Loading...
HomeMy WebLinkAboutContract 27918t�1� ������i4�Y � �N��A�i N� . � CI7Y OF �ORT WORiFi, �'�XAS SiAh�DARD �CR��N9�N.��' �O� �NCIIVE��tIlVC S�R1�IC�� This AGREEMENT is betvueen the City of Fort Vllorih (ihe "CfTY"}, and A.N.A. Consultant, L.L.C., (th� "ENGiNEER�), for a PROJECT generally described as: Water and Sanitary Se►wer Replacement Coniract 2002 ST�111-B. �r�icle I Saope o# Senrices A_ Th� Scope of Services is set forth in Attachment A. R�icle II Compens��ian A. The ENGINEER's campensatEo� �s set forth in Attachment B. Arkicle III T�rms a# Paym�ni P�yments to the ENGINEER will be made as faflows: A. 1nr�oice and Payment (1) The Engineer shall provide the Gity sufficient dacumentation �o r�asonably substantiate the invaices. (2) Monthly invoices will be issued by the ENGINEER fiar all work perFormed under this AGREEMENT. In�oices ara due and payable within 30 days of reeeipi_ {3) Upon compl�tion of serviees ertum�r�t�d fn Article k, th� final payment of any balance will be due within 30 days of receipt of the finai i�va�ce_ {4) In the e�ent o# a disputed or cantested billing, only that partion so contested will be v�ri#hhe�d from paymertt, and the undisputed partion will be paid. TF�e GITY will exercise reasonableness in contes�[ng any bill ar par�fan thereof_ Na inierest will accrue on any can#ested porkion af the billing until mutually resolued. (5} If the CITY fails to make payment in fulE to ENGINEER for bill9ngs contested in good fiaith within 60 days af the amaunt due, the ENGINEER may, after giving seven {7) days' written natice to CtTY, suspend services under this AGREEMENT until paid in fuli, including interest. In the event of suspensian of services, the ENGINEL�R shall have no liabili#y to CITY for delays or damages caused ihe CITY � ..... : --•--� r},"IC�JIf -u1�' j�,}I [�'q -�i ; �6�#l�7YUVI5 YR.d+I'�.."� , ��'r'" ���;��' ,,�� �.���'��, �. because af such suspension o# services. Article IV Obligations o�' the �nginee� Amendments to Articfe IV, if any, are included in At#achment C. A. �ensr�al Th� ENGINEER will serve as the CITY's professional engineeri�g representative �nder tl�is Agreement, pravicling prafessionai engineering cor�sultation and advice and fiurnishing customary se�vices incidental th�reto. �. 5fanda�d a� Ga�� The standard of care applicable to the ENGINEER's servic�es will be the degree of skill and diliger�ce narmally employed in the State of Texas by �rofessional �ngin��rs or consultants perFormir�g the same or similar services at the iime such services are perFormed. C. Subsur�aee Indes4iga4ians (1) The ENGWEER shall advise the CITY with regard to th� necessity for subcvntract work suc� as special surveys, tests, test borir�gs, ar other subsurface investigations in cannectior� with design anr4 engineering worEc to be perfarmed h�reunder. The ENGINEER shafl also advis� the CiTY concerning t�e results of same. Such surveys, tests, and investigations shalk be �urnished by the CITY, unless otherwise specifi�d in Aitachment A. (2} In soiis, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly be#ween successi�e test poirtfs and sample intervals and at loca#ior�s other t�an where observations, expioration, and investigations have been made. Because of t1�e inf�erent uncertainties in subsurface e�aluations, changed or unar�ticipated undergraund conditions may occur that could affect the ta�al PR(7JECT cost and/or execution. These conditions anc� costlexecution �ffects are not the responsibility of the ENGINEER. D. �reparation of �n�ineering D�awings The ENGINEER wil! provid� to th� CITY the original drawings of all plans in ink an reprod�cible plastic film sheeis, or as otherwise approved by CITY, which shafl become the property of the CITY. CITY may use such drawings in any manner it desires; provided, howe�er, that the ENGiNEER shail not be l�able for the use af such drawings for any prc�ject other than the PROJECT described herein. -Z- �. �ngineer's Pe�sannel a4 Construc�ion Site {1) The presence or duties af the ENGINEER`s personnel at a canstruction si�e, whe#her as on-site representatives ar otherwise, do nat ma�te fih� ENGINEER or its personnel in any way responsible for those duties tYtat �elong to the CITY and/or the CITY's construction contractors or nther entities, and do not relieve th� cor�s#ruction contractors ar any other entity of the�r abiiga#ions, duti�s, and respvnsibilities, incEuding, but not limited to, all construction methods, means, technic�ues, sequences, and procedures necessary for coordinating and camp�eting al! portions of the construction work in accordance with the Contract Documents and any h�akth or safety precautions req�ired by such construction wor�C. The ENGINEER and i#s persannei have no author�ty to exercise any control over any const�ction cantractor or oth�r entity ar their emplayees in connection with their work nr any health or safety precautians. (2) Excep� �o the extent af specific site visits expressly detailed and sef farth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility ta ►risit the constructior� siie to become familiar with the progress or quality af the campleted worF� on the PROJECT or �o determine, in general, if the work on the PROJECT is being perFormed in a manner indicating that the PROJECT, when camplefed, will be in accordance with the Co�rtract Documents, nor shall anything in the Contract Documents or the agreement betvveen CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discoWer latent defects in the work ar atherwise check fhe quality or quantity of the wortc on the PROJECT. If, for any reason, the ENGINEER should make an on-site observation{sj, on the basis of such on-site observations, if any, the ENGINEER shail endeavor to ksep the CITY informed of a�y deviatior� fram the Contract Dncuments coming to the actual no#ice of ENGiNEER regard4ng the PROJECT. (3) When professional certifieation af perFormance nr c�aracteristics of materials, systems or equipment is reasonab�y required ta perForm the services set fio�th in the 5cope of Services, the ENGINEER shall be entitfed to rely upon such certification to estabiish m�te�ials, systems or equipmenf and performance criteria ta be required in the Con#ract Docurnents. �. Opinions af �robable ��sf, �inancial Consicie�ati�n�, anci Schedules (1) The ENGINEER shali pro�ide opinions af prabable costs based on the current available infarmation at the time of preparation, in accordance with At#achment A. (2} ln pro�iding opi�ions af cost, iinancial analyses, ecanomic feasibility projections, and schsdules for the PROJECT, ihe ENGINEER has no control o�er cost or price of labor and materials; un4�nawn or laten# conditians af e�cisting �quipment or structures tha# may affect operation or maintenance costs; competitive bidding procedures and marke# -3- conditions; time or qualify of perFormanee by third pariies; quality, type, management, or direction of operating personnel; and other economic and operaiional faciars that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financia! aspects, ec�nomic feasibil}ty, ar schedules will r�ot vary from the ENGINEER's opinians, analyses, projections, or estimates. C. Consi�ruc�ion P�og�ess �a�menis Recommendations by the ENGINEER to the C�TY for periodic canstruc#ian progress payments to the construction contractor wi[I be based on the ENGlNEER's �nowledge, information, and belief from selective sampiing and observation that the vr►or� has progressed to the point indicated. Such recommendations do not represer�t tha# cantinuous or detailsd examinations �a�e been made by the ENGINEER to ascertain tt�at the consiruction contractor has completed the work in exact accvr�ance with th� Contract Documents; that the final wark wi11 be acceptable in all respects; that the ENGI�IEER has made an examination ta ascertain how or for wha# purpose th� cartstruction contractar has used the moneys paid; tMat title t� any of the work, materials, or equipmen# has passed to the CITY free a�d clear of jiens, claims, security interests, ar encurnbrances; or that there are not o#her ma�ters ai issu� between the CITY and the construction contractor that affect the amount t�at should be paid. H. Recoed D�gw�ngs Record drawings, if required, will be prepared, in part, on the basis of information compiled and fumished by athers, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was fiinally cons#ructed. The ENGINEER is not responsible �or any errors or omissions ir� the information from athers that is incorpora�ed into the record drawings. I. Minori�� and Woman �usiness �n�epp�ise (�Yf�1lB�) parfiicipaiion In accord with City of Fort Worth Ordinance No. 11923, as amended by OrdiRance 13471, the City has goals for the participation of minor�ty business enterprises and woman business enterprises in City cantrac�s. Engineer ackr�awledges the MIWBE goal estahlished for this contract anc� its commitment to meet t�at goal. Any misrepreseniation of facts (other than a negligent misrepresentatian) and/or the commission of fraud by the Engir�eer may result i� the termination of this agreement and debarment from partici�ating in Gity contracts for a periad of time �f not less than three (3) years. J. Righ� �o �udit {1) ENGINEER agrees that ihe GITY shall, urtti� the expiration vf three (3) years after final payment und�r this contract, �a�e access ta and the right to examine ar�d pha#oco}�y any directly pertinent booEcs, doc�aments, pa�ers and records af the ENGINEER in�olving transaci�ans relaiing to -4- this contract. ENGlNEER agrees that the CITY shall have access during normal r�rarl�ing hours to all n�cessary ENGINEER facilities and shall be pro�ided adequate and appropriate work space in order to conduct audi#s in compliance with the provisions of this section. The CiTY shall giv� ENGINEER reasanable ad�ance notice of intended audits. (2) ENGWEER f�arther agrees tn i�ciude in ail its subconsultant agreements �ereunder a provision to the effec# that the subconsultant agrees that the CITY shall, until the expiration of th�-ee {3) years after final payment under the subcontract, have access to and the right to examine and photacopy any directly pertinent books, documents, papers and records of such s�abconsultant, invofving transactiorrs to the subcontract, and further, that the GITY shall i�a�e access during normal working hours to al! subconsuitant facilities, and shall be prorrideci adequate and appropriate wori� space, in order ta conduct audits in compliance wit� the provisions of this arkicle tagether with subsectian (3)hereof. CITY shall give subcansultant reasnnable advance notice of in#ended audits. {3} ENGINEER and subconsultant agree to photo copy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER �ar the cost of co�ies a# ihe rate published in the T�xas Administrative Code in effect as of the time copying is perForrrted. Ft. �i�GIi�E��`s �nsur�ance (1) Insurance caverage and limits: ENGINEER shall pro�ide to the City certificate{s) of insurance dacumenting poficies of the following co�erage at minimum limits which are to be in effect prior to commencement af work on the PR�JECT: Comm�;rcial Generai Liability $1,OQO,OOD each occurrence $1,OOO,D00 aggregate Automobile Lia�ifity $1,�00,000 each accident {or reasor�ably equivalent limits of co�erage if written on a split fimits basis}. Coverage shall be an aRy vehicle us�d in the co�rse o# the PRQJECT. Vl/or�er's Compensatian Co�er�age A: statutory limits Co�erage B: $9Q0,000 each accident $5�{�,OOD dise�se - policy limit $1a0,�lOQ disease - �ach employee I'rofessional Liability $1,ODO,Q00 each claimlannual aggregate (2) C�rtificates of insurar�ee evidencing that the ENGlNEER has obtainec� all -5- required Ensurance shall be deli�ered �o the CITY prinr to ENGINEER proceecling with the PROJECT. (a} Applicable policies shall be er�dorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, offic9a�s, agents, and �alunteers as respects the contracied se�vices. {b} Certificate{s) of insurance shall document that insurance coverages sp�cified according tv items section K.('f) and K.(2) of this agreement are provided under applicabl� poiicies dacumented th�revn. {c} Any failure on part of the CITY to request required ir�surance documen#at�a� shall nat constitu#e a waiver of the insu�ance requirements, (d) A minimum of thirty (�E3) days notice of cancellation, non-renewa! or material ch�rtge in cor�erage shall be provided to the CITY. A ien (10) days notic� shall be accepiable in the eveni af non- payment of premium. 