HomeMy WebLinkAboutContract 53330-A2CSC No. 53330-A2
AMENDMENT No.2
TO CITY SECRETARY CONTRACT No. 53330
WHEREAS, the City of Fort Worth (CITY) and Burgess & Niple, Inc.,
(ENGINEER) made and entered into City Secretary Contract No. 53330, (the
CONTRACT) which was authorized by M&C 19-0421 on the 17th day of December,
2019 in the amount of$ 481,712.00 and
WHERAS, the CONTRACT was subsequently revised by Amendment No.1 in
the amount of $85,023.00, which was administratively authorized on October
3, 2023; and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Cantrell-Sansom Roadway Widening, CPN 102217; and
WHEREAS, it has become necessary to execute Amendment No. 2 to the
CONTRACT to include an increased scope of work and revised fee.
NOW THEREFORE, CITY and ENGINEER, acting herein by and through their
duly authorized representatives, enter into the following agreement, which
amends the CONTRACT:
1.
Article I of the CONTRACT is amended to include the additional
engineering services specified in proposal attached hereto and incorporated
herein. The cost to City for the additional design services to be performed
by Engineer totals $14,900.00. (See Attached Funding Breakdown Sheet, Page
-3-)
2.
Article II of the CONTRACT is amended to provide for an increase in
the fee to be paid to Engineer for all work and services performed under
the Contract, as amended, so that the total fee paid by the City for all
work and services shall be an amount of $581,635.00.
City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: 03/08/2024 Page 1 of 3
3.
Cantrell Sansom Roadway Widening
CPN 1022i7
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
EXECUTED and EFFECTIVE as of the date subscribed by the City's
designated Assistant City Manager.
APPROVED:
City of Fort Worth
Jesica McEachern
Assistant City Manager
DATE: Feb 26, 2025
ATTEST:
Jannette Goodall
City Secretary
APPROVED AS TO FORM AND LEGALITY:
Douglas Black (Feb 24, 202514:21 CST)
Douglas W. Black
Sr. Assistant City Attorney
City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: 03/08/2024 Page 2 of 3
Engineer
Burgess & Niple, Inc.
William D. Wendland, PE
Vice President
DATE: February 5, 2025
M&C No.#: N/A -----------
M&C Date: N/A -----------
Cantrell Sansom Roadway Widening
CPN 1022i7
FUNDING BREAKDOWN SHEET
City Secretary No. 53330
Amendment No. 2
Project CF1- CF2 -
Fund Dept ID Account Bond Amount
ID Activity
Reference
30108 0060419 5330500 102217 002330 $14,900.00
Total: $14,900.00
City of Eort Worth, Texas c��trtl' Sar:����rn R,�:cxL+•lcl:� 4'ii�y.�ir��J
Prof Services Agreement Amendment Template I;PN .iU:'2i'+
Revision Date: 03/08/2024
Page 3 of 3
RT WORTH�,
ATTACHMENT "A"
Scope for Enqineerinq Desiqn Related Services for Arterial Improvements
The scope set forth herein defines the work to be performed by the ENGINEER in
completing the project. Both the CITY and ENGINEER have attempted to clearly define the
work to be perFormed and address the needs of the Project.
OBJECTIVE
The objective of this project is to improve traffic operations and improve safety. Cantrell
Sansom will be designed and constructed from the existing roundabout at Mark IV Parkway
to the southbound frontage road of IH-35. Work under this agreement includes, but is not
limited to, project management, data collection, topographic survey, right-of-way / easement
services, subsurface utility engineering, permitting, geotechnical investigation, right-of-way
documentation, operational analysis, design, and contract documents for the construction of
the design and construction phase services.
The purpose of this amendment is to:
1- Replenish the Bid Phase Services budget and Construction Phase Services budget
reallocated via Reallocation Letter dated July 23, 2024, that was used to provide
additional services associated with the ROW acquisition from the North Baptist
Church. The reallocated budget amount was in the amount of $11,868.40.
2- Provide additional design services that were not anticipated in the original
contract/amendment for utility relocations, median changes, including the preparation
of exhibits for citizen concerns, grading and drainage. The Bid Phase Services
budget and Construction Phase Services budget are extended by $3,031.60.
3- The total reallocation and extension of the Bid Phase Services budget and
Construction Phase Services budget is $14,900.00.
WORK TO BE PERFORMED
Task 1. Design Management
Z�.c_� '� (�nnncv�4� �nl I'loc�inr� /'2(10%\
�� .
0
Task 4. Final Design (90% and 100%)
Task 5. Bid Phase Services
Task 6. Construction Phase Services
Tn�L 7 Drl\A//�J����o����
Task 10. Quality Control/ Quality Assurance
City of Fort Worth, Texas
Attachment A
Revision Date: 05.23.2024
Page 1 of 30
Page 1 of 30
�.u__�-e1- �a�;so;� R�=�u�+V:_� S+`�dening
����a iozzi +
RT WORTH�,
TASK 1. DESIGN MANAGEMENT.
ENGINEER will manage the work outlined in this scope to ensure efficient and effective use
of ENGINEER's and CITY's time and resources. ENGINEER will 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 / Quality Assurance (QC/QA) is practiced in performance
of the work. Refer to Task 10 for further details.
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting:
• Attend a pre-design project kickoff/charter meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Attend one (1) constructability review meeting with CITY representatives,
including Traffic Management, at the 60% submittal milestone
• Conduct and document monthlV project update meetings with CITY Project
Manager
• Conduct review meetings with the CITY at the end of each design phase
• Conduct QC/QA reviews and document those activities. Refer to Task 10 for
further details
• Prepare invoices, in accordance with Attachment B to this Standard Agreement
and submit monthly in the format requested by the CITY. Multi-month billing is
not allowed. Months in which no work is being invoiced shall require submission
of a$0.00 invoice. Prepare and submit monthly Project Status Reports in the
format provided by the Transportation and Public Works 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 in compliance with the City's Specification 00 31 15 entitled
Engineer Project Schedule. This PROJECT requires a Tier 3 schedule as
defined in the City's Specification 00 31 15 entitled Engineer Project Schedule.
• Prepare and submit a preliminary Project Risk Register. Review Project Risk
Register periodically with CITY Project Manager and make recommendations to
mitigate, accept, or remove risks.
• Complete Monthly M/WBE Report Form and Final Summary Payment Report
Form at the end of the project.
City of Fort Worth, Texas Page 2 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1- �a�;so� R�=�u�w:_� S•+!dening
Page 2 of 30 � L'�d 10 � 21 +
RT WORTH�,
• 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
• One (1) pre-design project kickoff/chartering meeting
• One (1) constructability review meeting during design
• XXX (X) monthly project update meetings during design phase
• At least three (3) plan review meetings
• All submittals to the City shall be Quality checked prior to submission.
• Project design phase is anticipated to take XXX (X) months.
