HomeMy WebLinkAboutContract 27428: �, - , � ,� .. i , ��TY ���I��i��Y
CONiRAC� N(� . �
CITY QF FORF W�RTH, TEXAS
SiANDARD ACREEM�NT FOR ENGWEERING S�RViCES
�'his AGR�E��GNT is �et�ve�n th� City of �art WorEr� (E�e "�i i r"�, ariu 'v'v�riuy ����� u
Assnciak�s, lnc.. (the "ENGI�lEER"), for a PROJECT ger��ra[iy dzscribed a5: Water
Repfacem�nt Conkract 20�1 W�l-P�1.
Artic�e I
Scope of Ser�ices
A. The Scope of Serv�e�s is set fortf� in Aktachm�nt F,.
Articl� !!
Compensation
A. T�e ENGINEER's compensation is set for�h in At�acnmeni B,
Artic[e Ill
Terms of Payment
Payments to the ENGlNEER wiil �e rnade as follativs:
A. ln�oice and Paymer�t
{'f) T�e Er�g�neer shall pro�ide #�e City sufficient documentation to
reasanably s�bstantiate t�e invatces.
(2} Monthly invoices wifl be issued by t�e ENG�NEER for alI wark pe�formed
under this AGREEMEN7. Invaces are tfue and payable wiihin 30 days
oP receipt. .
(3} Upon co�npfekion of services enumerateci in Articie I, the final paym��t of
any balanc� tivil] be due within 30 days of receipt oF the final invoiee.
(4} !n t�� event of a dispuied or contested billing, onEy that po�tian so
cantest�d wili be 4vithhatd ffom payment, and ti�e undisputed portion will
be paid. The C�TY wilf exercise reasonableness in contesting any bilE or
portion thereof. No interest avi11 accru� on any contested �ortion of tlne
billing until mui�.�ally r�solvecf.
{5j if th� ClTY fails to malce payment �in full to ENG1NEEf� for biElings
cantest�d i� good faith within 60 days a� ti�a amount . due, t�e
ENGfNEER may, after giving ssven (7) days' written notice to C1TY,
sus�end services under this AGRE���1�NT untii �ai�i in Fu�i, ic��iu�[���
inter�st. ln the event af susp�nsion af services, the ENGIN�ER snafl
�ave no Eiability to CiTY fior delays or tlamages caused the CITY
because of suck� suspension of services. -- � -� -'
a
_ li'%L•. -� -�Y�+� +
� �' = , - �,,,�. 7 � �•- � u - . 4
� �e , ���_
Article N
Qbligatiorts of the Engineer
Amenciments to Articie !V, if a�y, are inc�uded in Attachment L.
A. General
The ENGINEER will serve as the CITY's professianal engineering represer�tative
under this Agreemeni, providing professional er�gineering eo�sultatian and
advice and furnis�ing c�stamary se�rices incidental ih�reto.
B. Stantiard of Cara
The stanciard of care applicable to the ENGIN�ER's services will be the degree
oF skill and diiiger�ce normally employed in the State af Texas by professional
engineers or consultants performing tne same or similar s�rvices at the tim�
such services �re perfarmed.
C. Subsurface lnvesfigations
(1) The ENGIN��R shall advise t�te CITY wit� regard to the necessity for
subcontract work suc� as special survey5, tests, test borings, or othe�
subsurface investigatians in co�nection with design and engineering
work to be pertormed hereun�er. The ENGINEER shall alsv advise the
CITY conceming the resufts of same. Suc� surveys, tests, and
investigations shall be #urnisl��d by the CiTY, unless at�erwise specified
in Aftachment A.
(2} Vn soils, four�cEation, grounciwater, and otF�er s�bsurface invesiigatinns,
the actual characteristics may vary significantfy between successiv� test
points and samPle ini�rvals and at locations ot��r than where
observations, expfarafion, and investigations have been made. Because
of the inherent uncertain�ies in s�bsur#ace evaluakions, changed ar
unanticipated undergroun� conditions may occur #hat could affect the
tntal PROJ�CT cost andfor execution. These canditions and
costlexecutian �ffects are not the respo�sibility of the ENGINEER.
D. Preparatior� c�f Engineeririg Drawings
The �NGkNEER wi�l p�ovide to ihe CITY th� aric�inal drawings af a�l plans in infc
on rep�oducible pfastic film sheets, or as otl�erwis� a�proved by C1TY, whieh
shall become th� property of the CfTY. CITY may use such drawings in any
man�er it desires; pravided, how�ver, thaf the ENGINE�R shall not be liable for
the use of such drawings for any project other than fhe PR�JECT described
F�er�in.
-� 2-
E. EngineeNs Personnel at Construciion 5ite
(1} The presence or duties of the ENGINEER's personnel ai a construction
sike, wh�ther as an-site represenkativ�s or otherwise, da nok make the
ENGINEER or its �ersQnnel in any way responsib�e far those duties that
i�elong to t�e CITY and/or the CITY's conscruct�an contractors or other
�ntities, and do nat reGeve ti�e canstruction contractars or any oth�r
entity of their obligations, c�uties, and r�sponsibiiities, inc�uding, but not
limited ta, all construction met�ods, means, techn9ques, sequences, and
pracedures nec�ssary far coordi�ating and campleting all portions aF the
c�nstructiot� wark in accordance with the Contract D�cuments and any
health ar sa�ety pr�cautians required by such construckion wnrk. TF�e
ENGINEER ant{ its personr�e! have no autharity to exercise any control
over any construciion cnrrtrac#or or other erttity or th�ir emplayees in
connection with t��ir wnrk ar any heafth or safety precautions.
(2) Exc�pt to the e�ent of spec�fic sita �isits express{y detailed and set fort�
in Atiachment A, th� ENG{N�ER ar its persa�n�i shaEl have no
abligation or responsi�aility to visit the canstruction site to become familiar
with t�e progress Qr qualEty nf the completed work on tl�e PROaECT or ta
determine, in general, if the work on the PROJECT is being perforrried in
a manner indicating that t�e PRO.�ECT, whe� com�leted, wilE be in
accordance with tne Contract Documents, nnr shal[ anything in the
Contract Documents or the agreement between CITY and ENGINEER
be construed as requi�ing ENGINEER to maice exl�austive or continuous
an-site ir�spections to discover latent d�fects in the war�c or otherwise
check the c}uality or quantity of tl�e work on the PROJECT. If, for arty
reason, ti�e ENG�NEER should malte an on-site nbservatior�(s), on the
basis of s�ach on-site observations, it any, the ENG�NEER shail e�deavor
to k�eP t�e CITY info�mec� nf any deviatian from t[�e Contrac# Documents
coming to the actual notice of ENGlNEER regarding th� PROJECT.
(3) W�en prafessEarral certification of perfo�rnance or cha�acteristics of
makeriais, systems or equipment is reasana�ly required to perform tne
services set forth in the Scop� af Services, the ENGlNEER shall be
entitled to rely upon such cert9�cation to establish maierials, systems or
equi�ment and performance criteria to be required in the Contract
Documents.
F. �pinions of Probable Cost, Financial Conside�atiorts, ar�cf 5chedules
(1) The ENGINEER shall provide opinions of p�obable costs based on t�e
current available i�formation at th� time of preparation, in accorda�ce
with Attachment A.
(2) In providing apinions �f cvst, financial analys�s, economic f�asibility
projections, and sched�les for tha PRO,IECT, t�e ENGWEER has no
cankrol over cost or price of labar and materiafs; unknown nr latent
conditEans of existi�g equipme�nt or stnactures tF��t may affec� operation
ar maintenance costs; compekitive hidding �rocedures and ma�cet
-3-
C4f1CII�iQ(15; time or aualify af perFormance by third parties; quality, type,
management, or direction af operating p�rsonnel; anc! other economic
and op�rationai factors that may materially affecf the ultimate PROJEGT
cost ar schedule. Therefore, th� ENGlNEER mafces no warranty tnat cne
CiTY's actual PROJECT costs, financiai aspects, econamic feasibility, or
sci�edukes wiU rtot vary from t�e �NC;��vc�t�'s opiniar�s, �naiysd5,
prvj�ctions, or estimates.
(a. Canstr�ct�on Prog�ess Rayments
Racommendations hy the �NGINEER to the CETY fo� perindic canstruction
progress payments ta the construciion cantractor wiil be based on the
ENGINEER's knowledge, informat�on, and belieF from sekeciive sampGng and
observation that the work has prog�essed to fhe pflint indicaked. Such
recommendations do not represent that continuaus or detailed examinations
have been made by the ENG�NEER ta ascertain that t�e canstructian cor�tractor
has compieted ihe work in exack accordance with the Contract Documents; that
tfi�e fir�al work will be acceptable in a[f respects; that the E��lNEER has made
an exam�natian to ascerta9rt how ar for what purpose the construction contractor
f�as used th� moneys p�id; that fitle to any of the worlc, mater�dls, cr equipmenf
has passed to the CIiY free and cl�ar of liens, claims, security �nterests, vr
encum�rances; or that there are not other matters at issue betwee� t{�e CITY
anc4 the construction contractor that affect the amount t�ai should be paid.
H. Ftecorc� Drawings
Record drawings, if required, will be prepared, in pa�t, on the basis of
information compilEd and fumished by atY�ers, and may not always represent
the exact locaEian, ty�e aF various compor�e�ts, or exaci manner in whieh the
PROJECT was finally co�structed, The ENGINE�R is not responsible for any
errars or amissions in the information from others t�ai is incorpvrated inta th�
recard drawings.
I. Minority and V1loman Business Er�ferp�ise (MIWBE} par�icipation
I� acco�d wit� City vf Fart ►NortF� Qrdi�ance No. 1'[�23, the City has goals fai
the participation of minority business enterprises anci woman business
er�t�rprises in City contracts. Engineer acknowledges the MfWBE gaal
esfablis�ted for fhis contract and �ts commifinent ta meet that goal, Arty
misrepresentation af fiacts (other than a negligent misrepresentation} andlar the
commission of fraud by the FngineEr may result in the terminatinn of this
agreem�nt and de�barmer�t from participating in Ciky cont�acts for a period of
time of not less than three (3} years.
J. Right tca Autiit
(1} ENG�NEER agrees that th� CITY s�aEl, until the expiration of tl�ree (3)
years after #ir�al payment under this contract, �ave access to and the
rjght to examin� and �hatocopy any direciiy pe�iinent boaks, documents,
papers and records of the �NGINEER invvlving transaciio�s relating ta
_�,�
this contract. ENGINEER agrees that the CITY shall have access dur�ng
normal workir�g hours to al1 n�cessary �NGINEER facilities ant4 sY�all be
prav9ded adequate and appropriate wo�c space in order to conduct
audits in campfiance with the provisions of this section. The CITY shail
give ENGENEER reasonable advance no#ice of intended au�its.
K.
{2) ENGINEER furtF�er agrees ta include in al� its subconsultant �c�reements
hereunder a pro�ision to the effect f�at tF�� subconsultant agrees that
the CITY shalf, until the expiratEon af three (3� years a�er final payment
�nder the su�cflntract, have access to and the righk to examir�e and
photocapy any directly pertinent boaks, documenks, papers and records
ofi such subconsuitant, invo�ving tra�sactions to the subcontract, and
further, that the CITY shall have access during narma! working hours to
al! subcansultant facilities, and shall be provided adequate and
approp�iat� work space, in orcEer ta conduct aUdits in compliance with the
provisia�s of khis articke together with subsection (3}hereof. CITY shall
give sUbconsultant reasonable ac4vance notice of i�tended audits.
�3) ENGINEER ar�d subconsultant agree to phota capy such documents as
may be requesied by the CITY. The CiTY agr��s to reimbur5e
ENGINEER for t�� cost of copies at the rate p�blished in the Texas
Admir�istrative Code in effect as of the time capying 9s performed.
ENGINEER's It�surance
(1� Insurance coverage and limjts:
ENGiNEER sha[I provide to the City certificate(s)
policies t�f the fallowing coverag� at minimum limit
prior io commencement of work on fhe PROJECT:
Commercial Generaf Liabiiity
$1,000,000 each occurrenc�
$1,000,000 aggregate
of insurar�ce documenti�g
s which are ta be in effeci
Autamob9le Liability
$1,00O,OOQ each ac�ident (or reasana��y equiva�ent limits of coverage if writter�
on a split limits basis}. Coverage s�tall be on a�y v�hicae used in the course oE
the PROJECT.
Woricer's Compensation
Coverage A: statutary limits
Coverage B: $100,000 each accid�nt
$500,000 diseas� - palicy limit
$'{00,000 disease - each empaayee
Pro�essionaE Liability
$1,OOO,D00 each claimlannual aggregate
(2) Ceriificates af insura�ce evidencing #hat ti�e ENGINEER has o�tained all
_5--
r�q�ired insurance sha1E be deEivered to the CITY pno� to ENGlNEER
praceeding with the PROJECT.
{a) App�icable palicies shali bs endorse� to name the CITY an
Addiiianal Insured thereo�, as its interests may appear. The term
C!T>' shall include its employees, officers, officials, agents, and
voluntee�s as respects t�e contract�d se�vices.
{�) Ce�#i�icake(s) o� ir�scarance shalE documenk th�a� insurance
cov�rages s�ecified accarding ta items section K.(�} and K.(2) o�
this agreement are provided under applicable policies
docume�ted therea�.
{c) Any fa,ilure on part of the ClTY ta request r�quired insurance
documentatEor� shall not canst�tute a waiver of the insurance
requirements.
(d) A minimum of #hirty {3Ci) days notice af cancellatior�, non-renewal
ar materiai change ir� coverage shall be provided to #he CITY. A
t�n {10) days natice shall be acc�pfable in Ehe event af non-
payment af premium. Such terms shaff be enciorseci onto
ENGlNEER's insurance policies. Notice shai� be sEnt to the
respective Depariment Directar (by name), City af Fort Worth,
� Oq0 Throckmorton, Fort Worth, T�xas 76102.
(e} Insurers far a11 policies must be autharized to dn business in the
state of Texas or be otherwise a�proved by the CITY; and, such
insurers sh�ll be acceptable to the CITY in terms of their �inancial
strength anci soivency. •
(� Deductible limits, ar self insur�d rete�tio�s, affecting insurance
required here�n may be acceptabfe to the C1TY at its � sofe
discretion; and, �r� lieu of traditional insura�ce, any altemattve
coverage maintain�d through i�surance �ao1s or risk retenkion
groups must be alsa apprays�. Dedicafed fnancial reso�arces ar
let�ers of cradit may aiso be accepta�le ta the City.
(g) Applicable poiicies shaia each be endarsed with .a wai�er af
subragakitir� i� favor of the CITI' �s respects th� PROJECT,
��) The C�ty shali be enti#led, upon its req�aesf and with�ut ine�rring
expense, to review the ENGiNEER's insurance pa[icies including
endorseme�#s thereta ar�d, at th� CjTY's discretian, the
ENGINEER may be required to provi�e proof of insUrar�ce
premium payrnents.
(I) The Commercial Gen�ral l.iability insurance palicy sinall t�ave no
exclusians by endorsements uniess such are approved �y the
CITY.
�
Q) The Professional �.iabklity insurance policy, if w�itten on a claims
made ha�sis shaH he maintained by the ENGINEER fo� a minimum
two (2) year perioci subsequent to t�te te�m of th� respeciive
PROJEG�' corttract with khe C[TY unless such coverage is
}�rovided the ENGINEER an an occurrence basis,
(k) The CITY shall nat be resportsik�le far th� dir�et payment of any
insuranc� premiums req�i�ed by this agreeme�tt, fk is understaad
that insurance cost is an allawable �ompor�ent of ENGINEER's
overhead.
(1) All insurance required in section K., exc�pt for the Praiessional
L�abiliky insurance policy, shall be written on an occurrence basis
in order ta be apprnved by th� CITY.
(m) Subconsulta�ts to the ENGINEER shall be requiret4 by the
�NGINEER ta maintain the same or reasonably equivalent
insurance coverag� as required fnr the ENGINEER. Wt�en
insurance coverage is maintained t�y subconsulkants, ENGINEER
shai� provide CITY with doc�rmentation t�ereof on a certificate of
i�surance. Natwithstanding anything io the contrary contained
herein, in th� �vent a subconsultant's insurance caverage is
cancefed or terminated, such car�cellation nr termination shall nnt
co�stitu#a a breac� by ENGINEER of t�� Agreement.