5uch te�ns sha�l be endorsed ont� ENGINEER's insurance policies. Notic� shall be sent to the respeetive Department Directar {by name), City af For� Worth, 1000 Throc�cmorion, Fart Worth, Texas 761 D2. (e} Insurers for al! �olicies must be aut�orized to do business i� the state of Texas or be otherwise appro�ed by tF�e CITY; artd, such insurers shall be acceptable to the CITY in terms of their financial s#rength and solver�cy. (fl Ded�ctible limits, or self insured retentions, affecting insurance required herein may be acceptable ta the CLTY at its sale discretion; and, in lieu of traditional insurance, any altemaii�e coverage maintair��d #t�rough ins�r�nce poofs or risk retention groups must be also approved. Dedicatec# financial resources or letters of credit may also be acceptable to the City. �g) Applicable palicies shall each be endarsed with a we}ver of subrogation in favor of th� CITY as respects the PROJECT. (hj The City shall be entitled, upon its request and without incurring expense, to re�iew the ENGINEER"s insurance policies including e�dorsements thereto and, at the CITY's discretion, the ENGINEER may be required to provide praof of insurance premium payments. {I} TF�e Commercial General Liability insurance palicy shall have no exclusions by endorsements unless such are appro�ed by the GITY. � (j} The Professianal L.iat�ility insurance palicy, if writt�n on a claims made basis shall be maintained by the ENGINEER ior a minimum twa (2) year period subsequ�nt tv the term of the respec#i�e PROJECT contract with the CITY uniess such co�erage is pravided the ENGINEER an an occurrence basis. (k) Tf�e CITY shall not be responsik�le for t�e direct payment of any insurance premiums requzred by this agreement. It is understood #hat insurance cost is an aliowable component of ENGINEER's overhead. (I} All insurance required in section K., excep# for the Professional Liability insurance policy, shall be written on an occ�arrence� basis in arder io be approved by the CITY. (m) Sul�cansulfants to the ENGINEER shalf �e required by the ENGINEER to maintain tl�e same ar reasanab�y equivalent insurance coverage as re�uired for the ENGiNEER. WF��n insurance co�erage is maintained by subconsul#ants, ENGINEER shall pro�ide ClTY with documentation thereof on a ceriificate ofi insurance. Nofinrithstanding anything to t�e cantrary contained her�in, in the even# a subcnnsultant's insurance coverage is canceled ar terminated, such cancellatinn or terminatian shali not constitute a breach by ENGINEER af the Agreement. L, Ind�pendent Con�ultanf The ENGINEER agrees to perForm all services as an ind�pendent consultant and nat as a s�bcontractnr, agent, or employee of #he CITY. M. Disclasure The ENGINEER acknawied�es to the CITI( that it has made full disclosure in writing of any existing conflicts of interest or potential confilic#s of interest, including personal financial irtterest, direct or indirect, in prnperty abut�ing the proposed PROJECT and busir�ess relatianships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure �n writing of any canflicts of interest which develop subsequent to the signing o# this co�tract and prior ta final payment und�r ihe contract. N. Asbes4os �� Ha�a�dous Subsiances (1) If asbestos ar hazardous subs#ances in any form are encouniered ar suspeeted, the ENGINEER will s#op its own work in the affected portians of the PROJECT to permit testing and er►aluation. (2} If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services af a qualified subcontrac#or to manage the remediation activi#ies of th� PROJECT. _7_ O. Permi�ing �u�ho�ities y �esign Changes �f p�rmitting authorities require design changes so as to comply with p�bfished design criteria and/or current engineering practice standards wrich the ENGINEER should have been aware of at the tEme fhis Agreement was executed, the ENGlNEER shall revise plans and specifications, as required, at its own cost and expens�. Hawever, if design changes are required du� to the changes in the permitting authorities' published design cr�teria andlor practice standards criteria which are published after the date af this Agreement which the ENGINEER cauld not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustmenf in campensation will be mad� through an amendment to this AGREEMENT. Ariicle V Obligati�ns of ihe C�4y Amendments to Article V, if any, are included in Attachment G. A. Gif�y-Furnished �a4a The CITY wifl make availabie to the ENGlNEER all technicaf data in the C{TY's possession reiating ta the ENGINEER's services on the PROSECT. The ENGINEER may reiy upan the accuracy, timeliness, artd completeness af the information provided by the CETY. �. �cce�s �o �ac'rli4�es and �raperiy The CITY wil� make its facilities accessible to the ENGINEER as required far the ENGINEER's performance of its services and wil� prvvide labor and safety equipm�r�t as required by the ENGIf�EER for such access. The CITY will pertorm, at no cost to the ENGINEER, sucfi� tests of equipment, machinery, pipelines, and other components of th� C{TY's facilities as may be required in connection with the ENGINEER's services. The CITY wil! be responsible fior all ac#s of the CITY's personnel. C, Adr►ertisemen�s, �er�mi�s, and i4ccess Unless otherwise agreed to in #he Scope af Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, stat�, or federai authorities; and land, easemer�ts, rights-of way, and access necessary for the ENGINEER's services or PROJECT coristruction. �. �imel� i�e�iew The C�TY wiil examine the ENGfNEER's studies, reports, s�etches, draw'tngs, specificatians, proposals, and other documents; nbtain ad�ice of an attamey, insurance caunselor, accountan�, auditor, bond and financial adr►isars, artd other consultants as the ClTY deems appropriate; and rend�r in writing .decisians ; required by the CITY in a timely manner in accardance with the project schedule in Attachment D. E, �rompt Notice The CITY will give prom�t written notice ta the ENGINEER whenever CITY abserves or becomes aware ofi any development that affects the scnpe or timing o# the ENGINEER's services or of any defect in the work of #he ENGINEER or canstructior� cantractors. �. ►4sbesios or Ha�ardou� Substances and tndemni�icagion (1) To the maximum extent permitted by lav,i, the CITY wiil indemnify and releas� ENGlNEER and its officers, employees, and subcantractars from all claims, damages, }osses, and costs, including, but not limited to, attorney's fees and litigatian expenses arising out of or reiating to the presence, discharge, release, or escape of hazardous substances, cantarr�inants, or asbestos on or fram the PROJECT. Nothir�g con#ained herein shafl i�e canstrued to requ�re the CITY to levy, assess or collect any tax to fund this indemnification. (2} The ind�mnificatian and release required abo�e shall nvt apply in the event the discharge, release or �scape of hazardous substances, contaminants, or asbestos is a result ofi ENGINEER'S negligence or if such hazardous substance, cantaminant or asbestos is brought onto the PROJECT by ENGiNEER. G. Contrac�or Indemni�ca�ian and Glaims The CITY agrees #o include in all constructian contracts the pro�isions of Article iV.E. regarding th� ENGWEER's Personnel at Construction 5ite, and provisians providing contractar indemnif�cation of the CiTY and the ENGINEER #ar contracto�s negligence. H. Con��ac�l:or Claims and 1"hird-Pa�,y �ene�ciaries (1} The CITY agrees to include the follawing clause in all contracts with constrvc#ion contrac#ors and equipment or materials suppliers: "Contractors, s�abcontractors ar�d equipment a�d m�t�rials suppliers an th� PROJECT, or their sureties, shali maintain no direct actian against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, nr resuiting from the e�gineering senrices perfarmed. �nly the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives �no rights or benefits to anyone other than the CITY and the ENG�NEER anti there are no third-party I�eneficiaries. {3) The CfTY will include in each agreement it enters into with any ather entity or persan regarding the PROJECT a provision tha# such entity or � person shall have no third-party beneficiary rights under this Agre�ment. (4) Nothing contained in this sectian V.H. shall be canstrued as a waiver of any right th� CITY has to t�ring a claim against ENGINEER. C«Y's lnsu�ance {1) The CITY may maintain properky i�surance on certain pre-existing structures associated with t�e PROJECT. (2) The CITY will ensure that Builders Risk/fnstallation insUrance is main#ained at the replacement cas� value of the PROJECT. The CITY may prorride ENGINEER a copy of the palicy or dacumeniation of such an a certificate nf insurance. {3} The CITY will specify that the Builders Riskllnstallation insurance shall be comprehensi�e in co�erage appropriate ta the PROJECT risks. J. �itigation Assistance The Scape of Services does not include costs of the ENGINEER for required or requested assistance to suppflrt, prepare, document, bring, dafend, or assist �n litigatiort undertaken nr defended by the CITY. in #he e�ent CITY requests such setvices of the ENGINEER, this AGREEAJIENT shail be amended or a separate agreement wil� be negntiated between the parties. K. Changes The CITY may make nr appro�e changes within the general Scope af Services in this AGREEMENT. Ifi such changes af�ect #he ENGINEER's cost of or time required far performanc� of the services, an equitabfe adjustment will be macfe ihrough an amendm�nt #o this AGREEMENT with ap�ropriate CITY app�oval. Ariicle VI Ceneral Legal �ro�isions Ame�dments to Article VI, if any, are included in Attachment C. �. Au�ho�i�afyon to �r�ceed ENGINEER shall be authorized to praceed with this AGREE{VIENT upan receipi of a written Nat�ce to Proceed from the CITY. B. k�euse of P�ojec� ��cuments Afl designs, drawings, specifications, documents, and other wor�C producis of the ENGINEER, whether in hard capy or in �lectronic fiorm, are instruments of service for this PROJECT, whether the PRQJECT is completed or not. Re�ase, chang�, or akteration by the CITY or by others acting t�rough or on behalf of the -la- CITY of any such instrume�ts of service without the written permissian af the ENGlNEER wiA be at the CITY's sa�e risk. The final c�esigns, drawit�gs, specifications and documents shatl be owned by the CITY. C. �orce i�iajeupe The ENGINEER is not responsible for damages or delay in performance caused by acts of God, st�ikes, loc�outs, accidents, vr ather events beyond the controi of the ENG{NEER. �. Te�mina�ion {1) This AGREEMENT may be terminated onfy by the City for con�enienee on 3Q days' written noiice. This AGREEMENT may be t�rminated by either the CITY or ihe ENGINEER for cause if either party fails substaRtialiy ta pertorm thraugh no fault of the other and does not commence correction of s�c1� nonperFormance with fi�e (5) days of written notice and difigently complste the correctior� thereafter. (2) ff this AGREEMENT is terminated for the eonvenience of the City, the ENGINEER will be paid for terminat+on expenses as fal4ows: a) Gost of reproduction o# Partial or complete sfudies, plans, specifications ar other forms of ENGINEER'S war� product; b) Out-of-pocket expenses far purct�asing storage con#�iners, microfilm, electranic data fi�es, an� ather data storage supplies or SBNIC@S; c) The time requirements for the ENGINEER'S persanr�el to document the work underway at the time the C�TY'S termination for convenience sa thaf the wor� effort is suitable far long time storage. (3) Prior to proceerJing with terminatian serwices, the ENG{NEER wiil submit to the CITY an itemized statement af all termination expenses_ The CITY`S appro�al will be obtained in wri#ing prior �o proceeding with termination services. �. Suspension, �elay, or interruption �� 11�►or�lc The CITY may suspend, delay, or interrupt the services of the ENGiNEER for the canvenience of the GITY. In the event of such susp�nsian, delay, or interruption, an equitable adjustmeRt in the PROJECT's schedule, cammitment and cost nf the ENGINEER's p�rsonnel and subcontra�ars, and ENGINEER's compensation will be made. �11_ F. Indemnificafion (1} The ENGINEER agrees to indemnify ar�d defend the CiTY from any loss, cost, or expense claimed b� third parties for property damage and bodiiy injury, including death, caused salely by the negliger�ce ar willful misconduct of the ENGINEER, its employees, officers, and subcontractors in cannection with the PROJECT. (2} If the negligence or wiilful misconduct vf both the ENGINEER and the CITY (or a person identifred abo�e for whom each is liable) is a cause of such damage ar injury, the loss, cos#, or expense shall be shared between the ENGINEER and the C{TY in proportian to th�ir re{ative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.b11(4) (Veman Supplement 1996}_ C. Assignmen� Neither party will assign all or any part of this AGREEMENT without the prior written consent vf #he other party. b. Ini�eirpre�a�ion Limitations on lia�ifity and indemnitie� in this AGREEMENT a�e business understandings between the parties and shall apply to all the different #hearies of recovery, includ'rng breac� af contract or warranty, tort including negligence, strict or statutory liabilify, or any other cause of action, except for willful misconduct or gross negligence far limitations of liability and sole neg�igence for indemnification. Parties means the CITY and the ENGfNEER, and the�r officers, employees, agents, and subcontractors. I, Jyri�dic4ian The kaw of the 5tate of Texas shall �ovem the valic3ity of this AGREEMENT, i#s in#�rpretation and performance, and any other claims related to it. The �enue for any litigatinn related to this AGREEMENT shall be Tarrant Cour�ty, Texas. J. Alterna�e �ispufe �e�nlu�ion (1) A�l claims, disputes, and vther matters in question between the CITY and ENGINEER arising aut of, or in connection wi�1n this Agreement or the PR�JECT, or any breach of any obligation or duty of GITY ar ENGINEER hexeunder, will be submitted to media#ion. If inediation is unsuccessful, the claim, dispute or other matter in ques#ion shall be submitted to arbitr•ation if bath parties acting reasanably agree ihat the amaunt af the dispute is likely to be less than $�O,D00, exclusive of attomey's fees, costs and expenses. Arbitratian sha11 be in accordance with the Constructinn It�dustry Arbitratior� Rules of the American Arbitration Association or ather ap�licable ru�es of the Association then in effect. Any award rendered by �fie arbitrators less than $�a,aaa, exclusive of attorney's fees, costs and expenses, will be final, judgment -1�- may be ent�red thereon in any caurt having jurisdiction, and will nat be subject to appeal vr modification except to the extent permitted by Sec�ians 1D and 91 of the Federal Arbitration Act (9 LJ.S.C. Sections 10 and 'f 1}. (2) ARy award greater than $50,000, exclusi�e of attomey's fees, costs and expe�ses, may be litigated by either party on a de no�o hasis. The award shall become final ninety (90} days from the da�e same is issued. 