• Project construction phase is anticipated to take XXX (X) months.
• XXX (X) monthly updates of Project Status Reports, DVIN forms, Opinion of
Probable Construction Cost (OPCC), , and project Schedule.
DELIVERABLES
A. Meeting summaries with action items
B. QC/QA documentation
C. Baseline design schedule
D. Preliminary Project Risk Register,
E. Monthly Schedule updates with schedule narrative describing any current or
anticipated schedule changes
F. Monthly Project Status Reports
G. OPCC updates with milestone submittals and when new cost figures are
available
H. Plan Submittal Checklists (See Task 10)
I. Monthly invoices
J. Monthly DVIN Report Form and Final Summary Payment Report Form
City of Fort Worth, Texas Page 3 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1- �a�;so� R�=�u�w:_� S•+!dening
Page 3 of 30 � L'�d 10 � 21 +
RT WORTH�,
. ., . ,
M r:r_�.�� �■�r. r.�a:� i�:�an:�:!frsr_r. �a r ���:�rs�:�r. ��r_♦sz•s� Tr. m r-'w
Thc r�i �rr�nc�c nf 4hc nnr�ncr�4i �nl r�loc�inr� ic� fnr 4hc CAI(�IAICC� 4n i�7or�4if�i rlc�iclnv�
e �
�
� '
� �
■
■ �l
1 � .
� ■ 1 � ' � '
�
� 1 ■
� �
� �
■�
�1 �
�
� � � 1
■ - 1 ■ -
�
� � i�+„ ri
z-� ,rc��r�i=ai=r^v@
d\rAI\IJd-7AfIIl:►Ll�l-� � � t�7Yr�L
�
■_
.
,
r�l�r�c� ��ii4h 4hc i �4ilifii nnr�flin4c� I11/YI'1I1/YI'1�G!'� nnrl n I 14i1i4�i (�nr�flin4o T�hlc nf 4hnoc
City of Fort Worth, Texas Page 4 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1- �a�;so� R�=�u�w:_� S•+!dening
Page 4 of 30 � L'�d 10 � 21 +
RT WORTH��,
, .
r:r_���w�����_za:s�inr.��r.��■��t�r_�ss�:r_�ar���r_r.�:s�r.�
.■ .■
Fi�� �:T.RRTT�71:7:� �T-T7I.R:7 _7�:T.T: a
� .
. .
------ - .'aii7"----- - _ - - -- - - --- -
■_ .
>71 .ff.T.R���TT-S�f:T�R*:F1:7:f:t.T.fl=ts�ff:!f[T�E7 .
�
■_ �
� � � � � i
�� ■-
.
. �
■ ■
� �
� �
■_
City of Fort Worth, Texas
Attachment A
Revision Date: 05.23.2024
Page 5 of 30
Page 5 of 30
�.u__�-e1- �a�;so;� R�=�u�+V:_� S+`�dening
����a iozzi +
RT WORTH�,
. �,. .,
. ,„
„ ._
.�
.� .�
. . � ■_
�_ .
■ .
. ■_
■
■ ■
■- .
-� � „
. .■
City of Fort Worth, Texas
Attachment A
Revision Date: 05.23.2024
Page 6 of 30
Page 6 of 30
�.u__�-e1- �a�;so;� R�=�u�+V:_� S+`�dening
����a iozzi +
RT WORTH�,
. . �
. .
, ,
. ■_ ■
.
.
„
. .,, ,,,
„ ._
.
„
._
.�•mr_*s�.r_rsrr_���:rr_E�:nrnt:r_z�ir.i:�:srs��-r_ r.sr�r.r_�rrrssrn:nr_�s�. -
...
�_ ��_ ��� .
` ''
■
. ■
. ■ . ��
. . .
' . .
�
� � �
•
.
> > •
City of Fort Worth, Texas Page 7 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1- �a�;so� R�=�u�w:_� S•+!dening
Page 7 of 30 � L'�d 10 � 21 +
RT WORTH�,
, ,
. . ..
.
- - - - �� - - - -
- - - - - � -- - - - - -
.„ - - - - - -
.
,„ „
._ .
..
, ,
ifr., _
■.
.-
■.
- ■-
.
, ,
, . ■_
�, .
• _. ,
- „
, .
k���s�,�, r-Ts�r:r_w
,
,
r�roc�cr�4�4inr� nf 4hc mnc�4 �r�r�rnr�rin4c fnrmn4 /vvinc�4 � ic�i �nll�i in Dn�eior Dnin4\ �r��7
r
City of Fort Worth, Texas Page 8 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1- �a�;so� R�=�u�w:_� S•+!dening
Page 8 of 30 � L'�d 10 � 21 +
RT WORTH�,
,
, �
, , - �
._ , ._
.� , ,
1AI:T17Tl�:SdffS�:T.S�:T-�C -T.�l.T.T.T.F1:L'SlR:T.S��ftIF[l�l�:SdFIS�flI�. -
' �-
. .
. � ■
- � ■
- - - - - - � � - � - - - - -
���
. .
. . �
. . �
Fet�a �1�
. � � � � ,
_��
� � ��
_��
�■ �■
� � T� �77�f_7S� ��i C�:RG1Il�7�:STZTSZT:T' L�T7T�lSdTSS�:T!\
�
The r`ITV'�. fr.,.�+ .J .J +e..h.�i I +i...,� �.�ill he � The CAIr_IAICC�
- 2f�c�-a�ncrcccrtnrCt�rvpcC-F�TCt7 "2��rr�crrvn-r�crc
�h.,ll � .,le.,-,e.,+ +he +e..h.,i.+.,l � ..�F�...,+i.,.,� �f .,ve�-Ie.J
City of Fort Worth, Texas Page 9 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1- �a�;so� R�=�u�w:_� S•+!dening
Page 9 of 30 � L'�d 10 � 21 +
RT WORTH�,
ilr�c /'I \ D� ihlin �Aco4ir�n ic� �oo� imorl
h�i 4ho (�ITV nf 4hc Drcliminnry licoiivr� r�lnv�o
v. �li�Tri G� r� il'Tl"RVRTIZ r�vr[
C (� mm� �r�ifii �A r�n hihi4
���e��mee#�,�,�c�c,,,�s
City of Fort Worth, Texas
Attachment A
Revision Date: 05.23.2024
Page 10 of 30
Page 10 of 30
�.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening
���a iozzi+
RT WORTH�,
TASK 4.
A. FINAL DESIGN (90 PERCENT)
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as
follows:
• Final draft construction plans (90%) and Project Manual shall be submitted to CITY per
the approved Project Schedule.
• The ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a
Utility Conflicts Table of those conflicts to be included in the Utility Clearance Letter to be
issued by the City PM.
