Loading...
HomeMy WebLinkAboutContract 27953e � ' ' i � � � ' i i ,; �, �.f rri�r Q� �v�� i�o�ri�, ��xA� STARl�ARD A�€����i�iVi �OR �fV�IN��R�iVC S�RVtC�S This AGREEIhIIENT is befvveen the City of For� Warifi {the "CiTY"), and A.N.A. Consultant, L.L.C., (tF�e "ENGIN���"), for a��OJLCi generally described as: Waier and 5anitary Sewer Replacem�nt Coniract 2QQ2 STIVI-J. Ariicle 1 CITY S�C�E�,ql�� , C(7N�RACi �� . - ���� . 5�ope �fi Servic�s A. I�e Scope of Senrices 9s set fo�h �n Rttachment A. Ar4icte II Ca�rep�n�a4aon A. �'h� ENGINEER's aompensation is set farth ir� Attachment B. Ar�icle fll %�m� t�f ��yment Payments to the �NG#N��� will be made as fa�lows: A. Invo�c� and Paym�rai (1) �he �ngineer shall provide the City suf�icien� dvcumen#ation fio reasonably su�star�tiate fihe invoic�s. (2} Monthly invoices will be �ssued by fihe �NGIN��R for all wark pertorm�d under this �1GREEMENT. invqices are due and �ayable within 30 days c�# receipt. (3) Upon completian of s�rvices enumerated in Art�c#e I, the final payment af any balance will be due within 30 days af receipt of th� final invoice. (4) fn the �vent af a disputed ar cvntested bil�ing, only thaf portion so contest�d Hitll be withheld from payment, and the undisputed portion will be �Oaid. i�e �� TY wilf exercise reasonableness in contesiing any b�ll or portion t�ereoi. No interest will accrue an �ny cont�sted por�ion of the biiling ur�fil mutuatly resalved. (5) If the CITY fiails #a make payment in full fia LIVCIN�ER for k�illings contes�ed in good faiifl within 60 days of th� amouni due, the ENf�IN��� may, ��ter giving s�ven (7) d�y�' writtert nogice fo CITY, suspertd services under i�is AGRE�MENi uniil paid in fi�lf, including interest. I� fihe event of suspen§ian of se�vices, the €NGIN�ER sl�ail have no liability #o CITY for delays or damages ��sed the Cf'fY becaUse of such sUsp�nsion of services. �- -1- ! '` ������lr°.':� �g� . i" 'y I'�„� ��i � �s'_ " � 1 '� i��. A�icl� lil O�li�a�ion� of 4�� �ng�n��r� Amendments to Ar�icle IV, if any, are incl�aded in Attachment C. A. �en���l 7he �NGINE�R will serve as the Cli'Y's prafessional engineering repres�ntatir►e under this Agreement, providing professiona� engin�ering consultation and advice and fumishing custornary services incidentai t�ereto. �. S4�nda�r� �� Care The siandard of care app�icabl€ to the ENGIN�ER's services will be the degre� of skill and diligence normafly emplayed in the State of Texas by professional engineers or consultants perFvrmir�g the same or �imiiar s�rvices at th� time such services are pertormed. �. �ub�u�rae� In�es��g�4ivns {1) ihe ENGIN�ER shall advi�e the C!1°Y with r�gar� to ih� n�ce�sity for subcantract wa�k such as special surveys, t�sts, test borings, ar ot�er s�absurtace inv�s�igafiions in conn€ction wit� d�sign and engineering wark to be pertarme� hereund�r. Y'he ENGIN�ER shall also advise the CITY conceming ihe r�s�lts of same. Such surveys, tests, and inv�sti�ations shalf be fiumished by the CIYY, uniess otherwise specified in Attachment A. (2) I� soils, fiourtdatinn, groundwater, and other subsurfiac� investigations, the actual characteristic� may vary significantly between successive test point� and sample intervafs snd a# locations other #han where observat�nns, exploratian, and �nvestigations have beer� mad�. B�cause of the inhere�� uncer�ainties in subsurt�ce �v�luations; changed or unanticipa#ed underground cor�ditions may occur that could affect the total PR(JJEGT cost and/or �x�cufton. Ti�ese conditions and cost/execu�ion effects ar� not the respan�ibility of the ENGiNEEFt. D. �repa�a�i�� �f �ngin����g ��awing� ihe ENGW�ER wiil provide to the Ciil( the original drawings of atl plans in ink an reproducible plastic fi�m sheet�, or as othervvise �pproved by Cl7Y, which shatl become the property af the CIiY. CIiY may use such drawings in any manner it d�sires; �ro�ided, �owe�er, thai the �NC;INEER shall not be liable for the use of such dr�wings for any projeci oth�r fhan the �ROJEC7 descr�bed �erein, _�_ �. �ngin���'� �er�onnel at Gons�ruction 5it� (1) The presence or duties of th� �NGlNE�R's persannel at a constr�aciian site, whet�er as an-siie represeniatives or otherwise, do no# make the EPVGIN�ER or its personnel in any way responsible far tho5e duties #fiat belong to the CI�Y and/or the CI'TY's construction ca�t��ctors or ather e�tities, ar�d do nof relieve th� construction cantractars or any other en#ity of their abligations, du�i�s, and responsibilities, inc[uding, bu� nat limited to, all ca�struc#ion methads, means, techniques, sequer�ces, and procedures necessary for coordinating and completing all po�tians of the constructio� wark in �ccardanc� with the Car�tract Docum�nts and any healt� or sa#ety precautions required by such construct�a� work. ihe �NG�N��R at�d its pe�sonnel have r�o authority to exercise any confirol over any canstruction contractar or other entity or thei� emplayees in canrtection with their worlc or any health or safety precautions. (2) �accep# to the extent o'f specific site visits expressly det�iled and set forth in Attachmen# A, the E�IGIN�ER ac its personr�el shall have no obligation vr responsibility to visii the construction site to become famil��r with the progress or quality af the completed work on the PROJECi or to determine, in ger�eral, if tFie wark on the P�QJ�CT is being pertarmed in a mann�r indica#ing that #he P�OJ�C�, when completed, will be in accordance with the Cort#ract �oc�ments, nor shall ar�yfhing ir� the CoRtract D�cuments ar �e agreement be�uveen CITY and ENGIf�EER �e cor�strued as req�irir�� €NGIN��� t� make exhausti�e or continuaus an-site ir�spections ta discover latent defec#s in the work or atherwis� check th� qualiiy or quant€ty of the work art the PRQJ�CT. If, for any reason, the �NGIN��� should make an on�site abservatior�(s}, o� the basis of such on�site obserrra�ions, if any, the �NGINE�R shall endea�or to �Ceep the CITY informed of any deviation from the Contra�t Documen4s �oming to the actual notice of ENGINE�� regarding the PROJ�Ci. (3) 1Nhen professional certification o� pertarmance or characteristics of mater�als, systems or equEpment is reasonably required to perfiorm the services set fo�th in #he Scape of Services, th� �NGIN�ER shall be enti#1ed ta r�eiy upon such certification t€� establish materials, systems or equipmen# and perfvrmance criteria to be required in the Cantract Documents. �. Opa�tions of ���Habie �osi�, �in�n�ial C+�n�ideea�Bons, �nd S�hetJul�s ('!) ihe �NGlNEER shall provide opinions of probabl� costs bas�d on the current a�ailable informa3ion at the time of pr�paration, in accnrdanc� with Attachment A. (2) In providing opinior�s af cast, financial analyses, economic �easibiliiy prajec#ions, and schedules for �he PRDJECi, the ENGIN�ER F�as no contraf over cos� ar price nf (abor and ma#erials; unknc�wn ar �atent conditions af existiRg ec�uipment or sirc�ctures tFiat may affeci aperation ar maintenance casts; competiti�� bidding procedures and market -3- cariditions; time or qua3ify of perfo�mance by third p�rties; quality, type, management, or direction af ap�ra�ng per�annel; and o#her ecor�omic and operational factors that may materially aff�ct the ultimate PFtOJE�T cost or schedule. There�ore, the �NGIN��R makes no warran�y that the CIiY's actual �ROJECi costs, finar�cial aspect�, economic feasibility, or schedules w{II not vary firam the �NGIN��R's apiRions, �nalyses, projections, or estimates. G. C�ns��ac�6�� �r�gres� �aym�r��s R�cammendat�ons by the ENGINE�R to the CITY for periodic construction progr�ss paym�nts to the construction canfractor will b� _based on the ENCENEER"s knawledge, informa#io�, and belief from selective sampling and obs�r►ration that the wo�lc t�as pragressed to the point indicated. S�ach recommendafiions do no� represenir th�at continuous or de#�iled examinatiar�s have been mad� by fh� ENGINE�R to �scertain that the con5truction cantractar has compl�ted th� work in exact acca�dance with the Contract Documents; that the �nal work will be acceptable in all respects; that the ENGW��R has made an �;xamination to ascertain how ar �ar what purpos� the construciion contractor has us�d the moneys paid; that title to any of the ve+or�c, materials, or eq�ipment has p�ssed to the CITY �r€e ar�d cle�r of li�n�, claims, s�curity inter�sts, or er�c�mbranc�s; or that �th�r� are not ather matt�r� at issue between the CITY �nd the construction car�tractor that affect #he amount ��at should be p�id. H. R�cor'd �]rae�ing� Revord c�rawings, if req�aired, will b� prepared, in part, on the ba�is of infarmation compil�d and fumished by othe�s, and may na� a�ways re�res�nt the exact forafion, type of various componen#s, or exact manner in which the PROJ�Ci w�� �inally canstructed, Tf�e �NGIN��R is no# responsible fa� any �rrors oP nmissians in th�: in��rmation €rom athees that is incarporated inta the recard drawings. I. �9iraor�ty and Il�oman ��a�ir��s� �nte�p�i�e {1�1'�V��) participaiion In accvrd wi#h City of Fart Worth Ordinance No. 1'E923, as amended �y Drdinanc� 13471, the City has go�is far the participatian o� minority business enterprises �nd woman business enterprises in City contracts. Eng9neer acknowledges ihe IUIMlBE goal established for this con'tract and i#s commitmeni to meet that goat. Any misrepresentation of facis (o#her �han a negligent misr�pres�ntation) andlor the commis§ion of fr�ud by the �ngin�er may resu�t in the ��rmination af this agreement �nd .debarmen# from participating in Cify contracts for a p�riod of time of not I�ss than three {3) yea��. J. Right �� A�di# {ij EIVGIN�ER agr��s that fihe CITY shal�, ur�til #he expiration of #hree (3) years aft�r �in�l payment under this contract, have �ccess io and the right to ex�mine ar�d photocapy any directly per�inent books, documents, pap�rs a�d records of the �NGIN��R invo4��ng transact�or�s retating to -4- fihis eantract. �NC[N�ER agrees that the CITY shall ha�e access during narmal working hours to all nece�sary I�NC�iNE��i fiacilifies and sF�a�l �e provided adequaie ar�d appropriate work space in order to co�c3uct audits in comp[iance with the provisions of #his seciio�. The ClTY s�all give ENGINEEFt reasonable ad�anc� Rotice af inter�ded audits. (2) �NGIN��R �urther agrees ta include in a�l its subconsultant agreements hereur�d�r a pravision to #�e effec# thai the subconsultant agrees that the CITY shall, until th� expiration of �ree (3) years after final payment under the su�cantract, ha�e access to and the �ight to examine and phatocapy any directly pertinent boo�s, documer�ts, p�pers and records oi such subconsulta�t, invalvir�g transactions to the subconiract, and further, that the �IiY shall have access during normal working hours to ali subconsultani . f�cilities, and shail be provided adequate and apprapriate wark s�ace, in order to conduc� audits in compliance wiii� the �ror�isions of this arf�cle toge#her wi� subsection (3)hereaf. C1iY shall give s�bcor�sultan# r�asanable advance �otice of intended audits. (3) ENC�IfV��R and subconsuitant agree to pf�oto copy such documents as may be requested by the CITY. The CITY agr�es to r�imburse �NC�tNE�R far tfi�e cost of copies at 4he rate published in the i�xas Adminfstrative Code in effect as of th� time copying is pertormed. 1�. Ei��IN���'s In��a�a�c� (1} Insurance coverage and limits: �NCIN��R shall pravide to the City c�rtifiicafe{s) of �nsu�ar�ce dacurnentir�g poticies o� the �o�lowing cov�rage at mir�imum limi#s which are to he ir� eifec4 priar to commencement of work on fiE�e �'�.Q.��Ci: Gamm�rcial G�nerai Liability $'I,OOa,Q40 each occurrence $1,000,000 aggregat� Automabile Liability $1,Q00,000 each accid�nt (or reasanably �quivalent limits af cvverage i� w�if�en or� a split limits basis}. Coverage s�rall be on any vehicle used in the cour�� ofi the PROJECi. Wor�er's Comper�safior� �overage A: �tatutory {imits Cov�r�g� �: $1QD,a0Q each accident $500,000 di�ease � policy limit $100,000 disease - each employee Professiar�al Liability $1,OQO,OQO each claimlannual aggregat� {2} C�rtifiicates of insurance evidencing that t�e ENG�NEER f�as obtainec# all _�_ required ins�ranc� shall be delivered #o tha CIT'Y priar ta �NGfN�ER proce�ding wi�h the PROJ�CT. (aj RpplicabEe paiicies sha[I b� endors�d to name the CETY an Addi�ional Ins�red iher�on, as its interes#s may appear. The term CfTY sh�ll Enclude its empfayees, afficers, afficials, agents, and vofurtteer� as respects t}�e contracted services. (b) Certi�icate(s) of insur�nc€ shall doc�men# tha# insurance coverages specifii�d according to iiems section K.(1) and FC.(2) of this agreement ar� pravided under applicable policies dacumented thereon. (c) ,4ny failure on par� oi #.