L. Indeper�cient Consultani
The ENGIN�ER ag�ees ta perrorrn ail s�tvices as an ir�dependent cor�su�i��t
and hot as a subcontractor, agent, ar emplayee of the CITY.
M. Disclosure
The ENGINEER acknowledges to the CITY thai it has made ful� disclasure in
writing of any �xist�ng canflicts oF �nterest or poiential conf{icts of inkerest,
including persanal financia! intere5t, direct or indirect, in ��operty abUtti�g the
proposed PRO.lECT and business reiationships with abut�ing pr�periy ciiies.
The ENGWEER ftarther acknowledges that it will make disclosur� in writing af
any confilicts of interest which devefop subsequent to the signing o� this contraci
ar�d prior to final payment under the cantract.
N. Asbesfos or Hazardous Substances
(1) !f as�estos or hazardous subsfances in any form are encountered nr
suspecte�, the ENGINEER wiil skop its own worfc in the affected por�ions
of the PROJECT to permit testing and evaluation.
(2) If asbesfos or oiher hazsrdous su�sfances are suspected, the
ENGINEER wi11, if requested, assist fhe CITY in obtaining the services of
a qualified subcontrac�o� to manage the remediation activities of the
PROJECT.
..7 _
O, Permittir�g Authorities � Desigr� Changes
If permitking authorities require design changes so as to compfy with p�t�lisY�ed
design criteria andlor cuRent �ngineering practic� standards which the
ENGINEER sl�ould hav� been awar� of at the time tnis Agreement was
executed, ths ENGINEER shall revis� pfans ar�d s�ecificakions, as reauired, at
its own cost and expense, However, if design cf�anges are requ9red due to the
cnar�ges in the pe�mitting autnorities' published design criEeria andlor practice
standards cr�teria which are publishecf after i�e date of th�s Agre�ment which
the ENGINEER could n�t have �een reasonably aware of, the ENGINEER shafl
natify tha CITY af s�ach changes an� an adjustment in compensation wi�1 be
mad� thraugh an amendme�i to this AGR�EMENT.
Ariicle V
Qbligatior�s of the City
Am�ndments to Articie V, if any, are included in AttacY�ment C.
A. City-Furnished Data
The CITY will make available to the ENGkNEER aI! technical data in the CITY's
possessian relating to th� ENGINE�R's services o� th� PRO.IECT. The
�NG3NEER may rely upon t�e accuracy, timeiines�, artd compleieness of tl�e
information pra��i�ed 4�y th� �ITY,
B. Access io �acilities and Property
The CITY will make its facilities accessible to the ENGINEER as requir�d for the
ENGlNEER's performance of its s�rvices and wilk provide labar and sa�ety
equipment as requirecf by the ENGiNEER far suc� access. The CITY will
perform, ai �o cost to t�e ENGINEER, sUch tests oP eq�ipment, machinery,
pipelines, and other campanants of the C�7Y's facilities as may be required in
connectior� with ih� ENGINEER's services. The CITY wi11 be responsibEe for a�l
acis of the CITY's persor�nef.
C. Advertisemen�s, Permits, and Access
�nless oiherwise agre�d ta En the Scope of 5ervices, the C[TY wifl obtain,
arrange, and pay �ar all adveriisements for bids; permiks and licenses required
by local, stat�, or federal authori#ies, and land, easements, rights-af-way, and
access necessary far the ENGINEER's services or PRO,�ECi consirUckion,
D. TimeZy R�view
ThE CITY �vit1 exam�ne the ENGWEER's studies, rEporis, sketches, drawings,
specifications, proposals, and atl�er �ocuments; obtain advic� o� ar� a��a�-ri�:y,
insurance counselor, acco�antar�i, auditor, band and financial advisors, and other
co�sultants as the CITY de�ms appropriate; and render in 4vriking decisions
:
required by the CiTY in a timely mann�r in accordance with the project sch�dule
in Attachment D.
E. Prompt Natic�
7he CITY wilf g�ve Prom�t wrii#en natice to the ENGIN�ER wher�ever CITY
obs�rves or becomes aware of any development tnat affects the scope or timing
of the ENGINEER's services or of any defect in the work of the ENGINEER ar
construction contractors.
F. Asbestos ar Hazardous S�bsta�ces and Indemnificatio�
{1) Ta the maximum e�ctent permitteci kay law, th� CITY wil! i�demnify and
release ENGINEER and its afficers, emplayees, and subcontractors from
all cl�ims, damages, lo5ses, and costs, including, but not limited to,
attorr�ey's fees and litigatian expenses arising out of or re�atir]g to the
presence, discha�ge, rel�as�, or escape of hazardous su�stances,
contamina�ts, or as�estos on or from the PROJEC7. Nothing contained
herein shall �e construed to require t�e ClTY to levy, assess or coll�ct
any tax to fund khis i�demnificat9on.
(2) The indemnificatior� ar�d release required above st�all r�ak ap�ly in the
event the discharge, r�lease or escape of hazardo�s substances,
contaminants, or asbestos 9s a result af ENGINEER'S negiigence or if
suc� hazardous subsiance, contaminant or asbestas is braught onto ti�e
PROJECT by ENGINEER.
G. Contractar Indemni�cation and Claims
The CfTY agrees to include in all construction cont�acts the provisions of A�ticle
�V.E. regarding the ENGINE�R's Personr�e! at Constructiar� Site, and provisions
providang contractar indemnification vf the CITY anc! the ENGIN�ER for
co�tractor's negligence.
H. Contractor Claims and Th�rd-Pa�ty Bene�ciaries
(9 ) The CfTY agrees to include t�e followi�g clause in all coniracts with
consfiructian co�tractors and eqiaipment or makerials suppliers:
"Contractars, subcontractars and equipment a�d materials
suppfiers on the PR4JECT, or their sureties, sha{I maintain no
direc� action against the ENGlNEER, its officers, emp�oyees, anti
subcant�act�rs, for any claim ar�sing out af, in connection with, or
�esult�ng from the �r�gineering service� per�armed. Only the CITY
wi11 be the beneficiary of a�y unde�talcing by the ENGINEER."
{2) ihis AGREEMENT gives no �ights or benefits to anyane other than �he
C�TY ar�� ti�e ENGfNEER and there are no i�ird-party beneficiaries.
(3) Th� C1TY wiil inc3ude in each agreem�nt it enters inta with any other
�
entity or persan regarding the PRO.iECi a provision that such entity or
person shaf� have no third-party beneficiary rights under t�is Agreement.
(4j Nothing ca�tained in this sectian V.H. shall b� eonstn.ted as a wai�er nf
any right t�� CITY has to bring a claim against EN�INEER.
l. CITY's lnsurance
('�) The CIN may maintair� property insuranc,� an certain pr�-existing
skrUctures associated witFt ihe PROJECT. •
(2) The GITY wili ensure ti�a� �uilders Riskl�nstatlation insura�c� is
maintained at the re�lacement cast value af the PROJECT. The CITY
may provide ENGINEER a copy of the policy or documentation af such
on a certificate oF insurance.
{3) Tne C�TY will specify that the Builders Riskl�nstallation insurance st�all
be comprei�ensive i� coverage ap�rapriate ta th� PRO.EECT risks.
J. Lit9gatio� Assrstance
The Scope af Services does not include casts of the ENGfNEER far requireci or
rec�uested assistance to su{�port, prepafe, document, bring, defend, or ass�st in
litigation ur�dertaken ar tiefer�d�d by the CITY. in the event CITY rec�uests such
services af the ENGINEER, this AGREEMENT shall be art�ended or a separate
agreement will be ne�otiated between the pa�ties,
K. Changes
Tt�e CITY may mak� or approve cha�ges within tF�e general Scope of Services
in this AGREEMENT. If such c}�anges affect the ENG�NEER's cost flf ar tim�
rec�uired fior perfnrmance of the services, an equitab�e adjustment will be made
thraugn an amendment to this AGREEMENT wit� appropriate CITY approval.
Arkicie Vi
General Legal Provis9or�s
Amendments to ArticEe VI, if any, are �ncluded in Attachment C.
A. Authorizafiion to proceed
ENGINEER shall be auk�tarized to proceed w9th this AGREEMENT upon receipt
of a written Notice to Proceed from the ClTY.
B. Reuse of Project Documents
All designs, drawit�gs, speciPications, documents, and othe� wo�k products c` ;` �:
ENGINE�R, whether in �ard copy or in el�c#ronic form, are instrum�nts of
seNice for t�is PR4JECT, wi�ether the PRO,lEGT is camp�eEed or not. Reuse,
-la--
change, or alteratian by the CITY or by others acting #hroug� or ar� �ehalf of the
CITY of any such instnrments of service without th� written permission of the
E�IGINEER will be at the CITY's sole risk, The final designs, drawings,
specificatior�s and dacuments shal! be owned by the CiTY.
C. �arce Maje�re
The ENGINEER is not responsibl� fo� darnages or defay in performance caused
by acts of God, strikes, lockouts, accidents, ar ather events b�yond the contro�
of the ENGINEER.
D. Termination
(1) This AGR�EMENT may be terminated only by ti�e City for conver�ience
o� 30 days' w�itt�n notice. This AGREEMENT may be terminated by
either the CITY or the ENGfNEER for cause i� either party fails
su�stantially to p�rform througn no fault of the otl��r and does not
cQmmence correction of such nonperformance with five (5) days of
�rrrittAn nnkice anci diligently complete the correction thereafter.
(2) If this AGREEMENT is terminated for the convenier�ce of the City, th�
ENGINEER wiE1 be paid far termination expenses as follaws:
a) Cast af reproductio� of partial or complete studies, plans,
specifications or other forms of ENGlN�ER'S work praduct;
b) Ouk-of-pocket e�cpens�s for purchasing starage contain�rs,
micrafilm, electronic data fif�s, and oth�r data storage supplies ar
S�NICBS; '
c) The time requir�ments #or th� ENGINEER'S personnel ta
dacument tne warS< underrvay at the time ihe Ci7Y'S termination
for convenience sa that the wo�k effort is suitable for lang time
storage.
(3} Prior to proceeding wit� termination services, the ENGENEER will
submit to the CITY an iiemized statement of all terminatior� expenses.
The CITY'S appraval will be obta€ned in writing priar to proceeding with
termination services.
E. Suspensian, �eiay, or 1r���rrup�ian fio I�Vork
The CITY may suspend, delay, or i�temapt the servicss af th� ENGINEER for
tne convenience a� the CITY. In the event of such suspensio�, delay, or
interruption; an equitable ad}ustment in if�e PRO.]ECT's schedule, commikment
and cost af the �NGINEER`s p�rsonnel an� subcontractors, and ENGINEER's
com�ensation wi11 be macle.
-11--
F. Indemni�ication
{i) Th� ENGINEER agrees to indemnify and defend tl�e CITY from any lass,
cost, or ex�ense claimed by third parkies for prbper#y damage and bodily
injury, including deatF�, caused salely by the negligence ar willful
misconduct of the ENGINEER, its emplayees, officers, and
subcontractoEs in connection wit� the F'RO.lECT.
(2) If the negfigence or willfuf miscanduct o� botl� the EN;�I�.�.�;; u,-,:; ;;-,:
CITY (or a person identified above fnr wham each is iiable) is a cause of
such ciamage ar injury, the loss, cast, or expense si�al� ba s�aru
between the ENGlNEER and the CITY in proportion ta their relative
degrees af negligence or wilffu� misconduck as deEermined puesuant to
T.C.P. & F2. Code, s�ction 33.01'i{4) (Verno� Supplement 1996}.
G. Assignm�nfi
Neither party wi11 assign a1l or a�y part of this AGREEMENT without the prior
writt�n ea�tser�t of tF�e other parky.
!�. Interpretation
Limikakions o� liability and indemnities in this AGREEMENT are I�LJ5111@S5
understa�dings between the par�ies and sha11 apply to al� the different theories
of recovery, incEuding breach of contract ar warra�ty, tort including neglig�nce,
st�ct ar statutory liability, or any att�er cause of action, except fa� willfu!
miscanduct ar gross negE�gence fo� lim9tations of E9abifity and sole negligence for
indemr�ificat�on. Parti�s means the CITY and tl�e ENGINEER, and #�e€r afficers,
emplayees, agenks, and subcontractors.
I. Surisdictian
Tf�e law of the State af Texas shall govern the validity 4f this AGREEMENT, its
interpretatian and per�armance, and any nther cfaims related tn it. The �enue
for any litigatio� relateci ta this AGREEM�iVT shall be Tarrant County, Texas,
J. Alternate Dispute Resoiution
{�} Afl clair�s, disp�ies, and other matters in question bet�v�en the ClTY a�d
ENGIEV�ER arisi�g out of, or in connec#ion with this Agr�ement or the
PRO,�ECT, or any breach of ar�y abligation or cfuty of C[TY ar
ENGINEER her�under, wiEl be submitted ta m�diation, If inediatian is
unsuccessfuf, ihe claim, dis�ute or other matt�r in question st�all be
submit#ed to arf��tration �f both par�ies acting reasanably agree that the
amount of the dispute is likely to be less than $50,000, exclusive af
attorney's fees, costs an� expenses, Arbitration snali be in accordance
with the Conskruction {ndustry A�itration R�ies of t�� American
Arbitratior� Association or ather applicable rul�s of the Association ihen
i� effect. Any award rendered by the arbitrators less tha� $5(},OOn,
exclusive of attom�y's fees, costs and �xp�nses, will be final, judgment
-12--
may be entered t�ereon in any cou�t t�aving jurisdiction, and wili not be
subj�ct to appeal or modification except to the extent permitted by
Sections 10 and 1'I of th� �edera� Arbitratian Act (9 U.S.C. Sectio�s 1p
and 1'�). �
�2) Any award greater thar� $�0,000, exclusive of attomey's fees, costs and
expens�s, may be litigated by either party nn a de novo basis. T�e
award shall become final ninety {90) c�ays from the date same is issued,
ir lttigakian is r�lea by ei[ner par�y wiEri�r� saiu r�in�ty ��uj uay �icriu�i, �ne
award shaN became nuEl ar�d �aid and shall not be used by either party
for any purpos� in the litigatinr�.
K. Severabifi#y and Survi�al
�� any of the provisians contained in tt�is AGREEMENT are held fo� any reaso�
to be invalid, il[egal, or uner�forcea�le in any respect, such invalidity, ilEegaiity, or
unenforc��bi!ity �r�il� not affAct any oth�r nrovisian, �nd this AGRE�MENT shall
be construed as iF such invalicE, ill�gal, or tanenforceable provision had never
been c�ntained herein. Articl�s V.F., VI.B., Vi.D., VI.H., VIJ., and VI,J. sF�all
survive terminatior� of tF�is AGREEMENT fflr any cause.
L. Observe and Comply
ENGINEER shall at alt times observe and comply with alf federal and State laws
and regulations and with a1I City ordinances and regulatians whict� in any way
affect t�is AGREEMENT and the work hereunder, and shall observe and comply
w9ih a1i arders, faws o�dinances and regulations whi�h may exist ar may be
�nacted iater by gaveming bodies having }urisdictian or authority for such
enactm�nt. No piea of misunderstanding ar ignoranc� thereaF shafl be
considered. ENGINEER agrees to defend, inciemnify and hold harmless CITY
and a1l oP its ofi#ic�rs, agents and employees fram and against all claims or
liability arising out af the vioiatfan Qf any such order, iaw, ordinanc�, or
regulatio�, wY�ether it �e by itself ar its emPloye�s.
