Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 62396
*04120rex*49I0.11 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home -rule municipality ("CITY"), and Kimley-Horn and Associates, Inc., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Sendera Ranch Ground Storage Tank — Project No. 105781. Article I Scope of Services The Scope of Services is set forth in Attachment A. Negotiated changes to this Agreement, if any, are included in Attachment C. Article II Compensation The ENGINEER's compensation shall be in the amount up to $679,146.00 as set forth in Attachment B. Payment shall be considered full compensation for all labor (including all benefits, overhead and markups), materials, supplies, and equipment necessary to complete the Services. Engineer shall provide monthly invoices to City. The Engineer shall provide the City sufficient documentation, including but not limited 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 Ch. 2251). Acceptance by Engineer of said payment shall release City from all claims or liabilities under this Agreement for anything related to, performed, or furnished in connection with the Services for which payment is made, including any act or omission of City in connection with such Services. Article III Term Time is of the essence. Unless otherwise terminated pursuant to Article VI. D. herein, this Agreement shall be for a term beginning upon the effective date, as described below, and shall continue until the expiration of the funds or completion of the subject matter contemplated herein pursuant to the schedule, whichever occurs first. Unless specifically otherwise amended, the original term shall not exceed five years from the original effective date. City of Fort Worth, Texas Sendera Ranch GST Standard Agreement for Engineering Related Design Services OFFICIAL RECORD 105781 Revised Date: 12-08-2023 Page 1 of 15 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: (1) with the professional skill 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. Designation of Engineer's Personnel (1) The ENGINEER and CITY shall agree upon the designation of the ENGINEER's "Project Manager" prior to starting work on contract. (2) ENGINEER shall inform CITY in writing of a proposed change to their designated project manager prior to making the change or immediately upon receiving notification that the designated project manager is separating employment with the ENGINEER. (3) ENGINEER shall provide resumes to the CITY of the proposed replacement project manager(s), who shall have similar qualifications and experience as the outgoing person, for review and approval. D. Subsurface Investigations (1) The ENGINEER 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 results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. City of Fort Worth, Texas Sendera Ranch GST Standard Agreement for Engineering Related Design Services 105781 Revised Date: 12-08-2023 Page 2 of 15 (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points 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 cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. E. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become 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. F. 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 CITY's construction contractors or 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 all 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 familiar with 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 City of Fort Worth, Texas Sendera Ranch GST Standard Agreement for Engineering Related Design Services 105781 Revised Date: 12-08-2023 Page 3 of 15 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 ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the contract documents. G. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, 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 operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER 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. H. 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 examination 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; or that there are no other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. City of Fort Worth, Texas Sendera Ranch GST Standard Agreement for Engineering Related Design Services 105781 Revised Date: 12-08-2023 Page 4 of 15 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 for any errors or omissions in the information from others that is incorporated into the record drawings. J. 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 (as codified in Chapter 20, Article X of the City's Code of Ordinances, as amended, and any relevant policy or guidance documents), Engineer acknowledges the MBE and WBE goals established for this Agreement and its execution of this Agreement is Engineer's written commitment to meet the prescribed MBE and WBE 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. K. 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) years 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 City of Fort Worth, Texas Sendera Ranch GST Standard Agreement for Engineering Related Design Services 105781 Revised Date: 12-08-2023 Page 5 of 15 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 effect as of the time copying is performed. L. 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. M. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondent superior shall not apply. N. Disclosure 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 interest that develop subsequent to the signing of this contract and prior to final payment under the contract. O. Asbestos or Hazardous Substances (1) 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. P. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or 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, City of Fort Worth, Texas Sendera Ranch GST Standard Agreement for Engineering Related Design Services 105781 Revised Date: 12-08-2023 Page 6 of 15 at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or 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. Q. 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 ENGINEER, 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 CITY'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, or federal authorities; and land, easements, rights -of -way, and access necessary for the ENGINEER's services or PROJECT construction. D. 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 D. City of Fort Worth, Texas Sendera Ranch GST Standard Agreement for Engineering Related Design Services 105781 Revised Date: 12-08-2023 Page 7 of 15 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 work of the ENGINEER or construction contractors. 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 or escape of hazardous substances, contaminants, or 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 (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, 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 no third -party beneficiaries. City of Fort Worth, Texas Sendera Ranch GST Standard Agreement for Engineering Related Design Services 105781 Revised Date: 12-08-2023 Page 8 of 15 (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. 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 ENGINEER, 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. B. 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, or 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. City of Fort Worth, Texas Sendera Ranch GST Standard Agreement for Engineering Related Design Services 105781 Revised Date: 12-08-2023 Page 9 of 15 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 and/or any other similar causes. 