• The ENGINEER shall submit an estimate or opinion of probable construction cost
(OPCC)
B. FINAL CONSTRUCTION DOCUMENTS (100 PERCENT).
• Following a 90% construction plan review meeting with the CITY, the ENGINEER shall
submit Final Plans (100%) to the CITY per the approved Project Schedule. Each plan
sheet shall be stamped, dated, and signed by the ENGINEER registered in State of
Texas.
• Drainage Study checklist in accordance with the current iSWM Criteria Manual for Site
Development and Construction.
• A Quantity Summary page will be included in both the 90% and 100% design plans.
Each design sheet of the plans shall also include a quantity take off table.
• The ENGINEER shall submit an estimate of probable construction cost (OPCC)
ASSUMPTIONS
• Two (2) sets of 11"x17" size drawings and one (1) set of the Project Manual will be
delivered for the 90% Design package.
• A PDF created from design CAD drawings and CAD files for the 90% Design and will be
uploaded to the project folder in the City's document management system (eBuilder).
• One (1) sets of 11"x17" size drawings and one (1) set of specifications will be delivered
for the 100% Design package.
• A PDF created from design CAD drawings and CAD and CAD files will be uploaded to
the project folder in City's document management system (eBuilder).
City of Fort Worth, Texas
Attachment A
Revision Date: 05.23.2024
Page 11 of 30
Page 11 of 30
�.u__�-�1_ �a�;so;� R�=�u��.V: _� S+idening
���a iozzi+
RT WORTH�,
DELIVERABLES
A. 90% construction plans and specifications including QC/QA documentation.
B. Utility relocation package.
C. 100% construction plans and Project Manual including QC/QA documentation.
D. Detailed estimates of probable construction costs including summaries of bid items and
quantities using the CITY's or TxDOT's standard bid items and format, as applicable
E. Cover sheet in PDF format for the signatures of authorized CITY officials.
City of Fort Worth, Texas
Attachment A
Revision Date: 05.23.2024
Page 12 of 30
Page 12 of 30
�.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening
���a iozzi+
RT WORTH�,
TASK 5. BID PHASE SERVICES.
The CITY reserves the right to deliver the project by bidding it, issuing a work order out of an
existing a unit price contract or by alternative delivery. ENGINEER will support the
construction procurement phase of the project as follows.
5.1. Bid Support
• The ENGINEER shall upload all plans and contract documents onto the City's
document management system (eBuilder) for records.
• Project Manual shall be uploaded in a single PDF file in eBuilder as well as
individual files as required to be included in the City's procurement portal,
Bonfire.
• Bid Proposal Document of the Contract documents shall be uploaded in a file
format of filename extension ".xls".
Unit Price Proposal documents are to be created utilizing the city's unit price
tool only and combined in a specified spreadsheet workbook, Bid Proposal
Worksheet Template, that will be populated and configured so that all pages
are complete and the Summary Worksheet(s) in the workbook detail and
automatically summarize the totals from the inserted Unit Price Proposal
document worksheets.
• Plan Sets are to be uploaded to the City's document management system
(eBuilder) in two formats, PDF and CAD files. The PDF will consist of one file
of the entire plan set.
The ENGINEER will coordinate with the PM to respond to Vendor Discussions
(RFI) and issue Public Notices (addenda) when necessary, in Bonfire. The
ENGINEER will provide technical interpretation of the contract bid documents
and will prepare proposed responses to all bidder's questions and requests in the
form of addenda. The ENGINEER will coordinate with the City PM to upload all
approved addenda onto Bonfire as well as eBuilder.
• Attend the pre-bid 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.
• Review all materials received from bidders/proposers, assist the CITY in
evaluating them, and recommend award of the contract. A copy of all submitted
materials is to be uploaded into the project's Bid Results folder on the City's
document management system (eBuilder)
• Incorporate all addenda into the contract documents and issue conformed sets.
After the bid opening, ENGINEER will provide a minimum of 5 full sets of plans, 5
half-size sets and 2 copies of the conformed Project Manual set incorporating all
approved addenda.
City of Fort Worth, Texas Page 13 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening
Page 13 of 30 � L�d 10 � 21 +
RT WORTH�,
ASSUMPTIONS
• The project will be bid only once and awarded to one contractor.
• Construction documents will only be made available on the City's procurement
platform, Bonfire.
• Construction documents will not be printed by the CITY and made available for
purchase by plan holders and/or given to plan viewing rooms.
• All procurement materials will be uploaded to the City's procurement platform,
Bonfire, as well as eBuilder.
DELIVERABLES
A. Addenda
B. Recommendation of award as required per project
C. Construction documents (conformed)
City of Fort Worth, Texas
Attachment A
Revision Date: 05.23.2024
Page 14 of 30
Page 14 of 30
�.u__�-�1_ �a�;so;� R�=�u��.V: _� S+idening
���a iozzi+
RT WORTH�,
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
6.1.
6.2
Construction Support
• The ENGINEER shall attend the pre-construction conference.
• After the pre-construction conference, the ENGINEER shall provide project
exhibits and attend one (1) public meeting to help explain the proposed project to
residents. The CITY shall select a suitable location or media and mail notices to
the nearby residents and other stakeholders.
• The ENGINEER shall conduct periodic site visits as needed during the duration of
construction. The ENGINEER will prepare or collaborate with the CITY PM on a
Construction Progress Report using the CITY's standard format and upload in the
City's document management system (eBuilder).
• The ENGINEER shall review shop drawings, samples and other submittals
submitted by the contractor for general conformance with the design concepts and
general compliance with the requirements of the contract for construction. Such
review shall not relieve the Contractor from its responsibility for performance in
accordance with the contract for construction, nor is such review a guarantee that
the work covered by the shop drawings, samples and submittals is free of errors,
inconsistencies or omissions. The ENGINEER shall log and track all shop
drawings, samples and other submittals in the City's document management
system (eBuilder).
� ENGINEER shall review material substitution requests, issue a recommendation
and incorporate approved substitutions into the Record Drawings.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, respond to Request for Information (RFI)
from the contractor, review change orders, and make recommendations as to the
acceptability of the work. The ENGINEER will meet with the Project Delivery
Team and Contractor on-site to review any field changes.
• The ENGINEER shall attend the "Final" project walk through and assist with
preparation of final punch list.
Record Drawings
• The ENGINEER shall prepare record drawings from information provided by the
CITY depicting any changes made to the Final Drawings during construction.
Information provided by the CITY may include, but is not limited to the following:
o As-Built Survey provided by the contractor, which includes vertical and
horizontal coordinates of all water, sewer and storm drain assets, and in
accordance with the Construction (As-Built) Survey Specification.