�1�_
Ar#icle Vil
�tfiachmen�s, �chedul�s, and Signa�ures
T�is AGREEMENT, including its attachments anci schedules, canstitutes the entire
AGREEMENT, sup�rsedes all p�ior written or oral understandings, and may only be
changed by a written amendme�t executed by both parties. The followjng attachments
and schedules are hereby made a part of tY�is AGREEMENT:
Attachment A- Scope af Services
Aitachment B - Compensation
Attachment C- Amendments to Standard Agreement for Engineering Services
ATT E ST:
�f -
` �`1.r. � ,1
i � � � l
loria Persa�
City 5�cretary
�
(,_,�_,I�f � _
(�p�ti���� 1�u�e�orf zation
. ,,.... �� � ��
D�te
APPROVED AS TO FORM
AND LEGALiTY
!—�
�ssistant City Attorney
WM-M
C1TY OF FORT WORTH
(}
� �
B � ''�- -
Y' �
IVlike Groomer
Assistant City Manager
APPROVED
.����4�; d.,�� ��'�'�-�:•�.s'1ie.N k��
A. Dnuglas Rac{�maker, P.E,
Director, Engineering Departm�nt
WENDY LOPEZ & ASSOCiATES, INC.
ENGINEER
By: _ -��---�.
Wendy Lopez, ��'. �. � f
President
- 14 - . � --.., -_.,- .:.. ---
���dQ� G?�C�.���
�� ������G��
�����'�'���
ATTACHMENT "A'"
� -� � -o� - �f �n+ire�
"Scope of Services se� farfh herein can only be modrfred by addiiions, clarificaiions, and/or
deletions set farth in fhe supplemenial Scope of Services. M cases of conflict befween fhe
Supplemenfa� Scape of Services and fhe Genera! 5cope of Services, the Supplemental Scope
oP 5ervic�s shall have pr�ced�nce over the General Scope of Servrces."
►- �: � �
1} Preliminary Conference with City
The Engineer shalf at#end prefiminary conferences with aut�orized repres�ntakives of
the City regarding the scope of {�roject so that the plans and specificatEons which are to
be develo��d hereunder by the Engineer will result in providing facilities which are
ecanomical in design and confa�m to ti�e Ciry's requirements and budgetary
constraints.
2j Coordination with Ou#side AgencieslPublie Entiti�s
The Engineer shall coordinaie witn offcials af athar autside agE�cies as may �e
r�ecessary for the desigr� oF the proposeci skr�et, and skorm drain andlor water and
wastewater facilitieslimprovements. 1t shall be the Engi�eer's duty hereund�r ta s�cure
�ecessary information from sucfi� �utside agenci�s, t� meet t�eir requirements,
3) Geatechr�ica! fnv�s�igations
The Engineer shall advise the City of test borings, and other subsurface investigatians
thak may be needed, En the event it is det�rmined f��C@S5�fy t0 make borings o�
�xcavate test holes or pits, t�e Engineer sha�! in coordination wi#h #he City and t}�e
City's geoEechnicai engEr�eering consultant, draw �p specifications far such t�sting
program. Ti�e cast af ti�e borings Q�' excavations s�tall be paic� far by the City.
4) Agreements and Permits
The Engir�eer sf�a1l complete al1 formslapplications to allow it�e City of Fart Worth #a
obtain any and a11 agreements and/of permits normally required far a p�aject of this size
and kype. The Engineer will be �esponsibfe for n�gatiating and coordir�ating to obtain
ap�roval af the agency issuing the agreement ar�d/or p�rmits and will make ar�y
rev�sions necessary to bring the plans inta compliance with the requirements ofi said
agency, including but not limited to highways, railroads, water autt�orities, Corps of
Engineers and other utilities.
5) Design Cl�anges Relating #v Permitting Authorities
f€ permikting autF�orities requir� desig� changes, the Eng�neer sF�all revise ihe ��ar�s and
specificatio�s as required at the E�gineers own cost and expense, unless such
char�ges are req�ired �ue ta c�anges in the d�sign of the facilities made by the
-i-
permikting aukhority. lf suc� changes are requirec#, the Engineer shall natify th� City and
an amendment to the cantract shall be made if the Engineer incurs additional cast, �f
there are unavaiclab�e delays, a mutua[1y agre�able a�d reasanable time exter�sion
shaH be neg�tiated.
6) Plan Submittal
Copies of the original plans sl�all be provided on repraducible mylar ar approved plast{c
film she�ts, ar as atheM�ise approved by the De�artment of Engineering and shall
�ecome the praperty of the City. City may �s� such drawings in any manner it desires;
pravided, hawever that ti�� Engineer shall not be lia�le for the us� ofi such drawings for
any project other thar� th� project described herein; and fu�ther provide�, that the
Engineer si�all nof be liabfe for the consequences of any changes thak are made #o the
d�awings �r changes that are made in the impEementation af the drawings withaut the
written app�ovaf of the Engineer.
PHASE 1
7} Right-of-Way, Easement and Land Acquis�tion Needs
The Engineer shall determine the rights-of-way, �asement needs �or the construci�on of
the pro}�ct. Engineer shall determine ownership oi such la�d and furnish t�e City 4vith
the necessary right-af-way sk�tches, pre�are n�cessary easem�nt descriptions for
acquiring the rights-of-way and/or easemer�ts for t}�e � ca�struction af this �roject.
Sketches and easemet�t descriptions are to be Qresented in form suitable for direct use
by the Depa�tm�nt of Engineering in obtaining right�-of-way, easements, permits and
licensing agreements. AI1 materials s�a}! be fumished on irhe appropriate City forms in a
miflimum nf fnur �4) copies each. �
8) DEsign Survey
Th� Engineer shall provide necessary field s�rvey for use in the preparation of Plans
and Sp�cificaiior�s. The E�ginesr shall fumisY� the City certified copies of th� fi�ld data.
9} Utility Coordinatian
The Engineer shalf coordinate with all utilities, 9ncEuding utiliti�s owned by the City, as t4
any pro�osed �tilfty liens or adjustment to existing utility linas witY�in the project limits.
The infarmation o�tained shall be shown on the conceptual pEans. The Engineer shall
show on th� preliminary and �'ir�al �Eans the focation of the propased utility lines,
exist�ng utility li�es, based on the i�formatio� provided by the utility, anc� any
adjustments andlor relocatior� of the existing lines within the project limits. T�e
Engi�te�r shall also evaluate ihe p�asing of the water, wastewater, sir�et and drainage
work, and shali submit such �valuaiion in writing to ihe City as par� of this phasa of th�
project.
-2-
10) Conceptuat Ptans
The E�ginesr shall fumish four (4} copies of ihe Phase 1 conc�{�t engi�ee�ing �lans
which includ� layouts, prelimir�ary right-of-way needs ar�d preliminary estimates of
probabfe consiruction cnsts for tt�e Engine�rs recammende� plan. For all submittals,
the Engir�eer shall submit plans ar�d documer�ts far stre�tlstorm drain and
water/wasiewater facilities. The Engineer s�all receive written approval of the Phase �
Plans from the City's proj�ct manager befare proceeding with Phase 2.
PHAS� 2
'� 1) Design Data
The Engineer s�all provide design data, reports, cross-sections, profifes, drainage
calcuEatians, and preliminary estimates of prQbable canstructior� cost.
�12} Preliminary Construction Pians and Teck�nical Speciflcations
The Engineer s�rall submit twenty (20) ca�ies of Phase 2 preliminary constn�ctian plans
and five (51 cooiPs of the preliminary tecfi�nical specifications for review by the City and
far submissian to utility companies and other agencies for the purpases of coordinating
work with exisking and �ro�ased �tilit9es. The preliminary construction �1ans shala
indicate locatian of �xistinglproposed �tilities a�c! skarm cirain {ines. The Engineer shail
receive written ap�raval of the Phase 2 plans from ti�� City's projec# manager before
proceeding with Phas� 3.
PHASE 3
13) Final Construction Piar�s
The Engin�er shall furnish five (5) copies of the final construction pians a�d contract
speci�icatians for review by the City.
'14} De�ailed Cost Estimate
The Engineer shall furnish four (�) copies af detailed estimates of Qrobab�e canstruction
costs for t�e autharized constructian project, wnich shall include summaries of bid it�ms
and �uar�tities.
'15) Plans and Specifica�ion Approvai
The EngEr�eer shall furnish a� original cover mylar #or t�e signatures of authorized City
officiafs. The Contract Doc�ments sha�l com�ly with ap��icable local, siate and federal
laws and with applicabie rul�s ar�d regufations .�rom�algated by local, stake and national
boa�ds, b�reaus and agencies. The Engineer sha11 rec�ive written approval of the
Pt�ase 3 plans from tfn� CEty's praject manager before praceeding with Phase 4.
-3-
PHASE �
16) Final Appr�oved Construetian Plans
Th� Engineer sE�all furnish 45 boUr�d co�ies of Phase 4 fir�al approved construction
plar�s and eontract specificatians. The approvsd plans and conEract specifications shafl
be used as authorized by tf�e City for �s� in obtaining bids, a�r�arding cantracts, and
constructing the projeck.
17) Biddir�g Assistance
Th� Engineer shall issue addenda as appro�riate to interpret, clarify, or expand t�e
�9dding documents, and assist the owner in determining th� qualifications and
acceptability of praspective constructors, si�bco�tractnrs, and suppliers. Wher� su�stitu-
tion prior io the award tif cnn#Ta�ts is aklowed by tt�e b'tdding docume�ts, th� Engin�er
wiE! advise the owner as to the acce�tability of altemate materials and �quipment
proposed by the prasp�ciive constructc�rs.
18} Recommer�datian of Award
The Engineer shai{ assist in the tabulatEon and review of a!I bids received for t�e
construetion af the projecfi and shafl make a r�commendation of award to tF�e City.
19) Prebid Conference
Th� Engineer shali attenci the prebid conference and the bid opening, pr�par� bid
tabulation she�ts and prov9de assistanc� tn the owner in evaluating b9ds ar praposals
and in assembling and awarding contracts for canstruction, materials, equi�ment,'and
services,
PHASE 5
20} Preco�stt�action Conference
The Engine�r shall attend the precon5fruction conference.
21} Construction Survey
T�e Engineer shall be ava91ab1e to the City an matters conceming t�e layout of th�
project during its constructian and will set control points in the �ie�d to allow City survey
crews to st�ke the project. The settEng of line and g�ade stakes and rout� 9nspectian af
canstruction will be �erformed by th� Ciky.
22} 5ite Visits
The Engineer sha11 visit the project site at appro�riai� i�tervals as construction
proceeds to �bserve ar�� report on the progress and the qua�ity of t�e executed woric.
_�
23) Shop Drawing Re�iew
The Engineer shall review shnp antE erec#io� drawings suE�mi�ted by khe contractor for
cnmpliance with design concepts. The Enginee� shall review faboratory, shap, a�d mill
test reports on materials ar�d equipment.
24) Z�s�ructians to Contractor
The Engineer sha1l provide necessary interpretatio�s and ciarifications of COf1tf�Ct
dacuments, review cF�anga arders and make recommendatians as to the acceptability
of the wori�, at the request of the City.
25) Differing Site Cor�ditions
The Engine�r shafl prepare sfcetches requi�ed to resolve problems due to actua! fi�id
conditia�s encountered.
26) Recorci Drawings
The Engineer shall prepare record drawings frarn informakion submi��d by the
contractor.
-5-
ATTACHia1�P]T "8"
COfir1�EEV5ATlQN AND SCHEDll�E
�ngineering besign Services Associated �rrit�
�r�l�tpr Rpnlar,p�ant Proier,t Cantr�r_k 2441 U1M-M
LVater Project No. FW53-06053017634�
Se�r�er P�oject Nn. P558-07p58Q175�20
D.O.E. No. 350i
Compensation
A. T�n? Engi���er shail bR ��mp�nsated � tatal l�m� sum fee of �59,668.00 as s�mmarized
irr �xhibit "8-3". Payment of ti�e tota� lump sum fee shal� be considered f�l�
cQmpensa;ion ior t�te sarvices describ�d i� Attachmznt "A" and �Exhibik "A-i" far al! la�or
m�Eeriala, su{�plies and equipment necessary to eomplefe the proj�ct. .
B. The Engineer sha{1 be paid in foU� partial payments a� described in Exi�ibit "8-i" u,Qon
receipt of four individual in�oices from ti�� �nginear. In this regard, t�e Engineer s�a{i
submit invoices for four partia! payr��nts as described in ExMibit "B-� ", 5ectian �f-
P1lathod af Payment, ltems a to d.
�ac� invoice is to t�e vzrified as to its accuracy and comgfiance ��ri�h lhe terms af this
contract by an officer of the '�ngin�er.
!I. Schzdule
A, ��na1 Plans shali be submikfed �vithirti on� huncired tweniy (120) caler�dardays after the
"��Jotice to Proceed" Iztter is issued.
wtA c2��s�.oa �-�
October 31, zaa�
�xNisir ��a-���
(Sl7PPLEI�AEN7 TO A�'TACHM�N7 Bj
�ngineering Qes�gn Services Associateti �r�itin
V�later Re�lacement Project Cor�tract 204i WP�1-M
4Vater Project CJo. p�r'l53-06053fl�763��
S�w�er Project Plb. PS58-07056017512D
D,O.E. No. 350�
PA�thod of Payment
Thz Enc�ineer shafl be paid in tour (4) partia� payments as outiined befo��r.
Partial Payment Pl�imbar 1, ��rhich shal� be equivale�t la 40°/n of the toEal I�mp sum fee, sha�l b�
�ayable after City approval of �xhibit "A-1 ", Part A Section 2, Conceptual Design Summary
Repart.
Partial Payment Number 2, �4rhich shall de aqui�alent to 75% of the total lump s�m fee, less
prev�aus payments, sha1E be �ayable after City approvaE of Exhibit "A-1", Part B, Section 1h,
pr�liminary submittal fo City.
Partial Pnyment Number 3, ��rhich shall bz equi�alenk ta 90°fa of t�e latal lurnp sum fea, less
previous payments, shal! be payable aftaC City approval of �xhibit "A•1", Part B, 5ection 2a,
�ina1 Co�structian Documenis.
Parkial Payment Numbe� 4, rvhich shal{ represent lhe balance of f�es, iess previous paymenls,
shal! b� payable af�er a{I af the pre-construction meeiings for the F'roject hava been conciucted.
Progress P.eparts
A, The Engineer s�all submit to the designated representative of th� Dir2ctar oi th�
De�artment of �ngin�ering monthly prograss re�orts ca��ring al9 ph�ses of design by
the 15Eh of every month in the format required 6y the City.
8. if the Engineer deiarmines i� t�n� caurse aF inaking desig� drarvings a�d specifications
that the opinian of probable cost of 5372,503,00 (as estimateci in Exhibit "B-3", "8-3A"
and "B-3B") v��i1l be exceeded, �vhether by e�ange in the scop� of the project, increased
cost nr other conditions, tha �ngineer shall immediately repor# suc� fact lo lhe City's
Directar of the Department of Engineeri�g an�, iF sa instructed by tne Director of th�
Department of Engineeri�g shall sus�end af! v��ork hereunBer.
1I�lLA C2�5$9.00 B1-�
Oetober 3i, 200i
�,XHIBIT„B-2"
(SUPALE�A�N7 TO Ari'AGHhA�NT B)
Engin2ering Qesign Servicas Assaciated with
4�laEer Replacement �raject Contrack 2001 V'J��1-P+1
Water Project No. PV�1S3-06053Q176340
Sewer Project No. PSSB-070S80'175i 2a
❑.0,�. i�lo, 35'�1
2001 Standarcf Fiate Schedule
r Err�a[o�iaa Classi�cation
IPrincipal ---
( �roject Manager
� Senior Civil �nqineer
� Civif �nqineer
� Civi� Enclineer-in-�raininq
� Civii Desiqner
j CADD fec€�nieian
� Seniar �leckrical Enginaer
� �lectricaf Engineer
f EleCtrical Enginer-in-T�aininq
� Electrical �esigner
� Seniar Mechanical �ngineer
�Mec�anical �ngineer
Machanical E�qiner-in-ira�ninc#
� Plumbir�c# Desic�ne�
j 5en'sor Environmental Enginear
� �nviranmentaE Engine�r
�En:ironm�ntal Enqineet-in-Ttaining
Senior 5trucEural �n9�nesr
� Structural �nqineer
( Str�ctura[ Enpineer-in-7raining
l Senior 1'lanner
Plar�ner
Junior Planner
Senior Emrironmental 5ciant'sst
�nv'sro�mental Sciantisk
Junior Environmental Scientist
Ersvironmenkal Fie�d Technician
I Principal Investigator (Cul#ural Resou�ces)
� �ro}�ci ArchaEoloAist
� Arc�aeological Technician Ill
� Senior G15
�Jun9or Gls - - --
Ser�ior Clericaf(�rokect Administrator
f Junior ClericailProiectAdminiskrator
� Surveyor - RP�S
� S�rveyor - L51T
5urveyTechnician
7r�ro-Persor� S�rvey Crew
� 7hree-Person 5urvev Crew
( �our=Pe�son survev Cr�w
� �N�o-Person SuFvev Cre�a (OSHA Trained)
� 7inree-�'erson 5urvev Crev�r {05HA Traine�d)
� Constructian Manaqer
� Reside�t E�qineer ---
�Senior Ca�struction Ins�eckor
Constructian I�spector
Reimbursable expa�ses ti�rill ba bi�led ak cost plus � Q%.