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.) 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 document 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 PROJECT's schedule, City of Fort Worth, Texas Sendera Ranch GST Standard Agreement for Engineering Related Design Services 105781 Revised Date: 12-08-2023 Page 10 of 15 commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. 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 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 or any part of this AGREEMENT without the prior written consent of CITY. H. Jurisdiction The law of the State of Texas shall 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. 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., VI.D., 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 all City ordinances and regulations which in any way 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 City of Fort Worth, Texas Sendera Ranch GST Standard Agreement for Engineering Related Design Services 105781 Revised Date: 12-08-2023 Page 11 of 15 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 Construction/No 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. 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 respective 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 Form (1-9). Upon request by CITY, ENGINEER 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 BY ENGINEER, ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ENGINEER, 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" City of Fort Worth, Texas Sendera Ranch GST Standard Agreement for Engineering Related Design Services 105781 Revised Date: 12-08-2023 Page 12 of 15 shall have the meanings ascribed to those terms in Section 808.001 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 Code applies, ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. N. Prohibition on Boycotting Energy Companies ENGINEER acknowledges that in accordance with Chapter 2276 of the Texas Government Code, 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 boycott energy companies; and (2) 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 2276 of the Texas Government Code. To the extent that Chapter 2276 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. O. Prohibition on Discrimination Against Firearm and Ammunition Industries ENGINEER acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, 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. 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 or firearm trade association; and (2) will not discriminate against a firearm entity or City of Fort Worth, Texas Sendera Ranch GST Standard Agreement for Engineering Related Design Services 105781 Revised Date: 12-08-2023 Page 13 of 15 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 constitute but one and the same instrument. 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 City of Fort Worth, Texas Sendera Ranch GST Standard Agreement for Engineering Related Design Services 105781 Revised Date: 12-08-2023 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 Manager. BY: CITY OF FORT WORTH William Johnson (D C 5, 202410:47 CST) William Johnson Assistant City Manager Date-12/05/2024 ATTEST: (� � Jannette Goodall City Secretary 49vonpU 0 4—° o PVa o=d �db �'EXA5o4� Il�nnono4 APPROVAL RECOMMENDED: By: Christopher H rder (Nov 27, 202414:05 CST) Christopher Harder, P.E. Director, Water Department APPROVED AS TO FORM AND LEGALITY 4)� By:Douglas Black (Dec 2, 202417:24 CST) Douglas W Black Sr. Assistant City Attorney Contract Compliance Manager: BY: ENGINEER Kimley-Horn and Associates, Inc. John Atkins, P.E. Vice President Date: 11/27/2024 M&C No.: 24-0998 M&C Date: 11/12/2024 Form 1295 No.: 2024-1221464 By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Z�Ielktl� Dena Jo son, P.E. Project Manager City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services Revised Dale: 12-08-2023 Page 15 of 15 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Sendera Ranch Ground Storage Tank 105781 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 ATTACHMENT A Scope for Enqineerinq Desiqn Related Services for Water Improvements DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 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 needs of the Project. WORK TO BE PERFORMED PROJECT DESCRIPTION: The ENGINEER will assist the City in the preparation of Construction Documents for a proposed 5 Million Gallon (MG) Northside 11 Ground Storage Tank (GST) at the existing Sendera Ranch Pump Station. The site for the proposed ground storage tank has previously been purchased and platted by the City. Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. Survey and Subsurface Utility Engineering Services Task 8. Permitting TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of 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 Team City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 1 of 17 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 • Lead, manage and direct design team activities • Ensure 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 kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct review meetings with the CITY at the end of each design phase task and as required by CITY. • 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 Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE 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. • Prepare Subconsultant agreements and coordinate with Subconsultants throughout the design, bidding, award and construction. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their 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. • Prepare for and attend public meetings. • Personnel and Vehicle Identification: 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. ASSUMPTIONS • 22 MWBE reports will be prepared (design and construction) • 9 meetings with City staff • 8 monthly Water Department progress reports will be prepared City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 2 of 17 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 • 8 monthly project schedule updates will be prepared • 2 public meetings DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Study the project, ■ Identify and develop alternatives that enhance the system, ■ Present (through an Engineering Design Report) these alternatives to the CITY ■ Recommend the alternatives that successfully addresses the design problem, and ■ 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, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. 2.2. The Conceptual Design Package will consist of an Engineering Design Report which shall include the following: • Cover Sheet • Graphic exhibits and written summary of design concept and the rationale for selecting the recommended design concept. City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 3 of 17 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 • Documentation of key design decisions related to: • Hydraulics, Electrical improvements, SCADA improvements, Tank requirements and appurtenances, and Site Improvements • Estimates of probable construction cost. ASSUMPTIONS • 5 copies of the Conceptual Design package will be delivered. Letter Report shall be letter sized and comb- bound with a clear plastic cover. Drawings will be 11x17 size fold outs bound in the report • ENGINEER shall prepare the meeting notes of the Concept 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. DELIVERABLES A. Conceptual Design Package TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. 