Loading...
HomeMy WebLinkAboutContract 58057 Revised CSC ND. 58057 R CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGRLEMENT is between the City Of Fart Worth,a Texas home-rule municipedity ("CITY"), and Kimley-Morn and Associates, Inc., authorized to d❑ business in Texas, MNGINEE'R"), for a PROJEC-I'generally described as: Southside II Water Main Alignment Study—i'roject No. 109649. Article I Scope of Smvices The Scope of Services is set forth in Attachment A. Negotiated ohanges to this Agreement, if any, acre included ire Attach►rent C. Article 11 Compensation The ENGINEER's compensation shall be in the amount up to, $2,348,401,00 as set forth in Attachment B. Payment shall be considered full compensation for all labor (including all lbanefits, overhead and markups), materials, supplies, and equipment necessary to complete the Services. Engineer small provide monthly invoices to City. The Engineer shall provide the City suffIclent docun-lentation, includ1hg lout not Iimited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. Payments for services rendered shall be made in accordance with the Texas Prompt Payment Act (Texas Government Code CIS. 2251). Acceptance by Engineer Of said payment shall release City from all ciaims oi- liabilities under #Iris Agreement for anything related to, poiformed, or furnished in connection with the Services for which payment is made, Including any act or omission of City in cennectloo with such Services. Article III Term Time 1s of the essence. Unless otherwise terminated pursuant to Article Vi. D_ herein, this Agreement shall be for a term beginning lipon the effective date, as described below, and shall COI)tlnue until the expiration of the funds or completion of the sul)ject 1nattor conten7plated herein pursuant to the schedule, whichever occurs first. Unless spocficaity otherwise amended, the original term shall nol exceed five years from the original effective date. ftyniFDO VVoi111,Too r; Ifi01JI11 dcIIWalerMn1nAlpnmentSWdy] Alondnrd Agrooinoni tlar Cglncorinp INIakod Da9lim Se1VIum 1101601 rtwl2;ud Ulm Nounkar 21.2021 rya�c'I of iG OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Article IV Obligations of the Engineer A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto_ B. Standard of Care The ENGINEER shall perform its services: (t) with the professional still and care ordinarily provided by competent engineers practicing under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer, C. Subsurface Investigations (1) The ENGI NEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the resuits of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test paints and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cast and/or execution. These conditions and cosVexecution effects are not the responsibility of the ENGINEER. City of rort Worth,Texas [Southside tl Water Main Alignment Study} Slandard Agreement for Engin"ring Ralatad Design 5en,ices [1o36491 Revised dale; Nommbu 23.2421 i Pg9 2 4f 15 I p. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible rnylar sheets and electronic files in _pdf format, or as otherwise approved by CITY, which shall became the property of the CITY. CITY may use such drawings in any manner it desires, provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITYrs construction contractors ar other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing ali portions of the construction work in accordance with the contract documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiarwith the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the contract documents, nor shall anything in the contract documents or this AGREEMENT between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the contract documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENNGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the contract documents. City a{Fort worth,Taxas [Sauthside II Water Main Alignment Study) Standard Agreement for Engineering Related Design Serves [10364B) Revised Dale:November 23.2021 Page 3 or 15 F. Opinions of Probable Cost, Financial Considerations, and Schedules (t) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of prepare#ion, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and Dperatianal factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINFER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the contract documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examinatjcn to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; orthat there are no other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible fDr any errors or omissions in the information from others that is incorporated into the record drawings. City of Fort lA dh,Texas [Soutt ide II Water Main Alignment Study} StaMafd Mreementfor Enginaedng Refaced Dasign Servkrns [103849) Revised gate;November 23,2021 Page a of 15 1. Business Equity Participation City has goals for the full and equitable participation of minority business and/or women business enterprises in City contracts greater than $100,000. in accordance with the City's Business Equity Ordinance No. 25165-10-2021 (replacing Ordinance No. 24534-1 f--2020, as codified in Chapter 20, Article X of the City's Code of Ordinances, as amended, and any relevant policy or guidance documents), the City has goals for the full and equitable participation of minority business and/or women lousiness enterprises in City contracts greater than $100,000. Engineer acknowledges the MBE and VV13E goads established far this contract and its execution of this Agreement is Engineer's written commitment to meet the prescribed MBE and 1BE participation goals. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CiTY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CiTY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits, (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) gears after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to reproduce such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of hard copies at the rate published in the Texas Administrative Code in City of Fort Wank.Texas [SoulWde II Waier Mai r-Alignment Siudy] Slandard Agreement for Engineering Relate¢Design Services [11036491 Revised bate; November23,2421 Page 5&15 effect as of the time copying is performed. K. INSURANCE Engineer shall not commence work under this Agreement until it has obtained all insurance required under Attachment F and City has approved such insurance. L. Independent Consultant The ENGlNLLR agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior sh all not apply. ilA. l�isel�sure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interestthat develop subsequent-to the signing of this contract and prior to final payment under the contract, N. Asbestos or Hazardous Substances (t) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria andlor current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design[ changes are required due to the changes in the permitting authorities' published design criteria andlor practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. City of Fort Worth,Texas i3authside II Water Main Alignmeni Study] Standard Agreement for Engineering Related Design ServiMl [1026491 Revised pate_Nwernher 23,2021 Page 6 or 15 P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY- B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services, The CITY will perform, at no cost to the ENG1 VEER, such tests of equipment machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the C ITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, arfederai authorities; and land, easements, rights-of-Way, and access necessary for the ENGINEER's services or PROJECT construction. Q. Timely Review The CITY will examine the ENGINEER's studies„ reports, sketches, drawings, specifications, proposals, and other documents, obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors; and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment Q. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the wort{ of the ENGINEER or construction contractors. City OF Fort Worlh,Texas J,1mi Sine n Wnmr Main Alignmr,nt S1 ioy� Standard P,grearnent for Engineuf ng Refaced Design Services ;IC':LA;� Re!,08$d❑ate:Havemher 2a,2021 VaW7of15 F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release cr escape of hazardous substances, contaminalnts, ar asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project, G. Contractor Indemnification The CITY agrees to include in all construction contracts the provisions of Article IV,E. regarding the ENGINEER's Personnel at the construction site, and provisions providing for contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (i) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Gontractom, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are na third-party beneficiaries, (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement, (4) Nothing contained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. Co of Fort War1h,Texas [S4xilhsida f]Waler Main Aiignmed Study} Standard Agreement for Fngineeftg Relaled DeaIgn Sarvioes [103840) Revised Cate;November 23,2021 Page 8 of 16 I. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the LNGINLLR, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. J. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY, S. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, cr alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure CITY and ENGINEER shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to; acts of the public enemy, fires, strikes, lockouts, natural disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any governmental authority andfor any other similar causes. City of Fort Worm,Texas [Southside II Water Makn Allgnmenf Slu*i Slandard fteement for Engineering Related Q"gn Services [103U9[ Revised date:November 23,=1 Page 9 Of 15 D. Termination (1) This AGREEMENT may be terminated a.} by the City for its convenience upon 30 days' written notice to ENGINEER, b.} by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days' written notice or thereafter fails to diligently complete the correction, (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.j Reasonable cost of reproduction or electronic storage of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b,) The reasonable time requirements for the ENGINEER'S personnel to documeint the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all projected termination expenses. The CITY'S approval shall be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or 'Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PRCJECT's schedule, commitment and cast of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. i F_ Indemnification The ENGINEER shall indemnify or hold harmless the CITY against liability for any damage committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control to the extent that the damage is caused by or resulting from an act of negligence, intentional tort, intellectual City of Pori Worth,Texas JSouthside II Water Main Aclnment Study] Standard Agreement for Engknaering Regaled Design Services [10364 71 Revised Date, Novarptw29,2021 Page 10 01 la property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment ENGINEER shall not assign all ar any part of this AGREEMENT without the prior written consent of CITY. H. Jurisdiction The law of the State of Texas shad govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. I. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein_ Articles V,F,, VI.B., VID., VI.F., VI,H., and VI.I. shall survive termination of this AGREEMENT for any cause, J. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with ali City ordinances and regulations which in any war affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered_ ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. K. Contract ConstructioniNo Waiver The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed and revised Agreement and that the normal rule of contract construction, to the effect that any ambiguities are to be resolved against the drafting party, must not be employed in the interpretation of Agreement or any amendments or exhibits hereto. Cily of Fort Worth,TexaS (SouthrAn II Waler Main Alignment Studyk 3landard Agreement kx Engineering Regaled Des{gn Savices 1103B49) PeV!Sed Date:Havemher 23,2021 Page 11 of 15 The failure of CITY or ENGINEER to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of CITY's or ENGINEER's respect-Iva right to insist upon appropriate performance or to assert any such right on any future occasion. L. Immigration Nationality Act ENGINEER shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Farm (1-9). Upon request by CITY, LNGINELR shall provide CITY with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. ENGINEER shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any ENGINEER employee who is not legally eligible to perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH PY ENGINEER, ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to FNGINEER, shall have the right to immediately terminate this Agreement for violations of this provision by ENGINEER. M. Prohibition On Contracts With Companies Boycotting Israel ENGINEER unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or more full time employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company„ shall have the meanings ascribed to those terms in Section 908,001 of the Texas Government Code. By signing this contract, ENGINEER certifies that ENGINEER'S signature provides written verification to the City that if Chapter 2271, Texas Government Cade applies, ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during: the terra of the contract. - N, Prohibition on Boycotting Energy Companies ENGINEER acknowledges that in accordance with Chapter 2274 of the City of FOR WOMh,Tgy-as ESnu;hside II Waler Main Al.gnment Study] Standard Agreement for Engineering Related design servicea 11 U3649] Revised Dale:November n,2021 Page:12 of 15 Texas Government Code-(as added by Acts 2021, 87th Leg., R.S_, S.6. 13, § 2), the CITY is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more fulk- time employees) unless the contract contains a written verification from the company that it, (1) does not boycott energy companies; and ( ) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., F .S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, ENGINEER certifies that ENGINEER's signature provides written verification to the CITY that ENGINEER. (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. G. Prohibition on Discrimination Against Firearm and Ammunition Industries ENGINEER acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Cade (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). the CITY is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it; (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., F .S., 5_B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, ENGINEER certifies that ENGINEER's signature provides written verification to the CITY that ENGINEER: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity ar firearm trade association, and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement, This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together canstitute but one and the same instrument. Oily of Fort Werth,Texas [Southgide I Weer Main Alignment Sludy] Slandard Agreement for Enqinda4ig Related Design SoMm [1036491 Re4iS4d Dale:November 23,2C21 Page 13 0115 The following attachments and schedules are hereby made a part of this AGREEMENT, Attachment A - Scope of Services Attachment B - Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment d - Project Schedule Attachment E - Location Map Attachment F-• Insurance Requirements I Cily of Fart Worth,Texas [Saulhaitle II Water Main Allgunam Sk*1 Slandard fteement ror Engineering Relates!De*n Sor*@s pou*q Revised Date:November 23.2021 Page 14 of 15 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City M@nager. BY: BY CITY OF f"ORT WORTH CONSULTANT Klmley Horn, Inc, z7 '� 15..r,A..rp i.:wr IS�p 3•m7g&25 C 3T),V1 Dana Burghdoff w, li. • Assistant City Manager John, Atkins, P.E. Date: Sep 3r 2022 Vice President n..46 pate; August 29, 2022 O ATTEST: OVo 8=4 �dLJ}.Jl $'�. � �1r IlIlIl rEXP'�op ~.n:rlir3 C ndnrl(3ep 6.?nn iwn r nT] IlIln¢no'a46 Jannette S. Goodall City Secretary APPROVAL RECOMMENDED: Byi'Chrisroalrerh roer['kne'SD,?r:'t Chris 1�Wer, P. E. Director, Water Department APPROVED AS TO FORM AND LEGALITY Farm '1295 Nc, 2022-89257 r �4 8i uF Douglas VV Black MSC No 22-0652 Sr. Assistant City Attorney M&C bate, 08/2312022 Contract Compliance Maslagev: By signing, I ackajvwledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. OFFICIAL RECORD Walter CITY SECRETARY Senior Professional Engineer FT.WORTH,TX I Clly of fort Worth,Texas ISoulhsld0 II Watpr Main MgRmanl Study Slandard Agreement rat Englneur]ng Re3hJed Deslgn 3i3rvice �103r348� Re4is0d Doim Havom6er 23,2621 PuAff 15 61 irk I I ATTACHMENT A DESIGN S ERUILES FOR SONTHS ICE I WATER T RM9MIS SIGN MAJH AL IGNMENT STUDY CITY 1`03HG7 W0:109 ATTACHMENT A Scope for Engineering Design Related Services fiz Water andfor Sanitary Sewer Improvementa DESIGN SERVICES FOR SOUTHSIDE 11WATER TRANSMISSION MAIN ALIGNMENT STUDY CITY PROJECT NO.: 103649 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the reeds of the Project OBJECTIVES Prepare an alignment study, conceptual design, and preliminary design for approximately 15,500 linear feet of water transmissieri main from the existing 54-Inch main to FM 11871Randon-Crawley Road. 1 1,500 linear feet of water main extension to Bethesda V1lhclesale Meter, 8,000 linear feet of water main extension to Burleson Wholesale Meter, 5.100 linear feet of water main extension to Crowley Wholesale Meter 1, and 5,500 linear feet of water rnain extension to future Crawley Wholesale Meter 3, as summarized In the table below; Water Replacements _ Length Size Alignment From To (LF) (in) Various Oak Grovel0ak Grove- FM 1187 I Rendon 15,500 36 to Shelby Road Crowley Road 42 Bethesda FM 11871 Rendon Crawley Oak Grove Road 11,500 24 Wholesale Meter Road South Burleson FM 1187l Rendon Crowley Northeast Alsbury 8,000 24 Wholesale Meter Road Boulevard Crowley FM 11871 Rendon Crowley VV Rendon 5,700 24 Wholesale Meter 1 Road Crowley Road Crowley North of Texas Health Near Cul-de-sac of 5,500 24 Wholesale Meter 3 Huguley Hospital—Fart Watson Way Worth South Total Length 46,200 WORK TO BE PERFORMED Task 1_ Design Management Task 1 A. Alignment Study and Report Task 2_ Conceptual design and HydrauIIc Analysis Coordination Task 3. Preliminary Design city of red Mmh,Texas AttachmertlA PU0 Release pale:07-2$-7P12 I Page 1 of 17 ATTACHT,IENT A DESIGN SERVICES FOR SOUTHSIDENWATER7RANWISSIONIMN AL IGNMENT STUDY CITY PROJECT NO.:140649 Task 4. Final Design - Not included in this contract Task 5. Bid Phase Services- Not included in this contract Task 6. Construction Phase Services— Not included in this contract Task 7, ROVVIEasemE<nt Services Task S. Survey and Subsurface Utility Engineering Services Task 9. Permits TASK"I. DESIGN MANAGEMENT. ENGINEER shall make efficientand effective use ❑f ENGINEER's and CITY's time and resources. ENGINEER shall manage change, * communicate effectively, • coordinate internally and externally as needed, and • proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work, 1.1. Managing the Tearn • Lead, manage and direct design team activities • Confirm quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre-design project kickofflchartering meeting with CITY staffto confirm and clarify scope, understand CITY objectives, and ensu re economical and functional designs that Meet CITY requirements * Conduct review meetings with the CITY at the end of each design phase • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Water Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of FortWorth's Schedule Guidance Document. Complete Monthly MNVBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design C+ly at rorC 1Norin,7exa� AtlachmeWA PM Release bale 013.1.2014 ?"e20117 ATTACHMENT DESIGN SERVICES FOR SDUTHSIPF II WATER TWSMISMON MAJ4 ALIGNMENT STUDY CITY PROJECT NO-,.IM64M • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such thattheir regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle ldentification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTION • Twenty-four(24) MVVBE reports will be prepared Twenty-four (24) meetingswith city staff • Twenty-four (24) monthly invoices ID Twenty-four (24) monthly water department progress reports will be prepared • Tti erlty-four(24) monthly project schedule updates will be prepared DEUVERABLES A. Meeting summaries with action items B. Monthly invoices C_ Monthly progressreports ❑. Baseline design schedule E Monthly schedule updateswith schedule narrative describing any currentor anticipated schedule changes F, Monthly MIVVBE Report Form and Final Summary Payment Report Form TASK 1A—ALIGNMENT STUDY AND REPORT The ENGINEER will perform a routing and alignment study forthe proposed water transmission Train from Oak Grove/Oak Grove-Shelby Road to FM 1 187/Rendon Crowley Road and the water main extensions to the Bethesda, Burleson, and Crowley wholesale meters. The study will be based upon the information obtained from the existing data provided by the CITY and other Data Collection tasks. The ENGINEERwill conduct a routing study forthe alignment including up to three (3) possible routes for the water transmission main and up to two (2) passible routes for each of the water main extensionsto thewholesale meters. ' City 96 Foil ftrlh,Texas AttachmenlA PMOReleasa Dais 09.1.2014 Page 3 of 17 ATTACHMENT A DESGGN SERVICES FOR MUMS IMIWATERTRAMISS10MMAIN Ai_IGNMENrs7uQy CITY PROJECT NO.!103649 In the ENGINEER'S evaluation of the routes,the following project Elements will be considered: • Probable construction cost • Ernriranmental Impact and Permitting • Accessibility for maintenance • Easem i-Wright-of-way requirements * Routing impacts on corrosion protection systems • Geologicftopug rap hic considerations a Utility conflicts Corlstructability and Construction Type • Project schedule • Input obtained from Stakeholders The ENGINEER will prepare an alignment exhibit for each route. Theexhibit will contain: the recommended alignment alternatives of the water transmission main, approximate property boundaries, proposed easements, significant routing features along the proposed routes. The exhibitwill be prepared with aerial photography, provided by the City as the base. The ENGINEER will schedule a constructability and routing visit with the CITY Project Manager tc review the proposed alignment alternatives. The ENGINEER shall summarize the CITY's comments#corn the field visit and submit this inf ormation In writing to the CITY. Opinion of Probat�le Construction Cost—The ENGINFER will prepare a conceptual opinion of proh2lale construction cost for each water transmission main alignment considered. The EhGINEER has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to ENGINEER at this time and represent only the ENGINEER's judgment as a design professional farniilar with the construction industry. The ENGINEER cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable costs. I The ENGINEER will contact key stakeholders along the alignments that are needed to provide easements, access, or are in the vicinity of the project. ENGINEER will prepare a stakeholder coordination plan, including contact information for each. Stakeholders will include property owners and agencies affected by the route alternatives. ENGINEER will discuss the project and observe each stakeholder's willingness to convey easements andlor access for the