ENGINEER shall verify accuracy of the data provided by contractor and
conformance with requirements.
o Red-Line Markups from the Contractor
o Red-Line Markups from City Inspector
City of Fort Worth, Texas
Attachment A
Revision Date: 05.23.2024
Page 15 of 30
Page 15 of 30
�.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening
���a iozzi+
RT WORTH�,
o Approved Substitutions
The ENGINEER shall modify the Final Drawings electronically and shall place a
stamp on the plans indicating that they represent Record Drawings of the project
as constructed. The stamp shall be signed and dated by the ENGINEER and
shall be placed on each plan sheet, whether there are any revisions on the sheet
or not. Each sheet shall clearly indicate all changes which apply to that sheet by
clouding and numbering, or other suitable means.
• The following disclaimer shall be included with the Record Drawing stamp:
These Record Drawings were prepared using information
provided by others and represent the as constructed
conditions to the extent that documented changes were
provided for recording. The ENGINEER assumes no liability
for undocumented changes and certifies only that the
documented changes are accurately depicted on these
drawings.
The ENGINEER shall submit a set of sealed Final Drawings, modified and
stamped as Record Drawings, in Adobe Acrobat PDF format (version 6.0 or
higher). The set must include the cover sheet bearing City official signatures.
The ENGINEER may keep copies of the information provided by the CITY for
their files, but all original red-lined drawings shall be returned to the CITY with
the digital files.
• There shall be one (1) PDF file and one (1) CAD file for the TPW plan set and a
separate PDF and CAD file for the Water plan set, if required. Each PDF file
shall contain all associated sheets of the particular plan set. Sinqular PDF files
for each sheet of a plan set will not be accepted. PDF files shall conform to
naming conventions as follows:
I. TPW file name example —"W-1956_org47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_org" designating the file is
of an original plan set, "47" shall be the total number of sheets in this file.
Example: W-0053_org3.pdf and K-0320_org5.pdf
II. Water and Sewer file name example —"X-35667_org36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "_org"
designating the file is of an original plan set, "36" shall be the total number of
sheets in this file.
Example: X-12755_org18.pdf
Both PDF files shall be uploaded to the project's Record Drawing folder in the City's
document management system (eBuilder).
For information on the proper manner to submit Record Drawing files and to obtain
a file number for the project, the ENGINEER should coordinate with the City
project manager. File numbers will not be issued to a project unless the
appropriate project numbers and fund codes have been assigned and are in the
Department of Transportation and Public Works database.
City of Fort Worth, Texas Page 16 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening
Page 16 of 30 � L�d 10 � 21 +
RT WORTH�,
ASSUMPTIONS
• One (1) Pre-Construction Community Meeting is assumed.
• Ten (10) site visits are assumed.
• Four (4) submittal reviews are assumed.
• Four (4) RFI's are assumed.
• Two (2) Change Orders are assumed.
DELIVERABLES
A. Community meeting exhibits
C. Response to Contractor's Request for Information
D. Review of Change Orders
E. Review of shop drawings
G. Record Drawings in electronic format
City of Fort Worth, Texas Page 17 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+idening
Page 17 of 30 � L�d 10 � 21 +
RT WORTH�,
. . .
d\WI\IJd_7Afll!lR:�:T.�:L�:T.■:T-7: . . - GS!-T.ET.7_7�11�1�:T.�GT.T:ET.l.�S7ff:T-C�T . .
r � ��
�
r:r_���w�����_za:s�ir:r-sr_�tf:r_�n:sra�s�en�:r. _ _ .rs .
��i�_�:s�s�►ra���rs�- .�•�n:�:!frs��
. .
, , -. �
.
� , , .
� .
r:r_���w�����_za:s�i . �:�t�sr�:�rra�r.�:*ztr.r_rrs�s�i�er.r.
��
.
- „ ■_ .
■_
•�:nr r_�:rT.�s�r_nar_�r_nes��rn:�r_n:se�r.��:r_� �� w i� i��-rm i r_�n�rr_n
-
• _ ���w��i�� ��nr_�r_rr.�ss�nrn:��
,
City of Fort Worth, Texas Page 18 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening
Page 18 of 30 � L�d 10 � 21 +
RT WORTH�,
. �,. .,
_�r.,:sars�.�.�srr.�:�:,� er. �r,.,rnrr.a�:rr�:.-,: �,r�:,:s�s�nse.,T.a,�: r�:e�.r_r.
. ■ .■
- - - :,i,.�- - - - ' - -- - - --:.i.-� - - - - - - -
.■
i�er�er�l ren��irew�er�4c�•
■
1 �
■
�
� � �
���7TTtlS�7. _ � i�l�LTlE�:T .►�P.T-Rt� 711�t! 7f'I:S'�l�7T�GT.T�'1A1:TTl1:1
�
.+ f +.J.,.,-,.��., �-. /C..h le I���.' f T'+le
F��oTe�ir�e+a��;�ee�;,;gs��ed����+s��R�
City of Fort Worth, Texas Page 19 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening
Page 19 of 30 � L�d 10 � 21 +
RT WORTH�,
4 Y/Y\ C� 4 hihi4o �nrl m �nlJ hni �nrJ rn�i�rl nn (�ITV fnrm
n. �rsei�e�lrex„rarc��m-„�ee��s-r�rv-v,a �
�. �n� .,"'� E�62+'1�2#a�621�
o. � Y�T �ep ^�;�o�;+� +r„ ,.,,.,er����e�-s
�7^c7 YJ'�l7�T �..�1�' ��;DTI�Ti+Tvfc Ci ['Ir�� n nvvCmTGTT.�.
_ �r�r�linnhlo in����ivi�r�r�v�n nn�T .�5.�
City of Fort Worth, Texas
Attachment A
Revision Date: 05.23.2024
Page 20 of 30
Page 20 of 30
�.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening
���a iozzi+
RT WORTH�,
TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
ENGINEER will provide survey support as follows.
8.1. n��Survey
ENGINEER will perForm field staking of rights-of-way and/or easements. €�el�
o� inio�ic� 4n nnllcn4 hnri�nr�4nl nnrl �icr4in�l olc�i�4inno nnrl n4hcr infnrvnn4inr� nocrlcrl
h�� CAIr_'IAICC� ��-, .Je��..., .,.,.J .-� r.,+�l,., .,F .,I.,.,� f.,r+he .-, e..+ I.,FI,r.,,.,+�.,�-,
,
onni4nr�i �r�rd nrdinncr�4 o4nrm oo�eicro rim/in�icr4 cic�in4inr�c� Inn�4inr� nf hi �ricrd
t f
r � r i
0
L'v�n �4inr� eiill ho c�hn��ir� nn ir�4crocn4inr� Invn� i4c� �eii4h nrnoo olnv�o 4n fi4
v��v�2 �i/zrsTvrT
�
� ■ � ■
- - ?.���=�- - -- -- - - - - - - -- - - -__._e.:'� � - - - _ -
� Tho minimi �vvi o� ir�ic�i ir�fnrm�4inr� 4n ho r�rn�iir�lor�l nr� 4ho r�l�r�c� c�hnll innl� ir�lc 4hc
��
����7.N-TS�iT�:ST.LILVTT-Sl��.T.1Aff.T.I.\■�iT�:STl.1���. P.S�RS-CrT.�S-[��1'.flr1
.��
.�
��_ ��� � .