1f litigation is fited by either party within said ninety {90} day period, the award shall become null and void and shall no� be used by either party for any purpose in th� litigatian_ FL. Se�erahili4y 2�nd 5u�vi�al If any af th� provisions cor�tained in this AGREEMENT are h�ld for ar�y reason to be invalid, illegal, or unenforceable in any respect, such invalidity, iilegal9ty, or unenforceability wi11 not affec� any other pro�ision, and this AGREEMENT shall be construed as if such invaiid, illegal, or un�nforceabl� provision had never been containeci herein. Articles V.F., VI.B., VI.D., V1.H., VI.I., and VI.J. shall survi�� termination nf this AGREEiUIENT for any cause_ L, Observe ana] Comply ENGINEER shall at ail times abserve and comply with ali federal and State laws and regulations and with ali City ardinances and reguEations which in any way affect this AGREEMENT and the wark hereunc�er, and sha{) observe a�d cannply with all orders, laws ordinanc�s and regulations which may exis# or may �e enacted later by go�erning bodies having jurisdictivn or authority for such �nactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agre�s to d�fen�, indemnifiy and hold harmless CITY ar�d all of its officers, agents and employees fram and agair�st all claims or liability arising out of th� via�ation of any such orcier, law, ardinance, or regukation, whether it be by i#self or its emplayees. -13- Artiicle 1III At�achmen�s, �chedules, anri �igna4ures This AGREENiENT, including its attachments and schedules, constitutes the entire AGREEMENT, supers�d�s all prior written or aral understandings, and may only be changed by a written amendment executed by boih pa�ties. The fiollawing attachments �nd schedules are hereby made a part of this AGREENiENT: Attachment A- Scope af Services Attachment B - Compensation Attachmen# C- Amendments to 5tandard Agreement for Engineering Services Attachmen# D - Pro�ect Schedule Attachment E - l.ocatior� Map ATTEST: � CITY OF F�RT WORTH By:. / ,�—�` �� � - Marc A. Assistan City Manager � � ��17/t%r �Gla i Pearson City Secretary �' f � f C9 � �- - -r:ontract Au'thoriza�ion $��iQ� p- - � nate APPROVED AS TQ FORM AND LEGAL.ITY APPROVAL RECOMMENDED A. �ouglas Rademaker, P.E. Director, Engineering Departm�nt A_N_A_C:C)NSL�LTANTS, LLC_ ENGINEER ��- / G�_ � . ,�ssistant City Attomey By. � , ,�/, r � �f �" � Assaad N. Assaad, P. E. President -14- f ��'�'i'��b�W� �"di��'� � �'�'� ���� �. ��'�� �. � Ai�ACHM�Ni ,��4" -�- ...- . -r "Scope of Services sef forfh her�in can only be madifr�d by additions, clarifica�ions, and/or delefions sef forth in the supplementa! Scape of Sen�ices. Ire cases of conflicf befwe�n the Supplemenfal Scope of Se�vices and fhe General Scope of Services, the Supplemenf�l Scope of Services shal! have precedence over the General Scope of Services." =�== t, 1} ��eliminary Confe�ence rn��h Cifiy The Er�gineer sha�l attend prelimir�ary conferences with authorized representati�es of the City regarding the scope af project so that the plans and specificatians which are to be deve�aped hereunder by #he Engine�r wilf result in providi�g fiaci�ities which are econamical in design and confoFm ta the City's requirements and budgetary canstraints. 2) Coo�dina�ion with Outside AgencieslPubl�c �ntiiies The Engineer shali coordinate with officials c�f ather outside agencies as may be necessary for the design of the praposed str�et, and starm drain andlor water and wastewater facilitieslimprovements. It shall be the Engir�ee�'s duty hereunder #o secure necessary information from such autside agencies, to meet their requirement�. 3) Ceo4echnicalln�es�iga�ions The Engineer shall advise the City ot test borings, and ather subsurFace inves�igatians tnat may be needed. ln the ev�nt i# is determined necessary to make borings or excavate test hales ar pits, tfi�e Engineer shall in coordina#ion with the City ar�d the City's geotechnical engineering cor�sultant, draw up speci�catians for such testing program. T�e casi of the borings or exca�ations shall be paid for by the City. 4) Ag�eemen�s and �ermifis The Engine�r shall complete al1 farmslapplicatiar�s ta allow the City of Fort Worth to obfain any and all agreements and/ar pe�mits Rormally required for a praject of #his size and type. The Engineer wEll be responsible for negotiating and coordinatir�g to abtain approval of the agency issuing the agresment ar�dlor permits and will make any re�isions necessary to bring the plans into compliance with the requirements of said agency, incl�d�ng buf not [imiiec� to highways, railroads, water authorities, Corps of Engineers and other utilities. 5) 9esign Changes Rela4ing to Permiltir�g �u�hor i4ies If p�rmitting authorities require design changes, the Engineer shail re�ise the plar�s and specificaiions as required at the Engineers own cost and expense, unless such changes are required due ta cFranges in the design of the facilities made by the -1- permitting authority. If such changes are required, the Engin�er shall notify the City and an amendment to the contract sf�all be made if the Engineer incurs addit�onal cost. �# fhere are una�oidable delays, a mutually agreeable and reasonable time extension shall be negotiated. 6) Plan Su6mi�a1 Copies af the originak plar�s shall �e provided an reproducible mylar ar approved plastic film sheets, or as oth�rwise appro�ed by th� Department af Engineering and shall be�ome the proper�y of the City. City may use such drawings in any rrtanner it desires; provided, howe�er that the Engineer shall r�at be liabfe fior the use af such drawings for any pro}ect other than the project d�escribed herein; and furkher provided, that the Engineer shall no# Y�e liable for the cansequences of arty changes #hat are made to the drawings ar changes �hat are made in #he implementation of the drawings withoui the w�itten approval of the Engineer. �HA�� 1 7) R�gh�-o���ilay, �asemeni and Land Acquisi4ion �leeds The Engineer shali determine the rights-af-way, easemeRt needs for the constructian af the project. Engineer shall determine ownership of such land and fumish the City with the necessary right of-way sketches, prepare necessary easement descriptions for acquiring the rightsWof-way andlor easements for the constn.�ction of this project. Sketches and easement descriptions are to be presented ir� form suitable #or direci use by the Department of Engineering in obtaining rights-af-way, easemer�ts, permits and licensing agreements. All ma#erials shall be f�arnished on the appropriate City forms in a minimum of four (4} copies each. 8) �esign Surrre� The Engineer sha�l provide necessary field survey for use in the preparation of Plans and Specifications. The Engineer shall fumish t�e City certi�ed copies ofi the field c�ata, 9) U�ili�y Cao�dination The Engineer shall coordinate with al� utilities, �ncludin� utilitEes owned by fhe City, as to any pro�osed utility liens or ad�ustmen# to existing utility fines within the p�oject limits. The infarmatian ab#ained shall be shawn on the canceptual plans. The Engineer shalk show an the prelimi�ary an� final plans the iacation af the praposed ufility lines, �xisting utility lines, based on. the information pro�ided �y t�e utility, and any adjustmer�ts andlor relacation of the existing lines within the project limits. The Engineer shafl alsa evaluate the phasing af the water, wastewater, street and drainage work, and shall submit such evaluation in writing to the City as part of this phase of th� project. -2- 10} Concepfual Plans The Engineer shail fumish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary rig�t-of-way needs and prefiminary� estimates of prababie canstruction costs for the Engineer's recommended plan. For all submittals, the Engineer shall submit plans ar�d documents for streetlstorm dr�in and water/was#ewater faciftic:s. The Engineer shall receive written appro�al of th� Phase 1 Plans from the City's project manager before praceeding with Phase 2. �b,�S� 2 11} �esign �ata The Engineer shafl provide design data, reports, cross-sections, profiles, drainage calculations, and preliminary es#imat�s of probable construction cos#. 12) � �reliminarry Construction �lans and �echnical 5pecifications The Engineer shall submit t�venty (2Q) capies of Phase 2 preliminary canstruction plans ar�d five (�) copies of the preliminary technical speci#ications for review by th� City and for submission t� utiiity companies and other agencies for the purposes of coordinating work with �xistir�g and propased utilities. The preliminary cons#ructior� plans shall indicate locafian of ex�sting/proposed utilities and stam�t clrain {ines. The Engine�r shall recei�e written approval of the Phase 2 plans from the City's project manager before praceeding with Phase 3. PHAS� 3 13) F inal Cons4�uc�ion �lans The Engineer shall furnish five {5} copies of �he final cons�ruction pians and contract specifications for re�iew by the City. 14) betailed Cos� �stimage The Engineer shall furni5h four (4) capies of detailsd estimates of probable construction costs for the authorized cansiruction project, which sha{I include summaries of bid items and quantities. 15) �lans and Specification Approval The Engineer shall furr�ish an originaj cover mylar for the signatures of authorized City officials. The Contract Documents shal! comply with applic,able local, state and federal laws and with applicable rules and r�gulatians promukgated by local, stat� and nationai baards, bureaus and agencies. The Engineer shall receive written appro�al of the Phas� 3 plans from the Ci#y's proj�ct manager before proceeding with Phase 4. -3- �HAS� 4 16} Fr'inal Appr�o�ed Construcr�ion �lans The Engineer shatl fumish 45 bound capies of Phase 4 finai appro�ed canstruction plans and cantract specificatEons. The approved plans and cantract specifications shali be used as autf�arized by the City for use in obtaining bids, awarding cantracts, and consiructing �he Qroject. 17) L idding Assis�ance The Engineer shal! issue addenda as appropriat� ta interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifiications and acceptability of prospective constructors, subcontractors, and suppliers. When substitu- tior� prior to the award o� contracts is aAowed l�y the bidding documents, the Engineer will adrrise the owner as to the acceptability of �Itemate materials and equipment proposed by the prospective constructors. 18} RecommenciaiEon o� Awa�d Th� Engineer shall assisi in the tabulation and review of ali bids received for the construction of the pro�ect and shal! make a recommendation of award to the City. 19) ��e�id Con�e�ence The EngEneer shall attend the prebid conference and the bid opening, prepare bid tabulation sheets ar�d pro�ide assistance �o the owner ir� evaluating bids or praposals ar�d in assembGng and awarding contracts for constr�.�ction, materials, equipment, and services. �HAS� � 20) �recons�ruc�ion Can�e�ence The Engineer shall attend the preconstruction conference. 21) Gonsiructior� Survey The Engineer s�all be available ta the Ciiy on matters cancsming the layout of the projeci during its construction and will set control points in the field to allow City survey crews to stake the project. The setting of line and grade stakes and route inspection of construction will be perFormed by the City. 22) Site 1lisi4s The Engineer shall visi� th� project site at appropria#e intervals as cons�#ruction proceec4s to observe and report an th� progress and the quality ofi the executed wor�. � 23} �h�p ��aw�ing Review The Engineer shall review shop and erection drawings submi#ted by #he cantractor for campliance with design cor�cepts. The Engineer shall review iaboratory, shop, and mil! test reparts on mat�rials and equipment. 24} Insirruction� 4o Con��actor The Engineer shal� prn�ide necessary interpretations and clarifications of contract documents, re�iew chang� orders and make recammendations a� to the acceptab�li#y of the wark, at the request of the City. 25} Differing S�te Condii:ions The Engineer shall prepare sketches requieed to resoive prablems due to actual field conditions encountered. 26) . Reco�d 9�awings The Engineer shall . prepare record drawings from infarmation submitted by the contractar. -5- �A��la�Y n� 1 �� SUPP��iV1ENTA�, SC�PI� Q� S�RVIC�S (SU�Pl�I���Ni 70 A��'ACbM�Ni "A") PFi�S� 9 d��S1G[� SERVIC�S:1MAi�R AND SANiiA►�tY SI�W�R �EP'�AC�iViENi The following is a ciarification af the taslcs�that the ENGINEER will perform undar ATTACHMENT "A". Work u�der this at�achmenf includes engir�eering services for water and sa�itary sewer improvements for the following: �ilate� and Sani�ary Sew�r Replacemen� Canfirac4 a0Q2 SiIV��B D.�.�. No. 3iD2 �1ild'ater Projecf No. PW�3o060�301�G430 and Sewer Pro�ect Rlo. P a�8o0705�01�58Q�0 SUR�IMARY STRE�T WAT�R I SEW�R I � Proposed Proposed Water Map Exisfing Size 5ewer Map �xisting Size LengEh Replacement Leng#h (ft.) Ftepiacement t�o. (in.) sixe (in.) �d. �Fn.) size (in.) �N'� DunbarAvenue I {Amanda to 207&364 2078-384 Vincenn�s) 2072-384 $,� 8° 9.177 2072-384 � �N S" �,��$ 49�0-5299 block Jahnson Street I � (Hampton to Fiays) 2048-396 4" 8° 257 � -- --- --- 13��-1399 block . Li�e Oak Street � (Pharr to E. 4thStreety 2Q54396 6", 8" 8� 1 �" 8" 8� 10" 2,450 --- _-- --- , — 400N-499S hlack � Miller Avenue (Hawleti Sttee# to 2072-3$4 6" 8" � 12" g" $ 42" 1,569 -- — - --- Rosedale) 2072-388 . 900-41R0 block ' O�id brive (�sbell ��36-444 „ „ 2Q36-400 � Street io E. Dead 2030-40Q 6 $ g�1 203U-4a0 �2" 12" 93D End) 4200-4499 block Peak S#reet (Inian to 2048-404 � Neal Ave.) 2046-4U8 6'� g� 2,949 --- -- --_ .— 23U0 — 2599 bfock _ Upon receipt of notice to proceed, the ENGfNEER will perform the fa�(owing tasks; �ARi A — PR�e�IrtC1NEERli�� T. Inifial Da�a Collection a. Pre�Desi�n Caordina#ian Meetings ENGINEER will attend and document meetings, as required, ta discuss and coordinate various aspects af the �roject and to ensure that the project stays on schedule. For purposes of establishing a level of corr�fort, fin�a (2) meetings are anticiAated. These inciude the fallowing: � One (�} pre-desfgn Ecick-off meeting, (including the CITY`s D�partment o� Engineering and other departments that are impacted by the projecf). Qne (1) review meeting at complet�an of the City's review of tf�e co�ceptual engineering plans. b. �ata Coff�c#ion In addition tc� data obtained from the City, ENGiNEER will research and malce �fforts to obtain pertinent information ta aid in coardination of the proposed impro�eman�s with any planr��d future improvements that may influet�ce the projec�. ENG(NEER wi!! alsa identify and seek to o�tain data far existing conditians ihat may impact the project including; utiiities, City Master plans, property ownership as available from the Tax Assessor's office. c. Cuordina�ion w�#h Other Agencies During the concept phase the ENGINEER shall coordinate with all utili�ies, incfuding utilities owned by the City, TxDOT and railroads. These entities shall aisc� be contact�d if applicable, tr� determine plans for any propased faciiities ar adjustment to existing facilifies wiihin the praject limits. Ti�e information obtained shall be shown on the cancept plans. The EI�GINEER shail show #he loeat�on of the praposed utility lines, existing utility (ines and any acljustmec�ts andlor relocatian af the sxisting lines within the praject limits. ENGINEER shalf complete all forms necessary for City to obtain p�rmit (etters from TxDOT and railroads and submit such farms to the Gity. City shall be respansibfe for forwarding ft�e farms ta the affected agencies for execution. 