Loading...
HomeMy WebLinkAboutContract 62565CSC No. 62565 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AG REEM ENT is between the City of Fort Worth, a Texas home-rule municipality ("CITY''), and Lockwood, Andrews & Newnam, Inc., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: 2022 Railroad Crossing Safety Improvements -Project No. CPN105249. 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 $384,562.00 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 Ill Tenn 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 Standard Agreement for Engineering Related Design Services Revised Date: 03-08-2024 Page 1 of 14 2022 Railroad Crossing Safety Improvements CPN105249 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 2022 Railroad Crossing Safety Improvements Standard Agreement for Engineering Related Design Services CPN105249 Revised Date: 03-08-2024 Page 2 of 14 (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 2022 Railroad Crossing Safety Improvements Standard Agreement for Engineering Related Design Services CPN105249 Revised Date: 03-08-2024 Page 3 of 14 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 belieffrom 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 2022 Railroad Crossing Safety Improvements Standard Agreement for Engineering Related Design Services CPN105249 Revised Date: 03-08-2024 Page 4 of 14 I. 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 2022 Railroad Crossing Safety Improvements Standard Agreement for Engineering Related Design Services CPN105249 Revised Date: 03-08-2024 Page 5 of 14 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 respondeat 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 2022 Railroad Crossing Safety Improvements Standard Agreement for Engineering Related Design Services CPN105249 Revised Date: 03-08-2024 Page 6 of 14 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. B. C. � City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. 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. 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. 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 2022 Railroad Crossing Safety Improvements Standard Agreement for Engineering Related Design Services CPN105249 Revised Date: 03-08-2024 Page 7 of 14 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 2022 Railroad Crossing Safety Improvements Standard Agreement for Engineering Related Design Services CPN105249 Revised Date: 03-08-2024 Page 8 of 14 (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) � J. Nothing contained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. 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. 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. B. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. Reuse of Project Documents own the final designs, drawings, specifications and 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 City of Fort Worth, Texas 2022 Railroad Crossing Safety Improvements Standard Agreement for Engineering Related Design Services CPN105249 Revised Date: 03-08-2024 Page 9 of 14 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 2022 Railroad Crossing Safety Improvements Standard Agreement for Engineering Related Design Services CPN105249 Revised Date: 03-08-2024 Page 10 of 14 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. I. Severability and Survival If any ofthe 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 2022 Railroad Crossing Safety Improvements Standard Agreement for Engineering Related Design Services CPN105249 Revised Date: 03-08-2024 Page 11 of 14 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. L. M. 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. 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 (I-9). Upon request by CITY, ENGINEER shall provide CITY with copies of all I-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. 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 2022 Railroad Crossing Safety Improvements Standard Agreement for Engineering Related Design Services CPN105249 Revised Date: 03-08-2024 Page 12 of 14 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 L 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. 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 2022 Railroad Crossing Safety Improvements Standard Agreement for Engineering Related Design Services CPN105249 Revised Date: 03-08-2024 Page 13 of 14 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 MapAttachment F -Insurance Requirements 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 Jesica McEachern Assistant City Manager Date: Jan 3, 2025 ATTEST: rA� Jannette Goodall City Secretary APPROVED AS TO FORM AND LEGALITY � BY: ENGINEER Lockwood, Andrews & Newnam, Inc. Justin Reeves Vice President Date: Dec 4, 2024 By:oouglas Black (Dec 24, 202416:17 CST) ..... M ..... & ..... C __ N......,..o __ .: ____ 2 __ 4 __ -__ 0 __ 55 __ 9 ________ _ Douglas W Black Sr. Assistant City Attorney ..... M .... & ... C .... D ..... a .... te __ : __ 6_/2 .... 5..,./2 ... 0 .... 2 .... 4 _____ _ City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services Revised Date: 03-08-2024 Page 14 of 14 2022 Railroad Crossing Safety Improvements CPN105249 ATTACHMENT "A" .Scope for En incLeerincl Design Related Services for CPN105249- 2022 Railroad Crossinq Safetv Improvements 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. OBJECTIVE The Project includes improvements at seven locations in Fort Worth, covering three types of projects. See the below table for project location scope set forth herein defines the services to be provided by the ENGINEER Locations 1-5 include safety improvements to existing Quiet Zone Railroad Crossings and pavement improvements that are limited to the length of the existing median channelization devices. Location 6 includes installing permanent end of roadway barricades. Location 7 includes installing concrete barrier to prevent vehicle access below an existing railroad trestle bridge. Location CPN 105249-2022 Scope ID Project Improve safety and operation of at-grade rail crossing by constructing curb and gutter and raised median to the limits of the existing vertical object markers. Visual pavement assessment for base repair and mill and overlay existing asphalt surface. Keller Haslet Road & Pavement boring to verify existing pavement 1 UPRR structure. Renew striping and verify signs. Application to the FRA. Reconfigure Keller-Haslet curb lines at its intersection with US 377 based on WB-67 design vehicle Improve safety and operation of at-grade rail crossing by constructing curb and gutter and raised median to the limits of the existing vertical object Wall Price Keller Road markers. Visual pavement assessment for base repair 2 and mill and overlay existing asphalt surface. & UPRR Pavement boring to verify existing pavement structure. Renew striping and verify signs. Application to the FRA. Improve safety and operation of at-grade rail Sycamore School Road crossing by constructing curb and gutter and raised 3 median to the limits of the existing vertical object & UPRR markers. Visual pavement assessment for base repair and mill and overlay existing asphalt surface. City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvemenis PMO Release Date: 07.23.2012 CPN105249 Page 1 of 20 Pavement boring to verify existing pavement structure. Renew striping and verify signs. Application to the FRA. Extend existing sidewalk on east side of UPRR across UPRR's ROW Improve safety and operation of at-grade rail crossing by constructing curb and gutter and raised median to the limits of the existing vertical object markers. Visual pavement assessment for base repair 4 E. Butler Street & UPRR and mill and overlay existing asphalt surface. Pavement boring to verify existing pavement structure. Renew striping and verify signs. Application to the FRA. Improve safety and operation of at-grade rail crossing by constructing curb and gutter and raised median to the limits of the existing vertical object 5 V C Shamblee & UPRR markers. Geotechnical investigation and pavement analysis for street reconstruction. Renew striping and verify signs. Application to the FRA. Install end of road barricades at railroad RR. 6 E 9th Street & UPRR Improvements are limited to pavement markings, signage and barricades, no alternations to pavement limits are required. Install end of road barricades consisting of concrete barriers with pathway for pedestrian access. 7 Stella Street & FWWR Install new fire hydrant east of RR crossing. Improvements are limited to pavement markings, signage barricades, and fire hydrants, no alternations to pavement limits are required. City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.062015 CPN105249 Page 2 of 20 Location CPN 105249-2022 Coordination with Others ID Project TxDOT coordination necessary for curb line and drainage alterations along US 377 and potential Keller Haslet Road & traffic signal adjustment at SW corner. 1 UPRR Preliminary Engineering Agreement with UPRR for plan review, approval, and panel extension. (See Note 1) 2 Wall Price Keller Road Preliminary Engineering Agreement with UPRR for & UPRR plan review and approval. (See Note 1 below) Quiet Zone Diagnostic Review and Preliminary Engineering Agreement with UPRR for panel 3 Sycamore School Road extension for sidewalk construction. (See Notes 1 & UPRR and 2) Update RR inventory form is required for the pedestrian crossing 4 E. Butler Street & UPRR Preliminary Engineering Agreement with UPRR for plan review and approval. (See Note 1) 5 V C Shamblee & UPRR Preliminary Engineering Agreement with UPRR for plan review and approval. (See Note 1) Preliminary Engineering Agreement with UPRR for plan review and approval. (See Note 1) 6 E 9th Street & UPRR At grade crossing to be removed from inventory (See Note 3) Fire department approval is required for end of road barricades. Coordination with land developers to ensure future 7 Stella Street & FWWR driveway does not conflict with end of road barricades. (See Note 4) Coordination Notes: 1. City of Fort Worth will coordinate directly with UPRR for Preliminary Engineering Agreement. 