Hourll! Rate I
S 9 55.a0 �
S 13Q.00 �
5 12o,oa '
� 95.00
S 65.OQ
S 50.00 �
� 50.00
S 120,OQ
� 95.00
S 75.00
� 65.Oa �
� 12�.00 �
S 60.Od
5 65.OQ
$ 65.Q0
S 120.OQ
5 95.00
S 65,c30
S 124.d0
s ss.ao
5 85.00
S 120.00
S 95.Od
� sa.ao
S 100.00
S 75.00
S 54.Q0
S 45A�
S 8fl,Q0
� 55.00
S 45.00
5 95,00
S 70.�0
� 50.�0
S 4o.ao
� �os.oa
S 75.00
5 6Q.00
� 95,00
� �20.00
a� 'i 45.00
� 120.Ofl
� 9 55.fl0
S 90,Oa
$ 9Q,DQ
S 8a.00
$ 65,00
WLA C21539.00 B2-i
Octobar 31, 206�
u
�xHi�j�r *�s-s��
�SUPPLE��tE�Ji TO AiTACH��ENi" B)
SUM�AARY O� D�S1GN FEES
�n�ineering oesign Ser�ices Associated with
Wdter Replar,ernen; p�ojeci Contract 2fl0i ti'J�"�1-�rl
1�later Prajec# No, PV�l53-060�30176340
Sewer Project No, P558-07�5B4175� 2d
D.O.�. Na. 35D1
OCto�2C 31, 20Q1
PAr. Anthony O. Sholola, P.E.
Departmer�l af Engineering
City of Fort Worth
�000 Th�ackmartan Str�et
Fort �Vorth, TX 76102-6311
Reference: Water Rep{acement Contract 2001 WM-i�1
Water Projeck No. PW53-0&4530178340
5anitary Sew�er f'roject No, #'SS8-07�580�75124
�.o.E. No. 35ai
Dear Mr, Sholafa:
We agpreciate t�e o�portunity ko presen� this pra�osal and fee scnedule for yo�r consideration,
Attach�d �lease find construction �ost estimate�, sc�edule, a�� exhibits depicEing the sctipe oP tivark.
We �ra�ase ta complete the �rapas�d wark in accardar7ce tivit� t�e follaa5ring fee scf�ed;.fl�:
�stimated Construction Costs � 372,643,00
1. Basic �ngineering Fee based on 9% ko 'f Q% of ctinstr�ctian {Curve A)
t5�7z,803.Ofl) (9.1%} �a,$s� = s
10% SubcansuEtant fee {D.i�x 5�2,170.00) — �
Tofal Sasic Engineering
�`v'L.r, C21539.4�
Octaber 3�, 20Q1
B3-�
28,sz1.00
� , 217.00
-- $ 30,038.Q0
,
Exhibit S-3A
Prlr. Anthony O. 5holola, P.�.
Octaber 3�r 20fl1
Page T+�ro
scop� oF Services
Water and Sev�aer Line Design
Coordinationl�r�gineering
Gitizens Meeting
Waterline 5urv2y
P�rmitslEasements and
Carps Coordination
Repraductior�
Gonstruction Servicas
Stibcar�sultant Fee (i4°/Q)
Tota1
P�oposed fVilWBE
Consultants
�. Jones Enginaering
Services
Huga irevino and
Assaciates, lnc.
iOTAL
WLA C215�9.D4
Qctober 31, 2001
Total �ee
S 28,B2i.00
� � ,�on.oa
$ 1,500.00
� i 7,78�.4a
� 3,OOO.Q4
S 4,370.00
� 1,7ao,00
S 1,217.00
� 59,668.00
Services
Water and Seti��er
Line Design
Re�roduction
B3-2
MNVSE
� s,oao.aa
� a.ao
� o,oa
S Q.00
�0.00
S 4,170.00
�o.oa
�a.oa
S i2,170.Do
�ees
� a,00a.oa
5 �4,�7fl.00
� '1�,17Q.00
�AM13 =
Percentage
27.76°to
0,40°/a
o,00���
0.00°/a
o.oa4�o
14C3%
fl.d�°�a
4,40%
20.�0'/a
% af
�'otal Fee
� 3.4�%
6.99%
20.40°/a
Extsibit 8-3B
p�fr. Anthony O. Sholola, P.E.
C ::�r� �; 31, 2^^1
Page Three
Basic Engineering (7,7�% of Construction Cost)
CoordinationlEngineering
Citizzns P�leeting
Designs 5urveys (53.��ILF for 5,920 LF)
Parmitsl�asements and corps Coordinatian
Repraductian�
24 S�ts af Prel9minary �1ans {utilities, clear.)(�v21shE)
5 Sets of f're�iminary SQecifications {�30 each)
50 Sets of Final Canstructi�n Plans (�21sht)
50 5ets of Specification5 (S30 each)
Misce�lanea�s Printing (1 d sets){�2/shE)
" Estimated using 15 sheets per �fan set
Construckian Services
Deliver Bid Documents
Bidding Assistance
Attend Final lnspection
Subconsultant's Fe� (14°/a}
`('OTAC.
{1Nater Design Fea
Ser,ver Design Fee
S
S
$
S
�
S
s
S
5
S
28,821.00
1,500.00
�,�oa.on
17,7o0.OQ
3, 000.00
724,D0
��o.aa
�,saa,00
1,500.04
soa.00
$ 304.00
S �ao,o0
$ 600.Q0
5 1,217.04
S 59,688.00
S 9,547.00
S 50,121.Od}
We v�ill be using E. .iones Engineering Service5 for the preparation of canstruction pia�s a�d Hugo
irev�no ��d Assnciates for printing for a toEa1 M/INB� Participation oP 20.�,0'/a v�rhich exce�ds the
City'S M/WB� g0al of �fl°/a.
lf you have any questians a� require additional information, Please give me a calL
Sincerely,
WENDY LOP�Z & ASSOClATES, {NC.
.� �%
Pau1 R Hnlmes, p.E.
Manager, �art Worth Office
PRH:ss
Wl_A C21589.D0 B3 - 3
Qctober 37, 20a1
UI'IS`ilL./:. Vi I i\vl.;r.t+�i^ �+vi'+-i i�'.'�� ��v.. �.�-+��
SUMMARY
CITY OF �OR'C WORT�1 E�[G1�I�ERlNG
Engirieering Design Services Associated with
Water Replacement F'roject Contract 2001 WM-M
Water Projeci �fo. PW53-4G053{}576340
Sewer Project No. P558-0705aa17512fl
L7.O.E_ 35{1'!
Locatian
E ird :�tceef (Bannie 8rae Stteet to East Dead Endj
E:aRita Drive East Dead End to ❑eering Drive 8end
Gwynne Street (8ird Street to BeEScnap Skreek)
1�.",ichigan Aver�ue (Chrisfine Drive ta Ovid Drivej
avid Drive East Dead End ta lnez Drive �ast �ead End
f�ockvvoori Driva East Dead End to Blackstone Drive East
C�eac? End
Water Main
Gons#rucfion
�70,6A2.00
�39,�135.00
iG9,9G0.40
�43,857.0�
.,33,2�2.00
5ewer Main
Construetion
� OT:�I.S
�5G,012.00
�3i 3,'� 4 8.00
(84°fn)
�59,�155.D0
�59,A55.Q0
(16°l0}
7ota! ConstrucG �n
.Q,70,6• ?.QO
$39,�t: 5.00
.,69,�� o.aa
�1 D3,3 � 2.00
.Q,33.2• 2.40
��G,O 2.04
$372,6C• 3.00
�7 )Q°iu�
�
�013i12001 t3�t-1 VV€�1 C21589_QO
Uh'IiVIVIu VY- i'liUL3ic�L�. i-��+� � ���+� � "�'* `-'=-' •"
SUAIMARY OF T0710.1. QUANTIiY 1LNb CONS71tl1CT]ON CDST
C17Y OF FOR7 UYOR7H ENGINEERl�G
Engineering flesjgn Services Associafed with
Water Re�lacement Aroject Contract 2007 V,fM-iv1
Wat�r Project No. PW53-06053017fi340
Se�•rer Project I�o. PS�B-�7�580175120
p.p.E.3503
WAT�R LI�l� SLih�MARY
�ay Item j QuanGty Unit item Oescrip(ion
f' q&fl LF 6" PVC Water Main
2 3,610 Lf 8" PVC Waier i�Aain
3 5 Efi 5" Gate Valve and Box
q 1 p [A B" Gate Vslve and Rox
5 B TON CasUDuc[i�e Iran Fifting
6I 90 �F Extra Depth for Water Line
7; ia EA Z" W�ter Service Lateral Taps
$ 280 LF 1" Capper Water Service
g q EA 2" Waler Servtice Lateral 7aps
10 $0 LF 2" Copper Waier Service
� 1 t 4 �A C4ass "A" tv�eter Box
1� A EA Class "$" Meter 8ox
�g 4 EA Fire Hydrant
I �q 4 VF Fre Hydfant Barrel Extension
75 2,375 LF HMAL' Permanent Pavement Repair (Min. 2" HMf+C)
]S 70 CY Crushed Limestone for Misceltaneous Placement
17 2 LS 2" Temporary Service Line lneluding Fittings
1 S 90 LF Trench Saleiy (Oepttts > 5')
� g 90 LF Curb and Gutter fteplacement
7p 4Q SY Concrete SidPurdlk anQ �rivevray Repfacement
2q S EP. Explaralary �xravation { De-hole)
22 2,780 LF Grass Sodding
SEW�R LIFIE S!]MHiARY
pay Ilem �uanlity Unil Ilern Desc[ipiian
23 Sd� l.F 12' PVC Sanitary Sewer Pipe {A!I Depths}
2q 60 LF 4" SaniEary Sawer Service Line
25 3 EA 4" Sanitary Sewer 5ervice �Cap
2S 2 EA ��move and Replace Standard A' Qiameler Manhole
27 16 UF Additional Oepc�t 4ver 6' (SEand�rd 4' Diameter Manhole}
2g 2 EA Vacuum i�esting of S5 iwtarshole
29 2 EA VYaEertigh[ Gasketed Manhote Insert
30 2 EA ConcreEe Manhale CotEars
31 5[l0� LF Past Tefevisian fnspect':on of SS ?ipe
32 20 CY Crushed �imestone tor Miscellaneous ?Iacement
33 550 LF HMAC Permanent ?avement Repair (Min. 2" IiMAC�
3A 5C}D LF Trench 5afety (Depihs,5'), D-93
35 30 LF Grass Sodding
Water Line and Sewer Line Supiolai
10°,u Conlingency
� T07:'�L
F,verage Unil �'rice
�25.40
533.00
�50D.00
�670.04i
y3,QU0.60
W1 Q.lI4.!
�3Dfl.40
Si B.00
$500.OL1
y35.00
S12Q.OD
,5,200.DJ
5� ,500.D�
53�O.0 �:l',
�32_00
32Q.00
S3,OOQ.t���
52.(�JI
1535.��.}i
�4D.L��
SSDEl. uU
�S.OU
Average Unit Yrice
g95.d0
5'�5.00
33DO.D0
52,500AU
3150.0�
5150_QO
�t oa.ao
b3aD.OD
�s_uo
�20.Q0,
S32.00I
$2.�P
$S.QO
Amounl
511,5017.4t1
.s, l i y,130.0�
�2,SC7Q.44
3ti,7UQ.00
$] H,qOQ.�(3
Y�•W
54,200.OU
�s,aaa.00
$2,OUO.OQ
32,B�fl.QO
�i,sso.00
5800_W
S6.aDD.DO
5 t .200.40
57&,OOQ.O�
,s.7 ,4(J0.00
y6,D00.0U
5180.60
53.150_Ot]
y1,[iDO.OQ
�3,D00.00
510,900_00
Amount
�22,5p0.D0
51.5�0_UO
�90Q_d4
�5,D0�.40
5?,4n4.U0
v3017.OD
szoo.oa
5600.Q0
s� ,�aa.aa
3�Oa_00
5] 7,8�0.40
51,QOD_DO
�15(J.O[7
�338,730.OR
$33,&73_OD
�372,403.[3Q
'iQ13112001 ' E34-2 Wt1� C2158�.DD
CJF�iIU! V f'1 lil- t'1\�Ur�Li�t_ �.vc.w � , ..�L. + �v�. .. �..., � ..
SUMMARY
Cfi'Y OF �ORT WO(2Tii ENG€NE�RI�VG
Engineering �esign Services Associated ��1ith
Water i2eplacement Pro�ect Car�trac! 2001 57M-C
Wafer Project Na. PWs3-06053017G340
Sewer Pto�ect No. PSSII-dTa�B0175i20
�.0.�. 3501
LOCJ1TlOIV: L31Rfl STE���T {E3UNNIE f3RA� ST�tEE7 1'O �/�S7 DEAO GND�
Pay Item
1
2
3
A
5
s
7
a
9
90
1 'I
12
'[ 3
�4
15
'� 6
'! 7
18
19
2n
21
22
Q�anfity
400
22D
2
1
�
ia
i1
�
2q
220
1 '�
�
1
1
795
14
1
1D
10
'I 0
9
100
Unit
LF
��
EA
EA
TO N
L�
�P,
EA
LF
LF
EA
EA
�A
EA
LF
CY
LS
LF
LF
5Y
EA
��
ltem Qescri�iion
6" PVC Water Main
8" P1/C Water Main
6" Gate Va1ve and Box
8" Gate Valve and 8ox
Castl Ducti[e Iron Fitting
�xtra pepth far Water Line
'k" Water Serv'sce Lateral Taps
2" Water Service Latera[ Taps
2" Gapper Water Ser�ice
1" Copper Waker 5ervice
Ciass "A" Meter Box
Class "B" Meier Box
�ire fiydrant
Fire Hydrant Barrel ExEension
hiMAC PermanertE Pavement Repa'sr (Min. 2" HMAC)
Crushed Limestone for Miscellaneaus Placement
2" Temparary Se�vice Line including Fittings
T�ench 5afety 5ystem (Qepths > 5')
Curb and Gutter Replacement
Concrete Sidewal4c and Driveway Replacement
Exp[oratory Excavation ( De-holc)
Grass Soddinc7
Sub-Tatal
10°/a Gantingency
T07A� - WATER COST
W�17CR E�fl11N RrP�C�MfN75.