�e CI�Y to �equest r�quired ir�surance dacum�r�tatian sha�l �a# constiiut� a wai��r of the ir�surance requirements. {c#) A minimum of thirty (30) days natic� of car�c�llation, nor�-re�ew�l nr material ch�nge in coverage shall be provided to t�te CITY. R� ten (10} days notice shall be acceptable in the evertt of nan- paym�nt of premium. Such �erms shall �e endorsed onto �NGIN��R`s insurance policies, Natice shall �e sen# to the r�specti�e ��p�rkmertt �ir€:c#or {by name), City o� Fori Worth, 1000 Throckmo�an, �a�t Worth, Texas 761 i32. (e} Ins�arers for all po]icies must be au#ttiari��d to do �usiness in the siat� of Texas or be at�erwise appro��d by th� CITY; and, such insurers shal� be acce�ta�le to th� GI'�Y in terms of their financial streng#h and solvency. (f} �eductibl� limi#s, or self insUred ret�n�ions, affecting insurance requi�ec! herein may be acceptable to tt�e GITY af its svle disc�tivn; and, in IEeu of fir�ditior�al ins�rance, any a[temative CQV@Fc��@ maintained through insurance pools or risk retention group� mu�t be afso approv�d. k�edicated �inancia[ reso�rces ar letters of credit may also b� acc�p#able to #h� City. (g) Applicable polici�s shall ea�h be er�darsed wiih a waiver af subroga4ion in fiavor of the GIiY as respects the �F�O.l�CT. (h) The Ciiy shall b� entitled, upan i�s request and without incurring expense, to re�i�w the ENGINF�R's irts�rance policies including endor�em�nts th�retn artd, �t the CITY's discretion, the �NGINEER may be required to provide proaf af i�surance premium payments. (I} �he Commercial General Liability insurance palicy shalf have no exc�usions by endorseme�ts urzl�ss such are approved by the CIYY. � (}) The Prof�ssional Liabili�y insurance poiicy, if written on � ciaims m�d� basis s�all be maintained by the �NGiNE�R for a minimum tvvo (2) y�ar period subsequent to the t�rm of t�e respec#iwe PR4JECT cantract with the CITY unless such coverage is pra�id�d t�e �NGIN�ER on an occurrence basis. {k) The CITY shall not be r�esponsible far the dir�ect paymer�t af any insura�tc� �remiums required by this agreement. It is understoot! th�t insurance cost i� �n allowable compon�nt of €NCIN��R's nver�ead. (1) All insurance required in s�ction K., �xcept for the Profiessional Liability insurance policy, shall be wri��n on an occurrence basis in order ta be approv�d �y the C��Y. (m) Subcon�Ul#�nts to the ENCINEER shail be required by �he �NG�N�ER .ta maintain the sam� or rea�onably equi�aler�t insuranc� coverage as required �or #he EN�INEER. When insurar�ce coverage is maintain�d by subconsultants, �NGfN��� s�all pravide CITY wi#h dacument�tion thereof on a cer�ifica#e of ir�surance. Notwi#hstanding anything to the contrary con#ained herein, in th� event a subcansultant's insur�nce coverage is cancetec� ar terminated, such cancell�tion or termination shall not cortstitute a breach by �NGIN��� o# the Agreement. �. Ind�pend�r�� Consulia�a� The �N�lN��R agrees ta per�orm all �eruic�s as an i�dependent cansUltant and not as a subcantrackor, agenfi, or �mployee o€ the CfTY. iV�. �i�cl��ure The ENCINEER ackr�vw�edges to the CITY fihat ii has m$de full disciosure in writing of ar�y exi�#ing conflicts o� interest or potential ccmflicts of ir��erest, including persona! �n�r�c�al in#eresi, direct or indir�ct, in prop�rty abutting the proposed PROJ�CT and business rel�tion�hips wi#h abut�ng praper�y cities. "�h� �NGIN���, �ur�her acknowledges th�fi it wili make disc�osure i� vrrri#ing of any canfli�fs o� in�erest which d�v�Iop sub�equenf to the sfgning of this contract and prior to t'ir�at payment under the cantract. N. �sl�est�s A� b����r9��� Su���nc�� (1) If asbestos or hazardaus substa�ces in ar�y form are enr.our�tered or staspect�d, the �NGiN�ER wif[ stap its own wark in the affected portians of the €�ROJ�Ci to permit t�sting and evaluation. (2} If asb�stos or other F�azardaus substances are suspect�d, th� ENGINE�F� wil�, if req�aested, aSsist th� CITY in obtaining the s�r►rices of a q�aiified subcon4r�ctor to manage the remediation act{vities of th� PROJECi. -7- O. ��r�mifiing A�i�o�i�ies � ��sign Chang�s If permitting authorities require des9gn changes so as to comply with published design criteria andlor curren# engineering practice siandards which the EN�INEER should have beer� aware of at the time this Agreement was executed, the ENGW�ER shall re�ise plans and specificatinns, as required, at its own cost and expense. Horrvever, if design changes are required due to the changes in the permitting authorities` published design cri4eria and/or practice standards criteria wh�c� are pubfished after the d�te of this Agreemen� which the ENGINEER could not have b�en reasonably �ware of, the �NGIN��R shal� notify ihe C�'TY of such changes and an adj�astment in c�mpensa�ion wilf b� made through an amendment to this AGRE�M�NT. A�i�le V Obiigaiions �f �he Cif� Amendments to Articie V, i� any, are includ�d in At#achment C. A. Ci�y��u�nish�ci �a�a The CITY will make available to the ENGWEER all technical data in the CITY's possessian Felatirtg to th� ENGINEER's services o� fhe PRp.1�CT. The ENGiN�EFt may reiy upan the acc�aracy, timeliness, and com}�IefiEn�ss of the infarmation provided by the CITY. E�. Access fo �acili�i�s and ��oper� The CITY wilE make its facilities accessible to th� �NGfNEE� as required fi�r the ENGIN�ER's perFormance o# ifis s��vices and will pro�ide lataor and safe#y equipmen# as required by th� �N�IN��R for such �ccess. The CITY wlll pertorm, at no cost to fhe EN�INEER, such fesis af equiPment, machinery, pipelines, and other companents of the CI�Y's facilities as may be required in connection with #he ENCINE�R`s services, The CIN will be respo�sible for alf acts o� the CI'�Y`s p�ersonn�l. C. Adv�r�isement.�, Permits, and Acce� llniess othe�uvise agreed to i� #he Scope of Services, the ClTY will obtain, arrang�, artd pay fvr all advertisements for bids; p�rmits and licenses required by Eocal, stats, or fiederaf auiharities; and land, easements, rights-af way, and access necessary for th� ENGINEER's seroices or �'ROJECi consfiruc�ian. D. iimely l��vi�w The CITY wili examine the ENGINE�Fi's studies, re�orts, sket�hes, drawings, specifica#ions, proposals, and o4h�r dacuments; obiain advice of an attomey, insurance counselor, accountant, aud�tor, bond and financial ad�isa�s, and at�er consultan�s as the GITY deems appropr�ate; and render in writing decisions � required by the CIT'Y in a timely manner in accor�ar�ce with the project sched�le in Attachment D. �. �rompt fVofiice The C�TY will give prompt writ�en na#ice ia the �NGIN�ER whenever CIiY abserves or becomes aware of any deveiopment tha# a�Fects the scape or #iming of #he �NGINE�R's services or of any defeci in the work af the ENGIN��� or constructio� cantract�rs. F. asbe�t�� o� �a�a�doe�s Subs$ances and Ind�mni�icati�n ('!} To the maximum �xtent permitted by larn�, the CITY will indemnify and reiease ENC�IN�ER and its afficers, employ�es, and subcontractors from arl claims, damages, losses, and casts, including, but not limited to, attorney's fees anc� litigatian expenses arising out of or relating to the preser�ce, discharg�, r�lease, or e�cape af ha�ardous substances, cont�minants, or asbestos an or from #he PROJECi. No#hing contained F�erein shall be canstrued to require the CITY ta levy, as�ess or coli�ct any tax to fund this indemnificatian. (2) The indemnification and release required above shalf not apply in the event t�e discharge, release or escape ofi haxardous subs�nces, cvnfiaminants, or asbestos is a re�ult of �NGIN�ER'S negligence or if such hazardous subs4ance, contaminant or asbestos is brought vr�to the �f�OJ�Ci by ENGIN�ER. G. �on�raac4�r� IndertonE�ica�io� and Claim� The CITY agrees io ir�clude in al! constructio� cantrac#s the provisions o# Article IV.�. regarding �he EN�iNEER's Personr�ef at Construction Site, and pro�isions pro�iding contractor indemr�i�cation of the GIYY and the �NGINEER far contra�tor's negligenc�. b. G�rt4r�acfiar Giaims and Third�Party �ene�icia�ies {1) The CIiY agree� ta include the following clause in all contracts with constructian contractors and equipment or materials suppliers: "Contractors, subcorttractors and equipm�nt and materials suppliers an the PRQJ�CT, or their sureties, sF�all mafntain r�a direct acti�n agair�st the �NGINE�R, its of�cers, employees, ar�d subcantractors, for any claim arising out of, ir� connection with, ar iree�ulting fram th� �ngineer�ng servic�s per�arm�d. Dr�ly the CITY will be the beneficiary of any un�eriaking by the �NG�N��R." {2) T'his A�FtEEMENT gives no rights or benefits to anyane otF�e� ti�ar� the CIiY a�td the �NGINEER and there are no thirdapar�y heneficiaries. (3} The CITY will includ� in e�c� agreemeni i� en#ers into with any ather entity or person regarding the PRQ.�ECi a provision that such entity or � person shall h�ve no third-par#y benefc�ary rights under this Agreement. (4) Nofhing contained in thi� sectian V.H. shall be construed as a wai�er of any right #he CITY has to b�ing a c�aim agair�st ENGINEER. I. CI'�'Y's Insu�anc� (1) The CITY may ma9ntain prop�rty insurance on cer�ain pre-existing structur�s associated with the PRD.iI�GT. (2) The CI7Y will ensure that Bu�lders RiskiEnstalEation insurance is mairitair�ed a# the replacement cost val�e af the PROJ���'. Yhe CI fY may provid� �NG1N��R a copy of the pol�c�r ar dflcum�n#atian of such an a certi€icate ofi insur�r�ce. (3) i�he CITY wil� specifiy �hat the Builders Ris�/lnstallatian insearance shall be r.ompre�ensi�e in cover�ge appropriate fio the PROJ�CT risics. J. �itiga�iion As�i�ia�nce The 5cope ofi Se�vices does no� 'rnclude costs o� the �NGINEER for required or requested assistance to support, prepar�, document, bring, defend, or assist in li#iga#ion undertaken or defended by the GI�Y. In ti�e event CITY r�quests such services ofi the �NGiN��R, this AGRE�M�IV�' shall �e amended or a separafie agreemen4 will be ne�otiateri betw�en t�i� parties, F�, Chang�� The CITY may make ar approve changes within the ger�eral Scnpe of Services in this AGR��M�N�. If such changes affeck the ENG[NEER's cost of ar time required for perFormanee nf the services, an equitable adjusfi�ment wrill be made throug� aR amendment fa this AGREEMI�NT wi#h appropriate �ITY approval. Arti�le VI C�ene��l �,�gaf P�odis��n� Amenrlmen#s to Article V�, if any, ar� included in Attachment C. !�. /4�4ho�i�afiori 4� �rr�c��d ENGIN��R shall be authorized to proceed wif� thi� AGREE�IIENi upon r�ceipt of a writt�n Nofic� to proce�d from th� CITY. �. R�u�� of �rojecfi Documen#� All designs, drawi�gs, speci�ications, c3ocuments, and oth�r work p�aducts of fhe �NG�N�ER, whether in har� copy or in el�ctronic fvrm, ar� instr�uments of service far this P�OJ�C�, wheiher the ��DJ�C�' is completed or not. Reuse, change, or alieration hy the C17Y or by a#hers acting through or on behal# af the -10- •C�TY of ��y suc� instruments of servtce witt�out the writ4en permissian of fhe �N�INE�R wilE be a# the CITY's so�e risk. 'fhe final ci�signs, drawings, specifications and documenis shall b� owned by the CI7Y. C. �a�ce �Raje��e The �NGIN�k R is no# responsible for damages or delay in per�ormar�ce caus�� by ac#s of God, strikes, IocF�outs, accidents, or ather e�ents beyand th� control af the ENGIN��R. p, �'e�mina�ion (1) ihi� AGR��M�Ni may be terminated only by fihe City fo�r convenience on 30 days' wr�tten natice. This RGR�EMENi may be #ermina�ed by either the CI i Y ar th� ENGIN��R for cause if either party fails substantially �o pertorm thraugh no fault of the oiher ar�d daes not commenc� correction af such nortperformance with fir�e {�} days of wr�tten notice a.nd dilig�n�ly campiete the correction thereafter. (�} If #his �GREEMENT is ierminated fnr the carivenienc� of the Ci�y, the I�NGIN��R will be paid for termination �xpens�s as fallows: aj Cos� of reproductior[ c�f par�ial or compt�te studies, plans, specificatior�s ar ather forms of �f�GINE�R'S work produci; b) �ut-of-pocket expenses fvr pUrchasing storage cantainers, micra�lm, el�ctronic data files, and ather data s#orage suppiies or SBIVIC@S; c) The time requirements far the �NGINEER'S personnel to document the wark und�rway at the time the CIiY`S termination far conver�ience so that the wor� effo�k is suit�bf� for lang time storage. (3) Prior to proceeding with iermination serv�c�s, �4f�e �NGINEE� w€II submit to the CITY an itemi�ed st�femen# af all te�mination expenses. The GITY'S approval will be obtained in writing prior tv �roceeding with termir�atibn seNiCes. �. Suspension, ��I�y, o� Ini�rrupiion i� llV�rfc The GI`�'Y may suspend, d�lay, or in�errupt the ser►►ices vf the �NGIN��R for the convenienc� of f�e GIT1�. In the e�ent o� s�ch suspension, delay, or intem�pfion, an equitable a�djustment in the PRE�.#��T`s s�hedule, cammitment �r�d cast of tt�e �N�INEER's perso�nel and sz�bcor�tractors, and �NCIN�I�R's com�ens�tion will b� made. -11� �, lndemni��ation (1) Yhe ENGIN��R agrees to �ndemnifiy and dc�f�n� �e �I'TY �rom any tass, cost, or expense claimed �y thfrd parties far property damage and bodily ir�jury, including deatf�, caused solely by the neg�igence or wil[ful mi�conduct of the �NCiNI���, its employees, officers, and subcontracfors in corrnec#ion wi#h the �ROJECi. {2) I� ihe negligence ar willful misconduct of �oth ihe EN�INE�R and the CIiY {o� a p�rson identified �bove for wt�om ��ct� is liable} is a cause of such dam�ge or injury, the loss, cost, or expense shall be shareci be�rwween th� �N�INE�R �nd the CITY in propar�ian fio their retative degr��s o� n�g�iger�ce or wiliful miscanduct as determ�n�d pursuant to �.C.�. & R. Code, section 33.D'11(4) (Vemon Supplem�nt 1996). G. ��ignrnent Neither party will assign �II or any part of this AGR��MENT withaut the prior writien consent of t�� v�ther party. H. Ir�f�rpr�fa�ion Limifiations on liabifity and i�rlem�ities in thi� AGR�€MEN� are business un��rsi�ndings betuveen the p�rties and shall ap{�ly to all the di�fere€�# theories of recovery, ir�duding breach vf ca�tract or warrartty, to�i includir�g negligence, sirict or statutary liabiiiiy, or any other cause of action, except fior willfu! misconduct ar gross negligence for limitat`ror�s o'� iiability. and sofe ne�ligenc� for ir�demnificatior�. P�rfi�s m�ans th� CITY and the ENCIN�ER, artd tl�eir o�fic�rs, employees, �gents, ar�d subcQntractors. �. .�UC15[)1��1��1 ihe !aw o� the 5ta#e o€ iexas sha€I govern the validity of this A�R��M�Ni, its interpretatian and perform�nc�, and �ny other cl�ims �I��ed to it. �he ven�e far any }itigation re�ated to this AG���M�N� sh�l� be iarrant Caunty, i�xas. J. �iterna�e Di��ute R��olu�ion (1) �II claims, dispu#es, and other matters in question between the CI�'Y snd ENGIN�ER arising out of, or in connection with #his Agreement or the F'��J�CT, ar any bre�ch of any oblig�tion or duty o# CETY ar �NGIN��R hereunder, will be submitted to medi�t�on. If ine�iatian is unsuccessful, the claim, dispute or other matter in question shalf be 5ubmitted to arbitration if bath parties acting reaso�a�ly agree th�t ih� amount af th� disput� is likely to be less than $�0,000, exclusive o� at#omey's f�es, costs and expenses. Arb�tration s�all be in accardance with the Construction Industry Arbitration Rufes ofi #he ,4merican Arbitratian Association or athe� applicable rules of the A�sociafi�n ther� in effeci. Any award rendered by the arbitrators less than $5Q,00�, exclusi�e of attorney's fees, costs and expenses, will be final, judgment -12P may be eniered t��rean in any co�rt having jurisdiction, and wili not be subject to �ppea! or modificatian except to th�e extent permitted �y Sections 'i0 and 11 of the ��d�ral Arbitration A�t (9 U.S.C. Section� 1� and 1 �). (2) Any a►�rard grester th�n ��0,000, excl�sive of attam�y's fi�es, costs and expenses, may be litigated py eiiher party on a d� nova basis. The �ward shall become fiin�l nine#y (90) days �r�m the d�te same is issu�d. If Ii#igatio� is filed �ay either par�y w'rthin said ninety (90) day period, tk�e award shall be�ome r�ull �nd void and s�all no� be used by either party for ar�y purpos� in ##�� litigation. F�, �e�rerabi�ety and �urrrival [f any of the provisions contained in #his AG���M�Ni �re held for any reason to be invalid, illegal, or ur�enforce�ble in any respeci, suci� irtvalidity, illegality, or unenforceabili�y will not affect any otFter provision, and #his AGR��M�NT shail be canstrued as if such in�alid, illegaf, or unenfiorce�ble provision had never been c�niain�d he�eirt. Ar�icles V.