■
■_
. ■
. ■ . �i
. . . �i
.
.
0
{^��
City of Fort Worth, Texas Page 21 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening
Page 21 of 30 � L�d 10 � 21 +
RT WORTH�,
ar.,.,r..z•�.,:�an:�a_.■rtix�r . . ��n��.�.z,rr�.,.n■.�.� z,sr...
. .
- - ■
�-- - �
- �r6II r�r��in�h�c r nrrdc /c n i�4i�i4�i n�ein h� �r�c �1 h� ii�4°� nr r nrrl
�r@6�ppRva�cT@6m-crsZ�g.� as'my—vvrrT2{��cr62��lupv, �u�anr—vrTGi6vrcr
rlrn�eiir�lvc� v�crmi4 rcnnrrlc� ficl�7 r�n4cc� ivcnnrnv�hin ir�fnrm�4inr� c��ic�4cm r�ln4� nrnl
� r � �
hic�4nrico c4n \ nr� 4hc cvio4cr�nc nr�r�l �r�r�rnvivv��4c Innn4inr� nf cvio4ir�n ir��inl�icrl
.,};';};,., �
#titFtic.��.
. rs�artr. n:�r.r. rfsstn:�s�r. r. K�n:� �n e� ��r. rs
■_
. . ■
,
,-e�„i„e ,.,,���,.+��,. �nf,,,-w,.,+�„�
, ,
City of Fort Worth, Texas Page 22 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening
Page 22 of 30 � L?d 10 � 21'+
RT WORTH�,
. .
_ _��n_ �n:r.�Rr:r_tss�rrsr.r.rnarTr.e�r.��re�r_�r.i�
,
� i4ilifii lino nr ovo4cm
zrsc _ s=eS'z'��.'s'Ei7rsis -r�r.r:rr_zs�/_istssas�lrc�r_��i:'►�rmr.r_
� I Ir�lcoo n4hcr��iioo rlircn4o�7 vv�nrL ncr�4crlir�c nf c�innlc_nnr�rli �i4 lir�co �r��7 ni �4oirlc
r r
_7T.l.1l�l-�: KifT.}�:TaT! TS:AI-T-�:�: RnR:L'[T-T: Rf71 ff�T�:T.� ■�SlI F[l�17T.T.1T. �:T.l7�I:�1-l�l-T.' I
� �
� � .
�d2��t
, •
ic� r c�nr���Jn �ir�nhlc frmm �h 4cc� nlc c�i4c
�'�-rsr2� c2F� 2�cn-cc� vn.�rc�
ASSUMPTIONS
Right-of-way or easement stakes will be set once.
. ,
• , ,
hee�, �.�, F.,..+ ..Ie.,re�J
City of Fort Worth, Texas Page 23 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening
Page 23 of 30 � L?d 10 � 21'+
RT WORTH�,
DELIVERABLES
n. 9r.,,.,;��t#�s}es .,,,,,���a,;+, ;=��e�sic� .,.,,� ,.,,,,r,�;h„�e�Ts�.
Q IC r�l�r� r�lr��eiir�n I h�i n r�rnfc r»I ivir� r i ir� 4hc C4�4c nf
�. s seaT ���ss+o,�,�re��„�ee�-Teg,s�e�
Toi-cR�a'T
C. One set of field stakes
City of Fort Worth, Texas
Attachment A
Revision Date: 05.23.2024
Page 24 of 30
Page 24 of 30
�.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening
���a iozzi+
RT WORTH�,
. .
�.w�.���_�ntn■Tr.rtr. _ r.�s��ar���r.r. .�i
� ■- ■� --
��, _ .�r.n�ssr_ir.r. rss�. _
■.
� --
„
�.feir_t.sr.�■ - - - - � - -�-r_�resrn:i�r■i■-��
. .
.
.
�ar.a����� ��a��r_is.�tr_rr.r_��e�s�. _ rer�nrn�r■�■-
■
■
. . ■
■ - ■
. .
.
��-�a=�=�= -rr_'�r_rsr�
City of Fort Worth, Texas Page 25 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening
Page 25 of 30 � L�d 10 � 21 +
RT WORTH�,
. � -- - -
:Sss:1rS�17. :ET:�.T.T-.!i■��:.T �■. -
� �. �
. � ... ..
� �i � � i� ii
■.
� ...
� i
� i. � �.
.
�
��-
.
- - - - - - - -�e.�:.-- - - - - - -
• '-
d\�AI\IJd �:L11�'lTT.TFI:L'[77AFl7�.�7Tti7!l�l�T_TST_�Sf1:�7T7�Z17►�:T�� -
�- '� � '-
. � � • � ,
._ �_
■ .
� ._ �
� �-
City of Fort Worth, Texas
Attachment A
Revision Date: 05.23.2024
Page 26 of 30
Page 26 of 30
�.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening
���a iozzi+
RT WORTH�,
TASK 10. QUALITY CONTROL / QUALITY ASSURANCE
ENGINEER to provide to the City a Quality Control/ Quality Assurance Plan (QC/QA Plan)
outlining the ENGINEER's method of ensuring the highest levels of design and accuracy are
incorporated into the calculations, plans, specifications, and estimates.
ENGINEER is responsible for and shall coordinate all subconsultant activity to include
quality and consistency of plans.
If, at any time, during the course of reviewing a submittal of any item it becomes apparent to
the CITY that the submittal contains errors, omissions, and inconsistencies, the CITY may
cease its review and return the submittal to the ENGINEER immediately for appropriate
action. No additional time will be granted.
10.1. QC/QA of Survey and SUE Data
• The ENGINEER's Surveyor shall perForm Quality Control/ Quality Assurance on
all procedures, field surveys, data, and products prior to delivery to the CITY. The
CITY may also require the ENGINEER's Surveyor to perform a Quality
Assurance review of the survey and/or subsurface utility engineering (SUE) work
performed by other surveyors and SUE providers.
• ENGINEER's Surveyor shall certify in writing via a letter that the survey
information provided has undergone a Quality Control/ Quality Assurance
process.
• ENGINEER's Subsurface Utility Engineering provider shall certify in writing via a
letter that the SUE information provided has undergone a Quality Control/ Quality
Assurance process.
10.2. QC/QA of Design Documentation
• ENGINEER shall perform a QC/QA review of all documents being submitted for
review at all stages of the design including the 30%, 60%, and 90% and Final
Document design review submittals. QA should be performed by an individual
within the firm who is not on the design team.