Average Unit Frice
;�25.00
:;;33.�0
���oo.oa
y��7a.ao
s�,uoo.oa
;�10. D6
$300.OQ
Y�E�O.OD
;�35.00
'a1B.00
q,'I20.00
�?OQ 00
�1,sao.aa
$30a.00
�32.00
�20.00
$3,OD0.00
P�.oa
�,35.D4
�40.00
�500AD
�a.00
{Imount
510,OOQ.00
$7,?60.4D
��,OOD.QD
�670.Oa
.4,3,QOb.QO
5'100A0
�3,300.D0
g500.00
$�ao.oa�
,3,�60.00
��,�2o.aa
$200.40
��,saa.00�
�30�.00
�25,4�{O.QO
�zoa.00
$3,004.00
�20.OD
�35�A0
�4fl0.0�
s�oa.aa
$SQ0.00
5�4,220.Ob
�6,�522.00
.4,70,6A2.D0
0
i�/3�1200'1 6q-3 WLA C2'1589.Ef�
SUMMAi��'
ClTY OF FORT W(]RTH ENGIN�ERlt�G
Cngir�ecring �lesign 5eryiccs Associated with
Water F�ep3acement Project Contract 200i SiM-C
Watcr Frojcct No. PW53-Q60530'37634�
Sew�r Project No. P55B-070580175120
D.�.E.350�
L�CATION: EONiTA DRIV� EAS�' DEAD ENfl TO i�E�R�NG OR1V� MEND
Pay liem �
�
2�
3��
5�
s�
7�
8
9
�0
'11
12
'� 3
WATER MAIN f�EPL�IG�M�NTS
Average Unit Frice
�2 S. Q�
�33.00
�500.�0
�s�a.aa
$3,OD0.00
�'1 D. QO
�1,500_00
� $300.00
�32.flfl �
�Zo.aa
S2.OQ
�500,00,
�:S.OU (
Amaunt
$�oo.aa
�27,�SO.OD
$5Dfl.00
$ 7 , 340.OD
53, �(36, 00
�20Q.00
�7,500.Ofl
.�',300.Ot1
53,520.00
�2oa.ao
$4D.00
�500.OD
�2,800_Qa
�35, 850.i70
�3,58�.fl0
�39,A35.00
'10130l2(i01 BA-4 WLA C�i 58�.�7�
Quantity
2Q
65fl �
��
2�1
20�
1�
i
�30
�a
20
�
56�
Unit
tF
�F
EA
�A
ror�
LF
EA
�A
LF
CY
�F
�A
LF
Etem Oescription
�" PVC Water Main
8" PVC Water Main .
�6" Gate Val�e a�sd Sax
�$" Gate Valve and Box
Cask/ Ductsie lron FitGng
Extra Qepth for Wa#er Line
Fira Hydr�nt
Fire Hydrant Barrefl �xterisian
FiMAC i'ermanent }'avement Repair {Min. 2" HMAC)
Crus�ed �imestone for Miscellaneous PEacement
�7rench Sa(ety System (�epths >�')
ExpEoraEory Excavatinn {De-�io]e}
Grass Soddsng
Suh-Tota{
10°�5 Contingency
T07AL - INA7EF2 COST
C7P1N1C7�! �� f�F:0E3A�L[ GOi�STRUC7iQr�! CUST�
SiJMR�ARY
CI�Y OF FORT WORTH EiVG1N�ER[�fG
�ngineering Design 5er�iees Associated vrith
W�ter iZeplacement nraject Cantract 2001 STM-C
Wafer Project No. PW�3-Q60530176340
Sewer Project �Ia PSSII-0705a0�75120
p.O.E.35U�
L�CAiIOtV: GWYNNE STREET (BERD STREE�" TO 6ELKf�AP STRE�T7
Pay item
1
2
3
�j
5
6
7
8
9�
_ ���19
,21
13�
rt�
15
'1 B
17
18
Qtr�ntily
670
2
1
�o
3
60
3
3
BO
3
760
'10
1
20
30
za
1
'I 00
EJnit
L.F
LF
TOf�
��
EA
LF
�A
EA
LF
EA
�F
CY
LS
LF
LF
SY
EA
LF
ltem DescripEian
8" PVC Water MaiR
fi" Gate Valve and E�ax �
Gast! Ducti�e Iran �itting
Extra Deptn for WateC Line �
�" Water 5ervice Lat�ral 1"aps
1" Copper Water Service
�C1ass "A" Meter Bax I
�2" Water Service Laterai 7aps '�
�2" Copper WateF Service
Class "B" Meter Box
HMAC 1'ermar�ent Pavemenf ftepair {Mfn, 2" HMAG}
Cntshed Limestane far Miscellanea�s Placement
2" Temparary Serv'sce Line including Firiings
Trench Safety System {pepths > 5')
C�rb anH Gutter Replacemet�i
Cancrets Sidewalk and Driveway fteg[ace�ent
ExpEorafary Fxcauation {De-HoEe}
Grass Sadding !
�
Su6-7otat
� � p°!o Contingen�y
� TOTAL. - WAiER COST
WAT�R av1AIN R�P!_.�C�MENTS
Average Unit Price �
$33_OOk
$67a.00
$3,Op0.OD
v� �.d�I
�soo.no�
�18.00�
�324.�0
$�SOD.00
$35.Q0
�2D4.00 �
.�',32.00
�za.aa{
.�',3,(1b0.60
$2.00
�35.Q0
�40.40
�SD0.00
55.00
Amount
�22,11 D.00
�1,3qa.(l0
$3, QaQ.O�
�2oa.00
��oo.oa
$7,OBO.OD
�3fi0.0�
$1,5a0.00
�2,1 a4.00
.P,600.00
�2h,320.aQ
$200. il0
�3,000.0�
�ao.00
$7,D50.40
�800.00
.�,SOD.aO
�500.00
�63,�ao.00
$G,360.00
�69,9�i0.�0
10130120D'! Q�3-5 WLA C?1589.Ua
Y SUMMAP.Y
c!'rY oF �ORT WaRiFi ENG€t�E�F]NG
Engineering Design Scrvices A�sociated vrifh
Watcr Replscemcnt Projcct Con#r�ct 2a0i S�'i�4-C
Water Project No. PW53-4?G0530'176340
Scwer 1'roject t�a. P55II-0705801i�120
B.O. E. 3 56'1
LOCA710tr1: MICHEGAN AVENUE (CHRiSTII�f� DRIVE TO OVI�] DftIVE}
Pay lEem �
1
2
a
�
5
6
7
S
9
10
t�
12
13
�4
Quantity
20
47Q
1
2
1
'I 0
1
�
500
'I 0
�a
9a
1
10
�.1nit
L�
zF
EA
EA
TON
LF
EA
EA
LF
CY
LF
LF
�A
LF
ltem aescription
6" PVC Wa#er Main
8" PVC Water Main
G" Gate Valve and Box
8" GatP Valve and Bax
Castl Ductile fron Fitting
Extra Depth for Water Line
Fire Fiydrant
Fire Hydrant Barr�l Exkension
NMAC Perrnanent Pavement Repais {Min. 2" HMAC)
Cr�shed L.imestone for Misceilaneous Placerr�ent
Trench Safety System (Depths >5')
Curb and Gutter Replacement
�xpiaraiary �xcavation (De-Hole]
Grass 5odding
5ub-Tatal
1�% Cantingency
TOTAL - WATER COST
WATER MAII� REPLAC�M��TS
Average UniE Price
525. QA
�33_00'
$500.00:
�s�o.00
�3,a0Q.D0
�1 �.06
.�',�,54b.00
,�',300. DO
�sz.aa
�zo.oa
$2.Q0
�35.00
$5�b.00
.�',5. a0
f�mount
�50D.04
� 15, 5'1 �. 00
��oo.00�
51, 3A 0.00
�3, 000.00
$'E OO.4D
$1,500.00
�300.D0
��s,aoo_oo
�zaa.00
$20.00
�350.04
5500.00
�SO.QO
�39, 870.00
$3,987.OQ
�;q3,85T.D4
1DI301200'3 84-fi WLA :215i39.04
(J}'IfVIUIV Ui t'iCU1.�t+LL�— �-vs�� � i-.��' �"", `'"" �'�
SUMMAf;Y
C17Y OF F4RT WQRTH EUGIN�ERlNG
[ngineerinc� Design 5ervices Associated �vikh
1Nater Rc�taccment f'roject Contryct 20(1'S Sl"M-C
Water Project I�a. PW53-0G4530�76340
5ewer Project No. P5S8-07DiII0175t20
D.O. E. 3 �0'[
L�CF�T10N: M�CNIGAN AVENUE (CFii�ISTINE DR1VE �'O OVED �RIVE�
� Pay ltem
�
2
3
A
5
6
7
B
9
90
'I 1
12
13
Duanti#y
5�0
B�
3
2
96
2
2
2
�06
20
550
500
30
Unit
LF
LF
�A
EA
VF
EA
EA
EA
LF
CY
LF
LF
��
Item �escription
12" PVC 5anitary 5ewer Pipe (All Dept�s}
�!" Sanitary Sewer 5ervice Lin�
4" 5anitary Sev,rer Service Tap
Remave and Replace 5tandard 4' Diameker NlanhoEe
Additianal aepth Over 6' (Standard 4' Diameter Manhofe)
Vacuum Testing of 5S ManhQle
Water#ig�t GasEceted Manhole Insert
Conct'ete Manhofe Collars
Post Televisinn lnspection o( SS Pipe
Crushed Limestone tar Miscellaneous Placement
EiMAC Permanent Pavement Repair (Min. 2" �iMAG)
7rench Safety (Depths. 5'j, D-13
Grass Sodding
Suh-Toial
10% Cantingency
TpTA� - SANlTARY SEWEft
SEWEf: CO�lSTfiL1CYiON,
Average Unit �rice
�45.(3D
$25.00
$30�.00
,�',2,5Da.04
g,�o.oa
�u15Q.00
$�oo.ao
$30Q.04
$3_Ofl
�2o.aa
$32.D0
�2.00
x `�.00
Arnouni
�2'?, 500.04
� 1, 500.00
$904.00
55,OOO.DO
�2,4QO.OD
��oa_oo
�zaa.ao
$ 600.00
� 1, 540.00
$400.QQ
�;17,fi�Q.00
.�',�,QDO.QO
�150.a0
�5�I,D50.00
$5,4C}5.00
$59,A55.�0
1 013 012 0 0 1 [34-7 WLA C21589.00
SUi�IMARY
CITY OF FORT WO�TH ENG1t�E�R1IVG
Enginecring Dcsign Services Associated wi#h
Water f�epls�ement Project Contrac! 200� 57M-C
Water Pro�ect iVo, PW53-d60530776340
Sewer Pro�ect Nn. PS:;6-07058�'E73�120
D_O.E.350i
L�C/�710N: 01lIQ DRIVE �AST QEAD EN� TO I�l�z DR1VE EAST D�RD END
� Pay Item
� Z
2I,
3�
�.
� �
6
7
8
9
'! 0
Qt�antity
570
2i
1
10
10Q
�a
'f 0
2a
1
�i 70
ilnit
LF
'EA
TON
LF
L�
CY
LF
LF
EA
LF
I#em Description
B" PVC Water Main
� 8" Gate Valve and Box
�Cast/ Ductile iron Fsiting
(�xtra Depth for Water Line
�HMAC Permanent �avement t2epair (Min. 2" HMAC)
Crushed Limestor�e for ivliscellaneous Placement
irench SaCety 8ystem (Depths> 5')
C�trb and Gutter Replacerr�ent
Exploratory Excavation (De-Holej
�Grass Sodding
Sub-Tatal
10°/a Contingency
TOTAL- WATE� COST
WA7ER M.�iN R;�'iAC� .iENTS
f Average Unit Prfce �
� w33.Q0
1 ys ro.ao
W3,II�?O.DD
� S1Q.00
532.00
� �2a.04,
� ,�,2.Q0�
� � 35.a0;
�rao.aa�
�5.00;
i
i_
�
�
r mount
�18,8�0.00
$1, 340.40
$3.ODO.�fl
�:�ao.ao
$3 20D.OD
�204A0
$20.00
'704.�0
,�oo.00
�?,350.00
_ 330,220.00
$3,022.OD
$3:�,242.00
i0130/2D01 B4-B WLA C?�569.04
�
UI'IIVIUiV V!" �'kiVtSh�S1..L 4Vi`J.? I i�U:.. i ��i� �.v-� �.J
sur,nnnaaY
C[rY OF �OFti W�R3�h [tVGit�E�RI[�!G
Cngineering Design Services Assaciated tiviih
Water 1',eplacement Project Contract 2001 STNI-C
Water Projecf No. PW53-060530976340
5ewer T'roject No. P55II-0705$Ot75'{20
1�.O.E. 35Q'i
LOCAiiON: F20CKWOOD DRNE EAST D�AD �ND 70 B�ACKSTON� �REV� �AS7 �EAD �N�
Pay Item �
1�
2�
3
�
5
6
7
B
9
10
11
12
13�
14�
ZS!
1013Q12001
Quantity
2a
1,036
1
1j
1�
2D�
��
7
110
20
20
Za
�a
1
9A0�
�
�
Unit
L�
LF
�A
�a
TON
LF
EA
�A
LF
CY
LF
L�
SY
EA
LF
Item Description l
6" PVC Water Main �
8" PVC Water Main (
�i" Gate Vafve and Sax �
�8" Gate Valve anci 8ox �
ECasU Ductile lran Fiitsng
F�ctra Degth for Waier Line
Fire Hycfrant
Fire Hydrant 8atre�3 Extension
�h{MAC Permanent Pa�ement Repair (Min. 2" �tMAC)
Crushed Li�nestone ior Misc�llaneaus Placement
Trench Safety System (DeptE�sy 5'}
Curb arld Guttet F�epiacement
Concrete Sidewalk and Driveway Replacement
ExploCatory Excavation (De-Hole)
�Grass Sadding
�
� Suh-Yotaf
I 10% Cantingency
! -ror�+� - wa7�� cosr�
H�t-9
WA7EA N:AIIV �EPChCFM�NT�
AweCage Unit i': ice
�:25.00
� 33, OU
$�•U0.00
�£ID.OU
,s,c:�o.ao
q,lo.oa
i1,`_DO.DO
$; 00.00 �
;.32.00 �
5•2Q.UC�
�2. �Q
$.35_�U
;�,�1 Q.0 G
s�•�oo.a�
a5.0U
Amaunt
5500. �0
�33, 9�Jp.00
.'."�5QQ.00
$676_00
$3,00a_DO
�zot�.oa
�1,500.00
�3a�}.OQ,
$3, 52�.00
�r10Q.0U
�40.00
$1Q0.�]0
$400.0�
�500.00
�4,70D.QC3
�5Q,920.Q0
��,a�2.afl
$56,Q72.60
W L11 C21589.00
o��rvsor� o� r��a�a��� co�vsrrucr�or_ cc�s, s
SUMMARY
CITY OF FOft7 W�R7H EhGlN�Eftl dG
Enginecring Design 5er�ices Associatc c[ w'stFs
Wnier Repl�cement Project CaRtrac# 2Q01 WM-'vi
W�ter Projecf Na. PW53-�6a53017fi:�40
Sewer Prajecf No. P558-07Di80�75�,20
❑.O.E. 350'i
L.acation
Bird Street (Bannie Brae Streei to �ast Dead End}
Boni#a Drive East Dead End to Deering Qrive Bend
Gv,ynne Sfreet (Bird 5treet ta Beikna� Street)
Michigan Aver�ue {Chfistine Qrive ta Ov'sd Drive}
Ovid �rive East Dead End ta lnez Drive East Dead �nd
Roc[cwood Drive East Dead End to E3lackstone �rive G�st
Dead Er+d
Water Mait�
Construction
�;70,6�2.Ot)
�39,935.Oi1
�69,960.4� f
.�',�13,857.0°)
533,242.0 1
Sewer Main
Canstrucfion
T07ALS
a56,Ci12.0 }
$313,148.0 )
�59,�455.�0
$59,�l55.OD
Total Construction
�74,G42.Oc �
,�r39,435.0U
�,69, 360.0 i t
�iO3,342.(3�}
433,2�12.00
$Sfi,Q12.0��
�372, G03.00
��/31120D� B�I-1 1r'yLr'•. C215II9.OQ
j 61331200'E
SUMMARY OF T�'CAL QUl1N7iTY 11NL� CDN57RU� :T10N C OST
C�TY O� FO[:T WOR7Fi LNGiNEER3f�C.