transmission main. ENGINEER will update the stakeholder coordination plan weekly until final selection of alignment by the City. ENGINEER will compile input gathered and document to the City in the Alignment Report City ar Fort~h.Texas AltachmentA PM0Releaua pale 08.1.2014 Page 4 ar 17 ATTAMMENT A 118IGN 5ER1ACrs 5OR SpNTHRIDEIIWATERTRANSMISEIDNf11lUN ALIGNMENTSTt1DY CITY PROJECT MI:103659 ENGINEER will coordinate with the following anticipated Wholesale Customers: Bethesda Water Supply Cooperative,City of Burleson, and the City of Crowley. Coordination will include correspondence with and up to two (2) meetings with each entity to evaluate their respective water supply demands. ENGINEER will compile input gathered and document to the City in the Alignment Report. The ENGINEEK will prepare a technical report outlining impacts of the above considerations. The memorandum will include: • Summary • Evaluation Criteria Alignment evaluation for each alignment Potential for installation by Arenchless" methods Recommendations based upon results of evaluation criteria, stakeholder input, and discussions with City Staff ASSUMPTIONS • Up to three (3) alternative alignments will be evaluated for the water transrrrission main • Up to two�2) alternative alignments will be evaluated for each of the water extensions to the Bethesda, Burleson, and Crowley wholesale meters Two (2) review meetings with City staff ■ One(1) site review meeting with City staff • Two (2) meetings with each of three (3) wholesale customers DELIVERABLES A. Five (5) copies of Alignment Report TASK 2, CDNCI=PTUAL DESIGN AND HYDRAULIC ANALYSIS COORDINATION (30 PERCENT). Upon approval of the alignment selected by the City, the Conceptual Design will he prepared by the ENGINEER and submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to Study the selected alignment, ■ Identify and develop alternatives than enhance the system, ■ Present (through the defined deliverables)these alternatives to the CITY ■ Recommend the alternatives that sucoessfully addresses the design problem, and City of Fort MM.Texas AttachmentA PM4 Release(Dale 06.1.2W Page 6 of 17 ATTACHMENT DESIGN SERVICES FOR SOUTHSIDEII WATER TRANSWSSLONMAIN ALIGNMEN'TSTUDY CITY PROJECT NO.:11=40 ■ Obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2,1. Data Collection In addition to data obtained from the CITY. ENGINEE,will research proposed improvements in conjunction with any other planned future improvements that my influence the project, • The ENGINEER will also Identify and seek to obtain data for existing conditions that may impact the project 1 n c I u d I n g but not limited to', utilities, agencies(TxnOT and railroads), City Master Plans, and property ownership as available frornthe Tax Assessor's office. The data collection efforts will;also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. (if applicable) + The ENGINEER shall visit the projectsite and obtain the meter numbers and sizes on all existing metersto be replaced on the project and shall identify existing sample stations and fire line locations, (if applinable) 2.2 Hydraulic Analysis Coordination The ENGINEERwill coordinate with the CITYto obtain modeling and sizing reccmmendationsfor the transmission main. ENGINEER will incorporate CITY's recommendations into the Conceptual Design. 2.3. The Conceptual Resign Package includes the following scope of services. • Plan and profile roll plot of the selected alignment,with aerials, ■ Plan and profile exhibits including aerial at a scale of 1" -40'. Profile will be based upon JDAR data. • Approximately 25 sheets for the water transmission main • Approximately 15 sheets for the water main extension to Bethesda wholesale meter • Approximately 10 sheets for the water main extension to Burleson wholesale meter • Approximately 8 sheets for the water main extension to Crowley wholesale meter'I • Approximately 7 sheets for the water main extension to future Crowley wholesale meter 3 Location of valve vaUlts and ring connections to existiriglproposed water mains in the Southside II Pressure Plane. • Identification of potential access routes and easement requirements. City of Foal Mrthjexas AttachmefttA PMC ReleaSe oa16 00,'L2014 Page 6 of 17 ATTACHME r A DESIGN SERVICES FOR SOUTHSI0E II WATER TRANSMISSION MAIN ALIGNMENT STUDY CITY PROJECT NO.:14 W • Proposed phasing of any water and sanitary sewer work that is included in this project documented in both the project schedule and narrative fcrrn, * Documentation of key design decisions. • Estimates of probable construction cost. ASSUMPTIONS 2 (two) copies of the conceptual design{package (30%design)will be delivered and will consist of 11 x17 plan and Profile drawings • Alignment, easements, and access route will be shown on aerial Exhibits. • ENGINEER will prepare meeting notes of the Conceptual Design Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. • property owners with corresponding property information will be included on Exhibits. DELIVERABLES A. Letter documenting final sizing recommendations of water transmission main B. Conceptual Design Package TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. These serviceswill assume 15,5001inear feet of 36"to 42"water transmission main design, 30,100 linear feet of 24"water main extension design to Bethesda, Burleson, and Crowley wholesale meters. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following • Cover Sheet • A Project Control Sheet, showing all Central Paints, used or set while gathering data. Generally, on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified(existing City Monument#8901,PK Nail, 518" Iron R❑d)�X,Y and Z Coordinates, in an Identified coordinate system, and a referred bearing base. Z coordinate on City Datum only;descriptive location (i.e. set in the centerline of the inlet in the South curb litre of North Side Drive at the East end of radius at the Southeast corner of North Side [give and North Main Street). Overall project easement layout sheet(s) with property owner information_ City of F¢it Vmh,Texas i AttachmentA PMCI Releasetiate 08.1.2014 Page 7 of 17 ATTACHMENT A DBM 5E1WMS FOR 501UT1H5VE11WATERT{rA13$MIU10MMN1J ALIGHMENTSTUUY CITY?RWECT MD,;143M ■ OyeralLproject water layout sheets.The water Iay out sheet shall identify the proposed water main irnprovementf existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. • Overall water abandonme�nt_sh-eet ip Coordinates on all P.C.'s, P.T.'s, P.I,'s, manholes, valves, mainline fittings,etc., in the same coordinate system as the Control Points. Bent marks per 1,000 ft of plan/profile sheet—two or more. qP Bearings givers on all proposed centerlines, or baselines. • Station equations relating utilities to paving,when appropriate. • Plan and pr.- .its which Shaw the following; proposed water and/or sanitary sewer planfprofile and recommended pipe size, fire hydrants,water service lines and meter boxes, gate valves, isolation valves, manholes, existing meter numbers and sizes that are to be replaced, existing sample locataans,existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan View. • The ENGINEER shall make provisionsfor reconnecting all identliable water service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-cf-way or utility easement. When the existing alignment of a water main is changed. provisions will be made in the final plans andfur specifications by the ENGINEER to relocate all servlce limes which are connected to the existing main and connect said service lines to the relocated main. (if applicable) • The ENGINEER will preparestandard and special detail sheetsforwater line installation that are not already included in the CITY's Standard details.These may include connection details between various parts of the project,tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchlessdetails, and special servicelateral reconnections_ 3.2. Geotechnical Investigation • Soil investigations, inciuding field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and i laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing I bids and a Trench Safety Plan. 3.3 Constructability Review • Prior to the preliminary design review meeting with the C111 Y,the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and I C ity of Fort Worth,Texas AttSchmentA PM<)Release DaWE oa.t.2a1 a Rage 8of 17 ATTACHMENT A DESIGN SEHYr.ES FOR BOUTHS1DE1IWATERTRA14S MISS[ON MAIN ALIGNMENT STUDY CITY FROJI CT HO.:103640 Construction personnel to walk the project, The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. Utility Clearance • The ENGINEER vAll consult with the CITY's Transportation and Public Works Department, Wale Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project, ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilitiesin designs. • The ENGINEER shall upload a PDF file of the approved preliminary plan set to the designated project folder in BIM360 fur forwarding to all utility companies which have facilities within the limits of the project. CAD files shall be made available to the utility companies, if requested. 3.5 Opinion of Probable Construction Cast • ENGINFFR will update and prepare preliminary opinion of probable construction cost(OPCC) for the proposed water transmission main. ASSUMPTIONS • One (1) public meeting will be conducted or attended during the preliminary design phase. 15,500 linear feet of 36"--42" transmission main design. 4 30,700 linear feet of 16"-24"water main extension design ■ Fifty-five(55)borings at an average bore depth of twenty-fi ve(25)fe et.each will he provided. ■ Three(3)sets of 22 x 34 size plans will be delivered forthe Constructability Review for eadri laid phase. • Three (3) sets of 22 x 24 size plans will be delivered forthe Preliminary Design (60%design), One(1) set of preliminary specif ications.wil I be delivered for the Preliminary Design (60%design). o PDF files will be uploaded to the designated project folder in BIM360 for each bid I package. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. One (1) PDF file of drawings will be delivered for Utility Clearance for each hid package. City or Fort Mrtn,TeMS AttachmentA PMO Release Date 08.1.2D14 Page Pot 17 ATTACHMENT A aFSIAN SEMIS FOR SO UTITS ICE II WATT:R TRIAJ SUISSIO N MAIN ALIGNMENT STUDY CITY PROX-CT NO.:100649 DELIVERABLES A. Geotechnical Deport(1 hard GDPY) B. Preliminary Design drawings and specifications C. Utility Clearance drawings D. Traffic Control Plan E. Estimates of probable construction cost F. Data Base listing names and addresses of residents and businesses affected by the project riff applicable). TASK 4. FINAL DESIGN(90 PERCENT)AND FINAL CONSTRUCTION DOCUMENTS (WO PERCENT). Final Design is not included in this contract. TASK 5. BID PHASE SERVICES. Bid Phase Servtoes are not included in this contract. TASK6. CONSTRUCTION PHASE SERVICES. Construction Phase Services is not included in this contract. TASK 7, ROW/EASEtMfIEN7 SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the C7Y's Project Manager. 7_1. Right-of-Way Research • The ENGINEER small determine rights-of-gray, easements needs for construction of the project, Required permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. 