ENGINEER is to acknowledge that each item on the Detailed Checklist has been
included by checking "done" on the checklist. If a particular checklist item is not
applicable, this should be indicated by checking "N/A". If an entire checklist is
not applicable, this should be indicated by checking every item on the list as
"N/A" and still included with the submittal. The ENGINEER shall use the Detailed
Checklist provided by CITY.
• A Comment Resolution Log must be used to document conflicting comments
between reviewers and to highlight comments made by the CITY that the
ENGINEER is not incorporating into the design documents along with the
associated explanation. The ENGINEER shall use the Comment Resolution Log
provided by CITY.
• The documentation of a QC/QA review includes (1) a copy of the color-coded,
original marked-up document (or "check print") developed during the QA
checking process and/or review forms which sequentially list documents and
associated comments; and (2) a summary list of the findings of the QC effort.
City of Fort Worth, Texas Page 27 of 30
Attachment A
RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening
Page 27 of 30 � L�d 10 � 21 +
RT WORTH�,
• Evidence of the QC/QA review will be required to accompany all submittals.
Documentation shall include, but is not limited to, the following items:
- PDF of the completed Detailed Checklists
If any of the above information is missing, is incomplete or if any comments are
not adequately addressed; the CITY may contact the ENGINEER and request
the missing information. If the ENGINEER does not respond to the request
within 24 hours, the CITY shall reject the submittal. No additional time will be
granted to the design schedule for a returned submittal. ENGINEER shall plan to
recover the lost time with future project milestones remaining unchanged.
• If the ENGINEER has not adequately addressed the comments, the submittal
shall be rejected and returned to the ENGINEER immediately to address the
issues.
ASSUMPTIONS
• All submittals to the City will be Quality checked prior to submission.
• A PDF of the QC/QA documentation will be uploaded to the project folder in the
City's document management system (eBuilder).
DELIVERABLES
QC/QA documentation
a. Comment Resolution Log
b. Summary of the QC effort findings
City of Fort Worth, Texas
Attachment A
Revision Date: 05.23.2024
Page 28 of 30
Page 28 of 30
�.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening
���a iozzi+
RT WORTH�,
TASK 10. PLAN SUBMITTAL CHECKLISTS
Engineer shall complete and submit Plan Submittal Checklists in accordance with the
following table:
PLAN SUBMITTAL CHECKLIST REQUIREMENTS
Street Water Traffic Traffic Traffic
Traffic Traffic Control Control Control
Storm Storm Lights /Sewer p o p
Attachment "A" Signal Engineering 30 /0 60 /0 90 /o
Water Water (Submit (Submit
Type (Submit All (Submit All
@ 30%) 30% 60% All @ All @ p� 60%) Required for all work in City
30 /0 60 /o) ROW
Street X X X X X` X X X
Storm Water X X X X X
Water / Sewer X X X X
*If included in street project
City of Fort Worth, Texas
Attachment A
Revision Date: 05.23.2024
Page 29 of 30
Page 29 of 30
�.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening
���a iozzi+
RT WORTH�,
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existinq Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are perFormed. These additional services include the following:
• Negotiation of easements or property acquisition, unless included as part of Section 7.
• Services related to disputes over pre-qualification, bid protests, bid rejection and re-
bidding of the contract for construction.
• Administration of the construction contract and inspection services
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of God.
• Services related to warranty claims, enforcement and inspection after final completion.
• Services to support, prepare, document, bring, defend, or assist in litigation
undertaken or defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
City of Fort Worth, Texas
Attachment A
Revision Date: 05.23.2024
Page 30 of 30
Page 30 of 30
�.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening
���a iozzi+
ATTACHMENT B
COMPENSATION
Design Services for
Cantrell Sansom Roadway Widening
Amendment 2
City Project No. 102217
Time and Materials with Rate Schedule Project
Compensation
A. The ENGINEER shall be compensated for personnel time, non-labor expenses,
and subcontract expenses in performing services enumerated in Attachment A
as follows:
Personnel Time. Personnel time shall be compensated based upon
hours worked directly in performing the PROJECT multiplied by the
appropriate Labor Cateqory Rate for the ENGINEER's team member
performing the work.
Labor Cateaory Rate as presented in the rate schedule table below is the rate for
each labor category performing the work and includes all direct salaries,
overhead, and profit.
Labor Category Rate
$/hour
Pro'ect Director $320.00
Senior Pro�ect Mana er $280.00
Pro�ect Mana er $215.00
Pro�ect En ineer $175.00
Senior Desi ner $170.00
Graduate En ineer $150.00
Non-Labor Expenses. Non-labor expenses shall be reimbursed as
Direct Expenses at invoice or internal office cost.
Direct Expenses (non-labor) include, but are not limited to, mileage, travel
and lodging expenses, mail, supplies, printing and reproduction services,
other direct expenses associated with delivery of the work; plus
applicable sales, use, value added, business transfer, gross receipts, or
other similar taxes.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 1 of 4
�u..Lr-�1 � :�71=�3C�il h._�u�i:•i�i�+ fiti �C��r,� r;r7
vP:l 10�'�1.`
B-1
ATTACHMENT B
COMPENSATION
iii. Subcontract Expenses. Subcontract expenses and outside services
shall be reimbursed at cost to ENGINEER plus a markup of ten percent
(10%).
iv. Budgets. ENGINEER will make reasonable efforts to complete the work
within the budget and will keep the City informed of progress toward that
end so that the budget or work effort can be adjusted if found necessary.
ENGINEER is not obligated to incur costs beyond the indicated budgets, as may
be adjusted, nor is the City obligated to pay ENGINEER beyond these limits.
If ENGINEER projects, in the course of providing the necessary services, that the
PROJECT cost presented in Article 2 of this Agreement will be exceeded,
whether by change in scope of the project, increased costs or other conditions,
the ENGINEER shall immediately report such fact to the City and, if so instructed
by the City, shall suspend all work hereunder.
When any budget has been increased, ENGINEER's excess costs expended
prior to such increase will be allowable to the same extent as if such costs had
been incurred after the approved increase.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
Method of Payment
A. The ENGINEER shall be paid by the City based upon an invoice created on the
basis of statements prepared from the books and records of account of the
ENGINEER, based on the actual hours and costs expended by the ENGINEER
in performing the work.
B. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
C. ENGINEER shall prepare and submit invoices in the format and including content
as presented in Exhibit B-1.
D. Payment of invoices will be subject to certification by the City that such work has
been performed.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Transportation and Public Works Department monthly progress reports and
schedules in the format required by the City.