C�fgineerinc� Design Serviccs As,ociated .vith
V+later Repfacement Pra�ec! Contr�ct 20Ui l: F1-hS
Watcr Pro�ecE No. FW53-06�53097534�
Sewer f'raject k�Q. PSSII-QT65¢QZ75�2�
DA.E. 35a'I
V41AT�R LIAIE SU�VIiNl1RY — -- -
Pay ltem I Quantily Unit ' IIEm Deseription
1' 460 LF S" PVC Water Main
2i 3,fi10 LF 8" PVC Waler Main
3 5 Eq 6" Gale Valve and 0ox
A �E 0 EA Q" Gale Valva and Qox
� 6 70N CastlDuctile Iron Fitting
� 90 L� Extra Dep[h !or Water Line
7 7�t �A 1" Water Senrice Lateral Taps
g; 280 LF �" Gopper Water Service �
g cf =A 2' Water Service Latera! 'iaps
10 SD LF 2" Copper Waier Sesrrice
� i 14 [A Class "A" AAeter 8ox
3 2 4 EA Ctass "8" Meter Box
i3 4 E'11 fire FEydrant
1�1 A VF Fire Nydrant Barre[ E�ension
151 2,375 LF HMAC Permanent Pavement Repair (tviin. 2" IiMAL:)
l6 10 CY Crush�d Limestane for Miscelfaneaus Placement
47 2 L5 7' Temporary Service Line Including Fittings
1$ 90 Lf Trench 5af2fy (Depths > 5'}
� g �)0 Lf Curb and Gvtter Replacement
20 -SQ SY CvncCete Sidewaik and �riveti•ray Replacement
?y f EA Explalatory Excavalinn ( De-hole}
22 2,180 LF Grass Sodding
SEWER LINE Sl1iVI�r1ARY
Pay Item 4�antity Unit Ilem 6escripkion
23 Spp LF 12" PVC 5anitary 5eyver Pipe (Ail Qe�ihs)
2+s GO LF 4" Sanilary Sewet Service Line
25 3 EA 4" Sanitary Sewer 5ervice Tap
�g 2 �A ftemove anc4 fieplace Siandard 4' �iameler �rlanhole
27 i6 VF Additional Qep(h Over 6' (Slanqard �' Diameser M:+nholc}
2E3 2 EA Vacuum 7esting af 5S Manhole
79 2 CA Waiertight Gasketed Manhola InseR
3p 2 EA Concrete Mfanhole Co[lars
9� 500 �F Post Televisian Inspectian ot SS Pipe
g2 20 CY Grushed Limestone for MisceUaneeus Placement
33 550 LF ��C Permanent Pavemenl itepair (Min. 2' HMAC}
. 34 Sfl0 LF Trench Safety (Qepths,5'), D-13
35 30 LF Grass Sodding
Wa[er Line and setiver L� ,e Subtrtal
�,� � i0°,LC��ntlrsgen::y
� TOTi�.L
Average U�it Price
�25.UD
�33.40
,�.540.00
E67Q.00
f,3,Q00.00
5]0.00
530a.�0
.y1 B.00
�500.00
�35.U0
f,12D.D0
�aao.00
�1, 50Q.00
530Q.a0
$32.4Q
�20.00
53,000.00
52.00''
�35.00
a�a.00
5500.�0
y5.00
Average Uait Yrice
545.OD
�25.00
$300.OQ
52,50Q.00
y1 SU.00
�v1 SD.00
3i OO.flO
�304.00'
g�-�
�2D.40
�32.00
.y�. W
55.Ofl
AE»oun[
�13,5W.c7(=
;.� ] 9, � 30.00�
$?,soo.oe
1G,760.0(.' ',
J� ��WV.Ll'
.K,940.OU
�A?OD.W
55,04D.OU
�2, OOO.OU
y'?,SOO.L)C1 i
�1,684.Qc] "
,�.800.00
y�1 �0.0�
51.2fl0.0�J
S7fi.�D.OQ
� t ,440.Dc] � I
��,cx�n.uU
�1 SO_AU ;
�3,150.OU �
.'�i i ,600.OU
b3,0ot7_Ufl �
S1 U,�J00.00 �
I
Amoun�
F,22,SQO.UQ
S�,SW.IKI
S��-�
,s.5,00U. UO •
;?,40D.W °
�30U.U0
5?00. W
�SGt).W
w1.500,0(i �
saoo.ac �
317,600.�6
Y1�WV.11IJ
�150.4Q.
�33;i,730.00 �
�a3.s7:�.00':N� C215t39.00
Y3%.�.,fiO3_00
SUMhrfAI�Y
CliY aF FORT WORTFE �NGINEERIi �G
Engineering I7esign Services Assac9ate�i with
Water Rep�acement Project Contrzct 20Q'. STM-4�
Water Projecf No. PW53-flG0530'f76; �0
Sewer Project No. �'S5ti-07058D�[75120
D.0.�.35D1
LOCA1"[ON: SIF�D S7RE�T (B�NME BRAE S7i�E�T TO EAST DEAD ENf]}
Pay Item �
i
2
3
4
5
6
7
8
9
1 C]
1 'E
'[ 2
'! 3
'14
��
'[ G
17
'I 8
19
�0
29
22
WAT'�fi MA1N R�PLACEfvfENTS
Average lJnit Price
�zs.00
$33.0�
��a�.oa
$67 Q. d0 �
$3,000. p0
�1 a.40
$304.00
$500.D0'
$35.D6
$1$.00
��2a.o�
$200_06
$'f , 500.00
$300.00
$sz.ao
�zo.aa
�3, 000. QD
�2.00 �
�a5.00�
$�0.0��
$5�0_(3D�
.�',5.00
Amaunt
$�O,QOC.OD
�7,26C.OD
$�,�oc�.ao
��i7��.0a
�a,00c�,aa
$10U.00
�3,300.0�
�SQfl.QQ
��oo.00
�3, 960. DQ
$i,320.00
$20D.00
�1,500.00
�300.510
,2�.a�o.oa
��ao.oa
$3, QaO, 0�
�za.aa
�350.00
�400.D0
�sofl.ao
�5�0.00
�64,220.00
�G,422.00
570,642.00
10131/20{}1 8h-3 ti/VLR C2'35B�J.00
Quantity
40Q
22R �2
��
i�
'�0�
'i 1
1
20
22D�
rt7�
1�1
1�
795�
�o
1
'10
10
70
i
���f
1
1
Unit
LF
L�
�
EA
TO N
L�
E�l
�
��
LF
�
EA
�A
E�
LF
CY
LS
LF
�F
SY
EA
LF
Ikem �escription
6" PVC Water Main
8" PVC Water Main
�6" Gate Valve and Bax
8" Gate Val�e and Bax
CasF/ �uctile iron Fsfting
Extra aepth for Water �Line
, i" Water Service Lateral 1"aps
2" Water Service Lateral Taps
2" Copper Water Service
1" Cappe� Water Service
Class "A" Meter Box
Class "8" Metes 8oX
Fire Hydrant
Fire k�ydrant �arret Extensior�
�iMAC Permanen# Pavement Repair (Min. 2" HMAC)
Cr�shed Lirnestane far Miscellaneous Placeme�i
2" Temporary Servica �tne including Fiifings
�tench Safety System (�7eptf�s � 5')
jC[�rb and Gutter €2epEacement
Concrete 5idewa[k and Driveway Replacement
�xplorafary Excavation ( De-ho�e}
�Grass 5odding
Suh-Tota]
1D°/a Contingency
TOTAL - WA7�R COS�
UI'liVlUiv ui i's•Vue.i.,�� ................�....... �...�._
SUMMARY
CETY OF FOR� WC3F�TH ENG(N�ERI�G
Enc�ineering Desic�n Ser�iees Associated with
Water ReQlacement �'ro;ect Contr�ct 2001 S7M-C
Water Project No_ AW53-0605301763�1Q
Sewer Project No. PSS�-0705�Oi75720
DA.�. 3504
LOCATEOf�: BONETA DRiVE EAST D�AD E�iD_TO DEERING DR1VE MEt�€]
Pay ifem �
�
2�a
��
5�
6
7
8
9
10
1 'i
i2
13
�
�
WATER MAIN �EPLACEM�N""S
Average Unit Price
�2�.00
$33.Q0
$500. �0 �
�s�aaa l
�3,0�0.00
��o.00
�1,500.00�
$3D0.0��
532. (30 �
$'?O.DOI
.�'r2Af] �
$50D.�0�
��.ao
�
�
Amount
��aa.00
$:?4,450.0�
55Q0.00
:i7,3�0.OD
:�3, OQa. QO
,�ao.00
��,5a0.D0
�soo.aa
53.520.OQ
�zao.00
S 40, 00
J500.O0
�2, 8�D.00
$35,BSO.QQ
4�,585.00
�39,435A0
'i0l3i1200i E3�1-�i WI11 C2]584.00
qvantity
20
65�
,
2
Z�
2�
1
1
110
'[4�
2D
1
560
Unit
l.F
LF
EP.
EA
rota
LF
�A
�A
LF
CY
LF
EA
liem Description
6" PVC Water Main
S" �VC Water Main
fi" Gate Valve and I3ax
8" Gate Value and Box
Cast/ D�tetile lron �itting
Extra Qepth for Water Line
Fire Ftydrant
�ire Hydrant 8arrell Extensiars
HMAC Permanent Pavement Repair [Min. 2" HMAC)
�rushed Limestone fot Miscelfaneous Placement
7rench Safety Sysiem (Depths >5'}
Exploratory Excavacian (De-Hale)
Grass Sodding
5ub-Tntal
10% Contingency
�OTAL - WAT�E� CUST
onwsory or- �r;o�r�B�C cor�s�t-r�u�,Y�or� c��� �
S�lA4MARY
CITY Of FORT WOf2TH GNG[�IE�RING
Engineering Qesign Serviccs Associated with
VlJater Repl�cement Project Gontract 2001 5TM-G
Watcr Project�No. Plhf53-OG£3530�7G340
Sewer Aroject No. �S58-0705&4175'S20
❑.O.E. 350�f
LOCATION: GW1't�NE SiRG�T (e1RD ST�tEET TO BELKNJ�f' S7R��Ti
}�ay ltem
1
2
3
�
5
G
7
8
9
90
1 '�
12
�3
1�
15
��
'i 7
'! 8
Q[�antity
670
2
1
20
3
6D
3
3
sa
3
7G0
�o
1
20
�a
20
1
100
Unit
LF
LF
�'ON
LF
EA
LF
FJ�
EA
LF
EA
LF
CY
LS
i.F
LF
SY
EA
L�
Item Description
8" PVC Water Main
6" Gate VaEve and Bax
CasU Ductile lron �itting
Extra Depth for Water Line
1" Water Service Lateral7aps
�" Copper Water Service
Class "A" Meter Box
2" Water Service Lateral T'aps
2" Copper Water Serv=ce
C1ass "B" Meter Box
1--IMAC Permanent Pavement FZepair (Min. �" HMAC)
Crushed Lirrzestone for Miscellaneous Pfacement
2" 7emporary Service Line including Fitlings
7rench 5afety Syst�m (Depths > 5')
Curb and Gutter �teplacement
Cancrete 5idewafk and �riveway Replacement
Expioratory Exca�ation (De-Hole)
Grass Sodding
Sub-Tota!
10% Caniingency
70TAL - WATER COST
1/VATER MAlN Rf Pl1�CFtJtENTS
Average Unit Priee ',
�33.Q0'.
a67U.Q0
.;3,000.00
;;'10.00
�300.OD i
�13.OQ
�lzo_oa
��oa.00
$3�.Q0
$2L�0_00
$32.00
$2D.Q0
.�',3,OCf0,aa
�',2.0�
$35.4�
�ao.aa
�5(f0.00
r5.D0
Ainount ,
.�',22,� � O.QO
51,34Q.(3�
$3,000.0�
$?QO.Oi]
$900.a0
�1,080.Ofl
$3f0.00
��,5�O.RQ
$2, 7 DO.Oa
$�oa.00
g24.320.00
5200.00
�s,aaa.aa
�94.00
$1,D50.a0
�sao.oa
$500.OD
�50a. DD
�63, 60D.00
$6,360.00
.4,69,960.Oa
'[0l31/200� 84-5 W�A C2i5n9.00
U��i��iUl� 1��� 1"i\uLifSliL.L_ �.V�. �ll�.s4,��+. �-v.-.��.
SUMI:IARY
Cl7Y OF FQf27 WO tiTH L-NGI��IE�i�1�1G
Engineering Design Sc rvices� Associate�! witE�
W:�ter Repl�cement Proj4ct Conir:sct 200 . 5TM-�
Water Praject No, f'W53-D6�530�76: aQ
Sewer Project No. ?55II-b7b;a0Z75"� 20
- �.O.C.350'I
LOCAYIO�1: M[CHIGA�! AV�t��1� 1C�iRIST1NE DRIVE TO OVID Df�IVE�
P�y item
1
2
3
�
5
6
7
a
9
10
1�
12
��
Z�
�uantity
20
�470
�
2
�
10
�
9
500
10
'I 0
10
1
10
llnit
LF
LF
EA
EA
To N
LF
�A
EA
L�
CY
LF
LF
Ef�
LF
ftem Qesc:ription
6" PVC W�ter Main
B" P1/C Water Main
8" Gate Va[ve and 8ox
8" Gate 1!alve and Box
Cast1 De�ctile lron Fitting
�ctra Depth for Water �ine
Fire F�ydrant
Fire Hydrant 8arrel ExfensEon
f�MAC Permanent Pa�emen# F2epai; (Min. 2" 1�MAC)
Crushed Lirnestone for Miscelfaneo��s Pl:�cen-sent
Trench 5afety System (Depths �5')
Cc�rb and Gutter Replacement
Expfotafory �xcavation (De-Hale}
Grass Sodding
5ub-7otal
t0% Cor.tingency
TDYAL - WA7�R COSi�
WA7ER MAII� REPIJ�CEAIENT_S
Average [lnii Price
"y25. �0
$33.fl0
$50G.00
$67[.Qb,
�3,OD{�.OD'
�'S C�.00
�1,5fl0.00
$300.00
�s?.ao
�20.00
�2.ao
�35.0�
$SQ0.00
yJ-d�
A naunt
�5DQ.00
315,510.Q0
$50{�.D�
�7,34Q.[l0
�3,ODD.00
S 1 �0.00
51, 50�. QO
�3p0.�0
$16, 000.00
�2Q[3.Oa
�2o.oa
� $350.00
�5D0.00
��Q, ��
��s,s7o.ao
�3, 987.00
��13,8S7.�D
101311260i C��-G WLA C21�89_00
s�r�MaRY
CIiY OF �Oft'i WORTN �l�G[t�EERI�IG
Engineering Design Services Associated with
Water Replacement Praject Contract 2001 S'�M-C
Water Project No. PW53-0605301763da
Sewer Projeet No. PS58-07D5II01T��20
Q.�.E_3509
LOCATION: MICHIGAN AVENU� (GHRISTI�lE aRiVE TO OVlQ DR�VEi
Pay �tem
1
2
3
h
5
G
7
a
�
10
19
'! 2
93
Quantity
500
60
3
2
'! 6
2
2.
2
�ao
20
550
50f3
30
Unit
LF
LF
EA
EA
VF
�A
EA
FA
LF
CY
LF
LF
LF
ltem Description
12" PVC Sanitary Sewer Pipe (All bepths)
4" Sanitary Seruer Service Line
A" Sanitary Sev�+er Ses�ice Tap
Remove and F2�place Standard 4' diameter•ManhoEe
Additional aepih Over 6` {5tandard �1' Diameter Manhole)
Vacuum 7esting oi S5 Manhole
Watertight Gasketed Manhole Insert
Concrete Manhoie Coklars
Post �e�evisian lnspection of SS Pipe
Crushed �imestone for Miscellaneous Placemen#
HMAC Permanent Pavement Repair (Min. 2" HMAC}
Trench Safety (Depths, 5'}, D-13
Grass Sodding
SEWER CO�: �TRLiCT1�3V
� Average Unit Pri�e
' $AS.OQ
, $25AQ
' S30D.4a,
$2,SCfl.DO'
����a_ao
$1 `0.00
$1C�0_aD
e3C�0.00
;.3.04
�`'O.OD
�.�2.OD
��2.ao
a'.5.Oa
Sub-7otat
9�% Confingency
TOTAL - SANITARY SEW�R
Amount
�22,SOaAO
� i , 500.00
$ �00.40
S5, 0Dd.00
$2,1Q0.0�
� 100.f �D
3 _>aD. ��
s�3ao. �o
$i , :i0�. )0
$40�.flD
.4,17.8a0.aa
$1, 006.00
& 150.00
�54, U50.00
�5, •! 05.00
$5�.�155.00
10/31/2001 84-7 WLA CZ9589.00
UYl1VlUIV V�' !'I�VLi/ttSLL �.Viv:, a r.+��. k tv:. �..... �.�
SUMtvSAF�Y
CC7Y OF i�ORT WDRT�i EHGff�EERlt�G
Enc�incering C�csi�n ServEces Assocsated vrifh
Water Rep�acement Praject Contract 2Q01 STM-C
Water �rojcct iVo. PW53-0f053D�i763d0
Sewer Project No. PS5f3-07DS80'I75'120
D.p_E.35D1
LOCA7�ON: OVI� DR1VL EAST DEAD END 70 INEZ DR1VE EAST DEAD El�D
Pay ftem �
�
2
3
4
5
B
7
$�
9�
10�
�
WATER MAIE� REPLACEA:1ENiS
Average Un':t Price
$33.��
$67Q.00 �
$3, ODa.00 �
$1Q00
$32.00
$20_Oa
$2.00
�3�.dd
$500.60
�S.QQ
A. :iount
� 18, 81 b. 00
$1,340.00 .