2. City of Fort Worth will schedule Quiet Zone Diagnostic Review. LAN will be responsible for documentation of reviews. 3. City of Fort Worth will coordinate with UPRR to remove at grade crossing from RR inventory. 4. City of Fort Worth will schedule meeting with developers, LAN will be responsible for documentation of ineeting. City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.062015 CPN105249 Page 3 of 20 SERVICES TO BE PERFORMED Task 1. Task 2. Task 3. Task 4. Task 5. Task 6. Task 7. Task 8. Design Management Conceptual Design Preliminary Design Final Design Construction Phase Services ROW/Easement Services Survey and Subsurface Utility Engineering Services Permitting TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to provide efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally, and proactively address issues with the CITY's Project Manager and others to make progress on the work. 1.1. 1.2. Managing the Team • Lead, manage and direct design team activities • Use best professional effort to implement quality control practices in performance of the services • Communicate internally among team members • Task and allocate team resources Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and use best professional efforts towards providing economical and functional designs that meet CITY requirements. • Conduct and document biweekly project update meetings with CITY Project Manager. • Conduct review meetings with the CITY at the end of each design phase — 30%, 60%, and 90%. The 60% review meeting shall be held in the field, all others to be held at Traffic Management. • Conduct and document biweekly design team meetings. • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the respective CITY 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. City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.062015 CPN105249 Page 4 of 20 • Prepare and submit a preliminary Project Risk Register, preliminary Stakeholder Register, and preliminary Project Communications Plan. CITY to modify and finalize. • Prepare monthly updates to the Total Project Budget Estimate (TPBE) spreadsheet and the Project Risk Register. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. • Coordinate with other agencies and entities needed for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. • Prepare for and attend up to two (2) PEER review meetings. The ENGINEER will prepare the presentations, attend the meetings, and prepare meeting summaries. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes to meet their requirements, as part of the design scope. ASSUMPTIONS • One (1) pre-design project kickoff/chartering meeting. • Twenty-Six (26) biweekly project update meetings with CITY Project Manager (via MS Teams or another telecommunication platForm). • Three (3) plan review meetings. • Twenty-Six (26) biweekly design team meetings. • Project design phase is anticipated to take twelve (12) months. • Prepare twenty-four (24) monthly updates of project status reports, MWBE forms, TPBE, risk register, and project schedule. • Prepare for and attend up to two (2) PEER review 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 current or anticipated schedule changes City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.062015 CPN105249 Page 5 of 20 F. Monthly M/WBE Report Form and Final Summary Payment Report Form G. Monthly TPBE spreadsheet updates H. Monthly Project Risk Register updates Preliminary Project Risk Register, Stakeholder Register, and Project Communications Plan. 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 identify, develop, communicate through the defined deliverables, and recommend the design concept that addresses the design problem, and to 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 and make reasonable efforts to obtain pertinent information to aid in coordination of the proposed improvements with planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • Collect new 24-hour turning movement counts at the one (1) project railroad crossings �^�,�.(Location 3) • The Engineer will visit each project location and document the existing conditions. 2.2. The Conceptual Design Package shall include, but not be limited to, the following: • Preliminary cover, index of sheets including project limits, and general notes. • Traffic Count Data: Microsoft Excel spreadsheet of Raw 24-hour Turning Movement Count data gathered at 15 minute intervals. Provide Daily Summaries by Approach and Peak-Period Summaries by Approach. Spreadsheet shall be uploaded to the E-Builder folder `TPW Traffic Count Data'. • Conceptual plan sheets showing existing and proposed horizontal roadway alignments, existing and proposed ROW, existing and proposed sidewalks, existing and proposed curbs, existing and proposed medians, proposed lane dimensions and lane arrows, existing drainage structures, and city owned and franchise utilities. • Traffic signal existing conditions and removals layout sheet (Location 1 onlv). • Traffic signal proposed conditions layout sheet showing the location of proposed signal poles and mast arms, ground boxes, controller cabinet, and electrical service meter (Location 1 only). City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.062015 CPN105249 Page 6 of 20 • Documentation of key design decisions. • Opinion of probable construction cost (OPCC). ASSUMPTIONS • Three (3) sets of 11" x 17" size plans will be delivered for the 30% design. • DWF files created from design CAD drawings will be uploaded to the designated project folder on E-Builder. • ENGINEER shall not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. • One site visit per location to document existing conditions. • Attend one (1) plan review meeting. • Traffic siqnal modifications are limited to the relocation of the siqnal head mounted directiv to a vertical mast pole. Service beyond this will necessitate a supplemental agreement. • The pavement at Locations 1-4 is of sufficient thickness to allow for a 2" mill and overlay. Existing pavement structures will be verified with Task 3.1. • The pavement at Location 5 will be reconstructed to a city standard asphalt section. Pavement design to be verified with Task 3.2. DELIVERABLES A. Conceptual Design Package B. Traffic Count Data C. Opinion of probable construction cost (OPCC). D. Meeting summary of plan review meeting. 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. Visual Pavement Assessment • Visit each site to assess general pavement condition. • Determine the appropriate pavement repair method based on the type and severity of existing pavement distresses. • Prepare a technical memorandum that includes the ENGINEER's observations and recommendations at Locations 1-5. City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.062015 CPN105249 Page 7 of 20 3.2. Geotechnical Investigation/Pavement Design • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. (Location 5 only) • Pavement coring to determine existing pavement structure (Locations 1-4 only) • The ENGINEER shall prepare a detailed geotechnical engineering study and pavement design in conformance with the City of Fort Worth Pavement Design Standards Manual, 2005. • The ENGINEER shall prepare a detailed geotechnical engineering study and pavement design in conformance with the City of Fort Worth Pavement Design Standards Manual, 2005. (Location 5 only) 3.3. Development of Preliminary Design Drawings and Specifications shall include, but not be limited to, the following: • Cover Sheet • Sheet Index • Quantity Summary • General Notes • Traffic Signal Existing Conditions and Removals Sheet (Location 1 onlv) • Traffic Signal Layout Sheet (Location 1 onlv) � .,ffi.+ Ci...,.,1 C..��'.,.,-, I Ch., + �" ' I�,\ � �iarrtc-v�gnur�qcriprrr2Fi�2�i�r'rvrTc ccc-p2i- C-6m21-T=�S6a�c7 • Traffic Signal Summary Charts • Paving Removal Sheet • Paving Layout Sheet • Paving Detail Sheets (1 sheet per corner, 1" = 10' scale) (Location 1 only) • Pavement Markings & Signing Removal Sheet • Pavement Markings & Signing Installation Sheet • Traffic Control Plan for paving work including all construction signage and pavement markings which will be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. Traffic control for signal equipment installation will be covered by the CITY's standard details D660 and D661. • Applicable CITY and/or TxDOT standard details, 1 per sheet. • design sheets shall include project control data. 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 City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.062015 CPN105249 Page 8 of 20 East end of radius at the Southeast corner of North Side Drive and North Main Street). • Opinion of probable construction cost (OPCC). 3.4. Constructability Review • 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 and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and reasonably known 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 reasonably known 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 on E-Builder 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. ASSUMPTIONS • Three (3) sets of 11" x 17" size plans will be delivered for the 60% design. • DWF files created from design CAD drawings will be uploaded to the designated project folder on E-Builder. • One (1) set of full size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. • One (1) plan review meeting with the CITY. • One public meeting or meeting with a property owner. DELIVERABLES A. Preliminary Design drawings and specifications B. Utility Clearance drawings and Utility Clearance Cover Letter C. Opinions of probable construction cost D. Meeting summary from plan review meeting City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.062015 CPN105249 Page 9 of 20 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: • Final draft construction plans (90%) shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by a Professional 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. • Prior to final design plans (90%) obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database, coordinate with CITY Project Manager. ASSUMPTIONS • Three (3) sets of 11" x 17" size drawings will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder on E-Builder. • Three (3) sets of 11" x 17" size drawings will be delivered for the 100% Design package. • A DWF file for the 100 % Design will be created from design CAD drawings and will be uploaded to the project folder on E-Builder. DELIVERABLES A. 90% construction plans with Utility Clearance Cover Letter. B. 100% construction plans with Utility Clearance Cover Letter. C. 