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 Control Points, 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, 5/8" Iron Rod); 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 line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall voiect easement layout sheet(s) with property owner information. • Overall voiect water lavout sheets. The water layout sheet shall identify the proposed water main improvement/ existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 4 of 17 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 • 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. • Bench marks per 1,000 ft of plan/profile sheet — two or more. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Plan and profile sheets which show the following: proposed water and/or sanitary sewer plan/profile 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 locations, 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. • Plan Sheets will consist of approximately 13 Sheets including: Site Plan, Paving Plan, Grading Plan, Drainage Plan, Yard Piping Plan, Piping Profiles, Tank Plan View, Tank Elevation View, Tank Details, Control Valve Vault and Details, Erosion Control Plan. • The ENGINEER will prepare standard and special detail sheets for water 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, trenchless details, and special service lateral reconnections. 3.2. Project Manual • Preparation of specifications and construction contract documents: • Specifications will include technical specifications for materials and installation of the proposed facilities. The Contract Documents will be based upon the City's standard construction contract documents for public work construction. • The ENGINEER will modify existing City Contract Documents and General Requirements to accommodate a lump sum bid project. • The ENGINEER will prepare special technical specifications for items either not covered by the City of Fort Worth's Standards, or where the City of Fort Worth's Standards need to be modified to meet the requirements of the project. 3.3 Geotechnical Investigation • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. A Geotechnical Report will be prepared summarizing the insitu material characteristics and recommendations for construction of the ground storage tank. 3.4. Constructability Review City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 5 of 17 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and 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. 3.5. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water 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 utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in eBuilder for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. 3.6. Traffic Control Plan • Traffic Control Plans will not be prepared for this project. ASSUMPTIONS • 1 public meeting(s) will be conducted or attended during the preliminary design phase. • 1 boring at a depth of 35 feet and 4 borings at an average bore depth of 25 feet each will be provided. • 5 sets of 11x17 size plans will be delivered for the Preliminary Design (60% design). • 2 sets of specifications will be delivered for the Preliminary Design (60% design). • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • 1 sets of PDF drawings will be delivered on E Builder for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 6 of 17 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 DELIVERABLES A. Preliminary Design drawings and specifications B. Utility Clearance drawings C. Opinions of probable construction cost D. Data Base listing names and addresses of residents and businesses affected by the project. TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. • Submit plans to appropriate regulatory agencies: TCEQ and City for review. ASSUMPTIONS • Bid Proposal Form will be prepared for Lump Sum type bidding • 5 sets of 11 x17 size drawings and 2 sets of specifications will be delivered for the 90% Design package. • A PDF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in E Builder. • 5 sets of 11 x17 size drawings and 5 specifications will be delivered for the 100% Design package. • A PDF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in E Builder. • GST construction will be AWWA D110 Type III (Precast, Prestressed Concrete). Special prequalification of contractors is not required. • Estimated Plan Sheets: • Cover Sheet City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 7 of 17 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 • Control Sheet • Water Layout Sheet • Plan Sheets • Site Plan • Paving Plan • Grading and Drainage Plan • Yard Piping Plan • Piping Profiles • Tank Plan View • Tank Elevation View • Tank Details • Control Valve Vault, Structural & Details • Details 1 • Details 2 • Details 3 • Details 4 - Connections • Erosion Control Plan • Electrical Sheets (7) DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 8 of 17 5.2 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 • The ENGINEER shall upload all plans and contract documents onto E Builder for access to potential bidders. • Contract documents shall be uploaded in a .xIs file. Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to E Builder in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on E Builder from documents sold and from Contractor's uploaded Plan Holder Registrations in E Builder. The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's E Builder folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto E Builder and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on E Builder. • Incorporate all addenda into the contract documents and issue conformed sets. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 9 of 17 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 • 5 sets of construction documents will be sold to and made available on eBuilder for plan holders and/or given to plan viewing rooms. • 10 sets of 11x17 size and 5 sets of 22x34 size drawings plans and 10 specifications will be held at Engineer's office for selling to bidders. • 5 sets of 11 x17 size and _5_ sets of 22x34 size drawings plans and 5 specifications (conformed, if applicable) will be delivered to the CITY. • PDF files will be uploaded to E Builder. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents (conformed, if applicable) TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall assist the City with project communications and documentation as required by tasks below on the City's E Builder site, including meeting notes, site observation notes, shop drawing submittals and responses, RFIs and RFI responses. • The ENGINEER shall attend the preconstruction conference. • After the pre -construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • Prepare and distribute Meeting Notes. • Visits to Site and Observation of Construction. ENGINEER will provide on -site construction observation services during the construction phase. ENGINEER will make visits at intervals as directed by Client in order to observe the progress of the Work, up to fourteen (14). Such visits and observations by Consultant are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation of the Work based on ENGINEER's exercise of professional judgment. Based on information obtained City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 10 of 17 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 during such visits and such observations, Consultant will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and ENGINEER will keep Client informed of the general progress of the Work. The purpose of ENGINEER's site visits will be to enable ENGINEER to better carry out the duties and responsibilities specifically assigned in this Agreement to ENGINEER, and to provide Client a greater degree of confidence that the completed Work will conform in general to the Contract Documents. ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and programs incident to Contractor's work, nor for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the Work. Accordingly, ENGINEER neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. • Clarifications and Interpretations. ENGINEER will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to Client as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by Client. • Change Orders. ENGINEER may recommend Change Orders to Client and will review and make recommendations related to Change Orders submitted or proposed by the Contractor. Shop Drawings and Samples. ENGINEER will review and approve or take other appropriate action in respect to Shop Drawings and Samples and other data which Contractor is required to submit, but only for conformance with the information given in the Contract Documents. Such review and approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs. • Substitutes and "or -equal." Evaluate and determine the acceptability of substitute or "or -equal" materials and equipment proposed by Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of state or local government entities. Inspections and Tests. ENGINEER may require special inspections or tests of Contractor's work as ENGINEER deems appropriate and may receive and review certificates of inspections within ENGINEER's area of responsibility or of tests and approvals required by laws and regulations or the Contract Documents. ENGINEER's review of such certificates will be for the purpose of determining that the results certified indicate compliance with the Contract Documents and will not constitute an independent evaluation that the content or procedures of such inspections, tests, or approvals comply with the requirements of the Contract Documents. ENGINEER shall be entitled to rely on the results of such tests and the facts being certified. City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 11 of 17 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 Disagreements between Client and Contractor. ENGINEER will, if requested by Client, render written decision on all claims of Client and Contractor relating to the acceptability of Contractor's work or the interpretation of the requirements of the Contract Documents pertaining to the progress of Contractor's work. In rendering such decisions, ENGINEER shall be fair and not show partiality to Client or Contractor and shall not be liable in connection with any decision rendered in good faith in such capacity. Applications for Payment. Based on its observations and on review of applications for payment and accompanying supporting documentation, ENGINEER will determine the amounts that ENGINEER recommends Contractor be paid. Such recommendations of payment will be in writing and will constitute ENGINEER's representation to Client, based on such observations and review, that, to the best of ENGINEER's knowledge, information and belief, Contractor's work has progressed to the point indicated and that such work -in -progress is generally in accordance with the Contract Documents subject to any qualifications stated in the recommendation. In the case of unit price work, ENGINEER's recommendations of payment will include determinations of quantities and classifications of Contractor's work, based on observations and measurements of quantities provided with pay requests. By recommending any payment, ENGINEER shall not thereby be deemed to have represented that its observations to check Contractor's work have been exhaustive, extended to every aspect of Contractor's work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to ENGINEER in this Agreement. It will also not impose responsibility on ENGINEER to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, nor to determine that title to any portion of the work in progress, materials, or equipment has passed to Client free and clear of any liens, claims, security interests, or encumbrances, nor that there may not be other matters at issue between Client and Contractor that might affect the amount that should be paid. Substantial Completion. ENGINEER will, promptly after notice from Contractor that it considers the entire Work ready for its intended use, in company with Client and Contractor, conduct a site visit to determine if the Work is substantially complete. Work will be considered substantially complete following satisfactory completion of all items with the exception of those identified on a final punch list. If after considering any objections of Client, ENGINEER considers the Work substantially complete, ENGINEER will notify Client and Contractor. Final Notice of Acceptability of the Work. ENGINEER will conduct a final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents and the final punch list so that ENGINEER may recommend, in writing, final payment to Contractor. Accompanying the recommendation for final payment, ENGINEER shall also provide a notice that the Work is generally in accordance with the Contract Documents to the best of ENGINEER's knowledge, information, and belief based on the extent of its services and based upon information provided to ENGINEER upon which it is entitled to rely. City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 12 of 17 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 • Limitation of Responsibilities. ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. ENGINEER shall not have the authority or responsibility to stop the work of any Contractor. • The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list 6.2 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original, red -lined drawings shall be returned to the CITY with the mylars. PDF files shall be uploaded to the project's Record Drawings folder in E Builder. ASSUMPTIONS • 5 RFI's are assumed. • 2 Change Orders are assumed • 75 Shop Drawings reviews are assumed • 14 Site Observation Visits are assumed. • 14 Application for Payment Requests are assumed. • One PDF copy of full size (11 "x17") plans will be delivered to the CITY. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 13 of 17 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings on PDF TASK 7. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 7.1 Design Survey • ENGINEER 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, rim/invert elevations, location of buried utilities, structures, trees (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 minimum survey information to be provided on the plans shall include the following: - 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, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of 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 bench marks, per line or location. - Bearings given on all proposed centerlines, or baselines. - Station equations relating utilities to paving, when appropriate. City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 14 of 17 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 • Prior to entering property, the ENGINEER shall prepare and submit Temporary Right of Entry for landowners to CITY PM. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's eBuilder site. 7.2 Subsurface Utility Engineering • The SUE shall be performed in accordance with Cl/ASCE 38-02. • Level A - Location (Test Hole) Services: Locating the horizontal and vertical position of the utility by excavating a test hole using vacuum excavation techniques and equipment. In performing locating (test hole) services ENGINEER will: a.) Excavate Three (3) test holes to expose the utility to be measured in such a manner that insures the safety of the excavation and the integrity of the utility to be measured. Excavations will be performed using specially developed vacuum excavation equipment that is non- destructive to existing facilities. If contaminated soils are discovered during the excavation process, the ENGINEER will notify the CITY. Obtain x,y and Z information at each test hole. Level B - Location of underground utilities by obtaining two-dimensional (x,y) information obtained through the application and interpretation of non- destructive surface geophysical methods will be performed for the 2-acre site. ASSUMPTIONS • Topographic survey at intersection will include no more than 100 ft. in each direction. • 3 Level A SUE locations • 1 Level B SUE for 5-acre site DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. C. Level A and B SUE documentation TASK 8. PERMITTING. 8.1 Stormwater Management Plan • For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 15 of 17 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. • For projects that disturb an area greater than one-half (1/2) acre, the Engineer will prepare the application for the Grading Permit to include a Stormwater Management Plan; and iSWM plan submital. • The Stormwater Management Plan, iSWM plan, and Grading Permit services will consist of a downstream assessment to determine the capacity of the receiving system, calculations to determine the on -site existing and proposed flows, and coordination with T/PW staff for a streamlined approval of the inter -department agreement. • Preparations for documents or design plans required for the execution of a Storm Water Facilities Maintenance Agreement for on -site or off -site improvements will be considered additional services. 8.2 Building Permit • The ENGINEER will submit an application for building permit (if required) and will prepare exhibits as necessary for obtaining the permit. 8.3 TCEQ The ENGINEER will submit an Engineering Report, Plans, and Specifications to TCEQ for review in accordance with TCEQ requirements. • The Application for review shall include the following items: • Water Storage Tank Construction Checklist • Minimum capacity of the tank as designated in the Water System Master Plan • Engineering Report • Plans and Specifications meeting the Water Storage Tank Construction Checklist ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existinq 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 both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition including temporary right -of -entries. • Services related to development of the CITY's project financing and/or budget. City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 16 of 17 ATTACHMENT A DESIGN SERVICES FOR SENDERA RANCH 5MG GROUND STORAGE TANK CITY PROJECT NO.: 105781 • Services related to disputes over pre -qualification, bid protests, bid rejection and re- bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to 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 after final completion. • Services related to submitting for permits (ie.TxDOT, railroad, etc...) • Services related to Survey Construction Staking • Services related to acquiring real property including but not limited to easements, right- of-way, and/or temporary right -of -entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth, Texas Attachment A Modified September 30, 2024 Page 17 of 17 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Design Services for Sendera Ranch Ground Storage Tamk City Project No. 105781 Lump Sum Project Compensation A. The ENGINEER shall be compensated a total lump sum fee of $679,146.00 as summarized in Exhibit B-1 — Engineer Invoice and Section IV — Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports 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. ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Prime Consultant Kimley-Horn and Conceptual Design, Associates, Inc. Preliminary Design, Final Design, Permitting, Bidding, and CCA Proposed MWBE Sub -Consultants Gorrondona & Survey Associates The Rios Group Subsurface Utility Engineering JQ Infrastructure Structural Design Jupitex QA/QC Non-MWBE Consultants CMJ Engineering Geotechnical Engineering Project Number & Name City MWBE Goal = 12.64% City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 3 of 4 TOTAL Fee Amount % $555,863 81.84% $17,555 2.58% $22,650 3.34% $67,000 9.87% $7,378 1.09% $8,700 1.28% $679,146 100% Total Fee MWBE Fee MWBE % $679,146 $114,583 17.06% Consultant Committed Goal = 17.06 % Professional Services Invoice Project Manager: IDenaJohnson Project: 1105781 Sendera Ranch Ground Storage Tank City Project #: 1 City Sec Number: Company Name: IKimley-Horn and Associates, Inc. Supplier's PM: Kyle Walden, P.E. Supplier Invoice #: Payment Request #: Service Date:From Service Date:To Invoice Date: Summary Supplier Instructions: Fill in green cells including Invoice Number, From and To Dates and the included worksheets. When your Invoice is complete, save and close, start eBuilder and Add your invoice to the Consultant folder within Project's folder. email: kyle.welden@kimley-horn.com Office Address 801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Telephone: 817-335-6511 Fax: fax Remit Address', P.O. Box 951560, Dallas, TX 75395 - 1640 Sheet FID and Work Type Description Work Type 1 Water Work Type 2 Work Type 3 Work Type 4 Work Type 5 Work Type 6 Agreement LTD Agreement Amendment Amount to Completed Percent ($) Invoiced Current Remaining Amount Amount Date Amount Spent Previously Invoice Balance $679,146.00 $679,146.00 $679,146.00 Totals This Invoice $679,146.00 $679146.00 $679,146.00 Overall Percentage Spent: EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Professional Services Invoice Project Manager: Dena Johnson Project: Sendera Ranch Ground Storage Tank City Project M 105781 Work Type Desc: lWater supplier Instructions: FID: City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Quanities Purchase Order: When your Invoice is complete, save and close, start eBuilder and Add your invoice to the Consultant folder within Project's folder. Name' Kimley-Horn and Associates, Inc. Supplier's PM: Kyle Welden, P.E. email: kyle.welden@kimley-horn.com Supplier Invoice M Kyle Welden, P.E. Office Address 801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Payment Request M Telephone: 817-335-6511 Service Date:From Fax: fax Service Date:To Invoice Date: Remit Address, P.O. Box 951560, Dallas, TX 75395 - 1640 Pay Items Agreement LTD Agreement Amendment Amendment Amount to Completed Description Amount Number Amount Date Amount 30 - Design $679,146.00 $679,146.00 Totals This Unit: $679,146.00 $679,146.00 Overall Percentage Spent: Percent ($) Invoiced Spent Previously Current Remaining Invoice Balance $679,146.00 $679,146.00 EXHIBIT B-2 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for Sendera Ranch Ground Storage Tank City Project No. 105781 Task No. Labor (hours) -Total Labor Cost Ex sense Task Description Principal Project Manager Project Engineer EIT Administrative Subconsultant Travel Rate $380 $36Q $300 $25Q $155 MWBE Non-MWBE 1.0 Project Management 21 54 30 26 16 s 44,660 $0 $6 1.1 Managing the Team (6 months) $ - 1.1 2 QA/QC $ - 1.2 C-Mmun. bons gr��2eP9Jti1 1 12 Iu $ 8,460 1.2.1 Pre-Des;Sono llna on ee ng 2 2 2 2 $ 2,580 1.2.2 Design Submittal Review Meetings 8 8 8 8 $ 10,320 1.2.3 Prepare Baseline Schedule 6 2 $ 2,760 124 Prepare Monthly Progress Reports with Schedule 10 4 10 $ 6,350 1.2.