2. NYonthfy Progress �eport and Neighbarhood Newslefter a. The ENGINEER shall submit a progress schedtale after the design contract is fully executed. The schedule shall ba updated and submitted to the CITY along with monthly pragress report as required under Aftachmertt S ofi the contract. Ea. ENGINEER will prepare a quarterly newsletter detailing the stafus af t�e praject for distribufiion to it�� affected N�ighborhoad Association. The newsletter wil! b� reviewed and approved by ihe City prior to distribution. PpE�i � � CL��l�T�E��il�N ��4N� A,A]� G��GlFt�?��lQNS 1, Conce�tual Engineering �UN�]�S �p!' ��5�f�fi a. EN�INEER w�ll perform field surveys fo collect horizontal and vertical el�vaiions and oiher information wF�ich will be needad for use by the ENGlNEER in design and pre�aration of plans for the project. Information gathered during the survey shaq fnclude topogra�hic data, elevations of all sanitary and adjacent storm sewers, rimlinvert elevations; location and buried utififiies, sfructures, and ather features relevant to the final pfan sheets. For sewer lines located in alleys or backyards, �NGINEER will obtain the following; Obtain p�rmis'sidn fior survey,ing thraugh private �roper#y, Locate ho�-izonial and vertica! alignrnen# of ufility lines. i"he im�rovements, trees, fer�ces, walls, etc., horizontally along rear Ifl# lines in an approximately 20' wide strip. In addifion, iocate ali rear hause corners and buifding corners in backyards, Compile � base plan from field sunrey data at 1" = 2Q' �orizonta! and 'f" = 2' vertical scale. b. �ngineer Will F�rovide �he �ollowing Information: Al� pfans, �eEd not�s, plats, maps, lega! descriptior�s, or otF�er specified documents prepared .in conjunction witf� the requested services si�all be �rovided in a digiial format compatible with the electronic data collectian and camputer aide� design and drafting software curre�tly in use by the. CiTY D�partment of Engineering. AI! text data such as pfan and profle, legaf descriptions, caardir�ate files, cut sF�eets, etc., s�all be provided in the Americar� Standard Cade for Information lnterchange (ASC��) format, alf drawir�g files s�ai� be provided in Autacad (DWG or DXF} format (c�rrently Reiease 12), or as QtF�enrvise approved in writing by the CITY, and alf data collected and generated during the caurse of the project shall 4�eccime th� properky of the CITY. The minimum infarmatian to be provided in the �lans shall include the following: � 1. A Praject Cantrol Sheet, showing �L Control Poinfs, used � or se#�while gathering data. GeneraE�y on a scale af not less than �:400: 2. The following information abo�t each Control Point; a, fdentified (Existing City Monument #8901, PK Nail, 518" Iran Rod} b. X, Y and Z Coordinates, in an identified coordinate system, and a refeTr�d bearing base. Z coordinate on City Datum only. c. Descriptiue Location (Ex. Set in the centerlir�e of the inlet in the South curb iine of NortF� 5ide Drive at #he East end of radius at the 5autheas� carner of Narth Side Drive and Nortf� Main Street). 3. Coordinates on a!I P.C.'s, P.T.'s, P.I.'s, ManhoEes, Valves, etc., in the same coordinafe syst�m, as the Control. 4. No fess than two horizor�tal canfral points, per line ar lacation. 5. Bearings given on a!I praposed centerlines, or baselines. 6, Siatian equa#ians r�lating utilities _to pa�ing, when apprapriate. ii. �ublic hlo�ii�cation Prior to conducting d�sign survey, ENGINEER wiff notify affected residenis of the pro}ect in-writing. The nati�ication �etter shal� be on company letterhead and sf�all include the following: pro�ect name, lirnits, DOE project no., Consul�ani's project manager and phone na., scope of survey work and design survey sc��dule. T�e letter will be reviewed and ap�roved by the City prior ta distributian. iii. Conceptual Engineering Plan Su�miita� a. Cohceptual plar�s sha!! be submitted ta City 30 days after Notice to Praceed Letter is issued. b. The �NGINEER shai! �erform canceptuai design of the proposed improvements and furnish four (4) copies nf the concept engineering plans which inciudes layouts, preliminary right-of-way needs and cost estirnates far th� ENGINEER's recommended pfan. ENGINEER shali perform remaining field surveys rer�uired for �nal design of selected route(sj. The ENGINEER shall also evaluate the pl�asing of the water, sanitary sewer, stree� and c�rainage work, and shall submit such evaluatian in writing io the City as a�art af the concept phase of the project. Ail design shall b� in conformance with Fart Worih Water Department policy and proc�dure for processing wa#er and sewer design. ENGINEEF2 sha�l re�iew the City's water and sewer master plan and provide a summary of findings p�rtaining to the praposed projeci. 2. Prelimirtary �ngineering Upon appr�val of Part B, Section �, ENGINEER will prapare preliminary constructian plans as foilows: a. Overall water andlor sanitary sewer layout sheets anc! an overal! easement layout sheet�s). b. Preliminary project plans and profile sheets which shaw the fofEowing: Proposed water andlor sanitary sewer pla�lprofile and recammendec� pipe size, �re. hydrants, water service lines and meter boxes, gate valves, isola#ian valves and all pertinent informafion r�eeded to cor�struct tF�e project. Legai description (�at hJos., Black Nos., and Addi#iar� NameSj alang with property ownership sha(I be pro�ided on the plan view. c. For sewer lines, pipe�ines sc�edule for point repairs, rehabilitation and replacement will be locafed an the base sheets . prepared from st�nrey informatio�r gathered under Pari B, Section � 1. Conflicts shail be resolved where pipefines are to be rehabilitat�d an the same line segment. Base sheets sha�! reference a�Fected or adjacent streets. Where open-cut construction is anticipated, befow and above grnund ufilities will be lacated ar�d shawrt on tF�e base sheets. d. Exisiing utili�ies and utility easements will be shown or� the plan and prafile sheets. ENGiNEER will coorc�inate with u�ility campar�ies and the Gity of Fort Warth to determine if any fvture improvements ar� planned that may impact the �roject. e. The ENGINEER shall make provisions far reconnecting al! water andlor wastewater service lines which conr�ect directiy to any main being replaced, ir�cluding repiacemer�t af existing senrice lines within City rigF�#-af-way or utiiity easem�nt. When the existing a�ignment ot a water and sanitary sewer main or lateral is changed, pro�isions wiif be made in the final� plar�s andlor specifications by the ENGINEER to refncat� . all service lines which are connected to the existing main and connect s�id service fines to the relacated main. f. The ENGINEER rtvill p�epare standard and speciaf detaii sheets for water [ina instailation and sewer rehabilitation or replacern�nt thaf are not already incfuded in the D-S�ction of the City's specifications. Th�se may �ncfude connection details beiween various parts of the project, t�nneling details, baring and �acking detaifs, waterline relocations, details unique ta th� construction of the projecf, trenchiess detaiEs, and special service lateral reconn�ctions. g. Right-of Way Research The ENGINEER wil! cand�ct preliminary res�arch for avaiiability of exis#ing easements where open-cut construc#ion or re�ocation of existing alignmen#s is probable. Temparary and permanent easements will be appropriated based on available informafion a:nd recommendations wiil be made for appr4val by the Cify. h. Right-of-waylEasemer�t Pre�aratfan and Subm�ttal Preparation and submi#tal of rigi�t-of-way, easerr�ents and rights-of-entry will be in confioTmance with '"Submittal of Intormatiar� #o Reaf Property far Acquisition af Pro��rky". Utility Ctearance Phase The ENGINEER will cons�lt wit� ihe City's Water D�partment, Department of Engineering, ar�d other CITY departmet�ts, public utifities, privafe utilities, and gavernment agencies ta determine tF�e approxirrtate locafion af above and underground utilities, a�d other fiacifities that have an impact or influence �n tF�e project. ENGINEER will design Cit�r facilities to avoid ar rr�inimize cQnflicts with exisfing utifities. The ENGINEER shall deliver a minimum of 96 sets of approved preliminary construcfion plans to the City's Utility Coordinator for forwarding to ali u�ifity comparries, which ha�e facilities within the �imits vf the project. Prefimir�ary construction plan submittal Preliminary plans . and specifications shaff be submitted to Cify 30 days af#er approva! af Part B, S�ctfan 1. ii.� The ENGfNEER shafl deliver two {2) sets of preliminary constructian plans and two {2) sets af specifiications and cantract dacuments to CITY for review. Generally, plan sheets shall b� or�aniz�d as foliows: Cover Shee# Easement layout �if �ppficable) Pian & Prafile 5heets S#andard Canstructian Detaifs Special Details (If applfcable) iii. The E�lGINEER shall submit a preliminary estimate of prababie car�struction cost with the preliminary piar�s submitted. ENGINEER shal! assist the City ir� seiecting the most feasibfe andlor econamical soEutions #o be purs�aed. k. Review Mee�ngs with City The ENGiNEER shall meet with CITY to discuss review commer�ts far preliminary submitta�. The CITY shall direct the ENGINEER in writing to proc�ed with Final Design for �inai Review. � Public Meeting After the preliminary plans hava � bee� reviewecf and approved by the City, ENGIN�ER shafl prepare exhii�its along wifh an invitation letter and af�snd public m�eting to help'explain the proposed project to residents. The CIT`� shall rrtail the invitation letters. 3. Final �ngine�ring Rian Subrnittal a. Final ConsiructiQn Documents s�all be submit#ed to CfTY 3D days after appro�al of Pa�t Br. Sscfio� 2. Following GITY approval of #he prelirninary construction plans, the ENGWEER shall prepare �nal plans and specificatior�s �and contrac# documents to the CITY (�ach sheet shall be stamped, dated, and signed by the ENGlNEEFt) and submit two (2) sets of pians and construction contract documents within 9� days af CfTY's final appraval. Plan sets shall_ he used far Part C ac#ivitias. b. ENGINEER's Estirnate af Pro�able Construction Cost The ENGiNEER shal! submit a final estirr�afe af probabfe construction cas# with ihe final plans submitted. PARI" C � PREoGO.IVSTRUCTION ASSfST�,NC� AdmiRistration a � Deliver �id �ocuments The ENGINEER will make available for biddfng, upon request by the ClTY, up to forly-ftve (50� sets of the final approved and da�ed plans and specifications and confiract documents for the projects to the CiTY for distribu#ian to �oter�tia� bidders. Praposal will be deiivered ir� elsctronic format. �idding,4ssisfance The ENGIN�ER shall delivery of addehda to DOE by prospective conference. assisf the CITY during phase including preparafion and pfa� halders a�d respar�ses to questions submii�ed to the b�dders.. Engineer sha[I attend the scheduled pre-bid The ENGINEER shail assist in reviewing t�e bids fnr corriplateness ar�d accuracy. The ENGINEER shall attend the projec# bid opening d.evefop bid tabulations in hard copy and electronic form�t and submit four (4) copies of the bid tabulation. c. l�ssistance �uring Consfirucfian The ENGINEER sF�all attend tF►e pre-canstruction conference far the prflject. The ENGINEER shall also consu(t with and advise the CITY on design andlor eonstructinn changes, if necessary. 7he ENGIlVEER shal� attend the substantial complefian and final inspectit�n far this project, review the past construction televis�an inspection video tapes, and prepare a brief final report of the completed project as to cvmpliance with fhe .ENGINEER's design. ATIACHi��N�' ���'� COMPEf�SAY�ON AND SCH��ULE Water and Sanitary Sewer Replacem�nt Cantract 2002, STM-� �.0.�. No. 3702 Vifater �'raject Na. PW53�060�3�1�'G430 Sewer Project No. P��8�a70�$01 i5840 Cam�ensation A. The Engin�er shaN be compensated a tatal lump sum fiee af �108,200.00 as summarized in Exhibit °B-3A". Payment of the total sump sum fee shaff be cansidered ful! compensation for the services described in Attact�ment "A" and Exi�ibit "A-1" for all labor materials, supplies and equipmer�t necessary to com�lete the project. B. The Engineer shaq he paid in fiour (4) partiai payments as d�scribed in Ext�ibit "B-1" upon receipi of four indiuidual invoices fram the Engineer. I� tt�is regard, the Engineer sF�all subrnit invaices for four partial payments as described Rn Exhibit "B-1 ", Section �- Method of Payment. SchedUle A. Final Phase 1 Plar�s shall be submitted within 90 calendar days after the "Nvtice to Proceed" f etter is issued. : EXF�IBIi �e1 (SUPPL��91pCWT i0 ATiACH�9�Ni �} hII�iWO� OF ��YM�I�i lhlater and Sanifiary Sewer Replacemenf Confirac� 2002, 5Y1Vi�� D.D.