�., V[.�., V�,D., VI.FI., VI.I., and VI.J. shall survive termina#ion of this AG���MENi far any cause. �. 0����s� a�d ��enp0y �N�{NE�� shall at all times observe a�d camply v+itth all federal and Sta#e iaws and r�gu�atians and with all City ordir�aRces and regulatians which ir� at�y way a#fect this AGR��f�II�Ni and the work hereu�der, and shalf observe and comply wiith all ord�rs, laws ordir�anc�s and regulations which may exist or may b� enacted ��ter by goveming �adies having �urisdiction or autl�arity for such enactm�r��. No plea of misunderstanding or ignorance ther�a� shall be considered. ENGIN��R agrees to d�fend, indemnify and hold l�armless CITY and alt o� its aificers, agents and employees fram and against all claims or liability arisir�g ou# af the violation of any such order, Iaw, ordinance, ar regulation, w�tet�ner it be by itseif or its employees. �13e i4rticle VII At�kachm�r�f�, �ch�tlul�s, �nd Sign��u�� This AGR��191EENT, including its attachments and schedulss, constitutes the entire AGF��EM�NT, supersedes all prior written or oral understandings, and may oniy be changed by a written am�ndment exec�ted by both p�r�ies. The following a�tachments and schedules are hereby made a part of this AGR�EMENY; A#tachme�t A- Scope nf S�rvices A#tacf�ment B - Compensa#ion Aitachmenfi C� Rmendments ta Standarci Agr��ment far �ngineering Servic�s Attachmen4 � - �ro�ect 5chedule Attac�ment � — L.o�ati�n Maps ATiEST: , . /■/�-�'wI, y{+ � ��-�l.f/y1�Y/-�� P 7Yl� C�laria Pe� on � City Secr tar.� ._,,. �,���(1..._ ;�.�,.�raat �►�3�horizati�n �� �a �r�� Cn :;�_ -�— L��ce APP�tOVED AS TO FORM AN�] L.�GAk�17Y CITY OF FORi WQF�TH � By. Marc A. O#t � ssistant City Manager APPROVALRECOMMENDED A. 9ouglas �ademaker, P.E. bir�ctor, �ngineerirtg Department A.N_A_ .ONSL TANTS�I I C EiVGINE�R � ,r c.._�- � _ —� As�istant City �ttomey gy: � . r�% .�' �� f'� Assaad N. Assaad, P.�. President �� —��— �- -=�`uC�nE �L��� . . � �i�'' C"� ~��+�� � � Y �� . - �� _ �� Aii�CH�IPEI�T' ��A" -�i -�'�-� � .. . -, +, �., -Ysr►1t?� "Scope of Services s�f forfh herein can only be modl�ed by additions, elariircations, and/or a!eletions set farth in the supplemental Scope o� Servr"ces. !n cases of conflict befween the Supplementa! Scape of 5�rvic�s and ihe Ger�eral Scope of Services, the Supplem�nia! Scope of Services shall have pr�cedence over the Genera! Scope o� Services." ����� 1) Pr�limin�ry �anferer�c� v�i4h Cify The Engineer sha�l attend preliminary conferenees with autharized representatirres of the Cit� regarding the scope of project so ihat the plans and specifications which are ta be developed hereunder by the Engineer will res�alt in providing facil�ties whic� are economical in design and con��rm io the Cify's requiremer�ts and budge#ary cons�rair�ts. 2) ��ordinaiion with �utside �g�n�i��l�ubl�e �r�gi�i�� Th� �ngineer sh�l! coordinate wit� o�Ficials ofi other outside agenci�s as may be n�cessary �or the design nf ihe proposed streei, and storm drain andlar water and wastewater facilities/impro�►ements. It shall be the Eng�neer's duty hereunder ta secure necessary inforrnation from such o�a#side agencies, to meet their requirements. 3) Ca�eote�hni��lln���i�aii��� The Engineer shaIl advise the City o� iest boring�, and ather su�s�r�ace investigafions that may be needed. In the event it is def�rmined necess�ry to make barings or excava#e test holes of pits, the �ngin�er shall in coardination with �he Ci�y and tF�e Ciiy's geotech�ical engine�ring cans�l#ant, draw �p specifications far such testing program. The cost of the bo�ngs or excavations shalt �e paid for by the Ci#y. 4) ' �gre�men#� and P�rmit� The �ngineer shall complete alt fo�rns/applic�tions ta allnw tf�e Ci�y of F'ort Worth to obt�in any and all agreements aridloe permits narma[ly requir�d for a project of this size ar�d type. The Engir�eer will be responsible for r�egatia#ing and coordinating ta obtain appro�al af th� agency issuing tha agr�em�nt and/vr permits ar�d v+ri[I make any re�isions r�ecess�ary to br�ng the plans into campliance with #he requirements o� said agency, inc�udi�g but not limit�d fio highways, railroads, water a�#iiorities, COF�JS Qf ��gineers anc� other utitities. 5} �esign Ch�nges ��i��irpg 4� �ePmi�ing �►u�h�r�i�ie� If permitting authoriiies require design c�ang�s, the Engineer s�all rev�ise the plans and speci�icatior�s as requir�d at the Engineers own cost and expense, unless such changes are required du� to changes in the design of tl�e facaiitie.s made by the -1- permit�ir�g authori4y. Ifi such chan�es are required, the �ngineer shall �otify the City �d an amendment to the contract shali be made i# the �ngineer incurs additional cost. [f there are unavoidable delays, a mutually agreeable and reasonai�le time �xt�r�sion shal! be negoiia#ed. 6} Ptan Subm�f�al Copies of the vriginal plans shall be provided on r�producible mylar or approv�d pias#ic film sheets, or as otherwise appro�red by the Departmen# o� �ngin�ering and shall becom� the pro��rty afi the Ci#y. City may use such drawings in any manner it desirss; pravided, however that �E1�t� �ngineer shall not be liable for fhe use ofi such �rawir�gs fo� any project ather than the prnject described herein; and furtkter pro�ide�, that the Engin�er shall not be lia�te for #he cnnsequenc�s of any changes that are made to the dra�ings or changes that are made in the implem�ntatian af the drawings wifhout the written approval of ihe �ngineer. �HA�� � 7) f�igh�-�� �ay, �a��rr�en� a�d ��nd A�q�i�iti�n Neetl� Th� �ngineer shall determEne the rights-of-way, easement needs for the construc#ian of the project. �ngin�er shall det�rmine awnership ofi such I�nd and furnish the Ciiy with the n�cessary right of way sketches, prepare necessary easement descriptions foe �cquirir�g the righ�s-of-way and/ar easements for the canstr�ction of this proje�#. Sketches and easemer�t ofescriptions are t� be present�d in farm suitable for direct use by the �epar�ment a� �ngineering in obfiaimng r�g�ts-ofi way, eas�ments, permi�s and licensing agreem�nts. All materials shall be fumishgd on the appropri��e City �orms in a mir�imum af fpur (4) copies each. B} ���i�� 5rarv�y T�e �ngineer shal� pro�ide r�ecessary �ield survey for use ir� ti�e preparation o� Plans �nd Specificafions. ihe �ngineer si�all fumish the Ciiy eertified cvpies of the field data. 9) Ut�lify ���rdin�fit�� T�e Engineer shail coordinat� with all ufiitities, includi�g utili#ies awned by ihe Ciiy, as to any proposed utiliiy liens or ad�ustment #o existing utility lines within fh� proj�ct iimits. T�e infornnation obtained shall b� shown on the conceptual pl�ns. Yhe ERginesr shall show on the pr�liminary an� finaf plans the [ocation of ihe pro�ased util9ty lines, existing utility lines, based a� t�e i��ormaiian prorride� by #he utiiity, and �ny adjustments andfor rslacatian of the existing lir�es within the project limits. Yhe Engineer sha�l also evalu�te fhe phasing of ih� water, was#ewat�r, street and dr�inage wvr�C, and shall submit s�ch evaivation in writing to the City as �art of this phase of the projeci. -2- 1 �) Gen��p�ual �lan� The �ngineer shall fumish faur (4) copies of the Phase 1 concept �ngine�ring plans which includ� layauts, preGminary rightdof�way needs and prelimin�ry �stimat�s of probabie cons#ruciion costs fior the �r�gineer's recommended plan. �or all s�tbmiitals, the Engineer shall submi4 plans and documents for streetls#orm drain and waieNwastewater facilifies. The Er�gineer shafl recei�e writt�n app�a�al af th� Phase 1 Pfans frvm the City's projeci manager �efore praceeding with PF�ase 2. Pb�4�� Z 11) ���ign �a�� The Engineer �ha�l provide design data, reports, cross�sections, profiles, drainage calc�lations, and prelirninary estimates af prabable construction cost. 12) �r�liminary C�n��ru�ion ��a�as ��ad i�c�nical : pe�i�ca#��n� The Engineer shall submit twenty {20) copies of Pha�e 2�reliminary construction plan� and fiv� (5) copies of the prelimir�ary teetir�ical specifica�ions far review by the City and for submission to utility companies and a#her ag�ncies fio� i�e purpo�es of caor�inating work with existing and propased utilities. ihe �,r�liminary cAnstru�tion plans shall indicate location of exisi�ng/proposed utiliti�s and s#arm dra�in lines. The �ngineer sh�ll reeei�e wri�t�n approval af the �hase 2 plans #rom the City's prnjec# manager before proce�ding with Phase 3. �HA�� 3 93} k�inal Gonstna�i�n �lar�� The Engineer shal! fumish �ve (5} copies of the fin�l cor�structian p�ans and cantract spr�ci#ications for review �ay the Ci�y. 14} ���aoled �ost ��,tim��� The Engir�eer sh�l3 �urni�h �our (4) copies oi det�iled estimates of probable construction costs far the a�thori��d constructian project, whicFr shall include summaries af qid it�ms and quaniities. 1 a) �aan� and �pe�i�c�t"rorr App����l Th� Engineer shall furni�h an originaf cover mylar far t�e �ignature� o� ��athorized City afficials. The Confiract Documents shalf comply with a�aplicable lacal, state and federal laws and with applicable rules and regulations promulgated by local, state ar�d r�atianal boards, bureaus a�d a�gencies. The E�gineer shall r�c�ive written ap�raval o� the Phase 3 pl�ns from the City`s project martager before proceeding with Phase 4. -3- PFfA�� 4 1�) �ir��l App�c�v��J �ar��fe��fi�� �lan� The Engineer shall fumisY� 45 bound copies of f�hase 4 fin�l appra�ed constructiah plans and car�tract sp�cifications. The a�prov�d plans and confir�ct speci�ications shall be used as a�tthori�ed by the City for use in o�taining bids, awar�ing con#ra�ts, and constructing the �roject. 17} �idding ���i�i�n�e The Engineer shall issue addenda as appropria4e to interpret, clarify, or expand the bidding documen4s, and assist the awn�r in d�termining the qualific�tions and acceptabifity af prospective constructors, supcontractors, and suppfers. When s�bsfiitu- tion prior to the aw�rd of contracts is �Ilowed by the bidding docum�nts, the Engine�r will advise th� owner as to the accep#abifity of alt�rnate mat�rial� a�d equipm�ni prapos�d by the prospective cor�s#rt�ctars. 'i8) E��eomm�ndafii�n of Q,nrarc� T�e Engine�r shall assi�t in the #abulation and re�iew �f �If bid� rec�i�ed far t�� cans�r�ction of the project a�d shall make a recommend�tion of awarcl to the City. 19) P�6�d ��n��r�ne� The Engineer shall attend t�e prebid canf�renc� ar�d the bid opening, pre�are bid tabulatian sh�ets and pro�id� assist�nce to the owner in �v�lua#ing bids or propasa#s and i� assembling and awardir�g contracts for construction, materials, equipment, and serv�ces. P�AS� � 2D) Pr�c�ns�iruction Conf�r�n�e l�he �ngineer shal� �ttertd the pre�ans#ructian conferertce. 21) Gon�tr�a�ian S��v�y The �ngineer shall be availab�e to fhe Gity on ma�t�rs co�cerning the I�ypUt of 4he project during its canstructson and will �et control points in t�e �e�d to allow City s�arv�y crews ta sta�ce the proj�ct. ihe setting of line and grac�� staEces and route inspec��on of cons4ruction will b� perFormed by th� City. 2�) Sii� 1li�it� Th� Engin�er shaEl visit the project sit� at �pprapriai� intervals as car�structian proc�e�s ta abserve and reporfi vn the progress and the quality of the executed wor�. _¢ 23) Sh�p ���wi�g ���iew The Engineer s�ail revi�w shop and �r�ction drawir�gs submitted by t�e contractar far compfianc� with �esign concepts. Th� Engineer shail review labaratory, shop, and mill te�# reports on materials and equipment. 24) �n������ion� 4� Cor�fi�actor T�� Et�gine�r shall pro�ide nec�ssary interpretations �nd cla�ifcations of cont�act documerrts, review change orders and msk� recommendatians a� 4o th� acc�p#ability of the war�c, at ��e request of the Gity. 2�) �i rering ��te C��di�ion� Th� Engineer shall prepare sketch�s required ta resol�� problems due to actual field eonditions encountered. 26) �.eco�d ���dvir�g� ihe �ngineer �i�all pr�par� recvrd d�awings from in�armatio� s�bmitt�d by the contractor. -5- �XHI�Ci "f�,�1" SU�P��M�Nir4� SCC}P� OF S�RVIC�S �SUPPLF�ii�P�T TD AiTACHi��IV� "���) DFcSICf� S��VICES: WA��R �fV� SANI�'�RY 5�FJ4l�R R���AC�IV�FAli, COI��Ri4CT 2002�SiiUI�J The following is a clarification of the tasks the ENGINEER will perform under ATTACHMENT "A". Work under this a#tachment includes engineering services for water andlor sanitary sewer ir�proveme�ts for the follawing: INater and Sanifary �ewer Replacement Coniract 2082-5T'F+�-J D,O.E. No. 3756 �4laier Projecfi No. �Iii�53�060g3D1 �'6�30 and Sewer �rojec� No. �5��ndl0��01i��1U SUII�ArIA�Y STR��cT Kllpatricic Ave. fBournie to Hallaran) Macirid Dr. (MoCart to Woodwav) Royal Crest Dr. (Forest to E. Dead �ndl Stacey A�e. (Belden ta Gormanl Wedghill Way (Keswiak to Lvnndale) u 'WAT�R Water Map Existing Size Propased size No. lin.l (in.1 2024-384 g�� & 8" 8 " (PVC) 2d2A-380 2036-356 8� g " (I}IP) 2036-352 2066-352 6„ & g„ 2072-352 2030-364 6" 2D36-364 6" & B" Lengih (ft.} ��w�r Map Na. 