&Prepare Monthly MBQE/SBE Reports 4 6 $ 3,090 i'lgeegiMgeetings 4 4 4 1.2.7 Pepare and al�en�Pu�lic 4 $ 5�96�(1 2.0 Conceptual Design(30-Percent) 8 21 48 94 4 s 49,840 $ - $ - $ 2.1 Data Collection 1 3 4 $ 2,260 2.2 Conceptual Design Package (Engineering Report) x 4 $ 3,660 2.2.1 Cover Sheet 1 2 $ 800 2.2.1 Site graphic exhibits 6 14 24 $ 11,760 2.2.2�Hydraulic Considerations 4 8 16 $ 7,840 2.21IIElectrical/ SCADA Improvements 2 4 8 $ 3,920 2.2.*rank Requirements 6 12 24 $ 11,760 2.2.ftite Improvements 4 8 16 $ 7,840 3.0 Prellmina%Deal (60 Percent) to 37 94 179 4 s 91,820 $ 3,689 $8,700 $ 3.1 Preliminary Design Package s 4 4 $ 4,160 3.1.1 Cover 1 2 $ 800 3.1.2 Project Control Sheet 2 4 $ 1,600 3.1.3 Tank Site Plan 1 6 16 $ 6,160 3.1.4 Yard Piping Plan and Profile 2 6 16 $ 6,520 3.1.5 Ground Storage Tank Plan and Sections 4 11 24 $ 11,040 3.1.6 Details 4 12 24 $ 11,040 3.1.7 Electrical Sheets(15) 4 12 2S $ 11,290 3.2 Project Manual 4 4 $ 2,140 3.2.1 Table of Contents 4 4 10 $ 5,140 3.2.2 City Modified Tech Specs 2 4 8 $ 3,920 3.2.3 Ground Storage Tank Spec 2 4 8 $ 3,920 3.2.4 Electrical Specs 4 12 24 $ 11,290 3.3 Geotechnical Investigation 4 4 $ 2,640 $8,700 CMJ 3.4 Constructability, Review 4 $ 1,520 3.5 Utility Clearance 4 8 $ 3,200 3.6 Quantities/OPCC 2 4 8 $ 3,920 3.7 CA/QC 4 $ 1,520 $ 3,68V Juptex 4.0 Final Design 14 56 84 16Q 4 $ 91,300 $53689 $- 4 1 Final Draft (90%Construction Plans and 4 4 4 $ 4160 Specifications 4.1.1 Cover 1 2 $ 800 4.1.2 Project Control Sheet 1 2 $ 800 4.1.3 Tank Site Plan 2 4 8 $ 3,920 4.1.4 Yard Piping Plan and Profile 2 4 8 $ 3,920 i ou,uuu uu1 Inrrastrumure 4.1.5 Ground Storage Tank Plan and Sections 4 6 12 $ 6,240 4.1.6 Details 4 6 12 $ 6,240 4.1.7 Electrical Sheets (15) 4 10 20 $ 9,440 4.1.9 Erosion Control Plans 2 4 8 $ 3,920 4.2 Project Manual 4 $ 1,520 4.2.1 Table of Contents 1 2 4 $ 1,960 4.2.2 City modified Tech Specs 4 6 12 $ 6,240 4.2.3 Ground Storage Tank Spec 4 6 12 $ 6,240 4.2.4 Electrical Specs 4 8 20 $ 8,840 4.3 Public Meeting Prep/Exhibits 1 2 2 2 4$ 3,200 4.4 Final (100%) Plans and Specifications S 10 20 $ 9,800 4.5 Project Decision Logs (90% and 100% 2 2 2 $ 1,820 4.6 Final Quantities/OPCC 4 8 16 $ 7,840 4.7 QA/QC 4 8 $ 4,400 s 3,66Y Juprtex Reproduction $(f $Q $1,10 Total Expense Task Sub Total Cost 0 $0 $ 44,"0 $ $ 8,460 $ $ 2,580 $ $ 10,320 $ $ 2,760 $ $ 6,350 $ $ 3,090 $ $ 5,940 $ $ 5,160 $ $ 49,840 $0 $ 2,260 $0 $ 3,660 $0 $ 800 $ $ 11,760 $0 $ 7,840 $0 $ 3,920 $0 $ 11,760 $0 $ 7,840 $12,389 $ 104,209 $0 $ 4,160 $0 $ 800 $0 $ 1,600 $� $ 6,160 $0 $ 6,520 $ $ 11,040 $0 $ 11,040 $0 $ 11,290 $0 $ 2,140 $0 $ 5,140 $0 $ 3,920 $0 $ 3,920 $0 $ 11,290 $8700 $ 11,340 $0 $ 1,520 $� $ 3,200 $0 $ 3,920 $368 $ 5,209 I $5478 s 146,089 $0 $ 4,160 $0 $ 800 $0 $ 800 $0 $ 3,920 $50000 $ 53,920 $0 $ 6,240 $0 $ 6,240 $0 $ 9,440 $0 $ 3,920 $0 $ 1,520 $0 $ 1,960 $0 $ 6,240 $0 $ 6,240 $0 $ 8,840 $0 $ 3,200 0 $1100 $ 10,900 $0 $ 820 $0 $ 7,840 $368 I $ 8,089 5.0 Bid Phase 4' 13 26 49 12 $28,110 $2000' $0 $0 $1,400 $3400 $ 31,510 5.1 Bid Support 4 $ 1,520 i e,wJ dut mrraswumure $2,000 $ 3,520 5.1.f Upload Documents to City Site 1 $ 800 $0 $ 800 .5.1.2 Hold Contract Documents and Maintain 1 2 2 8$ 2,700 $0 $ 2,700 Plan Holders List 5.1.3,lssue Addenda/Answer Questions 6 12 24 $ 11,760 $0 $ 11,760 5.1.4kPrep/Attend Bid Opening f 1 1 $ 910 $0 $ 910 5.1.f-Tabulate Bids and Recommend Award 1 2 4 $ 1,960 $0 $ 1,960 5.2 Conformance Does 4 8 16 4 $ 8,460 $1,40$1,400 $ 9,860 6.0 Construction Phase Services 49 116 167 298 3 $185,449 $15000 $0 $0 $600 $15600 $ 201,045 6.1 Construction Support $ - eu $600 $ 600 Prepare/Attend PreconsWction $0 6.1.1 Conference 4 4 4 4 $ 5,160 $ 5,160 6.1.2 Prepare Exhibits for Public Meeting 4 4 8 3 $ 5,105 $0 $ 5,105 6.1.3, Site Visits (Monthly, up to 14) 28 28 28 28 $ 36,120 $0 $ 36,120 6.1.41CIarhfications/Interpretations/RFI (5) S 10 20 40 $ 21,500 $0 $ 21,500 6.1.9'Change Orders (2) 8 16 32 $ 15,680 $0 $ 15,680 6.1.6 Shop Drawing Review and Log (75) 10 50 7S 150 $ 81,800 4,1o,uuli du1 mrrasinumure $15.000 $ 96,800 6.1.7 Substitutions 4 4 d $ 3,920 $0 $ 3,920 6.1.8 Final Walk Through Visit/Punch List 2 4 4 4 $ 4,400 $0 $ 4,400 6.2 Record Drawings/As Built 6 12 24 $ 11,760 $0 $ 11,760 7.0 survey 0 6 0 6 0 $6 $40,205 s6 $6 $ $40,205 $ 40,205 7.1 Design Survey $ - $17,555 Gorrondona $1755 $ 17,555 7.2 SUE (Level B and 3 test holes) $ - $22,650 Rios $22650 $ 22,650 8.0 Permitting 0 14 20 48 4 $23,660 $0 $ - $0 $600 $ 600 $ 24,260 8.1 Stormwater Management/ Grading Permit 8 8 16 2 $ 9,590 eu $600 $ 10,190 8.2 Building Permit 4 6 14 1 $ 6,395 $0 $ 6,395 8.3 TCEQ 2 6 20 1 $ 7,675 $0 $ 7,675 9.0 Additional Services 0 6 0 6 0 $25,006 $0 s6 $6 $ $0 $30,000 9.1 Additional Services Totals) 11`( 3131 4661 8471 471 $539,8351 $114,5831 $8,706i $6I $3,70 1 $126,98 ( $671,818 Project Summary Total Hours 1,787 Total Labor $539,835 Total Expense $126,983 MBE/SBE Subconsultant $114,583 Non-MBE/SBE Subconsultant $8,700 10% Sub Markup $12,328 MBE/SBE Participation 17% Total Project Cost $679,146 Exhibit B-3 CPN 105781 Kimley-Horn and Associates, Inc. Client: City of Fort Worth Project: Sendera Ranch Ground Storage Tank KHA No.: IlTitle: Summary Project Description Sendera Ranch Ground Storaqe Tank Yard Piping Site Improvements Ground Storage Tank Basis for Cost Projection: 0 No Design ❑ Preliminary Design ❑ Final Design Opinion of Probable Construction Cost Date: 101312024 Prepared By: KLW Checked By: JRT 11 Total I $1,622,500 $126,407 $5, 903, 020 Ground Storage Tank Subtotal: $8,041,927 15% Contingencv (+/-) $1,258,073 Ground Storaqe Tank Grand Total: $9,300,000 This total does not reflect engineering or technical services. The Engineer 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 familiar 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. KAFTW_Marketing\Fort_Worth\2024_FWWD-RFP2024A_ES2&Marys\_Sendera Ranch GST\PPP\PreNTP\OPCC\2024-10- 03_SenderaRanch_OPCC.xls Kimley-Horn and Associates, Inc. Opinion of Probable Construction Cost E ent: City of Fort Worth Date: 10/3/2024 Project: Sendera Ranch Ground Storage Tank Prepared By: KLW A No. 0 Checked By: JRT Title: Sendera Ranch Ground Storage Tank 11 11 Line No. I Description I I Quantity I Unit I Unit Price Cost Yard Piping 2 42" AWWA C200 Steel Inlet Pipe and Fittings 250 LF $1,700.00 $425,00 3 66" AWWA C200 Steel Inlet Pipe and Fittings 250 LF $2,100.00 $525,000 4 42" Actuated Butterfly Valve and Vault 1 EA $275,000.00 $275,000 5 66" Actuated Butterfly Valve and Vault 1 EA $350,000.00 $350,000 6 Trench Safety 500 LF $5.00 $2,500 7 Connection to Existing 42" Water Line 1 EA $25,000.00 $25,000 8 Connection to Existinq 66" Water Line 1 EA $20,000.00 $20,000 Yard Piping Subtotal: $1,622,500 Site Improvements 9 SWPPP 1 LS $15,000.00 $15,000 10 Site Grading 1 LS $50,000.00 $50,000 11 Concrete Paving 230 SY $115.00 $26,407 12 Erosion Control 1 LS $25,000.00 $25,000 13 Rock Rip Rap 50 SY $200.00 $10,000 Site Improvements Subtotal: $126,407 Ground Storage Tank 14 5.0 MG Ground Storage Tank and Foundation 1 LS $5,250,000.00 $5,250,006 15 Unclassified Excavation 6,717 CY $20.00 $134,340 16 Select Fill 6,717 CY $30.00 $201,510 17 Soil Removal 6,717 CY $10.00 $67,170 18 Electrical and SCADA 1 LS $250,000.00 $250,000 Ground Storage Tank Subtotal:11 $5,903,020 ❑� No Design ❑ Preliminary Design ❑ Final Design This total does not reflect engineering or technical services. 