�. I�o. 370� l�a�er �raject Ido: Plii��3-0605309'�8430 Sewer Project �lo. �55�007058D'Ii5�4Q I. IN➢�fhod af f�aymeni The ENGWEER shall be paid in f�ur (�4) partial payments as outiined b�low: Par�ial Payment Number 1, which shall be equi�alent to 40% of the total lum� sum fee, shall be payable after Ciiy approvaf of Exhibit "A-1", Part A Section 2, Conceptuai Design Summary Report. Partial Payment Number 2, which shall be equivalent to 75% af the to#a� iump sum fee, �ess previflus payments, shall be payabEe after City approval af Exhibit "A-9 ", Part B, Section � i, Preliminary Submit�al tn City. Partfal Payment Number 3, which sf�afl be equ�valent ta 90% of the tota! lump sum fee, less previaus paym�nts, shali be payabie �#ter City approval af Exhil�it "A 'f ", Part B, Sectian 2a, Fi�al Construction Documents. Partial Payment Number 4, which shall represent the baEance ot the earnings, less previous payments, sF�alf be payable after all the pre-constr�ctian meetings for ti�e Project har�e been conduct�cl. Nata; if tFse ENGlNEER determines in the course of making design drawings a�d specifications that the constructian cast estimafie of $ 941.966.00 (as estimated in Exhibit'B-4") wiif be exceeded, whether by cfiange in the scope of the project, increased cost5 or other conditions, the ENGINEER shall immediately re�ort such fact ta the CITY's Directar af tY�e De�artment of Engineering and, if so ir�structed by the Director of the Enginaering Departmeni shall s�aspend ail wark hereunder. EB1 - 1 �x���r-r �oz (SUPP�EMENi i0 ATTACHM�NT �� k30URLY R�4T� SCH�DUL� Water and 5anitary Sewer Replacement Contract �002, STNi�� � D.O,�. No. 314� Water Project No. PIdV53m0605301'�6430 S�wer Project IVo. �S�S-0705�D9��840 Empioyee Classification Prir�cipal Proj�ct Manager 1 Planr�er RPLS Design �ngineer Designer 1 CAD Operatar Survey Technician Draftsr�an � Clerical Survey Crew Reimbursable Mileage RafelHour {Range) $170 $ 80 - � 35 $ �� � $ 70 - 105 $ 50 - 90 $ 5D - 60 $ 4a - 54 $ 3�-45 $ 7Q - 10D Cost �+ 10% $ 0.32 Per Miie Repraducfion work will �be af current commercial rafes. Subcontracfors wi116e paid for af acfu�al invorce cost plus terr percent (90%). � EBZ -1 ` �X{�I�t� ��3 (SU�f�LI�I�i�P1Y T� �4�iACbM�NT �� 9��1Gh! ��� COSi �UiI�IVIAFZY '1l�aier and Sanitiary Sewer Replacemeni Con�ract 200a, S'�M�B �,4.E. A,lo. 37D2 Wa�er� �rojecf No. P�i1a3oQS0�30176430 �ewer Project 1Vo. PS��-Q10�8017v�4� �hase Scope of Services I- Design Services Pipe Rep�acement �ee $108,20�AQ AA�N9d�� �22,rz2.oa Proposed 14�IIaV�� aubconsulfants Pereira ETS Trevina and Assvciates, Inc. Services Design Reproduction io�al �ees $18,722.00 $ 4,OOQ.00 $�a,722.D0 °fa 2� �io °/c� of Contrac� 17.30 % 3.70 % Z"� °lo G:U�B142043a1contractlA.ttach B,doc07(02/2002 �xbi��� r�-�,� {SUPPL��iWI�AI`T 'CO i47TACWhAEi�T �) SUMiwAkY Q� ��51GN F�� 11Vater and Sani�ary �ewer Repfacement Contrac� 24D2, Si�la� D.4.�. No. 3i0� Vila�er Project P�o. PW53�OG0�30176�430 Sewer Project �do. �55��OlOb�Q1���4�Q July 1, 2002 1VIr. Tony Shalola, P.E. Consuliant Services pi�isitin Department of Engineerfng city of �ort Worth 9000 Throckmorto� St. FortWorth,TX 761Q2-63�1 f�eference: INafier and Sanita�yr Sewer Replacemeni Can�ract 2DOa STilfl�� D.O,�. No. 3i0� 'V�ater Projeci Ido. PI�l53-Q60�301i8�3� , �ewer �roject iVa �S��a0T05�0��5�4�0 Dear Mr. Shafala: We apprecia#e the oppartunity to present this proposa� and fae schedule for your consideration. Aftached please find constructian cost esfimates, schedule, and exhibits depEcting the scope of work. We prapose ta camplete tF�e proposed work m accardance wi�h t�e foliowing fee schedule. �stima#ed Construction Cos#s forAll Lines � $941,966.t?0 �asic Engineering Fee basec! on °10 of cons#ructian (T.S.P,E. Curve %) (TSPE Curve 7.7Q% x 0.85 = 6.55%) $61,899.00 G:IJ�OB10204301cantractlAttach B.dae07/02/2002 Exhibit B-3A fV�r. Tvny Sholo�a, P.�. Juiy 1, �002 i�age 2 Basic Services BasRc Design Fe� �10,6731f Water & Sew�r) Highway Permit (1 — Beiknap Street) Railrflad Permit (� Mifler} Special Seru�ices Basic Design Surveys(10,078f�} Preparatian of "As Built" Plans Publia Meeting {1) 10°/fl for M/1NBE Subcontractors Construction Services Pre-Construction Post Construction Reproductians�` Miscellaneo�s Printing (6 sets and misc.) Piats artd D�eds� 16 Sets of Preliminary Plans {ufility clearance) 50 Sets of Co�structian Plans 5a Sets of Specifications 1 5et of N!y{ars As Built Drawings Total $ 61,69J.q� $ 1,�00.00 $ 1,�QO.Ot] Totai $ 3Q,234.00 $ 3,�00.00 $ 1,300.D0 $ 2,250.00 Totaf $ 1,DOOAO $ 1,120.00 $ $ $ � $ $ $ Tatai $ 5,097.00 500.00 197.Op �ao.00 1,�ao.ao 1,500.0� 450.Q0 4�0.00 $64, � 99.OQ $36,7$4.04 $ 2,120.00 * Estimated total of 21 sheets. i°piA� LUi�li� SIJM $'�O�,a�Q.OD Water Design Fee $ 86,322.78 {79.i8%) Sewer Design Fee $ 2�,877.22 (20.22%) We will be usina Pereira ETS for engineering design, and Huao C. Trevino and Associates. Inc. for printing consfruction plans and spec�fications. This will r�sult in a 21 °!o ($22,722.00) portion of the contract that wiif be �erformed by appraved MNVBE firms whic� wifl exceec! ihe target of 21 %. If you have ar�y questions vr require additional information, please give me a call. Sincerely, A.N.A. Consulfian�iss L.L.C. � � ��� �" Assaad N. Assaad, P.E. President G:1.TOB102Q43QIcontractlAitach B.doc47/02/2002 A N A CONSUL=ANTS, l.L C. 170� RrvER RUN. SUITE 810 fOR'f WOFtTN, iX 76f07 ;817133i-94G6 of FAX IeFT1135-99�g _ EJfHIBIi "B-4" [Supplemental to A@athment Bj Summary 4Vater 8 Sewar Improvpments DPlNiON OF WATER ANU SEWER PROBAHLE COFlSTR,l1CTION Cp5i Waler �nd Sanf[ary Sew�rfteplapamenl Con!!ae! 200�, STM•B � Wefier ProJatt No. PW87-0806S01Y6a70 Bewar pfaJecl No. PSSa-07b5So1768�0 _ D.O.E. Ne, 77p2 ,lune 2Q 2atl2 - 17EM�N0. - - dESCRIPTION--- -� t W�ler I�j ovemankn f2' WAYER LINE MCL, REM EISISL 7�ka" WATER LINE INCL. REM EXlST, h 2 B" WATER UNE INCL- RENI. EXfST. I 7 8' WA7ER LINE INGL. REM E1fI5T, � 41 2' �UCTILE IROM PIA1INCL. pEM �,XIST. I 5 tU" E7l1CTILE IRON PWE INCi. REM. E%1ST. 6 9' �l1CTILE IAON PiPE INCl. REM. EX1ST. I 7 6" Ot1CTILE iRON PIPE INCL R@AL �XXiST. � 15 I g 1" nUCTILE IRON P1PE INCL. Pr�M. E%IST. s 6" WATER LWE 8Y BORE INCL, CASSING PIPE ta 17 GATE VqLVE 8 BOX I 17 f0"GATEVALVEd60% I � 12 8' GATE VALVE 6 8O% � I 13� GAFE VA�VE 3 9OJ( I 165Tp_F1pEHY�RP,NT - � fSIFfRE HY�RANT BaRAELL EXTENSI�N i61CA$S�7ry1Rp6NE F7I7T�TIyNq{33 ielyi•!l7'Sv�q4ftETAF O�i�WiN I ��175 5��� F�M�� TD MAIM � 21I2'�5( ��c{¢fO E EH Tp HIAIN� 2�ICL. �W H0� 24 Cl, 9 METER 90X � 25 CL. L hiETER BpX 2B FUANIS �1 11.Y2' TEMp. WAFER SERVICE L1NE 2j "E [5Tp�.F�H I 2Bg1rREMOVE 8 RE;[�y;!jG� � ORIVE I 30JREMOVE R R�pLAC� ' .�� CURO - I 3�IPERM,ASPH P 17�Ekhl. CO3JL�� , I 33 7EMP ASPH 3<I-XPiOAROR G 4 OLEI I 35 REMOVE EX�"uT. G.Y,i iff 6 t3ER1 j 36 GHA41�L POAU REPp(k I 17CONC.ENLASEMENT - 3B EXFRA, pEPTH FpR WATER MAIN 39 TREMCH SAFETI' 401 Q� 7��P,�t I �l�e^ � A� T1+PPING Y�� _ � � 47 �6" x E" 7APPii�fG TEE p.�{� . I� TYI'E�'f�5 i c�[�F�C� . �8 CRl15HE0 LI @ I i7 BR4LAST570NE . + A8 1"AfR RFlEA5E VALVE 6 VAUlT I dB 1"SEAVICE3wP70MA]A}2•7f4"g11LlHEApCOPpERSER. I � lSuhlole15euilon � IA June Z0. Y002 ITENiNO. DESCNIP7ION . A _ 1�T SS fNCLl1hESPAEMDVAL OF EXIS7IHG 2 10" SS INCLUhES REMOVA4 4F E%ISTING 3 a" SS INCLII�ES HEMOVAL OF EXISTING 4I6 OI�P SS C C �ES RFMOVO �F FxEXIS NG 61a' pIA I��E5 REM[]VAL UF E%ISTING 7 4' PWC TAP 8 4" OIP TAP ' 10�4"�p" I ��C�TAP . . 1 �Ji ����ERYICEVICE 74 SHALlOW CONE MH 15 EXTRA OEATH FUN MM � 16 WATER T�GHT MANHOLEIN$ERT � con 4 �.nR 79 tdA TE�pjj�ECTNECDRTING F{tJ - ��� '�� .. � N T� VERIFY E%ISiING tlYlLITY E 3HG MANFtpLE :2 A9ANOON EXIST MH 27 REMDVE EXdS7 CONC. CURB 2dICI7N5 . ST �EPLAG�C�T. GON =. RANE 2iICOfJC_ENGASEMENT 24�7EMPAASPH PAVE�7CNT R��A�EPAIR 30ITRENCH SAFETY SY57EM 371�''�iE N IN5PECTI07+� 5Y PO5T N Ih15PEC7i0N �3�INS7ALL ODl18LE-Si�EO SRNI7ARY SEWSii CiEANDUT � - �Subto�al5ec�ion -'-. - - - -- -' �uiitniaf SecHon �pVANTITY UNITi INVIYCOST SI1B•7O7AL � ��7O7AL _.. . , 22tlIlF I . . �- -- � -� a5 LF � &20GILF �2a lF 10 I U � FB LF C LF o LF I 720 Cf I 41EA � 11EA I 26 EA i�EA 15 EA ea �F 1 tTN 1 t�el�n � 91EA z.�I. � 28�CF � tia Ep o ea 2 ea I 5��5 111EA 156 SF 87 9F IE( �F 1,95e�LF 80 LF B.1B] lLf I aIEA- t oI� I fl�jLF I ���Y i 12aIlF 561LF 0 EA I 5 0 EA � S 0 EA + t 0 EA I E - � CY _ _ o CY I Q CY a cv Q EA i o�F�t I I WATER IM?RQVEM;H1"S S17 A0 E35.00 szs.00 SY2.06 xsp,qo- 572,Oa 533.00 £]0.40 525.06 5325.0 I ;L200_001 51.106.00 I Efi50.QD s+su.00 St,5P0.aa s2oo.ao I s2.aaanu ��oo.on SP0.00 E6�0.9�j 513.66 xie-oo s2o.00 I s7s.aa yt'Sn.PO 5100.W 51,837,95 §29tlA0 � 56.00 58.00 519.00 SM13.Oo I y15.rtq 56,pp SS00.00 szoo-.vo S30.Of1 a�oa.00 sa_op � 5�.00 I i.ODU.00 1.5no.op i.aoo.oa S.U00 06 xxaao szo.uo i s2o.oa � szo,00 �.voo.00 szon,00 i_ I I 5a,1�0 OU 31,575.�01 5130,D41.Ij6� 32,750.Oa+ S50DOol SP.UO sss+.00l SO.Op 50.00 S7oa.QUO.Q� u.aoo.00l s�.iaa.00 sia.soo.dd 36.750.00 i�2.50u,�p sa.sa4.db szs.ava.00 335,400.00 S�.OPI ��;�Y:o� 50.6 � sszo.00l _ 56.850.00 se.ao Y200.60 S10 898.981 �200.00� 57�R�4F 5222.R01 SS.47T.99I E61.5<8.06I � 59.800 00� 573,Suf.Flul SO 001 56.00 Si,B6�.00 ald�.00l F50.06i 50.001 ;a 6d aa.00 50,� 5D,00 so.00 sa.aa 50.�0 ao.uo SG.00 I � I 8678.671.98 �UANTITY 11Mli 11NITC09'P I6UB-TOTAL TOTAL -_ f - f-- 657 LF SSO.bQ � 502,B50.00 LF 575.V0 SmAR ' 1295 LF 537.00 S#7,816.00 LF 590.0� Sa.� LF I 5���0 50.001 19 LF 1 $40.flQ 59P0.001 r.Fn s3haoo 59.706.00+ n I .211EA + S35n,00 s7.75o.001 �Eq � 5690.00 50.00 �76JLF � 520.00 SB.700.041 :125 LF 536,00 � E4,750 06 LF 550.OU 50.0� fi EA $1 `fi�OA� i918U� U� EA fi.2a6A10 54-00 Vf 57209Q I 573000 S EA 555.6� 1 f350.Uq 6�EA 1 i200.00 S[,�O�.OQ � �rvF I szouuo I so.o6 EA � 5270.00 � 51.260.001 A 3�50,q0 50.00� ��,q saso.oa st.�so,oal lEn s+on.no sa.w n � 7B5{�LF 54.001 5f65.9U Su15� I 57.001 556.Otl bOfl�SF I 51.5tl 5150.00 IBi�LF I 31Z-P9 51,980,OU � CY 510�.� SD.00 53 LF I 535,06 51.B55.a� 3263 LF 59,Utl 526,1M.00 231fi LF � 57.0� E2,318 pp LF SA.�O 50.0�I 215BLF I 520� 54,71B04j �9�EA I E900.00 59.690.WI y��p MMM 81 � � � WAiEHiMAR�VEME�IT��79Xj ----�••�5578�&i198 � ___ Praj¢ct Tqtal ____ Water d Sewer Improvements _ 5855,332.9& A.N.A. C6N$ULT,4NTS, �.L.C. ' 1701 R1VEft RUN, SUITE 6'I O FORT WORTH, TX 7fi107 � (697)335-3900 or FAX {877.,335-9855 _ _ _ � . � EXHBIT B•A . SUfNMARY 0� OPINION QF PR06ABL� CaN5TRUCTION COST Water and 5anitary Sewer Replacemeni Contract z002 57M-8 Water Project No. PW53•460530176434 Sewer Project No. PS58-07058D175840 b.O.E. Ho. 3702 tiunbar Ave. (Arnanda to Yncennes Si,) Miller Ave. (Hawlet !o Rosedale SL) Jaf�nsvn St, (iiampton !o Hays 5i.) Ovid Dr. (�sbell io E. pead End} Live Oak St. {Pharr in E, 4ih St.j Peak SI. (Erion tn Neal Ave.J 46120l02 A. t]uabar Avenue (Coancil District Bj t Water - 2 5ewer - 6. Jnhnson Street (Coun�il Dislrict B) i Water - 2 Sewef - C. Live Oak Sireet (Council �Istrict 8) 1 Waler - � 2 Sewer - 0. Miller Avenue (Councif Distrlct 8) 1 Water - 2 Sewar - E. Ovid Drive {Councif DistriGt7) 1 WBter - 2 Sewef - F. Peak Sfreet (Council �Istrict 2) 1 Water - _ 2 Sewer - SUBTO7AL iU% CONTINGENCIES TDTAL E5FIMAi'�1] GUFlS7RUCTION COST TOTAL. VIfATEf2 [79%j iOTAL S�WER {2'f % } GRANb TOTAL $79,�q6,00 �97,525.00 $ � Fi,029.00 $0.00 $213,360,OQ $O.DO $179,787A0 50.00 $55,77D.D0 $79,136.Q0 $135,480.fl0 $D.OQ $856,33�.nU $85, 633 �341,966 $7A7,fi39.20 $194,327.'f 0 384i,966 Page i G:1JOB1D204301conlfact4COS7-W-53.x1s A.N.A.CDiJ'�ULiRNTS,i.�.c, � 17U1 RN�R RUN, SUIT� 6f� FORT WORTH, TX 76107 (817�335•99D0 Or FAX (817}335-9955 EXHIBlT ".8-4" (5upplemental to Aitachment 8j OPINION OF WATEF� AND SEWER PROBABl�E CONSiRUCTiON CC}5T Vlfater a�d Sanitary 5ewer Replacement Contract 2002, 5TM-B Weter Praject No, PW53•46053017643p Sewer proJect No. PS5B-07058097584b . D.Q.E. No. 37D2 Dunbar Avenue {irom Amanda ia Vincennes Stre�t} June 20, 2002 �IT�Nf N0. ��SCRIPTIQN A, unbarAvenue 1 VNater lmprevements 1 10" WATER LINE INGL. REM. EXIST. � 2 8" WATER I.INE INCR. REM. EXIST. 3 8" WATER LINE INCL. REM, �XIST. 4�i�"bUCTiLE IRON plPE INCL. REM. EXIST. 5 8" DUGTILE IROIV PIPE INCL. REI�i. EXIST. GIS" DUCTILElROid PIPE INCL. REM. EXIST. 7 4" pUCTILE IRpM PIPE INCL. REM. EXIST. 8 10" GATE VALVE & BCiX JI�" GATE VALV� & BqX - �_ 1U 6" rATE VALVE & BOX 11 Tp_ FiRE NY6RAIVT . '12 FIRE HYDRAMT BARitELL EJ(TENSfOM 13 CAST IRON FITTINGS 14I7" SERVlCE FAP 70 MAfN 75 � 9!2" SERVICE 7AP TO MAIN 1G 2" S�RVICE �fP.P TO MAIN - 17I1" SERViCE FROM ME7ER TO MAIN i8+1 1!2" SERVICE FROM METER "fD iW11N 1312" SERUICE FRQM METER TO MAIN 201CL, A METER BOX 21�CL. B M�1"ER BbX. � 22�CL C ME7ER B�X z3�FURNISH AND LAY 2" TEMP. WATER 5ERVlCE LlNE 24 REAAUVE EXiST, FH 25 REMOIIE & RERilaCE EXiST. COiJC. WALiC • 26 REMOVE & REF�LACE EXIST. CONC. DR1VE 27 ftEiUfOVE & REPLACE EXIST. GONC. CURB 2gI ERM: ASPH. PAVEMENT REPAIR 28 PERM. CONC. PAVEM�NT REAAIR 36 TEMP. ASPH. PAVEM�NT REPAIR 3i �XPLORfTORY EXGAVATIdN (DEHOLE) 32 REMOVE EXiST. G,V. 16" & LARGER) 33�GRAV�L ROAD REPAI� � 34 CONC. ENCASEMENT 35 EXTRA, DEPTH FOR WAT�R MAlN 36 TRENCH SAFETY 37 88 S" x 10" TAPPING TEE 39 B" x 8" TAPAING TEE � dp�8" x 6" TAPPMG TEE 41 TYPE "B" (25�6#psij�[)AlC, 42ITYPE "E" (150L1#p5i CDNC, � 43+CRiJSHEd LIM�S'f�NE , 4AjBALL45TSTONE A5�1" AIR RELF�qSE VALVE & VAULT � 46�i" SERVIC� TAP TO MAIN 2-3I4" BULLHEAD COPPER SER . _._.. .._... i _ ..._. ,.�.. . . _.. . ._�... ... +.. .,...,.. . 5ub[ofal Seclion QUANTfTY IllNITI�NITCOST �SUB-TdTAI T TOTAL -�_. , _ - i • - - I � I LF �36.00 $O,tlO I 1,159 LF $29.00 $33,811.p0 zn i�� �2z.ao �aaao.00 � LF $42.OD � $0.06 18��F $33.00 $5$4.0� jLF �3U_UO � $O.OU� + �LF $25.aq $O,OD� I EA $1,10i1.OD $O.Of1 I 3 $S5Q.OD1 $i,950.U0 7 � $q50.00 � $450.0p� � 1 �EA $1,5D0.00I $i,5D0.Ofl I 31LF � $20U.OD I $600.OD� j 9�TN $2,30U,00 $2,3tlU.p0� +I �3�� � $900.0U I $9.9$U.4Q� I 540MLF � $13.OQ $7,�2Q.do� � lLF f $96.OD � �o.av� � LF � �2D.OD $�.oa� I 33�E,4 � $75.00 $2,AZ5.00� I �A � $15406 � $O.OQ � ��A $104A� $0.00 I 1 LS 1 �2,00a.00 � $2,�D0.00� � 0 EA j $2U0_00 � $0.00 ISF $5.CioI $0.�0 I 1U SF � $6.DU I $60.OU � 14o LF $ts.ao $1,9Qa.00 SU�F j $33.OQ �1,65Q,00 �LF I $45.00� $O.fJ��. 1562�LF I $8,00 $12,496.Qp� EA � $Sp0.00� $0,00 � EA I �zao.ao� $o.00� 4d LF � �30.001 � $3D�.QOj + CY �ioa.ao� �a.00� I �LF $4.00� $p.00+ I LF $t.00 $4.00� �a $2no.no �a.on� � Eli $1,50{].00 $U.OD 1 EA i $1,20d.Q0+ $O.aO� f EA $f,O40.OD1 �0.9a� C�r 5�za.00 �o.ap� � IcY � �zo.ua� �o.ao � fCY �20AD $�.00 ICY $2D.[ul $O.OD IEA �3,OOO.00 $0.00 . � EA $200.fl0� $O.Di7 i � i � � _., �._ _... _._. . .IMPROVEM�NT .. ._ . .._ ..._..........