� ��
\\ ` \\�/ / f/ \\ `\
l
,
,�� ` �P�,� ,�� \�\
��� / �,�� �
� \ /' �O \���
. T ,.
��� f ��\ .� ���
� a � �' \��
.' /..\ `�\ `\ �
. �
� 1
/ \ � �\ \ �
,�\�'ti �.�� ���� , �
C
� . .\ � `
� \
� \�\r* \\`� `\\.
� � Fa� ca,vr�xu�r�aN `y,�
\� SE£ SNEET 2 `�.` \-
� � / �
. `�\S'j. / ��\� ;
� ! i� �� ���\�/ 4 \�� �/
ATTACHMENT
TRUE STREET
f NW 16TH STREET TD FLAGSTONE DRNE 1
N
SNEFT !QF 2
Q D APM & Assoeia#�s, �nc.
Engineers • Plortners • Surveyars
�.7.�.
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2002 STM-N
PW53-060530lT�600 PS58-0705801759.i0
MAPSCQ:6IB,F COUI�ClL DISTRICT �2
,- � � �
� � i �� �� � �
�-� ��_ 8��
��-� ` . � � ��
� �'I ' � �" I � � , �\\ �` ,�,� N
� �
� � � I 1*�� `�� 6"'���/ ,�',\�` s�
� � � `Fore cnn+rnvuananr �' ���
A� � � ' I \\ �` sFF sr+Ft� � ' ,�� `� �
E��
SE�E��—�� � ; , + a��" �� \�;�
�-� � -YY� 11 Q � - � �,, � � �\
i_--�6�i 4 y� i I O �\�\ '� � �, ,;\ i
D
ti�`� '� '�����'�\,2 ��;,
; � _�-'�,�--� � ,� \ �` �� \
1 �,���_ �_— �� , ,�,, t���ti �
-- . .
�.�c� _ � � � 6" , ; � , \ � '
,
, � ,
\�_ - � 4 + �� \\`6+,� 2,0���\\ \\\� ts'�, .
,� _ 6« �,1 � � �- , .,�,\ �\ �\
, ,
I � � �
� �/� � � � � ^ � \� �, 7`� j'
/ � i I � . . \\ ��. ,s,, `�,
� � � >'� � � �` � ti / �\ ,�
\� � � _ , , ,� 6.,, � � �\ �
���� �� � `°' � � ��, \� �° � ' �
• \ 9 �,
. �`��\ �, � � s'� ` \ � `� oC�� �
i � � ,�� /��. ��' � ��
�� �� Cr —I I \ � � `�� / \�
���i' � 1 � �
�� � \ �
` ,p �'� '
. .
. �, -
\\\\� +f � 6" i I ro � �\\�j',�, ���\*�yl / \, Si,
� I i i ' I `�� `. \ '/ � �.
'r , / \ .
. ���� �,� > �� ��," n�� z �
�'\ �, �' � f � I +'��` \` �/ `��` �
�\c. - � � � I � ' `��
+
� � � ' � I � `����/'� �,�.` , �
�� �' � %\s�� �' � � � ��
; �r � � � � ,�
, •
` � �
� � �� �I i ` �. .`�\� ` ` S
�' � �.`� ' -' ��., �� � �� T,
�
�,� �� � � i , .� �� �� ,6,,
�� ,� � � � o , �� � ���. �,�.
, �� \ �6, ! I \ `� * `
\� \\\, ����� ; , �~` ,`, �\ �',Ty � '� ;�
,� \ �/', I � �4 \\,, �\ �, ��,,✓ ,/
4 �� � \\ '� ` / i ,
�� � \ � ��� � �,. , . ✓,
, 's � l � ,'�`
� *
I 2�� �. . h� ��. �
.
\� �,. �. ��� -� �ST
\ `,� 6 \ � s� `\ `" /�\�\ `.\
*�` \\ \ ���. � � � � \ `.
LEGEND AT T AC H M E N T E
wnrex u,vF ��� sx�Er 2 aF 2
S�1v�R uNE iRUE SiREET � D APM & Associate�, Inc.
ex. wnrER uNe ( Nyy /�'H STREET TO FL.AGSTONE DRNE 1 Engineers • Plonners . s��v�Yo,S
EX. SEYJER UNE -- N. T.S.