'f,6b0 2024-384 2024-380 2,560 2�3fi'35fi 2038-352 �,��� 2066-352 2U72-352 1,56Q 2030-354 1,557 2436-364 SEW�R Existing Size Proposed size Length (ff.) fin.1 (in.l 8" 8" 350 6", S" & 15" 8" 8� '15" 2,535 12" S" 6" 8 " (PVC) 8 " (PVC) 8 " (PVC) Upon receipt of notice to proceed, the EfVGINEER will p�rform the following tasks: �ARi �1— �R���R�GIf���Rf NG 1. Initiat �ata Col[ection a. �re��esign Coordinafion Meefings 12" 2,901 8" 1,346 I 8" 1,208 � E�IGINEER wiil atte�d and document meetings, as required, to discuss and caordinate various aspects of the project and ta ensure that the project stays on ��-�. schedule. For purposes of establishing a level of comfort, two (2} meetings are anticipated. These include the following: One {1) pre-design kick-off meeting, (ineluding the CITY's Department of Engineering and other c�epar�ments that are impacted by ihe project). �ne (1) reuiew meeting at compfe#ian of tfi�e City's review of the conceptual engineering plans. b. �ata Collec4�on ln addition to data o�tained firom the City, ENGINEER will research and make efforts to obtain pertinent infarma#ion io aid in coordination of the proposed irnprovements with any pEanned future improvements that may ir�fluence the praject. ENGINEER will also identify and seek to obtain data for existing condiiions t�a# may impact the project including; utilities, Gity Master plans, property ownership as available from the Tax Assessor's office. c. Coordinafion rrviih Ofiher �gencies During the concept�phase t�e ENGINEER shall coordinate with aA �tiiities, including utilities own�ad by the City, TxDOT and railraads. These entities shall also be contacted if applicable, to determine plar�s for any proposed facilities or adjustment to existirtg faciiities within the project limits. The informatior� obtained shall be snawn on the concept plans. The �NGINEER shali sF�ow the location of the p�-oposed utility lines, existing utility lines and any adjustments andlor relocation of the existir�g lines within the proj�ct limits. ENGIN�ER shall com�lete all forms n�cessary for City ko obtain permit fetters from TxDOT and railroads and submit such forms to tha City. City shall be respor�sible for forv�arding the forms to the affected ag�ncies for executian. 2. �flonihly Progress Report and Neighlaorhood fVewsletter a. The �NGINEER shalf submit a Qrogr�ss scheduls after the design contrac# is f�liy executed. The schedule shall be updated and submitted ko the CITY along with monthly progress report as requirecf under Attachment B of the contract. b. ENGiNEER will prepar� a quarkeriy newsletter detailing the status of the project for EA�. - 2 distributio� to the affected Neighborhood Association. Tha newsletter will be reviewed and appro�ed by the City priar ta distribution. �ARi � -� CONSiRUCilO�' P�i4�'S AiV� SP�CI�IC�YIOP�S 1. Conceptual Engineering Surveys �or �esign a. ENGINEER will per�orm �ield surveys to collect horizontal and vertical data and other information which will be needed for use by the ENGINEER in design and preparation of plans for the project. Information gathered during the survey shafl include topographic data, ele�atians of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, and ather features relevant to the final plan sheets. F'or sewer iines located ir� alleys ar backyards, ENGINEER will abtain the following: Obtain permission for surveying thraug� private property, Locate horizontal and vartical alignment of utility lines. Tie improvements, trees, fer�ces, walls, etc., f�orizontally afong rear lines in an approximately 20' wide strip. In addition, loca#e afl rear house corners and buiading comers in backyarcls. Profile exisfing water andlor sewer lir�e centeriine. Compil� base plan from field survey data at a scale of 1"-20' horizontal and 1"-2' vertical. b. �ngineer lii�ill �rovide The Following Infiormation: All pla�s, field notes, plats, maps, legal descriptions, ar other specified daeuments �repar�d in conjuneiion with the rec�uested services shall be provided in a digitaf format cQmpatible with ihe electronic data colfection and computer aidecf design and drafting soi'tware currently in t�se by the CITY Departmerit flf Engineering.. All tex� data sucF� as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provicied in f�re American Siandard Cade for infarmation Interchange (ASCfI) format, all drawing files EA1-3 shall be provided in Autocad (DWG or DXF} format (currently Release 12), or as atherwise ap�roved in writing by the CITY, and a!I data collected and generated du�ing the course of the proj�ct shall become the property of #he CITY, The mi�imum informatian to be pravided in the concept�a� drawings shall include the following: 1. A Project Control Sheet, showing A�� Control Points, us�d ar set while gathering data. Generafly on a scale of not less than 1:400: 2. The follow[ng information about each Control Point; a. Iden�ifed {Existing City Monument #8901, PK Nail, 518" Iron Rad) b. X, Y and Z Coordinates, in an ider�tified coordinate systecn, and a referred b�aring base. Z coordinate on City Dat�m only. c. Descriptive Location (Ex. Set in the centerline of the infet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North 5ide Drive and Narth Main Street}. 3. Coord�nates on all P.C.'s, P.T.`s, P.I.'s, Manholes, Valves, etc., in ihe same coordinafe system, as the Control. 4. No less than iwo horizontaf control points, per li�e or location. 5. Baarings given on all proposed centeriines, or baselines. 6. Stati�n equations relating utElities to paving, when a�prapriate. ii. �ubiic P�o4ifica4ian Prior to canducting design survey, ENGINEER will notify affected EAI-4 residen�s of the project in writing. The notification letter shall be on company letterhead and shall include the folEowing: project name, limits, DOE project no., Consultant's praject manager and phone no., scope of survey work and design survey schedule. The Eetter will ba reviewed and approved by th� City prior to distribution. iii. Concepfual �naineering Pfan 5ubmittal a. Conce�tual plans shall be submitted #o City �5 days after Notice to Proc�ed Letter is issued. b. The ENGINEER shall perform conceptual design af the propos�d impra�ements and furnish four (4) co�ies of the concept engineering plans, which ir�clude layouts, pre[iminary right-of-way needs and cost estimates for the ENGINEER's recommended plar�. ENGINE�R shali pe�form remaining fiiefd surv�ys required for final design of selected route(s). The ENGiNEER shall aiso evafuate �he phasing of the water, sanitary sewer, sireet and drainage work, ar�d shall submit such e�aluatior� in writing to tl�e City as a part of the concept phase of #he praject. All design shall be in conformance witF� For� Worth Water Departmen# palicy and procedure far processing water and sewer design. ENGINEER shalf review #he City's water and sewer master plan and provide a surnmary ofi findings pertaining to the proposed project. 2. �reliminary �ngineering Upo� approval of Part B, Sectian 1, �NGINEER wiil prepare preliminary c�nstructian plans as follaws: a. Overall water andlor sanitary sewer layaut sheets and an overall easement layout sheet(s}. b. Preliminary project plans and profile sheets which st�ow the following: Propased water andlor sanitary sewer �lanlprofiie and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves and al� pertinen� information needed to construct the project. Legai EA1-5 description (Lot Nos., Block Nos., ar�d Addition Names) along with property own�rship shall be provicEed on the �lan VI�W. c. For sewer lines, pipelines scheduled for point repairs, re�abi[iiation and replacement will be located on the base sneets prepared from survey information gathered under Part B, Section 1. Co�flicts shall be resalved where pipelines are to he rehabilitaied on the same line segment. Base she�ts shall reference affected or adjacent streets. Where open-cut construc#ion is anticipated, below and abo�e grvun� utilities will be lacat�d an� showr� pn the base ShGEtS. d, �xisting utilifies and utility eas�mer�ts will be shown on the plan and profile sheets. ENG�NEER will coordinate with utility companies and the City af �art Worth to determine if any future imprvvements are piannecf that rnay irnpact t�e praject. e. T�e ENGINEER shall make pravisions for reco�n�cting al! water and/or was#ewater service lines which connect directly to any main being replaced, including replacement of exisiing service lines wiihin Gity right-of-way or� utility easement. When the existing alignrnent of a water and sanitary sewer main or lateral is changed, pro�isions will be made in the final plans andlor sp�cifications by the ENGINEER ta relocate all service lin�s wh9ch are connected to t�e existing main and connect said s�rv�ce lines to the relocated main. f. The ENGINEER wi�l prepare standar� and specia! detail sheets fvr water lir�e instaqakian and sewer reha�ailitation or replacement that are not already inclu�ed in the D-Section of the City's specifications. These rnay include connection de�ails between variaus parts of the proj�ct, tunneling detaifs, boring and �acking details, waterline relocatians, details Unique ta the canstruction of the project, trenchless details, and special service lateral reconnectiat�s. ��i-s g. Right-af-Way Research The ENGINEER will cnnduct prelirninary research for a�ailabi�ity of existing easements where op�n-cut construction or relocation of existing alignments is probabl�, Temporary and permanent �asements will be appropriated based on auailable infa�mation an�+ the City will make recommendations for approvaf. h. Right-of-waylEasement Preparation and Submittal Preparation and su�mittal of right-of-way, e�sements and rights-of-entry will be in canformance with "Sulomi�tal af Information to Real Property for Acquisition of Praperty", i. Utility Clearance Phase The ENGINE�R will consult wifh th� City's Water Department, Departm�nt of Engineerin�, arrd oiher CITY departments, public utilities, private utilitEes and govsrnmeni agenciss fo deterrrzin� the approximate lacation of abQve and undergrvund utili#ies, ar�rf other fiacilities that have an impact or influence on the project. ENGWEER will design City fac9lities to a�oid or minimize confiicts with existing utilities. The ENGINEER shafl deliver a minimum of 16 sets of approved preliminary canstruction plans to �he City's Utility Coordinator for forwarding to all u#ility companies, which have faci[ities within the limits of the project. �s-� j. Pr�liminary construction plan submittal i. Preliminary plans and specif�cations shall be submitted to City � days after ap�ro�al of Part B, Section 1. ii. The ENGINEER shali deli�er twa (2) sets of preliminary construction plans and two {2} sets of specifications and contract documents to CITY for re�iew. Generally, plan sheets shall be organized as fof lows: Couer Sheet Easement layout (if applica�le) P�an & Profile Sheets Standard Constructian Detaifs Sp�cial Details {If applicable) iii. The ENGlNEER shall submit a prefirninary estirr►ate of prabab�e constr�ctiot� cost with the preliminary plans submitted. ENGINEER shall assist City in selecting the most feasible andlor economical solutions to be p�rsued. k. Re�iew Meetings with City The ENGINEER sha[I meet with CITY ta discuss review comments for preliminary submiftal. The CITY shall direct the ENGWE�R in writing to praceed with Final Design for Final Review. I. Public Meeting Af�er the prelimir�ary plans have been re�iewed and approved by the City, ENGINEER shali prepare exhibits along with an invitation letter and ai�end public meeting to hefp explain th� prapossd project to residents. The CITY shall mail �he ir�vitation letters. �i-e 3. Final �ngineering �lan 5ubmittal a. �inal Construction Documents shall be submitted to C1TY ��ays after approval of Part B, Section 2. Following CITY appro�al af the recommended improvements, the ENGINE�R shall preparP fir�aE plans and s�ecifications and contract ciocuments to CITY (each sheet shall be stamped, dated, and signed by the ENGINEER) and submit two (2) sets af plans and coRstruction contract dacurr3ents within 15 days of CITY's ftnal appra�af. Plan sets shall be used for Part C activities. b. �AEGIiV��R's �stimate of Probable Construction Cost The ENGINEER shall submit a final estimate af probaial� construction cost with the final plans submitted. �1�R� C � PR�-CO�SiFtUCT[�I� ASSIS�ANC� Administra4ion a. 9eliver �id �ocumenis The ENGINEER wiil make available for bi�ding, upon request by the CITY, up fo fifty {50) sets of ihe final appro�ed and dated plar�s and specifications and contract documents for the projects to the CITY for distribution to potential bidders. Propasal will be delivered in electronic format. b. �idding ,�ssistance The ENGINEER shall assist the CITY during phase including preparation and delivery of addenda to plan holders and respanses to questions submitted to the DOE by prospective bidders. Engineer shalf attend the schedul�d pre-bid conference. The ENGINEER shall assist ir� re�iewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening develop bid tabulatians in hard copy and electronic format and submit four (4) copies af fhe bid tabulat�on. �i-� c. Assistar�ce During Cans�ruction , Tl�e ENGINEER shall attend the pre-construction con'ference for the �roject. The ENGINEER shall aisa consu!# witi� and advise the CITY on design andlor consfruction ehanges, if necessary. The ENGINEER shall at�end the substantial completion ancf final ins�eCtipn for fhis praject, review the post-construction tele�isior� inspection video tapes, and prepare a brief final report af the completed praject as to compliance with the ENGlNEER's design. �r-�.a �1�Tt4CFii4��NY '�8�� COM��NSA�ION AN� SCH�.�UL� 1Ma�er and Sanitary 5�wer R�p[acement Contract �00�, STMdJ DA.�. No. 3i�6 Wafer �rojecf Ido. �1�l53o0fiU�3017fi530 Sewer Projec# Wo. P558-�Oi05$01758i0 Compensatinn A. The Er�gineer sF�alf be compensated a tota� lump sum fee of $154.857.00 as summarized in �xhibit "B�3A°. Payment of the totai sump sum fee shall be considered full cornpensation for the services described in Attachment "A" and Exhibit "A-1" for all labor materials, supplies and equipment necessary to compl�te the project. B. The Engineer shall be paid in fo�r (4} partial payments as described in Ex�ibit "B-1" upon receip# of four individual in�oices from the Engine�r. In this regard, the Engineer shall submit invaices for four parkial payments as described in Exhibit "B-1 ", Section 1- Method of Payment. II. Schedule A. Final Phase I Plans shall be submitted within 180 calendar days after the "Notice to Proceed" letter is issued. B-1 �XHI�I�' ��9 (SUPPL�IV��NT TO �YiAC�iM�N� B) 19fi��HOD O� PAYfV�FAlT 1�Vater ar�d Sanifiary Sewer Replacemeni Contract �OU2, STiV�-J �.0.