__ ... _ . , I. _. A__ VUATER . .. , , _. S �._ . ._ _ . _.. Page 2 of 11 $79,246.00 A.N.A. CONSIILTANTS,L.�.C. 1701 RIVER RUN, SLIITE G90 FORT WORTH, TX 7G1D7 (817)335-9840 or FAX {817}335-9955 �X�i�Blt ��E3-4" � (Suppiemeni ta Attachment B) OPINI�N OF WAT�R AND SEWER PR�BA[3LE CDN5TR�CTIpN CQS7 Wafer and 5anitary 5ewer ReAlaeerrrenf Contract 2002, STM-B Watet Project No. PW53•�6053d776434 5ewer Project No. P558•D7'058fl175840 D,O.E. No. 3702 Dun6ar Avenue (Arr►anda to Vincennes Streetj June 2D, 2UO2 �ETEM NO. j � C7�SCRIPTION — — A. qunbar Avenue _ _ _ 2 Sewer Imp rovemen Ls 1 6" SS INCLUOES f2�lufdVAi pF EMISFING 2 10" 55 INCLU�ES R�MOVAL DF EXISTING , 3�B" 551NCLUBES REMOVAL OF EXISTING 4'la" DIP 1NCLUQES EhR9 VAL QF EXlSTING 5 6" �IP SS tNCLUDE� RE�OVAL Of EXISTING 8 B" �IP INCLU��S REMOVAL OF EXISTING 7+4" PVC TAP S�A" pIP TAP 916" SEWER SERVECE iAP 10 A" SEW�R SERVICE 11 4" BIP SEWER SERVECE ]2 6" SEWER SE�VICE t3 4' DfA. MN 14 SHALLOW CONE MH 75 EXTRA DEPTH FOR MH 16 �1VATER TIGHT MANHOLE INSERT 17fGONC Caf.lAR 781MANH0«! NTER RPROT�CTIVECdA71NG 19iVACU�M TES� �NHQLE 2�iDEHOLE EXCAVAi'ION Tp VERIFY EXISTING UTILfTY 21 REMOVE EXISiING DAANIiOLE 22 ;4BANQON EX15T, MH 23 32EM�VE EXES�. CONC. CURB 24 R�IVIOVE 8 REPLACE EX15T. CONC. VI�ALK 25 REMOVE 8 REPL4CE EXiST. CONC. �RiVE 26 CDNST. STD, CONC. CURB & Gl1TTER 27 G0�lC. EIVGASEMENT 28 P�RMANENTASPH. pAVEMEh1TRE?AIR 29 7�MP. ASPH. PAVEMENT R�pAIR 3{]J7REMCH SAFETY SY5TEM 31 �PRE N iNSPECTI�N 321POSTTVIM5PECTtON - 33JINSTALL DDLJBL�-51dE� SANITARY SEWER CLEANOU f 1 � 5ubtotal 5eation � QlJANTITY I UNiT UNIT COST ISUB-TOTAL � TOTRL � --•� — �,,. ILF. M LF — � 1158 LF I �F I I �F I I 7�lLF � I 15 EA I 18 EA f EA - � 2251LF I I 3 EA I � � 4 I 31 I � 3 EA � 3�EA � iIVF I 3J,EA � � j�A I ! 3�EA � � � Ea, I I 1fi5 LF I 50 Sf I 100 SF I 165 lF I CY � I 531LF � 2175f�-F I M t76BILF � I ILF 1 1368�L� T f s3 ER ' I � � �A. SEWER IMPit VEMENT; � Total Section _ _ _ _ _A: Dunbar Avenue �35.OQ �75.00 ��.oa $ea.ou �40_00 $90.p0 $30p.00 $350.00 � �soo.oa ��n,nn � $3a.OD $50.OU $�,soo.00 $ f ,2U�.oQ $12a.p0 I �s�.oa � �200.00 S2on.ao I �2�o.Qo � $q50.00 $350;0f1 �aoo.aa � $1.U0 �i,ao $f.SU I $12.D0 � $1��AD f $55.00 � $B.aCi + $7.00 � �4.Qa I $2.0[7- $100.09 � I � � $U.00 �Q.001 $az, eaa.ao �o.00 �o.00 $400.OQ �4,50�.04 $6,3Q0.00 $o.cra $4,504.00� �6,754.00 �0.00 $4,SOD.00 $aoo $360.00 �165.00 $600.UD $0,00 � �63p_DO $O.UO I $1,O50.D0 �n.ao $185.OD �so.oal $15Q.0� $'! , 980, 06 �o.on $7,855.D0 $16,920.00 $1,1G8.00 �o.00 $2.3�6.00 $3,3Q0.00� � �-� �--' �97.525.00 — • — — �176,771 A0� Page 3 of 11 A.IV,A. C(]f�SULT%NTS, L.L.C. ^ 1741 RfVEF2 RLlN, SUI7E 610 FQRT WDRTH, TX 76107 (877)335-990p at FA?C L817j335-9955 �XHIBIT "B-4" (5upplemen'Eat to Attachment B) OPiNION OF V+lA7ER aND SEWER PRO�ABLE CRNSTRUCTIDN COS7 Wa#er and 5anitary 5ewe► Replacemeni Confract 2402, STM-B Wa#er Project iVo. PW53-060530i7643U 5ewer Prnject iVo. PS58-O7U68D175840 D.O.�. No. 3702 Johnson 5treet jHampkon ko Mays 5treetj ��ae zo, 2oa2 i7EM iVQ.. �'_..� -- D�SCRIPiEOM - -- A. Johnsnn Street _ 1 Water lm rovements � 1I1D"' WAT�� L1NE IIJCL. REM. EXfST. 2 B" 1NATER LW� INGL_R�M. EXIST. 3 6" WATER LINE INCL. REM. EXIST. ? 4 14" DUCTiI� IRON PIPE lNCL. REM. EXtST. 516" �UCTILE IRtiN PlP� INCL. REIUI. EXIST. 6]6" DUCiILE IRON PIPE INCL. REM. E?UST. 7�4" DUCTlLE fRON PIPE INCL. R�M. EXtST. 8I10" GATE VALVE & BOX 9 8" GATE VALVE & BaX 9� B" GATE VALVE & BOX . i7 � "F�. F1RE HY[]F2ANT 12�,FIRE HYDRANT BARRELL EXTENSION 13f�AST IRQN FlTfiNGS 14� 1" SERVIC� TAP TO MAIN � �5�9 i12" SERVICE TAP TO MAIN 16 2" SERV CE TAP TO MAIN ' 77 1" S�RV�CE FROM METER TO MAIiV 18 1 7/2" SERVECE FROM METER TO MAltd 13 2" SERVECE F'f20M METER Td MAIN 2o CL. A IVIETER SOX ' zs c�. B m�rEr� sox 22IGL. C ME"f�F2 BOK 2s FURNISH AN� LAY 2" 7�MP. WAiER SERVICE L�NE 24 REMOVE EXIST. FH � 25� EM4VE & REPLACE EXIST. CpNC. WALK 2B REMOVE � REPLACE EXIST, GONC. f7RIVE QLl;4NT1TY�UNI1" �IiNIT COST �5��•TOTAL I iOTAL � LF I $35.00 � $0.00� 257 LF � $29.a0 � �7,453.00 2� LF � �22.OD f $440.D0 I�.F I �42.0� � . $0.00 `LF $33.U0 �UAd �LF $3Q.QU $0.00 _ ILF $26.Oo $U,aal �EA � $1,100.00 $O.QO 11EA I $G5o,D0 �Bb0.00 EA �450.�D $D.DD i ER '$1,5�0.00 50.00I LF �200,00 . $O.OQI 1��fN y2,30d.46 $2,300.Q0+ 41EA ' $300.0� � �1,20Q.OD �EA $500.Op � �O,aU � ' lEA $900.�0 T�.O� 3oILF $13.pD � $39R.R0 �LF ! $20.OU � $0.00� 4�EA I $75.00 � $30D.�0� � Es �iso.oa $o.on� EA ��oo.oa �o.oa� 1 LS j $1,000.04 $1,OQD.00I �EA f $240.00 $O.OD� SF + $5.4fl �0.00� SF �s:oo �n.nn 27 REMOVE & RERI.�iCE EXIST. CONC. CURB I LF �19_(l0 I $C].aQ 28 PERM. ASPH. PAVEMENT REPA!R �� $33,OU I $U.00� 29 PERM. CONC. F'AUEMENT REFAIR � L� �-0S.Dp $D.OD� 3o iEMP. ASPH. PAVEM�Ni R�PAIR I 2B71LF $e,�p $2,29G.OUj 31 �XPLORITORY EXCAVATION `D�EHOLE} ! �A $5f]0.00 �0.00� 32 REA+IOVE EXIST, G.V. {16" & LARGFR) I �EA � �2[lD.RD �0.06I 33 GFiAVEL ROAD REf'AtR I ILF I $3U.00 I �4.00j 3A COI�fC. ENCp3EMEtJT I icY I $4fl0.00 I $0.00� � 35 TFtA, GEPTH F17R WATER MAIN I f�F + �4.d0 � $4.00I 3E TRENGH SAFETY I 1F I �i.00 I $o.na� 37 ' � EA $200A0 $O.OD� _ 3B 8" x 1 D" TAPPING TEE � �A � $1,500.00 � $O.OU 39 8" x 8" TAPPING T�E � �EA � $1,206.00 � $Q.DO 40 6" x 6" TAPPING TEE ' EA I $1,Oi70,[l� $O.OD 41 "I"fPE "$" �250Q#ps� COiJC. I CY I $2a.�� S4.D01 . 42 7�r�E °e� isao� s� colsC. CY �zo.oD $a.ao 43�CRUSHEd LIMES'T'�t�� ' � CY �20A� $0.04 _ • 44 BALLAST STONE . I CY � �zo.aa . �o.aa 45 9" AIR RELEASE VAlVC & VRLILT I EA $3,OaQ.Oa � $0.00 9G�i" SERVECE TAP TO iViAW 2-314" BULWEAD COPPER SER_ I EA $2(lfl.�� $0.00� . .._ .:. -I ...m.. ...- ...,__ . , _ ....__ . ......,._ .. I . ._..._� I . ISubtolal Seciian ���A. WAl"�R IRRPROV�M�NTS { :...... ,..,_._.... ._, _._ _ , _,.,,., . _ ____. $4G,tl23.D0 Page A of 1 � R.N.A.�DNSULTAhlTS, LL.�. 1701 RNER RUN, 5UiTE G90 F4RT WORTH, T%78i67 {817]335-9900 or FAX (Sf 7)335-9955 EXNIBIT •'�3-4" (5upplemental to Attachment Bj QPfNION OF WAl'ER AND SEWER PROBABL.� CbNSTRl1CTI�N COST Water and SanHary 5ewet Replacement Contract 2002, STM-B Water Prbject Ho. PW53-96053D176430 3ewer ProJect No. P556-07058077584U D,O.E. Ido. 37p2 Live Oak Streek (Pharl' fo E. 4th Streetj June 2D, 2002 ��FEM Mp� DESCRIPTI4N .�-- -T A. ive �ak Street � i Wxtcr Improvements � f QUANTITY UNiTIUNITCOSi �SUg-T�TAL j� TOiAL � 1�,i0" WATER LINE INCl.. R�iVI. EXIST. � 45 LF $35.00 2 6" WATER I.INE IMCI.. REM. EXIST. 2,5447 LF , $29,D0 � 3 G" WATER LINE INCL. REM. EXIST. 35I LF $22.D0 � A 8" WATER LINE BY'�ORE INCL. CASSING FIP� 3GD LF $40U,op 5 12" �UCTILE IR4N PIPI INCL, f�EM. EXIST. � 10 LF $50.00 , fi�6" �CICTILE IRQN PIPE INCL. REM. EXIST. I • l.F �30A0 � 7 12" GATE VALVE'& 60X 4�EA $1,2p0.00 S i0" GATE VA�VE & BQSC 1 EA I $1,iaa.ao ' 4 8" GATE VALVE & BOX 13 EA � $650.OU I 10 8" GATE VALVE & BOX 8 EA � �45�.00 11 STD. FIRE HYORANT 8�A j $1,500,U0 � i2 �RE HYpRANTBARRELL EXTEMSION I ��I�-F I �2D0,0o I 13 AST IR�Af FITFfNGS � 3 TK $2,3�D,�4 14 7" SERVICE TAP 7D MAi�[ J 12 � EA �3up.p0 15 1 112" SERVlC� 7AP TO MRIN 'EA �SOO.UO iB 2" SERWlCE TAp O MAIN EA $940.00 17l1° SERVICE FRO� METER TO h+EAIiV 15U LF $9-3.p0 � 18I1 112" SERIIICE FROM METER Tp MAIN I I LF $15.00 � 19�2" SERVICE FROM METER TO MA�N � I� I �zfl.aa 20 CL A NlETER 80X 12�EA � $75,00 21 CL. B AtI�TER BOX EA $f5fl.DD � 22� �. C METER 8aX I �EA � S1oo.00 23�FURNISFiAND I.AY 2" TENAP. WATER 5ERVICE�LINE I 1I�-� I' $2,5ROA� I 2h RENEOVE EXIST. FH B�A $26p.00 ' 25jREMOVE & REPIACE EXIST. CDNC. WALK SF � $5.00 � 28�REMDVE & REPLRCE EXIST. CONG. pRIVE SF $6A0 27 R�IVIOVE & REPIACE EXIST. CQNC. ClJRB F 818.00 I , 29�PE€�M. ASFH. PAVEMENT REPAIR � 55 LF �33.00 � 29�PERi1A. CONC. PAVEMENT REPAIFf - F � $95.00 I 30JTEMP, ASPH. PAVEMENT REPAiR I 2900 F $8.00 � 31 EXP�ORITORY EXGAVATIdN (DEHOLE) I EA �50U.0� � � 32 REM�V� EXIST. G,1l, 16" & LARGER) � EA I $200.Q0 83� RAV�L RdA� REPAI� � LF $3Q.OD � �34�CONC. ENCASEMENT � i GY ��oo.oa � 35 EXTRA, DEPTH FOR WAT�R MFUN � 2D �LF � $A.p� � 36 TREMCH SAFETY - 2U E.F �1.OU 37 EA $206.OI1 38 8" x 10" TAPPING TEE IEA $7,5(1�.U0 39�8" x&" TAPRENG FEE � EA � $i,200A� 49I6" x 6" TAPPING 7EE ^ EA $1,OODAO ; 41 ITYP� "B" {25fl0#psil COIVC. ICY $20.U� I 42�TYPE'�E�� (.1504# Sil CGNC. CY $20.OQl 43 GRl1SHEQ LlME�i]NE �CY �20.00 f 44, BALLA57 STONE � �CY I �26.D0 � � 45 1" R1R RELEASE VAL1lE & VAULT I +EA I �3,4fl0.�4 � 46 1" SERVICE TAP 70 MhIN 2-3l4" 6i1LLNEAf] C�PPER SER, i �� I �zaa.ao ._.._.._, . �,.�_�... _ .. .. �� � �Subtolal Section I I I _ .. . _.. . . � ....... . _.._ . . . �...,�.,�� . _ ........ _._. . �� ( IMPROVEMEPlTS . _... . .._.A,_ W0.TER.._.._,..,. . „_._.__,,.. _.._.. $9,575.OD I $72 500.00 �770,�0 $64, ODD. n p I $504. �6 $0.00 $1,24flA0 _ $1,100.fJ0, $8,456.OU � $3,600.00� $12,DOU,OOj $5,OOQ.OQ� $6,9D0, OD � $3,BOO.OQ � $O.OD �0.00 $1,950.00 _ $0.00 �o.oa� $90f1.D0 � $0.00� �0,00 $2, 5QO.D0 � $1,fi0�.00� $0.00 $0.00 $Q,00 _ $1,6�5.40 $0.00 5�23,2�Q.U0 ��.no $0_bD �D.QO $10D.00� ---. _- $80.00 520.00 $0.00 $o.ao� $0.00 - �o.ao $o,ao $a.00 j $O.00I $6.OU� $U.00I $o.00 .... .... - ... ._. . . .... $213,3GO,fl0 Page 5 of 11 A.N.A.�'UNSULTANTS, LLC. 1701 RIVER RUN, SUI7E G10 FORT WORTH, TX 7G107 {817)335-9940 ar FAX (817j335-9�J55 EXHIBlT "B-4" (5upplemental tv Attachment B) OPiNlON 4F WAiER AND 5EWEf2�PROBABLE CONSTRUCTfaN CQS'i Water antf Sanitary 5ewer ReplacerrrenY Contraci Z002, STf�•B Water PrajectNo. PWSS-�605301i6d3D Sewer Arojecf No. P358-07458R1758�40 a.O.E, No. 3702 MEller Avenue (Hawlef to Rosedale Street) June 2D, 2602 ,1TEM NO. T �ESCRIP�'EQN A. NEilfer qvenue . i 11Nater liT1 rpvements � � 1 12" WAT�ft EINE INCL. REM. EXIST. 2 8" WATER LINE ING�. REM. EXIST. , 3 8" WATEV2lIt�E IiJCL. REM. EX1ST. , 4 8" WATER LlNE BY 60RE INCL. CA551NG PiPE 5 8"DL1C71LE 1ROM1! PIPE INC1., REM. EXfST, 8 8" E]UCTILE IRON PIPE INCl.. REAA. EXIST. 7 4" �UCTiLE IRQN P1PE INCL. REM. EXIST. •' e 12" GA7E VAI.VE & BOX 9 8" GATE VALVE 8 60X iU 6" GATE VALVE & BOX 11 STfl. FIRE WYQRANT I 12�FIRE HYDRAMT BAKRELL EX7�NS10N 13 GAS7IROlV FITiINGS 74 9" SERVICE TAP TO NfAIN 15I 1 112" SERVICE TAP TO MAIN 18�2" SERVICE T �P,� TO N�AIN 97 1" SERVIGE FROM M�7ER TQ MAIN 18�1 112" S�RVICE FRp�4f EfE 7d MAIN i912" SERVICE FROM M�R T� Mfi.IN 2U�CL A METER B07( ' . 21 CL. B METEft eOX 22 CL. C METER BOX � 23 Fl1RNISH ANQ lAY 2" TEMP. WATER S�RVICE LW� 24 R�NtOVE EX1ST. FH 25 R�MdVE & REPL4CE EX{ST. GONC, WALK 26 FiEMOVE & REPLACE EXI5T. CONC. DRIVE ,� 27�ENfOVE 8� REPIACE EXIST. CONC. CURB 28 PEf�M. ASPW. PAVEIut�NT REPAIR � 29� ERM, CONC. PAVEMENT REPAIR 3ll TEMP. ASPH. PAVEMENT REPAIR 31 E%PI.ORITORY EXCAVATION� {pEHOLE} 32�RE[u]OVE EXfST. G.V. �16" & UIRGER) 33 GRAVE! ROAD REPA R 34 CONC. ENCASEM�fdT 35 E%TF�A, �EPTH FOR WAiER MAlN 36I7REN�H SAFETY 37� � aa�8"x 70" TAPPING TEE 39 8" x&" TAPPIM1lG TEE 40 6" x 6" TAPPiNG TEE 91 TYPE "B" 25DQ�p s� CD�JC. A2 TYF'E "E"� 150d#p si CQNC. � 43 CRUSHE LII'JIEST�NE 44 BALlAST STONE ' � 45 1"A'IR RELEASE VALVE & VAllLT � 4G 1" SERVECE TAP TO NfAIN 2-314" BULLNEqD COPPER SER. I .... . . . ..... .... ..... _,,.. .._...... . ._ �5ubiotaf Secllon _ QUANTI7Y UNIT�IlNI7COST ISUB-TOTAL � T07AL ! . 2Q� LF � $37,40 $7,460.00 t,201 LF $29.00 $34,829.00 3�I�F I $22,D0 S66Q.Obl 980 LF $25Q.aQ $40,�a0.d0 �LF � $33,Op $(I.OD �LF �3t7,b0 � $fl.UO� LF S25,U01 $0.�0 � 3�EA $7,2�p.DD I $3,6D0.00� 3 �A � $650.00 $1,950.00 3 �A 5450.OU � $i,95U.001 j 3 EA $4,50D.00 I $9,500.Q0 6 lF I �zno.oa E $1,200,00 I 3 TN � $2r30�.00 I $6,900.00, 9�,EA $300.60 $z.�nn,aol I F�1 $590.00 � $Q.Q�� zl�a, $soa.00 � ��,soo.ao� b37��� � $13.DD $6,&81.��� S1fi.00 $Q.DU � 2$ILF $2fl.0� $526.00� I 9 EA �75.0� I $&75.Oo1 � I�,q $95D.D0 � $O.Op� '2 EA $100.00 $200,601 � t LS � $2,50U.Od I $2,500,00 � 1 EA � $2D0,00 � $2�Q.00, J 56 SF � '$5.00 $280.UOI j 27 SF � $8.00 ( $1fi20Q � 33+LF $19.dU � $627.4U '1831ILF I 533.p0 $E4,-023.D0 20 LF $45.U0 $9oD.00� �LF Ss.00 $0.00+ EA � $506.00 J $0.00� � EA � �200.Oa � $O.OP� LF I $30.001 $a,00 3 CY � $100.60 $30U,p(]� 100 LF � $4.00 $AOp,QO� 30 LF I $9AD $3p.pU� �EA � $1,OOD.DO � $0.00� � �EA � $3,500.00 �O.QO� f FA $1,200.00 $0.00� � EA � $1,OD0.00 $0.00I CY $20.00 ' $O.00 I CY $7�A0 i0,p6+ CY $20.00 80.00� I CY $20.pp $O.oOI � EA $3,aoo.aa , �a.on� � �A $zao.00 � �o.ao� I I I I I � � R _fA. W/AT�RIIUIPR V�MENTS -_ _ _�...�..._____.._.I. Page G af 11 $179,787_DO A.N.ti. caNsu�.T�r�i'�,L_�.c. 1701 REVER RUN, SUI7� 61� FOFiT WOitTH, TX 7b107 i8171335-9300 orFAX(817�335-9955 EKHIB�i` ,�B_4�� (Su�plemental to Attachment Bj pPIN1QN 4F WATER Al�fl SEWER PROE3AgLE CDN57RUCTION CpST Water gnd SanEYary Sewer Replacement Coniract 2002, 5TM-S Waler Project No, PW53-060530176430 Sewer Pro�ect No. P558-07058077584� O.p.H. Na. 3702 Ovid brive (Isbell to E, �ead End} June 2a, 2ov2 ;IfEM NO. - � � pESCRIPTION A. d flrive 1 Water ImRroyements 1� 10" WAfER LINE II�CL. REM. EXIST. � 2 8" WA7�R LINE INCL. REM. EXIST. 3 fi" WAT�R �lNE INCL. REM. EXIST. , q 1 U" pUCTILE iRON PlPE 1NCL. REM. EXIST. . , 5 B" pUCTIL� IFEON PiPE iNCL REM. EXIST. , 6 8" DiJC71LE IRDN p�P� INCL. R�M. EX�57. 4" DUCTfLE IRON PIPE INGL. REM_ EKIST. B 10" GATE VALV� & 80X 9 " GAfE VALVE & BOX 10 6" CyATE VALVE 8 BOX 11 STO. FIRE HYDRANT 121 3RE FiYDRANT BARRELL E?CTENSION �3jCAST IRON FfTTMGS 1 d � 1" SERVICE TAP TO MAFN � 1511 112" SERVICE T T4 MAfN 17�1"SERV���O�� M�TEFt O�MAIN 19J 1 1SE�VI �IF� METER 70 MAfN 20�L. A.ME��t BD� 21 GL. B METER 80X , 22� l.. C MEi�R BAX 23 FURNISH ANo LAY 2" T�NEP. WATER SERVICE LiNE 24 REMQVE EXIST. FH 25� �MOVE & R�PLACE �JCIST. G�NC. WAtK 26 R�MOVE & REPLACE �XlST. CONC. DR1VE 27 REINOVE & REPLAC� EXI5T. CONG. GIJRB 28 PERM. ASPH. PAV�MENT R�PAfR 30 TEMP. SPH. AVE�EI�i R��PAlRR 32�REMOVE��C��T. GCV. (16',& LARGER1Ey 33 GRAV�L RDAd REPAIR - 341CpNC. EIVCASEIVIENi 35{�XTRA, OEPTH FUR WA7ER MAIN 36f�REIdCH SAFETY 37� 34 8„ X S� APP�� T� 40 6" x 6" �APPING rt� 41 PE "H" 25��# sl `CONC. azf ��dE" i5o�psi CONC, 43ICRUSHE LIAAEST�NE q4IBALLAST STDNE 45+1"AIR RELEAS� VALVE & VAULT 4fi�1" SE12VlCE TAP 70 MAlhl 2-3l4" BULLHEAa CDPPER SER - �Subtolal S�ction � � ' QUANTITY I UNIT UNIT COST SUB-TOTAL � 70FAL jLF 983 � I.F 101LF �LF LF l.F LF EA 2 EA 1 I EA 7 �EA 3 L� i ITr� 15�EA . Ep EA 296 LF LF LF 15 EA EA � t LS EA $35,oD $29.00 �22.