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. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 5.1. Construction Support City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.06.2015 CPN105249 Page 10 of 20 • The ENGINEER will prepare the task order package to construct the project under the CITY's existing unit price construction contract. The task order package will include: task order authorization sheet, location map, quantity and estimate summary, overall unit price contract task order summary, and the signed and sealed plans. • The ENGINEER shall attend the preconstruction conference. • The ENGINEER shall attend biweekly construction progress meetings on-site during the duration of construction. The ENGINEER will prepare meeting notes with action items and distribute these to the project team. • The ENGINEER will meet with concerned citizens as reasonably needed. • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track shop drawings, samples and other submittals on E-Builder. • As requested by the CITY, the ENGINEER shall provide, as determined reasonably necessary, interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • The ENGINEER will coordinate with the TPW department as reasonably necessary. • The ENGINEER will meet with the Project Delivery Team and Contractor on-site to review field changes. • The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list. ENGINEER will field verify each item on the punch list have been addressed. 5.2. Record Drawings • The ENGINEER shall prepare record drawings from information provided by the CITY depicting changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o Red-Line Markups from the Contractor o Red-Line Markups from City Inspector o Copies of Approved Change Orders o Approved Substitutions o Requests for Information that result in changed work and/or quantities • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.06.2015 CPN105249 Page 11 of 20 project.. 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 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 signed 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. Record Drawings shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file, DWF format, and DWG files. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Sinaular PDF and DWF files for each sheet of a plan set will not be accepted. A DWG for each design sheet shall be uploaded with all references bound in the DWG file. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example —"W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320 org5.pdf II. Water and Sewer file name example —"X-35667_org36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf PDF, DWF, and DWG files shall be uploaded to the project's Record Drawing folder on E-Builder. For information on the instructions to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.06.2015 CPN105249 Page 12 of 20 ASSUMPTIONS . One pre-construction conference . Attending xx biweekly construction progress meetings on-site and or by virtual means . Seven (7) site visits . Seven (7) submittal reviews . Seven (7) RFI's . Two (2) Change Orders . Up to xx meetings with Concerned Citizens . Attend one the "Final" project walk through . One copy of full size (22"x34") mylars will be delivered to the CITY. DELIVERABLES A. Response to Contractor's Request for Information B. Review of Change Orders C. Review of shop drawings D. Final Punch List items E. Record Drawings - 11" x 17" PDF, single DWF file, and AutoCAD DWG files TASK 6. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 6.1. Right-of-Way Research • The ENGINEER shall determine rights-of-way and easements needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. �-�-�i�l�e#-�a�€ase�er��P-�e�a�a�+er�a�-���i#�a� •--�qe-€PJ61P�€E-€�-sqal4-p�e�a�de��e�s#s-�e-�se�-�e-e�a+p-�iQ��-e#-v�a�a�d �ermar�er��a��e��erx�per-a�-easer�►eq�s-�eq+�i�ed�ser�s�s��e-+r��e�er��s: •—�Me-des��#a�iep-�qall-�e-�e�+r�-cer�#er-�aaRse-a�i##�-�be-s#�eslElis�s-a�d �er�yla�e�a�aila�le-e�#�qe-SI#°���sa�sit� 6.3. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare, mail and make reasonable efforts to obtain Temporary Right of Entries from landowners. It is assumed that letters will only be required for land owners adjacent to temporary construction City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.06.2015 CPN105249 Page 13 of 20 easements or who are directly affected by the project and no easement is required to enter their property. Efforts to obtain a Temporary Right of Entry from a landowner extending beyond 30 calendar days after the initial letter will be completed as an Additional Service. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's E-Builder site. ASSUMPTIONS • No new easements or right-of-way are anticipated for this project. Right-of-Way research includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the project and reasonably available on-ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right- of-way vacations, and street closures. DELIVERABLES . B. Temporary Right of Entry Letters 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, but not be limited to, 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 City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.06.2015 CPN105249 Page 14 of 20 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 determined appropriate. r � � � � 7.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) as described below. The SUE shall be performed in accordance with Cl/ASCE 38-02. Qualitv Level D • Conduct investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on involved utilities to design plan sheets, electronic files, and/or other documents. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level C(includes tasks as described for Quality Level D� Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. Survey surface features of subsurface utility facilities or systems, if such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.06.2015 CPN105249 Page 15 of 20 • The survey shall also include (in addition to subsurFace utility features visible at the ground surFace): determination of invert elevations of manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; surFace markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. �e�el-��des-�ask�asrdess�i�ed-#e�-Q+�al+�� 6e�e�G� '—�elee�-a�d-a�l�-a�e��ia�e�+�e-geepf�siEal-�e�{s}�e-sear-s�-#e�ar�d ��-��s�+#a�e-�ili�ies��i#�qi�-#�e-�es�-liqai�s;-ar�d�e���e-#ase-a-�a�ic-�la� +�#�I+�e-e�-s�er�: «--�ased-e�-a�--ir�er-��e�a#ae�-e#-da�a; �a�IE-i-qe-i+�d+ea#aeqs-e���ili�ies-e��q���d ��fas�#e�-�eq�er��afe�l��+l+�e-�ai�-e�-et�e�-�e#�e� asse�a�le-#e� �p,ar�-e#-I+�e�: •—�1�►le�s-e�k►ewv+�d+�ested; �a�-ser�er�+r�e€�le-ser�d�+�l+�►es; ar�e�s+de e�1�es-e#-r�►�I�i-se��+�s�er�-s: •—€�e�el�e-di#e�se�-�e#�aveep-de�igr�ed-��il+�+es� ar�-��ili#�-�ese�d-s� ar�d-��e�ed a��e�a�se�: •_ �ese��d-add+�ier�al-m.,,�;�e�-#��eselu�di##er�se�-i#��e�-s�i1l-e�i� �eEe�eqda�ieqs-�a�-i��l�d�addi�ier}al-e�-d+f#e�er�-�►#ae�gee�sisa4 +�ae�eds; e��4e�a�e�y-e�s�a�a�ieq; e�-�pg�e-�e��ali�-�e�el��-� •—R�-a�-al�er�a�i�e-#e-�be-$b�siEal-�a�+qge#�Ar�es; #-�e-€P161N€€�-�a��i#� �I#°�a�e�al; t��+l+��e�qe�-�ea�-s-e#-da�a-sellec�ie�-�e�age; ��ieval; ar�d �ed+�c�ieq; i�a�-eqa�les-#�e-se�Fela�+e�-e#-�+#ase-gee�sisal�-da�a-�e-#-�e-pr�jes�°s �r�Eer�� Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • Provide paving thickness and type, where applicable. • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. ASSUMPTIONS . Level B SUE are excluded from this scope of work. . Five (5) Level A test holes to maximum depth of 8' are included as contingency in this scope of work. .— L�� #a �� (-�} �e�e� � �e s� I�eles- a�e- i��l+�� e� �e �- i�e �sec�ie�r City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.06.2015 CPN105249 Page 16 of 20 • Survey will utilize ground based scanners and temporary right of entry is not necessary to complete the scope of work. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a Registered Professional Land Surveyor (RPLS) registered in the State of Texas. B. Drawing of the project layout with dimensions and coordinate list. C. SUE plan drawings sealed by a Professional Engineer registered in the State of Texas. TASK 8. PERMITTING. ENGINEER will provide permitting support for the CITY to reasonably obtain agreements and/or permits required for a project of this size and type, as follows. 8.1. Texas Department of Transportation (TxDOT) Permit • Meet, negotiate and coordinate to obtain approval of the agency issuing the agreement and/or permits for modifying Keller Haslet/US 377 intersection and traffic signal. • Complete forms/applications • Submitting forms/applications for CITY and TxDOT review. • Submitting revised forms for agency review. • Responding to agency comments and requests. 8.2. Railroad Permit • Entering project details in UPRR contact center prior to City entering UPRR Preliminary Engineering agreement. • Meet, negotiate and coordinate to obtain approval of the agency issuing the agreement and/or permits. • Submit Location 3 for UPRR review after CITY approval of 30% submittal. • Attend a Diagnostic Review for Location 3 after CITY approval of 30% submittal. • Submit Locations 1 through 5 for UPRR review after CITY approval of 60% submittal. • Incorporate UPRR comments for final submission. • Submitting forms/applications for CITY and agency review • One (1) re-submission of revised forms for agency review • Responding to agency comments and requests • Submit amended Notice of Establishment as construction is completed at Locations 1, 2, 3, 4, and 5. City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.06.2015 CPN105249 Page 17 of 20 . ._ . . . . . ■ � �. � .