City of Fort Worth, Texas
Attachment B �u�.�-�1- Sa�_�so� R.ou�.v :,� ';; �,��1; �^cr
PMO Official Release Date: 8.09.2012 v P:J i C� "i. 1"1
Page 2 of 4
B-2
ATTACHMENT B
COMPENSATION
L1��
Summary of Total Project Fees
Firm Primary Responsibility
Prime Consultant
Burgess & Niple Civil Engineering
Proposed MBE/SBE Sub-Consultants
Undetermined Undetermined
Fee Amount %
$14,900 100%
$0 0%
Non-MBE/SBE Consultants
TOTAL
14 900 100%
Project Number & Name Total Fee MBE/SBE Fee MBE/SBE
%
CPN 102217Cantrell Sansom $14,900 $0 0%
Roadwa Widenin Amendment 2
City MBE/SBE Goal = 0 %
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 3 of 4
Consultant Committed Goal = 0 %
,u�_�rel � �a°;�orn h�=�ad�Va�.+ 'r�-dening
�L-".J 1U�217
B-3
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across desired work types and work phases.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 4 of 4
Uu:.L�tl_ :ia'i�0� 1�.���.;�'.v::':' �r'±1tiY=lilr:x
�L"J L�J�Z1 +
B-4
rr r--
i: � .�
-� ,�a 4
i, ;�a
[u :� r
-C �
_- �.
?� �
�itt
ir;
t=;
r7
C:
r1
tU
.I
�i
[�
i�
.+ Z
� �
m
� �
a C3
� �
��
N �
�
�_
�u �
O =
� �
�77 Q
J F"
L
6
�
y
0.1
U
.�
�
�!}
� �
6t C
ia 'c
� �
� �
C �
G� A
'� �
m
� �
� @
� a
•� i�
m�
��
C �
�C1 C
C L6
� �
6 �
N y"
. t
6 �L
Z i..}
C
m
�
�
c
�
�
�
C'�3
�
C'V
�
�
�
�
�
�
e
�
*��
��
♦
�
�
�
� N
47 �
� N
� �
{I} O
� OC}
� �
rl� W �q
�
47 � d7
~ 7 i�6
.� � N
� � �
� ' �
� �
m
�-. � .�
� � �
4 L �
U
� � �
� � �,.
^
L
�
�
�
�
N
a
C
.�
�
�
>
� O
V �
�O �
> �
C �
N N
L
V � N
�i6 N
U�
V/
�
C
. N � �
N C1 p
O �O a
V L �.r'
aa�
vi
0
.J
�
C
W
a
y
O
M
�
GI
a
E
Z
c>
a,
�
�
U
W
L
O
W
U
O
i
c
�
0
T
9
9
Q
9
c
m
m
N
m
r
A
�
d
�
O
U
9 .
C d
i0 a
> w
A NN �
r N
W `
aa
oc
U L
� .
'„ 3
i1 �
�� a
c o
7 �
T 3
C y�
W �
L
� U
=
�
Q
�
m
01
m
G
16
Z
�
C
16
a
�
�
U
�
�
�
�
X
�
O
�
r
O
� �
U �
m
n �
c vJ
rn 3 �,
3 � O
a m
U3 a �
C O O W
f0 O V M
a 3 �
� = co �
� S O u�
3 O r V
= 01 �
a rn m �o
N
N
N
a ci
� _
Q o
� � L
. Q
� U � X
E� a� R
dOFLL
�
�
v
M
w �
a
�
a
�
� N N N
� N N N
_ ��
> ��
> V � � N
� �+ G
O
V 7 lL F
� 'o � ui ui
°'
N � � 0 0 R
N N = N N �
m � � �
a a >, � � �o
7 7 N N N�
u�u�au�u�_=
�N
�
O
0
V
O
9
�
r
N
�
�
0
ti
M
ro
�
rn
�
W
9 4+
(J C
m �
C
w �
� �
�
�a
.r
S �
�; m
� �
� L
� a
�
L
O i
� O
N
m
0
N
r
O
N
t)
�O
>
C
N
L
H
N
16
�
O
H
� r-
�. �
� :v
L: r`J
01 O
T� r-I
`� U
�
�
I�
i]
�i
�
O
[9
L:
�
�
ri
w
u
iJ
i�
��
�.,:-
��
�:i N
G ^d
Ql �
� �
1
a 2
a
� '-�
�
�
"i7
�s
❑
a
E
G
47
�
M
L`j
�
�
N
�+
�
S:
�
U
N N
N N
� M
O
M
�
OO
� � d
IL a�+ ` �
aW-� 0 C 7
O d � Z
u �
°�' �� � a
.� � �
a
�L
y v
w
a m
o �,
� U
a
E
0
U
N
O_
W uCi
a �
-o �'
� �
m a
a �
c .o
�
� m
o �
C
� 3
� a
i
d
m
c
m
g 'ro
C1 �.
�d
o�
aa
N N
N N
.Q.�
y N
c
�
m
a>
>
3
m
0
�
E
0
m
�
N
�
U
d
'o
4
O
v
�
Z
0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0
ooui�ci0000000000
V(O oJ N N� fA H3 fA H3 fA H3 fA H3
(p lcl c7 N I� O
C � � oJ � N
= ufvaufi»
O
E
a
O
O
O
�
�
4T
0
ri
ti
`o
L
J
Y
0
F-
O �
00
��
�
U
�
N
�
:° m
o �
� �
3a
� �
O o
u a
V y
c�
V c
a °�
3 �
� a
0
0 0 �
0 0 �
� � O
� � N
�
R
0
�
3
y
a
N
C
GI
a
x
w
`o
�
R
C
O
Z
O
O
O
N
M
fH
O
O
O
O
O)
�
E!T
W
U
O
>
z
�
2
F
w
�
O
J
F
O
F
a
0
Q
u
�
`a
rn
c
�
W
.`
a
v
i
v
U
m °>
d c
:_ •3
� o
O �
T 4
�a
o �
N q
1 q
�ti
u �
> m
c C
� Y
C N
A v
d �
a �
a U
� R N
U a
c
> w
m y� !�
�
m v m
a "'gr •p
°' E a
c
'c o �
� U t
� u � •
o � m 3
N V
u � �
� u
c w
c y � �
N OI >. �
°' � y c
a _ L
N IL �i U
�
�
.�
N
�
�
T
�
�j o
� M
M
� O
0 �i
� r
N �
� N �
O �y
Ci O O O
�
.0 � M 4
� � N o
� � N
r p� O
� � LL
N � O
�L �
� ~ o
� N Y N� o
�(a N o M
O O M
�Vo��M
i1� � M N
N
� J .. ..