7.2. Right-of-Way/Easement Preparation and Submittal, • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent easements required to construct the improvements. The ENGINEER shall submit the right-of-way andlor easement documentsto CITY PM for real property acquisition • The documentation shall be provided in conformance with the checklists and templates available on the CITY's BtM 360 site. 7.3. Temporary Right of Entry Preparation and Submittal C ily of F od Mrl h,Texas AllachmenlA PMO Release pate 493.2014 Pap 10 of 17 ATTACHMENT A DE5IGHSERVILES FOR SOUTHSIDE II WATER iRAMSMISSION MAIN A_IGNMENT STUDY CITY EJECT NO.,103649 ■ prior to entering private property, the ENGINEER shall prepare and submit Temporary Right of Entry documents to landowners for acq+iisition_ E#VGINF-FR will copy CITY PM with-cc rrespondence submitted to landowners, ENGINEER will notify CITY PM, as necessary, to request engagement of the Property Management Depart rnent for acquisition should EINGWER experience difficulty obtaining permission forTemporary Right of Entry. It is assumed that letters will only be required for I andown efs adjacent to temporary construction easements orwho are directly affected by the project and no easement is required to enter their property. ENGINEER will prepare exhibits, as needed, for coordination with landowners outlining access to the properties.Exhibits will be prepared using aerial imagery and include dimensions and areas of impact, if requested by the CITY. * The documentation shall be provided in ccnform2nce with the checklists and templates available on the CITY's BIM360 site. ASSUMPTIONS Up to one hundred and forty(140)Easements (permanent construction) or right-of-way documents will be prepared. + Up tc one hundred and forty (140)Temporary right-of-entry exhibits/documents will be prepared. Up to twenty-five(25) aerial exhibits will be prepared for coordination with landowners. * Right-of-Way research and mapping includes review of propertyfright-of way records based on current Internet-based T arrant Apprai s al District(TAD) 1nformation available at the start of the project and available on-ground property information(i.e. iron rods, fences, stakes, etc-). It does not include effort fur chain of title research. parent track research, additional research for easements not included in the TAD, right-of-way takings, easementvacations and abandonments, right-of-way vacations, and street closures. a CITY will provide Appraisals and EasementAcquisiticn services DELIVERABLES A. Easement exhibits and metes anti bounds provided on CiTYforms. B. "remporary Right of Entry Letters O. Exhibits for coordination with landowners. TASKS, SURVEY ANDSUBSURI=ACE UTILITY ENGINEERING St=RVICES. ENGINEER will provide survey support as follows. 8A Design Survey City of rortftrth,Tex as AttachmenlA RM0 Release Datec 08.1,7014 Page i i of 17 ATTACHMENT A DESIGN SERVICES FOR SOUTHSIDE I WATER TRANSMISSION MAIN ALIGNMENT SIUDY CITY PROJECT NO.:103U9 • ENUNELR will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rinVinvert elevations, location of burie6 utilities, structures,trees 6-in and larger(measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys.Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • The alignment centerliine (or offset,as appropriate) will be stared in the field for areas of the alignment not adjacent to street right-of-way. • The minimum survey information to be provided an the plans shall include the fallowing: - A Project Control Sheet, showing ALL Control Points, used or set while gathering data Generally, on a scale of not less than 1:400: - The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PIC Nail, 518" Iran Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. 7 coordinate on CITY Datum only. c_ descriptive Location (Ex. Set in the centerline cf the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). - Coordinates on all P.C-'s, P,T,'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. No less than two horizontal benchmarks; per lime ar location. - Bearings given on all proposed centerlines, or baselines. Station equations relating utilities to paving, when appropriate. 8.2. Temporary Right of Entry Preparation and Submittal Temporary Right of Entry will be provided by the ENGINEER as described in Task7. 8.3. Subsurface Utility Engineering(SUE): • The SUE shall be performed in accordance with CUASGE 38-02. • Four different levels of SLOE are identified. The following is a description of each level cf .. SUE used on this project. 1. Level D- Collect level D as part of this scope of services. 2. Level C I City of FortVWHh,Texas A11achmertlA PM Release Dal @:08.t.2W4 I Page 12 of 17 AT TAGHh1ENT A DESIGN SERVIGES FOR SOUTHSIDEIIVYATERTRANSIANDONMAIN ALrPNKdTSTUDY CITY PROJECT NO,:103649 a.) Held locate and Obtain horizontal position of visible utility surface features for all of the utility systems described within Level D. 3. Level B a.) Indicate by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical' prospecting techniques, including electromagnetic, sonic, and acoustical techniques_ b,)Approximately 18 days of direct buried utilities are identified for Level B location. 4, Level A a.) Location (Test Hole) Services: Locating the horizontal and vertical position of the utility by excavating a test hale using vacuurn excavation techniques and equipment. In performing locating (test hole) services ENGINEER will: 1) Excavate sixty-two (6Q test holes to expose the utility to be measured in such a manner that ensures the safety of the excavation and the integrity of the utltity to be measured. Excavations will be perf owned using specially developed vacuum excavation equipment that is nor-destructive to existing facilities- If contaminated sails are discovered during the excavation process, the ENGINEER will notify the CITY. 2) Obtain x,y and Z information at each test hole. ASSUMPTIONS • Topographic survey will be extended 50-ft on either side of selected alignment. ■ Survey at intersections will include no more than 266,ft in each direction. • Level A Subsurface Utility Engineering will be performed fcr up to sixty-two (62) locations. + Up to eighteen (18) days(8-hour each day) of Level B Subsurface Utility Engineering will be performed. DEL.IVERABLI=S A- Copies of field surveydeta and notes signed and sealed by a licensed surveyor. B. Drawing of the project layoutwith dimensions and X,Y. and Z coordinate list-, when applicable, C. SUE records and measurements will be uploaded to BIM 360. TASK 9. Permits I Gity of Fnr1 Worth.Texas AtlaehmentA PM Release aate 013.1.201.1 Rage 13 of 17 ATTACHIMEHI A DESPUNSNOCES FOR SO JTHS1DE II WATER IRAffgIAWON MAIN AIIGNMEW STUDY CITY WJECT NO.,I U364S 9.1 Texas department of Transportation (.TxDDT) Permitting A. ENGINEER will prepare and coordinate subrnitlal of crossing andlor encroachments permit applications for associated with I 35 or FM 1 187 in accordance with TxDOT requirements, B_ CITY will file permit using TxDCT's online permitting process, utilizing plans prepared by the ENGINEER. C. Include executed permit in contract documents for bidding. D. Plans will accommodate multiple pipe materials used during bidding. 9,2 United States Army Corps of Engineers(USACE} Permitting • The EINGINEER understands that the proposedwater line has the potential to cross waters of the U.S. If permanent impact at each separate crossing towaters of the U.S. fit the conditions of Nationwide Permit 58 (Utility Lines)and do not trigger notification to the Corps, the task outlined below is applicable. if any triggers for notification to the United States Army Corps of Engineers(USACE) are met,then it will be necessary to prepare a preconstructian notification as additional services. This may be the case if: o The permit General or Regional Conditions can't be met; Specific triggers for notification to USACE are met within the permit; The impacts thresholds for the Nationwide Permit program are exceeded (greater than 0.10-acres and are less than 0.50-acres at each separate, single and complete crossing). • USACE NVVP 58(Utility Lines)Descriptive Memo ENGINEER will provide the following professional services underthls task to submit to the OWNER adescrlptive memo regarding the use of NVVP 58 Utility Lines under a no notification scenario, This scope is based on the u nderstand 1 n g that the proposed utility line and permanent impacts to waters of the U.S.are less than 0.10-acre at each separate, single and complete proposed crossing,and will not include impacts to forested welands and will not be placed in jurisdictional areas for more than 500-ft. ENGINEER will prepare a memo discussing USACE Section 404 Permitting under a 'no notification' scenario that will include a description of selected General Conditions as well as a suggested list of BENPs requiredfor compliance with TCEQ water quality certification. This memo can be used to document the thought process for using this permitting scenario and to provide theselected contractorwith information relating to permit compliance. Though no coordination with the USACE is proposed, the activity will be authorized undera Federal permit. All terms and conditions of the permit must be met by the CITY The memo will include, at a min imum, the following information- • Brief project description,including site sketches, as it relates to proposed impacts to waters cf the U.S.; Lily of Fort North.Texan At12ch menl A PMO Release bake o8.1 2014 Page 14 of 17 ATIHCHMENTA DESIGN SERVICES FOR SOUT HSIDE II WAT ER TRANSMISSION MAIN ALIGNMENT STUDY CITY PROJECT NQ.,19364E a Site visit photographs to document existinglpreconstruction conditions; 0 A copy of the NWP 58 permit language with General Conditions; • State Water duality Certificatlons and Conditions; • NVVP Regional Conditions for Texas; * Cultural Resources information from readily available databases; and • Threatened and Endangered Species information from readily available databases 9.3 Texas Antiquities Kermit A. Since the proposed project will exceed a disturbance of 5 acres cr 5,000 cubic yards of excavation, ENGINEER's subconsultant will per€oIm services to obun a Texas Antiquities Permit(TAP) in accordance with the Texas Historical Commission(THC) requirements. The purpose of the services is to identify cultural resources in the project area and make recommendations about their historical significance with regard to eligibility for listing on the National Register of Historic Places and designation as a Texas&ateAntiquities Landmark. 9.4 Tarrant County Permitting A. ENGINEERwill prepare and coordinate submittal of crossinglencroachment permit applications for alignmentswithin County right-of-way in accordance with County requirements. B. ENGINEER will submit permit on behalf of CITY based upon Conceptual Ceslgn level exhibits. C. ENGINEER will include executed permit in contract documents for bidding, 9.5 GaslPetroleum L1ne Permitting A. ENGINEER will coordinate with up to four (4) gas/petroleum entities for crossing permit applications B. ENGINEER will submit permit, if necessary, on behalf of the CITY based upon Conceptual Design level exhibits. C. ENGINEER will include executed pen-nit(s) in contract documents for bidding_ 9.6 Grading Permit A. ENGINEER will coordinate with CITY Development Department discuss permitting requirements for the project D. ENGINEER will prepare Grading Permit for submittal to CITY's Development Department. 1. ENGINEER will complete the CITY's grading permit checklist City of Fart VWrih,Tomas AttaahMerllA PH Release❑alti 08.1.201d Pagel 5of 17 0TACNMENT A DESIGN SERVICES FOR SOUTHSIM111 WAT151?M HSMISSIONM IN AL IG MME44T SIUDY CRYFWMFCTNO.:I M49 2. ENGINEER will submit application through Accela. 