� � ��� ■ � _ `e�..,_ — -_ "� : . . ■ -. . . . �. ASSUMPTIONS • Permit preparation will begin after approval of the 60% design. CAIl�IAICC� ��iill r� i Trll � r� .�.n+ r in+r.�+i.�.n r�l.�r� r.�.�iio��i n.-1 fir�.�l i r�on+i.�.r� e � �^ �� • Pedestrian improvement is anticipated to be under $50,000. TDLR project registration is not applicable. • CITY will pay all costs associated with TxDOT and/or Railroad permits. • One (1) meeting is assumed with Union Pacific Railroad for the Quiet Zone Diagnostic review at Location 3(Sycamore School Road). • The CITY is responsible for preparing and negotiating all Preliminary Engineering agreements with the railroad. • No streets will be widened and encroach on existing railroad gates. • No railroad gates will be altered, removed, or relocated. • CITY will negotiate with railroad to remove Location 6 from the crossing inventory. • Locations 6 and 7 do not require railroad permitting. • The pre-project exhibits are suitable for data entry in UPRR contact center. • The CITY will provide existing Notice of Establishment for all existing crossings in the project. • Notice of Intent is not required for any of the existing Quiet Zones. City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.06.2015 CPN105249 Page 18 of 20 DELIVERABLES A. Update UPRR contact website B. 30% plans for Location 3 C. Diagnostic Meeting Minutes D. 60% plans for Locations 1-5 E. Final plans for Location 1-5 F. Amended Notice of Establishment for Locations 1-5 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: • Design Management Services exceeding the assumptions in the Scope of Services • Negotiation of easements or property acquisition. • Efforts to obtain a Temporary Right of Entry from a landowner extending beyond 30 calendar days after the initial letter to thew landowner. • Bid phase services. • Construction Phase Services exceeding the assumptions in the Scope of Services • Services related to development of the CITY's project financing and/or budget. • 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 Differing Site Conditions • Services related to warranty claims, enforcement and inspection after final completion. • SUE Level A and or SUE Level B services • 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. • Services required to prepare or negotiate Preliminary Engineering Agreements with Railroad. City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.06.2015 CPN105249 Page 19 of 20 • Services required for Railroad Permitting submittals required for multiple resubmittals beyond an initial Railroad permit submittal and a first resubmittal to the railroad for each railroad crossing included in this scope of services. City of Fort Worth, Texas Attachment A 2022 Railroad Crossing Safety Improvements PMO Release Date: 02.06.2015 CPN105249 Page 20 of 20 ATTACHMENT B COMPENSATION Design Services for 2022 Railroad Crossinq Safetv Improvements City Project No. CPN105249 Time and Materials with Rate Schedule Project Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Cateqory Rate for the ENGINEER's team member performing the work. Labor Cateaory Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category <Year 1> Rate <Year 2> Rate $/hour $/hour Pro'ect Director 355 355 Pro'ect Mana er 275 275 Pro'ect En ineer 205 205 EIT 140 140 CADD 140 140 Administrative 110 110 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 1 of 4 2022 Railroad Crossing Safety Improvements C PN 105249 � ATTACHMENT B COMPENSATION iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department, monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 2 of 4 2022 Railroad Crossing Safety Improvements C PN 105249 � ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Lockwood Andrews and Newnam, Inc. Prime Consultant Proposed MWBE Sub-Consultants Alliance Geotechnical Geotechnical Engineering Group ARS Engineers, Inc. Survey & SUE Non-MWBE Consultants CJ Hensch Associates, Inc. Traffic Counts Fee Amount % $276,289 71.9% $16,500 4.3% $91,273 23.7% $500 0.1 % TOTAL $ 384,562 100% Project Number & Total Fee MWBE Fee MWBE °/a Name 2022 Railroad $ 384,562 $ 107,773 28.0_% Crossing Safety Im rovements City MWBE Goal = _12_% City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 3 of 4 Consultant Committed Goal = _28_ % 2022 Railroad Crossing Safety Improvements C PN 105249 � EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 4 of 4 2022 Railroad Crossing Safety Improvements CPN105249 : � � � � � 7 N � �� � � � � � 'o 0 >U �I N (6 N � 0 0 � Z .��U N � 0 � 'N u N V � � � O O O �, aa� N O .� � C Q N d � E � Z W � T U d � 3 d u 'o c � T a a a � m d m' C A N O u �. �v �9 d� � N !� dv � �o aa u° � N ,�L' N ; u � 'o � c o j C o ,�„ �� c � d C L �i U u c E @ � Z � � � Q a 3 u J X � s � 0 0 Y E � o � d Q T . W M ip E � 7 E � y � c'n n�i N � N � O V O i0 � N N iii a w L .. � i Q � � G1 t . Q •�vy � � X aEiOF�i � � M 0 m Z L E O N O 0 � a ii� � a� � � Q .� � � a � v N v � O N O E N � N � ro� Q � o 0 0 °' x6 « E � v 3 LL F � � .o a �' �' �' a > a�....,, C N c � � � � :Q O O Q Q GI G1 = Q1 G1 y � •Q•a���� a a �, � � �o 0 3 7 10 N N� Li (n (n d fn fn C O N C GI N 'C �1 _ C � ��C � M C R � � m i � G1 61 i ; 3 C U — v �, c�'i �+ 'o � � o c > _ y en a` c � � Q N y a � :% c v � a o J o a U 0 Y O L � N E � °7 � ° o � aa i � C � 3 � O �a a 0 � o � C � � � a � E � Qa1 Q C O � .` u � d G N C H Y O � � c � � � � N t"1 O N tD r o. o. w m m a N � � � F F F Gi Y Y Y Y Y Y � 3 3 3 3 3 3 O N N � M � d Q � d � 16 a+ o � o � N L � y � a R d i O 0 � N m m a� � .; C N L H N Ta � N N N N O M � o 0 o�# d y U � LL � E � 0 c � A Z ��VO � 2 �d .��y d � � � d � � o � a v E 0 U U C C � C � � F � � a Q m i Gf m m � � V .. 1 � V aa � L H N a d d O N Q Q � v', v� z N C N � N O a E T N @ � m C N O U m 0 @ � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 en » v3 ev en ev v3 en ev en ev en ev en C 3 0 E a O O O �i 0 0 O � � J Y � 00 O � O � 69 � U Z � � R m o � Q o 7 a y � O � 0 U a 16 y � C m O � V c S U 3 fA a 0 ic O 9 � � N C G1 a X w O Q R C � Z O O O w O O O � llJ U > Z y _ r W � G J F O d L O u w °> d� '� •; R p � T d 9 T 9 �Vi Q � 9 O C > A d 3 a ,� �� U ! m �� 9 y m y � O —°1 u C U @ � v c i ° d � � � u .. d oi a m �' � � E a` ,t_, 'O O C � � u � y in Tj w . o � m 3 .. - �N u � ` d > 9 R V C w N C N �- �l O 10 d O� T � � � a C d C a` � N li 3� i NC C � i Q aC C � �F � � � C <�.i �' � •O Q �U —�� � c� � � � O Z •� � U N C w � d O xto �� 3 p (n �: � C Z N � N °H a�i A O O a'� N � L L r O G w 3 aa����a E 3 z 3 0 3 J ai � f0 Z T C 10 Q E 0 U X F r � LL 0 ai E � o - N C Q � pp M -r�\Er5 W C (n N N �� �,o�a r � N N a N '6 N �e c Q � _ d� . Q � � d X NOHIL � 0 � Z m � � O m O a N N � � a .� � � f H O N O @ @ N � N M Q Q� O O O � «k E 0 V 7 li F ��ocyyy N5a' m � @ `m � c G G p - � � u � aai�� ��o 7 7 16 N N� mrnav�m5 O O O O O O O O O O O O O O O O O O O O � O M O O O O (D O C N� � N��(NO W��n W r •� H3 C1 �[D V[D In a0 N [D C� V IfJ � 1IJ N M W � �@ � fA U3 U3 Vj M U3 M V-T U3 � l0 N m � C d N V � ; 7 � U — a U H O � O C > � d in a` C � V d N � a � .�. _ N � O. O J o a U O O O O O O O O O O � O O O O O O O O O O G) O I� O�N O�N � c0 � ro �� y � in v�n co rn �n rn r � m� a m ui ro� � m N O p �� »� i»��FA�i» aa _ G1 = � � � O �a Q c m � � s c � £ Z Q 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O � O M O O O N C� � N a�(�O rn N rn� �= V V� I� � INIJ N M W� � O V3 U3 ��N- V3 U3 V3 U3 �M- � Qa 7 7 « � � � d m C � V � V V �, a a aE, � a� a � a�i � � � o p'- N� Q c C M C � � , � N C N�❑ O� N E � ._ Q .- C �' (7 > N V N N �y � ` a O � � m � � a m . a c�i -', E � c�i c � '� .� 0 � " a � 0 C U a � .� 0 � � � � � a��i N � 0 � 0 � �� � � � _ o �� c c � � c c �' U U.E E�'� E E �`_ � .� � � .� .� � � oUUaauc�aao a O � � N N c'] O � � O � M � � M � � � � M O N N W M � �f a � a> � M O � O � � L v Q1 � a R i O 0 N � N W M � N L H N r 0 � N Z N � t O N �Y G. W f` m � � W 0 w = O � i � J H a! � C w �N y � O ._ U L � d � � O � �16 •y � � N 0 O O O O O O O O O O O O M O oJ O O O �fl O O O R O 1� 1� 6? 4� (O EA EA O N O O N EA V � EA O M(p N � p I� � �� M � th M f0 I� O (") 7 � Of f� H � W M 1� V M I� M M t0 ��[1 7 N 7 O I� � � V3 V3 FR V3 49 V3 V3 tn V� FR M� FR V3 � Vi 3 N Y N R H 41 O O O O O O O O O O O O O O O O O O O O O O 1/ 19 fA fA EA ER fR EA EA fA fA fH fA N fA O lfJ fA 6? fH fA O fA C N lfJ U3 N y f9 EJ� � C �" W p cM � U � 0 H � � � � 0 .0 3 v 0 c d K � n � � d «a ev > v � c ~ v a w m � N N � � fR ffj C � � � � O C Z V � � O 9 W N 3 Q] tp" y � w � O O O O O O O O O O O O M O N O O O� O O O O O I� 1� EA �(D EA EA O h O O O EA 7(D EA O M(D N � � I� � � T M � M M � N� M 7 � V I� N J V1 � OJ M f� V M 1� N) M f0 � 7 7 N 7 V I� N o � E» ei cn ei E» E» E» e� a� e» � e» E» �<» O io U N o � h � y o o N N � � N � `� � � Z 'c � a U Q O o�0 M Nvao �m Z Q � V U O O � M a0 O aD O 7 a0 N N L � N O oJ a � F � �, g w U s, � � N M M N a0 M W O N V l0 N J7U1 � � ,� C O '� a`W � Of M tD a0 N cD N N N u� aD W N 7 O N U� N O N � N � N p N d � � � .� N O C a`g � 7 N N N V � � N V O v a`o w � � L N � O � �� N o n V '� ��� � � m c o c O �� � � � � � N W � �` ta.� •- N � � DO d d � c. N n o �� E a`�i -o � a � ;� a E a�._-a. m IU/1 C �' @ >� Ol L W M � p � vI � O U m N Q y � ��_� C d �� C U m� C N E N � U(0 Ol C T � T � � � CP Q Y E t6 � O N — C_ � d J � . H t0 ry(0 O U d � ���j p N p ❑ O in =� �'� O� ❑� � �� ��p � o �� �m � m�� � m�-ua rm � C N U � N m C N N N j N N� � N p Y� � � � t� ` � 0 N p� N l6 (6 � l4 (6 �U �- � U-� d d w m m a E ���� � m a��i � a��i a��i ° ��;� > � o� �`o_ �£ m m �o �a 5 d o a'm o'm a` a u) a a 5 o m�.�' `o a� �� �a d �n a� U U�FU7U Od0 a> O � N � N M 7�n (D I� m rn � N � N M Z N N N N N N N N N N N N Y � N � � N N N N N N � O � O N N O CJ A H N M C Ec� N p_ O p_ N � � o r � � ro y W � X O � � � N L N N p J N > � > m N � � � Ep O L U Q i�¢a N Z N � t O � 0 �Y aW f` m � � W 0 w = O � i � J H a! � C w �N N y � O ._ U L � d � � O � •R •y � � N 0 �fl O O O O N O O O O O O O O O O O O O O O r W O N(O N I� N fA N O GD N N IA O O V � � I� N p (D M M � In V I� f0 M(O (`� th OI � m M � I� (D H I� V� a� N N N 7 � � W OD � l[1 M I� (D M � �� tn � Vi eA � V3 M V3 V3 N� U9 V3 eR U9 V3 V3 Vi 3 N Y N R H 41 O O O O O O O O O O O O O O O O O O O O O 1/ O EA EA 6? 6? 