�. fVo. �7�6 lh�ater Projeci Plo. PW�3tl060�301�6530 5ewer Projec4 No. �S�8�070580175870 14Aethod of Paymenfi The ENGINEER shall be paid in four (�) partial payments as outlined belaw: Partial P�ymer�t Nurr�ber 1, which st�all be equivalent to 40% of the total lump sum fee, shall be payabl� after City approval of Eichibit "A-1 ", Part B, Section 1, Conceptual Design Report. PartiaE Payrr�ent Number 2, which shall be equi�alent to 75% ofi the t�tal lump sum fee, less pre�ious paym�nts, shall be payable after City approval of Exhibit "A-1 ", Part B, Section 2j, Preliminary Submittal to City. Partia[ Payment Number 3, which shall be equiva[ent to 90°/a of the tota! lump su�n fee, less previous paymenis, shall be payable aftef Ciiy approval of Exhibit "A-1 ", Part B, Section 3, �'inat Construction Documents. Partiaf Payment Number 4, which shafl repr�sent the balance ofithe earnings, less previous paymants, shall be payable after all the �re-construction meetings �or t�e Project have been canducted. Note: 1f the ENG[NEER determines in the course of making design cfrawings and specifications that the construction cost estimate of $1,699.158.40 (as estimated in Exhibit "B-4") wilE b� exceeded, whether by cE�ange in the sco�e of the project, increased casts or other conditions, the ENGINEER shail immediately re�ort such fact to tl�e CITY's Director of the Depa�trnent ofi Engineering and, if so instructed by the Director of the Engineering Departrrtent shall suspend all wark hereunder. EB1 - 'f EXFiI�I�' ��2 (SU�'�LL�II��iVi `�O 1l�TACHiiIII�IVi �) bDL1FtLY RATE SCFi��IUL� 1rVater and Sanitary 5ewer Replacement Contract �00�, SiM�J D.O,E. Mo. 3�'�6 Wat�r �rojec# No. �W53-060930'176530 5ewer Project 1Vo. PS���O�'058017��i0 Employee Classification Principal Project Manager / Planner RPLS Design Engineer Design�r 1 CAD Qper�tor Survey TecF�nician Draftsman Clerical Survey Crew Reimbursabie Mifeage RatelHour {Ranqe} $170 $ 80 -135 $ 95 $ 70 - '[ 05 $ 50 � 90 $ 50 - 6� $ 40 - 50 $ 35 - 45 $ 70 - 10Q Cost + 10% $ 0.32 Per Mi1e Reproductron wark vvill be at current commercia! rates. Subcontracfars will be paid for at acfual invoice cosf plus fen percent (90%). EB2 - 1 �XH1��T 1�m3 (SIJPPL�h�F�IVT TO AiiACFifrd9�N� �) ��SIGN ��� COS� Slliill➢IViARY Water and Sanitary �ewer Replacement Contrac� �00�, SiM�J �.0.�. Plo. 3��6 IdVa#er Project P�o. PW�3-060530976�30 Sewer Project iVo. PS�8o0i���0175870 Phase Scape of Ser�ices I- Design Services Pipe Replacemen# Fee $15�,857.00 f�VIN�B� $30,971.00 4�roposed �fiMl�� Subconsuitan�s Pereira ETS Trevino and Associates, Inc. Services Desig� Reproduction �o#al Fees $25,fi21.00 $ 5,350.00 �30,9'�i.00 °/a 20°10 % of Contract 1 �.54 °/a 3.�46 % 2�% G:VOB10245401contractlAttach B & Exhibits New.doc08/27/20Q2 EXF;I�IT Ba3A �SUPPL�flll��li TO A��ACHNi�IVT B) SUit�IViARY �� n�SIGN F�F Water and Sanitary Se�wer Replacement Contract 2082, STMoJ DA.�. No. 3i�6 � Waier Project h6o. PW53�06Q5301�6�30 Sew�r Projec� �lo. �S���L1�'a5$017��iD August 27, 2�02 Mr. Tony Sholo[a, P.E. Consultant Services Di�ision Depar�ment of Enginesring City of Fart Worth 1004 Throckmo�ton St. Fort Worth, TX 76102-63'E 1 Reference: laVater and Sanitary Sewer �eplacement Contracf �00� SYi��.f D.O.�. IVo. 3756 1dVlater F�roject hio. Pl�i1�3-Q6053�176�30 Sewer �rojec� No. �5���0'�0�8�'I��S�O D�ar Mr. 5halola: We appreciate the opportunity to pres�nt this proposal and fee schedule far yo�r consideration. Attached please find construction cost estimates, schedule, and exhibits depicting the scope of work. We propase to complete the proposed work in accordance with the following fee schedule. Estimated Constructivn Costs for All L.ines =$1,699,158.OD Bas9c Engineering Fee based on % af construction (T.S.P.E. Curve %) (TSPE CuNe 6.80% x 0.85 = 5.78%) $9$,219.00 G:1JOB102Q5901contractlAttach B & Exhibits New.docQ8127/20d2 �xhibit Ba3,4 Ih�r. �'ony Sho�ola, P.F. �4ugust ��, 2002 Page � Basic 5ervices Basic Design Fee (18,4721# Water & Sewer) Specia� 5ervices Basic Design Surveys ('I2,480 If) As-�uil� Dr�wing� Public Meeting (1) 10% for fNIVIIBE Subcontractors Construction S�rvices Pre-Cnnstruction Past Constructian Reproductions* Miscellaneous Printing {� sets and misc.) Plats and Deeds 16 Sets of Preliminary Plans (utility clearance) 50 5ets of Constructior� Plans 50 Sets of Specifications 1 Set of Mylars 1 Set of As-Built Drawings Tofal $ 98,211.�0 Total $ 37,440.00 $ 5,OQ0.00 $ 2,000.00 $ 3,036.00 Tofa I $ 1, 000.00 $ 1,120.00 $ $ $ $ $ $ $ Tofial $ 7,45Q,00 700.OD 1,040.OQ 80D.00 2, 340.00 1,250.00 500.00 500.00 $98,211.00 $�7,476.00 $ 2,'120.00 * Estimated total of 38 sheets. YQiAL LU�P SUM $1��4,8��'.OU {Water Design Fee =$ 84,923.20.00, Sewer Design Fee �$ 69,933.80) We wiil be usina Pereira ETS. ($25,621.00) for engineering design, and Hupo C. Trevina and Associates, Inc., ($5,35D.00) far printing construction plans and specifications. This wilf result in a 20 %($30,971.00) portion of the cantract that will be performecE by approved MIWBE firms which will meet or exceed the ta�get af 2D %. If you have any guestions or require additional information, please give me a cal[. Sincer�ly, A.N.A. Cansul�ants, �.�.C. ��' �r- � �� ` �i� Assaad N. Assaad, P.E. Presic�ent G:UOB102059D1contractlAttach B & Exhibits New.doc08/27/2402 � - - - p N A COM5ULTaNTS. L.L.C. - . - - ----'-_ - - . 11�1 RIYEFd F211N. SUITE fitU . • FORT WOftTH.I'X 76l67 ,_ _ = t877�3&9900urFAXi9i7i3gS9955 EXFIIBIT "a•4" - - (Supplemental to Attachinsnt B} S�MMARY OPINION OF WATER PROgF1HLF C4NSTAUCTION CO37 . WeLer entl Senitary Sewer Replacement Cantract209Z, S7M•J ' � 4Vater proJeel No. PW69•U60530176530 � ' Sewer project No, pS5$.07058D175870 � ' . . . � p.4.E. No, 375s ; July R. ?002 . . � '4YEMN0. � �� � pE3GRlPF{DN . �UANt11Y �UNIT�UNITC�ST {SUB-TOTAL I TOIAL A.. � 1 Wate �aL�men,� - � sD' IJE IH L REM E%IST. 3 6" VJATER I.fNE IN(:L� REMCEXIS I. ����'��'��T�.�t�a�����rj��� . t' 714" OUC�ILE IRON A PE fl�l. RB��ST, BI�xGATEVAL '6�k 918" GATE VAi BQX . t0 8" GA7E vqtVE OX . 17 STP. FIRE HYO NT 12 FIR� HYDRA RRELL E,%TEN57C1N i4 1"S�k�G��T � MAIM 16��' �T k�NFA1N�fN 171 � F� f��ER T4 MkIN Z�I� � � O�METER TO MAIiJ I ER TO MhIN t1 L�L 6 MEi�Ei BO% AyD LqY 2' TtiuT(%. iniqTtH 3eRUICE LINE ElCsr. FF{ & fi@PLACE EXIST. C4NC. WALK rr�t ria. _ a. 761F��lul. ASPH. P,ri{lElxENiii�PAiFt 7u+7EMP. �S�{{. PAVEIYS�TJ�TA�PAl�R �����t���P��e"�",c���'�' 91[CONC. ENCASEM�N'f 75 EXTRA, OEPTli FOR WATFR MAIN 35 TFENjCHSAFETYT � �4 B"x 6�T��GTE�� It�� t4PE "8" (250�p si C4NC. 441�F����Nf:. � 451 T"i41R REL€ASE VAiVE 8 VAIILT 4617" SERVIC6 TAP TO MAfN 2-3�4" El1LGHEA6 COPPER SER. �Suhtotal5ecflan . . . �- 0 LF 535.00 � 1��LF 3�4,W I � 9U�LF $d0.06 � I ZZI�F � 533.00 � i a�LF � 336.06 � � ni . i__ szs.00 i � 2 E l__51.100.00 I f 92 PA 5854.00 I � 17 EA I� 5150.00 � i 111EA I. 57.500.00 � � 36 Lf I $200.OD I il� I 32,300.U0� 1 235 EA y3U0,U0 I Q�A I S50d.W I i _ ' 0 EA 39da.no , I A47BI F. �iB.001 i OILF Si8,00 I , oi� aza.00 i I 235�EA g75.pa I i G � 3150.6D I A e � szoo.00 � � � `$ 57.800.�p I �fD. t s2on.an i 32i��- I ' SS.W f 50 SF S6.W E_ I l( LF 579.00+ I � �j� LF Z33.00 I � 6!f S45.pp � � 14[70 LF 59.00 1 I . 0 EA 359G-PD I I 0�� 52�O.W I I DI � �30.OD I � �ICY 5700,OD � I ' D`LF � $q,001 i OILF I 51.00 I i OIEA I 37,SpD.D01 � o�p. I 51.2u6.ou 1 j U EA _ I 31.00O.oa I j ' 0 Y �-- 320.00I r �IGY_ I 520.00 i �I�' I SZG.d61 i _ O�CY I S20.OP I � a�t i s�.00a.ao E � - 6 EA S2UQ.ap � I I I jA. WAiER IINP�OVE TS SIJMMAfiY BPINION OF SEWER PR48ABLE CONSTRUC'FION COST July 2, 2002 � ' R@SCR�PTION _ I QUANTITY { UNIT �UNIT CpST ISl18-TOTAL I 74TAL 2 Sewerlmgrovements 1 I 6" SS INCLl1OES REMOUAL OF EXISTING 2� l5 SS {NCLIlOES REMUVAI� pF EXI5TItQG s�$S Pu�NCLt� �tEMtlV QQ� EX S��G 6112" O[P SS INCS pE5 REMOVAL OF EXISTIIVG e+fl" 0 P IPlC���EI�OVA�L C7P EXISTING4f4G 9I4' PVC TAP � 1014"DIPTAP - 12k� S� RSEf�UICE 7AP ��� '������u��E 1sI�H/+I.LOW �1Jy�_tu]1j ni�xrnn o��'H UR Mw . 18 WATER TIGNT MAMiOLE INSERT 18 GONC COLLAR " ZO MANHOl.EtN7ERIqRP{�ROTEC7IVECOATIMfi �If�jEHOLE EkCA ATION TO�g 1FY EX157113Gi1TRf7Y 24 i/�6ANp4�1GST.�hk1ANH E - 25 REMOVE 8 REPLAf�'�F 15T- CONC CURB �fi REMOVE 8 FYERL/GrE �I5T. G4NC. WALK 27 RENiOVE 8 REPLACE IST. CONC. �F21VE 28 CONC EhiCRSEMENT 2S A�RhEANENT ASPH. PAVEMENT REAAIR 301TEMP. A3PH� P0.VEM�IVT R�pAIR 3117R�NCF!� F SYSTEM1I 321PRE 7V INS EL� �OiJ �AI�NSTALL ��li9�ETSTPED�ANI7ARY SEWERCL�ANOUT 35f4"CHIMNE ti Cf. '36fA"pIPCH E�R41C� 37f A' �IA. _ �Suhlolal Saclion - Projed Total � 727�0 LF 535.40 �LF S85.p0, 26631 F �Sfl 00 Ai731LF 537.0� 541LF s�a.oa 781LF $80.00 SO��I.F � S38(M 78�I„F I 3AU.001 97�EA i s�n.an i EBIEA I 3356U01 0 CF5 I 3500.00 I ' i556�F ' I 522.0� I . 2593 LF I 42B.D0 I �I F I S5o_6G I _ 33JEA � 51 SW.Oo �_ oie.a i s�.zoo.00 i 63 VF i siza.00 i 37 EA I S55.W I 37 EA I STao.00 I � I 52W.0� $ EA � szin.oa I EA l 5450.0a 29�EA � 5359.Dq DI�+ I SA00-0.00 9751LF � Si9.00 1280�SF 1 51.00 h O�SF � S7.5fl � � 2iCY � SI00001 3471LF $25.UD I 120601LF 58.001 142P71LF I �Lotl I 0 LF I 54.00 I 54691 I � 52.[7� I � 193�EA I 5700.06 � 3i51LF I SZ5.0o _ R70�LF I S9i.0�1 5 EA SE.04� UO SEWER IMPftOYEMEAITS sa.o6 ��ifiB2.901 '1616.fl0 33,600.00 � � 52.376.Iq1 sa.00r SO,D� 52.200.00 - azo,eoa on 54.85a.0U 3 k6,50U.ORl s�aoo.oni 525,300.401 570,500.401 50.001 E0.001 S] 1.$E8.001 S4.aol �.�i St7.825.0�1 - - 3o,aai so.aoi - 89.00R60l st.sao.ao atso.ao� S30tl.00 513,974,06 st�,xzu.00i �,�61 §Ii6,280.001 SO oo� . Sfl.�l SO,W I FIJ.001 SOAO� 50.00 SO.oO 50A01 50,001 ' $0,001 OUI �A01 , SO.ua so_oo � 34.W - -I $697_947.00� ' sa.oaJI 578,970,001 Sf44,150.001 SF54.401 A[II 53.780,40� E1.u99.U01 S 1B.CO�.�Of s7so.aol 529.100.00 530JOu.ppl S6.qql S7d.2a2.W1 -- s72.aoa,aol �o.p01 - ss2.soo,aai 5o.op as,�so.00 52.035170 37.d�9.06 aa,aa 57.770.061 Sd50.0a1 SiO.tSf1,001 ��I S77 385 061 4i.2BU.0Ul ,�p �I S�EE.OoI ' E6.675,Otl1 � S96.ABU.O�I 514.203.901 - 59.DOI S1B 938.001 51 �300.001 S .s75.oa1 ,370.001 SiD.Q00.00 - - -� $8567d9.U0 WATER 8 3EWER IMPROY�MENTS $�,544,889.00 � A.NA_ �ONSULTAMTS. LLC. 17D'! ftNER I�l1N. StJITE 616 FORT +NDR7H, 7X 76107 (817)335-990U ar FA% {817j335-9955 EXHEBIT B-4 SUMMARY QF OPINION OF PROBASLE CONSiRUCTIQi� C05T Water and Sanitary 5ewer Replacement Contract 2002 5TM-J Water Project No. PW53-OB0530176530 Sewer Project No. PS56-07458Q17587D DA.E. No, 3755 KilQatrick Av.(Bourine to Hallaran St.) Stacy Ave. {8elden to Gorman Dr,) Madrid Dr. (MoCart to Woodway or.} Wedghill Way (Keswick to Lynndafe PI.) Royak Cresl Dr. (Forest HiA in E. �ead Entl) 08I27102 A. 9. c. b. E. KIEpalrick Arre. (Councll Dlstrict 7j 1 Water - 2 5ewer - Madrid Dr. (GouncEl Dlstrict 6) 1 Water - 2 Sewer - Royal Crest Dr. {Counei! UEstrfck Bj i Waler - 2 SeweF - Stacy Avenue (Council Dfstrict Bj 1 Water - 2 Sewar - Wedgehfll Way �Councll �fstrict Bj 11Nater - 2 Sewer - 5l1BTOiAt 1D°k CONTINGE�lCIES TOTAL HSTIMATED CONSTRUCTION CflST TO7AL WATER TOTAL S�WER GRATID T4TAL $12�4,472.OU $b2,710.OQ $163,433,U0 $278,BU5.00 $201,303.00 $305,270.OU $104,184.00 $719,598.00 $94,�49.00 $110,585.U0 $9,544,689.0{Y $1b4,469.Od 51,694,158.00 _ 5756,736.00 $942,423.00 Si,699.168.Od Page 1 COST-W-&5-New REV A.N.A. CONSULTANTS,L.L.C. 1701 FtIVER RUN, SUITE G10 FORT WQRTH, TX 76107 f817}335-99pa arFAX (Si71335-9955 EXh11E11T "B_4�� (Supptemental to AttacMment B) OPINION OF WATER AN17 SEWER PRdBABL� CON5TRUCTION COST Water and Sanitary Sewer Replacerr�ent Con4ract 2002, STM-J Watar Pr4]ect No. YW53-Q60530176530 Sewer Project Na. P558•�7U580175870 R.R.�. No, 3756 Kilpatrick Aven�ae {from Bourine to HaEloran Street) Autlust 27, 2002 IT�M NO. � �ESCRIPTiDTI A. Ipatrick Avenue '_ � 1 Q&tWAT�R L�N�eINCL. REM. EXIST. 2 8" WATER LIIVE INCL. REM. EXlST. 3 B" WATER LINE INCL. f2EM. EXIST. 4 �2" QUCTILE IRON PIP� INCL. REM. EXiST. 5 9" �UCTILE.IRON PIPE 1NCL. REM. EXIST. 8 B" OUCTILE IRON PIPE INCL. REM. EXIST. 7 4" DUCTII� IRON PIPE INCL. FtEM, EXISF. $ 12" GATE VALVE & BOX 9 8" GATE VALVE & BOX i� B" GATE VALVE & BOX 11 S7[1. FIRE HYDRANT 12 FIR� HYQRANT BARRELL. EXTENSION 13 CAS7IRON FITTINGS 14 1" SEFiVICE TAP TO MAIN 15 1 1/2" S�3iVICE TAP TO l4AAIN 1 B 2" SERV[C� TAP TO MAIN 17 1" SERVIC� FROM METER TO MAIH 18 1 712" SERVIC� FROM METER TQ MAIN 19 2" SERVICE FROM METER TO Mf11N 20 CL. A METER BOX 2Z CL. B ME'FER BOX 2�.-CI.. C METER SOX � 23 FIJRNISH AND LAY 2" TEMP. WATER SERVICE LINE � 24 R�MQVE EXEST. FH 25 REMQVE & REPLAC� EXIST. CONC. WRLK 28 REMQVE 8 REPLAC� �XIST. CONC. DRIVE 27 REMOVE & REPLAC� �XIST. CONC. CURB 28 PERM. ASPH. PA � EPAIR 29 PERM. CONC. PA �AIR 30 TEMP. ASPN, PA � �' IR 31 EXPI.ORITORY C ,4 N�EHOLEj 32 �9�� €XIST. G.V. (1B" & RGER] 33 �/ RZ)AD REPRIR 34 CONC. ENCASEMEIVT 35 EXT� REPTH FOR WATEEt �4AAIN � 36 TRENCH SAFETY 37 38 9" x 10" TAPPING TEE 40 6"x6'r�APPI��� E k1 7YP�'� " 25 #ps CONG. 42 TYP� "�" �506#psi CONC. � 43 CRUSHED LIMEST IVE 44 BALLAST STONE 45 1" AIR RELEASE !/ALVE & VAULT 46 7" SEFtVICE 7AP 70 MAtN 2-3I4" BULLHEAD COPP�R SER. aUANTI�T IUNIT COST SlJ�6-TOTAL I LF 1,562 LF 10 LF �� i8 LF LF !.F EA 4 EA 2 �A 2 EA B LF 2 TN 60 EA Ef� EA 1U80 LF LF LF 8� ER EA EA 1 E.5 1 EA SF SF i8U LF I.F I.F 2510 LF EA EA LF GY LF LF E4 � � EA CY 6Y CY CY EP, EA $35.OD $25.00 $22.ao $ao.00 $33.U0 $30.aQ $25.00 $1,100.D0 $fi50.00 $450.00 $1 500.OU �200,00 $2 300.00 �300.00 $500.40 $9�O.UU $1 B.OD $�s.00 $2d.00 $75.00 $150.00 $20Q.60 $2,000.00 $260.00 �3.00 $8.00 $19.00 $33.00 $R5,00 $8.00 $500.00 $200.00 $36.96 $1fla.00 $4.00 $1.00 $2DQ.Q0 ��,sao.00 ��,2ao.00 $1,000, 00 �za.oa $2Q.OU $aa.00 �2a.ao $3 a00.00 �200.00 50.�0 $45,878.00 �2za.aa �a.00 $594.00 $O.OG �o.ao $O.UO $2,fi00.00 $9b0.04 $3,000.00 $1,20fl.00 $4 `60a.09 $18,OU0.00 $�.00 $O.Oa $77,280.OD $a.00 $U.OD $4, 506.00 $U.00 �o.ao $2 000.60 �zao.oa $0.00 $4.00 $3,42fl.Q0 $fl,OU $U,OD $20 080.00 $0,00 $o.oa $o.oa $0.�0 $0.00 $0.00 $a.0� $0.06 �o.aa $0.00 $v.00 $0.0� . $0.00 $O.OU $U.00 $U.00 i07AL .^ Subtotaf SecElon A WATE� tMP ch�\lEI4�ENTS � 31�4,472.Q0 Paga 2 af 13 A.N.A. ��NSULTANTS, L.L,C_ 17fl1 RIVER RUN, SUITE (i10 FORT WORTH, TX 7G107 (8171335-990D orFAX{897)335-9855 �xHi�iT „���, {Supplement to Attachment B) QPINkQI� �F WATER AN13 SEWER PROBABLE CQI�9TRUCTION C{�ST Water and 5anitary Sewer Repiacement Contract 2002, 5TM-J Water Project No. PW53-�B0539478534 Sewer Project No. PS58-67U58017587� D.D,�. No. 3755 Kiipatrick Av�nue (Bourine to Nalloran 5treet) Aupust 27, 2042 -ITEM ht0. T DESCRIPTION A. 141lpatriak Avenus .__ _ 1 B'eS5 I�ECLl3 YE� R�.MOVAL OF EXESTING � 2 15" 5S INCL p�REMOyAL 0� �XISTING 3 8" SS 1NCL S R�MO�/AL DF EXISTING 4 15" �IP W��pES REMOVAL �i Ki ING 5 8" �IP SS INCLUD�S REMOVECL��,S71NG B 8" DIP 1NCLU�ES REMOVAL OF fQG 7 4" PVC 7AP � 8 G" �!P'I"AP 9 B" SEW�F2 SERVICE TAP 1D 4" SEWER SERVICE 11 4" DIP 5�WER SERVICE 12 6" SEWER SERVICE 13 4' �IA. MH 14 SHALLOW COKE MH ' 15 �XTRA �EPTW FOR MH XT ;� �l1[���o G}{ RMANMOLE INSERT Cii LA 48 MANHOLE lf�(TER�qR P�t07ECTIVE COATING � i9 VACUUM7E�TM�4NNoL� 2� �EHOL� EXCAVATION i0 VERIFY EXISTING LITIEITY 21 REM01(�Ex�S�IN�MANHOLE 22 ABANDa �}(I T. H 23 REMOVE & REPLACE F,(15T. CONC. CURB 24 REMOVE & REPLACE EXIS'�. CONC, WALK 25 REMOVE & REPLACE EXIST. CONC. �RIV� � 26 27 CONC. ENCASE,MENT 29 7EM�P.