11 Ground Storage Tank Subtotal: 1$8,041,927J 11 % Contingency (+/-) % 15 $1,258,073 11 Ground Storage Tank Grand Total: 1$9,300,000i The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over K:\FTW_Marketing\Fort_W orth\2024_FW W D-RFP2024A_ES2&Marys\_Sendera Ranch GST\PPP\PreNTP\OPCC\2024-10-03_SenderaRanch_OPCC.xls ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for SENDERA RANCH GROUND STORAGE TANK City Project No. 105781 No modifications to the Standard Agreement are necessary for this project. City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page I of I ID ID Task Task Name Duration Start Finish Mode 1 1 Sendera Ranch Ground Storage 500 days Fri 9/27/24 Thu 9/17/26 Tank 2 2 Project Planning 0 days Fri 9/27/24 Fri 9/27/24 3 3 ■ Project Start 0 days Fri 9/27/24 Fri 9/27/24 4 4 Project Agreement 31 days Fri 9/27/24 Fri 11/8/24 5 5 Select Consultant/Negotiate 8 days Fri 9/27/24 Tue 10/8/24 Fee & Scope 6 6 M&C Process - Design 14 days Wed 10/9/24 Mon 10/28/24 7 7 Award Agreement - Design 1 day Tue 10/29/24 Tue 10/29/24 8 8 Agreement Execution 8 days Wed 10/30/24 Fri 11/8/24 9 9 Design 86 days Fri 11/8/24 Tue 3/18/25 10 10 0 30%Conceptual Design 28 days Fri 11/8/24 Fri 12/20/24 11 11 0 Issue Design Notice to 0 days Fri 11/8/24 Fri 11/8/24 Proceed 12 12 0 Design Kick -Off Meeting 1 day Mon 11/11/24 Mon 11/11/24 with City 13 13 0 Data Collection '2 days 'rue 11/12/24 Wed 11/13/24 14 14 0 Prepare Sub Contracts '2 days 'rue 11/12/24 Wed 11/13/24 15 15 Design Survey 25 days Thu 11/14/24 Fri 12/20/24 16 16 Field Survey 15 days 'Thu 11/14/24 Fri 12/6/24 17 17 Submittal to KH 30 days Mon 12/9/24 Fri 12/20/24 18 18 30% Conceptual Design 16 days Thu 11/14/24 Mon 12/9/24 Report 19 19 Site Layout 5 days Thu 11/14/24 Wed 11/20/24 20 20 Prepare Site Exhibits 5 days Thu 11/21/24 Wed 11/27/24 21 1 Site Visit with City 1 day Mon 12/2/24 Mon 12/2/24 22 2 Hydraulic Review 5 days 'Thu 11/14/24 Wed 11/20/24 23 3 Prepare OPCC 1 day Tue 12/3/24 'Tue 12/3/24 24 4 0 Prepare Conceptual 5 days 'rue 12/3/24 Mon 12/9/24 Report 25 25 Submit 30%Conceptual 1 day Tue 12/10/24 Tue 12/10/24 Design Report 26 6 7 Review Conceptual Report 5 days Wed 12/11/24 'Tue 12/17/24 (CFW( 27 27 Incorporate Comments and 2 days Wed 12/18/24 Thu 12/19/24 Submit Revised Report 28 28 Design Review Meeting 1 day Fri 12/20/24 Fri 12/20/24 29 29 Conceptua l Design 0 days Fri 12/20/24 Fri 12/20/24 Complete 30 30 7 60% Preliminary Design 29 days Mon 12/23/24 Wed 2/5/25 31 31 Prepare 60% Preliminary 25 days Mon 12/23/24 Thu 1/30/25 Plans and Specifications 32 32 Set up General Sheets 5 days Mon 12/23/24 Tue 12/31/24 33 33 Site and Tank Layout 5 days Thu 1/2/25 Wed 1/8/25 34 34 Grading and Drainage 5 days Thu 1/9/25 Wed 1/15/25 Sheets 35 5 Detail Sheets 5 days 'Thu 1/9/25 Wed 1/15/25 36 36 Electrical Sheets 5 days Thu 1/9/25 Wed 1/15/25 37 37 Final Geotech 15 days Thu 1/9/25 Thu 1/30/25 38 38 KH QC and Revisions 5 days Thu 1/16/25 Thu 1/23/25 39 39 Preliminary 5 days Thu 1/16/25 Thu 1/23/25 Specifications 40 40 60%OPCC '2 days 'Thu 1/16/25 Fri 1/17/25 41 41 60% Preliminary Plan and 0 days Fri 1/17/25 Fri 1/17/25 Specification Submittal 42 42 Submit 60% Plans and 1 day iue 1/21/25 'Tue 1/21/25 Specifications for Utility Clearance 43 43 0 Review 60% Preliminary 5 days Wed 1/22/25 'rue 1/28/25 Plans and Specifications (CFW( 44 44 Hold Public Meeting- 1 day Wed 1/29/25 Wed 1/29/25 Design 45 45 Incorporate Comments and 5 days Thu 1/30/25 Wed 2/5/25 Submit Revised Preliminary Design Drawings 46 46 Preliminary Design 0 days Wed 2/5/25 Wed 2/5/25 Complete Successors Predecessors 6 7 S 8 6 9,11 7 B 12 8 13,14 11 19,22 12 15 12 14 17 16 20 13 21 19 '23,24 ZO 13 Z1 '25 Zl 26 24 '27 Z5 28 26 29 27 32 28 33 29 34,35,36,37 32 69 33 33 39,40,38 33 33 36 36 41 36 48,42 40 43 41 44 42 45 43 46 44 49,70 45 % Complete Attachment D CPN 105781 Sendera Ranch Ground Storage Tank September October November I December January FebmaryTard, Apnl May June Juty Augurt September Ocober November December January February Mardi Apnl May June luty Augurt September BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BIMIE BM 0% 0% ♦ W27 0% ♦ 1 /27 0% 0% 0% 0% 0% 0% T 0% 0% 11/8 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% I 0% 0% 0% 0% 0% F 0% j 1Z/20 0% 0% 0% 0% 0% 0% 0% Project Attachment Task Milestone ♦ Pi -Summary �� Inactive West— Manual Task Manual Summary Rollup Start -only C E..,nal Tasks Deadline ♦ Manual Progress Date: Fri 10/4/24 Split ............. Summary f-----------1 Inacve Task Inactive Summary o o Du.b.n-only Manual Summary Fnish-only 3 Extemal Westane ♦ Progress Page 1 ID 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 83 84 85 86 87 88 89 90 91 92 93 94 k Name Duration Start Finish Successors Predecessors %Complete 90% Final Design 29 days Thu 2/6/25 Tue 3/18/25 Prepare 90% Final Plans 13 days Thu 2/6/25 Mon 2/24/25 41 and Specifications Cover/Layout Sheets 3 days Thu 2/6/25 Mon 2/10/25 50,51,52,54,55,56 46 General Notes/Specific 5 days Tue 2/11/25 Mon 2/17/25 49 Notes Site Layout Sheets 2 days Tue 2/11/25 Wed 2/12/25 53 49 Tank Layout and Detail 5 days Tue 2/11/25 Mon 2/17/25 49 Sheets Grading and Drainage 5 days Thu 2/13/25 Wed 2/19/25 51 Sheets Detail Sheets 5 days Tue 2/11/25 Mon 2/17/25 49 Electrical Sheets 5 days Tue 2/11/25 Mon 2/17/25 57 49 90% Specifications 5 days Tue 2/11/25 Mon 2/17/25 49 90% OPCC 5 days Tue 2/18/25 Mon 2/24/25 58 55 90% Final Plan and 0 days Mon 2/24/25 Mon 2/24/25 59 57 Specification Submittal Submit 90% Plans and 1 day Tue 2/25/25 Tue 2/25/25 60 58 Specifications to Utilities Review 90% Final Plans and 5 days Wed 2/26/25 Tue 3/4/25 61 59 Specifications (CFW) Hold Project Meeting 1 day Wed 3/5/25 Wed 3/5/25 62 60 Incorporate Final 2 days Thu 3/6/25 Fri 3/7/25 63 61 Comments and Submit Final Plans and Specifications Approve Final Plans and 5 days Mon 3/10/25 Fri 3/14/25 64 62 Specifications and Route for Signatures Design Complete 0 days Fri 3/14/25 Fri 3/14/25 65,66 63 Establish MWBE Goal 2 days Mon 3/17/25 Tue 3/18/25 64 Prepare Bid Package 2 days Mon 3/17/25 Tue 3/18/25 75,73,74 64 Permitting 44 days Thu 1/16/25 Wed 3/19/25 Grading Permit 20 days Thu 1/16/25 Thu 2/13/25 Site and Drainage 20 days Thu 1/16/25 Thu 2/13/25 34 TCEQ 30 days Thu 2/6/25 Wed 3/19/25 46 Construction 323 days Tue 3/18/25 Thu 6/25/26 Project Management 1day Wed 3/19/25 Wed 3/19/25 Construction Project 1 day Wed 3/19/25 Wed 3/19/25 66 Management Construction Advertisement 28 days Tue 3/18/25 Fri 4/25/25 66 Advertisement 0 days Tue 3/18/25 Tue 3/18/25 77,76 66 Advertisement Period 27 days Thu 3/20/25 Fri 4/25/25 75 Bid Advertisement 0 days Thu 3/20/25 Thu 3/20/25 78 75 Advertisement Period 20 days Thu 3/20/25 Wed 4/16/25 79 77 Hold Pre -Bid Meeting 1 day Thu 4/17/25 Thu 4/17/25 80 78 Issue Addenda (As 5 days Fri 4/18/25 Thu 4/24/25 81 79 Needed) Bid Opening 0 days Thu 4/24/25 Thu 4/24/25 82 80 Review Bids - Bid 1 day Fri 4/25/25 Fri 4/25/25 83 81 Tabulations and Select Contractor MWBE Documentation 8 days Mon 4/28/25 Wed 5/7/25 84 82 M & C Process 15 days Thu 5/8/25 Thu 5/29/25 85 83 Contract Execution 5 days Fri 5/30/25 Thu 6/5/25 86 84 Pre -Construction Activities 5 days Fri 6/6/25 Thu 6/12/25 88 85 Construction Contract 262 days Fri 6/13/25 Thu 6/25/26 Notice to Proceed for 1 day Fri 6/13/25 Fri 6/13/25 89 86 Construction Construction Phase Start 