9.7 Union Pacific Railroad (UPRR) Permitting A. Obtain UPRR crossing requirements B. Prepare one(I) metes and bounds description with corresponding exhibit in accordance with City requirements. C. Submit Metes and Bounds description, easement exhibit, along with the plan sheet with the crossing design to UPRR. D. Coordinate with City and UPRR to obtain permit. E. Include executed permit in contract documents for bidding, Assumptions One (1) site visit by ENGINEER's qualified scientist togatherinformationfor the memo. Deliverables A. Plans and specifications for submittal of T00T Permit 8. Jijrisdictional ❑etermination Merno C. Nationwide 58 Descriptive Memo D. archaeological Survey Report E. UPRR Permit Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by bath parties before the services are performed. These additional services include the fallowing !Negotiation of easernents or property acquisition including temporary right-of-entries. • Services associated with USAGE Nationwide Permit 58 Pre-Construction Notification including wetlands mitigation, if required_ • Services associated with preparation of an Individual Permit with the USACE. Services associated with preparation and acquisition of a GLO Permit or Easement City of Port Worth,Texas AllachtnentA PI IO Release pate.00.1.204 Page 16 of 17 UTACNMENT A DESIGN SERVICF,S FOR SCUT IISIDE II WATER T RAMS NISSICN MAIN AUGH1AEI;T STUDY CITY PROJECT NO.:iV649 • Services related to development of the CITY's project financing andlor budget. Services related to disputes over pre qualification, bid protests, bid rejection and re- bldding of the contract forconstruction. b Final Design, Bidding, and Construction Phase Services • Performance of materials testing or specialty testing services. • Services necessary dueto the default of the Contractor. Services related to damages caused by fire, flood. earthquake or other acts of God. Services related to warranty claims, enforcement and inspection afterfAal completion. • Services related to submitting for permits not specifically addressed in scope of services. • Services related to Survey Construction Staking • Services to support, prepare, docurnent, bring, defend,or assist in litigation undertaken or defended by the CITY_ • Construction Shop drawing review,samples and other submittals submitted by the contractor, • Performance of miscellaneous and supplemental services related t❑the project as requested by the CITY but are in addition to the amount authorized by the original contract, City of Fan V s h.Texas AttachrnenlA PMO Release Dale 08.1.231 A rage 17 or 17 ATTACHMENT 8 COMPENSATION Design Services for Southsidell Water Transmission Main Alignment Study City Project No.103649 Time and Materials with Rate Schedule Project i. Compensation A. The ENGINEER shall be compensated for persunnel time, ncn-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the FNGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labe r Gaitego ry 2022 Rate $fhour Analyst $150-$230 Professional $200-$275 Senior Professional 1 $240-$330 Senior Professional II $285-$350 Senior Technical Support $150 -$260 Su ortStaff $105-$135 Technical Support $95-$140 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct EX eta nses at invoice ❑r internal office cost. 4.6%will be added to each invoice to cover certain ather internal office cost expenses as to these tasks, such as telecommunications, in-house reproduction, postage, supplies, project related computer time. and local mileage. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, u se, vale e added, business transfer, gross receipts, or other similar taxes_ Direct reimbursable expenses such as express delivery services, fees,travel, and other direct expenses will be billed at 1.10 times the cost. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed al cost to ENGINEER plus a markup of ten percent{10%). iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that a nd so that the budget or work effort can be adjusted if found necessary. city nt tort N,brth,Texaq Attachments RMO Official Release Me;8,a9.2012 Page 1 of 4 R-1 ATTACHMENT B COMPENSATION ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor isthe City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing thenecessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City,shall suspend all work hereunder. When any budget has been increased. ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such casts had been incurred after the approved increase. B, The ENGINEER shall be paid monthly payments as described in Section II Method of Payment. II. Method of Payment A, The ENGINEER shall be paid by the City based upon an invoice created on the basis of statemarits prepared from the books and records of account of the ENGINEER, based on the actual hours and casts expended by the ENGINEER in perfonriing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officerof the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Deports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department monthly progress reports and schedules in the format required by the City. City of Fart Wxth,Texas Attachments PMQ ofriclal Release Date;$,09L2012 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Finn Primary Responsibility FeeAmount °lo Prime Consultant Kirnley-Horn and Alignment Study, Conceptual $1,774,564 75.6 Associates, Inc. Design, Preliminary Design, and Easements Proposed M BEISBE Su b-Consulta nts Gorrondona& Survey/Fasements $196,500 8.4 Associates The Rios Group Subsurface Utility Engineering $137.1 50 5.8 Non-MBEISBE Consultants AR Consultants Archaeological Investigation $39,800 1.7 CMJ, Inc. Geotechnical Investigation $83.000 3.5 Yawl, Peebles& Survey $117.387 5.0 Associates TOTAL 100% Project Number& Name Total Fee NIBEISI3E Fee MBEISBE % CPN 103649—Southside I I Water $2,348401 1333.650 14.2% Transmission Main Al iq nment Stud City MBEISBE Goal =5% Consultant Committed Goal = 14.2% City Of Fort V hrth,Texas Allachment B PUO Official Release Rate:9.09.2012 Page 8 of 4 B-3 EXHIBIT "B-1" ENGINEER INVOICE 13upplementto Attachment 13) Insert required invoiceformat following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. I i Clty of Fort wprth.7exas Attachmendl9 PM dfllcial Release Dale:8.Oa2012 Page 4 of 4 ■„ „ 5»u-0i 0 g n% % iti & ■ ! E 0 64 ` » » 2 /- - - - m E¢£ii\ i $ \/ $ � §22�/2 J 2 .. ■ 4%] k 10� ± � @ J � � g ■ a � 5 ; ; ° < � @ 2 I U / rp Ft ® % � q � \ � § o ; 7 � ° a \ 3 7 / e iR y} � § » § ■ ; k \ \ } \ ƒ 2 A §I ( k \ _ A = P ■ ! r ] N. CD ] m Eo ■ ! ] a � § ! : ■ CL K2 \ C 2 � £ K / { � } e � 2 � k § [ ' � L!j g f T (-¢{\cn w o 'U )�ik , m0 $ • � § { z E■ »EZ FM! \_ � .. � e 2 rl ! E � 2 4 � \ k c 2 f / \ m / i pm \ ! / | .. .. k, �77 k2 § a r & • \ - 7$ (| [ I J2 4. _ } \ £; # ® \ k � { § }{} . - \ 2 / � � E ; g f� � : - j @ KI ■ � ! A , fb � & ( } � (} ( [( ( § EXHIBIT d-2 1h,el of VFOs1 5pron461Yce1 TASNJHOUR 8REAI{64YIP1 TPW Pra uel Sum Mary Lahor a maa IFP%Marku Pra cl Total S4L1haIde11Trananrlsslon Main.C4TransmlaslonMain s 41r,476,00 6 297,156.8U s 23.612.00 3 774.NUO Gylransrnhb;jnMein-AdprarreruSardy S 117,810.00 6 1,O45.CO S 125.00 S illm.fl0 Cx. TranerrreslonMaIn-dea # 335,905.00 6 295,506-00 S 20.487.00 S M0,9B0.00 �-Ihi1da11Twaryllsa1aryMoM-E3ll.r.eisWjklarMAWkExtenaleP�I 6 617,B50,00 $ Ioo,377_00 5 10,63e.0a $ 520,285,00 SaOmbda YJeW,MalnfalWSlen•AFWrRO StUdy S B7,7M.06 5 3 s R7,76.5.00 Eblhecda 1M W Win WonsW•Desion S wa m,00 5 100 377,00 3 10.030.00 S 4AQ$W.D0 Sou11151de11TranamlislonMaln-8mrlaaonWatorMaln&Landon S 3IAW.09 s 61,793,00 S 6,779.46 S 967,227,00 Brrlaecn Vater Win Weneron-Atiynmer9 SWdy S 01,631 OD S - $ - $ 91,s30,00 eurl"em W7 W gun alanalpn.Nel $ :SIPOOD S 57,7M 00 # 8,7m,01) S 3di!3W M Pauthslde11Tranein4e Ion Maln•CrowleyVO'nrMainFtanil[on-1 S NZA65AD S SdkTurca S 5,47570 $ 32SPMA6 Cfwley Vow Mein Eaan"n i-AQUweer4 SWy s W,300 nn s $ 5 fi3,5mm clwley Y14rler loin Esleneion 1-mlrlgel S 21 i 745-Oa g 54 70&W S 5,475.00 9 271906OD soulha3de 11 Trannmisslam ldaln.Cro lmy water Mmin&I@nslon 3 $ 2T24311.66 t 64,7" 5 6,400.00 $ 535.M&OD Cray lay V hiar UWn Mbgnminn 3-A ant Sludt $ 53,3uu.UU S - 5 - 5 53,301J.UU Cfow V tar kkh€tlan%inn 0-Oes n S 219.730.00 S 54,798_40 5 5,480.00 5 206,009A0 MTALI 5 17716,150.00 1$ VTaIs7-GO IT 57,Mim I$ 2,349,441.00 � ���wtw�w���ii�i•� MUM IWIX F--i-iT MMMMMMM� mopv1 Mao -i-iTMEMINEROM OEM - NEWr--i-iT iE� SLT7■ i- EME ��rr�.rr-r*.rr'�"..i•�li����fID�SO�msz S�ls�ii�® ®• l iMEN— �lwF^s2 ® -l- IMEMEME �aeKs� e rrr.rrfr rrty rorenrrm-ram mLvuIMMEMEi wSiA—"�.u� PEEMEM MENNEN fib -�:iF�D�-Elf•'PR-ii�it�'i-X-W. ��I��r!!i'rc�.Tlre-1�`rJ:1rrT�7����`-i��S'.i♦���l''��x'fF. OFM 1? MEMEMEMEM �ii� wm WOMEN MEME OMEN OMEN �� wtwr���4�—�T�'74'�i����E!•s-31 i��:•�—'��y�•��-17�:t���iST��^�iiw�wQ�II.FI'i OMEN M7 MEMENIFEM �!•ri rnr."r"T��i!�ih�,]����'RE�-iii�iyi«'�i IMMKWM ®iOM �1 IMMEEK= mom UAIN r 11.2 L+t4�l{d WOIl SPrd Ad311OO1 TASIO'f W UR EFEAKDOM Da Ipn Se rdoas For Sauthstde li Trans mile sbn MmIn-Be theuda Water gain EAD no Ion oily sire adt W.1094g, Lad. Tors TtlaY �.� i.+Irr,l�llen rrgaP r�gxd nd, �� w1n w lrae. nP6rt Nrti1 WFw 4KwnMAr11 },.,,,I .p„d„J Erp.■N TI,II7LL T6Lu Rkb IY0 mr sua a 1 sail rover , w r:e■ „a raN xnxtl 0 11 r 7+ W � f 11lA7 1., u I ,.r Txain a wttM _ 2 nmc 12 Corrmtl[■Wa rtll t 171 14n nCwrxnYw.N 17 1 TA 122 w.,A 123 er •e.r1..r i 5 Wr[i Argarl49ri911'wnn IhP?%L'+M 124 InllrPh L 125 R 9 1 q l 1klrel Y MAAIM 9 G. w 1=a IF i IIp 1 1 2 11M 1 I ieW alWnlhrr 2 6 l]� 7 !A7 9 ■ 1] IA4 11 eel lm ■ 0 yd 5` I W w�Fniv.IwdLL4�ai W[p 1A3 A I 1 RrJrw MYnlrlurta WrlawYmn• -A2 RWM 1 II II. `A7 PM1'111�1F FJILR[+1 WV„IYII 3 1 1 MO RNer,GraYu1+64Y1'1'�k 1A4 7 x 4Prtlrx{w� A 1 K. VMW 1A2 Ntn 8GlaPld I 3 1 Y J,rg Az nrPr IA 3 IrPY E4b% a 1x4 p a e 7 IAG L9YPnwp,,,11d 1 1 ila I ALE A1Yppr Cau I 2 i r ,Al •ddew■n 5gem t{ eA7 ww■, - Nds IIN ki Po n�C ■e3Rar[aak 1 17 11 t !4 1 IOK !r eWcNrlarr6lal Cw1 1 S1U 77 N IJW All ■CaelitleY[n.VhC 1 51 xa aenLa or, i u1 sr i r ft nd.RM PW 7 }ill i1r,1PrNY Midi 45 Iradi l[4 rY•9q{idcdMiLIGIW I}T■lpplla:l �!1 ELW101111f1 1i I ri 291 Ewrxm PoIn1►/V i SY 231 (M..'JU al'�11 w 1 1 232 SCI16p L14Ml EIMN4 I2 >• Iriin n 11 v.rc.nr 1 EI 17 1 M 121 ,11 IM al FYlnl ❑e nP.[ slt f 312 n—Im iSWeM1 Iff sw 7L3 hIaWI�rN�+r�.r.a.I r 5M F. iLA pJa1}VIuI1M�,1+1M1.W ik1 Ti 111 11 arA ■5y� 1 I Ir 7 a1A Irc hVi[:.J 77 47Kyaea:YN .18, { 1-@rYarn 7a F4nYnibY. !3J[r ] ]A 1 Crus• }q I.C.0 ] I 51 IpJ.E86hW,E■rhWW Ww1 Rdl6 zd 1 ll In FmYW -0aimgn11 can~ 9gocy� M BY PI.au-NPIh IMaCanN�a 9 P T } k i1 1 L4T}gWAnench 9v I pi•Wlenuia WILY TkbI;Ia4..w+EN�ta1ECm&BN 11 75 to I5iNI 117•TRCE 5'!i7 Li gum P M 71 wi I I 5Ha1 7N 1 11 DWI 9 11 u IS A YA r L lean.rrMw 12 T •R I y- 1! 16 W a I u La Y 7 i1 T7 M 1 I !7 u 91 11110-MM1 'al 5- 93 4ME.MMN1}1GYR Fw,u 17 93 TNC.41 YMI RIIM a MIJMY 1 9� TFrtiyCe I toofA 44 IpiF [Vnl'1m1p -..si.. .1 ock 4 Vp�I LS R if µn qaE 1 Is f6 ]d 111 i ill 7q7 on un id U12rS G S31 M4 1.1 7 3 17/ iMBe VII.VA 172 IF7 417E 1 LFIiR VA—F~ 11, 19}L F Kl ilAn s.—u l 1 94 Ttlr rwl 1 11 I,OL TiW WIt3 17 7�1 1 py Ti4i rz pyypi MPEEIE 9aeim Yn 04 ..-W L4 F!eA.NI!Fr6EE k.Md1v NYY L Ipf F i� 1trY SnMr m,Fw=*-ri: L7Awae IPMWG NBEdYf.Pux ihi�A7a W TeIIP 1d Eta 4w]p a• Ya'i GHIGF CTx q ie 1 n6 m PM 32 1 411LLL9 L0 ow l0 10L1p Tar 59LEf6� EY lorf B-2 Lwvvl of Elfor#SPreadsh Lit TASKIHO 1R BREAKDOW N Desdon Sere ktus for Soukhakds Il Tr+nsmWbDn Main•Burlwon W agw MaJn Ertensbn Chyprojocl No.1i0" Ubnr 116..r+I 4atY E. L° total T YIL P,aleM TY4{5e0 Na. RAa4p+I M.I+Ovr En sour Frt!SIT Adx2n L+►o-r auhwnalrenl fats+ rRlvdvella FlM roll cot UD co-d >aM $316 i256 F3h0 Sty; $101h114BE -MWOF t.v pn rn Mn rrrLt 0 7 .} 14 0i WAR %1 fe in 10.7 1.1 Y 1NF TWO n14t+ ! 1.1 Qmc SL Ad 17 c""AnrOMIrrq""" i2 PrcWp CbddffWbn PA.IN ; 4 e u K24 12 WN Pr —M 7 ? 2 v $t. 1.2 W ndr#4N 8tl*r 1 3 4 S1,E2' K i1 , Pop.MAW Pro- —Atari.MI 12 S;i-A e P i 6995 17 Pn a UorIq MAUr kE A,me t 2 Pl,e-=SXa'dhekba ISW T+nkn' 2 1.6A All moral Stud wIdP R ❑ 41 yt lit 8 7a 1,6 f8 i6 !0 iLi IA t Lute C0.'etlYn 3 S $1 J 51,ai' A2 Ptr 2 ROY44 ASanYNet Y t }1,6 St.a 1A2 6Se Yel 2 2 $1,4 v 31. 1q2 IdKdjv Lil#1 C-VMI 2 A 7 151 y 5lLBI 14vcr EIr+rYene'#rb'PaIn11Fi 1A 2 adr L 2 i1.57, dl,Sf: FW"Ilrrtet i NLaetlAreeat 1A; su#et 2 1 39v 1A2 FL R*d EAtwtYM rrterfU 1 2 a 41 $1.w h�NUN—l+bxiyl L3.*OP r IA TopmwilyCmlldtrrtan e t h Si.I}7' S2 en iAl, FaM Wmd&impey# t 1 T v;u IA2 QOIM An'e+A1 UtudM-M v1 b Fahbde 21 + n $1,3t du 51. 1A 4 QP[G 1 # 4 Q. s� 2 1A6 Cvedr+lknrMh Pl t+4rAn# q tv Sp 5. A10,4 1A 6 'A.W ttrr CtludnYbn PvdLhdrlta 6 15 29 99. ku 1A6 C d-l"Ah'Mnkad.Owkmrr b L D r SA K 1Ad AIQr.NA rraecommat+rtlx. C ? 