�A PFE. PAVEME�T�����Ii�PAIR 30 7RENCH SAFETY SYSTEM 31 PRE N ]NSPECTION 32 PdST N INSPECTION 33 INS7ALL DOUBLE-SIQ�D 5ANlTARY SEWER CLEANdUT Subtatal Secllon QUANTITY I�UNIT IUNIT C05T Sl1B-TOTAL � TQTAL � I.F �� 356 LF LF LF 18 LF B EA B EA EA 180 LF 300 LF �F 2 EA EA 2 VF 2 EA 2 EA VF 2 EA EJ� 2 EA F11 fi0 LF sf SF LF CY LF 460 lF 830 LF LF 350 LF 72 EA $35.OU ��5.oa $37.00 _ $90.fl0 $4U.00 �aa.00 $30U.00 $350.U0 $5DO.D0 $22.00 $28.00 $50.00 $1,6DO.OU $i,200.00 $120,00 $55.U0 $2p0.OD $206.00 $210.OD $450.00 $350.60 �ano.00 $i9.4d �a.ao $1.50 $12.00 $'l00.00 $25.00 $8.00 $1.00 $4.06 �z.00 $1 DO,U4 �- A, SEWE[i IMPROV�M _NTS $0.00 $a.oa $12,350.00 $a,oa $0.00 $7zo.oa $1,8fl0.00 $2,10Q.00 $0.00 53,99U.U0 $8,400.00 $0.04 $3,200.00 $U.00 $24fl.tl0 �� �a.ao $400Ad $o.00 $42a.00 $O.QO $7�O.D0 $o.00 $1,140.00 $0.00 $0.00 $0.0� $0.00 $D.00 $3,84�.OR $830.06 $�.06 $�oQ.00 $1,20D.06 � Totai Section ^ _ A. Kilpatrick Avenus Page 3 of 13 �•�- $42,740.00 , $1fi7,4�2.00 A.N.A. CONSULTANTS, L.L.C. 17D9 RIVER RUN, SUIT� (i1D FORT WORTH, TX 761U7 (817�335-9900 of FAX (817}335-9955 EXHIBIT "B-4" (Supplernental ta Attac�ment B} OPINI�IV OF WATER AND SEW�R PROBABLE C4NSTRUCTION COS7 Wafer and Sanitary Sewer Replacement Contrect 20D2, STM-J Water ProjecY No. PW53-tl60530176530 Sewer Project No, P558•070580'f7587U �.0.�. No. 3756 MadrEd Drive (McCarE to Woodway Drive) A[[qust 27, 2002 �I7EM NO. � dESCRIPTION � f1UAN71TY f UNIT UNIT COST SUB-TOTAL I A, adrfd Drlve ^ s 1 Water I rov m@nts "� 1 10" WA�� L�NE 1NCL. REM. EXlST. 2 8" WATER L1NE INCL. REM. EXIST. 3 B" WATER LINE iNCL. REM. EXIST. �F 'i2" �UCTILE IRON PIPE INCL. REM. EXI57, 5 S" DUCTILE iRON PIPE INCL REM. EXIS7. 6 6" DUCTILE IRON FIPE INCL. REM. EXIS7. 7 4" bUCTILE IRON PIPE INCL. REM. EXI57. 8 12" GATE VALVE & SOX 9 8" GA7E VALVE � sQX 10 6" GA7E VALVE & BOX 11 ST�. FIaE HYDRAN7 12 FIRE HYDRANT BARREI.I. EXTEIVSIDN 73 CAST IRON FITTiNGS 1� 1" SER C eP TQ MAIN 16 1 1/2" �`�I E TAP TMO�INWIN 16 2" 5ER � A�T� 17 'E"� ER E� � ���IN 16 'f 112" 5��1110E b� �� IN 19 2" SERVICE FROM M@i �t 20 Ci.. A METER BbX 2'f CL. 6 METER BbX 22 CL. C�}� ETE}� B 23 FllRNIS�I AND 2" TEMP. WATER SERVICE LINE 25 ����VE &X�ALACE EXIST. CONC. WAl.K 28 REM6VE & REPLACE EXIST. CONC. DRIVE 2i REMOVE & REPLACE EXIST. CQNC, CURB 28 PERM. ASPH. PAy�hl{E�j��2�pA�l R 29 PERM. CQNC. PA�I�MEU R P 3a TEMP. ASPN. PA E P IR 31 EXPLORITORY C A� I]EHOLE) 33 ����SD E AIR & RGERI 3�CONC. E.NCASEMENT 3� EXTRA D�pTH FOR WATER MAIN 36 TRENCI�i SAFETY • 37 38 8" x 10" TAPPING TEE 39 8" x 8" TAPPING TEE 40 6" x B" TAPPfNG TEE a� 7rP� °g�� z5na# s� cor�c. 42 TYPE "E" �j506�s1 CONC. 43 CRUSHEb LINkE� NE 44 BALLAS7 SiDNE 46 i" AIR REL�ASE VALVE & VRUiT 46 1" SERVICE TAP TO MAIN 2-3l4" BLILLHEAD COPP�R SER. LF 2,58D L� 30 LF 36 LF LF LF LF EA 15 EA 3 EA 3 EA 10 LF 3 TN 33 EA EPk EA� 81� l.F l.F LF 33 EA EA EA 1 LS 3 EA 5F SF i00 LF 996 LF LF 3438 LF EA � LF CY LF LF EA EA � � GY c�r CY CY EA EA $35.00 $29.Q0 $22.00 $40.00 $33.00 $sa.00 $25.00 $i,t00.00 $65U.00 $450.00 $1,500.00 $2UO.OU $2,3Q0.00 $300.00 $500.00 $900.00 $18.00 ��e.oa $20.00 $75.U0 $150.OQ $206.00 $1,OflD.00 $200.U0 $5,D0 $6,00 $19.00 $33.00 $45.00 $8,00 $500,00 �2oa,ao $3U,UD $100.OD $4,00 �1.OD $2aa.00 $1 54U,00 $�20Q.00 ��aoo.ao �za.aa �za.oa $20.00 $20.00 $3 000.00 �200.OU $U.QQ $74_2b0.flD $660.00 $1,4dU.00 $D.00 $o.oa $O.UO $0, 00 $8.750,00 $1,350.00 $4,5D0.00 s2 ooa.a6 $6�00.06 $8�00.44 $0.00 $0.00 $i2,980A� $a.00 $D.00 $2,475.a0 $0.a0 $o,na $1,000.00 $800.00 $0.00 $O.OU $1,900,00 $8,270,00 �o.aa $27,488.�d $O.OQ $o.00 $0.00 $0.00 $0.00 $0.00 $0. QO $0.00 $o.oa sa.oa $0.00 $a.00 $0.00 $O,UO �9A0 �0.04 ^ 5u6total Sedian �^ A. WATER IMF'k�\/EMI�NTS ^ TOTAL ~ $163,433.OU Page 4 oF 13 A.N.A. CONSULTA%1T5, L.L.C. 1701 RIVER RUN, SUITE 6'i0 FpFtT WORTH, TX 7G107 (817)335-9904 0► FAX {817)335-8955 EXHIBIT "B-4" (Supplement to Attachment Bj OPiNION QF WATER AND SEWER PROBABLE CONS7RUCTION CQST Water and Sanitary 5ewer Replacernent Contract 20A2, STM-J Water Project No. PW53-060530178530 Sewer Project No, PS58-07058017587D Q,O.E. N0. 375& Macirid Drive (McCart to Woodway Drive) �IFEM NO. A. Aupust27 2602 l � � DESCRIPTIOK QUANTITY �iU1�lITIUNIYCO3T 15L1B-TOTAL� TOTAL Madrid Arive i B'�55 INCLUD�� RnEMOVAL OF F,(ISiING 2 15" SS Il�ICLUDE R AL OF EXIS71lVG 3 8" SS INCL���S �� RL OF �XIS7ING 4 35" DIP INC 11b� 11RL dF EXI57WG 5 6" DIP SS INCLUDES REMOVAL OF EXlS71NG 6 B" �IP INCLUDES REMdVAL OF EXISTING 7 4" PVC TAP 8 4° DIP TAP 9 6" SEWER 5 VI E TAP i0 4" SEW�R 5 I 11 4" AIP�EWE�t SERVIGE 12 6" �� ER S�jtVIGE 134'DIA.MH 74 SHALLDW CONE MH 75 EXTRA �EPTH FOR MH 16 WATER TIGHT MANHDLE INSERT 17 CONC COLLAR 98 MANHOLE I��E�j�9J3 P��TECTIVE COATING 39 VACl1liM TE M/�(�iF�O 2G �EFiOLE EKCAVATIOiV TO WERIFY EXISTING UT1LiTY 21 �FJVI�QVE EXIST�NG MANHOLE 22 NnaN Exis . MH 23 REi410VE & REPLACE EXIST. CONC. CUR9 24 REMOII� & REPLACE EXIST. CONC. WALK 25 RENlOVE & REPLACE EXIS7. CONC. DRIVE 26 27 CONC. �NCAS�MENT 29 TEM�P.� SPH. PApY� EAV REPAIR EPAIR 30 TRENCH SAFE7Y S`��`�� 31 PRE N �1�5������N 32 POST T1� ���5 33 INSTALL �OUBLE�I��D SAiV17ARY SEW�R CI.FANOUT 4" CHIMNEY SEWER SERVICE 4" DIP CHIMNEY SEW�R S�FiVICE 4' �IA. bROP MM � Subtotal SecUon � Total Sectian LF $35.00 1214 LF ¢5.00 1267 LF 37.00 54 LF yU.00 500 LF $38-U� LF $40.U0 22 EA $30D.00 11 EA $35D.00 EA $50D.D0 70 LF $22.00 155 LF $28.Ofl LF $SD.00 10 FA $1.800.�0 �A $1�OO.DO is vF ��ao.oa 14 EA $55.00 14 �n $zoo.oa VF $20tlA0 1M1 EA $210A0 1 EA $45U.00 14 EA $360.00 EA $400.00 165 LF $19.00 SF $1.00 SF $1.50 LF $92.Q0 2 CY $9UU.00 250 Lf $25.00 A140 LF $5.00 4472 LF 51.00 LF $4,00 3662 LF $2,00 33 EA $160.00 375 LF - $25.00 27t1 LF $31.00 5 �Pi $2,0OO.Od A. SEWER IMPi.��IE�ENTS A_ Mlladrid �rEve� �� $0.00 $78,910.00 $48,879.06 $3 \78U.Da $18,0OO.OQ $4.00 $B,BOO.OD $3,850.00 $D.OQ $1/ 5a0.00 $4,340.00 $0.00 $16,000.00 $0.00 ��,aao.00 � $770.00 $2,800.Q0 $O.OU $2 840.00 �460,06 $4,860.00 $0.40 $3,135.40 $4.OR $0.00 $4.4D $2Q0.44 �s zso.ao $33�42UAD $�472.00 $D.00 �7 324.00 3�3UO.Q0 $7,875.Q� $8 370.60 $iD�0�.60 .^ $27B,605.00 � $44�,038.00� Page 5 of 13 A.N.A. cor�su�.ra�rs, L.t.c. 17D1 RIVER FtUN, SUITE 61U FORT WOftTH, TX 7s107 (817)335-9906 or FAX (817�335-9955 EXHIBlT ��s-a�� (Su�plemental ta Attachment B) OP1NlOH AF WATER AND SEW�R PROBABLE CUh1S7RiJCTION CaST Water and Sanitaryl Sewer ReplaCerr�ent Contract 2002, 5714E-J Waier Pro�ect No. PW53-Q6083�17653D Sewer Project Na. P558-070584176870 �.O.E. No. 3755 Royal Crest Drive (Forest Hill to E. Dead End) Au�lust 27, 2002 ITEM N0. DESCRIP'CI��I A. o11a1 Crest �rive 1 4 WQ��LI�eiNCk.. REM. EXIST. 2 8" WATER LINE INCL. REM. EXIST. 3 B" WATER LINE INCI.. R�M. EXIST. 4 72" �UCTEL� IRON PIPE INCL. REM. EXIST, 5 8" DUCTILE_IRON PIP� INCL REM. EXk5T. 6 6" DUC'iILE IRON PIPE INCL. REM. FJ(iST. 7 4" DUCTILE.IRON PIPE IHCL. REM. EXIST, 8 72" GA7E VALVE & BOX 9 8" GATE VALVE & SOX 10 8" GA7E VALVE & BOX 19 ST�. FIFt� HYDRANT 12 FIRE HYDRAN7 B.4RRELL E7(T'ENSION 13 CAST IROIV FiT'I'INGS 14 1$��11� E��e rQ MAIN 3 5 1'( 2�Rill TAP 79 MAEN 18 2" SERVIC� AP T�1 MP�IN 97 1" SERVICE FROM NfETER70 MAIN 1� 1 112" SERIl�C�E Fj��N1METER 70 MiAIN 1� 2" SERVICE FROM �°ER TO MAIN 20 CL. A METER BOX 21 CL, B METER 9pX 22 CI.. G METER BpX 23 Fl1RNI5H AND LAY 2" TEMP. WATER SERV[CE LWE 25 R�IU�QVE 8, R�PLACE EXIST. CONC. WALIC 26 R�MOV� 8� REPLACE EXiST. CONC. DFi11/E 27 REMOVE & REPLAGE EX15T. CONC. ClIFiB 28 PERM. ASPH, PAVEMENT REPAIR 29 PERM. GONC. PAV�ENT �P IR SO TEMP. A3PH. PA jyr F� R 31 EXPLORITORY EXC 1/AT�O DEHOLEy 33 G�VE� ���� AIR n$ RGER) 34 C�NC. �NCASEMENT 35 EXTRA, QEPTH FOR WATER MAIN 38 TRENCH 5AFE7Y 37 38 8" x 1fl" TAPP]NG TEE 38 B" x 8" TAPPING TEE 4D 6" x B" TAPPING TEE 41 iYPE "B" (2500#psi CONC. 4,� ��E "E" t150�#psi�CONC. 4� R SMED LINlE$T NE 44 BALLAST STON� A5 1"AIR RELEASE VA�V� R VAULT 48 1" SERVICE TAP TO NiAIN 2-314" BULLH�P,U COPPER SER, QUANiITY l3NIT I UIVIT COST ISUB-TOFAL TOTAL ���. � - LF 2,$53 LF 4U LF 54 �F LF LF � 2 EA B EA 3 FA 3 �A 15 LF 2 7N eo �a EA EA 1450 LF LF LF BO EA EA EA 1 LS 3 E4 32 SF 5fl SF 240 LF 60 LF LF 4147 LF EA EA LF CY LF LF EA EA EI1 . EA CY CY CY CY EP� � $35.00 $29.00 �zz.ao $40.OQ $33.00 �sa.aa $�,2oo.oa $1,10D.OU $fi5Q,0U $450.OU $1 50p, OU �2UD.�0 $21 300.00 $300.00 $500.00 $SOtl.DU $16,00 $18,OD $zo,00 $75,0� $450.U� $200.00 $2 OU0.00 �zaa.ao $5.00 $B.dO $18.00 $33.00 $45.0� $S.00 $500.0� $200.00 $30,00 $100,00 $4.OU $'f .00 $200.00 $1 \500.00 $1j Z60.00 $1,000.00 $20.00 $20.OU $za.an $za,on �a 000.oa �aoo.oa $0.00 $82,737.00 $880.00 $2.180.00 $O.OU $0,00 �o.ao $2 `200.00 $3 900.00 $�350.00 $�saa.00 §� oaa.ao $�BflU.06 $za,00n.00 $6.OD $a.00 $23,206,00 $U.00 �o,ao $9,OD0.0� $0.00 $4.00 $2,OOQ.DO $BOO.OD $iB0.�0 $300.00 $4 560.00 $'�980.00 $0.00 $33,176.00 $0.4U $0.00 $U.00 $D.00 $0.00 $O.UO $0.00 �o.ao $0.00 $0.00 $0.00 $o.ao $6.00 $o.oa $O.OD $o.ao � 5ublotal Sectian A. WATER�IM�FP OV�MENTS $201,3U3.U0 f'age 6 0( i 3 A.N_A. CONSULTAN7S, t.L.C. 170i i21VEft ftUN, SUITE fi10 FORT WORTH, TX 76i�7 (817)335-9806 or FAX (8171335-9955 EXHIBIT "B-A" {5upplementto AftachFnent B) OPINlON OF WATER AND SEWER PROBABLE CQNSTRUCTION COS7 Water and 5ani#ary 5ewer iteplacctnent Contract 2Qa2, STM-J Water Projeck No. PW53-060530176530 S�wer Project t�o. PS58-07458017587U D.Q.E. No. 3i58 Royal Crest Drive (Farest Hifl ta E. Dead Endj Rupust 27, 2002 �1TEM HO. - �ESCRIPTION A, oVal Crest Drive , 2 Sewer Imp�pv�e en�OVAL OF EXISTING 'f B" SS IN�LI] E� 2 12" SS INCLllDES REMOVAL O� F�CIS�JNG 3 9" 5S INCLU�ES REM�VAL pF �iIST f�� ' 6 eZD�PPNCLU6ES I#E��VAI. DF EX STiNG ING 5 6' DIP SS INCL Al OF EXISTING 7 4" PVC TAP B 4" I]IP TAP 8 8" SEW�R SERVICE TAP , 1 � 4" SEU�f�� $EI��C�� 11 4" QIP ��4AI�R S F�/ICE � 92 8" SEWER SERVICE 13 4' pIA. MN 14 SHALLOW CONE N1H 15 EXTRA �EPTH FOR MH 18 WATER TIGHT i1AANNOLE INSEFtT il CONC GOLLAR 18 MANHOLE INTERIOiiP bT�C71VE GOATING 19 VACUUM TEST MANHO�E 20 DEHOLE EXCAVATIdN TO VERlF'Y �X1S7ENG UTILITY 21 REMQI,IE EXIST�NG lIAANHOLE 2?'�ISA�dO�N EXjSY. NiH � 23 R�MOVE & REPLACE �XfST. CONC. CUliB � 24 REM�VE & REPIACE EXIST. CONC. WALK 25 R�MOVE & REPI..ACE EXfST. CONC. DRlV@ 28 27 CONC. ENCASEMENT 28 PERMANENf ASPH. PAVEMENT REPAIR 29 TEMP. ASPH. PAVEMENT REPAIR 30 TRE.NCH SAFETY SYSTEM 31 PRE N INSPECTION 33 STANp�S�SLE� fl� SANITARY S�WEF2 CLEANOUT � Subtotal Section � QUANTITY UNtT IUNI7 COST ISUB-TQT�'� Tb7AL l.F 2883 LF LF 18 LF LF LF 38 EA 42 EA EA 760 LF 1260 LF LF 8 EA �A 12 VF 8 EA 9 �A VF 8 EA Ea a ea EA 40D LF 1280 SF s� LF CY 77 LF 40A4 LF 4821 LF LF 2901 LF 80 EA $35.00 $50,00 $37.00 $B0.00 $40.00 �ao.00 $300.OD $35U.OD $500.Ua $22.00 $28.OU $50.00 $1 6�O.D0 $�l2fl0.00 F12a.6� $55.Q0 $200.U0 $200.00 $210.00 $dao,oa $350.04 $4U4.40 $19.00 $7.00 �t.�o $i2�0 $100A0 $z�.an $B.OQ $1.D0 $4.00 $2.04 $700.D0 �a.aa $144,150.OU $0.00 $i,08�.00 $o.on �o.ao $11 400.00 ��aS�o.nb $0.00 $18 `720.00 $35,2B0.00 $0.00 $72,800.00 $0.40 $1.440,D0 $440,00 $1,Bp0,00 $0.00 $1,680.U0 �a.oa �z,�aa.on $Q.00 $7 BU0.00 $1 �28U.00 �o.ao $0.00 $O,DO $3.925.D0 �32,352,a0 $4.921.U0� $O.UO $5.8D2.U0 $8,OQ0,00 � A. S�WER !l411Pf�/EMI::NTS !_!. 7otal Section_ A. Royal Crest �nve Page 7 of 1 s $305,27U.OR � $506,573A0� A.[V.A. CONSIJLTAN7S, L.L.C. 1701 RIVER RUN, SUfiE &1 Q FOf�T WORTH, i'X 76fD7 (Si71335-9940 or FAX {g���a35-9955 �XHIBIT "B-4" (Supplemental to Atiachment S� QPIIVION OF WATER AN� �EWER PR08ABl� COHSTRUCTION COST Water and Sanftary Sewer Replacement GontracE 2tlU2, SiM-J Water Pro]ect iVo. PW53-OB0530176530 Sewer Project No. PS58-07D58097597D D.O.E. No. 3756 3tacey Avenue (Belden ta Gorman Dr.j Auqusl27, 2002 ITEM 1�0. � DESCRIPTIaN QUANTITY I UNI71UNiT G�ST ISUB-TD7AL I TaTAL - A. tace�� Avenue 9 Waterlm�roy�� 1 10" WAT�R L E L. REhA. EXlST. �9" WATEFi LfNE INCL. REM. EXIST. 3 6" WATEF�LINE INCL. REM. EXISF. 4 12" �UCTILE lRDM PIPE INCL. REM. F>(15T. 5 9" DUCT[LE 1RRN PIPE lNCL. REI4L EXIST. 8 8" OUCTItE IRQN PIPE 1NGL, REM. EXIST. 7 4" OUGTILE IRON PIPE 1NCL. REM. EXIST. S 12" GATE VALVE 8� 6pX 8 8" GATE VAL.NE & BpX 10 B" GATE VAL1/E & BOX 1'E STD. F�RE HYDRANT 12 FiRE HYDRAkT BARRELL �7CTENSIpN 13 CAST IRON FITTIiVGS 15 11'E52" S��VJ� T{IP �IN 18 2" S�i�VIC� AP Ta � 18 1"7l�1�' S����� FRO ME TER OIMAIN � 19 �� SE��F�tOM MET�Cit TO MAIN 2U L. A B X 21 CL. B METER BOX 22 CL. C METER BOX 23 FURNISH AND LAY 2" TEMP, WATER SERVICE LINE 24 REMOVE EXIST. FH 25 REMOVE 8 REPLACE EXIS7. COI�C, WALK 26 REMOVE & REPLACE EXIST. CONC, �RIVE 27 REMOVE 8 REPLACE EXIST, CONC. CURB 26 PERM. ASPH. PA � AIR 29 PERM. CONC. PA � � F2 30 TEMP. ASPH. PA � IR 3i EXPLORITORY E C TI � �HOLE1 32 REM OVE EXIS . G,V, (18" & RG�R) 33 GRAVEL ROAD��PAER 34 GONC. ENCASEhAENT 35 EX'�RA, OEPTH FOR WATER MAIN 36 TRENCH SAFETY 37 38 $" x 1 D" TAPPING TEE 39 8" x 8" TAPPING TEE 4tl 6" x¢'� �B" 2500� T 41 TY�E �si CONG. 42 TYPE "E" 150� psl CONC, 43 CRiJSH� LIMES`T NE a4 BALLAS7 S70NE �F5 1"AIR R�L�ASE VALVE & VAUI.T �46 1" S�ftViC� 7A1' 70 MAIN 2-314" BULI.HEAD COPPER SER. LF 1.542 LF 26 LF LF 18 LF I.F LF � 3 FJ# 2 EA 2 EA 4 LF 2 TN 34 FA �A EA B12 LF LF �F 34 EA EA EA i LS 1 EA SF SF 102 LF 50 LF LF 2340 LF EA EA LF CY LF L� EA EA EA EA CY CY CY CY E�1 EA $45.OD $29,00 $22.OD $400,00 $33.Op $30.fl0 $25.00 $�,zao.00 $65U.40 $45D.40 $1 SDD.00 �200.�0 $2L 3�0.00 $300.00 $50U.00 $900.00 $1fi.00 $15.00 $20.00 $75.00 $150.00 �zoa.aa �z aoa.ao �200.OD $5.00 $8.00 $18.00 $33.OQ $45.00 $8.00 $5UQ.00 $2UD.D0 $3U.00 $1 Q0.00 $4.U0 $1.d0 $�,000,oa $1,500.00 51,200,00 �1,�U0.�0 $20,OU $20.0� $20.00 $20.00 $3,OQ0.00 $200.00 50.00 $a4 718.00 �572.00 $a.oa $59A.U0 �o.00 $0.00 �o.00 $1,95D.00 $ana.00 $3,OOR.Op $80R.00 $4,60p.p0 $10,200.40 $O.DO $O.DO $9,762.40 $0.00 $0.00 $2,550.0� $0.00 $�.Ofl $2,00n.00 $200,00 $a,00 $0.00 $1,838.00 $1,66U.00 $0.00 $18,720.�0 $O.Oa $O.Oa $O.OD $D.OD �n.00 $a.00 �o.00 �a.00 ao.ao $O.QO $O,dO $0,00 $0,00 $O.UO $0,00 $0.