6? EA fA fA EA EA EA 6? IA ER EA O EA Y3 N 6? C � N N E» y � �n u� X � W p EA � U � 0 H � � � 0 .0 3 v 0 c d K � N O h N �W � � > N � C ~ N a w �+ m w "' c � m � � o C Z V O �W �W 9 W u> 3 m cp y � � �n0000�noo 0 00 00 0 0000 000 O W O N (D N I� N H3 N O a0 N N O O O 7 � N N � � M M � N 7 1� tD M(D M M I� � I� M � I� (D N J V/ � a� 7� N (V N 7 � W 00 �� u� M 1� t0 M N o v3m�<»<n e»e» w �<» i»c» � v3<»v3E» E»<nea O io U N o � h � y o N o 0 N � � N io `� � � Z 'c � a U Q O R N � � n N� CO t0 ID Z Q � V U O O N O N oJ V oJ a O(D N CO N oJ � � a � �� a � � �, �, g w U s, � � N N N N 7 0� � M N oJ N oJ � aND aD M 7 7 J7U1 � � ,� C O '� a`W � � aD � 7 N � N aD aD � W t0 7 7 N N 7 � N N N V m � d R O C a`g �n o N V O M y V d) O v a`o w � � c � o a� r � y a O � a�i U o� � o 0 0 �.-. p m � C C J N �� d C O p� L C j � N a ,�U- �� N N N'-' C U O @ � N C .0 l4 N C� U � 3 a �' E ° �, o � o E o z a C' C C (n C? L � o rn � U�. U '6 oi m � o�' 3 in "a � v V) o � = m G � � � N N -> � � � (0 Iq C � � C N N C U� N Y N C J ��� t6 V C J� m° b m� 3 E �l m ,o 0 F � '� o O�� �d o Na oW c� o���� � � m m o � a �� `° � rn°' o o � c o �` 3 °J �� s 3 � a� a?�� .�, �o oaainm... m� cLi �� �� 2 U U p°� �'�' �� 2 �� c c a"i E���' a C' � � N C� UJ T w f0 O'V - � N N N..�. ..�. O 3 N N C O N N���o_ Q O.-- N C C� C O O O O Q Q d (n d' K LL � c�o aa0 U� H LLll(nlL dU U U d' O � N M � N M 7 �n c0 Z M M M Y N M M M M a tD I� � N M V ���fi �fl � N N N � M M CJ M Ih O 7 7 7 7 O LL� N H a �f1 c � � r no p_ N � � O O � y W " � X O � N — N ~ > t6 L N N � J � >O � �' > m N � � � Ep O L U Q i�¢a y Z � � � N � � C � Y � y aW � U fA �.' > � ` m d R O � � � � � � � W 0 � R y � � N � (n � O � Q N J H c � E c� � r no p_ N � � O r W O �� y W " � X O � N - N ~ > t6 L N N � J � >O � �' > m N � � � Ep O L U Q i�¢a y Z � � � N � � C � Y � y aW � U fA �.' > � ` m d R O � � � � � � � W 0 � R y � � N � (n � O � Q N J H c � E c� � r no p_ N � � O r W O �� y W " � X O � N - N ~ > t6 L N N � J � >O � �' > m N � � � Ep O L U Q i�¢a ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for 2022 Railroad Crossinq Safetv Improvements City Project No. CPN105249 No changes to Standard Agreement City of Fort Worth, Texas 2022 Railroad Crossing Safety Improvements Attachment C CPN105249 PMO Release Date: 05.19.2010 Page 1 of 1 � 1� ,� L � � �i — x S S >� 0 q � ♦ � � LL LL� LL LL LL LL LL LL LL LL\�- �_�������� LL F LL � LL� u LL LL LL z� LL- LL \ LL F � � � F F � � F � � � � � � � � � � � � � � � � � � � � � � � E F � � � � � � � S „ O� �, e m �o I"� la �� � � 91a �e � e � e,a �e �a I I I I I I I ,� � ,� � ,� � � � � � _ � LL � - � � � � � � � � F � � � � � 4 �d .- 9 I8� N�., F F d a N 8,000 16,000 � Feet 0 � Keller Haslet • � 2 • ' " - C�,x' O � �. �. ti it .. .�;�� .,� I.,. 1.... � M R.�,� , � M � � � :/ ' �,20 � � 2,� - �o R � �ro� • • ' • , • �'�� � City Project Number - 105249 2022 Railroad Crossing Safety Improvements � - 82� Legend O Proposed Railroad Crossing Safety Improvement Qi Exhibit Number � � Interstates/Other Freeways Major Arterials FORTWORTH. 'A� Planning -�y��' ■_� Engineering T � Program Management � � � O � � t - c � } Z 0 0 .L 3 �3 � � m @ m � r 3� ..�. -O -6 G O N � � S �,a O v v Y� p E r ,�n X � z � � 't 't _ � �' N O W � C V N fn 0 3� N C N Z UI � O � � i� C O C ?i � Q U} U � � ` O a1 D1 �. � — -p ul � U y C C C C D1 3 N� O N mm °-°' a a°ma� E>. Ea'o'Y = c a u' u' a�i > 3 E 3 a�i O an'i � � �� n�C y C C .0 � y �� Q C • i N.N. N� t6 � C'E 0 l6 C� O UI ; � j a. , I , o .. ui > �E > ° r � � 'N � E :o .' u� � .� ��' � � � � � ��fA'1 L> >' a � a >a a� a�i � r � o � ° > > .� - . �> (0 � > O U L 3 U U N U d UJ LL � ; ,� , • � � � � N N `� U f0 �I � •� �, � ..,yy '� O� �(0 N N M LL OJ c�i a.N N � � N M 7 � `'���1!�y . . �{ ) #[�?�y., �4 " ``.r; 7., ! \~l � s , � �' `� S/� � \� '� - - • ^w \ • �� O � � � \ Q .- O (� � '� . � �'� � . J a �s-a-o > U � � � � � L C O� C 3 3 N .. �� / p O Q U� p . ,�,. N — @ ^ � �. . e. � � � o � o '\. . - +iY .-,�. V � U ` ��n... .' � � j � � � � ,i,'.��y ` �)b ` ��i ♦ � p O � ,� �.,� . . LL � E 3 C .� ,'�". . - - � ;j �.%t�: �. ��_ ' . '��I..R ..`.�.�, ii �r,, �a,� `• , t ►�. �, �.��- . t � . � 4� � . ' _... . . �- r ....k � �� �.. ' � :.�� . . , ..r:` \ �'►� ♦.:- . l T �� iT..� � .�. �� . ,. \•. ' + (e'� i:1� . .. ,,,� � . ,�e . \ . _�\ ��� .� <. w ��t: ;� �. *.,,. � .�'Y�',' �, , �',.�({j',�_ . `;.��+±�?� F ' � '�� . R •�� � ' • . � • ,� �", '.�' � . � . . � , (' ' ;1' �. � '; - � :� .�. p�:... , � . ••, 1' ,, ',- , '' w si ��� .•H �, ' � ~ J I �'` v �,", s �,� • ,/�, ��''•,�: ���'w:�< . � a� `� ` � '. . J L� ������a, ��'�. Q F � \� �•. s��l , .7 �� j��`r. .h "Z� `�' _ rtYcilV Y �(� �1 �.� . / iZ'` ,"� � v, �� ���'S.r '. ,�'. � Y,,wM�� � v �'�[.� .Y �~�� ,^�.` W v 1� ��� j7� �.�:,. � a' i :� �'J��•;+� i�. � M J >•tr ';4>�r} 3 y °'o � �{ '�£f ,,�,�w -�ti.;,� i _.�,� LLI c . r ,,, � �. � m ` � i ``�'�� . '. ; . �r Y � o E �' ',�y .�. .L . E �- � � �_�f� �... -'.. . ' , . � o. � - �� . . "C y '� � @ N � `.�' � r ' � � � �j� � .� � rt . . . � � ��.�R^. � C Ul N C Ol � �,. . _ � � _t.' .. _ �-Y �C� % . LL � ;y � o � a o_ �' � � � �� r� . ' i . ` 1� � � " d �'�" `�� ; m m E a�i.� n E � , � r � �< � � . � � S7o'�'�_,.•,-''� {.2, � � ,� -.. � o-a � a�i a� a� N , � .. . � p ' ��Y."' -), y ���a����3s°' �. . . T�. , � r}',p�► � � - t `� � �t, I � X � �G ' ��~ . •} 3 �^ @ �'`� 1 \i �"� s�! �,� r.� `� � £��•.,+, � � �.lb �'°'�� �i �� !- +'{r�'"�yti �'1. p � ��. -P , „ti �`' S`f 1 , _ , . � � � � • � � t . r �� yi � T • �.i� } !.. �V . �j� �� , �yy�. r � + t � 11` l. �,• � ,11�i �t .v i � r " ' I { �4 t.v. . a :J: -'�' . ,� �r•t.. �. . �.;. � � a :' tw� la � ,�t. . . .. t y, k .�; �t�: ri7 i �� � } � 7 \ �,, � . � �?•e Y ..' � 4`�. . , .l►3� w '. � ��, ��'a�.x�� �'kiu �4.' � Z ,4� i . a� �.� � 1� f�^`n -.h• � ..�r �'C.��� 'ti .�.� �;t��.. d ,.� y , . � . � . � .} . . ( � y��� . l; - � - � � ,� ;. Y �� t 'C fi O . _ ►-' +c;,• ;. s �� \ . ; LeM1 y ; * , . «` � � / � z��� ,'� YY X A�`�� � C J , y� �; Y ' � , f�'', � �.�.t�. +ef.•r� �''�•:�•-- � E < `"Ci r �l`, �l�i/ ►�>� ��r,�`r��K 9 y C �a� 2 fL�: �� � �' �~f �,��!'a� r,��� %'�'�'►• � � p , ,, _ � , . . '�_,�' , ,• � � � �'�'"�Y�; �`".�'��ai z � � + 1� I . ,` ,� ,» �, ,, � �{ < : h',�;,� t , , '� '�" � �� .'�`;I. 1 y \ � ,� � .� . .:�. ��r • ' � � - .� 4t. . G j� ,;,. „�: ..�Y, :e.� a ,�." �. � i _ , � .� :.� J �z� U 3 O .1..' • � r at • �� ; T �� '� '� �,.. �� , . �, �� -� - —p—>. ' � + � F�.,! �;�.J - ' ^�y �' � ;'� �'d -`��Hyp'�� ` . . � . . ' .,'� . • �• �,� r; . „�� ' �. �' Y ' �.: . . � `- d r � �. 1 ' - .�'°�`�"= j . : .��. LI:1tL11laLtiy1�11.1i17 itti•�. . 1L L � ` " -� �l i ► ,� i: �i1�:�\11���7���ll�l/ �{�{i��•�•� �_.�.-�__� .-�_.�._ y � �_ � _� Il������►��Tj� �� ` �. � � L Ol � - � N U a�'i } � d m N p �Z N N � N Q U � `N} � C N � C � a1 a1 � ❑ � } :� N � p oo°a"i N >. ❑ -o m > � o � � � Udcni� �, � � � .�� � �11i-1.1��1.�41 t1L: 1 r � 7� 1:� 1� t•. �� 1 �;� �• � . � Y'6 . ' ' .•J� . . ' �.-%' . � -j N � ' ....y . � ,t `' , _ - . _ .. p p N • 1• . � . • :.:1. �. '� � Q � � � �� . � � K'�� � � . .� N � � � , �'� . r � '•� .' C � � C � � � ~, ) �. - ` ` � - � • , . � .'�� �LNQ�'�w,� G •�L! • ���j� _ � _ . fi ��j/, : cn a� m� 3� a�i �... .� U E N N d�� ��, �� � � � N N � � �' � a __ �f � �' N�� � a= � a� — - .. -����' � .a �� x. ��� � � � � �' / � . �„ � �� � ''!��. ,�;� . � ` :, . fa ,J -,� •±•S . � � �• �� � : .. .\ -.t. .. ���- _.�, - - . t �'�"�'� _ � ''�' : . ���,�Y, �'����"M,�.��^'.1i � '. •• . :".."•,�~i>: L . ' _rg • :� ���; _ _ ���_�e,:.�•t'A'�� i� �..�'J�a ,� � - -3�.�'-�-�.. �° � �r i�'/�� :;;r�'� � � : ��_ � ����.� 'i%�. _ ..'.: ' iT K'. �I�a 2 ,' ti`, �, '���t v � A� •! � '. �' c � -"�;;<;• ,'�;' U ' .wti �. -�� a � . , �, ,'� ' 'r Y • ''' T t '- � }� ' r . \ r - • •�y , 1�� •�� � , ' r � , � •�,_ �.��; ���. 4 •� � • :� ' �, .. .. ' " '�' � •F , � _ � 1�,�, � ��' _ �" _ :; , � , - „ � � '� .. ` • � � � '� � • ., t � ' 0' � 1 . , � � � 1 � 1 � � � �K r 'ia � l � , �, . . �� �� , { � s �.�,.. - _ � � a � �a m � 3 3 � c _@ o @ a o � � a� t 0 � � y 9 y � � v�i N o 3 � � � � � C O C 3 � O d a m �c�.3 m3 � � O N 3 J @ N .C� .� y C a �-30 N aN+ N � Ip (6 'C '- @ > �� > � L � N N O aY Qa� N�oL a� - � � � � .. �i U 0 Z ~ N m 2 W � � 0 Q J ❑N L.f_ LL W J J W Y W UN L.L d J J > �N L.L �^ LL � � Y Z < � �C V EJ ��j < SG � � i' < �i O � < � J � � a �z� .� N Q � Y O � � 3 s � ma _ �n ,_ �--T � _ �i . �� � }„�.��, „ `R�". . �, ����SY�� 'y'1 r . Y � >Z rw�� M aY� � •-'� �'?� .. s~�,-.:� .. �. r ,� � � � 'yi . •�, 1`, , .>: . ��� ��r, , E .`�� �X y� �'�� _� , - � .��� - . ,�►. w i ,�.v�: N t+,IL'� � � a+a,..,... .� � . . --� � � �a,� � . _ � '� .. '���-,�.' .% �� ♦ , ��7t��'��w.�` � �'��� � �I+.��•'i{4 � r� . 7 � ��` ,y }�.s 1 ).,� w �. J , w � � s � � 4'�- � r' ,. �r L ��.i i w . r.i +X » : �r� �, ~ �s���.� � ,. , _ t: ; 1 '�.i:4r', ?�'�'`k , , �_ �,�, � ` � '�' �;���� �I�tn-i . R . � i"`•' ' ; . ���� �.�„�: r.. � � , � � @ � � � 3 3 � � � o � a -o � o � o � N L U m m � � ° E mr 3 � �i � � 0 6 O N C N N C O C �� 3 `1 N � - O N C .�- C1 UL1 C D1,� N 3� L N ��� aO1i 3 � m�j o � E 3 � h� C N C C .'C "O N O N aN+ N�� l6 C'_ l0 ��r N.� N� C i L N O�'6 > — > � L V�i O N p_ y O_ >a N N� L ��(�j � > O U L � O � -� . H N N'�. 3 U U-O �� � . . } - '. l� � ♦ K � . ' hl �� , z � �.�, t ;� � ;i , . . � �1 :�..��;' � � � �1` . ; � . �'�`� .��". � �`$} lt�• : r" . � I �.��..i� � r � m N N � N } N N � N Q U } � N � O N � c � � a� � a�i0 �} c � � � Q p O � � :.. N >. ❑ -O N > �p O � � � Ci O U7 LL a :� �'�'�� ... �! ,. �.b; 'k �,�{`? �`� , �;�;.� ;; " � ;,;. ;, !,' • .�; =:��� { , Y: ''_ � � Y �� ` � a\ ^!- K � ' �' q � y , .;� �,�`�; �, �- `�, , . � � . - � � L � � . I C N U '�1�4Y�1./,/{• . . ' �i Y"Q }' . . , u � � ,_.,,� a � 'o � � 1. t a::< - 5, o � Q� � ' . , .,' � , I _ _ �71�►Ai " a � ° .. i ' � � � � ]yf� a��m . . .�r �..-- . .'11� ' "'��. _ . ' a � � � � in N �'�7� ' . _. J � % . ` U p_.y N ,� . . •_ / C cnm�y3m� �.� � �'` � . ; � �� r � �6Q��'>a��i�� y . a a� a� � � u� O � ' R R �� I� I� _ N� N�' a' 3 6� :: A �P t . � ' ,� .,"�' � � � ■ I -'1r�� C� � � N c") C � V � `�'\ �.. •K ��� { "�`'� �!C y�� n r,� 3 ,��..��� .. .� � � �.,��} � "^wig � �I� '�' . � 4 'b' i °' �' . �, . a� *'� -a `$ � � • ��. , � �{ '^, _ , �tt 3� •�_ : � � �"�`F \'►�« L;�: v> � .�� _ . . +c . � �f' . . � ' -� t r���'�'�d'e� x '�` •. t� _ _ _ kvf � O � � m � i5, � t �..;� '�asr �f L � .� , � � , � u _,� �'.. ��i x � �► \ ,,., . • v� - W �' � � �, 11 . � � �.' � � �' M .>+ . µ �� . .�).�. �.>!•' � � 'F ' -�IC -jC. � � o ' '� r . .�+. �' ` `` `'r"'-. , � •� � "��� �i' � T 'i►' � � r' . �'/�� o.' 1 �f� �� . <�. . ..�`_. �7 f 4. � T � } .� �� r � E !I '� � ` , �„ _. �,,� , �-'y m � ]� %�� 'y � t�+ 7 ; � '; ' � S ,� � / � ;� ! r,:M•+p�,t„�: y'• � 1 \ 'm � y'.�' c � �. jjj a �� i � � c; . � �.+�f - ' 1. � •y�� � � �J.4�'��.. � ♦.� , t r�.,i� �:� `>�t.�. � �pt.: .�. � � � i " ,. Y� ` . � «t �f• � ^ �t � ,�• ��. � ����' ` � �3 .\�-y ' i ~' �� S ., �'' ,x ,:. '' .'�•r , ys�, ` �' ` � ' ., _ •��, �,,. ^�, w� `�+�e�: • ..:�+�! c � �� , ' 4. `S� fkf . � . � y :, `,�� * +��'S,: � � . + . -+j,'l` �:�'"'� � .l. tet, ��� . . � . R''• �� t � . r i �' ..�� ��' { �- t�H ��v''�Z��'� n �� a. � � �;;,� 'F' J . „ ; _. � ;;:� r ^ l ��` �� ' � �r.4�Y.' � . _. , 1. ..��, r ,`1,�,Y�,�/1,1:��� y �.� • �'.�� � ,�.�. 1 . r:l:.�i S A ` � I�' .�� � A`� �=Y'ti� �/ . � � � � ,� �� . . �� '�t \1� .. ^ ; �'' \� �_ _. . i� � ; ' ��i�16� . , a.al . •- �i`�� . .� ; ��. �:�.� . . �:� . . 0 z ~ M m 2 ll.� H � 0 Q J � � J O O 2 U � W � � � Q U ��/-� VJ � � � d � � Y z i �C V EJ � < � � �Zy O ��V < � J � � � O T s = � � } F C �a"i 3 3 � � � m � � � � � ° a�r� � 2 �z� ° m m��° E�'r N O W 't t � � 3 � � '�3� � o� oiZ p � � C C � [6 � �i UI � UI .� O C ?i Q U N N �1 Ll1(`. N— �"O �p iC ` N� (4 C C N>i L N C C 4! Q � �3��a�i E >.m 3 E °j°'Y Q N N N �� � 3 U� � � p c v � a�i.a'. �� m�'�'E o m N c c o'm � N��� �., U iL -o— o o� � � . ''� " p > — > � L � N N C � � �. :p N � � � ' N O_ L O. O- N N K @� E U (/j C.� i� . .- : .. ' . }. ,�. � .. N L y. O � � .0 . ��� . �= � � p� y 3 U�'30 � U d U7 LL i!'�Q� �?- �. d � �a cv LL o� c 3 c-i .`� m°� H � t�i r; v- � j.. ' .�, �. � ` �� �� �+k.� f H .,. '���' -.;: ` ' . . � ; � �ty�'�c,; . � , . ' � Q i � `a � i ' � M Q . , J St. ' �� �� . l `,S -�' ,�l_�� . . ,S. . �� + y `� 1�'` 7 .�Z��, �. j�� . ; 'y.,rr, p�.- � '�'i � � "j�, ,� �. �.} �'''�.'' � �� � y'!':>� ��'t , � ' ;,. .�,, �, .... r �� *. .�`� ' 1 �' �- . . � ti\ a .,('. . ..;Y,�i �,' . . N ��" ' � � S; ; .. �1�`� ' � � �, ., _ t�i� � :90 "� . . �•rl.�i'� � ' - .�`<, � ;�. , �Y.�� . 4 � � � � . �, � � �; � m • M � �' . 1�}-'N y ry •Y' .L . �..�, / � • ��� � �� � �� e , . m '�. � r „ ~ � ` � I � N U N . -�, , •��, • �3 `-o LL "� ' � ■. �''� o � 'o a°�i W - � aE J . �' ; t.:.Sy.� . .� ._.R� ��.4. �. � n�i � '0 0 . � •• • ! � , . � � � .�y. , . � � � . � � 19 c � '. , .. y'�, �,Q,. n, �. � � �. � - � , a r m � � o� m E�A .�i'� �'- `�, � o:o o- � ca�i � cmi �'�`•' `. LL� y- ,. ..� ���y3��� �tS �a,•t!A� � . - � m m E�.� n E i � ��.ti�;�.= > m � 3 ¢:•�a �' !.�..-. � ��:�:t_ i� ' � a� � �,�— � `_`, :..�tY�!" . '� N � N � � � 6 � ' � - �y . . ' Y•. . � ^� , ♦ C� � � N M C � V LL ' •-.��. 1 , � 1� ^ . , � � -.��,�, • r�a�k�� _ • 1,/�' . .. � . �.,: ! � . ��:._* � - �y,c Yy .. �j 1 / � af `�•p�;. . . . F, .�1 y`a�, ._ , , ` •�.t � � � '� ! 'r'. � . • ,- !'�� �4� ��� �• 1 � �° , r�� �. � � . . � � �. . r � � . -, � _ '�', �''�� -- -, .,, i. . -. � ' :�►_- ' � - ;�� ' - " s;�d:=. �; .. :� �: �� :t �=.;,�„R���'k. �,b�� �. . Y ;:i • � Z "� "�? .'r, y � =+' � f�1 O ' .� �. �. �'. � � . � C c� t, � � � s��.--_ r �� 4'.�j'� � E J • . ' , S.a.�. � �- , � � C .� �:� � m o ' . . ' �;. j �� J .� ; ,,;.,: < , � , � �f ` ' �iT , '. � � � � �'e�� • , �r I Mi' � �'' ,' �" ;;::° � ..., - =, J ��`n . � . . `k. �� • f ..•i, � ..1. ,i) 5 . . , _�, �, �I: � � � O s = � � } F 3 3 � � m � ` m `0 1° c � � � � � � N r � E _ � � � Y � 0 E�y N x s� _ �� NO W X � � �i-6 � O� NZ Q `1 N C C N N��i N N .� O C ?i Q U N U � � C D 1�i N� � L � �} N 30 � d'� N 3 j N f6 �'O �@�} J N NN�'o �3Vy ��pc a�i.hN.a�i�m�'�'Eom�' cco'm o d.� �° L � y!� � E� � N � O �m a r a a� N� m°� � � y�.°� ��a i � � � � � � 'J '� � o c�i s 3 � ° � � o � � .� - 1 :4`� .�� e � — m — H a� a� " u � "o . � U d � � � I r ,''•." � � I�' : i� �(0 N LL Ol c�i M.� N�' � � N M 7 •.7 � ; � Eo � ��(` -'S " � , . - � ti d � '��;*- . !� "" t;, ;`•"4� � ..a..� y�r•�- .� ^ � i .. . 1 . ' �` O ry Y Q '..;�ab`��'�"' ".-^ '�. . ' '" `y '.. `.�.. • . �;;„ -'� --_ _ . . �' ', � ii���. J �:.. �ii. • ' ' '�\ , �� �1 W,�. . . �� �.4 . . ' I � � i � . �� � � �z ; .,'"-'�' C� '��.*y Y��.' '�q���F� , . i .� ��+k .r `, a, T � �:/�.�` ,:L , .+i,�. y �� � .d� . `i,..' �. .:!L `t"��f. �'t�r x: � . ,� ' � , t �"7 �fr`,. � y=C�.'L ' � ,af ,pa z�' �f � i '2 �,' ,� - �Q?� _ '�'i.t✓ y� � �.J� ��� j�wW ..i- � . -�",�? � </f y� +• l � W� � . .»�,i 1.�,•.� if y - ' ; ,� �i-s'` � y �i_ : � 1 r � � . AS� � Pa , , '�•� � .a: s /�{i�.,�t yr �� �X'�r. ,�t _ �; ; a 1 , � .�'�,,,� � , .. , �; � � � . .:, �: ,� .� , .. . _�,'W� � �.� S _ y 'f �. � ' ~�.• 4'' �- '' � _r�"`a� y'� � ; �- . ' `P" �� . �,L', • �•�. � � � f �" �.. . •i. , .. � R'� .� . � � � r-• . ' � � � ;E.�.. � � � 1 , r,�,��' ���z.»� ..'�� . _� � ::.�.t � ���a,y,� �c� ��1 ,, � � � ; � , , �< f. _{y:, c. .';'�` k z}�� , � v ��; , '��F , r' �. `�7�W��n�� �� � I'� ` 1 � � � I L� /�' � � J �.'V �':yz '�° * � • . � � Y � r1�,'�% • - , y t y�'� � j.� � - y %��i � � .� � 1. L OJ � y' . C �t� ��( � ...�� .'. .t �te' �� 3 `'O � iJ�f ��� , 1� � , .�. f _��� - ❑ � „�G�. J'.{ 1 � � '> N � . Y % LLI ti: • . r ' . I �� {�,' ' �Y �m � o- E � , 1 li " � 1 � � W • . . �� a�i � � '� � � � -y.l? # i1 m a �, � � � �+ . . :.� `� � � C � � �� � ��• A, ; � � .�I� � L(0 � m UJ N� Q �. •i , _ .. ��,�•'� � U _O �- f� U C U . 'r.]�+ , i. u�a�my3m�� Y @ m � � � � N � . ♦!� �� � '< �•! .��'�� � ��'���3��' ����.-, -" �� ;� ti"'t�' J,At� U � . '�'k . ��. � } � C� � � N M c � � , . , _ =��R' . , �l�',• . . i���k �. , �a� %M ��/ � ' . t � � /- �'Sr � L�L/ • ' - . � . �, L LL . +, �, . .� ���•, � . ti: �'� a,�, ,: } '�t3 �,. � ti-. •:, � ,,t�.7; a �.� �r";��� j, �� ;� : �. .; � r�,` .� k . .�M1. _ ! i. .��'•: � !��. .� .; . . . '�' �.Nf � } . • '� � � ..��� J ' .. �� ! .�� . �� �!Y,� � � .�� ` •f"+1..l. -J�', t, � r•1 �y' � , � ,�� R � � • �� ., 4 ;� 6.. � "•� ' � �.� . ��w � :�r'� _ :�- ���'. •'7 .. �r . � . ''y� .'t ? � ' i, _ '� w' �,�• � , -�, j� "i" � . ?.'� .'•w �."�3. -.. !� , ,` : .l�' q * �: - ' �- � ��:�.� i�,j.,: . . �., " >,�.' ,;- -+� - Y ?y � yr. F . �« ; ; 3', > . � •s ' �� ''� s ,T •s:`-,� � � i`�11 � � • 1L � �. } �'� � _ � . � 1 � � � 0 �4-u .� �a= r'tr' 4 i C c� i� - �:'"'q�`'� , '' ," , �� , ^ -E J � -- .0 :� � • ,, b � s' ' �.�j' +�',,� � c - . 4�. .y ; � '� � .'�, . SC � o .. . 4' t : ; � � • � u, � � � �:; _��� ": �� � .�- :,: ; . � 'z.�. �,.,. _ ,��.�,.�.. , "� d r? ` rfN,,,��1, �' fi � ''' -' ,. , �' •~ " � r . [ . � , , .F�Y�, � �y^�'Y� ' C� �� (, � f. ' ��� '�,.�S,�s�+<. �i�ti�.� �i'�Y'y �;'. ., ..i'�r.� ;� �`� ':�` yL„ , t .' �l _ �.•j� � � Ft� � �. y�•i} `'. � ' ; �i�� .'� � S . / t a �� � �,y. � ' .;r;', .�it., ' � o o R Z N 3c F � o � � o a0 � � N V � � (6 = 3(6 C N V X ?� � � � Y N Z w � � L � O p_ C E U N � d � � O � } N � O.� N C t/! C � � C Ul �, �. . L C � -O . V � C O� �} � �-6 O � '_ai�t � � �,J � .� ,�,�. -O N m.@ Ul � •� S Q (C �U _ . .�: � � � � O ❑ Q C '"�� 3'6� . !Y"`w5-�"r.' •..~ ' :. � � ' "' �` � =� "` � +�''�S .. ' . N � O w � w� _ _ ' v� m �- N >. �i.. V . s: �'' � r il� . . . 1. ��� � ' p � � U � � � 3 jy� �P"x �)� _� "` �.J (/i L_ y O 3 3.� �' � . ,'�2 -+� 'i`7w.. . . u : _, ,'�V . _ f �.:. � ` - N ii � (n LL ,�y S +�p. � lYlS :F.'r% 4 .� 1� :�` Y` f i i� ?i ' � N M a � � � � � at 7 N• / . �1.1�%'2��" .'� w -. � :x.�, Z�; . � � . . ', .�,-r, v'1P ^F..15.'-k._�i.�.'^�'�-�''� . �yt _ �k .. .. "� �'� :.� 5 �' . ? � { �_.� o,.. � 0 .� r ` } ��� . ��� � � � ; \\.. � : � P�1 Q \ v� o J 1 ��� � ' V 1�'. `� �� U 3 - N -6 = T C y �, ___._._"".T._. . ' '. . C f� � �� � . � � Y � � 1 3 , `o r � ��' �� �� ; 1� .. �� ' �� .. , o � 3 a � , . . _.�. . ..���,,., . � � � � b,' � � �� m � o . Y .�q.,, 5,:. .:, m� o� o>;S.;,r� i_. �` a ' . m a� :-= - " ' p. .. � � � , y.. q�' -o -o '� 7'� t y!� 1',� �'�.o C� m: �` ��" 3 j .��>, ���� �i i Y ` � � �' � � �� \'.AV � 1� �, ,�! i � _ �' ` � �, � � r � � t . r>. . � , � I, �` ,.� .'.i w, .,�. � �- ♦ '� f .i..'Ar .i'y �_ ..� � - ...��. � �.'-t' ,` . y',-���x�c�� L{�I � ; � :i- � . +� �� F+c��� � • � .��� � . � .. . 'Vy' � 1 �' � � ._ . � , , �✓s� ' . � �:. t H �y � - - � � �....., �w'`�.�',;;c,;..�._� M� ` � , • .....I � '�4� � � ' �._��5.: � . ��'- I 11 I �� ' �f V� ' I �y,� `wy � � �•y��� � ��•+1�. . . . _ . . � � .. fS'4/�� � \\ �.'� �' ' �, ` } I'�y�` '; . ' a a " �°�� �, � " ..� ' • :�.h -.A,� , ' , � - . � � � ��� -F� r i; ��� J , . � ti , �=...,-r . � "hJ �. . t•.`� ~ ' � � � � �� � +� \ \ ���i�� ��. �'� � $�'' ���� \ "'�L ��-.. y�_ ,,�,.. ,.Y � ' � � �+ •Y 1�=, . " I ' • �� � �. S� � . � rT \ - ;: �A �•F . .. . .;� krk . .. . �1�tv����` . .n. ✓' l � ► �.. �.tE " . D, . • .. y T'�. •.;;' � � . � . ..��� ' < � � . �"� '^,�� � 1 `�� '��; • � ,�' �C V ��}Y:� �� .:.,�� �,�:�*, , o \ � �E < _ '� � �o a �< � � �- ��� � � � �. o � .� C i � J �I .;{' �. O .3. 1 � � (n � ;:.iV .i� �� < -�� � �� � � � v,14� � _� �'- � � � ��.�� . , � ', ~ . ��}� � � � ��� � � S � G �� �� , J ��_ � ��. � , -- ��,� - � ::��: � o O R � L F � o .� 3 o m a� -O � ° �i� 2 3 O t6 ` U �� �` O N N Y tn Z w � C N '36 � L � fn �' O C N� 0� N'y } O.T. UJ R i' � 'q C } C C v1 L d � � � !6 � N � C � � } o�o �c3a� -a� rn._`�' , = a � E m� o � a m 0 � � (p � �� U �>. � N L71 a�Y � ``'e �' � y ,� � � y � � � n1p T � �f � .� t 1 � � � � � , c m � N � 0 il�� �� � e . .; .� O � .. C N � @ .'1�Y �i'�l1 i1� ` `C..:`' " N L> 3 Y �� 3�C W .�AiI . �i• � � � e� . . \ � - 3 > — N U � (n LL �1l •� .k,:. ' t1.. O �3 ��NMa , � r'� � � � . , r. ' � . .I' � � ���." � �� � - H � �• I .,+ _ . � Z���y � .' � ��, � � � • . ' . ,;� ' ��s : .•t. . : Q V�r.+� . '*-'` � ' I J A�ut� w . . Y. 9... ��i ... . � 'µY J. � +� �L .yC ��"lu . . . , � � � _ 4 ,�. . �Rk i ��. �' r . '�' _ �- � � � �� .. -�y. .. �l- • - , . ��' � � , � . '�' �� �.� � ��� � � I �� ��� �i�����������'�" �� � , ; ��� � � � �.a � �.;. ����ii����������ni���p:!����,.�l.L � .. � .. _ . 7 . .. , ; �� � .�, I �' � . #:. _ � r , , �, a a�. � � . ��� �:. � � ��::� �- � , ;, ��, �� � �., - _ � ..� S:� ----� .,..:. .._.. � . ... i Ni � Q ... . .♦ � 1` � � , . �. � -i i���� � ' ...`..