25 5 912.0 fta ]AY Ib.en wan Cx rAed John 7 Y 4 516t i1,87 Coe un Otd n tXPerwnRj 02, id do 29 >CL 2 4 al.eeee�la.t,aepo.e_ „ I 2 3 51.mqSL 21r Tunk a Cw'drrwllorxth Clr 1 x 1 5 Z} Z:—pIIML4.V P.kW 1 $1 $a11 23 PW1PICh PW RA 21 5 10 Sq7 SS.T 23 PWYPrCw Shetl+L109we1rea +c W's 516,1 FIIW"C42M{1C/Ir G05Y11de1go- 23 23 :'.A4R+PIw PdedaE+ 1 4 ]3 �•iyuY•Slut 5o I,W, t 2 S76 S 2 5 r-dr,.16.reLandn 1 7 4 3,,0 T'tclleYe Ned nOM F-4 L N 7# 116 a a jw.m $13.134 SD r17,1] M641 A t'tl'4mnuy Dn 31 I C— 2 112 u�era M eh0111 Z52 PLn YW PLwprdY Sheds 1 31.4 CL,aOSI14r11fI1AIl+#PVrLISe6piR1 :n 315 Attar S iz t 141 Ttw1t1#ra+13N 62 Od-hrdtr Imes a + Et],T35 cw-0eo 4 $11131 } Op sa cwmreidslp 34 judly C —be 2 €T 35 QI1PIIll1'fQPr I d A El.lu' u 62l6 P,W..C.99Ls,Exhbl+lATL#11d Nr,,c 16 MW 7 1 51 b1,7 CO FIn.1 0..1 e4Ul la tl+l.6-MM 9 9 d 0 to m 019 1110 MAD•!#I In IM.GUANO 0 9 0 0 4 c 10 I-0 SY Con @IMCM1 PIIAU 9MYlW.-Npl &0 In L11.03r.d.7 6 0 a C a c k $0 M ib v TX 7.0 OME.—I 5.,.1 a-, 1P9 .1..1 m SD 30 ti v T11.1 7_1 anW A.,—� I 1 P►,'!+d(r90M..11111 wan 5V y"a rar M 7.2 P—w Er.Mw. 25 ir, 1., 42 •T 1u41;.se m allj wiz TftPE D M.114o.... 7.3 Guw1VE.hkA. la aN 15 2F 2L 121, 11n.TROG 10d1 571. a,a & 9 11 17 0 4 4 Sim 921.M 139.S0a S0 W. leg. e 1 Uqpwumwltgw LF a t2 w i1J. 371.Aw Tr"hm du-or 570. W 4)7 ie ROE S..T..k7 e} aLIF 10 Nut hdds .91 5 53 111 PI e55 1tim,9tE 121, WIYY " P.r.1.Im.@ 0 Al W w D 7 W. 111 Sr-M 1a P.7} "a,59 111 T.D67 IX C"&dd 1 M 11e7 la 1 15 9h.n a3 LSIJCE-I.m f.�IK�m :5 13 ZT }15, L15 05 7taCA" rq.P.•ma 2 .1 3 11, 12237•n:h.e4w1� SA $4,21 9.l Tdl.lt Cm-i Pemvl 2 �❑ 3 64. 75 OLp.OF Neap PS+h111 •.1x1 1 1In L5 36 $1 1 553,t a.T Gr.Q i'xml 3 7 3 #2,e � 1 Wh AddlllanY 9aMlm. 1E 11 L6 0 1 f16 3158 li, M7rcr.Y Srnl:as 15 17 35 + 1115 $76, Ya1a1 2 114 }e9 AM [312, S21 " 1 0 $ar, W.1u Lm FW.V 4UOe 100% P ee1 S— g.v,p L1rw F W" R% 7.1.1 r1— 1, e am 'MM TUJ13 F S31#. Tai Ea r �67, Id.] 7.[a F e. k#J,327 ars#reeF euke9m9car5 Iw1 I'M $4Nft F.. 40 NCM14T M-Suk.areWUM WA IQ 7d1 F. • ■ Fen M,227 10% auk lla Sa.1 VJ.1.r F..{IOd%d CI tr—Fn IOkd G]I MaEJSaE IUrtep IN !. SW.32209 14+>d 7atY Pml.a Caa m,nL ilr,nµv. YAK Wan SLw1•- f.rA,e �Y rk,. 17y1 m 51N.maa 303u PI.,-, C%rl I 22 Saar.375 80 WM 56 awv 51 SG Pa Nno FuMdd $A?,,=00 SO OO , ToW 5357.2mw I EYHIBI7R,4 Lnr&I of EI{arl 9preadlhi\L U5WHOUR BREAKIDMN Du sign 9ery iaas till, 6c1Rh&Idu 117rm5ramberk Milo-Crov&WWalar Will E5Ilarls cn 7 Cky Prc+avk No.1 QX49 tw lime FJp— T1111 lo—r�1b11 MO- Tae1u hw TeI+lElPnre nHR RR[�d' �eTrcl wnr!•r +p++4+r IsfIR• Cori �enzaer+ni Ir+r.l Rdvioiaclotl tort t+se Peeini �hl+' 1}1{ 3}J! H!! 11+1 YNEF t•'r+11N*r. le rre IWru rrri e r U M i [ I.All 101 10 IR it .1.4 1.W t1 RgRunlli r.-42 mo,W 4JJ]C f t 1k E§...rkwn..ra R.utw E. 12.1 1A+AJs Cep Ylrlx l♦le1a9 J 6 i 143d 101 !+j •77 W.'rif PI. R 1+11 u1+ ) #1 St'. 12] R+p1r•d.Nneielrtlhb 1 1 1 31J15 ! YI➢ ++�p+1r r1t•Ay napit�R+Pai xM1• 12+ —dub 7 7 5 5 Y 173 Mrlai+llo 1�1'RISRee+rp !C S 17r w�.y4ar4.11kn R++]+•k Pl 1 1• 1iA A{;..reN1 SIWr+•riR"Al 0 0 17 !P a 117lp1 IR 1§ 0 So- 1i 111JP4 IR1 YJY CPYrIm 7 VA7: 5o ilti! 1AJ Jr+1M67 xnR Al.'•iMar k i 516. K 11Api' 1+2 S1r14P 1 1 L! 1N 1u R1MUUMMC1nk� r � a {rs+ 17A1 R l v d x!7x Fi M-N b i.+_AU 1A2 Rrml.— 1 7 i Si] IA] 17 !!]i 7A MI I Jr7 fern Me Fu corn MP—lrnM I T 7 LI,1 iE {118 Rnr.x_anrkurb1,1416uoSryk 1 •A7 rnpa i+ y�ivxarr+inr.. 1 ] {It3 N sliasi 5Ak a^•I...'�n•du1 IT.•r 1 4 {!3 L4T7 1 4nJ rh47u+F•�§li v+-r..r1.v. ! 1 V13 A�M1nrN t1118b J 7 1P J Y J Mill t1Rii IAA r1aMb+Ienw+r hip.trr+},.nr.. 16 I! J Sul } 49101P Ni-i 1R f5 mAm wm id 1JL 61775} So� 0V �E•b�JJ.i{triLJYj r181• J ] 11" 5P MR Nam4olub16wE+111!•rhkilig1p 1 N 5a 11 § R 1]E,11 LO !u N t1 14 IkplyMbC➢1YMiYinMPY 4JRIK!! 1§tllgere�s iwttrr[mlJn�m+mCry I 1 5G1 i}+5 ri "—V"Pn ^@c1 a WI 17+ J1r 1 .J "Rmwl ] 1 Itr 4 11,T ]11 fLA9roM1 Ah1A L8Jhe.Y1•p'I J M ]t }1i 11]�6i 7S1 LV1g1iPPp• P09Rrr4 f]Ir_ +P ] 1!S CJ•ah lien Faxu� t§ ft 1i3 3A Rn w oe. 1iE`icwd 1 k3 11 14L 1 i SAM4 li Il!!% IC 10 1"SDI li7.G+o So III trail, 21 SNP K 13M 112 Wr+14wN#➢r+Y im 1 ] Sb3 I. 4Jt1 1 Pi 11 vm;-} 1. 15u)e5 S11 i N 73 3113 1 Wim 31A R++rhslerw 1i Ir 6T1555 14 H.G61 ]IA TibM1GPOYN 4#1 ilP !1 SO 1 SJ 37➢ 111541 C1Ll�re Ylh 11:1.1 JI415: �� LumYecbh6 Rrrlrrr I 17P !d WTh G4+••Ye J 13 1P U10 ]! Ou�bi1R51CC i S'.3T V I I WI LYe PrreiaYe,,,FinbsllsnJ�W J •b fw110liYraHe[tlIY�LenlneL 6 0 ] p ! M1 1 #F M p 1 I: IP po utllluea-Iful Nllh Genruei 0 d d 9 1 4 14 Y #e #o i 5PH Ia516nF1.r N 51erkl+ H.1 r InF !y lydrxl � Sd ih IA 46 1 la IId,Yt�..n.n txr6w ! K 41 d +p }f1Y4L la 1! W 1 l #11)d r 1 54V1'Hfsafnh 1 eeTirFev.tllwMenli I...erw�.ld r2 f4gduw1M41.n1HY 7d p N I. I-AV mEH—lip s9eAl TROEOMIm Mrrn:egHleelldElFir l 9 16 li N7175 1a lP of L01 { }ISA eq $m—v d T of N d {1lAih kirjo }rti!! ip $1 17y1 }61Aa] 0.1 Oel qn er rlT 6,7004E d 10 ix {1d,N i91.1i11'RMF10N a..r, i31 IS 191 e2 T.+n iy 40EId+w T..k 71 Id p4 —0I.,,-2 Jrgv 6—ul l e h PAI: $Fi ",,W4 —A" 4-3 PA P+mAl IY o .1 it Ili d SII15 10 13600 1* N DAN 15114 91 f,WTI!}ednPl..X FF 116i M1Mr 14 11 13 4 W 1t 30 a AY v}la_E-4-l.rlkavn 19 1 33 ila li }a5 41 1rlf:�f..— .1 ! ! R ii 11Aa}r..Yuerr. {7 11j11 qx TnriaNLe�nV7 R.nGaq ] �-0 5 f4w W ]a AOT 0, [,aLrrlaWen wlwulp{-1 enFr11 10 1h tfi i 1.1,15q 1d {ia,149 .7 U—. rv.viL 3 7 a !C 1l AS PX 1w,.I,.- a 14 zt1 TSa�n 1d $id�Td 10A AW1me17.n55r I} 11 75 8 1 rid/il 11 7i4AN it 39 Ao 115A1 TIM i 1]} ]N 1]] • 1! ixr FP rll jlr 11r.31L ] NSJir F1,Pj4 Vhr•Ln.F..I.1[ ],A Ip4yUr 1deX Tellu4x 1lYipi �ee1E.Pen1. 15iJ I1} T.t,iFee 15712ep YLdLhL4.puvn.uTa 31! iln &-Or- id War KNAK6AI 1i-MM #F it az1 Ifi S}e! 1p% %bmkls S]}r 1v,rr P,.ndd%OiC1 rY B..aI F.l I t= rmmwr41%MMx ti i i7}74p R7 18m rel.l F. MGent I%bMu M+S+trW Wle Mwi Ce r... eu.cerWlo[.pnunl i1 315d•.I-0ddd l606 N.Irlw IY O1l�M1Ila7i1 a7 ilPia 4YW ko-aa w[h..gn[ih 33 ia46 30:0 bl JOW 19 e0 fu1rW FF]]5pt4 hQm Te.l a37n3 gp IEXMULTA-2 L9V9 4i R"f rvmdsh➢e4 TASKi"WR PiREAKDOWN pm.lgm R—i—for SwFrM9II Ten wrHIIIsIon WIn•Crwil.yW,hcf WhM 17<tfi im 3 city P1w.0 No.1n3eC� L-4h—1 1r T+.F Pncrr{Yrn rl..n T+.NLJMr T•I•Ic•n�.• ia1hH prh•p.l h�•rre h6�r.i LTWh•.r COWh,l.i• �tl iYb[.n1R l+nl TFJwI Rry11•?11 I131 CS+I n•a#•6 T.k+1 171{ FT., 1741 !'.fs F110 p"il M-WRE IA PoP F4M 1•RRI { `7 16 P C IN 19 19 10 }r non• LF N1^t97y MTPITI7'w Y.I _ 1.11 9A4G ! 12 Etlh.a.leY —a Ripel4y I r.1 R..b..o•ce.�eh..ea V..., + a 6 s+a{ 7 $4j F6A 2 2 2 P'll R.—,%.M.5o M!W. I 2 J S1.11.....r Rr•onr 4' -r{tli llM.111 H.p-11b*e+n ru,y iWfbdp- 4 J] 4 t# n i #slam yo 12 w T2 { se1., rki d.Gel.e..a r u },dJ• L N+I7 !h7 g 9R•r x.r..1... 2 2 J "AT ! #,fr 1AJ Wmw L"Cpm4Y r S b ir�•1 77�7, Ft—.[J,rltmrMlLW miaq IAt Rrlvi m1 1 7 }I tlil 1kZ R.•i,x Whkp—.rlwr/ccrlr Rpuh• 1 # 2 1Y # N !A2 ;1{­Li VfrW FIN.➢4paIM•+Y 1 7 2 i1, r1.r H.•—C...1—Itlr 4hhjn1 SIX 1A7 R111R•ra h•J_4Y — 1 1 AIP sm 1A2 9RIM'}+1F{MYrFITM I➢Y+w.— f t➢ IA] kW,.,..L hle 7 3 1 mSi} A IVAN 1AJ bMd 1 1 i LI p15 u t1p7. IA6 Cpy,ypen4a— 10 IJ a f4➢I 1i0 1YL1h Ifu' ilmlbi G•vlJ4abn R.y,.va.Y• _ ■ '0 15 S41}9} i[ 7rP� IA5 Otr[+tln1k0•'h�F7V+trkV1�v.�Fh•••• S ,E is ]+A '.M. ..•IR.P.IRY[u•..rvn 1Fe•a 11 1 113 T.1 {e U23 +aT •+�awr brYa•1.PraY• 3 3 1{ SY8 7C Sul! 7A erc{PtrHIPrt*1>0{4 r{rn 1Y 33 m 4 6 smiTi fa to tP 19 N lI7i T7t ]+ PIY C.Yeiortbn•b.rt Crwrlrr 1 Y 1 M35 14 m M1 ...3-4 a.PbiMLE] ! 1 3.1 b 9Pr1 2r RK 114YPrr M1•Yaw 7+1 55 Ti1 tr1 Rrn}.atrRal Psr 7 } 7P {; 10 LL7 t31 P1•.R.r+Eh.1•;T..+eY'_,Q] I.•r•a•J C W Mer•M.l SYIdM{Y1F e 19 12 i7.1 {9 tr.1 2.11 [+Y.Y.Pfa rLla.1+Y k !Lr Sr M5. 211 6JYJ4 BIr1 Crxn hp.cF [L }S{ 212 CaaVr11Yn4iIri.Y• 1 Y 2 }S9 SF iD pt P&11P pr mq , r] 48 +apt h *,Je.6 1e m LiAj3dq lapld 2.1 R P., -R v . iP SC Ce.0 7 F7F sJ i1r C)rxrsa}eul6rreY laq 1 a snr ro s 77s h•rl vd h•aR�Hlxaxlr] I ■ ri dh. }17¢6{ 1P WAC 51J 6 ]P ]} }1!2 !C 111 115 Em.1w.Nn. 5 +P I7 }1`F: IC y1 316 T•Y kwdia Orilp 9C S[ ]t i.asr.�rl braa3YYr5n { { i tj sw Y14ptl2 cm."i+inh }1{AS9 tKm .}} �.nJusYi f6yu. 1 pos }a, �rq rw•r+l.w r to 1 is ❑.rr,...opuc 1 r . slnrn w 71�1s Nra.n CeracY.G hdYdrnr Mk Ju R.Irg 59 i7?PS ! {P 1 {d 1 fY.I D.[WL4941 HM6 G8Arlr:[ 9 a 9 p 1 1 61] DY rru-nei Yilrt.rw a d d / d a NO IP to la tc P 39 �cxl.rcl LwThlw Nnt..*Net h M. 64 C9x11[I 0 9 4 o- 9 t1 Io La !+[ } [P u Fowll�..wv.11..q. ai 1 1. —D PC 1N81 C w [tr FI { ii {a3 kT r.71 -cw R...mh >t.Y1X5S991-0141M W R W�W fa w]4 32 79 ]9 ♦a filar ,9H EiSiTlthf2♦11 1, S7 M 1Fl3lOo-e.eraYY.f.a{Itfn]dEYFR w T] to No 12 IA 11 dc 1.4L3. q.-5R4!0-} v yuar pA 6.I.YY ] 1 13 35 tr a t[!,[!! 11P.M L21.1r5 19 H I.mAe! 1.14110 PIA DF{tye ll.wlp 91MLI / 1 w 7 J.; S41}i31MF%:f7 ir+r }k1,7Y3 S7d71d' e] U."..,h0E13>..T.. t- 70 13 Mcd 1o3410.0 1 51 i Ll/L! }t1J3i ph[UK SUM 52479: IG P...Mbm o li it "t *1 T sow4d ol 19¢!L 0 1! 11,231 lop a1 I.r30r1'EE.adH fl IA r lr• 19 +1 15 $M t Tuii II U1. E-Nee ITEIY.i.e 15 ID 15 11} A } v w4 a53761'.sna.oLl4 i2] 1✓f.I 1■ 7'an.4i..nlrRwlJ'.3 # Ih 5 14PA IM' pa MFbYLNkl1y11�.p I-I LIIW I� 15 } TIN $1]J 1 311' Ir a.eRnee k x 3 W,4 rP 1ti IL k3AkA3r 51 20 mum IN 11[3}T 19A AMNOFY51f"E [7 It ]9 I }idfH 1 115/1 10.1 M II I5 IP ]5 I 11504 S49A Td 9 of k17 AI b 1 7Tp'sp L1T?I{ pf,111 P 1 PI],T !}i]■ wav uw Faaul. 5�PP 'N% w Sl+'R LFw FgpY 8 P'A 1Y11HIWL %I3 Tdl41. PUJ Va ifFUI11 ianaae a�oallci-0Iswnu•o slYaer !{w ;ae..y/>.r w IM1�l6Ded+Aewnueti 133i11 rvwh•. 3aaLalP iN1 BIY N]•'kli LS wWrfi.l�WTeIC} �a.rll Ylbieftl I�EBE M1.b MI6 an RL33Aa1W iP p4 NIJIMb►eLCul SMAII14 Dnaolon W'P' SYh, �•�" [:e1LF1uLIY.age{{Dill �4 a4 M7-a I.- t.ta�+. 8a17n LdDN3 ]} iliY935tr0 IDm R'aon nr1 11 eem l4e7 e{aaw L33b-'MV I944 TeY1 Lll9a�l Lill CFN 103649-Exhibil 8-3 Kinaley-Horn and Associates, Inc- Opinion of Probable Construction Cost Client; City of Fort worth t7ate- 7t1212022 Project: 8uuth5ide II Water Main Prepared By: 5DW KHA No.: 0610183xx Checked By: JFkr Titte: sum nary Prti ect Des,ai tion Total Conceptual Alin nment-39"to 42"Transm Isis lan Main s17,AU4,R04 Conceptual Allgnment-BBthesde Wades Main Extension $a,1 on,nn0 Conceptual Alinnmorlt-I3urfesen Wattsr_Pdil_in Extef r-M $8.000,000 Goncebtual A Her nrneot-414.M Y i Water Main Extension S0.000,000 Conceptual.Alignment-Crowlar 2 Water Main Extenslorr $8,700,OflO TOTAL S413.406.000 Basis for Cost Projection: C mMftal 4es1W ❑ Mirrilnary Design ❑ First design This total does not reflect engineering or tochnleal services or rand costs. The Englneer has no control over the cast o1 labor,materials,equipment or over the Contrectar s mathads of determining prices or aver competitive bidding or market renditions_Opinlons of probable casts provided herein are based on the information known to Engineer at this We and represent only the Engineer's judgment as a design profassianal familiar with the Construction industry.The Engineer cannot and does not guarantee that proposals,bids,or actual construction casts will not very from its opinions of probable costs, 34IP rpDilT}€_FTMFTVkr utarkoliWori WudWQ21_FINWD-2621STF4-Sbulhslde 1iWateirTr43n4m8s1anMahAmgnmanl Study�rPPRVExhntr_93 2022-07-72_PtAa95�p1 bP rl xIS Kim ley-IHom and Assoc Iakes, Inn. Opinion of Probable Construction Cost Cliento. Cltyof Fort Worth Data; 7f12l2022 Project: Sontheide II Water Main Prepared By,. SOW KHA H6.06101B2x1i Checked 6 : R Title: Gonce turlAl nmant-36"to47"Transmt69l00Mdln LIrA N4. 