Loading...
HomeMy WebLinkAboutContract 62673CSC No. 62673 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home -rule municipality ("CITY"), and Kimley-Horn and Associates, Inc., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Water and Sanitary Sewer Replacement Contract 2023 WSM-W — Project No. 105559. 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 $749,882.00 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-W Standard Agreement for Engineering Related Design Services 10555 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 Repl Contract 2023 WSM-W Standard Agreement for Engineering Related Design Services 10555 Revised Date: 12-08-2023 Page 2 of 15 (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. E. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. F. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on -site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the contract documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the contract documents, nor shall anything in the contract documents or this AGREEMENT between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on -site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on -site observation(s) of a City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-W Standard Agreement for Engineering Related Design Services 10555 Revised Date: 12-08-2023 Page 3 of 15 deviation from the contract documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the contract documents. G. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. H. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the contract documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are no other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-W Standard Agreement for Engineering Related Design Services 10555 Revised Date: 12-08-2023 Page 4 of 15 Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. J. Business Equity Participation City has goals for the full and equitable participation of minority business and/or women business enterprises in City contracts greater than $100,000. In accordance with the City's Business Equity Ordinance No. 25165-10-2021 (as codified in Chapter 20, Article X of the City's Code of Ordinances, as amended, and any relevant policy or guidance documents), Engineer acknowledges the MBE and WBE goals established for this Agreement and its execution of this Agreement is Engineer's written commitment to meet the prescribed MBE and WBE participation goals. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. K. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-W Standard Agreement for Engineering Related Design Services 10555 Revised Date: 12-08-2023 Page 5 of 15 subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to reproduce such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of hard copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. L. INSURANCE Engineer shall not commence work under this Agreement until it has obtained all insurance required under Attachment F and City has approved such insurance. M. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondent superior shall not apply. N. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. O. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. P. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-W Standard Agreement for Engineering Related Design Services 10555 Revised Date: 12-08-2023 Page 6 of 15 at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. Q. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City A. City -Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights -of -way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-W Standard Agreement for Engineering Related Design Services 10555 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 Repl Contract 2023 WSM-W Standard Agreement for Engineering Related Design Services 10555 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. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. J. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-W Standard Agreement for Engineering Related Design Services 10555 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-W Standard Agreement for Engineering Related Design Services 10555 Revised Date: 12-08-2023 Page 10 of 15 commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification The ENGINEER shall indemnify or hold harmless the CITY against liability for any damage committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control to the extent that the damage is caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment ENGINEER shall not assign all or any part of this AGREEMENT without the prior written consent of CITY. H. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. J. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-W Standard Agreement for Engineering Related Design Services 10555 Revised Date: 12-08-2023 Page 11 of 15 claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. K. Contract Construction/No Waiver The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed and revised Agreement and that the normal rule of contract construction, to the effect that any ambiguities are to be resolved against the drafting party, must not be employed in the interpretation of Agreement or any amendments or exhibits hereto. The failure of CITY or ENGINEER to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of CITY's or ENGINEER's respective right to insist upon appropriate performance or to assert any such right on any future occasion. L. Immigration Nationality Act ENGINEER shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by CITY, ENGINEER shall provide CITY with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. ENGINEER shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any ENGINEER employee who is not legally eligible to perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER, ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ENGINEER, shall have the right to immediately terminate this Agreement for violations of this provision by ENGINEER. M. Prohibition On Contracts With Companies Boycotting Israel ENGINEER unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-W Standard Agreement for Engineering Related Design Services 10555 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 Repl Contract 2023 WSM-W Standard Agreement for Engineering Related Design Services 10555 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-W Standard Agreement for Engineering Related Design Services 10555 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 1OF FORT WORTH w� William Johnson (J n 22, 202516:14 CST) William Johnson Assistant City Manager Date: 0 1 /22/2025 ATTEST: Jannette Goodall City Secretary man 9EORT nad a'.f.�°�o 000llOPad ado 9d Aso o=d a°°Qn IlE4p544 APPROVAL RECOMMENDED: C&6k�� fCarA&r By. hristopher Harder (Jan 22, 2025 07:11 CST) Christopher Harder, P.E. Director, Water Department APPROVED O FORM AND LEGALITY By: Douglas Black (Jan 22, 202511:01 CST) Douglas W Black Sr. Assistant City Attorney Contract Compliance Manager: BY: ENGINEER Kimley-Horn and Associates, Inc. d, � /1. Ir +a, r. E. !John Atkins, P.E. Vice President Date: 01 /20/2025 1TA E-11TOa0no W� will]IU M&C Date: 1 /14/2025 Form 1295 No.: 2024-1181645 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. for Liarrictonlon OFFICIAL RECORD Project Manager CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-W Standard Agreement for Engineering Related Design Services 10555 Revised Date: 12-08-2023 Page 15 of 15 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023 CITY PROJECT NO.: 105559 ATTACHMENT A Scope for Enaineerina Desian Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023 CITY PROJECT NO.: 105559 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. OBJECTIVES Approximately 11,920 linear feet of water replacements and 500 linear feet of sanitary sewer replacements are planned, as summarized in the table below: Water Replacements/Additions Street From To Length Existing Proposed Alignment (LF) Size (in) Size (in) Main Street Belknap St 7th St 4,910 24/20 30/24 Main Street 3rd St 7th St 2,835 12 12 Houston Street 41h St 7th St 2,400 6/8 12 7th Street Main St Commerce St 245 - 24 6th Street Main St Commerce St 350 6/8 8 51h Street Throckmorton St Calhoun St 1180 6/8 8 Total Water Length 11,920 LF Sanitary Sewer Replacements Street From To Length Existing Proposed Ali nment (LF) Size (in) Size (in) Houston Street 4th St 51h St 500 6/8 8 Total Sewer Length 500 LF City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 4A. Construction Document Preparation Task 5. Bid Phase Services Tools F Genstri ir4ion Phme co�� NOT INCLUDED Task 7. Survey and Subsurface Utility Engineering Services Task 8. Permitting Task 9. Additional Services 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. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 2 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design • 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. ASSUMPTIONS ■ Thirteen (13) MWBE reports will be prepared ■ Thirteen (13) monthly invoices ■ Thirteen (13) monthly water department progress reports will be prepared ■ Thirteen (13) monthly project schedule updates will be prepared ■ Six (6) monthly design meetings DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Study the project, ■ Identify and develop alternatives that enhance the system, ■ Present (through the defined deliverables) these alternatives to the CITY City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 3 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 ■ 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. • 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 includes the following scope of services. • Plan and profile exhibits including aerial at a scale of 1" = 40'. Profile will be based upon LiDAR data. o Approximately 17 sheets for the water mains o Approximately 1 sheets for the sewer mains o Proposed phasing of any water and sanitary sewer work that is included in this project documented in both the project schedule and narrative form. o Documentation of key design decisions. o Estimates of probable construction cost. 2.3. Fire Line Reconnection • Engineer shall coordinate with property owners along alignment to identify and locate existing fire lines. • Design shall include connections to existing fire lines and shut down and sequencing to keep lines in service during construction. 2.4 Hydraulic Analysis Coordination • The ENGINEER will coordinate with the CITY to obtain modeling and sizing recommendations for the transmission main. ENGINEER will incorporate CITY's recommendations into the Conceptual Design. ASSUMPTIONS City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 4 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 ■ Two (2) copies of the conceptual design package (30% design) will be delivered and will consist of 11x17 Exhibit and email summarizing alignment and design considerations. ■ One (1) site visit will be conducted during the conceptual design phase. ■ ENGINEER will prepare meeting notes of the Conceptual Design Review meeting. ■ ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Package TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. These services will include 60% design for 11,900 linear feet of water main improvements and 500 linear feet of sewer main improvements. 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 voiect easement lavout sheet(s) with property owner information. • Overall voiect 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. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 5 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 • Bearinas given on all proposed centerlines, or baselines. • Station eauations 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 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. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the ENGINEER will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during 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. • The ENGINEER will prepare standard and special detail sheets for waterline 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, City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 6 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. 3.2. Geotechnical Investigation Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. 3.3. Environmental Analysis A. Perform a Limited Phase II investigation in the following locations: 1.Fourteen (14) soil borings along the sanitary sewer alignment. Two (2) soil borings will be converted into temporary monitoring wells. B. Samples will be tested to identify total petroleum hydrocarbons (TPH), volatile organic compounds (VOCs) and other chemicals of concern (COCs) and will be compared to the Texas Risk Reduction Program (TRAP) protective concentration levels. 3.4 Special Structural Design: Develop Design (60 percent) calculations, drawings, specifications, for the following special structures • Utility bridge hangers and accessories for vertical support from superstructure • Utility bridge supports and accessories for vertical support at abutments • Submit a draft memorandum of assumptions for existing bridge load analysis to TxDOT for review. It is anticipated that the load rating analysis will be limited to superstructure members directly impacted by the utility bridge hangers due to the marginal change in dead load relative to the overall load capacity of the bridge.3.5. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. • Water Field Operations Review: Conduct one (1) review meeting(s) with Water Field Operation personnel to review impacts on the water system. • TRWD Review: Conduct one (1) review meeting(s) with TRWD personnel to review impacts and coordination with the entire TRWD Project. 3.5. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 7 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in EBuilder for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. ASSUMPTIONS ■ One (1) public meeting will be conducted or attended during the preliminary design phase. ■ Two (2) site visits will be conducted during the preliminary design phase. ■ Nine (9) borings at an average bore depth of twenty (20) feet each will be provided. ■ Three (3) sets of 22 x 24 size plans will be delivered for the Constructability Review. ■ Three (3) sets of 22 x 24 size plans will be delivered for the Preliminary Design (60% design). ■ One (1) set of specifications will be delivered for the Preliminary Design (60% design). ■ DWF files created from design CAD drawings will be uploaded to the designated project folder in EBUILDER. ■ The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. ■ Six (6) sets of 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. Geotechnical Report (1 hard copy) B. Preliminary Design drawings and specifications C. Utility Clearance drawings D. Estimates of probable construction cost E. Data Base listing names and addresses of residents and businesses affected by the project. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 8 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 TASK 4. FINAL DESIGN (90 PERCENT) Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows. These services will include 90% design for 11,900 linear feet of water main improvements and 500 linear feet of sewer main improvements. 4.1. Final Drawings • Draft Final drawings (90%) and specifications shall be submitted to CITY per the approved Project Schedule. o Drawings will incorporate all City comments from the Preliminary Design Package. Additionally, the following sheets will be prepared: - Traffic Control Details • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. - Erosion Control Plan and Details - Structural Details for Bridge Attachment - The ENGINEER will submit a limited structural calculation package, including the results of the limited existing bridge load analysis and design calculations for proposed bridge hanger members, connections, and anchorage. - The ENGINEER will prepare final specifications for structural elements. Specifications are intended to follow TxDOT Standard Specifications, with special conditions for project -specific amendments as required. - Surface Repair Plan - City Standard Details - Project Specific Details, if required o Final Design will include Cathodic Protection Design Plans as prepared by ENGINEER's Cathodic Protection subconsultant. Tasks will include Field Survey, Data Analysis and Lab Work, and Design Recommendations. A report will be prepared that documents test data, analysis, and an opinion of probable construction cost for cathodic protection and interference control systems. • Drawings will be prepared in accordance with City Construction Standards 4.2. Final Project Manual • Draft final (90%) specifications and construction contract documents: o Documents will incorporate all City comments from the Preliminary Design Package • Preparation of construction contract and bidding documents: City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 9 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 o The ENGINEER will modify existing City Contract Documents and General Requirements to accommodate a lump sum bid project. 4.3. Constructability Review • Water Field Operations Review: Conduct one (1) review meeting(s) with Water Field Operation personnel to review impacts on the water system. TRWD Review: Conduct one (1) review meeting(s) with TRWD personnel to review impacts and coordination with the entire TRWD Project. ASSUMPTIONS ■ The Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The ENGINEER will prepare an erosion control plan and details which will be incorporated into the SWPPP by the contractor. ■ For each submittal package, three (3) sets of 22 x 34 size drawings and three (3) sets of 11 x 17 size drawings and one (1) set of specifications will be delivered for the 90% Design package. Final sheet list: cover (1), index and general notes (2), shutdown and phasing notes (2), control and benchmarks (1), overall location and proposed sheet reference (water and sanitary sewer) (2), overall existing (water & sanitary sewer) (2), line abandonment (water & sanitary sewer) (8), plan and profiles (water & sanitary sewer) (18), detail sheets, erosion control, and traffic control (10). DELIVERABLES A. Final Design drawings (90%) B. Traffic Control Plans C. Final Design project manuals (90%) D. Opinion of probable construction cost TASK 4A. CONSTRUCTION DOCUMENT PREPARATION Upon approval of the Final Design plans, ENGINEER will prepare construction documents as follows: 4A. Construction Document Preparation: • Address and incorporate City comments from the 90% Final Design review. • Draft Final plans (100%) 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 commence with preparation of the Construction Documents, and provide the package to the CITY per the approved Project Schedule. Each plan sheet City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 10 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design opinion of probable construction cost with the Construction Documents design package. DELIVERABLES A. Signed and Sealed Bid Documents. a. Three (3) sets of 11x17 size drawings and three (3) Project Manuals will be delivered for the Construction Document package. b. Design Drawings will be uploaded to eBUILDER (.pdf) c. Project Manual will be uploaded to eBUILDER (.pdf) B. Detailed opinions of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. TASK 5. BID PHASE SERVICES ENGINEER will support the bid phase of the project as follows. 5.1A. Bid Support • The ENGINEER shall upload all plans and contract documents onto EBuilder for access to potential bidders. o Contract documents shall be uploaded in a .xIs file. o 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. o Plan Sets are to be uploaded to EBuilder in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on EBuilder from documents sold and from Contractor's uploaded Plan Holder Registrations in EBuilder. 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 EBuilder folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 11 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto EBuilder and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on EBuilder. • Incorporate all addenda into the contract documents and issue conformed sets. ASSUMPTIONS ■ The project will be bid as two separate bidding units and awarded to two contractors. ■ For each bidding unit, five (5) sets of construction documents will be sold to and made available on EBUILDER for plan holders and/or given to plan viewing rooms. ■ For each bidding unit, six (6) sets of 22 x 34 size and six (6) sets of 11 x 17 size drawings plans and six (6) specifications (conformed, if applicable) will be delivered to the CITY. ■ PDF, DWF and DWG files will be uploaded to EBUILDER. 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 — NOT INCLUDED. TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 12 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 7.1. Design Survey • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • The minimum survey information to be provided on the plans shall include the following: • A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: • The following information about each Control Point; o Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod) o X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. o Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. • No less than two horizontal bench marks, per line or location. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. 7.2 Subsurface Utility Engineering (SUE): • The SUE shall be performed in accordance with Cl/ASCE 38-02. • Four different levels of SUE are identified. The following is a description of each level of SUE used on this project. o Level D o Level C - Field locate and obtain horizontal position of visible utility surface features for all of the utility systems described within Level D. o Level B City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 13 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 - Indicate by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical prospecting techniques, including electromagnetic, sonic, and acoustical techniques. Approximately 4 days of direct buried utilities are identified for Level B location. o Level A - Location (Test Hole) Services: Locating the horizontal and vertical position of the utility by excavating a test hole using vacuum excavation techniques and equipment. In performing locating (test hole) services ENGINEER will: Excavate up to ten (10) test holes to expose the utility to be measured in such a manner that maintains the integrity of the excavation and of the utility to be measured. Excavations will be performed using specially developed vacuum excavation equipment that is non- destructive to existing facilities. If contaminated soils are discovered during the excavation process, the ENGINEER will notify the CITY. Obtain x,y and Z information at each test hole. 7.3. Right -of -Way Research/Easement Preparation • 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. • 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 submit the right-of-way and/or easement documents to CITY PM for real property acquisition • The documentation shall be provided in conformance with the checklists and templates available on the CITY's EBUILDER site. ASSUMPTIONS ■ Topographic survey will be extended 50-ft on either side of selected alignment. ■ Topographic survey at intersection will include no more than 100 ft. in each direction. ■ Up to five (5) Easements or right-of-way documents will be necessary. ■ Right -of -Way research and mapping includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the project and 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. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 14 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and X, Y, and Z coordinate list., when applicable. C. SUE records and measurements will be uploaded to EBUILDER. D. Easement exhibits and meets and bounds provided on CITY forms. E. Temporary Right of Entry Letters TASK 8. PERMITTING. ENGINEER will provide permitting support as follows. 8.1. TxDOT UIR Permitting • ENGINEER will prepare and submit up to one (1) Utility Installation Requests (UIR) in accordance with Utility Accommodation Rules (UAR) for proposed TxDOT crossings and encroachments. This task assumes that an exception to policy will be required in order to place the waterlines in the pavement section of Main Street. • This task assumes up to sixty (60) hours of coordination and/or meetings with TxDOT staff to obtain UIR approval. 8.1.2. TxDOT Bridge Installation Permitting • The Engineer's goal is to obtain TxDOT permission to hang a new waterline on the bridge. This permit is not guaranteed and will be subject to TxDOT review and approval. • The ENGINEER will collect available data from applicable entities including the City of Fort Worth, Tarrant County, TxDOT, and the Texas Historical Commission • The ENGINEER will conduct one (1) site visit to understand the condition of the structure, design elements, geometry of the structure, roadway, and general layout to develop alternatives based on research findings. • The ENGINEER will perform calculations showing the additional weight of the waterline hanging from the bridge and will summarize their findings in a report to TxDOT. ENGINEER will provide a narrative to justify that the bridge can handle the marginal increase in weight of the waterline. • The report may include up two (2) alternative crossing examples in order to justify that hanging the waterline from the bridge is the most feasible and least costly option. No detailed trenchless design crossing options will be performed under this task. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 15 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 8.2. Gas Line Permitting • ENGINEER will prepare and submit up to two (2) applications for proposed gas line encroachment permits or Letters of No Objection (LONO). • This task assumes up to ten (10) hours of coordination and/or meetings with gas pipeline owners. 8.3. THC Permitting Since the proposed project will encounter a State Antiquities Landmark (Paddock Viaduct aka Main Street Bridge), ENGINEER's subconsultant will perform services to obtain a Texas Antiquities Permit (TAP) in accordance with the Texas Historical Commission (THC) requirements. The purpose of the services is to identify cultural resources in the project area and make recommendations about their historical significance with regard to eligibility for listing on the National Register of Historic Places and designation as a Texas State Antiquities Landmark. 8.4. Tarrant Regional Water District (TRWD) Prepare one (1) submittal to TRWD for each project consisting of the following: a. Two (2) copies of each CITY PROJECT Part submittal (Conceptual, Preliminary, 90 percent and 100 percent Construction Plans) and provide to TRWD for review and comment. b. Review and respond to one set of comments for each submittal. Develop conceptual canal crossing section views showing elevations in relation to the waterline crossings. 8.5. Oncor Permitting • This task assumes up to ten (10) hours of coordination and/or meetings with Oncor Transmission to cross one of their facilities 8.6. Parks and Recreation (PARD) Permitting • This task assumes up to sixty (60) hours of coordination and/or meetings with PARD in regards to Heritage/Paddock Park Expansion Projects DELIVERABLES A. Permits to be incorporated in Project Manual. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 16 of 17 ATTACHMENT DESIGN SERVICES FOR WSM-W: WATER AND SANITARY SEWER REPLACEMENTS CITY PROJECT NO.: 10559 ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existinq Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • No USACE or NWP coordination/analysis • No substructure analysis or Finite Elemental Analysis (FEA) for the TxDOT Bridge • No detailed trenchless design crossings of the Trinity River • No hydraulic surge analysis • Negotiation of easements or property acquisition including temporary right -of - entries. • 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 • 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 Survey Construction Staking • Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right -of -entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • 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 17 of 17 ATTACHMENT B COMPENSATION Design Services for WSM-W: Water and Sanitary Sewer Replacements City Project No. 105559 Lump Sum Project Compensation A. The ENGINEER shall be compensated a total lump sum fee of $749,882 as summarized in Exhibit B-1 — Level of Effort Spreadsheet, Exhibit B-2 — Engineer Invoice, and Section IV — Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-2, 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 Release Date: 8.09.2012 Page 1 of 3 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Kimley-Horn and Pipeline Design and Bidding $486,081 64.8 Associates, Inc. Proposed M/WBE Sub -Consultants Gorrondona & Survey and Easement $75,948 10.1 Associates, Inc. Preparation Services Yellow Rose Subsurface Utility Engineering $69,250 9.2 Non-M/WBE Sub -Consultants Braun Intertec Environmental $62,000 8.3 Search Historic/Archaeological $4,150 0.6 DKC Integrity Corrosion Control $18,750 2.5 CMJ Engineering, Inc. Geotechnical Engineering $23,703 3.2 Bennett Trenchless $10,000 1.3 TOTAL $749,882 100% Project Number & Name 105559 - WSM-W: Water and Sanitary Sewer Replacements City M/WBE Goal = 12% City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 2 of 3 Total Fee M/WBE Fee M/WBE % $749,882 $145,198 19.3% Consultant Committed Goal = 19.3% 9/4/2024 EXHIBIT B-1 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Water and Sanitary Sewer Replacement Contract 2023, WSM-W City Project No. 105559 La'3or(hours) Project Project Subconsultant Task Description Manager / EIT / Total Labor Task No. Senior Prof. II Senior Engineer / Analyst Admin. Cost Professional Travel/ Total Reproduction Expense Fees l Cnst Task Sub % Budget Total Complete Remaining Rate $380.00 Prof. I $345.00 $300.00 $250.00 $145.00 Non - MWBE MWBE Permitting Markup 1.0 1.1 1.2 Design Management Managing the Team Communications and Reporting Prepare Monthly MWBE Reports Monthly Progress Reports Prep Subconsultant Agreements (4) Survey Geotechnical SUE Cathodic Archeology Environmental Kickoff Meeting Prepare for Kickoff Attend Kickoff Kick-off Meeting Minutes Prepare Baseline Schedule Design Meetings w/ City (4) and Notes 151 15 141 1 1 1 1 1 1 1 1 2 4 171 3 1 1 1 1 1 1 1 1 2 4 181 6 4 2, 4 26 13 13 $23,600.00 $0 $0 $0 $0 $0 $23,600.00 0% 0 / 01 1 0°°J 0°° 0°°J 0°°J 0°° 0%J 01° 0% 01° 0°°J 0°1° 0°° 0°°J 0%J 006J 0°° $23,600.00 $5,700.00 $0.00 $1,900.00 $4,300.00 $0.00 $600.00 $600.00 $600.00 $600.00 $600.00 $600.00 $0.00 $1,600.00 $1,100.00 $500.00 $1,300.00 $3,600.00 $0.00 $5,700.00 $0 $5,700.00 $0.00 $0 $0.00 $1,900.00 $0 $1,900.00 $4,300.00 $0 $4,300.00 $0.00 $0 $0.00 $600.00 $0 $600.00 $600.00 $0 $600.00 $600.00 $0 $600.00 $600.00 $0 $600.00 $600.00 $0 $600.00 $600.00 $0 $600.00 $0.00 $0 $0.00 $1,600.00 $0 $1,600.00 $1,100.00 $0 $1,100.00 $500.00 $0 $500.00 $1,300.00 $0 $1,300.00 $3,600.00 $0 $3,600.00 $0.00 $0 $0.00 2.0 2.1 2.2 Conceptual Design Data Collection City Record Drawings Conceptual Design Package Exhibits (1"=40') Plan View (-11 Sheets) Profile View (Large Diam/Lidar -7 Sheets) Site Visit Document Key Design Decisions OPCC/Quantities 01 ill 6 2 2 1 291 2 16 8 2 1 861 8 32 40, 4 0 $34,000.00 $0 $0 $0 $0 $0 $34,000.00 0% 01° 0°°J 01° 0°° 0% 0% 0% 0 16 0%J 0°°I $34,000.00 $0.00 $2,600.00 $0.00 $0.00 $14,900.00 $13,100.00 $1,800.00 $0.00 $1,600.00 $0.00 $0.00 $0 $0.00 $2,600.00 $0 $2,600.00 $0.00 $0 $0.00 $0.00 $0 $0.00 $14,900.00 $0 $14,900.00 $13,100.00 $0 $13,100.00 $1,800.00 $0 $1,800.00 $0.00 $0 $0.00 1 $1,600.00 $0 $1,600.00 $0.00 $0 $0.06 City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 Page 1 of 6 9/4/2024 EXHIBIT B-1 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Water and Sanitary Sewer Replacement Contract 2023, WSM-W City Project No. 105559 La)or (hours) Project Project Subconsultant Travel Total Task Description Manager / EIT / Total Labor Task Sub % Budget Task No. Senior Prof. II Engineer / Admin. Reproduction / Expense Senior o__�___,___, Analyst Cost I___ , Total Complete Remaining 3.0 lPreliminary Desigi 3.1 Preliminary Design Cover Sheet Sheet Index and I Control and Benc Overall Location I Overall Line Abar Overall Layout St Prop Plan and Pr, Prop Plan and Pn OPCC Spec Table of Co Structural Design Structural Design Site Visit Deliverables Trenchless Desig Cathodic Design Envionmental Ph Deliverables Submit to Client Address Client Con 3.2 Geotechnical Coorc Geotechnical Invc Review Report 3.3 Constructability Rey 3.4 Utility Clearance Coordination w/ C 3.5 Public Meetings (1) Exhibits/Attend Notfications - C Rate Prot. I $380.00 $345.00 $300.00 $250.00 $145.00 Non - MWBE MWBE Markup Permitting I 0 46 124 270 5 $121,200.00 $0 $107,453 $10,746 $0 $118,199 $239,399.00 )rawings 3eneralNotes (marks lap lonment (W&SS) ets11W&SS file (W) (18 �heets) Mile (SS) (1 Sheets) itents & Bid Proposal of Bridge Hangers of Bridge Penetration t of Canal Crossing 1 Analysis ments ination (9 Borings) stigation iew ty and franchise utilities Meeting )ordination w/ Sally 2 20 1 1 1 2 2 2 1 2 2 1 2 2 2 2 1 1 1 1 1 1 1 36 2 2 4 20 20 2 1 6 8 2 1 1 2 2 2 2 2 2 1 2 2 2 2 8 2 100 4 4 40 20 2 4 10 16 8 4 20 2 2 8 6 2 5 $0.00 $3,000 $18,750 $62,000 $23,703 $300 $1,875 $6,200 $2,371 Bennett DKC Braun CMJ $0 $0.00 $800.00 $0 $800.00 $800.00 $0 $800.00 $800.00 $0 $800.00 $800.00 $0 $800.00 $3,000.00 $0 $3,000.00 $800.00 $0 $800.00 $42,700.00 $0 $42,700.00 $1,900.00 $0 $1,900.00 $1,900.00 $0 $1,900.00 $1,500.00 $0 $1,500.00 $16,700.00 $0 $16,700.00 $11,700.00 $0 $11,700.00 $1,800.00 $0 $1,800.00 $1,600.00 $0 $1,600.00 $5,000.00 $3,300 $8,300.00 $7,100.00 $20,625 $27,725.00 $2,600.00 $68,200 $70,800.00 $1,300.00 $0 $1,300.00 $0.00 $0 $0.00 $600.00 $0 $600.00 $0.00 $0 $0.00 $6,300.00 $0 $6,300.05 $0.00 $0 $0.00 $0.00 $26,074 $26,074.00 $1,100.00 $0 $1,100.00 $600.00 $0 $600.06 $1,800.00 $0 $1,800.00 $0.00 $0 $0.00 $3,300.00 $0 $3,300.05 $0.00 $0 $0.00 $0.00 $0 $0.00 $2,800.00 $0 $2,800.00 $1,900.00 $0 $1,900.00 $0.00 $0 $0.00 City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 $0.00 $800.00 $800.00 $800.00 $800.00 $3,000.00 $800.00 $42,700.00 $1,900.00 $1,900.00 $1,500.00 $16,700.00 $11,700.00 $1,800.00 $1,600.00 $8,300.00 $27,725.00 $70,800.00 $1,300.00 $0.00 $600.00 $0.00 $6,300.00 $0.00 $26,074.00 $1,100.00 $600.00 $1,800.00 $0.00 $3,300.00 $0.00 $0.00 $2,800.00 $1,900.00 $0.00 Page 2 of 6 9/4/2024 EXHIBIT B-1 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Water and Sanitary Sewer Replacement Contract 2023, WSM-W City Project No. 105559 La)or (hours) Project Project Subconsultant Task Description Manager / EIT / Total Labor Task No. Senior Prof. II Senior Engineer / Analyst Admin. Cost Professional Travel/ Total Reproduction Expense Fees l (,nst Task Sub % Budget Total Complete Remaining Rate Prof. I $380.00 $345.00 $300.00 $250.00 $145.00 Non - MWBE MWBE Permitting Markup 4.0 Final Design 01 381 901 202 0 $90,800.00 $0 $7,000 $700 $0 $7,700 $98,500.00 0% $98,500.00 0°oJ $0.00 0°0 $300.00 0°0 $600.00 0°oJ $2,400.00 0°oJ $800.00 0°°J $800.00 011 $600.00 0°0 $600.00 0°oJ $600.00 010 $600.00 0% $16,200.00 0% $3,500.00 0% $5,200.00 0°o $13,300.00 0°oJ $10,700.00 Oo $14,800.00 0 %. $5,600.00 0% $6,100.00 0 . $4,700.00 0°oJ $4,500.00 0°°J $3,400.00 0°oJ $0.00 0°0 $0.00 0°0 $2,300.00 0°oJ $0.00 0°oJ $900.00 090 $0.00 4.1 Final Design Package Cover Sheet 1 Sheet Index and General Notes 1 1 Shutdown and Phasing Sheet 1 2 6 Control and Benchmarks 1 2 Overall Location Map 1 2 Overall Line Abandonment �W&SS) 1 1 Overall Layout Sheets (W& S) 1 1 Existing Easement Sheet 1 1 Proposed Easement Sheet 1 1 Prop Plan and Profile (W) (20 Sheets) 4 16 40 Prop Plan and Profile (SS) (1 Sheets) 1 4 8 Pavement Repair Sheets/Coord 1 3 16 Structural Details 8 10 30 Structural Calculation Package to TxDOT 6 8 25 Trenchless Design of Canal Crossing 8 16 Details/Restraint Length/Pipe Thickness 4 4 12 Traffic Control Plans/ADA (8� 2 8 12 Erosion Control Plans & Details (8 sheets) 2 5 10 Project Manual 2 6 8 Quantities / OPCC 2 5 5 Constructability Review / Site Visit Deliverables 2 2 4 Submit to Client 1 2 $0.00 $7,000 $700 Bennett $0 $0.00 $300.00 $0 $300.00 $600.00 $0 $600.00 $2,400.00 $0 $2,400.00 $800.00 $0 $800.00 $800.00 $0 $800.00 $600.00 $0 $600.00 $600.00 $0 $600.00 $600.00 $0 $600.00 $600.00 $0 $600.00 $16,200.00 $0 $16,200.00 $3,500.00 $0 $3,900.00 $5,200.00 $0 $5,200.00 $13,300.00 $0 $13,300.00 $10,700.00 $0 $10,700.02 $7,100.00 $7,700 $14,800.00 $5,600.00 $0 $5,600.00 $6,100.00 $0 $6,100.00 $4,700.00 $0 $4,700.00 $4,500.00 $0 $4,500.00 $3,400.00 $0 $3,400.00 $0.00 $0 $0.00 $0.00 $0 $0.00 $2,300.00 $0 $2,300.00 $0.00 $0 $0.00 $900.00 $0 $900.00 $0.00 $0 $0.00 4.OA Construction Document Prep 0 4 10 12 0 $7,400.00 $0 $0 $0 $200 $200 $7,600.00 0% $7,600.00 01°J $0.00 0% $0.00 0°°J $4,000.00 0 11 $1,500.00 0°0 $0.00 01 $2,000.00 0°0 $0.00 4.1.A Construction Documents Revisions from 90% Comments Plans 1 4 10 Project Manual 1 4 Submittal to City 2 2 2 $0.00 $200 $0 $0.00 $0.00 $0 $0.00 $4,000.00 $0 $4,000.05 $1,500.00 $0 $1,500.05 $0.00 $0 $0.00 $1,800.00 $200 $2,000.00 $0.00 $0 $0.00 City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 Page 3 of 6 9/4/2024 EXHIBIT B-1 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Water and Sanitary Sewer Replacement Contract 2023, WSM-W City Project No. 105559 La)or (hours) Project Project Subconsultant Task Description Manager / EIT / Total Labor Task No. Senior Prof. II Senior Engineer / Analyst Admin. Cost Professional Travel/ Total Reproduction Expense Fees l Cnst Task Sub % Budget Total Complete Remaining Prof. I Non - MWBE MWBE Rate $380.00 $345.00 $300.00 $250.00 $145.00 Permitting Markup 5.0 Bid Phase Services 01 121 191 39 10 $21,000.00 $0 $0 $0 $200 $200 $21,200.00 0% $21,200.00 o°oJ $0.00 0 /% $300.00 0010 $6,300.00 0161 $300.00 0°0 $1,500.00 0°0 $2,900.00 0°oJ $2,200.00 0°0 $900.00 0°oJ $900.00 0°°J $300.00 0°61 $2,000.00 Ad $1,100.00 0 /61 $500.00 096J $2,100.00 000l $0.00 5.1 Bid Support Upload to eBuilder 1 Develop Prequalification for Bridge Work 4 8 10 Print Hardcopies (6) 1 Maintain Planholders List 1 1 1 4 Address Bidder Questions 1 2 8 Issue Addenda 1 2 5 Prepare Agenda for Pre -bid Meeting 1 1 1 Attend Pre -Bid Meeting 1 1 1 Attend Bid Opening 1 Prepare Bid Tabulation 1 1 2 6 Evaluate Qualifications 1 1 2 Prepare Award Letter 2 Prepare Conformance Plans & Specs 1 2 4 $0.00 $200 $0 $0.00 $300.00 $0 $300.00 $6,300.00 $0 $6,300.00 $300.00 $0 $300.00 $1,500.00 $0 $1,500.00 $2,900.00 $0 $2,900.00 $2,200.00 $0 $2,200.00 $900.00 $0 $900.00 $900.00 $0 $900.00 $300.00 $0 $300.00 $2,000.00 $0 $2,000.05 $1,100.00 $0 $1,100.00 $500.00 $0 $500.06 $1,900.00 $200 $2,100.00 $0.00 $0 $0.00 6.0 Construction Phase Services 01 01 0 0 0 $o.0o $0 $0 $0 $0 $0 $0.00 0* $0.00 0°°J $0.00 $0.00 To be included in future contract amendment $0.00 $0 $0.00 $o.00 $o $0.00 City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 Page 4 of 6 9/4/2024 EXHIBIT B-1 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Water and Sanitary Sewer Replacement Contract 2023, WSM-W City Project No. 105559 La)or (hours) Project Project Subconsultant Travel/ Total Task Description Manager / EIT / Total Labor Task Sub % Budget Task No. Senior Prof. II Engineer / Admin. Reproduction / Expense Senior Professional Analyst Cost Fees / Cost Total Complete Remaining Prof. I Non - Permitting MWBE MWBE Markup Rate $380.00 $345.00 $300.00 $250.00 $145.00 7.1 Design Survey $0.00 $68,448 $6,845 GAI $75,2931 $75,293.00 0%J $75,293.00 Coordinate with Surveyor 4 $1,000.00 $0 $1,000.00 0°�° $1,000.00 Prepare Exhibits 1 5 4 $2,800.00 $0 $2,800.05 0°° $2,800.00 Coordination 1 8 16 $6,700.00 $0 $6,700.00 0°° $6,700.00 $0.00 $0 $0.00 0°° $0.00 7.2 SUE (10 Level A Test Holes)/ Level B 1I 4 5 $2,800.00 $69,250 $6,925 YR $76,175 $78,975.05 0°°J $78,975.00 J $0.00 $0 $0.00 00 $0.00 7.3 Easements (5) 1 5 10 $4,300.00 $7,500 $750 GAI $8,250 $12,550.00 0°°J $12,550.00 $0.00 0°6I $0.00 City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 Page 5 of 6 9/4/2024 EXHIBIT B-1 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Water and Sanitary Sewer Replacement Contract 2023, WSM-W City Project No. 105559 La)or (hours) Project Project Subconsultant Travel/ Total Task No. Task Description Senior Prof. II Manager / Engineer / EIT / Admin. Total Labor Reproduction / Expense Senior o__�___.___, Analyst Cost I --_, Task Sub % Budget Total Complete Remaining Rate $380.00I Prof. I $345.00 $300.00 $250.00 $145.00 MWBE Non - MWBE Permitting Markup 8.0 8.1 8.1.2 8.2 8.3 8.4 8.5 8.6 IlPermitting TxDOT RULIS/UIR Permitting Exception to Policy Memo TxDOT Bridge Coord/Structural Analysis Gas Line Permitting (LONOs) THC Permitting TRWD Permitting / Coordinaiton Oncor Permitting PARD Permitting / Coordinaiton Tree Survey / Staking Easements 0 491 4 5 10 1 5 20 4 5 2 98 4 10 30 4 10 30 10 20 10 144 8 30 70 6 10 10 10 40 40 0 $113,700.00 $0 $4,150 $415 $0 $4,565 $118,265.00 0% $118,265.00 0ooJ $4,600.00 0°oJ $12,200.00 0% $0.00 OooJ $30,000.00 01. $0.00 0o $3,000.00 016$0.00 0% $11,765.00 Ooo $0.00 0%J $18,400.00 $0.00 0.�o� $6,900.00 0%J $0.00 O000 $17,700.00 Ooo $13,700.00 $4,600.00 $4,150 $415 Search $0 $4,600.00 $12,200.00 $0 $12,200.00 $0.00 $0 $0.00 $30,000.00 $0 $30,000.00 $0.00 $0 $0.00 $3,000.00 $0 $3,000.00 $0.00 $0 $0.00 $7,200.00 $4,565 $11,765.00 $0.00 $0 $0.00 $18,400.00 $0 $18,400.00 $0.00 $0 $0.00 $6,900.00 $0 $6,900.05 $0.00 $0 $0.00 $17,700.00 $0 $17,700.00 $13,700.00 $0 $13,700.00 9.0 Additional Services Additional Services 0 0 0 0 0 $30,000.00 $0 $0 $0 $0 $0 $30,000.00 0% OooJ Ooo $30,000.00 $30,000.00 $0.00 $30,000.00 $0 $30,000.00 $0.00 $0 $0.00 Subtotal 15 1781 409 810 41 $459,300.001 $ 145,198 $ 118,603 $ 26,381 $ 400 ####### 1 $749,882.00 0% $749,882.00 Water Line Linear Footage 11,920 LF 96% Sanitary tsewer Linear Footage 500 LF 4% Total Fee: $749,882 Survey/SUE Fee: $177,318 Total Fee (-) Survey Fee: $572,564 Description 31 - Design 51 -Survey Total City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 Water Sewer $549,661 $22,903 $170,226 $7,092 $719,887 $29,995 Nonstandard Design Items Project Summary Geotechnical: $27,774 Total Hours 1453.0 Easement: $12,550 Total Labor $459,300.00 Cathodic Design: $27,725 Total Expense $290,582.00 Trenchless Eval at Canal B: $23,100 M/WBE Sub $145,198.00 Subsurface Utility Excavation: $78,975 MWWBE Participation 19.4% Environmental Ph ll: $70,800 Non-M/WBE Sub $118,603.00 Permitting/Coordination: $118,265 Total Sub Markup $26,381.00 TxDOT Structural Design: $52,400 Total Direct Expenses $400.00 Additional Services: $30,000 Non -Standard Design Items: $441,589 Grand Total1$749,882.001 Standard Design $308,293 $/LF: $25 Page 6 of 6 EXHIBIT "B-2" SAMPLE INVOICE Professional Services Payment Request Project Manager: ITonySholola I Summary Project: IWSM-W: Water and Sanitary Sewer Replacement Contract 2023 City Project #: 1105559 City Sec Number: ixxxxx Consultant Instructions: Fill in green cells including Invoice Number, From and To Dates and the included worksheets. Kimley-Horn and Associates, Inc. Company Name: Consultant's PM: Chris Igo Vendor Invoice #: 061018xxx-01 Payment Request #: 1 From Date: 1/1/2024 To Date: 1/31/2024 Invoice Date: 1/31/2024 When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the Consultant folder within Project's folder. email: r(8117) .lgo(@.kimley-horn.com Office Addressherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Telephone: 335-6511 Fax: 335-5070 Remit AddreSS P.O. Box 951640, Dallas, TX 75395-1640 Sheet FAC and Work Type Description Work Type 1 Water Work Type 2 Sewer Work Type 3 Work Type 4 Work Type 5 Work Type 6 Totals This Payment Request LOCK UNLOCK Agreement Agreement Amendment Amount to Completed Percent ($) Invoiced Current Remaining Amount Amount Date Amount Completed Previously Invoice Balance $719 887.00 19,887.00 S719.887.00 $29,J95.00 29,995.00 $29.995.00 $749,882.00 $749,882.00 $749,882.00 Overall Percentage Complete: EXHIBIT "B-2" SAMPLE INVOICE Professional Services Payment Request Project Manager: Tony Sholola Project: IWSM-W: Water and Sanitary Sewer Replacement Contract 2023 City Project#: 105559 Work Type Desc: Water Consultant Instructions: F/A/C: xxx-xxxxxx-xxxxxxxxxx City Sec Number: XXXXX Fill in green cells including Percent Complete and Invoiced Previously Quanities Purchase Order: When your Invoice is complete, save and close, start Bu-saw and Add your invoice to the Consultant folder within Project's folder. Company Kimley-Horn and Associates, Inc. Name: Consultant's PM: Chris Igo email: chris.lgo@kimley-horn.com Vendor Invoice #: 061018XXX-01 Office Address1801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Payment Request #: 1 Telephone: (817) 335-6511 From Date: 1/1/2024 Fax: (817)335-5070 To Date: 1/31/2024 Invoice Date: 1/31/2024 Remit P.O. Box 951640, Dallas, TX 75395-1640 Pay Items Agreement Agreement Amendment Amendment Amount to Completed Description Amount Number Amount Date Amount 30 - Water $719,887.00 $719,887.00 Totals This Unit: Overall Percentage Complete: Percent ($) Invoiced Completed Previously Current Remaining Invoice Balance $719.887.00 $719,887.00 EXHIBIT "B-2" SAMPLE INVOICE Professional Services Payment Request Project Manager: Tony Sholola Project: IWSM-W: Water and Sanitary Sewer Replacement Contract 2023 City Project#: 105559 Work Type Desc: Water Consultant Instructions: F/A/C: xxx-xxxxxx-xxxxxxxxxx City Sec Number: XXXXX Fill in green cells including Percent Complete and Invoiced Previously Quanities Purchase Order: When your Invoice is complete, save and close, start Bu-saw and Add your invoice to the Consultant folder within Project's folder. Company Kimley-Horn and Associates, Inc. Name: Consultant's PM: Chris Igo email: chris.lgo@kimley-horn.com Vendor Invoice #: 061018XXX-01 Office Address1801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Payment Request #: 1 Telephone: (817) 335-6511 From Date: 1/1/2024 Fax: (817)335-5070 To Date: 1/31/2024 Invoice Date: 1/31/2024 Remit P.O. Box 951640, Dallas, TX 75395-1640 Pay Items Agreement Agreement Amendment Amendment Amount to Completed Description Amount Number Amount Date Amount 30 - Sewer $29.995.00 $29.995.00 Totals This Unit: Overall Percentage Complete: Percent ($) Invoiced Completed Previously Current Remaining Invoice Balance $29.995.00 $29,995.00 EXHIBIT B-2 SAMPLE INVOICE for WSM-L: WATER AND SANITARY SEWER REPLACEMENTS City Project No. 105107 SUE Environmental Corrosion 7renchless Archaeological Top. survey and Geotechnical Completed Easements Engineering Amount percent Completed Invoiced previously Current Invoice Remaining Balance vR BI DKC Bennett SEARCH Gorrondona cmi Task 1 Design Management $ 23,600 • r r $ - 0.00% $ - $ - $ 23,600.00 Task 2 Conce tuaI De n t t t r r r $ 0.00% $ $ $ 34,000.00 Task 3 Preliminar Desi n $ 121,200 $ $ 68,200 $ 20,625 $ 3,300 $ 26,074 $ 0.00% $ $ $ 239,399.00 Task 4 Final Design • t : t $ 7,700 r r $ - 0.00% $ - $ - $ 98,500.00 Task 4A Const Doc Pre $ 7,400 $ 200 r • $ 0.00% $ $ $ 7,600.00 Task 5 Bid Phase Services $ 21,000 $ 200 I I $ 0.00% $ $ $ 21,200.00 Task 6 Const Phase Svcs $ $ - $ 0.00% $ $ $ - Task 7 Surve and SUE $ 76,175 $ 83,543 $ 0.00% $ $ $ 177,318.00 Task 8 Permittin $ 113,700 $ $ 4.565 $ 0.00% $ $ $ 115,265.00 Task 9 Additional Additional Services $ 30,000 $ 0.00% $ $ $ 30,000.00 EXHIBIT B-3 ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM-W CITY PROJECT NO. 105559 Kimley-Horn and Associates, Inc. Client: City of Fort Worth Project: Water and Sanitary Sewer Replacement Contract 2023, WSM-W KHA No.: 061018XXX IlTitle Project Description Water Water Replacements Sanitary Sewer Sanitary Sewer Replacements Pavement Repair Basis for Cost Projection: 0 No Design Completed ❑ Preliminary Design ❑ Final Design This total does not reflect engineering or technical services. Opinion of Probable Construction Cost Date: 6/27/2024 Prepared By: NDCH Checked By: CPI 1( Total 1 11,868 LF $10,678,000 492 LF $188,000 9,280 LF $1,609,000 Total: $12.475.000 The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable costs. EXHIBIT B-3 ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM-W CITY PROJECT NO. 105559 Kimley-Horn and Associates, Inc. Client: City of Fort Worth Project: Water and Sanitary Sewer Replacement Contract 2023, WSM-W KHA No.: 061018XXX IlTitle: Water Replacements Line No. Description 1 3311.0742 30" Water Pipe, CSS Backfill 2 3305.2xxx 30" Waterline - Strapped to underside of Main St Bridge 3 3305.2008 30" Water Carrier Pipe 4 3305.1007 42" Casing By Open Cut 5 3311.0642 24" Water Pipe, CSS Backfill 6 3305.2007 24" Water Carrier Pipe 7 3305.1106 36" Casing By Other Than Open Cut 8 3311.0441 12" Water, CSS Backfill 9 3305.2004 12" Water Carrier Pipe 10 3305.1004 24" Casing By Open Cut 11 3311.0242 8" Water Pipe, CSS Backfill 12 3305.2002 8" Water Carrier Pipe 13 3305.1002 16" Casing By Open Cut 14 3311.0142 6" Water Pipe, CSS Backfill 15 3312.3009 30" Gate Valve w/ Vault 16 3312.3008 24" Gate Valve w/ Vault 17 3312.3005 12" Gate Valve 18 3312.3003 8" Gate Valve 19 3312.3002 6" Gate Valve 20 3312.1004 4" Combination Air Valve Assembly for Water 21 3312.0110 Connection to Existing 36" Water Main 22 3312.0108 Connection to Existing 24" Water Main 23 3312.0107 Connection to Existing 20" Water Main 24 3312.0117 Connection to Existing 4"-12" Water Main 25 3312.0001 Fire Hydrant 26 3312.2203 2" Water Service 27 3312.2103 1 1/2" Water Service 28 3312.2003 1" Water Service 29 3311.0001 Ductile Iron Water Fittings w/ Restraint 30 0241.1209 24" Water Abandonment Plug 31 0241.1208 20" Water Abandonment Plug 32 0241.1218 4"-12" Water Abandonment Plug 33 0241.1409 Abandon 24" Water Valve 34 0241.1408 Abandon 20" Water Valve 35 0241.1405 Abandon 12" Water Valve 36 0241.1403 Abandon 8" Water Valve 37 0241.1402 Abandon 6" Water Valve 38 3305.0109 Trench Safety 39 3305.0110 Utility Markers 40 3125.0101 SWPPP a 1 acre 41 3471.0001 Traffic Control 42 3471.0002 Portable Message Sign This total does not reflect engineering or technical services. Opinion of Probable Construction Cost Date: 6/27/2024 Prepared By: NDCH Checked By: CPI Spec Quantity Unit Unit Price Cost 33 11 10, 33 11 13, 33 11 14 2,560 LF $650.00 $1,664,000 330524 635 LF $1,800.00 $1,143,000 33 05 24 240 LF $350.00 $84,000 33 05 22 240 LF $600.00 $144,000 3311 10, 33 11 12, 33 11 1,808 LF $650.00 $1,175,200 13, 33 11 14 33 05 24 200 LF $250.00 $50,000 33 05 22 200 LF $900.00 $180,000 33 11 10, 33 11 12 2,650 LF $250.00 $662,500 33 05 24 200 LF $225.00 $45,000 33 05 22 200 LF $500.00 $100,000 33 11 10, 33 11 12 3,810 LF $180.00 $685,800 33 05 24 100 LF $155.00 $15,500 33 05 22 100 LF $400.00 $40,000 33 11 10, 33 11 12 500 LF $140.00 $70,000 33 12 20 3 EA $200,000.00 $600,000 33 12 20 3 EA $75,000.00 $225,000 33 12 20 8 EA $5,000.00 $40,000 33 12 20 10 EA $2,000.00 $20,000 33 12 20 15 EA $1,000.00 $15,000 33 12 30 6 EA $40,000.00 $240,000 33 12 25 1 EA $40,000.00 $40,000 33 12 25 3 EA $30,000.00 $90,000 33 12 25 2 EA $25,000.00 $50,000 33 12 25 12 EA $10,000.00 $120,000 33 12 40 8 EA $15,000.00 $120,000 331210 2 EA $4,000.00 $8,000 331210 6 EA $3,000.00 $18,000 331210 8 EA $2,500.00 $20,000 331111 12 TON $7,500.00 $90,000 0241 14 3 EA $2,000.00 $6,000 0241 14 2 EA $1,500.00 $3,000 0241 14 12 EA $1,000.00 $12,000 0241 14 1 EA $10,000.00 $10,000 0241 14 1 EA $8,000.00 $8,000 0241 14 15 EA $6,000.00 $90,000 0241 14 1 EA $2,000.00 $2,000 0241 14 15 EA $1,000.00 $15,000 330510 11,868 LF $5.00 $59,340 33 05 26 1 LS $10,000.00 $10,000 31 2500 1 LS $15,000.00 $15,000 3471 13 9 MO $25,000.00 $225,000 3471 13 6 WK $500.00 $3,000 Subtotal: $8,213,340 Conting. (%, +/-) 30 $2,464,660 Total: $10,678,000 The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable costs. EXHIBIT B-3 ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM-W CITY PROJECT NO. 105559 Kimley-Horn and Associates, Inc. Client: City of Fort Worth Project: Water and Sanitary Sewer Replacement Contract 2023, WSM-W KHA No.: 061018XXX IlTitle: Sanitary Sewer Replacements Line No. 11 Description 1 3331.4115 8" Sewer Pipe 2 3339.1001 4' Manhole 3 3339.1003 4' Extra Depth Manhole 4 3305.0109 Trench Safety 5 0241.2013 Remove 8" Sewer Line 6 0241.2012 Remove 6" Sewer Line 7 0241.2201 Remove 4' Sewer Manhole 8 3301.0001 Pre -CCTV Inspection 9 3301.0002 Post -CCTV Inspection 10 3301.0101 Manhole Vacuum Testing 11 3305.0112 Concrete Collar This total does not reflect engineering or technical services. Opinion of Probable Construction Cost Date: Prepared By Checked By: Spec Quantity Unit Unit Price 33 11 10,3331 12, 492 LF $150.00 3331 20 3339 10,333920 4 EA $8,000.00 3339 10,333920 10 VF $200.00 33 05 10 492 LF $5.00 0241 14 400 LF $50.00 0241 14 100 LF $40.00 0241 14 2 EA $300.00 3301 31 492 LF $6.00 3301 31 492 LF $5.00 3301 30 4 EA $400.00 33 05 17 4 EA $500.00 Subtotal: Conting. (%, +/-) 30 Total: 6/27/2024 NDCH CPI Cost $73,800 $32,000 $2,000 $2,460 $20,000 $4,000 $600 $2,952 $2,460 $1,600 $2,000 $143,872 $44,128 $188,001 The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable costs. EXHIBIT B-3 ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023, WSM-W CITY PROJECT NO. 105559 Kimley-Horn and Associates, Inc. Client: City of Fort Worth Project: Water and Sanitary Sewer Replacement Contract 2023, WSM-W KHA No.: 061018XXX IlTitle: Pavement Repair Line No. 11 Description 1 3201.0113 6' Wide Asphalt Pvmt Repair, Residential 2 3201.0127 10' Wide Asphalt Pvmt Repair, Arterial 3 3201.0614 Cone Pvmt Repair, Residential 4 3213.0301 4" Cone Sidewalk 5 0241.1506 2" Surface Milling 6 3212.0302 2" Asphalt Pvmt Type D This total does not reflect engineering or technical services. Opinion of Probable Construction Cost Date: 6/27/2024 Prepared By: NDCH Checked By: CPI Spec Quantity Unit Unit Price Cost 3201 17 2100 LF $80.00 $168,000 3201 17 2800 LF $100.00 $280,000 3201 29 500 SY $100.00 $50,000 321320 11,532 SF $30.00 $345,960 321123 16400 SY $4.00 $65,600 321216 16400 SY $20.00 $328,000 Subtotal: $1,237,560 Conting. (%,+/-) 30 11 $371,440 II 1Total 11 $1,609,000 1 The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable costs. ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for WSM-W: Water and Sanitary Sewer Replacement Contract 2023 City Project No. 105559 NO CHANGES City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page I of I A'�i JAF.R}J 1 WSM-W Water and Sanitary Sewer Replacements 2 Notice to Proceed 3 Pre -Engineering 4 Kick -Off Meeting with City s Data Collection 6 Prepare Subconsultant Contracts 7 Conceptual Design 8 Survey 9 Field Survey 10 Processing 11 Conceptual Design Package 12 Horizontal Alignments 13 Conceptual OPCC 14 Submit Package to City 15 City Review 16 Preliminary Design 17 Prepare 60%Documents 18 Set up General Sheets 19 Plan and Profile Sheets 20 Site Visit 21 QA/OC Review zz Revisions z3 60% OPCC z4 City Review 25 Submit Plans for Utility Clearance z6 Permitting and Easements 27 Prepare 60 % Documents 28 TxDOT Bridge Coordination 29 TxDOT UIR TO Oncor Permitting T7 THC Permitting 32 TRWD Review T3 Easement Prep 34 Easement Acquisition 35 Final Design 36 Prepare 90 % Documents Task Project: Attachment D CPN 10 Date: Tue 1/7/25 sprt Milert m Attachment D - City Project No. 105559 WSM-W: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023 Duration Start Finish Predecess% 2o2s l2o2R mn Complete January Fe!, a March Aril May June July August Sept,�{{ 0c 1,Je�� Nwe,,� De Irn+ lamarr�� Febm,,II March Aril May lone July August Sep[e��{{ ORobe Nove,,�� Decem Jaruar,�� Febml� Mach A nl May tune July August Sep[e,,�� ORobe Nove,,�� Dece 1 dMIEIaMIE BIM IE aFMIE aMIE RIMIE RIMIE BIMIE RIMIEIaIMIEI8IMIEI8IMIEIaIMIEIaIMIEIaIMIE eP IE aIMIEIaIMIE aIMIE BIMIE aIMIEIaIMIEIRIMIEIBIMIE BZEIeIMIEIaIMIE B IEIBIMIE aIMIE aIMIE aIMIEIaIMIEI8IMIE aIMIEIaIMIE E 773 days Wed 1/15/25 Fri 12/31/27 0% l day Wed 1/15/25 Wed 1/15/25 0% 20 days Thu 1116/25 Wed 2/12/25 0% 1 day Tue 1/21/25 Tue 1/21/25 0% 4 wks Thu 1/16/25 Wed 2/12/25 2 0% 1 wk Thu 1/16/25 Wed 1/22/25 2 W.7 71 days Thu 1/23/25 Thu 5/1/25 0% 50 days Thu 1/23/25 Wed 4/2/25 0% 8 wks Thu 1/23/25 Wed 3/19/25 6 091. MINIM- 2 wks Thu 3/20/25 Wed 4/2/25 9 0% 56 days Thu 2/13/25 Thu 5/1/25 0% 7 wks Thu 2/13/25 Wed 4/2/25 5 0% Iwk Thu 4/3/25 Wed 4/9/25 12 0% 1 day Thu 4/10/25 Thu 4/10/25 12,13 0% 3 wks Fri 4/11/25 Thu 5/1/25 14 0% l 186 days Thu 3/20/25 Thu 12/4/25 0% J 80 days Fri 5/2/25 Thu 8/ 0% lwk Fri 5/2/25 Thu S/8/258/25 10,15 0% 9 wks Fri 5/9/25 Thu 7/10/25 18 0% 1 wk Fri 7/11/25 Thu 7/17/25 19 0% I Fr 2 wks Fri 7/18/25 Thu 7/31/25 20 0% 2 wks Fri 8/1/25 Thu 8/14/25 21 0% 1 1 wk Fri 8/15/25 Thu 8/21/25 22 0% 2 wks Fri 8/22/25 Thu 9/4/25 23 0% 3 wks Fri 8/22/25 Thu 9/11/25 23 0% 186 days Thu 3/20/25 Thu 12/4/25 0% 136 days Thu 3/20/25 Thu 9/25/25 0% , 24 wks Thu 3/20/25 Wed 9/3/25 9 091. 8 wks Fri 7/18/25 Thu 9/11/25 20 0% 6 wks Fri 8/1/25 Thu 9/11/25 21 0% 11� 10 wks Fri 7/18/25 Thu 9/25/25 20 0% IN 6 wks Fri 8/1/25 Thu 9/11/25 21 0% 1 wk Fri 7/11/25 Thu 7/17/25 19 0% 5 mons Fri 7/18/25 Thu12/4/25 33 0% 81 days Fri 9/12/25 Fri 1/2/26 0% 66 days Fri 9/12/25 Fri 12/12/25 0% , r Summary Duration -only Start -only L E—al Milertone ♦ Manual Pg— .................. Manual Summary Rollup Finish -only ] Deadline ♦ Ina Task Manual Task Manual Summary r ------- Page 1 of 2 Attachment D - City Project No. 105559 WSM-W: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023 ID Task Name Duration Start Finish Predecess,% 202s 12026 IM27 Complete January Februa March A�ni May June July August Sept,�{{ 0-I'le�� N_e,� D-1n,+ ..rr�� rebm,� March Aril May lone July August Sep[e��{{ Oaobe Nome,,� Decem Jaruar,�� Febml� Mach A nl May Lune July August Sep[e,,�� Oaobe Nove,,�� D, 1 M EiBME.BME BME BME HIME BIME B I, E BME 81MIE 8ME 8ME BME BMEBME BP EeMEe ME HIME BM E BMEBMEBME BMEeME eMEeME eP EBMEBMEBMEBME BME eMEeME 8MEe 37 Cover/Layout Sheets 1 day Fri 9/12/25 Fri 9/12/25 25 0% h 38 General Notes/Specific Notes, 1 day Mon 9/15/25 Mon 9/15/25 37 0% Sequencing Sheets 39 Location/Easement Map Sheets 2 days Tue 9/16/25 Wed 9/17/25 38 0% 40 Plan& Profile Sheets 8 wks Thu 9/18/25 Wed 11/12/25 39 0% 41 Shut -Down and Sequencing 4 days Thu 11/13/25 Tue 11/18/25 40 0% 1 Sheet(s) 42 Detail Sheets 4 days Wed 11/19/25 Mon 11/24/25 41 0% 43 Traffic Control Plan Sheets 2 wks Thu 11/13/25 Wed 11/26/25 40 0% 1 ■ 44 90 % Specifications 1wk Tue 11/25/25 Mon 12/1/25 42 0% 45 90% OPCC 1wk Thu 11/13/25 Wed 11/19/25 40 0% 111 46 Walk Alignment 2 days Thu 11/13/25 Fri 11/14/25 40 0% + 47 OA/OC Review 2 wks Mon 11/17/25 Fri 11/28/25 46 0% 48 Revisions 2 wks Mon 12/1/25 Fri 12/12/25 47 0% 49 Construction Contract Documents 15 days Mon 12/15/25 Fri 1/2/26 0% rl so Submit Final Design Package to 1wk Mon 12/15/25 Fri 12/19/25 48 0% III City 51 Submit OPCC to M/WBE for 1wk Mon 12/15/25 Fri 12/19/25 48 0% Construction Goal 52 City Review 2 wks Mon 12/22/25 Fri 1/2/26 51 W. 53 Bidding 70 days Mon 1/5/26 Fri 4/10/26 0% 54 First Advertisment 1wk Mon 1./5/26 Fri 1/9/26 52 0% 55 Second Advertisement 1wk Mon 1/12/26 Fri 1/16/26 54 0% 56 Pre Bid Meeting 2 wks Mon 1/19/26 Fri 1/30/26 55 0% 57 Bid opening 1wk Mon 2/2/26 Fri 2/6/26 56 01y. 58 Bid Tabulation 1wk Mon 2/9/26 Fri 2/13/26 57 091. II 59 Recommendation of Award 1wk Mon 2/9/26 Fri 2/13/26 57 W. 60 Conformance Plans 2 wks Mon 2/9/26 Fri 2/20/26 57 W. 61 M/WBE Compliance 1wk Mon 2/9/26 Fri 2/13/26 57 0% 62 M & C to City Council 6 wks Man 2/16/26 Fri 3/27/26 59 0% 63 Award of Contract 2 wks Mon 3/30/26 Fri 4/10/26 62 0% 64 Construction 450 days Mon 4/13/26 Fri 12/31/27 0% , 65 Public Meeting 3 wks Mon 4/13/26 Fri 5/1/26 63 0% 66 Pre -Construction Meeting 5 wks Mon 5/4/26 Fri 6/5/26 65 0% 67 Mobilization/Shop Drawings 12 wks Mon 6/8/26 Fri 8/28/26 66 0% 68 Construction 70 wks Mon 8/31/26 Fri 12/31/27 67 0% Task — summary �1 In—Ml—ne O Duration -only I� start -only E E#ernal Mlert ♦ Manual Progress Project: Attachment D CPN 10 Date: Tue 1/7/25 spn ..�................ Prn �,as�mmary �1 moan, summary I 0 Manual8ummary Winn k,n�an-oery ] D,aelm, Mile-ne ♦ Ina Task Manual Task Manual Summary r ----1 baernal Tasks Progress Page 2 of 2 ATTACHMENT E WSM-W: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2023 CITY PROJECT NO.: 105559 �Al LEGEND -r�- EXWNC WATER LINE PRENOUSLY ABANDONED WATER LINE PROPOSED WATER LINE PROPOSED SEWER ME ATTACHMENT 7" CERTIFICATE OF INSURANCE Water and Sanitary Sewer Replacement Contract 2023 City Project No. 105559 City of Fort Worth, Texas Attachment F DATE (MM/DD/YYYY) ACoR" CERTIFICATE OF LIABILITY INSURANCE 1/15/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Jerry Noyola Edgewood Partners Insurance Agency I PHONE FAX 3780 Mansell Rd. Suite 370 (A/C. No. Exf): 7702207699 (A/C. No): E-MAlpharetta GA 30022 ADDRESS: greylingcerts@greyling.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: National Union Fire Ins Co of Pittsburg 19445 INSURED KIMLASS INSURER B : Allied World Assurance Co (U.S.) Inc. 19489 421 F -Horn and Associates, Inc.ayetteville Street, Suite 600 INSURERC: New Hampshire Insurance Company 23841 21 F Raleigh, NC 27601 INSURER D : Lloyd's of London 85202 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1063764594 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DD/YYYYI (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY GL5268169 4/1/2024 4/1/2025 EACHOCCURRENCE $2,000,000 DAMAGE TO RENTED CLAIMS -MADE X OCCUR PREMISES (Ea occurrence) $ 1,000,000 X Contractual Liab VIED EXP (Any one person) $ 25,000 PERSONAL & ADV INJURY $ 2,000,000 GEML AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY � � � LOC PRODUCTS COMP/OP AGG 4,000,000 JE - $ OTHER: $ AUTOMOBILE LIABILITY CA4489663(AOS) 4/1/2024 4/1/2025 COMBINED SINGLE LIMIT (Ea accident) $2,000,000 X ANY AUTO CA2970071 (MA) 4/1/2024 4/1/2025 BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY $ AUTOS ONLY AUTOS (Per accident) X HIRED �( NON -OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) X UMBRELLA LIAB X OCCUR 03127930 4/1/2024 4/1/2025 EACH OCCURRENCE $5,000,000 X EXCESS LIAB H CLAIMS -MADE AGGREGATE $ 5,000,000 DED I X I RETENTION $ 1 r1 ,,,, $ WORKERS COMPENSATION WC015893685(AOS) 4/1/2024 4/1/2025 X PER OTH- STATUTE ER AND EMPLOYERS' LIABILITY Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE WC015893686(CA) 4/1/2024 4/1/2025 E.L. EACH ACCIDENT $ 2,000,000 OFFICER/MEMBEREXCLUDED? NI N/A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 2,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 2,000,000 Professional Liability B0146LDUSA2404949 4/1/2024 4/1/2025 Per Claim $2,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: CPN #105559; WSM-W: WATER AND SANITARY SEWER REPLACEMENTS; Chris Igo. The City of Fort Worth, its agents, officers, directors and employees are named as Additional Insureds with respects to General & Automobile Liability where required by written contract. The above referenced liability policies with the exception of workers compensation & professional liability are primary & non-contributory where required by written contract. Should any of the above described policies be cancelled by the issuing insurer before the expiration date thereof, 30 days' written notice (except 10 days for nonpayment of premium) will be provided to the Certificate Holder. Waiver of Subrogation in favor of Additional Insured(s) where required by written contract & allowed by law. Retroactive Date: 10/02/1967. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth 100 Fort Worth Trail Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD THIS CERTIFICATE SUPERSEDES PREVIOUSLY ISSUED CERTIFICATE POLICY NUMBER: GL5268169 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION WHOM YOU PER THE CONTRACT OR AGREEMENT. BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 10 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 2 ❑ A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 (D Insurance Services Office, Inc., 2018 CG 20 10 12 19 POLICY NUMBER: GL5268169 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION WHOM YOU PER THE CONTRACT OR AGREEMENT. BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 1 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective 12:01 AM 04/01/2024 forms a part of Policy No. WC 015-89-3685 Issued to KIMLEY-HORN AND ASSOCIATES, INC. By NEW HAMPSHIRE INSURANCE COMPANY This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2_0 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: INCLUDED WC 42 03 04 B Countersigned by (Ed. 6-14) Authorized Representative ©Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, January 14, 2025 LOG NAME: 60WSSC23WSMW-KHA SUBJECT: REFERENCE NO.: *xM&C 25- 001E (CD 2 and CD 9) Authorize Execution of an Engineering Agreement with Kimley-Horn and Associates, Inc. in the Amount of $749,882.00 for the Water and Wastewater Replacement Contract 2023, WSM-W Project and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of an engineering agreement with Kimley-Horn and Associates, Inc., in the amount of $749,882.00, for the Water and Wastewater Replacement Contract 2023 WSM-W 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 $994,258.00, transferred from available PayGo funds within the Water and Sewer Fund, for the purpose of funding Water and Wastewater Replacement Contract 2023 WSM-W project (City Project No. 105559) 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 Kimley-Horn and Associates, Inc., in the amount of $749,882.00 for Water and Wastewater Replacement Contract 2023, WSM-W project for the preparation of plans and specifications for sanitary sewer and water main replacements on the following streets and easement: Street From To Council Scope of District Work N. Main N. Houston Street INW 7th Street 2/9 Water Street NW 4th N. Main Street West 2 Water Street N. Houston NW 0' Street NW 7th Street 2 Water/Sewer Street NW 5ch N. Throckmorton N. Calhoun Street Street Street 2 Water NE 6th N. Commerce N. Main Street 2 Water Street Street NW 7th N. Commerce N. Houston Street 2 Water Street Street In addition to the contract amount of $244,376.00 (Water: $219,626.00; Sewer $24,750.00) 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 (FY), 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: 60WSSC23WSMW-KHA Capital Project FY2025 CIP Budget Revised Fund Name Authority Appropriations Adjustment FY2025 Name Bud et g W&S 105559- Capital W/WW Projects RpI $0.00 This $994,258.00 $994,258.00 $994,258.00 — Fund Contract 56002 2023 WSM-W Funding is budgeted in the Transfer to Water/Sewer account of the Water and Sewer operating budget for the purpose of funding the W/WW Rpl Contract 2023 WSM-W project within the Water & Sewer Capital Projects Fund. FY2025 — Water PAYGO Appropriations per City Ordinance 27107-09-2024 FY2025 FY2025 Amended YTD PayGo FY2025 Original PayGo Approved Remaining Adopted p (includes any for/Moved to This M&C PayGo y PayGo council Capital Balance actions Projects subsequent to budget adoption) 1$92,597,771.00 $92,597,771.00 I($3,362,465.00) ($994,258.00) I$88,241,048.00 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 Wastewater Replacement Contract 2022 WSM-V project are as depicted below: Fund Existing Additional I Project Appropriations i Appropriations Total* Water & Sewer Capital Projects $0.00 $994,258.00 $994,258.00 Fund 56002 Project Total $0.00 $9949258.00 $9949258.00 *Numbers rounded for presentation purposes. The Business Equity Division placed a 12 percent business equity goal on this solicitation/contract. Kimley-Horn and Associates, Inc., will be exceeding the goal at 19.36 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 2 and 9. FISCAL INFORMATION / 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 W/WW Rpl Contract 2023 WSM-W 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 Department Project Budget Reference # Fund ID Account ID ProgramActivity year (Chartfield 2) Amount FROM Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for Citv Manaeer's Office bv: OriLyinatine Department Head: Additional Information Contact: ATTACHMENTS William Johnson (5806) Chris Harder (5020) Liam Conlon (6824) 1. 24-105559 Compliance Memo.Ddf (CFW Internal) 2. 60WSSC23WSMW-KHA funds availabilitv.Ddf (CFW Internal) 3. 60WSSC23WSMW-KHA- FID Table (WCF 10.08.24).xlsx (CFW Internal) 4. 60WSSC23WSMW-KHA.Ddf (Public) 5. City of Fort Worth CPN 105559 Prof Srvcs for a water transmission main Form 1295 Certificate 101227647.Ddf (CFW Internal) 6. ORD.APP 60WSSC23WSMW-KHA 56002 A025(R2) (1).docx (Public) 7. PBS CPN 105559.i)df (CFW Internal) 8. SAM.vov search Kimlev-Horn and Associates.Ddf (CFW Internal) 60WSSC23WSMW-KHA FID Table 2 56002 0600430 105559 2025 $939,513.00 2 56002 0700430 4956001 105559 2025 $54,745.00 2 56002 0700430 105559 2025 $54,745.00 2 56002 0600430 4956001 105559 001730 9999 ($939,513.00) 2 56001 0709020 5956001 $54,745.00 2 56002 0700430 4956001 105559 001730 9999 ($54,745.00) 2 56002 0600430 5110101 105559 001730 9999 $98,438.00 Water Staff Cost 2 56002 0600430 5550102 105559 001730 9999 $4,000.00 Public Outreach 1 56002 0600430 5330500 105559 001730 9999 $719,887.00 Contract 2 56002 0600430 5310350 105559 001770 9999 $3,000.00 Utility Coordination 2 56002 0600430 5330500 105559 001784 9999 $94,500.00 Soil Lab Consultant 2 56002 0600430 5310350 105559 001784 9999 $19,688.00 Soil Lab TPW Staff 2 56002 0700430 4956001 105559 001730 9999 ($54,745.00) 2 56002 0700430 5110101 105559 001730 9999 $13,750.00 Water Staff Cost 1 56002 0700430 5330500 105559 001730 9999 $29,995.00 Contract 2 56002 0700430 5710010 105559 001740 9999 $6,000.00 Easement Acquisition 2 56002 0700430 5110101 105559 001740 9999 $2,000.00 Easement Acquisition 2 56002 0700430 5330500 105559 001740 9999 $1,000.00 Easement Acquisition 2 56002 0700430 5740010 105559 001780 9999 $1,000.00 Easement Acquisition 2 56002 0700430 5310350 105559 001770 9999 $1,000.00 Utility Coordination 56002 2060000 105559 RETAIN Retainage Combo Code