�0 ! Subtotal Section � A. WATER IMP OVEI4FNTS $104,484.UU � Page 8 of 13 A.N.A. CONSULTANT�. �.L.C. 17Q! l21VER RUM1l, Si11TE 61U FOf2T W�RTH, TX 78'f 07 (817)335-99D4 ar FAX (8171335-9955 �XHIBIT "B-a" (5upplemen#to Afkachment B) OPiNION OF WATER AE�U SEW�R PRrJBABLE GONSTRUCTIQN CDST Wa#er and Sanliary Sewer Replacement Contract 2002, ST141-J WaferProject No. PW53�O6U530i7fi530 Sewer Praject No. P558-070560175$70 DA.E. No. 3756 S#acey Aven�e {Belde� to Gorman Dr.j August 27, 2002 ITEM NO. l DESCRIPTfON A. 5taeei� Avenue � 2 5ewer I�A ���� 2 85'$SS IN������ OVAL �Fx� I i1NG 3 8" S5 INCLU�ES REMDVAL OF EXIS�liVG 5/ �1�pl�P SS NC���E� R��OVAL pF EX STIWG 8�8" D[P INCLU�ES REMOVAL OF EXISTING 7 4" PVC TAP 8 4" DIP TAP 8 8" SEWER SERVICE TAP 16 4"r�y y4f ERVICE 114'� SERVICE 12 B` �`� � �iiVICE 134'DA. � 14 SHALLOW CONE MH 15 @XTRA DEPTH FOR MH 18 WATER TIGHT MANHOLE INS�RT 17 CONC COLLAR 18 MANHOLE INTERIOR PFj�TECTNE CaATING 19 VACUl1M 7EST MANNoL � 20 DEHOLE �XCAVATION TO VERIFY EX[STING 11TILITY 21 REMOVE EXlS7ENG MANHOLE 22 ABANdON E7CIST. MH � 23 REMOVE & REPLACE EXIST. CONC. CURB 24 REMOVE & REPLACE EXIST, CONC. WALK 25 REMOVE $ REPLACE EXIST. CONC. �RIVE 28 � 27 GONC. ENCASEMENT 29 TEMMP.�ASPW. PAVEM NT�R���REPAIR 30 TRENCH SAFETY SYSTEEN 31 PRE N INSPEC710N 33 NST,4LL �OUBL�-nSI�ED SANITARY SEWER CLEANDU�' 5ubkolal 5eclian � Toial 5ection QUANi17Y I UNITIUNIT COST SUB-TOTAL I FOTAL LF LF 'k348 LF LF LF LF 16 EA 16 EA EA 283 LF 52D LF LF s Ea, � t0 VF 5 EA 5 EA VF 5 E4 EA 3 ER ER 160 LF 5F 5F LF CY 10 LF 182B LF 2151 LF �� i348 LF 32 EA $38.00 $75.00 $37.00 $90.00 $4a.aa $4U.00 $300.OD $350.0� $500.OD $zz.00 $28.�D $5D.Q0 $1 800.00 $�200.00 ��zo,oa 355.00 �2aa,00 �2aa.00 $210_oU $q50.00 �3sa.op $aaa.aa $19,00 $1.Oa �1.5P S12.fl0 $10o.flR $25.00 $8.00 $1.00 �a.ao $2.00 $1 �D.00 $O.OU $0. DU $49,876.D0 $0.00 $0,00 �0.00 $4 `800.OQ $5,F30A.00 �0,00 $6I 228.00 $14,560.00 $0.00 �s,oaa.oa $a.aa $1,200.06 $275.OU �1,OU6.00 $D.00 $3,05D.D0 $0.00 $1,050.D0 $O.DO $3,OA0,00 $0.00 $0.00 50.DU �O.OU $250.00 $94,624.00 $2,151.00 �o.00 $2 i698.00 $3,200.00 � A. SEWER IMPI�tiEh��NTS Paga 9 of 13 A. Stacey Avenue $i79,598.�0 � $223,y82.UD A.N.A. CONSULTANTS, L.L.C. 1749 RNER RUN, SLEITE Sh0 F�RT WbRTH, TX 7610'] (617�335-9900 nrFAXf817y335-9955 ExHia�r ��s-a�� {5upplemenkal to Attachment B) OPINION OF WATER AM� SEWER PFtOBABLE CO�ISTRUCTION GOST Water and Sanliary Sewcr Raplacement Contrect 2002, 5TM-J Water ProJect No. PW53-06053017B530 SewerProjectNo.P5�8-070580175879 D.p.E. No. 3756 Wedghill Way (Keswick to Lynndale Place) Auqust 27, 2pD2 ITEM NO. l QE5CRIPTION A. 4veduh[Il Wa+l 1 48 WdTER L1NE 1NCL. REM. EXIST. 2 B" WA7ER LINE INCL. REM. EXiSY. 3 6" 1NATER LINE INCL. REM, F�CiST. 4 12" �UCTILE IRON PIPE INCL. REM. EXIST. 5 8" OIJCTILE IRON PIPE INCI., REM. EXIST.' 6 8" �UCTlIE IRON PIPE INCL. RENf. EXIS7. 7 4" DUCTIL£ IRON PIPE INCL, REM. FJCfST, 8 12" GA'iE VALVE & BOX 9 S" GATE VALVE & BOX � 10 6" GATE VALVE & BOX 11 ST�. FIRE HY�RAIVT 12 FIRE FtYDRANT BARRELL E}CTENSION 13 CASTlRQN FITfINGS 1A 1" SERVICE TAP 7Q MAIN 15 1 1I2" SERVICE TAP TO MAIN i6 2" SERVICE TAP TO MAW i7 1" SER�GE FRO��T�,�i �iMAW 18 1 1I2" $ RVICE F METER 19 2" SER !GE FRO R TO MAIN 2U CL. A MEiER BOX R1 CL B METER B4x Z2 CL. C MET�R BOX 23 FURNISM ANb LAY 2" TEMP. WATER SERVICE LINE 25 F�EMOV� & E2EPLACE EXISt. C�NC. V1lALK 28 REMOVE & REPLACE EXIST. CONC. I]RIVE 27 REMOVE & RfPLACE EXIST. CONC. CURB 28 PERM, ASPN. PA�M�j�'[' �tE�AIR 29 PERM. CONC. PA h+� NT }� pAIR 30 TEMP, ASPH. PAyE��q �IR 31 EXPLORIT�RY EXCAV � O�H�LE1 32 ftEMOVE E%IST. G.V. {16" & RGER] 33 GRAVEL ROAQ REPAIR 34 CONC. ENGASEMENT 35 EXTRA DEPTH FOR WA7ER MAIN 36 TRENC� SAFETY 37 38 B" x 1�" G E 39 8" x 8 40 6" x 'r� ? 41 i1fp� � (2� s CONC. 4E?Yf� E" i nsi CaNC. 43 CRUSHEQ LIMEST NE 44 BAI,LAS7 570NE 95 T' AIR RELEASH VALVE 8 VAULT 96 1" 5ERVICE TAP TO MAIN 2-3l4" 6ULLHE4Q COPPSR SER. � f1UAAkTlTY UNITIUNITCOST IsL19•TOSAL TOTAL LF 1.52i LF 13 LF LF 38 LF EA A EA 1 EA 1 EA 1 LF 2 TN 2B EA EA � 524 LF LF LF 2S EA EA �n 1 LS � SF SF 84 LF 4U LF LF 1977 LF �A EA1 LF CY LF ILF EA EA EA EA �CY CY �CY CY EA °cA $35.00 $zs.oa 522.00 �40.00 $33.00 $30:00 �zs.ao $1.100.00 $650.OD $450.00 $1I500.66 $2UO.OD $2.300,DG $300.00 $soa.00 �soo.ov $18.00 $18.00 $20.00 $75.00 $�so.ao �zvo.00 sa ovv.00 �oa,00 $5.00 $6.OD $i9.04 $93.U� �a5.00 $B.DO $500.OD $200.00 $30,00 $100.Op $4.4Q $1.00 $260.00 $9 `bQD.OA S1,ZOD.UO $1,OOO.aO $20.00 320.00 $20.00 �za.00 $3,OO�.DQ $2UU.OD $D.00 $44,1 DS.00 �as.oa $0.00 $1,788.00 $0,00 �a.00 $0.00 $2� B"OO.DD $a50.U6 $1 5UO.UQ I �200.OD $4,600.00 $8,40n.00 �a,00 �o.00 $8,3&4.00 $0.00 $0.00 S2, t OO.flO $o.ao �0.00 $z,oao.00 ao,00 $4.00 $O.OD $1,596.00 '$1.32U.OU $o.00 $i5,816.00 $O.QO $U.00 $0.0� $D.00 �0.00 o.aa $0.00 $0.40 $O.UO �o.no $0,00 $O.OD $0,00 $Qa0 $O.OD $U.aO Subtot�l Sectlon A. WAT�Ft IMPI��JIlEM�:NT5 __ $94,5A9.06 � Page 10 af 13 n.r�.a,. calvs�LTANT�, �.C.c. 1761 RIV�R RUN, SUI7E 610 FdRT WdRTFi, T7C 78107 {817i335-990fl af FAX (847�335-9955 �XHIgl7 "B-4." (Supplement to Attachment B) OPINIOM1! OF WRTER AND S�W�R I'RO�AB�E CONSTRUCTIOlV COST Water and 5anitary Sewer Replacement Contract 20D2, S7lN•J Watef PfojeCl No. PW63A606301765SU Sewer Project No. P568-0705801756T0 17.O.E. No. 3755 Wedghlll Way (Keswick to L.ynndale Placej Aupust 27, 2002 IT�f41 NO. l pESERIF�TI4N A. VYed9hlll WaY _. 2 Sewer][Rp,�p�����Q��� 1 T 1 8" SS IN�LU 2 15" SS INCL D � p A G 3 8" SS INCLLJj� q AL������ a 15" OIP INCCI]������� L E. NG 5&" �IP 55 INCL� VAL dF EXI5TING 5 B" nlp IEVGLUDE L�JF �XISTINO 7 4" PVC TAP . B 4" DIP TRP 9 6" SEWER SERVIC� TAP 10 4" SEWER SERVICE 11 4" DIP SEWER SERVICE 12 6" SEWER SERVICE 13 4 �IA. NkW 1A SHALLOW CONE MH 15 EXTRA �EPTH FOR MH 17 �NG�Of�LARMANHOLE INSERT 18 MANFiOLE I�EIj!¢Jj P�TECTlVE CdATING 19 VACUUiN T� M1���F�o 20 �EHOLE EXCAVATION TO VERIFY F�CISTING UTILITY _ 21 REMQV�,�3(1$j'�NG MANHOLE 22 AB/�N�O�i �tIST. MH 23 REMOVE & REPLACE EXIST. COiVC. CURS 24 REMOVE & REPLACE EX15T. C01VC. WALK 25 REMOVE & REPLACE �X]ST. CDNC. DRIV� 26 27 CONC. ENCASEMENT 28 PERMANENTASPH.PA��jI����}2EPAIR 28 TEMP. ASPH. PA E �f�P R 3;����,������� 32 POST 33 INSTALL �OUBLE-516E0 SANITARY SEWER CLEAHOU7 Sublotal Sectlon �� Total Section _ RUAN'fITY UNIT UNIT COST SL1B-TaTAL I 70TAL � LF LF 1208 LF LF LF � 15 EA 11 EA EA 263 LF 358 LF LF 8 EA EA 14 VF 8 EA s EA � 8 EA EA 4 EA EA 130 LF s� SF LF CY 10 LF 158A LF 1829 LF LF $35.Q0 $75.OD $37.40 590.60 $40.00 $40,Op $300,00 $35Q.00 $5Ua.00 $22.00 .�za.oa $50.00 S1 `B00.00 $1,20Q.00 $i20.00 I $55.00 I �zvo.aa y200.40 $210.OD �aso,ao $350.00 $400.00 $19.00 ��.00 $9.5Q $12.Oq $1UO.OD $25.OD $B.00 $1.OD $4.bD $D,aO $D.00 $44,698.00 $O.QO $D.00 �o.ao �4,soo.00 $3.850.00 $0.00 ��.�as.oa $10,024.00 $U.06 $12,840.DD $O.QD $4,fiBU.00 $440.60 St,soo.00 $O.DO $1,BB�.DO �o.00 $1,400A0 $0.0� $2,470.00 �a.va $D.00 $0.00 �a.oa $25D.09 $12,544.00 ��,a7e.00 $0.6� $2J 416.00 $2,600.U0 12D8 LF $2.00 26 EA $100.DD A. SEWER IMPF.� E TI� A. wa��hi�l way $110 585.00 _ _ _ $2a5,744.00 � Paga 11 of 13 A`I`�Nf�IJRli�41� iLN77 �� i ►���ri�ai �� 4� CFiA�CES AWD �M�Pl�IV��PliS �'O S fAN�AR� ACR��Adi�f��' APID ,�iiACHh�EIVT � V�afer ar�d Sevver Replacement Gontract 2002, Sirilp-J DD� i�o. 3��6 1dVa�er �rojecfi Plo. PI�l�3p0605301�'6�30 and Sewer �rvjecf No. ��58�070580175�70 ihere are no changes and amendments to Standard Agreemen� and �tfiachmeni p OOE Hu pial h.iRie -- Wv & SS Rep1 3i5ti Conc.20p2, STM� CJ7�€�74�a1D44� Frueoe� 1 Arl�in C81te�iLl+ll CN5' CM�O I oasan =u-a�on Sw7 F��h S7� reb vcyw Cau purdtion Ehhle 135 B��N�2 9!'E+f02 45 811B102 n I �7Ci!!�Zlt Q� PFt�.���i SCO-QIE���E PmYmnms meon Fno�Cte r +�e�t+rs' peMew r ans�llu� ,^.�h' P�NA I I F�ah 9bn r—_r.:r, �m� r-rmn [Jel,b . ��'l ❑od Ga� ��u�Ytld'I C9fl■ tlat� 91307�L Y4 10l7l02I i2/5lD2 85 , 1216'rG2 12�� � 1 � _ � _ � � _ _ �_. — � - � �;�-�.�� ; - �� CcetaiNm'M u�i1Y Ro+tn'+ � SaR �Frish �itR Fr�Esn i Gr.A'm C1ete �atB �J� �� �te � �� 14 1�.7_3102 1723l03 3G i�1+rU3 271�3 14 , - � �� ������� I�� ��f:ll I�� � �� � � .�� I d�e� � �sl � I � � I I� 6 ��. I v / I 8�� �� ��� � II I - a II �� �� t ���1-� �� �I �-� �� I I I� I ��� 6�� �� I f'�F44�1��� I IY 6�� �N I � I� 37R �I � �"1 ���6" ��� �M4-� ��� g�� ��� I _ __ _�. I ! _ — �I �' - . ma-nnm3 � �� �� � 1J� ����� � N„ ��� � �M�� �NI I� 624j 3D"i I I I �A �� �� ! I �e� ��- '�m I 3 0�- � m __ � � � ___ �� �� ��lE����� �� MIa �� I � � J�J�', �� I I � _ � 4 � �� � I ��J. I �= . � I � _ _ _, ., .� g�� 6�� ' 6„ — - g �„ I4 ��Q � �r I�� I y� � � 1 � l ;_ �� � _ I �� �111�1 IGI � � _ � � _ '� ne w°' � �� I7069I I a' ,ao9 J11� � � gb�����1 I M a. � � � � � _ I I � � . � � , . , � ���. � a � I 4 � . P , � �- 8' PVC � 8"PVC B��PVC $��p� —� 6„ � � I � I~ �� � I I I I � I�P � � I_l ia r �wl � � I � � �Y I � � � � I I �- ���� I � I�p� �ry �1�������� � p � �I�J� ���. �-I �� � � � � g�� g�� 6�, • � . � I # kry� fI{If S" I � ^� �I �� qa� � I ��'I_ �� � I � I �� � I . �, _ � � I � �� � � � I � I I_ f I� �ryi I�o��l��� I�I� �= I-- I�J1� �.� I I_ n�� �� I 1�. A�I .�� l l �, N _ 6„ t. __ �„- — — - - � I M � eo�ro coMo J �PI I I � � �� � _ . �� �� � � �I SCHOAL �lBBEY �LSCHOQ�� � �� I 1 � ��� � 1 ��.17 � � � � ,� , , , � � � A" t 6� 6" . , ,.��' ��,��� � ti I�"�j � � ti � �p � � � ��-� � � � � "li �� - 42" Illil IlI111411111fllllllll IIIIIIIIIIIII�II'�II� Illill�llllllll�mi� ���������wi����� ��������.�,a..�u (COUNCIL DISTRICT 7) ��������� ��o (B�URTNE ST. — HALLORAN ST.) A T TACr�'M�NT ��SH��T 1J sca�E: ��� •�oo° LiiA TE-f� MA/N /MPf?O VEM�NT5 w r� 2024 -ss4 WATER & SEWER REPLA.CEMENT CONTRACT 2002 5TM J 202�4 -380 MAPSCD 74N 7�R ,A � AI�TA CoNsv�T.aNrs WTR PROJ. NO. �'W`5p3-060g5p301^i�65p3^�0 ��'�+s A I701 WVER RUN /Silll'E 6[O �fORT WORTH,7X 76f07 SWR r�ROJ. IY�. r"SJO -070✓O� �/ �p / Q P`�""� `e„'�4°a'F�,�"'�°'S5 DOE N�. 3756 Sux,B,ro� ...W7�5805conlrsdlEXkEkBff3.dgn Aug.27,2�02 11:44:38 � � o NM I ����4�L�1� � �a �� � � I I ��nl 3�6 } �ry �•e� �,� �� � ���3� M�T�� I ��14 � ���Y ����� N 6" �1�� � � I � a r21R 1 J L_II ���I(�a � ♦ t 7 9 w NN � � l�� p z � � , �, � ��& pg 1 � I�.11l �.�1� � �I�� �a��� I l,la�T � ��I 1 � ' 6�� � 6�� NM � I ������L � F� ���� � I �In ' I�F�I �� ��+� �7.�0�� I �� � �}� —� ° �������o���� I��I�� ,� , �. ! ������ �., ,`. b� �P � _ I �„ � � ��� I��I I I�I�� I I I I�Ia �� �5�69 ��I � ll �� � �. �1 � � �I �OOII����n� � ��•�� ������ � �k,75 L-Zfi ,�6 g'15 f I �F �1 �,����� ��;i � 1 �I I �o �� � �V ��L -- � I IN�S�� � �� ��k�. �J � �� � � 1��,�*z�1 J � hl I 4 �� � � �•��4 �� I �� ��� ��' Ibl. I' l�o� _�I� ������ � l 1 I� ��J. l � � ��11 I � I �1��� �T a ���IJ� ���� II�I��_']�� ���. � �� ��� � ���i1(�I�� � �� - �� ��6}d „ � —� ��n� � i s � _z��� � . _ �1��J �I ,�� �i� I� �� I {y_I Il I�� �l l I f�-1 �I���� I I�� �N �J1�42R24�IN4��� �� I I I I I I I l��13•�� 6f' 1 I 1 �� ������1 � I 1���� �1�� l I l J1J� �-���� 1 f l� 4 �111�1111111�1���14�fm IIIIIII����#����������� �������������������ri G DptJlA -- 5•�s L-2523 6�� � � � > >��� � �� �.��� � _ � � � � �� �� Ifif� ��. I `CI�N ��i��� �I�°� �� � I �� L -���� I � J�l�.� �I. �I� �� ��� _11��I�°�6..�� ��l&� ���z��-����1 � 1� � I'� LI-���4N I � � �LI�Y'� •� I i�l'I I� kF��i �l naiaz�r i no•p�"i i isri, il_ri_ (COUNCIL. DISTRICT 7) ��������� � V �. {BOURINE ST. - HALLQRAN ST.) A T TAC�'�MT�NT E ISHE�T 2J sc,�.�: ��� � 4aa� SEINER MAIN IMPI�OVEMENTS swR 202�-3�� WATER & SEWER REPLACEMENT CONTRA � prsiVx1ca4 L l ���� A�TA CONSULTA1�iTS Wp TR 17p1 RiVER NUN �SUITE 610 iFOAT WOATH, 7X 76407 � rj'/"[ (817�335A900EFh%:�817`335-9455 DOE 4 �•29 �-- � �X��% �nL������� ����� tn vc _ � 1�� ����i� �� � � I 1 sC� = 74.9� � i 4 F. J��� �. ll� I f 1� �� ��� � I 4.� �� �I 1pl �p� � � I I I I��� I IN61 I I� �R. 2 ��n N �� I I �I I �� � � CT 2002 STM-J 2024 - 38� MAPSCO 74N 74R PROJ. N0. PW�,3-060�3�17653Q Pf?OJ. N0. PS.5�-070,5�0175�70 ND. 3756 ...1020.590YoonlradSEXFIIBITS.dgn Aug.27, 2002 11:44:13 ' � 146 � � Bt r + ' ' Cl' R7c y� I - _ � _ _ . _- �] I•`' ts..pl �_- � 3 ZB O __'_'" ! A1A 1tE' 1 9� q � A2 "1� � 6'��f � o F �_ � 5 24 . __"' x 14fa �n -�_ _ 30 -' - L1R B2R1 B1 �/-- y� 1R 2p yq1 "' fFACT CR y C� aZ� 4R1 p 5H1 6fti / 7 "" - 7R1 8�1 �l 9R1 10�1 11R1 12R1 15R �.�•�.��vy �'� 32 S. 27R '�. { 8"Cl - __���� �f�� , M1 ��. n ���� 0.9 8 �R 2R SR 4R f 1�- ' _ .__�� 9� ,�l 50 26R � 26 27 2R 1R � I .,C! 9B'� � g 25R 23 , � 2B 24 IR 1R 32 ]3 ZR 1R rZR � 1�R0, , Sfl Q 1R 1 3R � i AR �1R zR 47 �� I / 24R .-- I 22 6R � t.Z�1��� 27 3R �' S1 3EY � -- 3R dR SN 10 '�� (7 � 36R 5R � . " 23R 21 � ' 2a 4R � ifi 4R -r i� 7'�� 4A _. 41 6R ' � 4b 7R fj - i 35R 6R ~ (�' 12R1 a5 11 �.�q 23 5R-__� - --� -___�) ~ SR �.5� 7R qg � 22R 20 eR 2g SR 29 54ft �p � _�� � F.1R1 �3 . �� 12 21R 2z eR - - �~ 6R � :J 39 BR IARI m y 19 9� � I 7R �4 6�_J 2$ �� SSR 8R 411 4'0( � 13 20R � 7Uli 29R I - 23 �R ~�~' '`-~ 9R SB 9R ISftI U 13�� F 19R lBN Q ___ BR 5 �� � eR _-_ tOR l46 18R ~ 11R O 19R yR y�� 8� 1 26 � �1R lOP !7 I6F q0 i7A 4 �- �`� BR S9R � S6 ItA I 17R 39 75 � 12H IBR tOH �, 21 9P 25 � 11k _" - _ 1 30 16 16R '� 7 ~~ ~ 10� � 3S IZR 1BR t 17 i7p d 20R lOR 5, 29R � R sb 5. ' , s�� 19 � i8R y } � S � 4 d c �o _ 25S 5 N 6 7 � B 4 � 27 . ZZ IlR pL. I ❑I 1 2 22 23 �'D � �a 15 16 LIR G '� 228 � 5} ''6., hy Qo` �O� E•, � 1 I"ARV � 53R 1112 ? � +� z 34 . y 6Q 2BR � ISR }9R j$A . 37 r 15R 14R - i6R 12R u 19H 11R d �'1Zp � 11R �p� 14F 20R ��( , a �v '+. �"�- 12R 4 22N Q � - ___ '�i � 15R LiR �>�. � � G � 1aP 32 f 34A � • !� � 1.7R W 26R �� �SR � 17. ' 133' u 2 5' � ro 13R 17R 1JR U 21R ` � �� q ' — 7—� G _~ 14R 20R 14A� 25p �� _ 3k _ 18R �I 22R � H 16R � 16R � , i5R 2dR �_� 30R 17R al f. 2aR Sa SZ 31 n �° W ISR lyH � I �p 4"FL ![R 23R 228 ��R ZBR I 10R WI ZAR 7 5' 8"PVC �r�'.� 18R - - � 29 � /���I� �fl �zR 'o� �Be isrt z5R �� _ zeR " . r r� ..�� r �R z7rs znR I Z\ �. �; B„ ��� �� ��7 f lV1I'Y!7 Y �'S.. �� 253 E �?,9, � '[ 2OO I _ O � qi y . 1 - —� �: Ta 1NH TP 2 5 �' s 4 3 ' 2 � / � � c ' I I avah "� I I 7A6 � R ^ 2b� 22 21R s . .o` ss zaR xsx /' � " � ' s 3 -0 5 6 14 � iZ ,s 0 $ 70 If G 337 _ Z YR IEE — � 5 \ q 6 3 7 2 32 j� B i 6 ^ ]0 29 6 �� � 8 � � 9 I1 . i� � � ���5 wlL�-4A \\ � � �% � S�R�g9 � A� Z4i�15 /� �� 15 m ip I � � 18 F ,e �� —' ".� zos 1 // 8.�64 OIF B,FLB � � 51ETER 3 �-r B�� 6�� � _,_� i� � � `o � U � 206 � � r 5� ~CARi70N � 19R y,�AR� I - __ _ _ � 35' II / L� — io��oi �I��� 1 3 Z � y��� � I 5 _ _ (COUNCIL. DISTRICT 6) ���� ��o (McCART AVE. — WO�DWAY DR,} ATTACHMENT E CSHEET 3� sc�e� ��� � 40D� LVA TER MAIi'V /MPRO VE'MENTS W rR �036-35fi WATER & SEWER REPLACEMENT CONTRACT 20p2 STM J 2036-352 A A A�A CONSULTANTS Hlva/NPSRS Lf 1J01 RNER Rl1N �Sl1fIF 610 iFORi WOICiF1. T7f 76107 �"� � 1 (817�335-99UdFA%:(BI7j335-9955 5flAVHY�RS ...10205901mntracllFXH19iT5.dgn Aug.27, 2(302 14:42�9 MAPSCO 103D W TR PRO�. N0. PW53-060530776530 SWR FROJ. ND. PS58-�705�0175�70 OOE NO. 3 i'56 n G 437 TR IEE4 �j r - 2i�so 6,. - ----r� fNkCT E + � � z n M� ei � ---� ---- VC--�'7i68 75.5s �-8960 ez q. =6 i ct aic W �� ---�0 1•7fiE� 3 2B � ._1-� h1A - -- ' � 13�80E 5•D E { Rfl —_ z5 o I - x -- 6�� 5 d0 ~--- � \ iR aR """ --" -- TRACT CR , L1R 82R1 31 CI OLd 4R5 SP1 6RI 7R1 0R1 8RI IORI 41R1 12R} 15R S. Sry1v�Y 3z o• oe � s.M� ��yR �zR ' vR 1 If ��` a?