�
�iiy a� f '.�`Ori F�orih� �''e�c�►�
1���� ���i �o���� �
������������
dATE R�FERENCE NUMB�R LOG NAME PAGE
4129/D3 ����� �gsp 3aSTM-N 1 of 2
suB��cr APPROPRIATI�N �RDINANCE AND �NGINE�RING A�R��M�NT WITH �,1��1 ��1D
A���CIA'i��, IN�_ �OR WATER AND SANITARY SEWER REP�ACEMENT
G�fif i r�AGi � S i M-N
RECOMM�NDATION:
It is recommended tF�at the City Gounci�:
1. Authorize the transfer of $131,�1�.Ofl from the Water and Sew�r Qperatirtg F'und to the Water
Capi�al Project ��and in the amour�t af $95,665.95, and the Sewer Capita� Project Fund ir� the amount .
of $3�,849.d5; and
2. Adopt the attached appropriation ardinance mcreasir�g es#imated rece�pts and appropriatio�s �n the
Water Capikal P�ject �und in the amo�r�t af �95;G65.95, an� tl�e Sewer Capital Project Fund in th�
amounf af $35,849.D� fram a�ailable fun�s; and .
3. Author�ze the Gity Manager ta execute an engineering agre�ment witF� rAPM and Associates, Inc. in
�� #he amour�f of $'123,51 �.DO fior Water and San�tary Sewer Rep�acemer�t Contract 2002 STM-N.
�fSCUSSlON:
The project consists of the prep�ration of plans a�d specificatior�s far w�ier and/ar s�nitary sewer line
replacement, as indicated an the following streets:
. 5treet
�IW 27fh St�eet
Grace Street
West Harrison Stre�t
NW Loraine Street
West Morphy Sireet
Sherman Av�nue
True Stre�t
�rom
McCandless Avenue
� Marshall Street
Jerome Street
Prairie Avenue
Jerame Streei
A�le Av�n�e
NW 16th Street
To
Sherman Avenue
Race A�enue
East Dead End
Robinsvn Street
�ast D�ad End
NW 28th �treet
F�agstone Driv�
Scope of Worl�
(waterlsewer}
(water)
(vvater)
�water/sewer)
{water}
(sewer)
(wa�erlsewer)
NUV �or�ine Street and NW 27th Str�et wil[ b� pulver'tzed and overlaysd with asphalt, Grace Stree# wiil
b� wedg�-mi[fe� ar�d overiayed, and trte remaining streefs wifl be permanently repaifed with as�halt
after t�e pr-apased improvernents are compiete.
�ity o, f �or� T�o�°i1�, ����
�i����r ��� �o���� �L
Co�un���.t��n
L]A'�E REFEf2ENCE NUMBER LOG NAME PAGE �
4129/03 ����1 ���� I 30STM�N 2 af 2
SUBJECT APPRC�7PRlATfON ��tDINANC� AND ENCIN��RING AGRE�M�NT WiTH APM AND
ASSOCIAi�S, fNC. F�R WAT�R AND SANII�ARY . SEWER �EPLACEM�Ni
C4NTF�4CT �DQ2 STM-N
R�M and Associates, fnc. proposes to pertorm the design work for a lurr�p s�m fee of $123,51 �.00.
Staff considers this fee to �e fair �nd reasonable far the scop� af s�rrrices propased.
MNVBE - APM and Associates, Inc. is �[n campliance with the City's M/WBE Ordin�nce by committing to
28°fo MIWBE participatior�. The City's gaal on this project is 17°l�.
TF�e projec� is located iR COUNCIL DISiRICiS � and 9, Mapsco 4�X ar�d Y, fi�B, C, D, and F, 62A, 63Q,
and 76L. .
In addition to tF�e contract amount, $B,�QO.D� (water. $5,500.QQ, sewer: $2,5p0.D0) is req�rired for
project management by the Engineering De�artmer�t.
FISCAL fI�FORMAiIONICERTIFICATIQN:
The Finance Direato� ce�fiifes that uport a�proval and completion o# recQmmendation Na. 1 and
adoption o� fhe atfacf�ed �ppropriation ordinance, funds wifl be a�ailable in ihe c�arreni capital budgets,
as appropriated, of the Water and Sewer Capital Pro�ect ��r�ds.
MO:�
Submftted for City Manager's
Office by:
Marc at
Otig[nat�ng I)epar�nen# Head:
Douglas Rademekec
Additiona! inform�tia� Contaci:
Do�as Rademake�
� FUND
� E�)
� '! 8�7) PV4I53
8476 � 1 &2 j P558
2} P55B
� 2} PS58
� 2) PW53
� 2} PW53
6157 � (&om)
1) PE4�
'( } PE45
3) pVll53
6157 3} PS58
ACCODNT � • C�N�ER I AMOUNT
472045 I 060S3Q1766DD $95,665.95
472045 07p5B0175930 $35,849.D5
531200 �70fiB0176930 $33,349.45
531350 D3d580175930 $ 2,500.00
5392Qp D60530176600 $90,'f65.95
�39350 D30a3Q176600 $ 5,500.00
538(J70 0609020 �95,685.95
� 53807� a709020 I $35,849.05
�31200 060530'� 78600 I $90, 9 65.95
5312D0 07668617593� $33,349.05
CTTY SECRETARY
� ,APPR4VED 04/29/03
� ORD.# 15537
�
