HomeMy WebLinkAboutContract 62656CSC No. 62656
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL
SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home -rule municipality
("CITY"), and Baird, Hampton & Brown, Inc., authorized to do business in Texas,
("ENGINEER"), for a PROJECT generally described as: Water and Sanitary Sewer
Replacements Contract 2023, WSM-N — Project No. 105109.
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 $690,490.00 as set
forth in Attachment B. Payment shall be considered full compensation for all labor
(including all benefits, overhead and markups), materials, supplies, and equipment
necessary to complete the Services.
Engineer shall provide monthly invoices to City. The Engineer shall provide the City
sufficient documentation, including but not limited to meeting the requirements set forth in
Attachment D to this AGREEMENT, to reasonably substantiate the invoices.
Payments for services rendered shall be made in accordance with the Texas
Prompt Payment Act (Texas Government Code Ch. 2251).
Acceptance by Engineer of said payment shall release City from all claims or
liabilities under this Agreement for anything related to, performed, or furnished in
connection with the Services for which payment is made, including any act or omission of
City in connection with such Services.
Article III
Term
Time is of the essence. Unless otherwise terminated pursuant to Article VI. D.
herein, this Agreement shall be for a term beginning upon the effective date, as described
below, and shall continue until the expiration of the funds or completion of the subject
matter contemplated herein pursuant to the schedule, whichever occurs first. Unless
specifically otherwise amended, the original term shall not exceed five years from the
original effective date.
City of Fort Worth. Texas W&SS Repl Contract 2023 WSM-M
Standard Agreement for Lngineering Related Design Services 105109
Revised Date: 12-08-2023
Page 1 of 15 OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Article IV
Obligations of the Engineer
A. General
The ENGINEER will serve as the CITY's professional engineering
representative under this Agreement, providing professional engineering
consultation and advice and furnishing customary services incidental thereto.
B. Standard of Care
The ENGINEER shall perform its services:
(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 W&SS Rep] Contract 2023 WSM-N
Standard Agreement for Engineering Related Design Services 105109
Revised Date: 12-08-2023
Page 2 of 15
(2) In soils, foundation, groundwater, and other subsurface investigations,
the actual characteristics may vary significantly between successive
test points and sample intervals and at locations other than where
observations, exploration, and investigations have been made.
Because of the inherent uncertainties in subsurface evaluations,
changed or unanticipated underground conditions may occur that could
affect the total PROJECT cost and/or execution. These conditions and
costlexecution 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 W&SS Rep] Contract 2023 WSM-N
Standard Agreement for Engineering Related Design Services 105109
Revised pate: 12-08-2023
Page 3 of 15
deviation from the contract documents, the ENGINEER shall inform the CITY.
(3) When professional certification of performance or characteristics of materials,
systems or equipment is reasonably required to perform the services set forth
in the Scope of Services, the ENGINEER shall be entitled to rely upon such
certification to establish materials, systems or equipment and performance
criteria to be required in the contract documents.
G. Opinions of Probable Cost, Financial Considerations, and Schedules
(1) The ENGINEER shall provide opinions of probable costs based on the
current available information at the time of preparation, in accordance
with Attachment A.
(2) In providing opinions of cost, financial analyses, economic feasibility
projections, and schedules for the PROJECT, the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation
or maintenance costs; competitive bidding procedures and market
conditions; time or quality of performance by third parties; quality, type,
management, or direction of operating personnel; and other economic
and operational factors that may materially affect the ultimate PROJECT
cost or schedule. Therefore, the ENGINEER makes no warranty that
the CITY's actual PROJECT costs, financial aspects, economic
feasibility, or schedules will not vary from the ENGINEER's opinions,
analyses, projections, or estimates.
H. Construction Progress Payments
Recommendations by the ENGINEER to the CITY for periodic construction
progress payments to the construction contractor will be based on the
ENGINEER's knowledge, information, and belief from selective sampling and
observation that the work has progressed to the point indicated. Such
recommendations do not represent that continuous or detailed examinations
have been made by the ENGINEER to ascertain that the construction
contractor has completed the work in exact accordance with the contract
documents; that the final work will be acceptable in all respects; that the
ENGINEER has made an examination to ascertain how or for what purpose
the construction contractor has used the moneys paid; that title to any of the
work, materials, or equipment has passed to the CITY free and clear of liens,
claims, security interests, or encumbrances; or that there are no other matters
at issue between the CITY and the construction contractor that affect the
amount that should be paid.
City of Fort Worth, Texas MSS Repl Contract 2023 WSM-N
Standard Agreement for Engineering Related Design Services 105109
Revised Date: 12-08-2023
Page 4 of 15
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 W&SS Repl Contract 2023 WSM-N
Standard Agreement for Engineering Related Design Services 105109
Revised Date: 12.0 -2023
Page 5 of 15
subsection (3) hereof. CITY shall give subconsultant reasonable advance
notice of intended audits.
(3) ENGINEER and subconsultant agree to reproduce such documents as may
be requested by the CITY. The CITY agrees to reimburse ENGINEER for the
cost of hard copies at the rate published in the Texas Administrative Code in
effect as of the time copying is performed.
L. INSURANCE
Engineer shall not commence work under this Agreement until it has
obtained all insurance required under Attachment F and City has approved
such insurance.
M. Independent Consultant
The ENGINEER agrees to perform all services as an independent consultant
and not as a subcontractor, agent, or employee of the CITY. The doctrine
of respondeaf 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 W&SS Ropl Contract 2023 WSM-N
Standard Agreement for Engineering Related Design Services 105109
Revised Date: 12-08-2023
Page 6 of 16
at its own cost and expense. However, if design changes are required due to
the changes in the permitting authorities' published design criteria and/or
practice standards criteria which are published after the date of this
Agreement which the ENGINEER could not have been reasonably aware of,
the ENGINEER shall notify the CITY of such changes and an adjustment in
compensation will be made through an amendment to this AGREEMENT.
Q. Schedule
ENGINEER shall manage the PROJECT in accordance with the schedule
developed per Attachment D to this AGREEMENT.
Article V
Obligations of the City
A. City -Furnished Data
ENGINEER may rely upon the accuracy, timeliness, and completeness of the
information provided by the CITY.
B. Access to Facilities and Property
The CITY will make its facilities accessible to the ENGINEER as required for
the ENGINEER's performance of its services. The CITY will perform, at no
cost to the ENGINEER, such tests of equipment, machinery, pipelines, and
other components of the CITY's facilities as may be required in connection
with the ENGINEER's services. The CITY will be responsible for all acts of the
CITY's personnel.
C. Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services, the CITY will obtain,
arrange, and pay for all advertisements for bids; permits and licenses required
by local, state, or federal authorities; and land, easements, rights -of -way, and
access necessary for the ENGINEER's services or PROJECT construction.
D. Timely Review
The CITY will examine the ENGINEER's studies, reports, sketches, drawings,
specifications, proposals, and other documents; obtain advice of an attorney,
insurance counselor, accountant, auditor, bond and financial advisors, and
other consultants as the CITY deems appropriate; and render in writing
decisions required by the CITY in a timely manner in accordance with the
project schedule prepared in accordance with Attachment D.
City of Port Worth, Texas WRSS Repl Contract 2023 WSM-N
Standard Agreement for Engineering Related Design Services 105109
Revised Date: 12-08-2023
Page 7 of 15
E. Prompt Notice
The CITY will give prompt written notice to the ENGINEER whenever CITY
observes or becomes aware of any development that affects the scope or
timing of the ENGINEER's services or of any defect in the work of the
ENGINEER or construction contractors.
F. Asbestos or Hazardous Substances Release.
(1) CITY acknowledges ENGINEER will perform part of the work at CITY's
facilities that may contain hazardous materials, including asbestos
containing materials, or conditions, and that ENGINEER had no prior
role in the generation, treatment, storage, or disposition of such
materials. In consideration of the associated risks that may give rise to
claims by third parties or employees of City, City hereby releases
ENGINEER from any damage or liability related to the presence of such
materials.
(2) The release required above shall not apply in the event the discharge,
release or escape of hazardous substances, contaminants, or asbestos is
a result of ENGINEER's negligence or if ENGINEER brings such
hazardous substance, contaminant or asbestos onto the project.
G. Contractor Indemnification
The CITY agrees to include in all construction contracts the provisions of
Article IV.E. regarding the ENGINEER's Personnel at the construction site,
and provisions providing for contractor indemnification of the CITY and the
ENGINEER for contractor's negligence.
H. Contractor Claims and Third -Party Beneficiaries
(1) The CITY agrees to include the following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractors, subcontractors and equipment and materials
suppliers on the PROJECT, or their sureties, shall maintain
no direct action against the ENGINEER, its officers,
employees, and subcontractors, for any claim arising out of,
in connection with, or resulting from the engineering services
performed. Only the CITY will be the beneficiary of any
undertaking by the ENGINEER."
(2) This AGREEMENT gives no rights or benefits to anyone other than the CITY
and the ENGINEER and there are no third -party beneficiaries.
City of Fort Worth, Texas W&SS Rep] Contract 2023 WSM-N
Standard Agreement for Engineering Related Design Services 105109
Revised Date: 12-08-2023
Page 8 of 15
(3) The CITY will include in each agreement it enters into with any other entity or
person regarding the PROJECT a provision that such entity or person shall
have no third -party beneficiary rights under this Agreement.
(4) Nothing contained in this Section H. shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER.
I. Litigation Assistance
The Scope of Services does not include costs of the ENGINEER for required
or requested assistance to support, prepare, document, bring, defend, or
assist in litigation undertaken or defended by the CITY. In the event CITY
requests such services of the ENGINEER, this AGREEMENT shall be
amended or a separate agreement will be negotiated between the parties.
J. Changes
The CITY may make or approve changes within the general Scope of
Services in this AGREEMENT. If such changes affect the ENGINEER's cost
of or time required for performance of the services, an equitable adjustment
will be made through an amendment to this AGREEMENT with appropriate
CITY approval.
Article V1
General Legal Provisions
A. Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT upon
receipt of a written Notice to Proceed from the CITY.
B. Reuse of Project Documents
All designs, drawings, specifications, documents, and other work products of
the ENGINEER, whether in hard copy or in electronic form, are instruments
of service for this PROJECT, whether the PROJECT is completed or not.
Reuse, change, or alteration by the CITY or by others acting through or on
behalf of the CITY of any such instruments of service without the written
permission of the ENGINEER will be at the CITY's sole risk. The CITY shall
own the final designs, drawings, specifications and documents.
City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-N
Standard Agreement for Engineering Related Design Services 105109
Revised Date: 12-08-2023
page 9 of 15
C. Force Majeure
CITY and ENGINEER shall exercise their best efforts to meet their
respective duties and obligations as set forth in this Agreement, but shall
not be held liable for any delay or omission in performance due to force
majeure or other causes beyond their reasonable control, including, but not
limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters,
epidemics/pandemics, wars, riots, material or labor restrictions by any
governmental authority and/or any other similar causes.
D. Termination
(1) This AGREEMENT may be terminated
a.) by the City for its convenience upon 30 days' written notice to
ENGINEER.
b.) by either the CITY or the ENGINEER for cause if either party fails
substantially to perform through no fault of the other and the
nonperforming party does not commence correction of such
nonperformance within 5 days' written notice or thereafter fails to
diligently complete the correction.
(2) if this AGREEMENT is terminated for the convenience of the City, the
ENGINEER will be paid for termination expenses as follows:
a.) Reasonable cost of reproduction or electronic storage of partial or
complete studies, plans, specifications or other forms of ENGINEER'S
work product;
b.) The reasonable time requirements for the ENGINEER'S personnel to
document the work underway at the time of the CITY'S termination for
convenience so that the work effort is suitable for long time storage.
(3) Prior to proceeding with termination services, the ENGINEER will
submit to the CITY an itemized statement of all projected termination
expenses. The CITY'S approval shall be obtained in writing prior to
proceeding with termination services.
E. Suspension, Delay, or Interruption to Work
The CITY may suspend, delay, or interrupt the services of the ENGINEER for
the convenience of the CITY. In the event of such suspension, delay, or
interruption, an equitable adjustment in the PROJECT's schedule,
City of Fort Worth. Texas W&SS Repl Contract 2023 WSM-N
Standard Agreement for Engineering Related Design Services 105109
Revised Date: 12-08-2023
Page 10 of 15
commitment and cost of the ENGINEER's personnel and subcontractors, and
ENGINEER's compensation will be made.
F. Indemnification
The ENGINEER shall indemnify or hold harmless the CITY against
liability for any damage committed by the ENGINEER or ENGINEER's
agent, consultant under contract, or another entity over which the
ENGINEER exercises control to the extent that the damage is caused by
or resulting from an act of negligence, intentional tort, intellectual
property infringement, or failure to pay a subcontractor or supplier. CITY
is entitled to recover its reasonable attorney's fees in proportion to the
ENGINEER's liability.
G. Assignment
ENGINEER shall not assign all or any part of this AGREEMENT without the
prior written consent of CITY.
H. Jurisdiction
The law of the State of Texas shall govern the validity of this AGREEMENT,
its interpretation and performance, and any other claims related to it. The
venue for any litigation related to this AGREEMENT shall be Tarrant County,
Texas.
I. Severability and Survival
If any of the provisions contained in this AGREEMENT are held for any reason
to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality,
or unenforceability will not affect any other provision, and this AGREEMENT
shall be construed as if such invalid, illegal, or unenforceable provision had
never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.l.
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 WoAh, Texas W&SS Repl Contract 2023 WSM-N
Standard Agreement for Engineering Related Design Services 105108
Revised pate: 12-08-2023
Page 11 of 15
claims or liability arising out of the violation of any such order, law,
ordinance, or regulation, whether it be by itself or its employees.
K. Contract Construction/No Waiver
The parties acknowledge that each Party and, if it so chooses, its counsel,
have reviewed and revised Agreement and that the normal rule of contract
construction, to the effect that any ambiguities are to be resolved against
the drafting party, must not be employed in the interpretation of Agreement
or any amendments or exhibits hereto.
The failure of CITY or ENGINEER to insist upon the performance of any
term or provision of this Agreement or to exercise any right granted herein
shall not constitute a waiver of CITY's or ENGINEER's respective right to
insist upon appropriate performance or to assert any such right on any
future occasion.
L. Immigration Nationality Act
ENGINEER shall verify the identity and employment eligibility of its
employees who perform work under this Agreement, including completing
the Employment Eligibility Verification Form (1-9). Upon request by CITY,
ENGINEER shall provide CITY with copies of all 1-9 forms and supporting
eligibility documentation for each employee who performs work under this
Agreement. ENGINEER shall adhere to all Federal and State laws as well
as establish appropriate procedures and controls so that no services will be
performed by any ENGINEER employee who is not legally eligible to
perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD
CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES
DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER,
ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR
LICENSEES. CITY, upon written notice to ENGINEER, shall have the right
to immediately terminate this Agreement for violations of this provision by
ENGINEER.
M. Prohibition On Contracts With Companies Boycotting Israel
ENGINEER unless a sole proprietor, acknowledges that in accordance with
Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or
more full time -employees and the contract value is $100,000 or more, the
City is prohibited from entering into a contract with a company for goods or
services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel
during the term of the contract. The terms "boycott Israel" and "company"
City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-N
Standard Agreement for Engineering Related Design Services 105109
Revised Date: 12-08-2023
Page 12 of 15
shall have the meanings ascribed to those terms in Section 808.001 of the
Texas Government Code. By signing this contract, ENGINEER certifies
that ENGINEER'S signature provides written verification to the City
that if Chapter 2271, Texas Government Code applies, ENGINEER: (1)
does not boycott Israel; and (2) will not boycott Israel during the term
of the contract.
N. Prohibition on Boycotting Energy Companies
ENGINEER acknowledges that in accordance with Chapter 2276 of the
Texas Government Code, the CITY is prohibited from entering into a
contract for goods or services that has a value of $100,000 or more, which
will be paid wholly or partly from public funds of the City, with a company
(with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy
companies; and (2) will not boycott energy companies during the term of
the contract. The terms "boycott energy company" and "company" have the
meaning ascribed to those terms by Chapter 2276 of the Texas Government
Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, ENGINEER
certifies that ENGINEER's signature provides written verification to
the CITY that ENGINEER: (1) does not boycott energy companies; and
(2) will not boycott energy companies during the term of this
Agreement.
O. Prohibition on Discrimination Against Firearm and Ammunition
Industries
ENGINEER acknowledges that except as otherwise provided by Chapter
2274 of the Texas Government Code, the CITY is prohibited from entering
into a contract for goods or services that has a value of $100,000 or more
which will be paid wholly or partly from public funds of the City, with a
company (with 10 or more full-time employees) unless the contract contains
a written verification from the company that it: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or
firearm trade association; and (2) will not discriminate during the term of the
contract against a firearm entity or firearm trade association. The terms
"discriminate," "firearm entity" and "firearm trade association" have the
meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is
applicable to this Agreement, by signing this Agreement, ENGINEER
certifies that ENGINEER's signature provides written verification to the
CITY that ENGINEER: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate against a firearm entity or
City of Fort Worth, Texas W&SS Rep! Contract 2023 WSM-N
Standard Agreement for Engineering Related Design Services 105109
Revised Date: 12-08-2023
Page 13 of 15
firearm trade association during the term of this Agreement.
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, which supersedes all prior written or oral understandings, and may only be
changed by a written amendment executed by both parties. This AGREEMENT may be
executed in one or more counterparts and each counterpart shall, for all purposes, be
deemed an original, but all such counterparts shall together constitute but one and the
same instrument.
The following attachments and schedules are hereby made a part of this AGREEMENT:
Attachment A - Scope of Services
Attachment B - Compensation
Attachment C - Amendments to Standard Agreement for Engineering Services
Attachment D - Project Schedule
Attachment E - Location Map
Attachment F — Insurance Requirements
City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-N
Standard Agreement for Engineering Related Design Services 105109
Revised Date: 12-08-2023
Page 14 of 15
Duly executed by each party's designated representative to be effective on the date
subscribed by the City's designated Assistant City Manager.
BY:
CITY/ OF FORT WORTH
w�
William Johnson (J n 21, 2025 12:01 CST)
William Johnson
Assistant City Manager
Date. 01 /21 /2025
ATTEST:
Jannette Goodall
City Secretary
BY:
ENGINEER
Baird, Hampton & Brown, Inc.
i
Ju r� Austin Baird, P.E.
Principal, Senior Civil Engineer
9n°° 01-15-2025
Date:
v°fo ^9-+$
ono o=d
Pd�n nEX4°p9,ao
APPROVAL RECOMMENDED:
cht -ft tovha- fAw(ev
By: Christopher Harder (Jan 15, 2025 17:09 CST)
Christopher Harder, P.E.
Director, Water Department
APPROV FORM AND LEGALITY
By Douglas Black (Jan 17, 2025 17:19 CST)
Douglas W Black
Sr. Assistant City Attorney
Contract Compliance Manager:
M&C No.: 25-0018
M&C Date: 1 /1 4/2025
Form 1295 No.: 2023-1098715
By signing, I acknowledge that I am the person responsible for the monitoring and
administration of this contract, including ensuring all performance and reporting
requirements.
Scoit Taylor PE
Scott Taylor, P.E.
Project Manager
City of Fort Worth, Texas
Standard Agreement for Engineering Relaters Design Services
Revised Date: 12-08-2023
Page 15 of 15
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
W&5S Repl Contract 2023 WSM-N
105109
ATTACHM ENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM•N
CITY PROJECT NO.:105109
ATTACHMENT A
Scope for Engineerinq Desiqn Related Services for Water and/or Sanitary Sewer
Improvements
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM-N
CITY PROJECT NO.: 105109
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.
Streets
From
To
Dennis
Indian Creek 1
Roaring Springs Rd
Ave
City Limits
Dennis
Burton Hill Rd
Ave
Odom Ave
Santa Barbara
Odom
Ave I System
Santa Clara Dr
Ave
Limits
Santa
Barbara
Santa Marie Ave
Ansley Dr
Ave
/ System Limits
Dennis
Santa Marie Ave
Oak Forest Dr
Ave
I System Limits
Oak
Forest
Oak Glen Cir
Dr
Santa Marie
Ansley
Dennis Ave
Dr
Oak Forest Dr
Public Limits
Roaring
within
Springs
Multifamily
Durham Ave
Rd
Development
Burton
Durham Ave
Hill Rd
Oak Forest Dr
Burton
Odom Ave
Hill Rd
Oak Forest Dr
Santa
Clara
Santa Barbara Ave
Dr
Oak Forest Dr
Ansley
Santa Marie Ave
Dr
Oak Glen Circle
Total
City of Fort Worth, Texas
Attachment A
PMD Release Date: 07.23.2D12
Page 1 of 18
Water
Sewer
Scope of
Proposed
Length
Proposed Length
Work
Size
(LF) Main/Lat.
Size (LF) CD
Water
12"
1,900
3
Water
12"
1,200
3
Water
81,
470
3
Water
8"
430
3
Water
8"
2,220
3
Water
8"
870
3
Water
8"
680
3
Water
8"
685
3
Water
8"
2,050
3
Water
8"
2,070
3
Water
8"
530
3
Water
8"
1,550
3
14,655
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT
2023, WSM•N
CITY PROJECT NO.: 10509
Water
Sewer
Scope of
Proposed Length
Proposed
Length
Streets
From
To
Work
Size (LF) Main/Lat.
Size
(LF)
CD
Alley Between
Roaring
Mid -Block of
Fursman Ave &
Springs
Tanny St &
Voider Dr
Rd
Burton Hill
Sewer
L-4138
8"
950
3
Alley
Between
Durham Ave
Burton
& Odom Ave
Hill
Oak Forest
Sewer
L-5050
8"
1870
3
Alley
Between
Odom Ave &
Santa
Burton
Barbara Ave
Hill
Oak Forest
Sewer
L-5049
8"
1380
3
Alley
Between
Odom Ave &
Santa
Burton
Barbara Ave
Hill
Santa Clara
Sewer
L-4695
8"
415
3
Alley
Between
Santa
Barbara Ave
Santa
& Santa
Clara
Oak Forest
Marie Ave
Dr
Dr
Sewer
L-5402
8"
1540
3
Mid -
Oak Glen Circle
Block
Oak Forest
Sewer
L-7405
8"
355
3
Mid -
Oak Glen Circle
Block
Santa Marie
Sewer
L-7406
8"
675
3
Alley
Between Oak
Glen Cir &
Oak
Oak Forest
Glen
Dr
Cir
Santa Marie
Sewer
L-7407
8"
420
3
Santa Clara Dr
Durham
Burton Hill
Sewer
L-4964
8"
615
3
Total
8,220
WORK TO BE PERFORMED
Task 1. Design Management
Task 2. Conceptual Design
Task 3. Preliminary Design
Task 4. Final Design
Task 5. Bid Phase Services
Task 6. Construction Phase Services
Task 7. ROW/Easement Services
Task 8. Survey and Subsurface Utility Engineering Services
Task 9. Plan Submittal Checklists
City of Fort Worth, Texas
Attachment A
PMD Release Date: 0B.1.2014
Page 2 of 18
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM•N
CITY PROJECT NO.: 105109
TASK 1. DESIGN MANAGEMENT.
ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and
resources.
ENGINEER shall manage change,
■ communicate effectively,
■ coordinate internally and externally as needed, and
■ proactively address issues with the CITY's Project Manager and others as
necessary to make progress on the work.
1.1. Managing the Team
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting
• Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Conduct review meetings with the CITY at the end of each design phase
• Prepare invoices and submit monthly in the format requested by the CITY.
• Prepare and submit monthly progress reports in the format provided by the Water
Department.
• Prepare and submit baseline Project Schedule initially, and Project Schedule updates
with a schedule narrative monthly, as required in Attachment D to this Standard
Agreement and according to the City of Fort Worth's Schedule Guidance Document.
• Complete Monthly MIWBE Report Form and Final Summary Payment Report Form at
the end of the project
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure, and provide and obtain information needed to prepare the
design
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements are
appropriately reflected in the designs. ENGINEER shall work with regulatory
authorities to obtain approval of the designs, and make changes necessary to meet
their requirements, as part of the design scope.
• Personnel and Vehicle Identification: When conducting site visits to the project
location, the ENGINEER or any of its sub -consultants shall carry readily visible
information identifying the name of the company and the company representative.
City of Pori Worth, Texas
Attachment A
PMQ Release slate: 08.1.2014
Page 3 of 1 B
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2D23, WSM•N
CITY PROJECT NO.: 105109
ASSUMPTIONS
• 18 MWBE reports will be prepared
• 4 meetings with city staff
• 18 monthly water department progress reports will be prepared
• 18 monthly project schedule updates will be prepared
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Baseline design schedule
E. Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes
F. Monthly MIWBE Report Form and Final Summary Payment Report Form
G. Plan Submittal Checklists (See Task 9)
TASK 2. CONCEPTUAL DESIGN (30 PERCENT).
The Conceptual Design shall be submitted to CITY per the approved Project Schedule.
The purpose of the conceptual design is for the ENGINEER to
■ Study the project,
■ Identify and develop alternatives that enhance the system,
■ Present (through the defined deliverables) these alternatives to the CITY
■ Recommend the alternatives that successfully addresses the design problem, and
■ Obtain the CITY's endorsement of this concept.
ENGINEER will develop the conceptual design of the infrastructure as follows.
2.1. Data Collection
• In addition to data obtained from the CITY, ENGINEER will research proposed
improvements in conjunction with any other planned future improvements that
may influence the project.
• The ENGINEER will also identify and seek to obtain data for existing conditions
that may impact the project including but not limited to; utilities, agencies (TxDOT
and railroads), City Master Plans, and property ownership as available from the
Tax Assessor's office.
City of Fort Worth, Texas
Attachme nt A
PMO Release pate: 08,1.2014
Page 4 of 18
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM•N
CITY PROJECT NO.: 105109
• The data collection efforts will also include conducting special coordination
meetings with affected property owners and businesses as necessary to develop
sewer re-routing plans.
• The ENGINEER shall visit the project site and obtain the meter numbers and sizes
on all existing meters to be replaced on the project and shall identify existing
sample stations and fire line locations.
2.2. The Conceptual Design Package shall include the following:
• Cover Sheet
• Graphic exhibits and written summary of alternative design concepts considered,
strengths and weaknesses of each, and the rationale for selecting the
recommended design concept.
• Conceptual plan and profile sheets showing existing and proposed horizontal
(and vertical where applicable) utility alignments, existing and proposed ROW,
city owned and franchise utilities.
• Documentation of key design decisions.
• Estimates of probable construction cost.
ASSUMPTIONS
• All water mains contained within public rights -of -ways are intended to be
replaced by traditional open cut methods.
• All sanitary sewer mains contained with public rights -of -ways, alleyways and
easements are planned to be rehabilitated through pipe bursting methods to
minimize the impacts on the public.
• Pavement repair is currently planned to be achieved through trench repair
methods, rather than full street rehabilitation reconstruction.
• 2 copies of the conceptual design package (30% design) will be delivered.
Report shall be letter sized and comb- bound with a clear plastic cover. Drawings
will be 11"x17" size fold outs bound in the report
• PDF files created from design CAD drawings will be uploaded to the designated
project folder in E-Builder.
• ENGINEER shall prepare the meeting minutes of the Concept Review meeting
and revise the report, if needed.
• ENGINEER shall not proceed with Preliminary Design activities without obtaining
written approval by the CITY of the Conceptual Design Package.
DELIVERABLES
A. Conceptual Design Package
City of Fort Worth, Texas
Attachment A
PNIO Release Dale: 08.1,201 A
Page 5 of 18
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM•N
CITY PROJECT NO.: 105109
TASK 3. PRELIMINARY DESIGN (60 PERCENT).
Preliminary plans and specifications shall be submitted to CITY per the approved Project
Schedule.
ENGINEER will develop the preliminary design of the infrastructure as follows.
3.1. Development of Preliminary Design Drawings and Specifications shall include the
following:
• Cover Sheet
• A Proiect Control Sheet, showing all Control Points, used or set while gathering
data. Generally on a scale of not less than 1:400. The following information shall
be indicated for each Control Point: Identified (existing City Monument #8901, PK
Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system,
and a referred bearing base. Z coordinate on City Datum only; descriptive location
(i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the
East end of radius at the Southeast corner of North Side Drive and North Main
Street).
• Overall Proiect easement lavout sheet(s) with property owner information.
Overall Proiect water and/or sanitary sewer lavout sheets. The water layout sheet
shall identify the proposed water main improvement/ existing water mains in the
vicinity and all water appurtenances along with pressure plane boundaries, water
tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall
identify the proposed sewer main improvement/existing sewer mains and all
sewer appurtenances in the vicinity.
• Overall water and/or sanitary sewer abandonment sheet.
• Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc.,
in the same coordinate system as the Control Points.
• Bench marks per 1,000 ft of plan/profile sheet — two or more.
• Bearings given on all proposed centerlines, or baselines.
• Station equations relating utilities to paving, when appropriate.
• Plan and profile sheets which show the following: proposed water and/or sanitary
sewer plan/profile and recommended pipe size, fire hydrants, water service lines
and meter boxes, gate valves, isolation valves, manholes, existing meter
numbers and sizes that are to be replaced, existing sample locations, existing fire
line locations, existing utilities and utility easements, and all pertinent information
needed to construct the project. Legal description (Lot Nos., Block Nos., and
Addition Names) along with property ownership shall be provided on the plan
view.
• The ENGINEER shall make provisions for reconnecting all identifiable water and/or
wastewater service lines which connect directly to any main being replaced,
including replacement of existing service lines within City right-of-way or utility
easement. When the existing alignment of a water and sanitary sewer main or
City of Fort Worth, Texas
Altachme nt A
PMO Release Date: 08.1.2014
Page 6 of 18
ATTACHMENT
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM•N
CITY PROJECT NO.: 105109
lateral is changed, provisions will be made in the final plans and/or specifications
by the ENGINEER to relocate all service lines which are connected to the existing
main and connect said service lines to the relocated main.
• The following shall be applicable at all locations where it is necessary to relocate or
reroute the existing private sanitary sewer service line due to the abandonment or
realignment of the existing public sanitary sewer lateral or main: The CITY shall
furnish the ENGINEER with a sample format of how the sewer service line
reroute/relocation should be designed and submitted for construction. If the service
connection flow line information cannot be obtained during data collection and
design survey, the ENGINEER shall delay the design of the sewer service line until
after a Quality Level A Subsurface Utility Engineering (SUE investigation has been
performed). The Level A SUE will be performed; (1) by the ENGINEER if included
in the fee proposal; or (2) by the CITY prior to bidding if the CITY determines that it
is needed for satisfactory completion of the design; or (3) by the Contractor after
the project has been bid, by means of a bid item to that effect. In all options, the
ENGINEER shall propose appropriate de -hole locations in the project and collect
flow line elevation and other applicable information of the sewer service line. The
ENGINEER shall use this information to provide the design for the sanitary sewer
service line to be rerouted or relocated.
• Provide map showing location of new manhole construction at the end of existing
sewer segments, 90 degree bends, or tee connections. Site survey or specific
design plans for manhole construction is not included as part of the scope. The
contract documents shall specify that it is the Contractor's responsibility to
coordinate utility location, etc. manhole construction.
• No less than two bench marks per plan/profile sheet.
• Bearings given on all proposed centerlines, or baselines.
• The ENGINEER will prepare standard and special detail sheets for water line
installation and sewer rehabilitation or replacement that are not already included in
the D-section of the CITY's specifications. These may included connection details
between various parts of the project, tunneling details, boring and jacking details,
waterline relocations, details unique to the construction of the project, trenchless
details, and special service lateral reconnections.
• Documentation of key design decisions.
• Estimates of probable construction cost.
3.3. Utility Clearance
The ENGINEER will consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY departments, public utilities,
private utilities, private utilities and government agencies to determine the
approximate location of above and underground utilities, and ther facilities
(current and future) that have an impact or influence on the project. ENGINEER
will design CITY facilities to avoid or minimize conflicts with existing utilities, and
where known and possible consider potential future utilities in designs.
City of Fort Worth, Texas
Attachment A
PIAD Release pate: 0B,1,2014
Page 7 of 18
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM•N
CITY PROJECT NO.: 105109
• The ENGINEER shall upload individual PDF files for each plan sheet of the
approved preliminary plan set to the designated project folder in BIM360 for
forwarding to all utility companies which have facilities within the limits of the
project.
3.4. Traffic Control Plan
• Develop a traffic control plan utilizing standard traffic reroute configurations
posted as "Typicals" on the CITY's BIM360 website. The typicals need not be
sealed individually, if included in the sealed contract documents.
ASSUMPTIONS
• _1® public meeting(s) will be conducted or attended during the preliminary
design phase.
• Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an
additional 0 project specific traffic control sheets will be developed.
2— sets of _11"x17" size plans will be delivered for the
Constructability Review.
• _2_ sets of _11 "x17" size plans will be delivered for the Preliminary
Design (60% design).
• _1 sets of specifications will be delivered for the Preliminary Design (60%
design).
• PDF files created from design CAD drawings will be uploaded to the designated
project folder in E-Builder.
• The CITY's front end and technical specifications will be used. The ENGINEER
shall supplement the technical specifications if needed.
• _2^ sets of—11"x17" 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.
DELIVERABLES
A. Preliminary Design drawings and specifications
B. Utility Clearance drawings
C. Traffic Control Plan
D. Storm Water Pollution Prevention Plan
E. Estimates of probable construction cost
F. Data Base listing names and addresses of residents and businesses affected by
the project.
City of Fort Worth, Texas
Attachment A
PMO Release date: OB.1.2014
Page 8 of 1 B
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM-N
CITY PROJECT NO.: 105109
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:
For projects that disturb an area greater than one (1) acre, the Contractor will be
responsible for preparing and submitting the Storm Water Pollution Prevention Plan
(SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM
Construction Plan according to the current CITY iSWM Criteria Manual for Site
Development and Construction which will be incorporated into the SWPPP by the
contractor.
• Draft Final plans (90%) and specifications shall be submitted to CITY per the approved
Project Schedule.
• Following a 90% construction plan review meeting with the CITY, the ENGINEER shall
submit Construction Documents (100%) to the CITY per the approved Project Schedule.
Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in
State of Texas.
• The ENGINEER shall submit a final design estimate of probable construction cast with
both the 90% and 100% design packages. This estimate shall use ONLY standard CITY
bid items.
ASSUMPTIONS
• 2 sets of _11"x17" size drawings and —2^ sets of _22"x34"
size drawings and —2 specifications will be delivered for the 90% Design package.
• A PDF file for the 90% Design will be created from design CAD drawings and will be
uploaded to the project folder in BIM360.
• 2 sets of _22"X34" size drawings and _2_ specifications will be
delivered for the 100% Design package.
• A PDF file for the 100% Design will be created from design CAD drawings and will be
uploaded to the project folder in BIM360.
• [Engineer to provide estimated final sheet list (coverlindex, general notes, control point
location, easement layout, no. of plan/profiles, special detail sheets, etc.)]
DELIVERABLES
A. 90% construction plans and specifications.
B. 100% construction plans and specifications.
C. Detailed estimates of probable construction costs including summaries of bid items and
quantities using the CITY's standard bid items and format.
D. Original cover mylar for the signatures of authorized CITY officials.
City of Fart Worth, Texas
Attachment A
PMO Release Date; 08.1.2014
Page 9 of 18
ATTACHMENT
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM•N
CITY PROJECT NO.; 185109
TASK 6. BID PHASE SERVICES.
ENGINEER will support the bid phase of the project as follows.
5.1. Bid Support
• The ENGINEER shall upload all plans and contract documents onto BIM360 for
access to potential bidders.
• Contract documents shall be uploaded in a .xis file.
Unit Price Proposal documents are to be created utilizing CFW Bidtools only
and combined in a specified spreadsheet workbook, Bid Proposal Worksheet
Template, and will be populated and configured so that all pages are
complete and the Summary Worksheet(s) in the workbook detail and
automatically summarize the totals from the inserted Unit Price Proposal
document worksheets.
+ Plan Sets are to be uploaded to BIM360 in .pdf format. The .pdf will consist
of one file of the entire plan set.
+ The ENGINEER shall sell contract documents and maintain a plan holders list on
BIM360 from documents sold and from Contractor's uploaded Plan Holder
Registrations in BIM360.
The ENGINEER will develop and implement procedures for receiving and
answering bidders' questions and requests for additional information. The
procedures shall include a log of all significant bidders questions and requests
and the response thereto. The log shall be housed and maintained in the
project's BIM360 folder titled Request for Information. The ENGINEER will
provide technical interpretation of the contract bid documents and will prepare
proposed responses to all bidders questions and requests, in the form of
addenda. The ENGINEER shall upload all approved addenda onto BIM360 and
mail addenda to all plan holders.
• Attend the prebid conference in support of the CITY.
• Assist the CITY in determining the qualifications and acceptability of prospective
contractors, subcontractors, and suppliers.
• When substitution prior to award of contracts is allowed in the contract
documents, the ENGINEER will advise the CITY as to the acceptability of
alternate materials and equipment proposed by bidders.
• Tabulate and review all bids received for the construction project, assist the CITY
in evaluating bids, and recommend award of the contract. A copy of the Bid
Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only
are to be uploaded into the project's Bid Results folder on BIM360.
• Incorporate all addenda into the contract documents and issue conformed sets.
5.2 Final Design Drawings
City of Fort Worth, Texas
Attachment A
PMD Release Date; 08.1.2014
Page 10 of 18
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM•N
CITY PROJECT NO.: 105109
1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format
(version 6.0 or higher) format. There shall be one (1) PDF file for the TPW plan
set and a separate PDF file for the Water plan set. Each PDF file shall be
created from the original CAD drawing files and shall contain all associated
sheets of the particular plan set. Singular PDF files for each sheet of a plan
set will not be accepted. PDF 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 files shall be uploaded to the project's Final Drawing folder in BIM360.
2) In addition to the PDF files, the ENGINEER shall submit each plan sheet as an
individual DWG file with all reference files integrated into the sheet. If the plans
were prepared in DGN format, they shall be converted to DWG prior to uploading.
The naming convention to be used for the DWG files shall be as follows:
1. TPW files shall use the W number as for PDF files, but shall include the
sheet number in the name --- "W-1956_SHT01.dwg", "W-1956_SHT02.dwg",
etc.
H. Water and Sewer file names shall use the X number as for PDF files,
but shall include the sheet number in the name — "X-12155_SHT01.dwg", "X-
12755_SHT02.dwg", etc.
For information on the proper manner 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.
ASSUMPTIONS
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 111 of 18
ATTACHMENTA
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REACACEMENT CONTRACT 2023, WSM•N
CITY PROJECT NO.: 105109
• The project will be bid only once and awarded to one contractor.
• 2 sets of construction documents will be sold to and made available on
BIM360 for plan holders and/or given to plan viewing rooms.
• 2 sets of 11"x17" size and 2 sets of 22°04" size
drawings plans and 2 specifications (conformed, if applicable) will be
delivered to the CITY.
• PDF, and DWG files will be uploaded to BIM360.
DELIVERABLES
A. Addenda
B. Bid tabulations
C. CFW Data Spreadsheet
D. Recommendation of award
E. Construction documents (conformed, if applicable)
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
6.1 Construction Support
• The ENGINEER shall attend the preconstruction conference.
• After the pre -construction conference, the ENGINEER shall provide project
exhibits and attend public meeting to help explain the proposed project to
residents. The CITY shall select a suitable location and mail the invitation letters
to the affected customers.
• The ENGINEER shall visit the project site at requested intervals as construction
proceeds to observe and report on progress.
• The ENGINEER will meet with concerned citizens as needed.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, review change orders, and make
recommendations as to the acceptability of the work.
The ENGINEER shall attend the "Final' project walk through and assist with preparation of
final punch list
6.2 Record Drawings
• The ENGINEER shall prepare Record Drawings from information provided by
the CITY depicting any changes made to the Final Drawings during construction.
The following information shall be provided by the CITY:
o As -Built Survey
City of Fort Worth, Texas
Attachment A
PMO Release Date; 08.1.2014
Page 12 of 18
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEM ENT CONTRACT 2023, WSM•N
CITY PROJECT NO.: 10510
o Red -Line Markups from Contractor
o Red -Line Markups from City Inspector
o Copies of Approved Change Orders
o Approved Substitutions
• The ENGINEER shall modify the Final Drawings electronically and shall place a
stamp on the plans indicating that they represent Record Drawings of the project
as constructed. The stamp shall be signed and dated by the ENGINEER and
shall be placed on each plan sheet, whether there are any revisions on the sheet
or not. Each sheet shall clearly indicate all changes which apply to that sheet by
clouding and numbering, or other suitable means.
• The following disclaimer shall be included with the Record Drawing stamp:
o These Record Drawings were prepared using information provided by
others and represent the as constructed conditions to the extent that
documented changes were provided for recording. The ENGINEER
assumes no liability for undocumented changes and certifies only that the
documented changes are accurately depicted on these drawings.
• The ENGINEER shall submit a set of sealed Final Drawings, modified and
stamped as Record Drawings, on mylar for record storage. The ENGINEER may
keep copies of the information provided by the CITY for their files, but all original
red -lined drawings shall be returned to the CITY with the mylars.
2) Record Drawings shall also be submitted in Adobe Acrobat PDF format (version
6.0 or higher) format. There shall be one (1) PDF file for the TPW plan set and a
separate PDF for the Water plan set. Each PDF file shall contain all associated
sheets of the particular plan set. Sinclular PDF files for each sheet of a plan
set will not be accepted. PDF files shall conform to naming conventions as
follows:
I. TPW file name example — "W-1956—rec47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_rec" designating the file is
of a record drawing plan set, "47" shall be the total number of sheets in this
file.
Example: W-0053_rec3.pdf and K-0320—org5.pdf
II. Water and Sewer file name example — "X-35667_rec36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "_rec"
designating the file is of a record drawing plan set, "36" shall be the total
number of sheets in this file.
Example: X-12755_recl8.pdf
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 13 of 18
ATTACHMENT
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM•N
CITY PROJECT NC.: 105199
PDF files shall be uploaded to the project's Record Drawings folder in BIM360.
ASSUMPTIONS
• 4 Site visits are assumed.
• 2 Concerned citizen meetings are assumed.
+ 4 RFI's are assumed.
• 2 Change Orders are assumed.
• One copy of full size (22" 04") mylars will be delivered to the CITY.
DELIVERABLES
A. Public meeting exhibits
B. Response to Contractor's Request for Information
C. Review of Change Orders
D. Review of shop drawings
E. Final Punch List items
F. Record Drawings on Mylar
TASK 7. ROWIEASEMENT 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.
7.1. Right -of -Way Research
• The ENGINEER shall determine rights -of -way, 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.
7.2. Right-of-Way/Easement Preparation and Submittal.
• The ENGINEER shall prepare documents to be used to obtain right-of-way and
permanent and/or temporary easements required to construct the improvements.
• The ENGINEER shall prepare a ROW and Easement parcel reference map
showing and designating all land interest for project. The map shall be revised as
necessary throughout the land acquisition process.
• The documentation shall be provided in conformance with the checklists and
templates available on the City's document management system (E-Builder)
Project Resources folder.
City of Fort Worth, Texas
Attachment A
PMO Release Date: D8,1,2014
Page 14 of 18
ATTACHIAENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM-N
CITY PROJECT NO.: 105109
7.3. Temporary Right of Entry Preparation and Submittal
• Prior to construction, the ENGINEER shall prepare and submit Temporary Right
of Entry documents for landowners to CITY PM for real property acquisition. It is
assumed that letters will only be required for land owners adjacent to temporary
construction easements or who are directly affected by the project and no easement
is required to enter their property.
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY's E-Builder site.
ASSUMPTIONS
10 Permanent easement exhibits and meets and bounds provided on CITY forms.
200 Temporary right -of -entry documents will be necessary.
• Right -of -Way research and mapping includes review of pro pertylright-of-way records
based on current internet based Tarrant Appraisal District (TAD) information available at the
start of the project and available on -ground property information (i.e, iron rods, fences,
stakes, etc.). It does not include effort 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
A. Easement exhibits and meets and bounds provided on CITY forms.
B. ROW and Easement parcel map
C. Temporary Right of Entry Letters
TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
ENGINEER will provide survey support as follows.
8.1. 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, sanitary sewer cleanout location
and invert as discovered, Location of buried utilities, structures, trees (measure caliper,
identify overall canopy, and have qualified arborist identify species of trees), and other
features relevant to the final plan sheets. Existing drainage at intersections will be verified by
field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit
intersecting grade lines.
• The minimum survey information to be provided on the plans shall include the following:
City of Fort Worth, Texas
Attachment A
PNIO Release bate: 0B.1.2014
Page 15 of 18
ATTACHMENTA
OESION SERVICES FOR
WATER ANO SANITARY SEWER REPLACEMENT CONTRACT2023, WSM•N
CITY PROJECT NO„ 105109
— 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, 518" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate system, and a referred
bearing base. Z coordinate on CITY Datum only.
c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb
line of North Side Drive at the East end of radius at the Southeast corner of
North Side Drive and North Main Street).
— Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same
coordinate system, as the Control.
— No less than two horizontal benchmarks, per line or location.
— Bearings given on ali proposed centerlines, or baselines.
— Station equations relating utilities to paving, when appropriate.
8.2 Temporary Right of Entry Preparation and Submittal
• The documentation shall be provided in conformance with the checklists and templates
available on the City's document management system resources folder.
ASSUMPTIONS
Right -of -Way research and mapping includes review of pro pertylright-of-way records
based on current
• Topographic design surveys throughout the existing rights -of -ways and publicly
available alleyways will be collected using traditional on the ground methods
• Topographic design surveys throughout the existing utility easements within back
and side yard will be collected through a combination of aerial photography and
remote ground sensing technology (LIDAR) supplemented with minimal traditional
survey at existing and planned access points to the utilities to minimize the access
required within private property.
200 Temporary Right of Entry letters with homeowner coordination for access to rear
yard survey field crew access
DELIVERABLES
City of Fart Worth, Texas
Attachment A
PMO Release Date: 0B.1.2014
Page 16 of 18
ATTACNIAENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM•N
CITY PROJECT NO.: 105109
A. Copies of field survey data and notes signed and sealed by a licensed surveyor.
B. Drawing of the project layout with dimensions and coordinate list.
C. Temporary Right of Entry letters.
TASK 9. PERMITTING
ENGINEER will provide permitting support for the CITY to obtain any and all agreements
and/or permits normally required for a project of this size and type, as follows.
9A . Storm Water Pollution Prevention Plan
• For projects that disturb an area greater than one (1) acre, the contractor will be
responsible for preparing and submitting the Storm Water Pollution Prevention
Plan (SWPPP) with appropriate regulatory agencies. The ENGINEER will
prepare the iSWM Construction Plan according to the current CITY iSWM
Criteria Manual for Site Development and Construction with will be incorporated
into the SWPPP by the contractor.
ASSUMPTIONS
• Permit preparation will begin after approval of the Preliminary (60%) Design.
• 0 meetings are assumed with TXDOT for each permit.
DELIVERABLES
A. iSWM Construction Plans
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existing Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
• Detailed phasing and sequence of construction plans other than those specifically
identified in this scope of work.
• Detailed and site -specific traffic control plans other than those specifically identified in this
scope of work.
• Negotiation of easements or property acquisition including temporary right -of -entries.
e Detailed roadway reconstruction and rehabilitation plans
City of Fort Worth, Texas
Attachment A
P►VIO Release Date: 08.1.2014
Page 17 of 18
ATTACHMENT
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM•N
CITY PROJECT NO.; 105109
• Detailed storm water reconstruction, rehabilitation and extension plans
• Geotechnical Engineering services
• Sub -Surface Utility Engineering 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
• Periodic site visits during construction phase other than those specifically identified in this
scope of work
• Design phase public meetings other than those specifically identified in this scope of work.
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of God.
• Services related to warranty claims, enforcement and inspection after final completion.
• Services related to submitting for permits (ie, railroad, etc...) other than those specifically
identified in this scope of work.
• Services related to Survey Construction Staking
• Services related to the preparation of Right -of -Way and Easement Documents other than
those specifically identified in this scope of work.
• Services related to acquiring real property including but not limited to easements, right-of-
way, and/or temporary right -of -entries.
• Services to support, prepare, document, bring, defend, or assist in litigation undertaken or
defended by the CITY.
• Construction Shop drawing review, samples and other submittals submitted by the
contractor.
• Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 18 of 18
ATTACHMENT B
COMPENSATION
Design Services for
WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM-N
City Project No. 105109
Lump Sum Project
I. Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $ 690,490.00 as
summarized in Exhibit B-1 -- Engineer Invoice and Section IV -- Summary of Total
Project Fees. The total lump sum fee shall be considered full compensation for
the services described in Attachment A, including all labor materials, supplies,
and equipment necessary to deliver the services.
B. The ENGINEER shall be paid monthly payments as described in Section Il -
Method of Payment.
II. Method of Payment
A. Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-f, Progress Reports as required in item III. of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Water Department monthly progress reports and schedules in the format
required by the City.
City of Fort Worth, Texas
Attachment B
PMO Official Retease Date: 8.09.2012
Page 1 of 3
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm
Primary Responsibility
Fee Amount l
%
Prime Consultant
Baird, Hampton &
Civil Engineering
$557,990.00
80.B%
Brown, Inc
Proposed MBE Sub -Consultants
Yellow Rose Mapping
Land Surveying
$1325,500
19.2%
LLC
Non -MBE Consultants
I
�}
TOTAL I $ 690,490.00
I
100%
Project Number & Name
Total Fee
MBE/SBE Fee
MBEISBE
Water and Sanitary Sewer
$ 690,490.00
$ 132.500.00
19.2 %
Replacements Contract 2023,
WSM-N
City Project No. 105109
City MBE/SBE Goal = 12%
City of Foci Worth, Texas
Attachment B
PMO Official Release Date: B.08.2012
Page 2 of 3
Consultant Committed Goal = 15 %
MW
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 work types and work phases.
City of Fort Worth, Texas
Attachment B
PMO Official Release bate: B.09.2012
Page 3 of 3
MR
Professional Services Invoice Project Manager. IScottTaylor,PE I Summary
Project: I Water and Sanitary Sewer Replacements Contract 2023, WSM-N
City Project #: 1105109
City Sec Number: I I Supplier Instructions:
Company Name: IBaird, Hampton & Brown, Inc.
Supplier's PM: Austin Baird, PE I
Supplier Invoice #: 2023.716,000-XXX
Payment Request #: I I
Service Date:From I
Service Date:To I
Invoice Date: I
Fill in green coils Including Invoice Number. From and To Dates and the Included worksheets.
IWhen your Invoice is complete, save and close, start Buasaw and Add your Invoice to the
Consultant folder within Projects folder.
email: Iabaird0bhbinc.COm I
Office Address:1 3801 William 0 Tate, Suite 500, Grapevine, TX 76051
Telephone: 817-251-8550
Fax: I I
Remit Address:16300 Ridqlea Place, Suite 700, Fort Worth, TX 76115
Agreement LTD
Agreement Amendment Amountto Completed Percent ($) Invoiced Current Remaining
Sheet FID and Work Type Description Amount Amount Date Amount Spent Previously Invoice Balance
Work Type 1 Sewer I 5244,279.001 S244.279.0C $244.27900
Work Type 2 I
Work Typo 3 I
Work Typo 4
Work Type 5 I I
Work Type 6 I I
Totals This Invoice S244.279.00 $244,279.00 $244,279.00
Overall Percentage Spent:
Professional Services Invoice Project Manager: Scott Taylor, PE
Project: Water and Sanitary Sewer Replacements Contra
City Project#: 105109
Work Type Desc: I Water and Sanitary Sewer Repta{ Supplier Instructions:
FID: I
City Sec Number: Fill in green cells including Percent complete and Invoiced Proviously Guanines
Purchase Order: I When your Invoice is complete, save and close, start Bu=zsaw and Add your Invoice to the
consultant folder within Project's folder.
Company Name' Baird, Hampton d Brown, Inc.
Supplier's PM: Austin Baird, PE
Supplier Invoice #: 2023.716.000-XXX
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Pay Items
Water
Description
Totals This Unit:
email: obalydQbhbinc,com
Office Address: 3601 WIIIIam D Taco, suite 500, Grapevine, TX 76051
Telephone: 317-251-0550
Fax:
Remit 6300 Ridglca Place, suite 700, FortWorth, TX 76116
Agreement
LTD
Agreement Amendment Amendment
Amountto
Completed
Amount Number Amount
Date
Amount
S446211.0]
I
I
$446,211.00
I I
I �
I I
I I
$"6,211,00
i
I
I
I
$440,211,00
Overall Percentage Spent:
Percent ($)Invoiced Current Remaining
Spent Previously Invoice Balance
I S448,211,00
$"6,211.00
Task No. Task D.scription
Rat.
-1.0 Project Man1onwnt
t.t Men nQQmq the cam
1."
12 QC
1.2 bommun1cntonn and Rgvvortfnpp
12.11 Pre -Design Coordin.11 n Mooting 11 Eo1
1221 Dead gn Submirtal R=M.afinga 13 Ea)
1.2.31 Prepare Sancline Schedule
Prepare Monthly Frog— Reports r4th Schctlulc {18
1.2.4I En)
12.SI Prepare Monthly MIIFJ r: Report 118 Ea)
2A �Cpncaptual Design [70.Porcant)
2.1 ma Ca Icclion
2.2 Concept-1 D.xlpn Pock.a.
22.1 Cay.r Shoe(
2.2.2 Eahlbltn and Summary
2.2.3 Pha.inq
22.4 Construction Entmaty
SA Preljrr1lnar�Da�. (60 Percent)
I 3.1 re m nory an P ackoe.
I 3.1.1 I Covcr
I 3.1.2 1O'crall L.yYout
I 3.1.3 I Plan and RIunlProfiie Shc.t
1 3.1.4 1 Specifications
1 3.1.5 1 Construction Entrruto
I 32 I U511/j(/yy ganrnncc
11,11,41-13
3.3 1Traale CanFinal Dw.nFinal'JJ9antl SoeclOcgd.rm42 I F1na t1 Dd .,Planaand Socclfications
IPraiacl Decision Log%s (9D°/ and 1 D0*/
1 4.4 I Construction Esfimalo (90% and t 00 h1
City of Fort worth, Texas
Aaochmonl S - Laval of Effort Supplement
Typlcol Water and S—or Rvplocement
FWVVTR Official Rcleasa Date: 8.092012
3
9
z I
4
I
I 15
1 1
I
I 1
I 12
I
I 1
I 23
I
I !
I e
I e
I 4
1
1
24
12 I
8 I
2
I 2
3
9
6
36
18
119
8
1
100
10
1 SS
1
60
60
16
10
4
4
154
IDo
40
6
8
EXHIBIT B-2
Level of Effort Spreadsheet
TASKIHOUR BREAKDOWN
Design Services for
Water and
Sanitary Sewer Replacement Contract 2023,
WSM-N
City Project No. 105109
Labor fhours)
I
EIR--
Project
Elpneor
EIT
CADD RPLS
Survey
Inch
Field
SurvJ/�ay/y'[,E{nq
Admin.
Total Lobar
Coat
5ubconzultant
Tray.i
Total Expo...
Raproduttlort Cost
Task Sub Toal
$160
$110
$9S $160
S100
iLYS
$70
M44SE
Non-MWBE
12
0
D 0
0
0
6
$24,360
SO
$0 ie
$0
$0
$24,360
s0
$D
so
I
I 3
$�j 070
I
$0
ENO
1 9
0
56,O
I
SO
56�`30
$1,86o
I
SO
$1 BYO
$10.260
SO
$10.260
5
34.200
I
50
54.200
I 202
2S8
20D
0
0
0
D
$112``490
$0
SOI $0
S01
30
$112 41�0
20 I
40
$9,560
I
So
59,580
I
I
I
s0
I
I
$v
SDI
2 I
B
I
1 $14410
1
1
S0l
51.710
760
200
200 I I
I 391
I
1
$01
$91,200
I
1 S0l
I
SDI
50
20 1
4D
I
I S10,OD01
I
I
sol
$10,000
250 1
308
I 180 D
0 I
a
0
1 $130.4301
SO
$DI SO
$01
$0
$130,430
I
1
1
S0
v
2
B
I
1
$1.7101
I
SD
51,7$
80
1OD
100
I
1
$48.3001
I
$0
$48.310
80
80
I 80
1
I $44.2D01
I
I
SO
s44.200
1 32 1
40
1 1 I
I
I $14,0801
I
1
Sol
$14,080
I 20 I
4D
I I
I
$10.0001
I
So
110 0DD
I 20
20
I
I
$s,5601
I
$DI
5'.
I 15 I
20
I I I
I
I
s5.6001
I
$01
i?.600
I 220
280
I 180 I 0 0
0 I
0 I
S127„�O1
SO
SO $0
SO
S0l
$12?,64D1
140
780
I 100
I
$76 D
S01
SIC 00I
1 60
80
1 BD
I
536,800
�
1
$01
536�00
I
I I
�
$1.860
$01
51860
I 20 1
20
1 1 1 1
1
1
$7.680
1 1
1
Sol
$7�b1
I
Task Doscription
ProJoct
Task No.
Director
Man or
Rate
$300
S�
5.0
Bid Phase
3
12
5.1 IBla Sy�port
5.1.1 I yy,J,pgd Documun� to &rzxoaw
1
5.1.21 c oes. and a ntnIn Plan Holders List
1
5.1.31 Issue Ad end.
1
4
5.1.41 Tobulnto Sidi and Recommond Award
1
4
52 War DroWnr,
1
2
6.0 Phase Servic
5
26IConstrued- I
6,1 Support
I
1
6.1.11 Attend Preconstructim Cenforonce
2
6.1.21 Attend Public Meotlnu
2 I
2
6.1.31 Pfolect Site M,IM
I
6 I
c,
6.1.41 Rc uest of Infermatlon Review
I
B
6.1,5
C ppCp��/fir RcY,
PK.uah
I
4
6.1.6
ma P Ond Punch Lint
2 I
4
62
Record Drawine:JAa Built
1
2
17.0
bMEasoment Sorvkes I
1
32
1 7.1 Research I
1
4
fht-of-War/Eaacment
R ghtrof-Way/Eanemont Preparation and Submittnl ( 10
IF
Permanent Utility and Temporary Construction Easements
72
(� 52,0001
10
I mprnory Ri6M of Entry (185 SS Service ConneNon C
7.2
3160)
18
16.0 ISurvo { I
2
12
IDcaim Survey I
1
6
IB.t
8.2 ITomaomry RIcht of Entry (Survey Nodcol 1
1
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
Typical Water and Sewer Replacement
FW WTR Official Release Date: 8.092012
EXHIBIT B-2
Level of Effort Spreadsheet
TASKIHOUR BREAKDOWN
Design Services for
Water and
Sanitary Sewer Replacement Contract 2023,
WSM-N
City Project No. 105109
Laborjhours)
E
nse
Project
EIT CADD
Survey
RPLS
Field
Ad—.
Total Labor
Subconsuhan[
Total Exposo
Task Sub TOWI
EnlI��ineor
Txh
Surveyylna
Cost
T-1
Reproductlon
Cost
$16D
Silo 595
5160 5100
$ioS
57o I
MWBE
Non•MWBE
24
D 0
0 0
0
D I
S7.260
SO
SO
54
I
Sao
$400
$7.660
I
2
I
I
S530
$C
$5301
2
1
S530
I
So
S5301
8
I
I
$2.420
I
$0
$2.42D
it
I
$2,4201
1
$0
$2,420
4
1
$1,3601
S4001
$400
S1,76D
44
20 0 I 0 I 0
I
a
o I
516,200I
So
$a
501
I
$4o01
I
34001
MAN
I
I
I
E4 060
I
I
$0I
560
4
$1,61.
5
$0I
S2.540
e
I
I
$2.5
I
I
I
Sol
$Z.540
8
I
I
S2.120
I
1
I
$01
S2.120
4
I
$2,080
1
I
$DI
12 DaD
B
20
I
I
S4.20D
1
$4001
54D01
$4��0
1D7
16 I 185
20
30 I
36
0
$55475
545.000
$O
$O
$01I1
I
$43.00D1
598975
8 1
16
0 16
24 I
I
27
$14. 5 _
$31.000
I
S31.0001
54�675
18
4
6 I
9
0
_ $a.Doo
$12.o00
I
S12.000I
Mow
75 I
I 185
I
I
S33.300
I
I
SO
$37 300
30
74 0 8
30
63 I
4 I
MGM
$89.500
$01
$0
S5001
590,000
$123.5351
16 I
bD I 8
30 I
63 I
I
$26.135
589,500
I
I
S89 500
11,12131
8 I
18 I I
I
4 I
$3,750
I
55001
00
S4,250
Task Descriptlon
Task No.
9.0
Parmittinq
9.1
SVVPPP
9.2
TDLR
10.0
AdditionalServices
1 10.1
AddltIorol Scw]—
Des2ion
Conepp al Ucsipn �30%)
Prollminary =y --z
Final DcslOn 10 1
Surveyy
Subto(al
Total $690,490.00
Project Engineering Surveying
OPC En neminn Survyyeina Prolcd Per LF Per LF Per LF
Percent ofOPCa 7,215.000 .9% 3.7% 9.2% $28.43 $18.28 $1 D.15
Pcrcenmgas and Focs Exclude Tack 1 D.1 -Additional Scrvfccs
City cf Fort Worth, Texas
Attachment B- Lovcl of Effort Supplement
Typical Water and Sower Replacement
FW WTR Official Release Dote: 8.09.2012
EXHIBIT B-2
Level of Effort Spreadsheet
TASKMOUR BREAKDOWN
Design Services for
Water and Sanitary
Sewer Replacement Contract 2023,
WSM-N
City Project No.105109
Labor (hours)nso
Projoct
Dlractor
Projaet
ER
Survey
CADD RPLS
Field
Atlmin,
Total Labor
5ub,*n,ultane
Total Expcm
Task Sub Total
Manag/1er
Enppn r
Tod+
Su —in.
Cost
Travel
Roprodumlon Cost
Rae $300 $210
5760
$110
$95 $160 $100
$205
$70
MWBE Non-MWBE
1 3
32
40
0 0 0
0
0
510 450
so
$0 S01
$100 $100
SID 5501
1 3
32
40
$16450
1
51 D0 $100
$165501
so
I
s0
50
0 0
0
0
0 0 0
0
0
.0.000
$01
Sol so
s0 $0
S30.000
1
1
$30.000
I
1 SD
$30.000
Totals 97 1 695
915
1026
745 1
10
SS43,340
$132,5001 Sol Sol
$1.4001
$977.240.00
9�$133.900
Pn it
l
oursrIIrIIrIIYYY
3,378
I
Total L.borl
$54,,3,//340
1
Total Exponso
$133,900
Water Lin. Footage
15.015
65%
MBE Sub consulmnt
$732.500
Scwar Una Footro
6,220
35%
Nan -MBE Subcc— tant
50
Foctaqc at,
23.235
100%
10% Sub Markup
$12,250
1
MBE Partclpaticn
19.2%
Total Proloct Cost
$690.490.00
(A) Total Fee
$690,490
(B) Survey Fee
$235,760
(C Toml Fee�J-1j, Su'T�oc
I �ater Faa jBDb/ at C)
S454 730
Sa-ar Foc �40 %
of C)
1 $293. 57.00 I
5160.E DD
WP
Water
So—'
31
$88.110
57.
S48.262.Do
32
1
568157.10
$46.262.D0
33
51 �� 542,80
$64.349.00
51
5152.354.00
$83.406.00
15446.211.00
5244279.00
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Water and Sanitary Sewer Replacements Contract 2023, WSM-N
City Project No. 105109
None
City of Fort Worth, Texas
Attachment C
PMD Release Date: 05.19.2010
Page 1 of 1
� uw I•uuP]
Q .gPwli O e.vl lvurp'd __..._..._•.
N
L.e.d
w .L M
IyYO•Y lull ♦ dl"h—C I..w .........• ••• ••
Nwaw.G •Np.ul M.li•u+.•3
♦ Mw
FI .: .............. NuwaP+^0 C—___.........1
.ueWtlW.ePP.ul • Lwwn'. p.NM ..................pG
rJL:N^VS
!IeO
G.wwn P u.W .: N'UI..wN •
.W.N9VPUWP'd - - N.uw.i
V 1 m GLIL LZOr'P•NV
_—_ --
___--____-___------------- _____--____.
CP Yb umaLVJ lV-.m •1•D bZ
p°+^Y
M_
.r .Pd lZALN uqf --cm
+ •..n
cv_
x'LaYo xc b.[Ln uJ c:n.9.w +YD Or[
iw wwo
i_
•L.P9 �ceb 1L0 LZF.w IW cLA. Vd M.PO
eVl wW ap^d..Dn V PW
i9_
WpDlrtbi 146 9ZIW1PVi SZn nl .Fro0
6uPwW uaPVPwD ud
w
Lc %b LVSL.PJ SLSLx ui a po
P+Dad a.apW
_99
%D *r LIW LZ.w ud .lro ••L
.w.w.nadwl Y.+.Lt YwM pn+wa)
w�
M.P 9+e S09 %0 9:AL.PJ DZU14 uqy .Lm of
uw^ou]LaNluP7
_1G_
K %9 9Z MIM SiLt'JL uqf -P.
•••enN.1w
K
K YO 6VelILVd SLI!/L ww WPeI
uaPlwwn>Dp 39MW
96
[0 YD Wn/L IW Gr.W uew .Yec
..nepuauu.a.b PPurv.D 9w.1 Do".PerwNMb
>c
_
x0 GZt1TArW sZILZ. NJ .YDO
c I-0 Pie
0�
•YP C.cllc %9 GLRLB uqu cZ2L9 U.. .YPe
•P••pPY •nul ,_,Z9-
.LmOL+.GDP %0 GL94d1 uqy 9:.1...W t.,
OwWW PO'•'tl
1,9
Lr'l'rt YD SVLVe ul 4:N"N YDW .YP Or
P.p.d W.w..bPNN/
69_
YA N WI,J 9=,— .l..
IPWP+d M++Y9PI0
A
xe lcrult uJ tvz. wW .L.P a9c
.oyLy.rrPo
n
xD cLDus ui 9Ac/1l .L•Pe
.PpwP�•NnlluL _�dr
tr
i
cr 9W cLovs Nl wDl.ww .YP oo
ua •..I.b 4111Y+
6L YD WL1L 41 IVOc .t ubw .Yp Oc
uVWIVt"w•dG W. Wr.k.'.••tl _9!_
w0.D.Pb 11NM
%e NM-VJ
Z1 Yo LVV6Nd Glh wW .LR OLL un.dd49w•in•b
lY %0 urry Ud 4`hM1Vd .YPO rlugn[-dddML
_ -c,
CZ %o L .,A cum um .Lmo wnu.dud"dddM^.
LP
%0 sm,va —m,-W -'r .bw+y
o-
R %D S'AL. VI SML4 NJ ./m0 •YM.un7 uawnb\r Y.d.id l..b
!L
1[ 0 SVPL9NJ CVrZfL wW M•p ep uonnlnb mcuv u.wae3
!t
e[ SVtVLYd rLDCfriww eF•P 6r •' MutldYluau.ew.W Au.d.rd
1�-
JJO4 LSlt 1Le VLI 14 vow eYPn[ n°°a MOil 4rwwu.3
PI lVVV aWu`�d
.
x9 NVl IJBLlLL wW M.D PcI Pu.ffMOb
C
S %0 616APd G:.ML ..W 4m91 .GeVV a9 u.dud
R
_
Lt KO riu9 uJ SZ.IK UDW .F.D9 IsvJ 39MW VMP.P3
�
LL %0 A:9 t. Vd ir.Lrs Vd .YPO q.pw.D unl•.p
y6 .
.r.eYn.
I
0C XD GJeIfG Vd G"/FIS wW WPOI /DI.Ineb9 uglmiNwdD Pu. ougd laud...bdY
lL
aPDW^••L W.uNd (YeDL7
6: !L0 c1 Pd 9LMlhwW .YD LL 1•uW .uulnG W. uuwuuDDIxG911w Nu..mq
LZ Y0 9VLPr+J wt,. Vd .L.,0
l.,—P-dPPb
bt_
1Z %0 9Ul NY I+d 9LaZn: wW .YP Gt
I wuuw�4w..b +rp
PL
9Lb2 Ye GJLLL I+d L""/LL[Nd .L.PO
fxal:n^uii.]v'�•^.G'uugd l^uid..wnL
!L
cZ %0 6'JLVC VJ C':Auc u^W .lro 0l
wn•aY.�dG f.lu,wro.p LD•rLuoD
�iry
4' x S Vt VJ LL.LrrnY1 aYr PZ
(%cdl w.Ld..Ip.Pu.p Pull
9L
%0 9i'+cN 1V1 mom .tRw
OUN..r+liul Pql
K
- - ZZ %0 cVLRI+d M.VJ .YP9
•lupu+.�ugwp lnul".M'd
9S
.wNoed udrwp P..I•.b
N-Pld
-1
oL 9V12W G:AZM1 .F.P9L Nwen^.4qu.wwD]n.L..b N.ulwNud Newd.Dul
wW x0
a
Wlsl+� %0 1`11 Pd Srl[1141 4R0
i
Wl.q.awndN.aN.OVeINY
_ 1t
-
�y
L
6L %0 �tvL ud IZAVLI uoW YRiI
0t %0 e.:1:CLrV .'✓IfLUd .Am0
w.ww.Dfw.+b 4p
.wfn39'u.d:'.u'W'uwwJ .owns
u`?dO
0L_
it
I
1[ %o a'JLSIIW 1VBL .L uq9 .YP0L
9'u.dG'9PPp pulwD'wlp:J
!L
9t %0 4Z2L .l VJ 1VWLL wW J.Pa
,uqd uWr M.u.t.+N.M NW.Wud.hdud
Ll
Ye orLLtW KM1ILL u•W .Y•eL
WNu.rrlu3YRIuuP+tl
et
Vll♦♦♦l♦
/l VA 1'JVLt VJ .Z/LItL VJ •tR0
'dtl 01I 0-D
Lt
LMP9 .dLL, %e 1 KM1ILL UJ d.
PUC.IW ✓M..b u01Lp
9t
1
mVd
V.dN A.er..Y
Zl Yc 1LYL6l nyl 1VLL.L UJ_,1R Ot
NwgnC9,wPDwe�Wl..b p.arP�N•rDd+wul
LL
Ll� xb . WLnel rrer -M .W.L
Wuwv ,--Wj
dl
!P•
0r. xo /ZAVbrld ILnr..b pd .YIa
LL
b YA rZAL9 ud free uqy .YDOL
xO9V.d.b udP.G LdwwD..dud
bty
�b
.YD DL-Ldn %0 O:A.Nd 1J6%t wW .YD OL
•uqd+wr: 9+N•Mlwp•p�oD
-p ..
•
♦
Yb 9VLfLL Pd I 1-. .L.Pel
uM.q Pnp.PwD
Xo 9'L.V9L9 VJ YZJ9SlL wW .LvD GZ
.wN wRnmuD�
2-
1 Yb rz91l4d I'J1L9 wW .Yn O.
.Yunt Ndbf qudub.wl
.LRL .69 W *mI"pJ ioa's ww -Y .k
u•VlOu uw.uW.u�
6
%0 1VYl. Pd YL UPW .LROL
w !uD •Pp9YPP•rb
4
%0 4Vt9VJ Mc=w •LR99
wcpu.l EupuulouTLLJ
E
I:dl9l u.W .tro69L
udl.rQ
Z
'
=IN
%e ei_RNLw
P•a' (-.u11-(-7b'-.._dr-i-�LI7-Ar
+.wrow
Ynro we wwroPPz
W
W.,....D.d�l w
uwuid
I.._um: www�
wnlu
of
COLCCL NdO 'MNSM - CZOZ IQMbOO iubtu•arlo•N L•M•C q LaplM
u.a.N W—
KVJebefbOWNYN 10I
01N3WHC)H11V
adw.mP•YDc NwGM ctw
��gu SCOPE EXHIBIT I CITY OF FORT WORTH r
�g %A� 200 TEXAS STREET
in. 2� 8�., FORT WORTH, TX 76102
X BAIRU, HAMPTON 6 BROWN
a 8
2023WSM-IV:�,�',,:w:ti�'
3 n € � I rm. oEscR ano�i are .vaen�u..nKiu.
ATTACHMENT "F"
CERTIFICATE OF INSURANCE
Water and Sanitary Sewer Replacement Contract 2023 WSM-N
City Project No. 105109
City of Fort Worth, Texas
Attachment F
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, January 14, 2025
LOG NAME: 60WSSC23WSMN-BHB
REFERENCE NO.: **M&C 25-0018
SUBJECT:
(CD 3) Authorize Execution of an Engineering Agreement with Baird Hampton & Brown, Inc. in the Amount
of $690,490.00 for the Water and Sanitary Sewer Replacement Contract 2023, WSM-N Project and Adopt
Appropriation Ordinance to Effect a Portion of Water's Contribution to Fiscal Years 2025-2029 Capital
Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of an engineering agreement with Baird Hampton & Brown,. Inc. in the amount of
$690,490.00, for Water and Sanitary Sewer Replacement Contract 2023 WSM-N project; and
2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $993,137.00, transferred from available
PayGo funds within the Water and Sewer Fund, for the purpose of funding Water and Sanitary Sewer
Replacement Contract 2023 WSM-N project (City Project No. 105109) to effect a portion of Water's
Contribution to Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
This Mayor and Council Communication
(M&C) is to authorize execution of an engineering
agreement with
Baird Hampton & Brown,. Inc. in the amount of $690,490.00 for Water and Sanitary Sewer Replacement
Contract 2023, WSM-N project for the preparation of plans and specifications
for sanitary sewer and water
main replacements on the following streets and easements:
Street
From I
To
I Scope of
Work
Burton Hill Road
IlDennis Avenue (Odom
Avenue
11Water
Dennis Avenue
Ansley Drive
Oak Forest Drive
l Water
Roaring Springs Road
Carb Drive
South 1,150 feet
Water
Ansley Drive
Santa Barbara
140 feet South of Santa
Water
Avenue
Marie Drive
Durham Avenue
I Bruton Hill I
Road
Santa Clara Drive
Water
Durham Avenue
Ansley Drive
Oak Forest Drive
'Water
Oak Forest Drive
Dennis Avenue
210 feet South of Santa
(Marie
Water
Avenue
Odom Avenue
Burton Hill I
ad
Santa Clara Drive
Water
Odom Avenue
Ansley Drive 110ak
Forest Drive
Santa Barbara Avenue
Santa Clara
Drive
(Ansley Drive
l
IIlWater
j Water
(III
Santa Clara Drive
Odom Avenue IlBurton
Hill Road
"ater/Sewer
Santa Marie Drive
1 4nsley Drive 1I0ak
Glen Circle
IlWater/Sewer
Dennis Avenue
Ansley Drive I Oak Forest Drive I Water
Private Drive Roaring 580 feet East of
Springs Road Roaring Springs
Easement between Durham Avenue and Santa Clara 'Oak Forest Drive
Oak Forest Drive Drive
Easement between Odom Avenue and Burton Hill
Santa Barbara Avenue Road
Easement between
and Volder Drive
Oak Glen Circle
Easement between
Odom Avenue
Fursman Avenue Roaring
Springs Road
I0anta Marie
rive
Durham Avenue and Burton Hill
Road
Easement between Oak Forest Drive Santa Marie
and Oak Glen Circle Avenue
Easement between Odom Avenue and Burton Hill
Santa Barbara Avenue Road
Easement between Santa Barbara IlSanta Clara
Avenue and Santa Marie Avenue Drive
Santa Clara Drive
East 900 feet
Oak Forest Drive
I�Oak Forest Drive
IlNorth 415 feet
IIOak Forest Drive
Oak Forest Drive
Water
j Sewer
IlSewer
Sewer
Water/Sewer
IlSewer
Sewer
Sewer
IlSewer
In addition to the contract amount, $302,647.00 (Water: $159,861.00; Sewer $142,786.00) is required for
project management, real property acquisition, utility coordination, and, material testing. This project will
have no impact on the Water Department's operating budget when completed. The sewer component of the
project is part of the Water Department's Sanitary Sewer Overflow Initiative Program.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of
within the annual budget ordinance, as projects commence, additional funding needs are identified, and to
comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion
of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program, as follows:
60WSSC23WSMN-BHB
Capital project FY2025 CIP Budget Revised
Fund Name Appropriations Authority Adjustment FY2025
Name Budget
W&S 105109
Capital - W/SS
Projects Repl` $0.00 This M&C $993,137.00 $993,137.00
— Fund Contract
56002 2023
WSM-N
Funding is budgeted in the Transfer to Water/Sewer account of the Water and Sewer operating budget for
the purpose of funding the W&SS Repl Contract 2023 WSM-N project within the Water & Sewer Capital
Projects Fund.
FY2025 — Water PAYGO Appropriations per City Ordinance 27107-09-2024
FY2025
FY2025
YTD PayGo This M&C
FY2025
Original
Amended
Approved
Remaining
Adopted
PayGo
for/Moved to
PayGo
PayGo
(includes any
Capital
Balance
council
Projects
actions
subsequent to
budget
adoption)
$92,597,771.001I$92,597,771.001($1,502,449.38)1($993,137.00) $90,102,184.62
Note: there may be other pending actions or recently approved actions that are not reflected in the table
due to timing.
Appropriations for Water and Sanitary Sewer Replacement Contract 2023 WSM-N project are as depicted
below:
Existing Additional Project
Fund Appropriations Appropriations Total*
W&S Capital
Projects Fund $0.00 $993,137.00 $993,137.00
56002
Project Total 1 $0.001 $993,137.00 $993,137.00
*Numbers rounded for presentation purposes.
Business Equity: The Business Equity Division placed a 12 percent business equity goal on this
solicitation/contract. Baird, Hampton & Brown, Inc., will be exceeding the goal at 19.19 percent, meeting the
City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity
Division.
The project is located in COUNCIL. DISTRICT 3,
FISCAL. INFORMATION 1 CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Water & Sewer Fund, and upon
approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be
available in the W&S Capital Projects Fund for the WISS Rep[ Contract 2023 WSM-N project to support the
approval of the above recommendations and execution of the engineering agreement. Prior to any
expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds.
FUND IDENTIFIERS (FIDs).:
TO
Fund Department ccoun Project Program ctivity Budget Reference # mount
1 ID 1 I Year I (Chartfield 2)
FROM
Fund Department ccountl Project lPrograml ctivity Budget
ID 1 ID Year
CERTIFICATIONS:
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
William Johnson (5806)
Chris Harder (5020)
Scott Taylor (7240)
Reference # mountl
(Chartfield 2) I 1
ATTACHMENTS
1. 08 - Form 1295 Certificate 2023-1098715.pdf (CFW Internal)
2. 24-105109 (Water & Sanitary Replacement Contract) Compliance Memo-NS.pdf (CFW Internal)
3. 60WSSC23WSMN-BHB funds availabilitv.pdf (CFW Infernal)
4. 60WSSC23WSMN-BHB- FID Table (WCF 12.06.24).xlsx (CFW Internal)
5.60WSSC23WSN-BHB Landscape.pdf (Public)
6. ORD.APP 60WSSC23WSMN-BHB 56002 AO25(r2).docx (Public)
7. PBS CPN 105109.odf (CFW Internal)
8. SAM.aov search BHB.docx (CFW internal)
60WSSC23WSMN-BHB FTD Table
2
2
2
56002 1 0700430 4956001 1 105109 1 2025 $387,065.00
56002 1 0700430 1 1 105109 1 2025 $387,065.00
2 56001
0609020
5956001
$606,072.00
2 56002
0600430
4956001 105109 001730 9999
($606,072.00)
2 156001
0709020
5956001
$387,065.001
2 56002
0700430
4956001 1 105109 001730 9999
.1-%11-2. 110 J-r1y�. ■ -
($387,065.00)1
- - - - - -
2
56002
0600430
4956001
105109
001730
9999
($606,072.00)
2
56002
0600430
5110101
105109 I
001730
9999
I $53,250.)0 Water Staff Cost
2
56002
0600430
5550102
105109
001730
9999
$5,000.00 Public Outreach
1
56002
0600430
5330500
10-9109
001730
9999
$446,211.00 lContract
2
56002
0600430
5310350
1 105109
001770 1
9999
I
$3,000.00 Utility Coordination
2
56002
0600430
5330500
105109
001784 1
9999
$78,889.00 Soil Lab Consultant
+ 2
56002
0600430
5310350
105109
001784 �.
9999
$19,722.00 Soil Lab TPW Staff
2
56002
0700430
, 4956001
105109 I
001730
9999 I
($387,065.00)1
2
56002
0700430
5110101
105109
001730
9999
$40,786.00 lWater Staff Cost
1
56002 I
0700430
5330500
105109
001730
9999
$244,279.00 lContract
2
56002
0700430
5710010 1
105109
001740
9999
$70,000.00 jEasement Acquisition
2
56002
0700430
5110101
105109 I
001740
9999 I
$20,000.00 jEasement Acquisition
2
1 56002
0700430
5330500
105109
001740
9999
$5,000.00 Easement Acquisition
2
1 56002
0700430
5740010
105109
001780
9999
$5,000.00 Easement Acquisition
2
56002
0700430
5310350
105109
001770
9999
$2,000.00 Utility Coordination
56002
2060000
105109
RETAIN
Retainage Combo Code