_'�E _ �. 0 6�� aR. A�1�i2 , ,s ,��, rB I 1R 12R �ft 4R � . . ' ib 7/.r_]F'_- 50 �fo 2ER 28 27 2p tq rt � I 6 `• 51 � V 9 25R ol 23 w� W w Za 29 2R iR 32 2t7 1R d' 1R pk ( '2�e �' ,� SR � n t� .13 � � 3R II4P 1F Ip 4� s� � ZS 3R 4 . N1- I 9R s�� � �� 24R '�� 22 6R � 27 SR � q�' S7 3R q �R t,.i sR 5R 3 � 23R 21 7fl � 29 4R I� 26 4R P� 4� 5R �� 41 6R 46 �4i 11 22R 23 Sp f 30 J5R bR � 4p 'R tv `' Ral 5 oi �V 2P BR � �' 25 $R 24 � 34R 7R � � 73ft} 42 4� qa 22 �' 12 2�R . 6R _ �1 0 3S 6� 14R1 T4 6R - 37{ 9R � � 2�R 19 9R � 27 �p �� R e $R 41 '3i5% 13 • 205i -- `a 23 7R n, S4R 15ft1 ].Z7E 19R ^ 1�� IOR � 'r �� . 3Y 16P fi,. 6. 14 �BN 17R 11R �D - 1BR gp V] �� 2~_�� 2� 9R �, 36 11R 1�R a� 3g . Q' ')5 15 12R Q 16R 1�R � ?7 9R �_� "� 3�R 11R r - � �s}.9 lb �� 16R � R lOR a lOR h 29R � � a5 12R p R 3B � y 53f� 17fl 11R ^ � 12R J6 I � 15ft 1qR 12R ?� 19R 11R �� 39 �R � IBR 3SA -�] � X3R }1R �3R 3S 37 V r 16R 13ft u 18R 52R 4 V`. 52R 27R ' __ ti R 20R ' ✓.Jn LSR I sZ — � � f 1SR � � 34A .j•�'g �V 1R � 8.64 �� i� 19R 17R 14R W R 15!! 1fiR Q � 22R ti�`1-1� 6" 1�r� 18R 2� � Cp ). �fl 16fi 17R � J 23R 33 3 � � 1�63E � Op I5R I5R U 74R � �7. 31 D� '� f� S O ^ s' � 19R ? 17R 29R n 1 2Afl J � � + 49 ♦ 32 18H I6R � 23R L'7468 J '� �� 29 W � I6 3 . N I�F 78R W 2@R R � 25p ��.Og //q/}jry� j/��9 q n � � 22R 28 15 7 ��./♦ {.! `r �1 l �r' � o) 21R 19R b 2�R M_Z6B L-7 7 27 �,� �& { g --__ .. __ 6 U w h ��9f f� I 7 •�'I/'71! Y � I'1F% �/ p C g q Qp� 2�o ROP MH �b � �� `8•23 i4 � io M� O{(. � . $. Y 2fiR 25R20.R 23q 22 21fl • 6 , d,�o V �� u e � n � �n , Z� S 74 y., � U� �7'g � t' . 3 4 O g S�� 1 6 � ;� t g J N S 1h 15 � ° 60•55 � 6 7 8 a i4 n ��a 3•92i `� I 2•50 20 °': 84•6 2 Trr �ee � � I� — nR � z� 22 n -tg a "�7 in' � PL. 4� t op q \ �' � I� s„VC �o �°�. a s e �r�s �4��� � } J 21� %�i S23 O�� Q� .1 � 6 }�4S' Y z2 24 q} ps � 2 52 s � S w 5��5g9 17 CARLTON � � ' �,`� a 3i e A" �ea c� } -- � 9 > I� `� 2� 8 30 �p 9 TP 1EE4 N 1Q TR 1HH qg �k ��; 1p � 7 5 6 2B 'Z `� � �n � � pV� 7a 2 so� 4 7 �0 27 13 � iT � vG 4•35 5�96 i3 i 'S7 � $ �, ZB �a � � �3 ��� �� 6�05 I (COUNCIL DISTRICT 6) ���� ��o (McCART AVE. — WOODWAY DR.) ,� rr�cHn�ENr E rs���r �� 5��.�: ,�� . 4�0� S�WER MA/N /M�f; O VE�M�'NTS 5WR 2fJ36-356 WATER & SEWER REPLACEMENT C�NTRACT 2002 STM—J 2036-.352 MAPSCO 103D � ��� CONSULTA.NTS W TR PROJ. ND. PW53 - 0605341 i65.�0 �' ���5 A »�a�a �N ��RE 6�0,�0� �r�+o�,�x 76�0� SWR PI�OJ. ND. P55�-070g8017.��70 9��� �ai�y��vvoa��:�a�»a�9sss pDE ND. 3756 ...h(�05961co�recPF�CFiIBRS.d9n Aug.27,2002 17:68:77 - - - —' � o � N F Y 280 7 TR.SIF iR 3�F2 � TR 51F5 rU Esmf. ���� �,f - -� � TR 51F � y ]7.5' / �I�. ��° � ��� TR 40C y ^ F / _ ��rR.s,c a' g�� R0�'�AL N�RE�T .,1� �� 19 209�z7 22 �"J � z0. R�Z� C�E5�28 I DR•ai ^I aa l sal 3513e pi a� � G/a 41 4 aso s � E I � � zsi � 42 � 6 �•• I 6 ±�' Ji _ �� 49 z N �' 1 5 g 9 � 1 2 5 4 5 � 7 6 9 Itl 11 1� 13 F-0 1 2 3 4 5 6 7 8 9 ip �� 43 a-�ea > >z � — Z — _ 20 J 13 $ � �' 4 7 10 Q 28 27 24 23'� 24 23 22 2f I i9 1B 17 16 15 28 ?7 257 �4 23 22 27 20 14 26 3 _ .. Y � �go — � � ARIAOL J �'� � DR �+ AR90t 7 �i�- DR� , - - �g �e �e�'� t is 47 �C 1{ X � 11 .�p� , 8 15 sa ' IS p � � � 17. • � y6 � � 2 251 1 2 3 4 5 �z 13 251 16 77 � 19 2 21 2 23 2� 25 26 27 � I 2 I S I 4 5 p� 10 7 a _ I _ � M I1 � 3 /�' Z �n - Y 12 4 g 11 TB.31C 7R 31C 7� � U9 8 5 � ^ 8 IS � 6 � 10 I IR.SI S n iR.S2C �J Y iR.52D � fR 32F (COUNCIL DISTRICT 8) ���d .�JL�d �i/���� ��a (FOREST HILL DR. TO E. DEAD END) A T TACHMENT � ISHEET 5J sCaL�: r� tl 400� l�f�A TER MAIN IMPF�O VEMENTS wrR 2oss�3s2 WATER & SEWER REPLACEMENT CONTRACT 20Q2 ST'M J 2�72"3.�2 MAPSCO �osc i06H A .c4�..c� �ONSULTA.NTS WTR PROJ. N0. PW53-060530176530 �� � �lo, R�R R�� h�� a,a,�� wa�,+,� ��,o� SWR PRQJ. NO. PS.��-D7�5�a 175870 P�� 5��� �d17�935-99t]bFI]f:[817�335-4955 DOE ND. 3756 ...10205DOkronlrecflF_XhIIBffS.dpn Aup. 2i, 2902 11:43:27 U 1 � � � 8137 TA,S1F TR 31F2 YR 33F1 � ���� ! � �� ����7 ■ ��I 9 � I i` 57•50� 9�10 �11 �7�t3 I 15 16 17 1 19 2i1121 2Y 23 24 25 28 2, 28 29 30 3S 3� 6•37 TR.3u s O CB �T R. QY CR R. r S 1 ,. �R _ ��.nn . � •oo _ 6 / � 9Z � � 4 5 g J 1 2 3 4 5 7 8 8 ]� 11 12 13 14 J } 2 3 M1 5 fi U 6 2S `� 27 0 7 2 3 4 -'� i0 g$� 9E 27 26 25 24 23 2: 21 20 78 �8 17 76 �5 w 28 26 ZS 24 za p ARIJOL) OF. ���'LD D�i. -_i(7 �7 � L'/4t}S [s•�U f0 6' L 'i-rU( 54•43' I�'I 6 54 �.. t,5 B� - .�' 2 2i 22 23 24 S 26 27 I 3 i Sz � 2 3 o- 5 �z �3 Id 15 17 18 19 Z O _ 16 �. � 7F 31F ra s,c � r7 q 'Z � ie.fu g � � 17�50 13 �� - .- _1i - - — *e - - T z�•�3 0 � Z 0 fl z w � 74 ] 7/ / bry ry� 2B I ' 7� e 9 (COUNCIL DISTRICT S} ���I`� I J ����� ��o (FOREST HILL DR. TO E. DEAD END) A T TACHMENi � rSH�ET 6� sc,a�.E: r� 0 400� SEWER MA/N IMPRO VFM�NTS SWR 2066-352 WATER & SEWER REPLACEMENT CONTRACT 2002 STM-3 2�%�'3�2 MAPSCD �06G 106H � A.�TA CONSULTAIV'lS WTR PROJ. N0. PW53-0605301�6530 �� A 1701 WVER RL1N /SUIEE G[6iFOAT WOR771,1AT6107 SWR PRO� N0. PSS�-0705�0175�70 P�'�S (Bq]33�990dFA%:18171�5-9955 5�� D�E NO. 3756 - W2059U1wnhecOF�CHIBRS.dgn Aug.27, 20C}2 11:42:55 t1 h ` � v 32 31 12 5 �a 3 ' za� c r� 1� �� �' R., 83 13 6 13 L6T A 30 � 21 zZ ! ,�h ,a 7 iz 12 � O ' � 2B 7z 6„ e G � 4� � xo z 2s is d� � 9 } s� i tl M1a�� 19 3 2 O Z 5� 4 �1 O� 27 16 'o Z 35 `, / 14 �(�• Q� 3 10 ,�a ^p ' as �� 8 3 34 3 72 q 15 �. /� y� 1B 5 �� 5 I 7 7 ��5 j9 4 33 2 43 5 �6 s s`5 c , � �o q 5 32�, 3 -0z + e 7x y q� at 2 34 3 2 � 13 ,�I 12 II 83 S 31 4 3� 137 � I B��N�1 %-1 $T. � �� ZS B�� 22 5 AO 3 35 �� ��C� G ,�— . ' S9 sL 6•, y 132 2 -- ��4"Con_. 94" �`��� 8'� 7j6 39 s 32 �P 3 Z���V �� '0 oonos' 2a 'F�s-p�� }��,� tp 29 S 5 G 21 _ �I 2 3 N� 1 N' f 7 3ti 4 SB 5 E' F � $R 5 � 27 2 9 26 � 8 S r0 2p a 7 �0 j 37 30 ,�- 6 � z6 0, z, 7 1� 5� aR �a ser� �? 3 „ ' g cHico c y 79 y q�� � 3fi zy ' � ST P L�c. d 250• �- 25 � 4 r�.s• 2s ,� �� S 5"AC 6 � 4R C7. � W 12 35 y' � 26 ' �'� 15 7p t' iz I� 24 �� V 25 '— 9B 9 �3,5, 73 7r 50, 5 14 SR G �1 j� h �� W � 11 30. � Z � 1�2 t3 y 23 'a g 2A C� Itl 2� z 2 l2 0 r �Z t} B i6 rn c�`S t4 N 33 ¢¢ � Q 13 � 15 1a Z 22 � � 23 --� � 11 26 � 3 �� � � n KE WA o ao. � ti5 i3 3a � . g ��� p, � 10 �R 221' 31 0 16 zz 14 3 U .� 25 4 10 ^. il T. 1 z1 13 GPCc. i8 14 20 20 . 17 24 g 9 .y� 8 Dl BR 9 G 20 }5 3p 14 G ^+ 1 l9. �D � 72 23 137 8 �O � '�I 19R � 91i � 9 10 18 19 16 45 6 RG .[p� @., 7 760 B IB » 29 2z 7 � � ry� O�. � 17 . 16 6R � 1R 83 . )4' nG. � 2s Z� G 2 3 =l 4 5 �FZ' 21 19 t7 � �a� ��' 14 ao ZR iz x io 9 CD i5 27 �g ZG ry°cP �O ^� WONQEF 19 ZZ 7. 73 � 8 '� p5 �,• •� 1$ 23 jR � 11 � 20 18 YQ 1 6" l6 17 r,) f� V7 � n.5' 7 O�y F 25 `t` 1K �R 21 154 1� 13 14 u 25 z� 4 6 22 a7 , 26 �5 �Z 5 �. �4 2 29 � N 5 �z � }3 � �� � O�. 34 !3 32 Jt 39 0 22 6 6 SF fa B� 4 � PG �� ��6 2t � , s°� i� G�A,9 is � 2R. 1� ��0 k qVF. ro _" -__ �B Z� 23 7 � 1R C 36 •2 rz p G �ii I7 � 2a 2R i65 y c'°1� ?�' �o p°i 12 13 �y �5 i6 8 'v i7 � C g � � O� . 3 4 Y., .op' ryp rq� .h i Z$ z7 Zb z�� /I \ 9 5 +a _ � 1E {COUNCIL DISTRICT 6) S'�A��� A�� o . (BELDEN AVE. — GORIWIAN DR.) A T TACr�It�MT�NT � tSHEE�i %1 scA�.E= ��� � aoo� W,� T�R MA/N IMP�O V�MENTS �y�� �0.�o-3s4 WATER & SEWER REPLACEMENT CONTRACT 2QQ2 STM J MAP5C0 �9K �9P A ��� �ONSULTAIVT'S WTR PROJ. N0. PW53-0605.�0176530 �o� A }7p7 RNfR 0.UN .6F11TF 6W iFDRT WORTH,,� �6,0� SWR PROJyN0, PS58-07D58017587D �� �817�33S-99I1bFAX:RB17J33Er9955 QOE `yLJ. �/✓� aURVLYDR3 ...L020b904conhacNECHIBfFS.dgn Aug.27,2002 11:43:68 � 14 � SR � g � ` i3 p,, 6R \ � u, 9 [� i 17 � 7Fi _i ��� 3 z th '�h s, u] ' 0 24 ~�� 1tl 2� I- 2 v� 14 � 72 SS . "� 4 ��' E tl' � 11 2B 3 �% 7� 23 � I� 13 R i v -. �5 32 � ~ 2M1 � 8 L -e � �. 20 9 20 n IB � 19 �0 � 18 �� ,�� � oa•za 21 �R 10•O9 p 22 2R 5•66E �� � 23 3R l4 b 20. 4 i 1� � 3 � (COUNCIL DISTRICT 6) I�.i' ����d� � ♦ � e (BELDEN AVE. -- GORMAN DR.) A T TAG'h�M�NT E ISH��T 81 sca�E: ��� ��ao� S�fN�i� MAIN IMPRO V�M�NTS SWR 203Q-364 WATER & SEWER REPLACEMENT CONTRACT 2002 5TM—J MAPSCO 89K 89P ,A,. Al\T1� Co�rsur,TaNrs WTR PR4J. NO. PW53-060530fi65,30 �o+� � 17Q7RNFRRl1N�SUITF670ifORiWOR7H,nc�aio� SWR PROJ. N0. PSS�-0705�0175�70 r�'�� (B17}33`r99D�YFFJJ(:=BI7J33�9955 5„R,�,�o� p0€ NO. 3756 _ _ _ _ ,,,yQ205gplCunlra�[4EXHIBITS.dgn A�g.27,2a03 11:43:43 -� �u � G pH1 (COUNCTL DISTRICT 6) V �V �� ����� V V �� ��\ 281 1 S� C�% � F 436 , 6� �' l 7 G 2F .� (KESWICK AVE. — LYNNDALE PLACE) ATTACH�M�NT �(Sf�'EET 9J sc,a��:1�� n 400� �1/.4 T�f� MA/IV /MPRD VEM�NTS WATER & SEWER REPLACEMENT CONTRACT 2Q02 STM J w�R 2a36 -364 MAP5C0 89R A ANA CoNsu�,�alvrs W TR PRDJ. NO. PW53-06Q53D17653a �� p� � 770lflNER RUN /S11RE GlOifaRT WORTH,,� rd�or 5WR PROJ. ND. P55�-07Q580175870 S�R�� `8�����"f,�:,B„"'�-'955 DDE N0. 3756 ...5o2oSs6lamracttEXHIaRs.dgn Aug. zr, zoa2 t i:45:UB - � � - - - • 12 13 J� IS 1d I6 � 17 �s � i7.s9� 16 19 �i � � �.=�� — L� � 7 37 47 p �3 \ w � _ F }& � 46 Z� 7 8 U �� 4¢ 59 � 45 15 8 '�•• w —Q— F- � � ao - aa � ,86 io _—� �6 9 10£ 45 A1 » � � $a� g•ra 4� , WE'et_ a, S- k � 5 O1 � .,� K ��rHw�s r 15 � l9AHD IB. g6 5 �. 1 ,••3s I/��.,z,.r �. Z / ., r�� A 6• �aE �o � ' z' s� 5 6 6,�4 la � Z Y3 ' g �o +� �i r z - 1�09E q 3 B 1i 14 � J 5 � � ? �D 1 z Z 1 0 ' � � 22 q � e 7 6 s a 3 2 a a 4 i Z� 4D•p�j � WED HILI ` J��a WA J 3 20 / ���� i�i�_ 4 542' 20w M1O• �a 27E 6L(69E 2• 7 3��•87 � � \Q � 19 13 l2 B I 10 11 12 13 'q 15 16 — I 6 19 I 5 3 — 2 U �B 4 I 7 1B I 6 a ,� Z � 8 7 6 5 4 3 y 1 �- I g� '�� I � 17 � �a'� K BER Y � LN. � 16 6ri � : �� � % � - - I 9 [} I6 I g �' � b•93E ..� . � � ��14�12E 6•76 3,5A 3 +I� 20 22 9 10 11 52 13 14 I5 56 � I�� J 15 Y 9 H 1. / � 2 � Ay � z � Iv q� ,o`,,, 3l• 5 �� B � 5 5 a � 1 � I�OR9•I�E 3 I D•5kE 1z 40.•1:£ OOT N 4(7 5a L-46E0 a �37.54E �44 A1 g�� 3 � 37•72 ._ ��r 25 11 IOR 11R 12R 13R 54N T 1 2 l 24 "+' --, rR.� ts«AiE � 6,. 4 Z 54 9� s ++ I -=�- 1 s + 2 r 1 S 7R &R 58 4R 3R -- - I 2B ,YB� Z6 25 24 2d Z2 � I �couNcrL nzs�rcT �� r � 3S Q Q Q CP � �' N �� �9 �� �� v �, � 34 W�� �I�I]�� �A.� (KESWICK AVE. - LYNNDALE PLACE) ,� rr�c�+�a�Nr � rsH��r �o� SCALE� r� � ���� SEWER MA/N IMPRQ VEMEN �S SWR 2036-36� �'�TER & SEWER REPLACEMENT CONTRACT 2�02 STM J MAPSCD 89R A �►.��l. �ONSULT�NT'S W TR PROJ. N0. PW53-060g30176530 �� A 770iRNER RUN /5UISE GiQ�DRF WORYH,nc 7sior SWR PRO�. N�. PSSS-07058017587� p�' � (817j33�990dPA%:;SI7]33rr9955 5�� DOE N0. 3756 .�.1020500YanVactlEXHIBITS.dgn Aug.27,20p2 77:44:56 ' "' �`aty o��o� �o�ih, �'�as �r��� at�� ������� �.��r������t���► I]ATE 8/27102 SUB,iECT REFERENC� I�[UMH�R LOG NAME F'A+CC� #*��� �2�� 30STMJ 1 af 2 ENGINEERING AGRE�MENT 1NITH A.N.A. CONSULTI�iNTS, L.L.G. FOR WATEi� AND SANITARY SEWER REPLACEM�NT CONTRACT 2Q02 STM-J RECOMMENDATION: lt is recommsnded #F�at the Gity Cauncil authorize the City Manager t4 execute an engin�ering agreamer�f with R,N.A. Consultants, [�.L.C. ir� the amount of $154,857 '�or Water and Sanitary Sewer Replac�ment Contacf 2a02 STM-,�. DlSCUSSION: This project consists af the preparation o# plans and specifca�ions for water and sanitary sewer main I �epi�cement on the foilawing streets: STREET Kilpatricl� Avenue Madrid Dri�e Royal Cres# Dri�e Stacey Avenue VVedghill Way FROM Bo�rine Street McCart Avenue Forest Hill Dri�e Beiden Avenue Keswic� A�e�ue TO Halforan Street WVoodway S�reet East dead end Gorman Drive Lynndale Place All the sireets are schedulsd fior asphalt overlay after water and sev�er installa#ior� is complete. A.N.A. Consultants, L.L.C. praposes to perform the desigr� work �or a lump sum fee of $'E54,857. City staff considers this fee to be fair and reasartable for t�e scope af services proposed. M1WBE - A.N.A. C�r�sultants, L.L.C. is in campliance with fF�e City's MMt�E Ordinance by commiiting to 2D% MIVIlBE participation. The Ciiy's goal o� this praject is 20%. This proj�c# is Eocat�d in C�UNCiL DISTR}CTS 6, 7 and 8, Mapsco 74N and R, 89K, P and R, 103D, and 106G and H. Irt addition to the cnntract amouni, $5,DQ0 (water: $3,aoo, sew�r: $2,OOD) is required �or project management by ti�e Er�gineering �epartment. C'ity of �o�t �Y'o�ih9 �'"ex�s �i��or �nd �ou�c�l C�r�n���i����o� OATE R�FEREMCE NUMSER LQG NAME PAG� 8/27102 '��C;-19208 _ 30STMJ � 1 af 2 SUBJECT ENGINEERING AGREEMENT WiTH A_���, ��J�1�U��`���'�, L.L.C. FOR WATER AND SANITARY S�IIU'ER REPLACEMENT CaNTRACT 2002 STM-J RECOMMENDATION: it is recommended #hat the City Council aufh�rize the City Manager to �xecute �n engineering agreement with A.N.A. Consultants, L.L.C. in the amount o# $15�4,85� for Water and 5anitary Sewer Replac�ment Co�tact .2002 5TM-J. DISCUSSION: i This pro�ect consists of the prepara�ior� of plans and specifications for water and sanitary sewer main I rep[acement on the fallowing streets. � STR�ET FROM TO Kilpatrick A�enu� Madrid Dri�e Royal Crest Dri�e Stac�y A�enue Wedghil! Way Bourine Street McCart Avenue Farest Hil1 Dri�e Belden Aven�e Keswick Avenue Hallora� Street Woodway Stree� �ast dead end Gorman Drive Ly►nndai� Place AI{ the streets are scheduied for asphalt o�erlay after water and sewer instaliation is camplete. A.N.A. Consuitants, L.L.C. proposes to perform #he design wor�C far a lump sum fee af �154,8�7. City I staff considers this fee to be fair and reasonabfe for the scop� of services proposed. i � Ni1WBE - A.N.A. Cansultants, L.L,.C. is in compliance with the City's MMIBE �rdinance by cammitfiing ta 20% MfV1/BE participaiion. The City`s go�l on this projec� is 20%. i � Th�s pro�ec# is located in COUNCiL DISTRIGTS 6, 7 and 8, Mapsco 74N and R, 89K, P and R, 103D, I and 106G and H. I In adc�itian to the contract amo�nt, $5,4�0 (water: $3,Q00, sewer: $2,000) is required for proj�ct I management by the Engineering Depar�meni. 0 �'ity of �oNt Wor�h, �"exas I��y�r ��� Cour�cil Go�nluni���ior� �ATE REFERENCE NUMBER LOG NAME PAGE 8127102 **�-� 9�,0� 3DSTMJ 2 of 2 $UBJECT ENGINEERING AGREEMENT WITH A.N.A. CONSULTANTS, L.L..C. FOR WATEI� AND SANITARY SEWER REPLACEMENT C�NTRACT 2a02 STM-J FISCAL INFORMATIONICERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as app�opriated, of the Water Capital Project Fund and the Sewer Ca�ital Praject Fund. MO.n Submitted for City Manager's I FU1�iD I ACCOIINT I CEN'C`�R I AMOY11�iT I CTTY S�CR�'�ARY Office �y: I (to} � � Marc Qtt 8476 I Origivating Department Head: I � � Douglas Rademaicer G157 I(from) I APPROVED Q8I27/02 PW53 5312D� 060530ii6530 $84,923.20 ` Additional Information Contact: P558 53120p 070580'f 75$70 $69,933.80 � Douglas Rademaker 5157 0