1 day Mon 6/16/25 Mon 6/16/25 90,91,92 88 Construction 260 days Tue 6/17/25 Thu 6/25/26 93 89 Material/Soil testing 260 days Tue 6/17/25 Thu 6/25/26 89 Inspection 260 days Tue 6/17/25 Thu 6/25/26 89 Closeout 40 days Fri 6/26/26 Thu 8/20/26 94 90 Acceptance 20 days Fri 8/21/26 Thu 9/17/26 93 September C B MIE 0% 0% 0%I 0%1 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0%I 0% 0% 0% 0% 0%I 0%I 0%I 0%I 0%I 0%I 0%I 0% 0% 0%I 0%I 0%I 0% 0%I 0% 0% 0% 0% 0% 0% 0% 0%I 0% 0%I 0%I 0% 0% 0% 0% Attachment D CPN 105781 Sendera Ranch Ground Storage Tank ctobNovember2026 2026 er December January February Mardi Apra May June Juty August (September ORober November December January February Mardi Apnl May June luty August September I�M E BM E BM E BIMIE rB A E B ME BM E BM E BA E B M�E BlA E B M I E BIMIE B I M I E B I M I E B I M I E BIMIE B I M I E B I M I E B I M I E B I M I E BIMIE B I M I E B I M I 1■ 1 1■ 1 12,24 j 3/14 1 IF 1 1 j' 3/18 i� 3/� , Project Attachment D Sendera Task Milestone ♦ Pr ject Summary nactive West— Manual Task Manual Summary Rollup Start -only Date: Fri 10/4/24 Split ............. Summary r ----------- 1 Inad,e Task Inactive Summary o o Du.b.n-only Manual Summary Fnish-only Page 2 1 1 E External Tasks Deadline ♦ Manual Progress External Westone ♦ Progress ATTACHMENT E EXISTING SENDERA RANCH GROUND STORANGE TANK ilk PROPOSED NEW SENDERA RANCH GROUND STORANGE TANK A BITYrwva motif FR PGw 'LLIui N I. �crS 1 AVONDALErASLET RD IBOAZIRD I ill Lii -- FO RT WO RT H ® wHs \\ PER,WILLOWS ATTACHMENT "F" CERTIFICATE OF INSURANCE Sendera Ranch Ground Storage Tank City Project No. 105781 City of Fort Worth, Texas Attachment F POLICY NUMBER: GL5268169 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION WHOM YOU PER THE CONTRACT OR AGREEMENT. BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 10 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 2 ❑ A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 0 Insurance Services Office, Inc., 2018 CG 20 10 12 19 POLICY NUMBER: GL5268169 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION WHOM YOU PER THE CONTRACT OR AGREEMENT. BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 1 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective 12:01 AM 04/01/2024 forms a part of Policy No. WC 015-89-3685 Issued to KIMLEY-HORN AND ASSOCIATES, INC. By NEW HAMPSHIRE INSURANCE COMPANY This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.0 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: INCLUDED WC 42 03 04 B Countersigned by (Ed. 6-14) Authorized Representative ©Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, November 12, 2024 LOG NAME: 60SENDRARGST-KHA SUBJECT: REFERENCE NO.: **M&C 24-0998 (CD 10) Authorize Execution of an Engineering Agreement with Kimley-Horn and Associates, Inc. in the Amount of $679,146.00 for the New Sendera Ranch Ground Storage Tank Project, Adopt Resolution Expressing Official Intent to Reimburse Expenditures from Proceeds of Future Debt Project and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of an engineering agreement with Kimley-Horn and Associates, Inc. in the amount of $679,146.00 for New Sendera Ranch Ground Storage Tank project; 2. Adopt the attached resolution expressing Official Intent to Reimburse expenditures with proceeds of future enterprise fund debt for the New Sendera Ranch Ground Storage Tank project; and 3. Adopt the attached appropriation ordinance adjusting appropriations in the Water & Sewer Commercial Paper Fund by increasing appropriations in the New Sendera Ranch Ground Storage Tank project (City Project No. 105781) in the amount of $809,721.00 and decreasing appropriations in the Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize a contract with Kimley-Horn and Associates, Inc. in the amount of $679,146.00 for the preparation of plans and specifications for New Sendera Ranch Ground Storage Tank to allow for construction of a five -million gallon ground storage water tank to meet increasing demands in North Fort Worth. In addition to the contract amount, $130,575.00 is required for project management, real property acquisitions, utility coordination, and material testing. This project will have no impact on the Water Department's operating budget when completed. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond 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 of the City to reimburse itself from tax-exempt bond proceeds. 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 bond 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 2025-2029 Capital Improvement Program, as follows: 60SENDERARGST-KHA Capital Fund Project FY2025 CIP Authority Budget Change Revised Name Name Appropriations (Increase/Decrease) FY2025 Budget Fund 56023- 105781- W&S New Commercial endera $0.00 This M&C $809,721.00 $809,721.00 Paper Ranch GST Funding is budgeted in the Commercial Paper project within the W&S Commercial Paper Fund for the purpose of funding the New Sendera Ranch Ground Storage Tank project. Funding for the New Sendera Ranch Ground Storage Tank project depicted below: Fund Fund 56023 - W&S Commercial Paper Project Total Existing Additional Project Appropriations Appropriations Total* *Numbers rounded for presentation purposes. $0.00 $809,721.00 $809,721.00 $0.00I1 $809,721.00I $809,721.00 BUSINESS EQUITY OFFICE: The Business Equity Division placed a 12.64 percent business equity goal on this solicitation/ contract. Kimley-Horn and Associates, Inc., will be exceeding the goal at 16.87 percent, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. The project is located in COUNCIL DISTRICT 10. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the 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 W&S Commercial Paper Fund for the New Sendera Ranch GST project to support the above recommendations and execution of the agreement. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs).: TO Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manaaer's Office by: William Johnson (5806) Originating Department Head: Chris Harder (5020) Additional Information Contact: Dena Johnson (7866) ATTACHMENTS 1. 105781 Compliance Memo Approved-NS.pdf (CFW Internal) 2. 60NSENDERARGST-KHA FID TABLE (WCF 10.07.24).xlsx (CFW Internal) 3. 60SENDERAGST-KHA Map.pdf (Public) 4. 60SENDRARGST-KHA funds availabilitv_pdf (CFW Internal) 5. City of Fort Worth CPN 105781 Sendera Ranch Ground Storaae Tank Form 1295 Certificate 101272247.pdf (CFW Internal) 6. Commercial Paper as of 10.07.2024.xlsx (CFW Internal) 7. ORD.APP60SENDRARGST-KHA 56023 AO25(r3)1.docx (Public) 8. PBS CPN 105781.pdf (CFW Internal) 9. Res.60NSENDERARGST-KHA.docx (Public) 10. SAM.aov search KHA.pdf (CFW Internal) 60NSENDERARGST-KHA FID TABLE 2 and 3) 56023 0600430 5110101 105781 001830 9999 $73,500.00 Water Staff Cost 2 and 3) 56023 0600430 5550102 105781 001830 9999 $2,000.00 Public Outreach 1 56023 0600430 5330500 105781 001830 9999 $679,146.00 Contract 2 and 3) 56023 0600430 5710010 105781 001840 9999 $10,000.00 Easement Acquisition 2 and 3) 56023 0600430 5110101 105781 001840 9999 $5,000.00 Easement Acquisition 2 and 3) 56023 0600430 5330500 105781 001840 9999 $2,500.00 Easement Acquisition 2 and 3) 56023 0600430 5740010 105781 001880 9999 $2,500.00 Easement Acquisition 2 and 3) 56023 0600430 5310350 105781 001870 9999 $2,000.00 Utility Coordination 2 and 3) 56023 0600430 5330500 105781 001884 9999 $25,725.00 Soil Lab Consultant 2 and 3) 56023 0600430 5310350 105781 001884 9999 $7,350.00 Soil Lab TPW Staff 2 and 3) 56023 2060000 105781 RETAIN Retainage Combo Code