`. � . � 1' + \, �; �;:. d^xj�'��. �, .J" - m I 4 , � �' ='.� , . � . j�' � i �''.' � Q . : A� J . ' � ���'Y,.�F . J � _� , _ i�. �� ���uuyu�wuiu� ..� �II I-'...i.__�_� � ,�`?� � • ���� i•=�d'�v uii��u ��� � 1�1 1.� �.'� ` � v, � ^_ . �. � � � ��t9��i'� .���]4ii..�p� . � . ��,. i �•��' 1 �' � Q i �x .� .� � ' �1 ',1 .' �1 � \ 4 � ��� > � , � ; ' �.. >-� l ` t y' .�f . %� '• LL -�i . ' ° �a ,�� '� � `'� C " _ _ � �. � � , �b c�...' �c �..: - .. �.i . , �' .•� {� � � � . ^"_ �S.' - � - . ��•� - � 4-. 4 ���..: ` ..,t ^ '�� .'.,�',� ,� ` .. �,r � ,. , - ' �"" ' �F ; l;� ' . 4 , � � t � � "�` ; �• K U /' ^ �� � �� � � , ' M � Y � ..` d'� , t � Z `. i.� .��y � �-�rc, � � �. k . .. � � � � � ,� �� y - . I� -, .� � ,_ r ., � � � � `, - � ,- - . Y ��. � ,`+� ��' � �E < .� ; � "� }�. • • � ` � ° ' . ' � � N '�' , 3G � N U C ' � � �i � O �} '` �' a�@E '" 1 f .. • �� � Z J N 3 � s � �s! s�t',. � -o s ` c� 1�7� �'�• �. . ��V < � - � � c m � a : , i :' , r ' � � � � � ��+ E �a n n s :* t .i�` w'- �: l�.w�..h- 4 r k� , " � c'a o� '��° � � +_ �., � .:x .. y J� � � ��. .. �. � '�" � a -o in @ v�i o �." . �, . �✓ *� , � � o `.3� / . . . t ' � `��� �' � m o m � � o L ��� .•,��' , . �� t. � � Qo Q , �'�' � . - � , (���� C � �/ L OU s � ,� A,'I � � r: � �3N�� . ' _ � J ,_ � Y: ;n -'; ,4c'oRQ� CERTIFICATE OF LIABILITY INSURANCE DATE(MM,00„m�, �� i�i��o?s 8/19/?024 TFIIS CERTIFlCATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFIGATE DOES N07 AFFlRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY TI1E POLICIES BELOW. THIS CERTIFlCATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this ceriificate does not confer ri hts to the certificate holder in lieu of such endorsemeM(s). PRODUCER ��n Companies N�Ea� 444 W. 47th Screet, Suite 900 �o�E F�x uc No : Kansas City MO 64l 12-1906 e-�,u� (816)960-9000 ApDRE : kcasu@lockton.com MSUHEH(S) AFFORDINC COVERAGE NAIC i iNsuReR �: Zurich American Insurance Comnanv 16535 INSURED LOCKWOOD, ANDREWS & NEWNAM, INC. 1383727 292� BRIARPARK DRIVE SUITE 4(l0 HOUSTON, TX 77042 INSURER B : INSUNER D • INSIIRER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 20850279 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEO Tp THE INSUREp NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TEF1M OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PEFiTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ��srnp �ra� oF r�a� ��oo�:suea� roucr �, Poucr � POLJCY NWIBER UAfTS A�����G �'�� , y Y I GL074l3242 I/1/2024 I/1/7A25 F�CHOCCURRENCE �$ 1�� � CLAIMS-MADE X OCCUR � PREM�E.�a�occunencel S 300,000 GEN'L AGGHEGATE LJAAIT APPLJES PEH: _, Poucv ❑X JE�°r � �oc i pTHER: p I nurowoe�� uneiurr X ANV AUTO �WNE� r AUTOS ONLV L HIRED I AUTOS ONLY L UNBRELLA UAB EXCESS WB SCHEDULEO AUTOS NON-0WNED AUTOS ONLY I OCCUR CWMS-MADE Y I Y I BAP 7463243 NOT APPLICABLE WORKERS CAYPENSATION A�u+� �r�or�as u�urr r � N Y WC 746324d ANY PROPRIETOR/PAHTNEFUEXECUTIVE OFFICEWMEMBER EXCLU�ED9 a N/ A (Yanda[ory in HFQ If yes, describe under MED EXP (My one person) j j PERSONAL 8 ADV INJURY I GENERALAGGREGATE PRODUCTS - COMP/OP AGG I /1 /2024 1/1 /2025 I/1/2024 I 1/I/2025 $ 1 S I$ COA191NE0 SlNGLE LlMt (Ea academ� � $ 1.��.�� BODILY INJURY (Per person) $ j�i'�Xi'�X BODILY INJURY (Per acdderrt) S X��XX PROPERN OAMAGE S XXXXXXX (Per acdden� I $ XXxxXi�X EACH OCCURRENCE S XXX��XXX AGGREGATE S E.L EACH ACCIDENT ii $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPiION OF OPERATIONS / LOCAiIONS / VEHICLES (ACORD 101, Additfonal Remarks Schalule, may be altached if more �pace is require� RE: PROJECT: FORTH WORTH 2O22 RA[LROAD CROSSING SAFETY IMPROVEMENTS, CITY PROJECT #CPN 105249-2022. LAN PROJECT #137-10123-W0. CITY OF FORT WORTH, TTS EMPLOYEES, OFFICERS_ OFF�CIALS, AND AGENTS ARE ApDITiONAL INSUREDS AS RESPECI'S GENERAL LIABIL1Tl' AND AUTOMOBILE LIABTLITY, AND THESE COVERAGES ARE PRIMARY AND IYON-CONTRBUTORY [F REQUIRED BY WRITCEN CONTRACT. WAIVER OF SUBRpGAT[ON IN FAVOR OF THE ADDITTONAC, INSUREDS APPl.TES AS RESPECTS GE:YERAL LIABIUTY, AUTOMOBILE LIABiLTTY AND WORKER COMPENSATTON. IF REQUIRED BY WRITTEN CONTRACI' AND WHERE ALLOWED BY LAW. COVERAGE TS SUBJECT TO THE TERMS AND CONDITIONS OF THE POLICY. CERTiFICATE 20850279 CITY OF FORT WORTH 200 TEXAS STREET FORT WORTH, TX 76102 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENT OO 1988`-�1015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Miscellaneous Attachment: M504828 Certificate iD: 20850279 POLICY NUMBER: BAP 7463243 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: LOCKWOOD, ANDREWS & NEWNAM, INC. Endorsement Effective Date: 01/01/2024 SCHEDULE Name(s) Of Person(s) Or Organization(s): All persons and/or organizations that are required by written contract or agreement with the insured, executed prior to the accident or loss, that waiver of subrogation be provided under this policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 O Insurance Services Office, Inc. Page 1 of 1 Miscellaneous Attachment: M504826 Certificate ►D: 20850279 POLICY NUMBER: BAP 7463243 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identities person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form, This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: LOCKWOOD, ANDREWS 8� NEWNAM, INC. Endorsement Effective Date: 01 /01 /2024 SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization you are required to add as an additional insured, including on a primary 8� non-contributory basis, under a written contract, written agreement or permit. Information required to complete this schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section It — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I— Covered Autos Coverages of the Auto Dealers Coverage Form CA20481013 Page 1 of 1 Miscellaneous Attachment: M457413 Certificate ID: 20850279 POLICY NUMBER: WC 7463244 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. 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.) WC 00 03 13 Miscellaneous Attachment: M504158 Certificate ID: 20850279 Notification to Others of Cancellation Policy No. Eff, Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'l. Prem Retum Prem. GLO 7463242 01 /01 /2024 01 /01 /2025 37385000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Liquor Liability Coverage Part Products/Completed Operations Liability Coverage Part A. If we cancel this Coverage Part(s) by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part(s) by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE U-GL-1446-A CW (05/10) Page 1 of 1 All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc., with its permission Miscellaneous Attachment: M504831 Certificate ID: 20850279 Waiver Uf Subrogation (Blanket) Endorsement Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Due of End. Producer Add'I Prem. Retum Prem. GLo 7463242 O1/O1/2024 O1/O1/2025 37385000 $INCL S THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CW (12/O 1) Page l of 1 Miscellaneous Attachment: M504829 Certificate iD: 20850279 Additional Insured — Owners, Lessees Or Contractors — Completed Operations � ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 7463242 Effective Date: 01/01/2024 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Operations Or Organization(s): y person or organization you are required to add ny location or project, other than a wrap-up or othE an additional insured under a written contract, consofidated insurance program location or project tten agreement or permit. or which insurance is otherwise separately providec o you by a wrap-up or other consolidated insurance vroQram U-GL-2168-A CW (02/19) Miscellaneous Attachment: M504829 CeRificate ID: 20850279 Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule of this endorsement, 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 such Schedule, perFormed for that additional insured and included in the "products�ompleted operations hazard". All other terms, conditions, provisions and exclusions af this policy remain the same Includes copyrighted material of Insurence Services Office, Inc., with its permission U-GL-2168-A CW (02H9) Page 2 of 2 Miscellaneous Attachment: M504829 Certificate iD: 20850279 Additional Insured — Owners, Lessees Or Contractors — Scheduled Person Or Organization THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. No. GLO 7463242 Effective Date: 01 /01 /2024 is endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Location(s) Of Covered Operations Or Organization(s): ANY LOCATION OR PROJECT, OTHER THAN A NY PERSON OR ORGANIZATION YOU ARE REQUIRED WRAP-UP OR OTHER CONSOLIDATED INSURANCE O ADD AS AN ADDITIONAL INSURED UNDER A WRITTEN PROGRAM LOCATION OR PROJECT FOR WHICH ONTRACT, WRITTEN AGREEMENT OR PERMIT. INSURANCE IS OTHERWISE SEPARATELY PROVIDED TO YOU BY A WRAP-UP OR OTHER CONSOLIDATED INSURANCE U-GL-2169-A CW (02/19) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Miscellaneous Attachment: M504829 Certificate ID: 20850279 A. Section II — Who Is M Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule of this endorsement, 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 behaif; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated in such Schedule. B. �th respect to the insurance afforded to these additionai insureds, the following additional exclusions apply: This insurance dces not apply to "bodily injury" or "property damage" occurring after: 1. All woric, including materials, parts or equipment fumished in connection with such woric, 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 woric" 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 p�oject. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2169-A CW (02H9) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Attachment Code: D535487 Certificate ID: 20850279 Uther Insurance Amendment — Primary And Non-Contributory Policy No. Eff. Date of PaL Ezp. D�fe of PoL Ef% Date of End. Producer No. Add'1. Prem Return Prem. GLO 7463242 1H/2024 1H/2025 37385000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV - Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV - Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suiY'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non�ontributory basis. All other terms and conditions of this policy remain unchanged. U-GL-1327-8 CW (04/13) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Attachment Code: D617960 Certificate ID: 20850279 POLICY NUMBER: BAP 7463243 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILlTY COVERAGE This endorsement modfies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With resped to coverage provided by this endorsement, the provisions of the Coverage Form apply unless madfied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage u�der the Who Is M Insured provision of the Coverage Form. This endorsemerrt does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the incep6on date of the policy unless another date is indicated belaw. Named Insured: LEO A_ DALY COMPANY Endorsement Effective Date: 1 /1 /2024 SCHEDULE Name Of Person(s) Or Organization(s): Infortnation required to complete this Schedule, if not shown above, will be shown in the Dedarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured' under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Fortns and Paragraph D.2. of Section I— Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 Page 1 of 1 ACO � DATE (YM/DO/YYV1� � CERTIFICATE OF LIABILITY INSURANCE ,,,�,�,,� gilgl?o2� THIS CERTIFICATE IS ISSUED AS A MATTER OF INFOFiMAT10N ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTffUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFlCATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAI INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, cer[ain policies may require an endorsement. A statement on this cer[ificate dces not confer ri hts to the certificate holder in lieu of such endorsement(s). PRODUCER �kton Companies N��irEA� 444 W. 47th Street, Suite 900 �+a+E I F+�►,X� �: Karisas City MO 64 1 1 2-1 906 E•NAIL (816)960-9000 ADO"E : kcasu@lockton.com INSUREH(S) AFFOpDING COVERAGE I NAIC �' ��D LOCKWOOD, ANDREWS & NEWNAM, INC. 1393396 2925 BRIARPARK DRIVE SUITE 4110 HOUSTON, TX 77042 B: IIiSURER D • INSURER E � II�S�,IHER F : OVERAGES CERTIFICATE NUTABER: 20850288 REVISION NUAABER: XXX_XXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOA THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFOROED BY THE POLICIES DESCRIBED HEFEIN IS SUB.IECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. R I iADOL�Sl36R�^ POLICYNUYBER � POLICYEFF � YWDD � UIffS TYPE OF INSURANCE i I ! OONMERqAL GENERAL UABILfTY NOrI' APPLICABLE EACH OCCURHENCE 5��XXXXXX _� CLAIMS-MADE � OCCUR I Pf7EMISES fEa ocainence) _ 8 XXX��CXX GEN'L AGGREGATE LIMIT APPLIES PER: I POLICY � jE a I I LOC � OTHER: �urowoei� unei�rtv ANV AUTO OWNED SCHE�ULED AUTOS ONLV AUTOS HIRED NON-OWNED AUTOS ONLY AUTOS ONLV UMBRELLA LIAB OCCUR EXCESS UAB ri ��uc u I NOT APPLICABLE � NOT APPLiCABLE WORKERS CONPENSATION NOT APPLiCABLE AND ENPLOVER5 LIABILfTY Y � N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICEH/MEMBER EXCLUDED? ❑ N / A (Yandatory in NFQ If yes, desaibe under i DESCRIPTION OF OPERATIONS below p iPROFESSIONAL N N I LDUSA?404566 LIABILITY 7/1/2024 � 7/1/2025 MED EXP (My one person) ' S XXXXXXX �i PERSONAL S ADV INJURV 4}CXX�CX�{X GENERAL AGGREGATE f X���Q{XXX PRODUCTS - COMP/OP AGG S XXX�tX�(X S CAM6INED SINGLE LIlNIT .�(Ea acpdent $ )�'�XX BODILY INJURY (Per person) s �{�(X��X BODILY INJURV (Per acddent) S �(�X��X PROPERTY OAMAG'E E XXXXX�CX f Per acddentl I S ���t�X AGGREGATE I$ X, 5 x. S7ATUTE I �EqH ' E.L EACH ACCIDENT � E X, E.L. DISEASE - EA EMPLOYEE� $ }� E.L. DISEASE - POLICY LIMff . S X. $I,000,000 EACH CLAIM AND $2,OOO,WO IN THE ANPiUAL AGGREGATE DESCRIFTION OF OPERAT10N5 / LOCATIONS ! VEHICIES (ACORD 101, Additlonal Rdnarks Schedule, may be altaeAed if more space is required) RE: PROJECI': FORTH WORTH 2O22 RAII,ROAD CROSSING SAFETY IMPROVEMENTS, CITY PROJECT #CPN (05249-2022, LAN PROJECI' #137-I0I23-W0. TE HOLDER 20850288 CITY OF FORT WORTH 200 TEXAS STREET FORT WORTH, TX 76102 ELLA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPFESHkTA � .{:-�.��, �1 _, OO 1988��LOiS ACORD ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD PORAfiION. All rights reserved. City of Fort Worth, Mayor and Texas Council Communication DATE: 06/25/24 M&C FILE NUMBER: M&C 24-0559 LOG NAME: 2022 RAILROAD CROSSING SAFETY IMPROVEMENTS SUBJECT (CD 4, CD 8, CD 9, CD 10 and CD 11) Authorize Execution of an Engineering Services Agreement with Lockwood, Andrews & Newnam, Inc. in the Amount of $384,562.00 for the 2022 Railroad Crossing Safety Improvements Project (2022 Bond Program) RECOMMENDATION: It is recommended that the City Council authorize execution of an engineering services agreement with Lockwood, Andrews & Newnam, Inc. in the amount of $384,562.00 for the 2022 Railroad Crossing Safety Improvements project (City Project No. 105249). DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize an engineering services agreement with Lockwood, Andrews, & Newnam, Inc., in the amount of $384,562.00, for the 2022 Railroad Crossing Safety Improvements project (City Project No. 105249). This firm was selected for this project based on the pre-qualified list of firms from Category 15 of the Request for Qualifications advertised in August 2020 for various capital project improvements. Based on their Statement of Qualifications (SOQ), Lockwood, Andrews & Newnam, Inc. was selected for this project. This projecYs scope includes improving safety, visibility, and comfort at seven different railroad crossings. The project will require coordinating with the Union Pacific Railroad (UPRR) and Fort Worth & Western Railroad (FWWR). The following railroad crossings are included in this project: • UPRR at Keller Haslet • UPRR at Wall Price Keller • UPRR at E. 9th Street • FWWR at Stella • UPRR at YC Shamblee • UPRR at E. Butler • UPRR at Sycamore School The following table summarizes the funding for the project. Fund Existing Funding Additional Funding Project Total 34027-2022 Bond $1,800,000.00 $0.00 $1,800,000.00 Program Fund Total $1,800,000.00 $0.00 $1,800,000.00 This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance 25675-08-2022) provides liquidity to support the appropriation. Available resources will be used to actually make any interim progress payments until debt is issued. Once debt associated with a project is sold, debt proceeds will reimburse the interim financing source in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 25515-05-2022). Funding is budgeted in the 2022 Bond Program Fund for the Transportation & Public Works Department for the purpose of funding the 2022 RR Crossing Safety Improv project, as appropriated. DVIN-BE Office: Lockwood, Andrews & Newnam, Inc. complies with the City's Business Equity Ordinance by committing to 28.02% Business Equity participation on this project. The City's Business Equity goal on this project is 12%. The project is located in COUNCIL DISTRICTS 4, 8, 9, 10, & 11. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2022 Bond Program Fund for the 2022 RR Crossing Safety Improv project to support the above recommendation and execution of the agreement. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office bk Jesica McEachern 5804 Originating Business Unit Head: Lauren Prieur 6035 Additional Information Contact: Monty Hall 8662 Mayor & Council Map � 2022 Railroad Bond FORTWORTHo Safety Improvement at Railroad Crossings 105249-EPAG-2022 Railroad Bond — Safety Improvements at 7 Railroad Crossings - Engineering Final Audit Report Contract 2024-12-04 Created: By: Status: Transaction ID: 2024-12-04 Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Signed CBJCHBCAABAAhEc701 PwWpyJU2Lia4C8B61 VsaRJUFR "105249-EPAG-2022 Railroad Bond — Safety Improvements at 7 Railroad Crossings - Engineering Contract" History ' Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2024-12-04 - 1:19:07 AM GMT- IP address: 204.10.90.100 ': Document emailed to Jessica Rodriguez (jessica.rodriguez@fortworthtexas.gov) for filling 2024-12-04 - 1:25:04 AM GMT ' Document emailed to Fanta Kaba (fanta.kaba@fortworthtexas.gov) for filling 2024-12-04 - 1:25:04 AM GMT '. Document emailed to jreeves@lan-inc.com for signature 2024-12-04 - 1:25:05 AM GMT . `� Email viewed by jreeves@lan-inc.com 2024-12-04 - 1:24:32 PM GMT- IP address: 172.225.16.40 .'� Email viewed by Jessica Rodriguez (jessica.rodriguez@fortworthtexas.gov) 2024-12-04 - 4:09:05 PM GMT- IP address: 204.10.90.100 "`�� Form filled by Jessica Rodriguez (jessica.rodriguez@fortworthtexas.gov) Form filling Date: 2024-12-04 - 4:09:34 PM GMT - Time Source: server- IP address: 204.10.90.100 ' Email viewed by Fanta Kaba (fanta.kaba@fortworthtexas.gov) 2024-12-04 - 5:36:29 PM GMT- IP address: 204.10.90.100 �=`�: Form filled by Fanta Kaba (fanta.kaba@fortworthtexas.gov) Form filling Date: 2024-12-04 - 5:38:32 PM GMT - Time Source: server- IP address: 204.10.90.100 ���� 1'1'd�i��'iy Pawered by � Adohe Acrobat 5ign '`�:� Signer jreeves@lan-inc.com entered name at signing as Justin C. Reeves 2024-12-04 - 9:40:25 PM GMT- IP address: 170.85.98.206 '=`�� Document e-signed by Justin C. Reeves (jreeves@lan-inc.com) Signature Date: 2024-12-04 - 9:40:27 PM GMT - Time Source: server- IP address: 170.85.98.206 �ti Agreement completed. 2024-12-04 - 9:40:27 PM GMT ���� 1'1'd�i��'iy Pawered by � Adohe Acrobat 5ign FORTVVORTH� Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE' 2022 Railroad Bond — Safety Improvements at 7 Railroad Crossings - Engineering Contract M&C: 24- CPN: 105249 CSO: 0559 DOC#: 1 Date: To: Name Department Initials Date Out 1. Jessica Rodriguez TPW - initial ,k Dec 4, 2024 2. Fanta Kaba TPW - signature �K Dec 4, 2024 3. Justin Reeves Consultant , Dec 4, 2024 4. Chad Allen TPW - initial 5. Lissette Acevedo TPW -initial " " 6. Patricia Wadsack TPW - initial "" 7 Lauren Prieur TPW - signature "" 8 Doug Black Legal - signature �u Dec 24, 2024 9 Jesica McEachern CMO - signature ,�` Jan 3, 2025 10. Jannette Goodall CSO - signature ,� Jan 3, 2025 11. TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No ROUTING TO CSO: �YES ❑No Action Required: ❑ As Requested ❑ For Your Information � Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: TPWContracts�na,FortWorthTexas.�ov at ext. 7233 or 8363, for pick up when completed. Thank you!