6escri lion S ecillcation Uril Quanti lJnif Price Cost 3311 A 3311 la, LF 1 3311,094142 WsterPipB 33 11440 59DD.00 k56.840,0DU2 3305.2010 42'Water GErrierP" 330524 LF WD $500.003 3305.1111 66"Cssin B Olher Than D en Gut 330522 LF SOD L2 3fl0,0o 33 11 10,33 11 13,4 3311.0"1 W'Water Pipe 3311 14 LF 3,1t10 $450,00$ 33052009 96"WaierCairierPie 330524 LF 50D $400.00 6 3905.1109 54'Cagling By OlhefThen Open Gut 530522 LF SOD $2o4o.an g1d0a.000 7 3312.5001 4rAVMA Butterfly Valve wlVault 331221 EA 4 $200000.00 1 UPP90, A 3M2.5000 3G'AVMA0utle Valve wfVault 33122i EA 2 �N.60 04 b300.'m B 3312.0109 Connection io Exietin X"Wolof Main 33 12 25 EA. i 0 $15 600 10 3312,0105 C onnucion to Existln it"Walm Main 33 1225 EA 1 0 $3000 11 33'12.10a5 till ConnUinailerl Air Valve Assembl for Waief 33 1230 EA 8 0 2e0 000 12 133Q.151003 6"Blow Off Valve s8 12 0n EA 5 $25,000.00 $125 000 13 9305.0100 Trench Safely 33 05 10 LF 3.i00 $5,00 $15,500 14 mus,oto3 r-tplafamfy Excavation or ExislIng LAIII ies 33 0530 EA 15 $1 000,00 $45,40Q 15 3292,0300 Sopdlm Meth Driiliino 32 92 13 SY 2,057 $15.U0 $31.UUQ Ira 3110 0101 Site Cfearing 311000 LS 1 S50.000,0 35D.UOD 17 33ff4,flO02 Calhndlc ProMcIban 33 04 12 LS 1 S50.000.00 s50.0o0 11a 3125,D101 SWPPP t 1 acre 31 2500 LS 1 $3a.00o.011 g30,1h0h is 0171.Ot01 Consiruciicn Staking 01 71 23 LS 1 390,000.0D $90 000 2D 10171.0102 As-Built Survey 01 71 23 LS 1 S60,000.00 S60,o00 21 ZZ95,0110 U141ty Markers 33 05 28 LS 1 $30 o00.00 $90 000 22 3471.0001 Traffic Cenlral 34 7 i 13 mo a $20 0130.00 $12C 000 23 8999.0000Conlruc1tonMOw&nCe 999999 LS 1 4250,CW.00 s250,000 24 0241.1606 2"Surface Milling 321123 5Y 4133 $0.00 533,067 25 3212.0302 2",qa halt Pvmi T n❑ 32 12 15 SY 4133 $20.00 W.697 yg 32fl1 0113 6'VVide Asphall Pvmi Re air,Residential 32 01 17 LF 1 1550 dD_nn $124,0013 Subiolal: $13,374.233 ❑1 No msvn Contln . $4.026.767 p,ellminmy rksgn Total 317 006 000 FIONIOcilpe Thfs t4tsf d4p5 not rtrgact r3nglneering artaehnical snrvlces. The Engineer has rip canlraj ovar 111e cost of lahor,matefials,egriiFfnent,or over the Contractor's melhods of doleirmini rig pric-of mmr rAnlpAtiflue hiddln0 ar mi;rkr3t mndiliar% Opinions Df probable casts provided hereln are based on the Ir9mmatian known to Engineer at ihia Gme and Fepresenl only 1ha Enginesr'a jNdQrtrerit as a design prafessienal familiarwith the cons!ruction indusiry.The Enoir,-W tannat a n 6 does not grraranlee that prnpaaels,bids,or aclrtal Con91rriclion co9i3 will not vary from its opinions of probable casts, 4%vfg015T7_FFVWF1^f~mliVWCa'A'a7nt=1_F WD-2NIU%RF"mih%k%11Wowr7runinistbnMODAJlpnm*W DWdyWPW.¢ba Lea_2a22.C7-12_preoeaen.oPcr;_RS4Lxu Kirnley-Horr1416d Ats6tlates,Inc. Opinloal of Probablo Gonstruatlall Cost runlit: GHy 41 Fort Worth Date. 4YW2422 Projoal: ScuthsicLa II Walar Main Prop red Sy: SD IS1i .N0.:0ti101B3xx Ghackad B : JRTII TIUip: Cone ai AtI nmem-6enucla Water Main Exton3lrn Line No,I Ucs[n Ilan SpecitkAt0n Unil uOtImmy LinkPrlce Coal 1 3311.N41 24" dtpr Pipe 3311 10,3311 12. LF Itow $40UD $d,41fl0,000 33 11 13,3311 14 2 33DS.20C.7 24"Water Carrie-Pipe 33 L75 24 LF 500 $325.013 S162.500 3 3305.1 H'•7 42'CasIng RW OIhex Than Open Cut $3 C5 22 LF 500 $1 DD.00 $750,000 4 3312.)QOU 24'Gate Valve wl Vaull 33 17 70 EA 5 $45,000.00 $2701700 $ 3312.011D Con 4t 0! nloExtstln 36'WaterMain O31225 EA 1 S10000.00 si0000 6 133121004 4"Garrmbinatlan Air Valve Aowrnqly for Water 33 12 30 EA 4 $29 OOOAO #i t2 00D 7 931231043 8'6low OLf 1r2Ue 33 12 W rA 4 $2500Q 06 $100000 8 3305.0109 Trench 5nfet y 33-05 10 LF 11,000 $5.46 $55 a04 B 331J5.0108 r-gleivativy rkcavaLlon or Exlsil Litllllles 33 95 3V PA 15 $3 d0D.00 $46 000 10 3292,03W Seeding,Meell DrIlling 329213 SY 333 15.04 $1111,naa 11 3110.0191 SAe CbWng 31 1000 LS 1 $37 000.00 S37.000 12 3301.4002 C@t MIC Pr4tkdi0 33 04 12 LS 1 $37 DOn 0D $37,600 19 3i25A101 SWPPP a 1 acre 31 25 M LS 1 522 250.00 $22 250 14 Oi71.0101 C0rrs1rtr0tlon$lakin 0171 23 LS 1 SIA. .f10 W.1550 15 0171-0102 Ar.8 Ilt Survey 41 7123 u 1 $22 25aD4 $22.2W 16 3305.0110 LHili1y Wrkdr5 330526 is 1 47.6=0 37"m 17 3471.0001 Traffic Conliul 34 71 13 Mo 3 20 umoo W10to 1B 99BBAQDO ContruGlan Allouarroe W 99 99 LS 1 5105,000-00 $1D5,0W 19 0241AUX 2"SxWx MilkniL 32 11 23 Sy 80t37 S72,53:3 20 3212Ad02 2'A alLPm1k D 3212Ile $y 9087 524.00 $19133a 71 a241.0113 B'Wide As ah Pwrpt Re pair,Residential In201 17 LF 340C 580.00 S272 00D ubtctat K92$,1317 ❑. ra7 oespn ronfi 1f- 30 S2 170 083 ❑ hd4nlnaycoun ITGtmi 881106,004 ❑ FhW Dolor 1'nls Imaldnea nat rlfileeranglnoarine or technical services. The Fnginafir has nn matral over the cast of labor,maleflals,cqulpment.cc over the Conirastor's methods of delermining prices or Over Oomp9Hjva AfQdln9 or market conditions.Opinidn#of probable casts provided herein are lowed on the informalinn known to Englnaer al this lime and represent cDVIlhe€riglneees Judgment as a design praresslonal famlNar wish Ina consiruclian intlustry,Thp EngFseo-r cannol and does na1 guaranlee that proposals,bids,OT Betue140ne1rudlOn C4iisvAll nol Very from Its*plumps of probable costs I I NawtHo-Pr PrahteNLTx_w7wr�aretirrn_usn�urgFve�Wodh44021 WV�0 2G71&YtF4S0U lhslda it Waker Tmmmiesion Main Fdgrman Diu?APPR7E�drlhlr�]r�U22-O�Zi Pri9ayL9rr4PCG SSN,x1s Klmlay-14*rn and AssdtlO6fas, Inc. Opinion of Probable Construction Cast �!Dllftrlg' City of Fart Worth Date- 235�,7, Projapr: $outnalde ll Water Maln Praparad By: KF4A N0.:0$1D183XX Checked ile: f-'mcapitual All nment-Burloson Motor Main Extend m Line Nu. 3esai Lion S ec8ication UrIm LKfOrROW Unit Prickq$2.700.WO 1 3311.0641 24'Water Plpo 9811 10,33 11 12, LF 6,750 $4W.44 n 11 13,83 11 14 2 3305.20f37 24'Waler Camer PI 33 05 24 LF 1.250 $"525.00 3 3305.1107 42"Casin B 01har Than n Cut 330922 LF 1 250 $1 500.00 4 3312.30t19 24"Gate VaNB 4 VaiJt 33 12 20 EA 5 $45OM 005 3312-0110 Cannecllon Lo Exlslln 36'V1laW Maln 3312 25 LA 1 S10 040,44 6 3312 1 C04 4"Comtrinatiun Air Valve Assembly Tar Walar 3312 34 EA 5 $26.000.00 $144 00p 7 3312.6W3 6"R1 W 01f Valve 33 12 W EA 3 325.000.00 $75,000 8 3305.0109 Trenrh Wely 330510 LF 0,750 55,04 $33 750 9 =501103 EY&Wny FinawaLlen or Evistinfl UtIlllles 33 O5 M EA 10 S3 DOC,W MOOD 10 3292.0300 Seedln ,Mech Drilin 3292 13 SY 4,500 $15.00 $57 504 11 3114,0101 5Poe Clawing 31 10 00 L5 1 S2 600.08 S25NO 12 33R4,0402 f:8111od1C Prot9Cti4ri 33 04 12 LS 7 5 800A4 325 Bca i3 3125-6101 SVVPPP a 1 acre 31 25 40 LS 1 $15,506.00 S15,500 14 0171.0101 COAUNCOXI WI(Ing 01 71 23 LS 1 $17900.00 $12900 15 0171.0-IN As-BuRSu 017123 LS i 6115500AI 315540 16 1305.0110 Ulllil N"m(era 330626 _ LS 1 204.0a $5 200 17 9471.0001 Trartic Control 34 71 13 mo 3 $3 NDLO0 $60000 18 9®98.0MI)CoMruadan Allowance 9B 99 99 LS 1 1130,000.011) i1300W 11} 3291.011J. W VLrtda Anprall Pvrru Rerdr.Re dential 32101 17 LF 3375 nom 62MODD Subtotal: $6,123,200 tra Design Canlln 35{J- 30 $1 876 d04 fl Hreknrnarypc�lpn Total S6,400 604 ❑ rina�❑esl� This lotaldoos not rrNactenglnearing ortaehnlcal earviG9a- The FrIgw er has no mo rol over the cost of labcr,malcrials,equipment,or over the C wlratt&s melhads of datemlining prices prover compeidwe bidding or market cond=iions.Opinian8 Or prehabla casts prowided herein are based on the inforrmlion known W Lnpin2er BI 1h15 tlme drlil r9preSeht OnW the rrMiltaers judgment as a design prafthmionni famlliar with the construckn indusiry.The Erigh"r cannot and does not guarantee Ihat proposals.olds,of actual canstnxtl4n casts W11 nat vary kom ite apinbns 01 probable 005%. I WIHNer9�Nr]J![g3�T FTM,'��SFTW_r.SarkeringlFal WotlrAQ021 fYNrd3-021 BWQ-Seams Ida 11 Miku'r—mnissanM,ilh AlgnmenL SlWy'FPAIE>d1�IL_BS 2622-q&7 PfEt}eegn OPCC SS-Ir.11r KImley-Horn and Associates, Inc, Opinlon of Probable Constructlon Cast Ilent; City of Fart VUotth flaw, $f29f2022 PmjacL 9outhslda II Water Main Prepared By: SDW KHA No.:061010Nx CMCI[e{f B 3Rf Iritla: Conte tual Ail nmenl.Crowley i Water Mein Ew,*M M511 Line No I DescrIpim Speclilcatlon Unit Q="Ii!Y UniL PllcaF$4 1 3311,4t d1 24"Water Pipe 38 11 10,33 i1 12, LF 4,204 $4W W 33111 33 2 3MS.2C07 24'Water Carrier Pi 33 05 24 LF i 5t70 $125.0 3 3305.1107 42"Cesin l3 Oiher Than 4 en Cul 33 05 22 LF 1500 $1 00.09 a 33123MA 24"Gale VaNe vd Vaull 3312 20 EA 5 545,000.005 3312.0110 05nnamian in Existin 95"Wsler Mein S3122b EA 1 $10 040.� 8 3312.M 4"ComGln91l4n Ak WOO Assamhl far Wafer 33 12 V EA 6 $28,0t70.00 $14A 000 7 W12.11 p= 8"alma nif Value 33 12 60 EA 5 $Z5,000,00 $125,MG 8 3305.0109 Trench Wely 3305 10 LIP 4200 $5.90 321.000 9 3395.010 LNOorain Excavallon c4 Ex IBlIng Utifiies M0530 EA 10 300000 $30,000 10 32W.0300 SWdirl ,Ntecll LNiI1Irkg 32 92 13 SY 2A00 315,90 $42 W0 11 3110.0101 $Ile ClawJnij 31 1000 LS 1 417 760.00 $17 750 12 3304.4002 Celtrpd10 Pr&oclim 33 04 12 L5 1 $17 7W.00 $17 750 13 3125.0101 SWPPP 1 acre 31 25 PO LS 1 '$10,659.00 310660 14 0171,0101 ConstruGion SLakIng 01 71 23 LS 1 35 675.00 $8.975 15 0171.0102 A"u1O Survey 01 71 23 LS 1 $1 650,00 S10-650 16 33M.0110 JIMIty Markers 33 05 26 LS 1 $3 50 00 S3,550 17 9999.4000 Contructlen Alk V mG _ 99 89 99 LS 1 9 7SO.00 598 7S4 rtiotalr S5,16a,475 ❑+ ru Design Cin 'k.+!- iQ $1 631 525 ❑ P+ebm.nary txsrr jTQ01 50,600,400 ❑ F-Pal on gn TN%tblAl fleas n8l reflect anglneering or ieollnicoI servlcas. Tne Engineer has no control over the cost of tat or,materials.equipment.Or d46r111101 COt11faC1ors meihods of datermINN prroes or overoompetitive bidding tw roarkel conditions.Gpinlons of probg4La mats proulded herein are haled m 1he information known to Engineer al this Rme and represent only the Engineers Judgment as a design profassional familiar wit t the omdruclian indusli y.7t*Engineer cannel and does not guarantee tpet proposals,hlds,nr actual mansmetim msls wAII not wary from Its opinions of probable co5t5 I nnwrre 4W oteclr161T] F N'Ualet<T1M_Alarketn�Fw7_Y04dutZ9Gt1_Fw ur2m1"F¢5au1haga 11 Weer iromnlolon Win Atpnmml studywar�xhlhi�t7-3 2oxx-vr xE_Po�0ed9n dP�9�rll.# Klmley•Hern and Associates,time. Opinion of Proba610 Construction Cost Ctfenl: City of ForE Wonh dale VQ12022 Prokocl: Southslde II Water M ain Pro pa red 8y: SSW KUA N6_:G5101 g�X% Chocked 9y: JRT TItLv: Ccncc w4l All g nlnent•Crowle y 3 VYatec rosin EKtemlon �_Ir,c twc. 7escr on SPetalcatlen UroL pudrttlly Unit Price Cast 1 3311 A841 24"V4aler Plpe 33 11 10,33 11 12. LF 4,000 SQ0.06 $1,600,MO 33 11 13 3311 14 2 3375.2497 24"w4it9r F"dim r pipe, 33 05 24 LF 1,500 5325,00 $4.57,6W 3 3335.110J 42"CissIng By 00wr Ttwn Open Cut S3 OJ 22 LF 1 5w 31,500.06 $2,250,000 4 3312,3t708 2&'CFal9 Y61V9 ve'Vgg4R 33 12 20 EA .5 S45 000.00 225 mp 5 3312.0110 Conner-Ilan to EStlatln 35'VVOW Main 33 12 25 EA 1 $1Q600.00 $10 000 s 3312.1 Mi d"Comblmlicn Alr V®Na ASSembi for Vdaler 33 12 30 EA 5 $28 NOX 3140.00 7 33i2.6003 8"Blow OH Vows 39 12 ao 1 FA 5 f,25.MG OD 5125 000 0 3305.01DD 'french Safe! 93 05 10 LF 4,000 $5.00 $24 0170 9 33%.0108 InVarEktag Exaavatlon of EuAn 1.101:100 33 05 30 EA 10 $3,000.00 W1000 10 329:2.0300 Seedln .Mech Uflilinn R 92 13 Sy 2®sT $15.00 W.60o 11 3110.0101 Elte Clpsring 311000 LS 1 3'.7.75D.00 $17750 12 3304.t1042 CaihodleProlecLlon 330+12 LS 1 %17.75000 $17750 13 3125,0101 5UVPPl} !1 acre 31 2500 LS i 510650.00 310GW M 0171.0101 Consirvclion SukkV 10171 23 LS 1 $8675.00 $8875 15 10171.0102 Av-Bkpill Swryey 017123 LS 1 31 G60.00 $10650 M53M.011 O Lli6i Mukess 33 05 28 LS 1 $3 554.00 $3 50 17 IQM.GWD GOMRtolron allowance 1999999 LS 1 7ti0.00 $100,760 ulbtalal: $5,085,475 0 No Drgpn CoMnq. %,++• 30 1 614 525 Li Pro minarviDmign Total N7001 [7 w-TL Resw This total does oat reflect englneer!rlg or Ini MMciil saPvlcas. The Engineer has no Ovallrol Nor ON cesi et loner,rnalerlals,equipment,or wer the Canlractors melhods Df determining prices or over competilive blddilg or marks{ aorldllkms.Opinlarls of probabie costs provided hereln are based on the Inr4imaiierl knov rl to Eng Inaer al lhls tune arid represenl only the Engi nmes Judgment as a design professional fernier with the conslrudliorn Indusiry_The Engineer rannoi and does not guarantee Mixt prcp4sa6,bide,pr avkipl GgnrJwc.1100 oosie will not very tram Its opinions of probable costs. I uirwfilerOlVProeciOTlTx_FTwlQataS�YW MarkoohgEtori_IM6r7h12021 F1N1v0.2U21UffQr3auLhafde 11 WaLer Trawnizalon M*OdIgnmEmi Elud}^FPP'IE+1�I4�,6•S�0?�96,7i�P�o17CF�an•�PGC_SS•Ii.dl ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Southside II Water Transmission Fain Alignment Study City Project No. 103649 NO CHANGES I City of Fort VvAh,Texas AttachmentC PMO ReteaueDate 05A9.2010 Page I of I Mi ¢ q Np F+ 4 � M v Ci N P W H• W 6 N ~Y V R �n L v � C o � Gh. ti -- }� N � WI ++ F+4 N g u_ u� M1 r� tl 5y L P t5 of 12 a 3 5 piLa V d ~=3 yyy N r' rR _ _ a1 I Y+; a A � � ia d �E+ S 5 s 25 1 3i 3 3 3 3 3 a E 3 alb N �j b p pq 44 q qG qG Q qq QQ QQ Q Q q Q Q .py fP ■ �3 k ' y r s 41 r 3 'd N �" r w *'i o. w a �. ...� .