$3,a60_00
$ � oo.ao
$3,?00.04
$200.Q�
�20.00
5700.00
� 500. DO
$2, 354.OD
$3i1,220.a0
�3,oz?.oa
�33,2�f2.00
't0131/200'i L3�1-a WLA C215t39.OQ
Quantity
57D
2�
�
10
�00
10�
10�
2Q
�
470
�
�
f
i
Unit
LF
EA
TON
LF
LF
CY
�.�
LF
EA
LF
ltem Description
8" PVC Water Main
B" Gate Valve and 8ox
Castl D�ctile lron Fitting
�E�fa Depth fof Water Line
�FiMAC �errnanet�t Aavem�nt Repair (Min_ 2" HMAC)
Crushed timestone for Miscellaneaus P[acament
Trenctt Safety System (�e�ths> 5')
Curh and Gutter Replacement
F�splo�atory ExcavaEion (Qe-Fio4e}
Grass Sadding
Sub-7otai
i0°10 Contingency
TO�AL - WATER COS�
OE'I�VIUf� Ut= S�1�U�if�LiL� iufv;, � r.u� I i�c. �,v� � a
suMMa�Y
C1TY O� FORY WORTH �HG1iVEER�FdG
Enc�ineerirtg Design Scr�ices AssoCiated with
Water Rep{acement Project Contract 20d1 STM-�
W�ter Project No. PW53-a6D53f3�E76340
5ewer prajeck I�o. P558-07058017512Q
�.O.E.354Z
LOCATION: ROCKWODD l�REVE EAST O�AD �ND �O BLACKS70N� Q�:IVG �ASI" D�AD END
pay Etem
3
z
3�
4
5
8
7
8'
9
10
19
'k 2
'i3�
1�)
'15 �
�
WATER MAIN REPLACL-r, �NTs
Average Unit Price
�25.00
$33.00}
;�560.OD
$670.00
$3,OOfl.O�
$'10.40
�;1, 500.4Q
$30a.OD
�32.D0
�20.00 �
�2.Oi7
.4,35.00
$40.Da
,�'r500.0U 1
�5_00�
n tiount
��Dq.04
�33, ��JO. (l0
$:i00.�0
��7o.ao
�3,t7D0.L�a
�-�ao.00
$ � , 5DL}. DO
g 30C�. f10
$3,`_;2��.D0
�.,au.00
: -4U.(}ll
$ �00.00
$ �Ofl.00
$ �00.00
$4, "QQ.00
$5D,•)20.OU
�5, 092.00
356, U12.OD
'l13/311200'S 84-9 W[A (:21589.00
Quantify
20
1,036
1
1
1
20
�
7
13Q
20
�a
20
104
1�
94Q�
�
�
�
Unit
�.F
L�
EA
Ea
TO f�
LF
EA
EA
�.F
CY
LF
l�
SY
EA
LF
ttern Descripiion
6" PVC Water Main
8" PVC Water Main
6" Gate Va1ve and Box
8" Gate Valve and 6ox
Cast! DucEile Eran Fit#ing
�xtra D�Ath iar Waier Line
Fire Hydrant
Fire Mydrant BarreEl Extension
k�MAC Permanent Pavert�ent Repair (Min. 2" fiMACj
Cfushed Lirr�esfane for Misce!laneous Placement
i'rench Safety System (Depths� 5'j
Cur� and GUtter Raplacement
Concrets SidewaElc and Driveway RepEacement �
Exploratory Excavation �De-NaEej
�Grass Sodding - �
� �
Sub-Total
1U% Contingency�
703-A�.- WAT�R C057�
ATTACH��fENT C
CHAI�GES AN❑ APJI�NC?P�1�iVTS TO STAN�ARD AGREEMENT AiVD A�TACHM��17 A
Engineering Dasign Services Associateci wiih
Waier Replacement Project Contract 200'1 5TM-C
Water ProjecE No. PW�3-08D�30'f76174
D.O.E. No. 3356
NONE
�. . _,�.
WI..A c21589.a0 C-1
October 31, 204i
10 ia� ttame
� tJE51G1I
� Houcn tu 1�roccu�
� �urvaylr�l
4 Concr�xue! ll+.�+�
� g Cwicunt itcvicw try City
ti Yaeunwuuy Uesk�n
7 P+eun�wry �us�g�i Fieviaw yr Clsy
y flnal��esErynYlansprnlSpac+liratrons
y �, Fhrd Oeslgn f�w�v�r tr/ t[�a C:sy
�U Iirvi561'Wns e[W Sjiecl�icalbnslOfAWrNsenWttt
71 li�fl AhFA AWAfiO
1� , AtlY�lpa1� 1W CWLYGYCIial
�� �, qwaW Yrocoas Ior Cnnatn,c�w� Cornroct
!i �CONSTItUGTlOti
t5 , Cer�suucUw�Unit
1G '' f-irwllnspeCUw1 LeW Accej»arKt
Rurallon
iaa nays
i aay
t 5 tlays
�u a:�ya
7 uays
3U Cays
74 d;�y5
21 tlays
7 CAys
�5 a3ya
A4 tlaye
21 day5
?9 �ays
95 daya
y4 days
5 qaY� —
JiG�I
rrua,
�ruu i
7l:YUt
7rr�r0i
9l4/U 1
:Nk3791
lofa5nil
[llt41U1
IYJI:iN1
[?12410f
�n uo�
���arua
;t! k:10P
S/N04
51C1 U2
�910Y
P1iOJEG1 �l:�ttUULk
Englnoering Aasiqn Services Assoclated with
VYaler replacernsnt Pro►eci confrad 2UOi STs.1-C y
Wplar Arojec! No. PW59-OG0530176170, 0_O.E, T35G
UU'
�rws�i awv f.ew� 1 �ui � A�q E�cv f�1 � H..� � u�•�• _ Lru� � F�� _I �..�, �;,w I su.y ��W� ��w __ I wW� I"�' �
1hllU: �� .� �—,� � i �
���u� � �r_ >r :
7rey¢� 7n �ra3 � ,
u.sro� � �na '��.,�Tr���n
�Jll?!U� Y : '
914 ��72 . . ,
1LV24lUI 91T1 1 SOVR4 '
tUI:i7Sll 1Ol35 11/19 , .
1:11'JUI iH1R �1^Jl�
i -,
11f'_'7101 12i19 � 1 �''��1
1111IU2 57133� t111 `
7ltUa2 • fg,: • , •.. �1� �
'11t11U"f . 1!!< � 71 ,,
�113l0: 7112 ]114 ..
9/77lf12 - r� � . ,..—.i .,.. • �i;:�
Hl�'19k SI6 ' .i r + 'Yi ,
�!f i:lIU2 � � Y� I
I
W�rdy Lopar 6 Assotletes, [nc. � Tesk
GqrKranYW1 STM-C,G.O.E,Jl56
rr«�res:
� MBaslme � Rotl�W UP Task ��'y„�7�,{�,y-"�, !i� �ed up Pro-ress , . EnemW Tas►s �';s�":,"� ;='��� ,
� . , Summary �: ° �.I�,� AWkv1U�F.1iFellone O 5=�.t ----- ....... ... .. Prnf�ctSumn�d,y ��--••�_'�.^r-"'�
Paga S -- t671101 `l•57 Ah�
e
ATTACFirAENT E
L.00A71oN Fr�AP
E�ginee�rir�g Q�sign �ervices Associated �rfEth
Wat�r R�pEacement Project Contract 2D0'� �`�l'�A .FA
Water Project No. PW53-460530'I78340
5ewer Projact No. PS58-�70�80175'120
�,O,E. No, 3�a1
Attached ar� tinz Iflcations For raplacem�nt af avater lines shati+rn on pages �-2 to �-8 avhici� are num�ered
as foifo+�4rs:
1, Bird 5treet
�rom Bonnie Brae 5treet to East pead End
(Mapsco pagz 63R}
2. New Alignment
From Bonita Dri�e East Dzad �nd to Deering Drive 8and
(Mapsco page 61 U)
3. Gv�rynne 5treet
Fram Bird Strest to Befknap Street
(Mapsco page 63 R}
4. AAichigan Avenue
From Chnstine ❑rive to Ovid Drive
{Mapsca page 61 Q)
5, I�eN� Alignment
From Ovid Drive EasE Dead End to Inez Drive East qead En�
(Mapsco page 6� Q)
6. �ietiv Alignmenf
Frorn Rockwoocf Drive East Dead �nd io 8fackstane �rive �ast Deacf Lnd
(Mapsco page 51U}
WLA C21589.00 �-i
Ociab�r 3�, 2041
�
SCa��: �� _�nQ� p RQ� E CT S 1 T E MAP
A rTACf-�MENT E (E-21 - �vr� 2036-396
� 1r1/A T�R M�#Ilti� I�1PR�VEMENTS 2030-392
t%STER u° SE�f�R REPCACEAIE,VT CO+VI'RACr 100! yY�41-tif 2060-396
2Qb0-400
�i �'�I.iPSCO 63 Q & U
��/endy Lopez & Associates, lnc. ����sco 63 R
Engineering/Surveyir,�Constructio� Services WTR PROj. Hp. F��/53��b05 301 7 6 3 40
3800 Sandshell Driti•e Suite 175 For[ �Vor[h, iexas Tfi137 StiVR PROJ. tv0, P558-070580i75120
(817f 232-0244 FAX: (817} 232--4635 DOE h�q. 3501
� - '--- - - ' �
� • - -- - . .... . . .
� ,.I... ;� _� �_ _ � .� . r^,_.1 �r� �.� � ' � I I -- -y�7 , I
r
� I 6 `l�' �.. L � 5 i2`- la � �nl �I �< I 7� -
�t+ � � 1 :
� � L?
7 5 t� 6 � � a I 3 8[� � I 3 I 8� E
; j � .� � � _
C � �� 7 � � i2 '� � ��„
- g ���- --� t� I 0 9 I 2 � l I 0 r� �3 7
— I t � 7 I a I � � �. _ �' C ,� D —�. -�- S i , 5 � � �.....
_ � � o �'�� 1 � � 6" -- - — _ . —
_ � 2 2 �, �, - E �
n
� � � I I�
b 9 cv -� �
_ I 2 I 5 6 8 9 IQ 1 I 12 13 l4 15 l5 17
� k � � �
� 7 10 �
p. Y-` 6 A w �
- 5
; � � 7 a 5 ic i i �?� i3l ia t5 is� �7� IPRO� D ,�
; �SE 8
� . � e � � __� � 2Z" � � Vl+'AT�R MA{N �
f , � � 4
� �� 3 2� �� TR. 97 12 \
I t- I C � = 238'
2 �
- � N 5� 2 8 N��2 3�� ` 6� � �
_ �I 1 4 1 � � � , ,�„�
i _ ' � Z I `'
�a 5 5 7� 22 5' � G 5 7
•S $ � �' ' 12
o� � � } � � ` I g � `4 tr�,
1� {�
7 c�� 3 C� c.* � l2 I I 40 C�.7 -- 83 VC`O `9
2 F �' °
�. 9 p , OQ ' G�
I � 2 C 5'_ � ;0�1lCC�,�p N 1!� � �� �\
i� 7 ' ID `�pQ TR �
� ., �P�
4 H� N E 7 8 �� ' �1 POO o
5 � C`.
�
m �I
I
1
I N
SCALE= 1' = 200'
B1RD STRE�T
� (BO,YNlE BRAE ST!{£fT 1'O ErlST D�r10 fNDJ
A T T.� Cf-��1 EN T E(E 3�
WATER �l�fAlN 1�1�f PROVENiENTS
. VYr1TER �4 5E4{/fR REPLACE�tilFNi CQlVTRAC7' 2001
�,�y�'� t��encly Lop�z &� Associates, lnc. A,t�p��p o�3QR
Engineering/Surveying/Construction Services 4VTR PRO). N0. P4'153-060�30176340
3a�0 Sand�heEl Drive 5ulte 175 Fort 4Voreh, 7exas 76�37 SWiR PROJ. h0, P�"s8-070580�75i20
(s1�f z3z-n2a� FAX: (817) 232-4638 DOE �0, 350t
—.. �
�. ,
i i � � �h � ! \ `\' c'r � I
�/
1� � � o
- ����'� I
�
ca � Z I�O 4, S 6 6 7 7
I �•� �'� A 8 A 9
b 3 � �
B0�4 T�1 Q � DR.
, �' - �
. ° . �
� _� 7. 5• l
� 20 19 18 ] 7 lE
�. � 4
�
��
x '
� � � � � c�
4'1 I
N O[
- D�EJ E i�lG t
� s„
. � . d
i
24 23 22 22A 21 20
�
10 II 12
B�A�KSTC'N�
� �„
N 1 is
i
l
sca�� � � � = 200 �
:D 8"
v1AI N
NEW ALIGNM�NT
(FXD�bI BON/Ti� QR/VE E�EST DEAD Eh'Q Tp D£E�?/,YG ORII�E BE�YDJ
A TTA Cf-�i�IENT E�E 4�
S�'WER 111�fPROVEMENTS
V�/A7'ER & SE4VEFt REPLr[CE,4ffNi CONTRRC7' Z001 tiVTR 2D36-Y00
WTR 2036-396
I.�,� LNendy Lopez & Assocr'ates, Inc, r�s�Psco �, u
Engineering/5urveying/Corrstruction Servire> 4YTR PROJ. i�0, P�`ls'3-06053017634Q
380D Sandshell Drive Suite 175 Fort I�Varth, Texas 76137 54'/A PROJ, tJO, P�58-07058077572Q
I {g17) 23z-ozaa FAX: (8S7) 23z-a63s DOE ti0. 35D1 —
` ' S Q
� 6 , � 9 �' I ca
�7 5� �
l�l � -�(�v
� � � 6m
— f �
1 �� 7
.�.` i o �"�`
-----� I z r _ �.
9
. . $ g iv
7 ' 10
r
�--- 5
� �
I 7
I B
��
� � i
2
3
� r. I ,� I . • _ I I I �^ : � . �__
� �
�2�� .� 14 cnl �I I4 I 7 L`l� �_.-
7 , �
� 1 I-�-7� f I � 3��I � B [C I-- [ 3 i— �—� • s
�*
� 12 x �
� 5�' �— I I I 0 9 ! 2 I I I QF', � 7
G�,,,FGQO --- S�' ST. 5`�'� ,,
4 T ��, - -- � �
. � _ _;
tij
I 5 6 T 8 9 10 II 12 f3 14 15 l0 17
4
�I 6
� .— 5 A l.� I
� � �z � 6 7 8 9 IC I I !2 13 15 �5 IG 17
� I q g p � �� 22 �
—1- � i.0� m c
-� I � � C I ?I' 238'
� 2 / .�- �
�
--�- o N 5 s 2 a ��., a� 1
� � 1 I 2 '
__ � � �� �� 7 V� 1 �� �, 3 5 5 s' 7
��-- , .� r�
4�, ��� � _ �A. , � � � ' I, � , I[ ���
�-r--
i � �u
� - � � � ��l� 1 '
l 1 {}, y
.._ {� 3� I � � I? I I 10 C� � 83 � V O
� 2 � F .i p .
� � '��� s� � � o � � c c:� o: �� ��, �`' A� � a
� ` e
� z � � o , �P
� � I H � 9 �,�'
N 8 � ��
/ \
iR � <
�
5 I � ; � 7 E ��oo�
' G i I�� a�\ � / � P
f r�Au� i c�
- � � �I�� ..�4 , , g, .
3 �a � i
� s . �6n / -i- � .; , � �
PROPOS�D 8"
WATER MAfN
N
I
1
SCALE� 1 ' a 200'
GWYN N E STREET
(8/RD STR£Ei 7'� 8FL Kr4'rf p SiRE�TJ
�I TT.� CHMEl1�T E (E S)
WATER �lA1N lr1�PROVEMENTS
4+/�t7fR & SF6�/fR f2EPLAC�r�fENi CO�ti'TRACT 2001
� INendy l.opez & Associates, lnc.
�ngineer�ngJSurveying,lCanstruction Services
3804 5andshel) �rive Suite 775 Fort VVorth, 7exas 76137
ca,>> z�z—o��� ��x: (817) 232-4Fi38
r,v�� zaso—ko�
w�R aoso—aao
h1AP5C0 63 R
1�rTR PROJ. �\O. P4'l5 3-0605 301 7b3d0
S4Y2 PRO}. h0, F556-Q10580iiSi20
nOE h'O. 3�01
TR. 99
Tr?. 97 1 2 �
' � �:
�j
\
N
sca�.�� , • = 2ao�
9
OV I G DR,
� o�� � � �' PROPOSE� 8„
I WATER MAIN
�
I 15 iS
i
1
' � L
I � 2
I � � I �
� �
� `�' ~ �`H� I ST ! I� D�?.
- �- � ..
c- �� 6" 325' �
�
0
2E 20 19 18 17
� � \
I I 2 I 3 R 5 6R
�� ��
� �I ' �� O�
�N �
sAPa a�a ..�. "� o�. 7�
w � �
6° 220' ---# - � S90' q" - -
I �23p 20
L'1 A
� 22 21 � 2�0 k9 i8 l7
�3� _ ,o`.
T2.
RQ��� f�at�r
M�CHIGAN AVENUE
/CNR/ST/NE D�7/1/E ]'O OYIO DR/VEJ
.� TT� Ch'MENT E (E 6)
V1/ATER 1��A1N JMPROVE�lFNTS
ti�,�rF� & 5�4UFR R��cAc���t��ti�r co�vr�,acr zoor
I� tiNendy topez & Associates, lnc. r��ps�p 6�� a�a
fngir�eerirtg/SUrvayFng,/Construction Services y��TR p�a), �'0. P4�'53-06053Q17S3�0
3800 5andihell Drive 5uite 175 Fort 4Vorth, i'exas 76137 S�Y� PRQJ. H0. P556-Q7058057512a
�, (817� 232-0244 F�lX: (817) 232-4638 QDE h0. 350i
. { � �
� TP,. 7A
17 15
6 L EV�E �
�,
r=
_
� � � �. �
� PROPOSED 8 �
. t5 I WATER N1AiN
! � �
l �
I
I
l
9 `
�
OV 1 C� DR. I
� 6„�
I5 14
I � l2 �
z
� � � � �
N '�
� �
--�. -�c�nisr� � aR.
q .._ --� - �„ 325' 1
q l I I l \
SCAL�� ] " = �00'
I NEW ALIGNMENT
(O!/l� DR. fi4SI" D�/tD 1"O INEZ DK. £iiST Dfil � fNDJ
� a TT,� c�is��n� r E(� �1
WATER ly1AlN 1MPROVEMFNTS
�v.�rFR � s��v�� R�Pi�c�n���rrr co�vrR�cr zoo�
� �vr� 2D36-400
za3o-aao
� Wendy Lopez & Associates, lnc. n��.�Psco 6� Q
Fngineering/SurveyTng/Constr�ceron Servfces W+17Cc PROJ. h0. P��/53—OS05301763SD
I 38D0 Sandshel! Drive Suite l75 Fort �Varth, Texas 76137 S+,Y� PROJ. HO. P55$-07D580i75120
i817� 232-0244 FAX: (877) 232-4638 DOc NO, 350i
_ �_ I 3 .. ,�,� �
���
3 � 5 6 7 B 9
BL.aC�ST��E
. - 6 ��
22 21 20 !9 � 18 17 15
2
3 4 5
b
ROCKsl��DOD oR.�
.
� �
� a
0
�
�
N
SCAL.E � i ' � 200'
�
iV I] I2
a�.
^�
6"
/
i5 /
2 �
/
/
NEW ALIGNMENT
(ROCK�%ODD DR/VE FAST TO BL.#CKSTOrYE DRJYE)
.� TTA Cl�ii�l ENT E(E 81
WATER �1�fAlN lMPROVEMENTS
W�iTFR & SE4�r'ER RE?LACF��IENT CONTRACT ZOOf
� +,ViR �03fi-�QQ
.�� W�ndy Lopez & Associates, 1nc. ���P�co s� u
�ngineerFngfS�rveyrng/Constfuccion Services �yTR PROJ. ItiO. P�'153-05053fl176340
3800 Sandshell Orive Sulte 175 Fort 4Vorth, �exas 76137 Sti';2 PROj. N0. PSSB-07D58017512f}
{g17) 232-0244 fAX: (817j 232-4638 DOE N4, �501
LFVtE
I�
I
I 9
�I �
OV I CJ D°. 1
PROP. S�W�R �I�*9� �+37E � �..
R�PLACEMENi L -SI (��' N
. ;u �
J �5 �4 �
Q- m
� 12
N , �
, �
�
1 I
2 3
CHR I 5� 1 f�lE' DR.
�1 2+b I I 2' � �
1
� Nl--?94 � ��,� � 6�°
��
21 20 19 !8 17
�
N
�
�
SCAL� � 1 ' = 200'
1
5+78=
� 5+so
� r, �2/ �
Ij �
\
l 2 3 4 5 6R
BAP,BIa�A � �� Q�. 7R
I 1t50 lg, - A�*5� � ��1-277
� - --- �-�
O p� � N
N 23A �'� 20 �.o
�
22 ZI � 2Q 19 l8 17
�. , I -� � & _
30�
h�
�
M�CHiGAN AVENUE
' (CHRlS1'INf DR/�/E T'O OVJp DR/VfJ
A TTA CHMENT E (E-9)
i S.E Y1-�ER 1�i�1 PR O VE�i�I EIV TS
4Yr17ER & SEVVER R�P1ACEht��VT CO,V1"RACT 200i
I� Wendy Lopez � Associates, 1ne. �,4AP5C0 fi61 q
Engineering/S�rveying/Construction ServFces
ti`r'TR �Ral, +`+O, P44'S3-0605]01763Ft0
3640 Sardsf�e�l Drive SuEte 175 Fort �Ynrth, Texas 75137 StiVR PRpJ. NO. PSSS—D7058017�120
{817) 232-0?�, FAX; (8�7) 232-4638 C}Qf NQ. 3507
\ 4 �
4
1
_ 1
. �
C1�1 Of �''OYt T�OY�I2, Texas
����� ��1� �O��1C��
�� `��1���.`����
DATE
113102
SUBJECT
REFERENC� NUMBER �LOG NAME
**Co� �91 �
APPROPRIATI�N �RDINANCE AND ENGINEERING AGREEMENT WITH WENDY
L�PEZ & ASSOCIATES, INC. FOR WATER REPLACEMENT CONTRACT 20d1 WM-M
30LOPEZ
PAGE
1 of 2
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize th� City Manager to transfer $62,168 from the Water and Sewer Fund to the Water
Capital Projec# Fund in the amount afi $52,�21 and th� Sewer Capital Project Fund in the arriount af
$1Q,0�47; and
2. Adopt the attached appropriation ordinance increa�ing esfimated receip�s and appropriations in the
Water Capital Project �und in the amount a# $52,121 and the Sewer Capital Project Fund in the
amount of $10,047 from available funds; and
3. Authorize the City Manager to execute an eng�neering agreement with Wendy Lopez & Associa#as,
lnc. in the amount af $59,6fi8 for Water Replacement Contact 2001 WM-M.
DISCUSSION:
The project consists of the prepara#ion of plans and specifica�ions for water andlor sanitary sewer main
replacements an the following streets or locations:
• Bird Street from Bonnie Brae Street to eas# dead end; and
o On Tarrant Caunty Water Control Distric# N�. 1 properly from Bonita Drive to Deering Drtve Bend; and
� Gwynne Street from Bird Street to Belknap Street; and
� Michigan Ar�enue from Christine Drive to O�id �ri�e; a�d
� On Tarrant County Water Control District No. 1�Oroperty fram Ovid Drive t� Inez Drive, and
� On Tarrant County Water Cantrol District No. 1 property from Roc�Cwoad DriWe to Blackstone Dri�e.
The affected areas of Bird 5treet, Gwynne Street, and Michigan Avenue will be permanently repaired
with asphalt after the proposed improvements are complete.
Wendy Lopez & Associates, lnc. propases to perform the design work for a lump sum fee of $59,668.
City siaff considers this fee to be fair and reas�nable for the scope of services proposed.
MIINBE - Wendy Lapez & Associates, Ir�c. is in compliance with the City's M/WBE Ordinance by
commiiting to 20% MfWBE participatio�. The City's gnal on this project is 20%.
The pro�ect is located in COUNCIL DISTRICTS 4 and 7, Mapsco 61Q, U, and �3R.
in addiiion to the co�#ract am�un#, $2,500 (water: $2,000, sewer: $500) is required for project
management by the Engineering Department.
C'ity o, f�''ort Worth9 T'exas
���o� a�� �o�n���
����������o�
bAi� REFERENC� NfJMBER LOG NAME PAGE
113102 **��� $�� � 30LOPEZ 2 of 2
SIJBJECT APPROPRIATION ORDINA GE AND ENGINE�RING A REEMENT WITH WENDY
LOPEZ & ASSOCIATES, INC, FOR VIfATER REPLACEMENT CONTRACT 2C�a1 WM-M
FISCAL 1NF(�RMATIONICERTIFICATION:
The Finance Director certifies that upon approval of recommendation No. 1 and adoption of the
attached appropriation ordir�ance, funds wi[I be a�ailable in #he current capital budgets, as appropriated,
ofi the Water and 5ewer Capital Project Funds.
MG:n
5ubmitted for City Manager's
Office by:
Mike Groomer
Originating Department Head:
Douglas Radernaker
Additianal inforniatiaa Contact:
Douglas Rademaker
� FUND
� (to)
� 1 &2} PW53
G140 1&2} PS58
2) PW53
� 2) PW53
� 2) PS58
I 2) P558
6157 I (from)
3) PW53
3) PS58
I 1) PE45
GI57 I 'E) PE45
ACCOUNT I CENTER I AMOUNT
�472045 06453017fi340 $52,121.00
472045 0705&0175120 $1D,047.00
531200 060530178340 $50,'I2'I.00
53135p D3Q630176340 $ 2,OOO,QO
531200 07058Q175920 $ 9,547.Q0
531350 D30580775120 $ 500.00
5392DQ D6053017634D $5D,121.OQ
531200 070580175120 $ 9,547.OQ
53867� 4609Q2� $52,121.00
538070 0709�20 $'[ O,Q47.00
CTTY SECRETARY
APPROVED 01/03/02
ORD.# 14915
�
City o, f ..�'or� �o�th, T'exas
i�ia�or �nd �ou�ci[ Con�mu�ic��tia�
DA7E REFERENCE NUMB�f� LOG NAME F'AGE
113IO2 " **��� $g� � I 3QLOPEZ � 1 of 2
su��Ecr APPROPRiATIQN �RDINANCE AND ENGINEERING AGREEMENT WITI� ':'�"�Y
, LOPEZ & ASSOCIATES, 1NC. FOR WATER REPLACEMENT CONTRACT 20Q1 WfVI-M
RECOMMENDATION:
It is recommerided that t�e City Council:
1. Authorize the City Manager to transfer $62,�68 from the Water and Sewer Fund to the Water
Capital Project Fund in the amaun� of $52,921 and the Sewer CapitaE Project F'und in the amount of
$10,047; and .
2. Adflpt the at�ached appropriation ordinar�ce increasing estimated receipts and appropriatians in the
Water Ca�ital Project Fund in the amount of $52,921 and the Sewer Capital Praject F�nd in the
amount ��F $9 0,047 from avai[ahle funds; and
3. Authorize the City Manager to execute an engineering agreement wiih Wendy Lopez & Associates,
Inc, in the amount of $59,668 #or Waier Replacement Contac# 20D1 WM-M.
D15CUS5lON:
The project cansis#s �f the preparation af pfans and specificatio�s for water and/or sani#ary s�wer main
rep[acements an t#�e following streets flr locations:
g Bird Street from Bonnie Brae Streef fo east dead end; and
` �n Tarrant Caunty Water Contr�l District No. 1 property from Boni#a Drive ta Deering Dri�e Bend; and
� Gwynne Street fram Bird Street to Belknap Street; ar�d
� Michi�an A��nue from Christine Drive ta �vid Drive; and
� On Tarrant Caunty Water Con#rol �istrict No. 1 property from Ovi� Drive to Inez l7rive; and
� �n Tarrant County Water Co�trol District No. 1 property from Rockwood Drive ta Blackstone Drive.
The affected areas of Bird Street, Gwynne Street, an� Michigan A�enue will be permanently repaired
with asphalt after the proposed impro�ements are complete.
Wendy Lopez & Assaciates, Inc. proposes to perForm the design work far a lump sum fee of $59,668.
City staff considers tl�is fee to be fair and reasonable for the scape of services praposed.
MIWBE - Wendy Lopez & Associates, Inc. is in c�mpliance with the City's MIWBE Qedinance by
commitiing to 20% MIWBE par�icipation. The City's goa! on this praject is 20%.
The project is located i� COUNCfI. DISTRICTS 4 and 7, Mapsca 61Q, U, and 63R.
In addition to the cantract amount, $2,500 (wa#er: $2,OOa, sewer: $a00) is required for praject
manag�me�t by the Engineering Department.
City of Fo�t Worth9 ��xas
l�f��or ��nd �ou�ciC Com�u�nic��ia�
DATE REFERENCE NUMBER LOG NAME PAGE
113102 **��'j �g'� � 3QLOPEZ ` 2 af 2
SUBJECT APPROPRIATI�N ORDfNA�ICE AND ENGINEERING AGREEMENT WITH W�NDY
LOPEZ & ASSOCIATES, INC. FOR WATER REPLACEMENT CONTRACT 2001 WM�M
FISCAL INFORMATIONICERTIFICATION: '
The Finance Director certifies that upon approva[ of recommendatian No. 1 and adoption of the
attached appropriation ardinance, funds will b� availabfe in the current capital budgets, as appro�riat�d,
of the Water and Sewer Capital Project Funds.
MG:n
5ubmitted f�r City Manager's
�ftiee by:
Mike Groomer
Originating Department Head:
Dauglas Rade�naker
Additinnal I�tformation Cantact:
Douglas Rademaker
I FUND
� {to)
� 9&2} PW53
G140 j 1&2} PS58
I 2j PW53
� 2) PW53
I 2j P558
� 2j PS58
6157 I {from)
3} PW53
3) PS58
1 } PE45
G 157 1) PE45
ACCOUNT I CEIVT�R I AMOUPIT
472D45 060530176340 $52,i21.Q0
472045 a7058017512Q $10,047A0
53'f200 Ofi453Q1763�4Q $5D,121.OD
53135Q 030530176340 $ 2,00�.00
531200 070580775120 $ 9,547.00
531350 D3058D175'120 $ 5QO.Q0
53120Q 060530'E76340 $54,121.00
5312�0 070580175120 $ 9,547.00
538070 0609p2p $52,12'f.00
538070 070902D $10,047.OD
CITY SECRETARY
APPROVED 01/03/02
�RD.# 14915