�0 $Q2.b0 $33 A0 530.00 �2�.no $1,10D.00 $650, 00 �454.Q0 � $1,500.40 �2D0.00 $2,300.U0 $304.00 I $500.00 + $9D0.6Q � �13.00 $76.U0 $2D.00 $75.00 $75D.00 � $tQD.O� $1.5�D.Dp � $2flD.00 I SF 85.00 € �S� $6.OD f I LF $19.�� 4 + I1.F $33.�01 f jLF $45.0[) � I tzaofl.� �a.na I f 1FJ� $200_D01 I I LF � s�o.ao I I �Y $100.00I I LF $4.00 1 � F + $LUD � 1 I A f S2U0,00 I � JEA � 3t,5�ti.00 � �EA I $1,200,OD I I�A f ' $1,ODD.00 lCY � $2U.0�I I`�Y I �za.ao j CY $20.Q0 � JCY � $2U.�UI jER $3,�00.00 + ��A I $2dD.bp � � � � � _ _ ;4. WATER IMPRdVEMEN75 . Page 7 of 14 _. � . $O.DG 528.5D7.0� $220.U0 ' $0.00 i $U.OQ $p.OU I �o.00 $a.00 $i,30fl.00 $450.Q0 $9,500.00, �sna.aR $2.300.00 $4,500.40 �a.00 � Sfl.00� $3,848.00� �o.a� $D.Op 51.925.001 �o.on I $O.aol $1,500.0�� �o.00 $0.04 $O.OQ �O.q� I $0.�0 $b.OQ ��,szo,ao $O.UO �o-.00 $�.f10 $9.00 $D.QQ $O.D� $0.0� � $D.40 � $D.Op $0.00 �o.nn $a.00 �a.o �a.aa $0.00 �o.00f I ,. + � g,95,770.00 , FCN.A. CpNSULTANTS,L.L.C. 1701 RIVER RUN, SUITE 810 FDRT W�RTH, TX 76'107 [Bi 71335-99oD ar FAXj817�335 9955 �xHierr ��B-a„ {Supplement ta AtEathment B} OPtNlOi� 0� WA7ER AND SEWER PR�BABLE CONSTRUCTION C057 Water and Sanitary Sewar Replacernent Contract 2np2, S71tl!-B Waler Pro]ec! No, PW63•�6053D176R3D Sewa�- Project No, PS5$•�7058Q7T5940 D.O.E. No, 3702 Dvid Drive (fsbell to E. Dead End) June 20,2002 lTEM NO. � � pESCRIPTIDN � � A. vid �rive � 2 Sewer Itpprove�ents � � �� QUANTI7Y u�virfunrrrcosT SUB-T07A� � T07AL ? 62' S5 lNC��E�EhAOVAL O EXly�TT1PJG 853 LF 3 B" 55 INCLUOES f2EMOVAL 4F EXISTING 137 LF 4 f�° �IP INCLUp�5 MOj�AL OF E�STiNG I LF � 5 6" pIP SS INC�L1qE��Eti1DVql. OF�IS7ING l.F , 6 8" DIP iNGLUDES REN�OVAL OF E7fE5TIiJG LF 7 4" PVC 7AP 12 EA 8�4"�IPTAP � 3 EA � 9�6"SEWE �SERVICE7AP EA � 10�4" SEW�R SERVIGE I 210 LF 1i d" DIP SEWER SEI2VICE 100�LF � S2 6"y��ER S�f2VICE LF 13�4' DfA. MH 31EA � 14 SNALLOW CDNE MH I ��FA �' 15 EX7RA REPTH FOR MH � 77�CON7C CO��LAR�ANHOGE MSERT I. 3 EA I 18 lNAIJHOLE INTEf21DR P OTECTfVE COATfNG UF 1$ VACUUM TES7 MF�PJHO�E . 3 FA 20� EHOLE �XCAUATfON 70 VER��Y Ex[STING UTILITY E,4 29 jREMOVE EXISFlNG MANHOLE 2 EA I 22f A6ANDON EXIST. MH EP, I 29�R�MOVEEXIST, CQNC. CIJF28 � LF I 24 REMOVE & REPLAC� EX�ST. CONC.'W7�LK SF I 25 REMOVE �X REPLACE �x15T. CONG_ aRIUE � F � 2B CQNST. STD. CpNC. Cl3f2B 8 GUTI'ER f LF � 271 ONC.��ICASEMEN7 I ICY I 28+PERMANENT ASPH, PAV�MENT REPAIR I LF 29ITEMP. ASPH. PAVEA/� EMT R�PA]R I 1148 LF � 3ll 7RENCH SAFETY S1�STEM I 11k8� 31 PRE 7V INSPECTI4N LF I � 32�POST7VIIVSPECTlON - 8901 t , 33 INSTALL pOUBL�-SIpEp SANI7ARY SEWER CLEANOUf � 15jEA � I j � � � ubtolel Sedion� IA, SEIIVER I1IRPROVE'M�NTS . �35.DD I $Q.OQ! $5D.0� $42,650.pD1 ' $37.00 � $6,a69.60� $SD.OD $0.00 $4�.Op � $Q,OQ $40.0� � $0.00 $3D0.00 $3,6D0.00 $35D.00 $1,050.U0 $5�O,D0 $O.OR $20.00 $4,240.00� $30.00 $3,000.00� $sa.00 �o.ao . ��,soo.oa �a,aan,00 $1.2{10.00 I $O.QO $12�.OQ j $36U.D0 $55,OD $'155.�0 �zan.00 �soo.00 $200.00 S�.Otl� $21DA0 � $83U,00 �a5a.00 �o.oa $35�.00 $7a0.00� $Afl�.00 ; 54.04 $1.Op $0.00 S9.D6 $�.D� $i.501 SD.I}OI $i2.04 $4.00 $1�400 S�.OU $35.00 � $6,D6 $8.00 i $9,184.00 $1.00 $1,1A6.00 $4,�0 $D.OD $2.0� $f,990,00 $100.00�' $1,5UOA0 � � � �� l f $79,136.�� _ Total 5ection - , ' A. DvEd nrive _ � _ $134,90fi.00 � Page 8 oi 11 A.TJ.A. C�NSl�L7RNTS, L,L.C. 1701 RNER RUN, SUITE 61D FORT WORTH, TX 78107 (8�7j33S,98�Q or FAX (817}335•9955 �XHlgIT "B-4•, (Suppfemental to Atiachment Bj OPt1�IQN OF WAT�R AN� SEW�F2 �R08ABL� C�N57F2UCTION CDST Water and Sanifary Sewer Repfacement Contract 2002, STM-B WatBP F'rojett No. PW53-966530776430 Sewer Project No. PS58•074580775540 D.ti.E. Nn, 3702 Peak Street (irion to Neal Avenuey � aune zo, 2noz fTEM [V0. j � � D�SCRfPTIdN � �UANTI'fY UNIT jUNIT C�ST 5�8-7�FAL � TOTAL �, A. F'eak Street _ _ .�_ . _ � _ 1 Water Im rovements I 1 12" WAT�R LINE INCL. REM. EXIST. � 2tl LF � S37.DQ 2 8" Vk1ATER LINE fNCL. REM. �XIST. i 2,109 LF $29.40 3 5" WATER LIlVE IiVCL. REM. EXI3T. f 1D LF I ' $22.OD 4I10" �UCTILE IRQM PiPE INCL. REM. EXIST, I LF I �42.00 5 8'" DUCTILE IRON PIAE INCL REM. EXiSi'. LF � fi 6" �UCTILE 1RQN PIPE IM1fCL. REM. EXIST. L� 7 4" �l1CTI�E lRON PIPE INCL. REM. EXIST. I ��F 8 10" GATE VALVE R BDX I �� I 9I8" GATE VALVE & BOX 4 EA � 10 G" GATE VALV� & BOX _ � 2 EA I 91 57Q. FIRE HYbRAMT � 2 EA � 12 FIRE HYpRANT SARRELL �XTENSION I GI i 131CAST IRON FfTTINGS 2 TN � � 14I1" SERVICE TAP TO N{AfN 4 EA � t5�1 'E!2" SERVICE TAP 70 MA1M �A � 16 2" SEFtVICE TAp 70 MAlN JER I . 17 1" SERVICE FR�M METER TQ MAIN � 814ILF f 98 1 112" SERVICE FROM METER TD MAfN ILF � 19 2" SERVICE FRDM METEFt TO MAIN � LF � 20�CL. A ME7ER BQX 45�EA 21 CL B M�"fER BOX � �A I � 22 CL C METER BtJX J IEA f 23IFURN15H AND 1.AY 2" TENiP. WATER SERVICE LiNE I � 1 �LS � 24 REMOVE EXIST. �H I 2 EA � 25 REMOVE & REPLACE EXIST, CQNC. WALK 1DD�SF I 2B ,REMOVE & REPLACE EXIST. CONC. DftfVE � 5F J , 2yIR�MOVE $ REPLAC� EX1ST. CQNC. CURB 54JLF � 28 PERM. ASpH. PAVEi1+lENT REP IR 2GfLF 291P�RNE. CONC. PAVEMENT REP�IR ' � BDILF � 30 l�EMP. RSPH. PAVENt�NF REPAlR 3i74 LF 3i � EXPLORI70RY EXCAVATfON {DEHQLE� I �EA 32 REM6VE EXIST. G.V. f18" 8 �ARGER) f EA 33 GRAVEL ROAp REpAIR � 50�LF 34 CONC. ENCASEM�NT � �CY 35 EXTRA, �CPTH FOR UVATER MAIN �LF 3BTRENGHSAF�7'Y �LF , 37 EA 38 B" x 10" TAp�1NG TEE EA � 39 $" x e" TAPpING TEE EA � 4o�s" x 8" TAPPWG TEE I EA 47 TYPE "6" f2504tlkpsl) CONG. � CY 4? TYP� "E" {150p#p5i) CdNC. � CY � 43 CRIJSHED LIM�$TOhJE CY 44 eALLAST STONE CY b5 �" AfR REI.EASE VALVE ffi VAULT ' EA � 46 1" SERVICE TAP TO MAIN 2-319" Bl1LLHEAD CQPPER S�R, � � EA � � � � . _._ _ . _ . . . . , __ . . . . _.__. . .. . .�Section .. .. . -� -. .. JA. .UVATER IMPROVEMENTS -- . . _ 5ubtotal _,. _. - ,. . ---- • - • --. _.,. -•-, $33.60 � $so.00 $25.d0 $1,700.�Q $650.UQ $450.U0 $1,500.00 � $2on.00 $2,300.OD $30D.00 $500.0� �soo.00 $73.00 �is,00 $2Q.00 $75.�0 $150.�0 $10D.00 $1, 506,Q0 �2on.00 �5.00 I $B.DO � S19.DU � $83.00 � 595.00 � $S.00 � $�oa.oa I $200.00 J $3D.DD � $'iU0.00 � $4.�0 � $i,oD j ��,aoo.00 � $1,50a.00 � $1,2Q0.00 J ��,aoo.00 � $24.00 � $20.OQ $z0.04 �2D.00 $3,Q00.00 $20Q.00 � 874Qa0 $61,1G1.00 $22�AD � �o.on $D.00 �o,ao Sfl,00 $0,00 $2 G40.a� $900.DU $3, OU�. 00 � �y,zoa.on $4,BD0.0� I $13,5D�.pU �a.no �n.00 I $i 0, 582.00 $o.00 $0.00 $3,375.00 $O.np � $0.00 $1,50U.00 �aov.oa �son.00 �0.00� �sso.oa� $660.00 � $2,700AD� �s3,�sz.00 f �o.aa� $O,DQ� $1,500.pD� �n.ffa SO.DD �a.00 $O.UO $a.00 $O.t70 $0.00 �o.nol SQ.��� $o,00 � $O.aO �D.OD $0.00 - ._... . . . •. _ .... , .. _. _ . . .. m..��� .. . �_.. .. _ .. � . . _...... $135,480.40 Page 9 of 11 AT�'RCHN�'ENT "C„ C.HANGES ANa AP�ENDMENTS TO ST�ND�RD AGREEMENT A�3D ATTACFiMElVT �e Waier and Sewer Replacement Con�ract 20D2, STfVlaB DOE No. 3702 lrldater Prt�ject i�a, PW�3�06p53017643f1 and _ Sewer Project f�o. PS�8A070�8Q�i75844 There are no c��ng�s and amenclments tfl Standard Agreement and �ettachmen# A - _Sa,S. c� rpB - � . � � � _. .. _ _, . __ . - ]p - 2z -�- CALlIMET ^� I 5T, `" �:ALUMET - 6 � I rvs rrio � � S � I �e dR I I z� ieu - • —__-_#__, 8.. a � i 5^ kr r � � t Ji! NN! ` � W �' � y\ ���� E�� ���, 4 5 Il' 'yI I I I� 6 � tA � ui � �' _ IP. 19 IPI: � z .' pV ldlll I'� 2 I' 2 = z 1li :!i 1�'_���I i 2 I I � l � , IB �R11A IR13 iF�� iF TP iP_ q 1i.i• } � 3 r - >' j (� � �� �IGB }¢A 0{ TAID � � -` I ` ti I � i I' IR17 fRl? � YA l ST. � �s ' � �3A�- o aai rr.�o � w , �7Y s � t o F P t i � � I J � � (�• � I 5_�__i I la 5 � 1_� v - 5 J� I 5 ,� � 5 �—i9 �TPt'7P15A I7PisP l A d 6' F �5 •n F- r 6 ' TP.SI I I✓ a " I g L 5 $ _� r 6 W TP16 TP.15 I 7P16 TAifi . ]2 � ; � �-��,-. - � - 50,- " 5 RL�CI[� � 13 IP.16A I N � � 11 6 9 � ' 7.52 g g � � TR 7$A � 10 `�---'�� 6 J I ia2� 1 �� 4�� � �9 YATY 9 ST. KATY � �t/ z 9 � F ` a� �� 5 — c3 w �.�" .� K.ATY �o �^ ST. is� a aa aoo. " 6 B"r . �6 , , a �.� P ' � ' _. ,�3� ¢ ' TP.BC TkBp -II- � 25 � TP.4aa 7R18 I€P1Bh I ��-- 15 2 _ 3 �� StrC �}J� SaC I Igil�W{��EF { a 3 2 6� g 6 y���_ { { { _ • e 5 T. iRTB � 7R19 I fR2@ � �0� Q � " 4 -II „C� R�� I; . 1R29 � h'-`x-- TP21 S�5 r �� 5 1 �� 1 _. la' 1 1 �... � a 9� X� � 9' 8 10 ! a 3 6- 5 � 'p � . E50' 2 3 } 5 6 f PlNVBdR �� o � 5� H� 6C * _ 5T. ' _ ��� � � ILiI � I� I+ 6 �+ o aR 11 a a 6., ' s.� - f � „ � �+�, �i4 %��1� 1�.+�ii�/l�l 5 5 17 165�R.I W R I 2 ll ` T S I • J 2 7 jui 8' 1 fi 5� S 7 I �R 6 6 � f ��tlnrs� ����I��I I � I �s�. �I sw�� I g _ MlGH SCNOAL ' 7 5 � - TP..30A b 6 r . � �iii 5' �•. 9 9P , �� � 5 4� 3 I2 1� 10 9 9 7 6 5 4 3 2 1 3 2 i I y �R•'6B y� 7p UfJ �� 12 TR3J8 TR329 � � 8 a ' ll 4 � �_ 1 raiaol� � i — 4 � , �� � 4 �� �6 � 4AY �, � • + � z 2 1 O �'}' '� 3 � R�" � q 5A SB SL 6A 6B 6C � 8Ijj4 � e6 9A 9B 7D �p i 2 10 9 5118. S`�. 6 W �I; d B m � NI AlMD. j BA 9� �QU . �I � a y 5 6� ��T nV ' � ECLIN 4 k 5T. .�- EGGIhd ��j ST. � - - 8 7 5 5 2 �� �� I � � i i S�� ` � �� r� � �1 1 � 19 y Q J•�. �,• ; � 3 3 i 5 n 7 B 8 In 11 u 1 2 ]� 4 6� 9 9 b � - 2aA y 1B F 16 F- �J xo 6,. � , �4D�.� : C �v�I '. . z .�.���. y �n u u ia u m r' F �� z53 - _+ �- I +� 14 Sb 35' S4 5'3Y'� 30 2.� pr28,�277 Z6 z5 24 3 22 � � N�7 1% � 16.5• �g ' z 2a 23 22 21 20 19 le n 16 15 Y 37 21 atl y W � ' 2 = � H P AIV �. �3 z„ aze _, is i_-_ 6_��"5 �W - � � ie s I �f — ------ --- . i�� � , 15 ;� is 6 Z ;t �� . � � 6" �I GH P AI F II AVE- sa H —' �6R 11 10 B 8 7 6 5 4 3 2 1 � 24 Z3 21 Y� 20 �19 �IB p7 16 �15 �a �13 �2 !7 IIi0 II 4 �[7� �3 rp 9 16 + j II 19 • �� ' I � f I I I OUNBAR '� '--�-�— �-2 IA 1 60' 13 9� � 6 i 3 -0 5 g ui 8 9 ro ��� 1 � �_d 71 II �s �� B I C LL Fi ,! � 5� 5 n 2 � � �z 1T n T m I 6 ' � s ��� a 5 6 7 e 9 m�i 7xR ELEd1£�NTARY L �o . � ' 77.5' ,1 � G . � 9 2 I YO 1 � 2 } 4 � 6 7 8 9 ID q: ���'Pr 3 1 �5 ----r-' ����� P C ' , ,. � 1..'a.�-- /B 2 Z 6 Z��S, `"y �p u �.�i �_ II6 _, 3 � -i � 1� ] I 22 zl 2019 19 17 15 N IS' S�• 7 � SCNDOL �` 5 6 A T TACHMFNT "E" (SHF�T �� (COUi�TCIL T�iSTRTCT 8) � �J 1 �6 ��� �� (AMANDA AVE — VIlVCENNES ST.) !yA TER �1AIN IMPRO VEMEN TS SCALE� 1" � 4Q0' 'VVATER & SEWER REPLACEMENT CONTR.A,CT 20p1 STM B W�R 2072-.384 WTR 2078-384 MAPSCO 79N�P A ANA CoNsuLTaNrs W 1'R PROJ. ND. PW53-060530176430 ��E� P��S � 170i 6MER RUN RiilTf 67f7iFORT WORIH,'�( ]67Q7 SWR PROJ. ND�j. PS58-070580175840 avR��f,aRs (BIij33�990�'FA[:�917�335-9955 DOE NO. �7V6 - ...1b2�430kanvact4EXHIBiFS.dgn J�.fl1,2002 15:38:4$ ' - . 2i 7pB 3 1V' Tp o ^2 ' [a.B ]Pip �.Z� =ALllMET I ST. ,� LfiLUMET � _ ��_ 6 �p aR �i rPn L ,Fii•.�u fo �onc. � a.�:�nr .�. E,�� * �� 5 + � r zn �� Ii� N !E r L-''d�'o � 's' �•ia �..eon:. �es�sy PLLis •2$ � ~ 3 a 5 � �1 v� 18 1 V I 1R lA � 19 iP'`4 2 � �-� �s' �} 2' Q� i 3 i 1I2 3�1 I ` C~Lt3{� 2 r—q o 2F r„� � �B � 7P13A � TPI1 TR IR TP "- � '��LQ _ - 1. ` fPtS 15810n PL TFS1U S ro �d s� fl3 �[ u� � 3 [ll I�ir � C}l .�' � IAI-0 � 791i I '�'�.1..�.' �N �5 � ^� 79' J fP39 Q I ��L � �` I------.- � a -1 •-� { (� � � -+-1 ' 7E [Pt—�� I �� 5 IS' 1J : 2��FlE 5 S L�� h4f I �- �, s -�, �'�" 9 IS � TF. TYISpC;i ITPlaO� �' a SD' � 5 M 4 IS .` 1•8 E fi 6 h1„I�TP31 i I 6� h'7I � ° L �--.�.j 6 � �- f �'� 7PIn � TA. . �' u �7 n ? Is' ^ . 1 ��'" � � pl � : 6 v 7p15 � .�y� 13 IP16A TPso I IC V' _ 8'FI iu �� 9� 6 8 5 rP37 Z�' �. B I I ' f" RUpD 1 I r w fFiSA' � � r J R I ! TA.s^3 I p y �¢�n^ n J jp,,:��,9 ri� Y.AT1 ^ fi SF � � 1 g �1 '� 2 J! 2 a A�lZ�RRaY w �,����', ���3 �' � ., 'F� - � INAT}ia sa� �io.. � y ; 3 >T_ . I -il?Ii- _ � . -��` "s• � O �5�24 n"i �ne. �� "L -232' �� � � . �i;� � d �r.e� � eean � � ,y ,�I e'- . � TP76% �p � •� -Z r � iJC Y �iLL 9 B 5 d S? '� '� S 5 TAI? 1iR18ti I\I 6 �. I -{ '-'r,3,� � I 1� 3 I �3 3!n ��� I f, � 5' 6 rrs2B � iPi4 I TF.�O � � yJ� I;o t] � a�l� 09� 2�96 � w � 175•62 �'g� a 4' a.- i_ _ 5'_ f?-17 1. p5 F� t � � fP21 �+5 -� ��' Iq 5 lf�l � S U �nJ 6 1 fP29 �, l � ; �- 1' 11 6 p' � 6 }�; I 2� 3 i� 5 6' OUNBAl7 .�z z I�i 5 6 :18� 9 i � � A � � F � p _ 7 � O 1z "-'� T LCf� L`L..�U� I ` I � 1" f o s w ro 9 ,� WILLIE ' u+ � � �1/ h '-_-...— a �1•43 5•23�� ea 3�, � 5 C] •.] t "L' nt �I J yJ • 5 1" 55 15 1J 15 1z -. 5 d 3 2 1 �U 9 8 7 4 ;� � E � i� I s Ias a 3�� S z i _cv.� '_ � "� : 7 M 5 c:i 6 �U I � I �L �Z�24 � '} TP..30A(j � '� b , - . ���� � 1• 26 � FfliN So. `° tlr e � 8 + -0 �eV'' � 4 �� � 6"� �� � r7 �6 .� fj5 � —�" ^ tw � �_ an � 5 4} e ip 9 +II81I7 �6 I 5 i 3 2 3I 2 f 306 � N 1� 7N3d6 TR324 � �L � �J�W � � ' +1 �� I ��N 7R. . �'.J�y4 � 1 r>.5oaa' lG2'4b �g,.�.._� .� _����anc. . 4•47 - StJB. z � �'���� c~ PB 9A' � 2•'42 �ti'65i �o i � � �. � 3 N� � � ��� W � 4 SA SB SC 8A 6B fiC • �.`1 '/ Q{1I 9B 1n SCNOI?L �Z Z N � C� 6 � A 9 T,�C EA 9H � r' ��D. � 3 3 ,I.B. ;��/ 4LD. � � "El Gihl �.��y �`` m st. � �� � � a � B � 6 5�4 2 ' � &"_ f _-1..�.Si7 -��9.Jt� - - - _ � 12•OG � �1A'.�14 .���c I-4� T 7 ar �= 1�3AE � Go I 6' oi¢. 6�]0 6'Crnc i � � �T� 19 �g ,$ -?�7. -�j� c� ' � 2 S d 5 b i e 5 i�J 71 �" t i 2 3 a 5 fi"S 9 � C C, � r i5^I�� IS �g' � ��y � � v n iz t3 ni ss �s i: u �' — en � z� �1 , � , � z 3 - • 1 -, „ �, o'° �R� �[� D• F. iN '�•R P � a� '� ' ' z m �—�. � �e z _ �8•Pp0• 4 � R 2 22 21 2p 1B 1B 1716 IS l4 ii 76 b5 3a S] 32 3� ZB g 27 26 25 2�1 23 22 21 u0 J Zz� N 16 7� 1F � ie 3 is.�� � HAP AA --L� I T. C M P! A E. �-- ID�55E T � —�—'�" -- F.E � � 1� t5 �L " �.1 a a �b�.a� �s1o� �,s��co���.L11 I�III 'S ^r '� ' g � '�t j LI7' v?e��� s,.��n�.;� f ��y 19 �ry 15 ) V 1� a� t3 ia �I �i c� ''•Jj za 4h23E19 � �B ,L n 5 � 7 � � I N� n rr r �_9' _ i � jII 74 14 24 Y3 q3 212p 2U �6 !6 17 16 5 14�3 12 pt Ip y 13 IS q + t� I � 12 c 12 g� 6 � � 7 5� ��11 rj �C , C F�, .� 4 5 6 O B 9 16 kR 72R M 70 , s��' � P`i �P �� �(), ftsCNCT��.�uvr � a Of� 5�� 3 1 5� 4 7 �O r J 6 3' o A T TACHME/V T "�" rsHEE r 2� �ca �r�vcn� azs�u� s� � ����� ��� (AMAN�A AVE — VINC�NNES ST.) SEWER MA/N /MPRO VEMEN TS WATER & SEWER REPLACEMENT CONTRACT 2QQ1 S'I'M—B AS APl.{f�YD(,i SIlA1�yONd' AI�VA �O�SULTAN�'S R01 RNER RUN iSk11TE d10 iFORT WORiH, p( 76107 [817�335-99f1NfAM; �817�335-9955 �� � SCALE= 1" � 400' SWR 2072-384 SWR 2078-38� MAPSCQ i9N&P W TR PRQJ. N0. PW53—a6Q530176430 5WR PROJ. NO. P558-470580175840 ooE Na. 3�02 ...4020636icanuac�7(Hf61TS,dgn Ju1.01,2W2 75:A�;�4 :� � so• � � n � 2Z C F � r l l .1 ' � ' `j� I -. 1,9 �� /�}i. � 1 ` is � �j�}�'1� rP ia �� a�� i y ' 6 Ws i i li �i 11 10 4 fl� n 5 J 3� 4 ��' �a .t U ur i = y 12 � . 1B8 ` �-��I t ti A l ��� ��� , .