- w � .. y a o it rii Ki �' o e � ti' � N • r" r-. ..v 9 a s 2 �IV DL p gam p a ] 3' � 3 _ 3 r a_ r g�p t 1 E I � j r s 45 to 4 v N Y' 4 a A v Ym rn A I rii -aE-S .R m tiA - 15 N f MI N it s Iy C w r Rw C N d -- ? R.� I I, IL x i � r a �r I 3 E r 3 { .p a •: a IT L IL lk rr F � Z $ s i V P � s s � x k � � R � � 0 C Ct u u C a S s I S J.'-j L { I a I u n !3 i r I I u L I { A a a s a a s a s X E s K a a a . }} y y qq qq p V RR pp pp q❑ R pR p❑ p 44 44 44 q O d q p p q ❑ q �Jio r IF V r � � 4 � I P U I_- 3 3 a U lie IL a 4 I x a I ZE v of G L' w C C 1a L is is C EF C w q py Im IT r ld :� i r i s a e a u G S S — a k a } n g n } x + pp R 3 2 $ :T g a §� kz a a a a a a a a s s a i ajt +e E �j C i 8 12 a r 1 9 y}k /4 i � R E a FT WORTH, ly A-- Job li4 feet ' v r I --�-��•'w� •'ram ..+ . ..a I Zy,Ti I I � } � I T 'Y •.la Via r- . - .` �' it �� n� - F•� PROPOSED WATER MAIN - EXTENSION TO FUTURE 4. CROWLEY WHOLESALE PROPOSED 36-42" WATEE; METER 3 TRANSMISSION MAIM Ink �. PROPOSED WATER MAIN .• EXTENSION TO CRDWLEYWHOLESALE METER _ WHOLESALE METER 1 1 � IQ pr r L OWL II { po VL ATTACHMENT E J OAlty RDV �SH�1�13Y aQ RISINGER RD r I '�f � • r. -_ --k. f',t r 7nn�fl1f ;: Wr [ '- -1 15nr'yR[nnk.p1I1r.R[ Itmlt_ n11�}�fllf14llp�� 21, r��!nr''lol f 11'•'' fJh llV�'ID -� s Ii�Vnlrnrr —� r 3r Alrmwnm io[ M1^�' I �. �ioesrtn,il Iri:ll uapr� aluL i RSON Rnfmnrnmrn I • li�.lEi M] � l � - , ,[ 46 luMf: k V} }}ll'>♦ ! r ' I, GARDGN ACRES':::QR , Viol �T_—.�, llllrrlllIISS]nlllauur -tatik,,,n. _ : ' '- , ;�'- �. uunlnnrlilntimmrnr• -- _:.�� t..[il�� � f fj -� .::,�;� �Y► IN1iC1Hk11}tll1� I, .' �' -kOAK'GROVF— I i �f�I1NSl1HiHi�N�llll}llkl' }-'. � ���� 4� _ I - m lNJ�tHffl _ 'n ,,' :ST F Ll_!A'MAIIJF ; 1 ���:? V4IIIlII 11}111IlIIIi- `' ' ' Y r. , J�I,:J.. - �•. I— r 'T'1'1'-11�iT1aV1�T 3STU C#C>~RT QR} CROCKE DR ;�.`_.�ti�'''� i�ti ,,• Dlr — ,. _ f ..y-� �4, .�I {1 I 1•t�.... ry+.r ' rf' �• - -- •_� ,� -.__ �.�.= iHfI�fIIfHCI'i�t[�l��i�l �I � r k, A�ri~8Y8R,VQ a _ — nm31LINUnn11OLUL MOE IMD a!YII�� ulln�lnn,amtun � �- irnnlwrr]rrnnnuu ,un„ _I I I r l;r lfHlUW ti _ f f I m Cq r� Hfff�}l?Cl{1iC! 111IIllu� k:- �, . 7n[mw• r ''r i ±q F[nnal rt : f4 I RIM� -fEfH{fflilii ��r� -k s Ol_i� HIGHINAY'.9987s �� :,I_ _ �,..nrun If4i}}lllll}} ,- Isanur! 1, A►4 — i _ '` {�;I I - g1x ' if-lip Ilan I F{` ''111t1 tuft4 FORT WORTH, 1 , L� . 4 SPINKS I � f , k _ tip` '.ti `''ter,• _ r`l L'I FoRTWoRTH ±q BJRLESON RE7TAsRQr�'�..I ATTACHMENT 7" CERTIFICATE OF INSURANCE SOUTHSIDE II WATER TRANSMISSION MAIN ALIG14MENT STUDY City Project No. 1103649 My a[Fore Worth,Texas Allarhment F #53183446IM3180UU4 City of ,fort Worthy Texas Mayor and Council Communication DATE: Tuesday, August 23, 2022 REFERENCE NO.: **M&C 22 0652 LOG NAME: 6t1SSIIVVTMAS-KHA SUBJECT: (GD 6 and CD 8)Authorize Execution of are Engineering Agreement with Kimley- Horn and Associates, Inc. in the Amount of$2,348,401.00 for Design of the Southside II Water Main Alignment Study Project, Provide for Project Costs for a Total Project Amount or$3,615,089.00, Adopt Resolution Expressing Official Intent to Reimburse Fxpanditures and Proceeds of Future Debt and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2022-2026 Capital improvement Program Rl 0QMMENUAYICTI: It is recommended that the City Council: 1.Authorize execution of an Engineering Agreement with Kimley- Hof and Associates, Inc., in the amount of$2,348,401.00 for the Southside 11 Water Main Alignment Study project; 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds of future debt for the Southside I I Water Main Alignment Study project; and 1 Adopt the attached appropriation ordinance adjusting appropriations in the Water& Sewer Commercial Paper lrund by increasing appropriations in the Southside 11 Water Main Alignment Study project (City Project No. 103649) in the amount of$3,615,089.0D and decreasing appropriations in the W&S Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a portion of Water's contribution to the Fiscal Years 2022-2026 Capital Irprovement program. DISCUSSION: This Mayor and Council Communication (M&C�is to authorize engineering services for the Southside II Water Transmission Main Alignment Study project. The proposed 48-inch water transmission main that will extend from the existing 54inch water main in Oak Grove Shelby Road to Alsbury Boulevard. The proposed water transmission main will provide increased reliability far increasing and future growth in the far South area of Fort Worth as well as the customer cites of Burleson and Crawley along with Bethesda Water Supply Corporation. The scope of services to be provided consists of an alignment study, hydraulic analysis, the preparation Of 5_OM% design plans and specification for the selected alignment, design survey, geotechnicaI investigations, title survey,easement document preparation, coordination with various agencies, and permit applications, Kimley- Horn and Associates, Inc., proposes to provide the necessary services for a fee not to exceed $2,348,401.00. Staff considers the proposed fee tc be fair and reasonable for the scope of services proposed. Ir) addition to the contract amount, $1,266,688.00 is required for real property acquisitions, project inanagement and material testing. It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bored covenants.The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2022-2026 Capital Improvement Program, as follows: 60SSIIWTMAS-KHA Budget I ' Capital Fund Project FY2022 CIP i i Change Revised Name Name Appropria#ions Authority (Increase! FY2022 Decrease) Budget 1821 r0" $0.01"�FPO,C)15,089.00,$3,61 ,089.Od W&S Commercial) - SS II Paper Fund W MAIM i Align Study i Funding for the Southside Il Water Transmission Main Alignment Study Project is depicted below: Existing - I FUND Additional Appropriations Project Total* ,Appropriations 1N&S Commercial - — -- Paper— Fund ;$0.00 $3,615,089.D01 3,615,089.00 56021 _ Rroject Total $0.00 $3,615,089.00 $3,615,089.D0 "Numbers rounded for presentation purposes. This project is anticipated to be included in a future revenue bond issue for the Water& Sewer Fund. Available cash within the Water and Sewer portftalic and the City's purtfuliu along with the appropriation authority authorized under the callable Commercial Paper Program (CP)will be used to provide interim financing for this project until daht is issued_ Once debt associated with this project is sold, hand proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable.Adoption of the attached resolution does not obligate the City to sell bonds, but preserves the ability to reimburse itself from tax- exempt bond proceeds. This project will have no impact on the Water Department's operating budget when complete. Business Equity: Klmley- Horn and Associates, Inc., is in compliance with City's Business Equity Ordinance by committing to 16 percent Business Equity participation. The City's Business Equity goal on this project is five percent. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that funds are currently available in the W&S Commercial Paper project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the 1W&S Commercial Paper Fund for the SS II VV Main Align Study project to support the approval of the above recommendations and executivn of the contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IaENTIMERS (FIDs): M _ _ `lFund Department ccoun project Program ctivity budget Reference# Amount) _ ID ID l Year (Chartfield 2) FROM Fund department ccount Project Program ctivit Budget Reference # moun ID - Year _.(Chartfield 2) CERTIFICATIONS: S y brn'tted for City Manager's Office by_ Dana Surghdoff (8018) Originating department Head: Chris Harder (5020) Additional Information Contact: Walter Norwood (5026) ATTACHMENTS 1.6QSSl11NTMAS-KHA 12$6.ptf (GFtirV Internal} 2.60.8SIIWTMAS-KHA Cpmpliance Memo.pdf (CFVV Internal) 3, Q0SSI1WTMAS-KHA FID Table (VVQF 07.40.22).x1sx, (CFW Internal) 4. 60SSIftTMAS-K A funds availabilitypdf (CFW Intemal) 5, 60SSIIVVTMAS-KHA MAP,Qi�Lf (Public) 6,CoUSS)IWIMAS-KHA PBS CPN 103649.pdf (CFW Intemal) 7. BOSS IW S-KHA Raimb Resolution docx (Public) 8.64SSIIWTMA5-KFA SAM,pdf (CFW Internal] 9.60SSIIWTMAS-KHA_56021 A022(r3) cx (Public) i" P� N N t� 1F N ha n` rti N N pl 41 0 0] D N m N -J Ll 3 J 7 7 Q 7 C F. 7 7 �+ � a � a O. Sl Q. � a rJ. 0. Li.1 W W Cal W W W W W W 4Fi W his i a, ¢3 AQ 8 d Q dt at a1 flS o Q O 0 Q 0 0 L7 0 G 0 0 h.] hf hF N hJ N N iV h] N hJ N N r O 6 d O a O 0 O O O 0 G L] P ❑1 di di al Oi d� a, Oi m 0y T w w Lu ua w w w w w w w w N in Ln 1n tr Lm [fl {n Jn CT r W *+ b W r 8 W Ln Ji 6 0 au 6 4 C CD. 0 47 W Ol W ca. LA Y O kn I.- y J a G C G G 0 C G m O 4 o a Q v G o o W W W lw7 w w � OWi W 4Wi ONt ! ia5 ¢Ay ID LD ih 46 it8 lh LJ6 � tp i rn 4 4 4 �6 L8 L6 L8 L6 Lfl tic L tD L6 1d W N h1 W w llpp W 8 %D La LQ W o 0 LD L9 ~D Sa T Lk 4O La toLa w m � in � ca LD io tin Lo i• i in a in w w �n cn r yr v. -.a iu p+ m en A q7 N µ is as � a a c5 o as ss o u+ u+ kn w o 0 o 0 o a o �1 tin %D 0 0 0 0 0 a o v Ao d M d M d 0 H O O la to a O O o L7 a 0 4 G d G O n 0 a 0 J3 O 0 a G fop O O .ter IN�n eL�rnni nmf ami p -0N N W cr Ln a w i m From: Black, Doug To: Sholola.Tony Cc: Tidwell,Allison; Norwood,Walter P;Williams.Tressa;Sauceda. Norma; Naylor. Norma Subject: RE: Revised Engineering Agreement for Southside II Water Main Alignment Study(Replace CSC 58057 with CSC 58057 R) Date: Monday,November 28,2022 1:02:19 PM Attachments: 58057 Engineerina Aareement KHA Southside II CPN 103649 Revised Comoressed.odf Tony—sorry this one got lost in my queue. Allison—I've reviewed the revised document (attached) and it is ok for replacement of the first-filed version. These sorts of errors have been corrected in this way in the past as they are correcting the record on file and not changing legal terms. Please let me know if you have any questions. Thanks, Doug Douglas W Black Senior Assistant City Attorney 200 Texas Street Fort Worth,Texas 76102 817-392-7615 Direct Doug_Black�.fortworthtexas_gov City of Fort Worth Working together to build a strong community. FORT WORTH. RECIPIENTS -PLEASE CONTACT ME PRIOR TO FORWARDING MESSAGES DESIGNATED AS ATTORNEY-CLIENT COMMUNICATIONS. This e-mail and any files transmitted with it are confidential and are intended solely for the use of the individual or entity to which they are addressed. This communication may contain material protected by the attorney-client privilege. If you are not the intended recipient or the person responsible for delivering the e-mail to the intended recipient,be advised that you have received this e-mail in error and that any use,dissemination,forwarding,printing, or copying of this e-mail is strictly prohibited. If you have received this e-mail in error,please immediately notify Doug Black at the City of Fort Worth City Attorney's Office (817) 392-7615. From: Sholola,Tony<Anthony.Sholola@fortworthtexas.gov> Sent: Saturday, November 12, 2022 10:49 AM To: Black, Doug<Douglas.Black@fortworthtexas.gov> Cc:Tidwell,Allison <Allison.Tidwell@fortworthtexas.gov>; Norwood, Walter P <Walter.Norwood @fortworthtexas.gov>; Williams,Tressa <Tressa.Williams@fortworthtexas.gov>; Sauceda, Norma <Norma.Sauceda@fortworthtexas.gov>; Naylor, Norma <Norma.Naylor@fortworthtexas.gov> Subject: Revised Engineering Agreement for Southside II Water Main Alignment Study(Replace CSC 58057 with CSC 58057 R) Doug: Please give Allison the okay to replace in laser fiche,the first attachment (CSC 58057) with the second attachment (CSC 58057 R). Subsequent to full execution of the agreement (CSC 58057), it was determined that incorrect exhibits had been inadvertently attached to the document.The correct exhibits are now included in the first attachment (CSC 58057 R) and will be the official agreement once the original agreement (CSC 58057) is replaced. A copy of the revised agreement will be provided to the consultant as soon as Allison advises that the replacement has occurred. Thanks