� 'i,. .. ``. ����" � r � ' I �o nr ou �i� %��1� I�I�� a � s 3 i1' � � 5� . � 4 �bnP�. e F � 1 A ' . _ � 1 C e +1 , . � 5 \ '%p ,c SA � /�- I 1 6 � S^J, ,� Li ��,�� 6` 18 .14 , �� � r . _ �a' � � _;� . ��. �59 ''�r �'�,'�- Z ,a i R' '@, 21 Z� �'.. r .. �'., q�{ p'� 22�\ E �.�,.t\ `�� ti � � �2a'� ��P , . ��irv�y �`3l �; `p��p ' `'�� �� . /2 . F3 � � 1z ' `-'' a, . a � �;��. /�- ��: z�g' � •� • 1-0'c ��� �AS,� �4"��� •l�('�'� 5a! �`y � T %4CHI�EI1rT ,,,E„ (SHEET 3� (COUN'CIL DISTRICT 8) J�Hl�S O1�T ��'L {Ii�MPTON ST. — HAYS ST.) � / SCAL�: 1" • 40�' 1�A TER MAIN IMPRO VE�MENTS W 1'R 2048-396 �A'I`ER & SEWER REPLACEMENT C�hTTRACT 2pp1 STM--B ,+�AP5C0 63S A Ai�TA CoNsv-�.T�s WTR PROJ. N0. PW53-060530�76430 �� �A,�, � 1701 RNER eUN /SUIIE GIO iFpRT WORfN,'F1f 7d107 s�R,�,,� I817}�35-99E»6'FpK;(BI)�335-9955 5WR PROJ. N0. PS58-0 70580 17584 0 DOE NO. 3702 ...N2M3p1conlrectlE)CHIBITS.dgn J�I.01, 20�2 15:40:36 \ \\ / \ , � 716's � ,a rrA�HMFn�r ,rE., (SHEET 4� {COUNCIL D)ISTRI� 8) �� V � �1�. ��. (PHARR ST. TO E. q�TH ST.) scA�E� 1�� - a�ao� WA TER MAIN iMPRO VEMEIV TS w rR 2os 4-.�ss WATER & SEWER REPLACEMENT CONTRACT 2Q01 STM—B MAPSCO 635, T&X A ANA Colvsv�T�rs WTR PROJ. NO. PW53-�60530176430 �"���' A I701 RNER Al1N /SU�TE 610 iFORT WORTH,IX 76107 5WR PRO�. ND. PS58 -07058017584 0 PLWlV£RS SVkVFib,¢C I���335-99W�FNI��BIlj335-4955 p0E ND._ 3702 ...5o2u45�lwMrecl�E%MIBFiS.dgn J�I.01.2002 15:q023 �� f / �I'71I �S* � m� n R 4! I In IS IS 17 + 15 16 � 59 2B �� ��? �5� I6 � 13 I ��� 11 tT 13 fI� I 1H H iP 1F 13 15 16 t7 �p � � I IS � � 9 � x � � F �z 1_ I H���Y51{IpE� 9' h�� I 20'•ozo�ooioi � � 20" 1 ��.�g���_�_� n e � $ � ^ - I� 1 I � j' � Zn'• . ' '° �° I e 3 ia fI •0I6�6p17 •Ui0-�0 p2 " !2 � 6 I 2:I <61 � 24 ��� �' o 'm4 _ � B., , _ � 59' � 6 5 q 3 2 1 10 9 B 7 6 5 al 3� 1 ' S 4 3 Z � n�20.. t} A B C o '0'� � � � 39 I B �� �'" BIVp "'� 5 S �_ � � � ZS 29 ' i1 , 3 20 � 3� L1" ^� L 6 _ � 21 I� �=s n z, z�y �_ u Pr z8 �� � 9 IB 7� 6 sz'i i `�+ an•� � #����ozo�oo�a3 �.�Ai ,az , B .� 19 � �!� 13 1 25 ��1� � IS �1 I 26 � 10 �U 77 -1-- '�— 2 III 1 2 � �] 5~� . �'ARV � f A2R I tB�sq �ti 7 19 1�.5' --Fu' 19 - S4 � 11 I6 I y I �' I I � � iCl � I6 25 12 � �.� I 1 I 1 I '� 8 �7 � ,s � zs �, ie za s� xz aa 5 �'�_�3� `= � r s �A� � � /J acx � 15 � 18 }9 20 22 F A 2' $T. �d � B 5 I� I6 � g � � IIl A m iz �s 'a ir Vt WL ET " zi _ �e . �. i 4.. �� s I �s w � ( � i I: �_ - 6�� 1 ia �F 73' F i 6 I i � I{ I l � 1 1 B i2 I I � 6" I { I 1 � •' � 24�25416�274"<61Z9` �D 11 34 � g 9 ttl » �24 13 l4 �5 76 17 1$ 9 � � � 4 31 l2 33 � 2 3 d 5 6 � � � Y � � I � � . ' � � � � � . � ' � � .v 11I Ill .� �� �� . Il�� ,�� ������ IA4 � � l kR �I \ � I � . !�# ae _26, J � ,I ',_ 'I.�"` '1 �l �� �� � _� � Te�s +W ao I ea � �, y� � A EE �� A r^ iR 3A 2� 7 f 4C U � I t9 A 89 e B DD � 17.� 5' A4 TH 2A �R 3L 3 pl �'�-5, I �B U f d � �d F� I� 7.5�__ CC L q_� — 20 56 �-' �--� � ._J' � T ' p. � U J 4A I 4 77 fy.._�5�� a 6� p�� � p BB z � 2." + TP. 3 .-, 5 d A � P _ ��'� v� ,V- , p,1 U 4 p 3C � 2R � in 66 i W�. `Y E %� Z �' F Q r �� 6 � � g 60' � f � T� 7.9• �—� 3 ~� �R 7 3 2 2A 26 3 � 65 F F Y I G M.. � 39 JA = 23 51.. G .a �+ �-i� �u 0. �. _ G 1� O Ti12AI V 5ti p_• z� t� AV"� H�� r7 J xP a j � qH �—D 5 �n WII DOA ERE �'� �—p � �� ST. -T 25 � ��� � a � +�n q � � 6' =� I 6" { 26 5 0 6Y J in J � i W 2 J � I 50' A ' S �*�! I O - I N I �% 1 7� P1• � 61 6 � N UT � 1 lwi 3i � " ' 6 N R r I P,�1�+" /���} k -�-. � •- A /�jpq,,/y/ ] 28 � � L � LM I� 5 ! �� 3R2 ¢ ♦'."�/ A ' L � V I 2.5'R ��11 [i K I 1 29 (�j� '� 73 ! �'f� � � W� %� � } �� i(�7'�I. � w �N � T � --I J ��L I VI� - I i` 30 � � 4EE 'S P� 0 P U � � "'6 7 X I � cW■9 � A� . 2 .I i2 13 ,f� S¢ Z ` G� 3 ' C7� V� J � J 2 h , 17. ' 3 15 14 24 26 �2 � �� O] fI � � 7 RQ EQ E�^ . �' _ p49 �� y S f1.3A136 3C� 3pl — A 8�I � E F L H •ois-oaiis I i 'n � � i I , 12" f� � t I 12" p,�� � lo � , 1 �„ �' 12" t f2" � 'r � � . 4 � s� IRAI . 17�5' 7 � 2 3 � 5 6 A B 781B i z <O ' 9x1 3A 9C SL � r X � � �� I 6A 7� 3RA2 Z_ 3 + 5 6 y � ���rs�, %i� Bpi 3B 4 SA 56 66 J p +L !I NI '�'''j 3. j �/�Ti 1 MIL ER ,�� p7.1 � Im�� -- s I I � ��— /`� �l �frt�L_{ir��/"T' I�ls /TIV/�i � ! F�I7C �T �J (COUNC�L, DIuTRIC'I' S) ��L��� ��� . (ROSEDAL$ — HAWLET) SCALE- 1�� • 4pp' WA TEfi'i' MA/N �/MPf�Q VEMENTS W iR 207'2-384 WATER & SEWER REPLA.CEMENT CONTRAGT 2002 STM—B W r� 2072-388 MAPSCD 78M A i��IA CONSULTANTS � �WTR PROJ. ND. PW53-06�53D976430 �Q��s A ' 1761 RNER Rl1N JSUIiE FI0 +F00.T WpR17i,,� ,s,o, S WR PROJ. N0. P558 — D T 058017584 0 P�� SLR��EF'oRs {Bq}335-99UNFA7f;�8�7j935--9955 DOE ND. 370� ...102oq3rnco�IraullE%HI9lT5.dgn Ju1.0�,2pp2 76:uq:a4 J6 a3 � �: lU.�! �1 I � . '` kS ,� 'f \ a, 3��z�� �o z, �/ /E 9 �;� zs 5a• �� ra so i ° }�" / U���' . 4� .�z � " � ,o ,e za I , s �V i � � � � 5�! tiR ��15 1 7' 2:' 't" ¢,.,- 53 1-_ F � v�. � z I11 16 2S 4I� �p 9� �/ ' a � ,: ,s :� ;� 5 . . �1b s ' �4 `� ES �sEAso ./� �� D y r� � ti - � � 1- 11" --�-- TP.-n 5 � , - � 5$ J . :e� ' - _ � Sa zS � � , IS.e 5' I il5 � � A6 �4 �� =o l�� � � ,! �B 78 a � I ` /J �� S' , "E 27 A A�JR _/ � 1j 53 ,� .`� I �_:1&��� � � � /� �( _ 5 1B ' ! � '' S 14 1'�„_,5• 5n -�: ' ' � % � `- % � 52 ' ��� �'�, 1A 7A 5 4 5'if b L�I'EF � I 1 It ' : � F � io �l.R�i � eo �3 � �y� illE� DR. � 2 � .�; � is � 9 sia l b, 9 � �' . ` fi„ - 6,. i 5� � 1 61p '2 I : �q /��q 14 6 �B SIB r fi2 A �` 1@ (— ��A! i� II ` 16 � �.� 50A � 6. g ,� w� iEl� A� i�i � , �a . „ � i6 � " 5°e � . w 1 � ' � --tC 6� y A � 1 � �5 �� 5 6 �s In �0 1, � 1' g ` \ 69 6 #9 I &A 6�9 1 � BRO�KSlL�E �, �`. \'t ovio " � �- ss R �� �, 6R. � ,� � — • �„ _�. h�� \ � � — s5 � •, + A6 �g F NNlX - � �� '�� ., � vif n5 / u�� B D 16 A1 �B � BP la 1S 12 N i0 9 �5 �A ` \� � _ A. � �66 A ,r�i C2 C U , — � � \ ` �\ �' 1 - -- � 13 � IA l5 �1 21 A Jj' 1B 2 1\ I � S a S � 1 �2 3-_ I! 2. N � 3A 3B ar ae 5 6 p 8 8 � � 1`' 2iB�j � a 2D 0 ' +�6 C�rlft 5TIIV£ ��� dR. i m�� � CHI?IST�f�I� DR. 1 ► 1e 5 20 E F•' � v� i 5^ 3xs� �I �� _ 1 ! 6 19 I IB C 17 g�p 15� — � J 7 19 is 9 6" t4 O 72 u 10 _ � � 17 . _ 2f 2� 19 iB 17 72" g h� � 18 A � � � u � — 6., 1 ' 11 ` 6 � H �,� � ' `'` ` J r I� 2 I 3 y� I �A 49 5 . I " s 9 Na 1 2 3 � 5 5� ` � � 13 A I � I V 7: "Conc BARB 1RA '_ N � w:P �- DR. —" � � I I �li'\ � 17 I lfi I i I K�. I f � � 1 I I� 3A I30' � r � I20� JB� • � 4�� ���.. I 7� Ra a( � h �Y � tit�`tr1[ti! `i,� E� \ Y \ .y��` � `, ,� rrAcHMENr ���.� (SHEET 61 (CGUNCiL DISTRiCT 7) � r✓ �AJ' ��. (ISBELL RD. - E. DEAD END) SCA�E� r� -�.pp� !yA TE�' MAIN /MPRO VEMEN TS W TR 2030 -� 00 WATER & SEWER REPLA.CEMENT CON'T'R.ACT 2001 STM-B �TR 2036-400 MAPSCO 61Q A ANA CoNsuLTaNrs W TR PROJ. ND. PW53-060530176430 �°"�'� � 170� RNfA RUN /SI117E 610 �f6kT WORYH,IX 76W7 SWR PROJ. N0. P558-�7055017584D .�.w�.s ��,p� (917jJ3S-q9a6�FAlf:�8i7�395-.9455 DOE NO. 3i02 ...5020a30400n[rdcllE%HIBlTS.dgn Ju101.2002 75:4U:54 6" ���� ,; :: f � . 9 � 2 11 � �1 {6 28 ,q� fP ep ' �4 . i2 C-A is :s �� 8 %�. Ii � �e _ � J� j-0ES hIEP.s� 1 : �L�P. � �' - 3u•"1'i� { t-✓774 d�i�iE . 55 � '9 : .. 'vl ' �'o�� . �a W ' '�',•.'' • 0 5E _ . - za au � �� .� .'� p g 19 18 �, i6 —Y �� sr 5•g5E _6 T ' � r`�,�1�.` ^i a 53 58 � ' � L�'2� I6 �}—t I 5 �;� "'q ` 5P �• I �54 —0� .:% / 1� � �"��:� \ 52 fio,�,Q� '� .� iA ZA 3 a 5 e '� �� � II�IE� ' 5ta 6t6 � 3V•.B ✓' �, i aR. ,z r � zz � t -� �tw 4,. � sta 6k� V ^1 � 6•56E � b2 A - �I �a S�A � 67 B � � t 4-� 'I �06 z . 4,� 1 q- ��. a ' ea :o g a -- 44 �"' 7�86 5•67 '�%]p 'i 6 9 � ,/. /I� ; i.'' ';. ZEIFF 7��15 • ��I ���f61 / // ;.. /�E/ �' ^'t Jc�:n � � � , t��'�j� $ Q _ . . c. �5 �5�.' `'\ � 6 6, � � ag �6�7F BR��fC51DE 6I � - -� 1 �. ovio � p `� sa e �5.y' 12�� �' (4 � A�1-%%� � _tti•n / � 1 6E � ' . , . � ��',f7E � '\ 65 V 6B 'f � -�` h] : � n �j <.NNEX � � 66 B C1 C D ' 16 A1 �B � BR �9 13 I2 11 Ia 9 '� 15 tq `' m 6� � r�2 �� ��, 5•OOE � 6�� �`.74 j� �I�'_�—, � �JI '�, z� a 8 in ie � � � I z� 3 2> 6 '" \ 8. Z ;A 3B JF 4B 5 G A B 8 � 2 3 f I f \C � f a 20 o f .��� __ C IF15TlIE � �R. f 5 20 E I� 1B _5•�U B" '�1O./ '_ w�� , b ,9 I I ' is �c � H1 M- �� �"__� b•oz ~ �6 16 � 7 19 � I 17 B A, 15 14 1j 17 11 1D ',±i � � ' IB B J 8 l? ._�j0_ 27 20 79 18 i 17 � g �' ���6 � te n p�g3E � � � �"� � ��� �� "11 H % �� 1 2 3 bp ag 5 6 7 B 9 p � � � 5 6R � i3 A f] B �1 RD, j i i.50 he `2i .' "� 11 60 ?R 20•71E ,� * _ �,� - � ,� � \ � "-Ari.�n �, �.�u � ',1 <.'7 Lf1�fli t2" RI EP � KS t� I!J 76�5 �� � N � . }3 14 15 ]6 18 F7 16 A 19 2jA AO 1u I 13�77E � �4 f4 t= �� '�o z2 t� eo t4 ia�ll n . 23B \ '` t l\ ��' b � ! \ � 5 � 1 � � 36., 1k $' J�, � 1 !Z . . 9`� �z• s 7 57 � �g� � 73�35 �' ,;R•11 � 5•70 � ! !' �{..�i f/i�C�F ii ! i/�I!' . rsH��r T� (COUNCIL DZSTRICT 7) ���� ��a (ISBELL RD. — E. DEAD END) scA�E: r� � a�oo� SEIyE'R MA�'N /MPRO VEME'N TS WATER & SEWER REpLACEMENT CONTRACT 2QOI STM B SWR 2030-400 5WR 2036-40Q � � MAPSCO 610 A�� �ONSULTANTS W TR PRO,I, N0. PW53-060530176430 EN6�N�'FRS A E701 RNER RUN r5U1iE 6fQ /Fp�T WOR7H, 7K 741q7 � sv�,�,� IB���-7AOdFA%:[BI7J335-9455 5WR PROJ. ND. PS58-070580T75840 ...kR0490ymnlrecOE%l�IBIiS.dgn J�d.07.20D2 F5:91:72 DO� �O• �" �� ���� �YI `'�. � 6 � ����1� 1�i.4�1�/��\ �5" � � 5.75- � � `� � � 5•80 '� � �'a�y of '.�"o�t �0��9 T'�r�� �.y�� ��� ������� �������c����n DATE REF�R�NCE NUMBER LOG NAME F'AG� 81810� ��o� ��Q �� , 30STM-B I 1 af 2 suB.��cT �N�INEERING AGR��M�Ni W[TH A.N.R. C�NSULYANTS, L.L.C. FOR WATER AND SRNITARY SEW�R R�PLACEMLNT CONYRACT ZOf�2 SiM-� RFCOMM�NDATION: It is recommended t�at the Gity Cauncil authori�e �he City Manager to �xecute an engineerir�g agreement with A.N.A. Cansult�nts, L.L.C. in t�e amount of $10�,2D� �or Wat�r and Sanitary 5ewer Replacement Contac# 2QQ2 S�M�B. �ISCUSSION: The proj�cY consists of the preparation of plans and specifcafions for water andlor sanitary sew�r main r�p�acem�nt as indicated an the foliowing streets: _ SYREET Amanda Avenue bampsl�ire Str�e# Pharr S#reet, Rosed�le Avenue Isbefl Road �ron Street {water/sewer) �water} (waterls�wer} (water) (waterlsewer) (water) FROM TO Qunbar Avertue Johnson St�eef f�irr� Oa� S#reet Miller Avenue Orrid �rive Pea� Street Vincennes 5treet Hays Str�et 4th Str�et F;awlet 5treet �ast dead end Ne�l A�er�ue AI! the streets are sch�duled for asphalf averlay afier water and sewer instailation !s comple#�. A.N.A. Cansultants, l�.L.C. proposes to per€omt the design woriE #ar a fump sum fee of $�p8,20D. 5taff considers this fee to be fair and reason�ble far the scope of services proposed. A.N.A. Cansultanis, L.L.C. is in comp�iance wifih the Ciiy's MNV�E �rdinance by committing to 21% M1WBE participation, The City's goal on this project is 2'! %. T�e praject is �ocated in CaUNCIL D�STRICTS 2, 5,7 and 8, Mapsca 61 Q, 62H, 63S, T, and X, 78M, and i9N and P. I� additian to tf�e c:ontracf amo�nt, $4,QOU (wate�: $3,D�0, sewsr: $1,ODD} is required fior praject rnanagement by the Engineering Department. �aty of �api �o�h, �'e�xas� �y��r ��� ��u���Q �����r����t;�� DATE R�FERENCE NUMBER L.OG NAME PACE 818102 ���°� 9� �s 30STM-B I 2 ofi 2 suB.�Ec`r �[��lN��RING AGRE�M�NT WlTH A.N.A. CONSU�%�NiS, L.L.C, F�R WP�T�� AND ; SANITARY SEWER REPLACEiVIENT C�NTRRC� 2002 STM-B �ISCA� INFO�MAiIONICERTIFIGATION: ihe Fina�ce �irectar cer�ifies that fur�ds are avai�abfe ir� the curr8nt capiial budgets, as appropria#ed, af the Water Capital Project Fund arid fhe Sewer Ca�ifal Project F�nd. M�:�c 5ii6miE#ed far Cify Manager's Ui�ce by: Mm� Ot� 612Z I Oi�iginaiingDepartmentHeadc � F[TND i ACCODNT � CENTER � AMOIINT {ta) Doug[as Rademaker 5157 (from) 3) PWS3 Additionaliniormati4n Coutact: 3),P55$ CIT3i SECRETARY 53120D 060530176430 j $$5,478.00 5312D0 07058D175$40 � $22,72240 APPRQVEll AS AMENDED 4N 08/08/02 1)n�glas Rademak�' 6157 C`iiy of `�'ort Wo�ih9 T'e�as �via�or ��d Cou�cil Com�u�i���io� �AT� REFERENCE NUMg�R l.OG NAME i�AGE sisioz **�d� 9� g� 3asTM-B _1- -- � of 2 SIJBJECT ENGINEERING AGREEMENT WfTH A.I�_A�. ��-S�l�,T,�,��TS, L_�_�;, F�R WATER AND SANITARY SEWER REPLACEMENT CQNTRACT 20D2 STM-B RECOMMENDATION: It is r�commended that the City Council authorize the C�fiy Manager ta execute an engineerirtg agreemen# with A.N.A. Consuftants, L.L.C. in the amount of $1Q8,200 for Water and 5artitary Sewer Replacement Car�tact 2002 STM-B. DISCUSSlON: The �roject cansists of the preparation of plans and specifications far wa#er andlor sanitary sewer main replacement as indicated on the following sfireets: STREET Amanda A�enue Hampshire Street Pharr 5tr��t Rosedale A�enue Isbel[ Road Iron Street (wateNsewer) (water) (waterl�ewer} (vuater) (waterlsewer) (water) FRQhII TO DunbarAvenue Johnsan Sireet Live Oak Street Miller Aver�ue Ovid Drive Peak S#reet Vi�cennes Street Hays 5treet 4th 5treet Hawlet Street East dead end Neal Avenue All the streets are scheduled for asphalt overlay after wat�r ar�d sewer instailation is comp[ete. A.N.A. Consultants, L.L..C. propases to perform the design work far a lump sum fee of $108,200. 5taff considers this fee to be fair and reasonable far the scope of services proposed. A.N.A. Consultants, L.L.C. is i� compliance with the Ci#y�'s MIVIIBE Ordinanc� by committing to 21°10 MIVIIBE participation. The City's goal on this praject is 2� °/a. � The praject is located ir�'COUNCIL D15TRICTS 2, 5,7 and 8, MapscQ 6'IQ, fi�H, 63S, T, and X, 78M, and 79N and P. lr� addition to ihe contract amaunt, $4,000 (water: $3,000, sewer: $1,000) is requi�ed for praject management by the Engineering Departm�nt. �'ity of For� Wor�h, T'e�cas ��yor �r�d Cou�cif C�mmu�i��-tio� DAT� REFERENC� NUMBER LOG NAME PAGE - $�$ro2 **�d� 9� �� 30STM-B 2 of 2 SUSJECT ENGINEERING AGREEME T WfTH A.N.A. CONSURTAN S, L.L.C. FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2002 STM-R FISCAL ZNF4RMATIONICERTIFiCATION: The Finance Dir�ctor certifies #hat funds are available in the c�arrent capital budgefis, as appropriated, of the Water Capital Project Fund and the Sewer Capital Project Fund. MO:k - Submitted for Cit�* Manager's Of�ice by: Marc Ott Originating Dep$rkment Hsad: Douglas Rademaker Additianal infnrmation Cuntact: DougIas Rademaker FU1VD (to) � G122 � G157 6l57 ACCOUNT I CEIHTER I AMOUNT , CITY 5ECRETARY (irom} APPR�VED AS AMEIVI�ED 3} PW53 537200 (}5D530176430 $85,478.00 ON 48/08/02 3) P558 531200 D7058Q175840 $22,722.00 � �