� N 9 y
0 � � £ �
� Zo
.N V ^� uw
G1 G> ° F d m
� •� a ` y L
O O�`oo�'�
d a U��iUa
c
n
�
d
01
m
uCi
G
f6
Z
T
i
ia
C
�
O
U
r
r
�
L"
>
r
� LL
0 0
a �
� �
a� 3
rn
3 � o
s m
�a �
� o v m
t6 O � M
-0 3
C - �
� 2 O N
3 o m �
a o r v
= rn �
n rn m �o
N
N
N
v ui
�a c
QL
-da
� � d X
N�FIL
a
.o r
c N
m
'O M
>C �
>
O
� o 0 0
� N N N
> � M �
> V � � N
ic �« E
O
V 7 LL H
� O S
a>d�'dd
N � � � � �
000
d a = a, d „
.a.Q � V V J
a a >. � � �o
� � �a ai a> >
v�v�av�v�5
c m
.� c
16 R
E R
dm
�
c d
a �
� �
� _
U —
� M
v N o
'Q 7 m
� O �n
C > v
— a� e»
en a`
0
0
_ = o
i d o
ayo
0
n �
a o
a � m
�
� a o �
J £ £ v
U a e»
M
�
� ° o
m �
� = m
L � � �
¢a �
C
N =
aa �
� o
£a
Q
C
N �
aa �
C �
£ Z
Q
M
c �
ar c rn
£ 7 �
41 G �
L � �
Qa
O
.y
�
N
d
= �
� �
a �
M
M
0
N
0
�
0
�
0
M
0
�
O
M
0
m
N
v
C
�
N
L
�
N
�
O
�
0
0
0
0
0
0
�
Qi
Q
�
�
�
�
�
�
V
�
a
�
�
�
�
�;
�: �
� :�
G r`J
01 O
T� r-I
`� U
�
-ti
i�
i]
a
E
O
c�
C
r7
:n
�
v
u
iJ
I�
��
w
.t.
r
O
v�
.0 �_
q O
� T
d 9
VI Q
� 9
o �
�i R
��
a
9 N
U �
O m
> �
�y
a y
C
10 N'
W �
� O
6 V
E c v
o m .o
U y �
>
W y yqj V1
a U
o a "' o
a
¢ c E a`
U �p O C
� V L
� N y N .
o � v 3
.. N v �
a� �O
� � V C w
a c �
� °' o A
u �' � T �
a+ c c � m
W
' a ' c
a V/ i� � U
�
�
.�
�
�
>
�
�
� M
� N
(� O
N� �
L.L n
N
�
� � o X
N � X
•� � M o
(� m
C (� =m a
_ _ y �
0
41 �nF�
•> � N Q � O
�U��o�
a� �
�
�a ;.; ..
c N Qa
Q � Q £ L
=O
.N v �^� ? y
� d �F a R
O Oa� �t
�
L � �`OOr =
aa�3LL�a
�
�
z
ro
N
m
m
d
E
R
Z
T
i
io
a
�
O
U
�
r
�
F
r
�
i
� lL
O O
Ui
n a?
N �
rn3,n
3 � o
4 � �
a
c o v m
m o v M
a 3 �
3 = o in
M
T O I � O
� rn m co
N
N
�
'6 N
'O C
Q O
� N �
2
R w � X
N O H LL
a
-o �
� �
��
a o,�
� �
0
N N N
� N N N
�
> � m
> V � � N
�Ne
0
V 7 lL H
^L O S y y �
a> a�
N C a' R R jp
m m c� �0
.Q .Q
E � c.i "
a a �, Z �Z 'o
7 7 R N N�
wwaww5
0
� N
C G7 N
.� C7 y�
IcC R
G �
N m
�
0
0
0
C V �
�' v
O
j� e3
U —
v o
U N N
7 m
� O o
c > �
— ` <»
in a
o a
� o0
y C � o
` y rn o
rn o
y � o
d rn o
d ai o
rn o
� o 0
� O
d � W �
� C. � O V
JUQ �e»
I� O
Y � o
c
Q O
� � N m rn
� � R o v
d oo��,
Q Q U)
� O O
N
� � o rn
� 0 W �
� � � �
�a
Q
c
G7 �
C � � N
N �
� Z
Q
r
�
� �
� c �
� 7 ui
d � �
i
Qa
O
.J
O
N
� c c
� ��
� o0
� M M
�N
�
0
0
v
v
N
W
0
N
r
�
N
7
M
�
�
�
0
�
N
�
�
�
N
_
�
N
L
�
N
r
O
H
�
r
�
v
�
ro
�
rn
�
d
a
�
�
�
r
i
d
L
a
L
d
i
�
�;
�: �
� :�
G r`J
01 O
� r-I
`� U
�
ii
I�
i]
P.'
E
O
�
C
�3
:�]
�
�
v
u
iJ
I�
��
FORTWORTH
ATTACHMENT "D"
PROJECT SCHEDULE
A. ENGINEER Project Schedule Development
ENGINEER shall prepare a project schedule for the services to be provided in fulfilling
the requirements of the Agreement and encompassing the Scope of Work defined in
Attachment A to the Agreement.
ENGINEER shall prepare and maintain project schedule throughout the life of the project
as defined in the Agreement in compliance with the City's Specification 00 31 15 entitled
Engineer Project Schedule.
ENGINEER's project schedule will follow the Critical Path Methodology (CPM) for
planned sequencing of the work activity and timing of the work.
B. Schedule "Tier" Selection
City has identified three "Tier" levels for project schedules as defined in City's
Specification 00 31 15, to align with the size and complexity of the project as a basis for
schedule development. City's Project Manager will determine the "Tier" level for the
ENGINEER's project schedule as part of the negotiation of the Agreement.
C. Project Baseline Schedule
ENGINEER will produce an initial project schedule and submit as a"baseline" for review
and acceptance by City's Project Manager as defined in City's Specification 00 31 15
which will be referred to as the Project Baseline Schedule. Updates to the baseline
schedule follow the requirements of City's Specification 00 31 15.
D. Project Progress Schedule
ENGINEER will provide to the City, monthly updates to their project schedule indicating
progress of the Work in compliance with the requirements of City's Specification 00 31
15 and said schedule will be referred to as the Project Progress Schedule.
E. Master Project Schedule
City will develop and maintain a master project schedule for the overall project.
ENGINEER's project baseline and progress schedule submittals will be an integral part
of the development and updating process of City's Master Project Schedule.
City Of FOrt WOrth, Texas Cantrell Sansom Roadway Widening
Attachment D c2tv 10221�
Revision Date: 07.20.2018
Page 1 of 2
102217-EPAM-Cantrell Sansom - B&N Design
Amend ment #2
Final Audit Report
2025-02-13
Created: 2025-02-13
By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
Status: Filled
Transaction ID: CBJCHBCAABAAt2sPolya3e0KwAwIIkYEirqjWt3hekB
"102217-EPAM-Cantrell Sansom - B&N Design Amendment #2"
H istory
�:� Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
2025-02-13 - 3:43:45 PM GMT- IP address: 204.10.91.100
^-�� Document emailed to Jessica Rodriguez (jessica.rodriguez@fortworthtexas.gov) for filling
2025-02-13 - 3:45:25 PM GMT
�`_' Email viewed by Jessica Rodriguez (jessica.rodriguez@fortworthtexas.gov)
2025-02-13 - 4:46:54 PM GMT- IP address: 204.10.90.100
��a Form filled by Jessica Rodriguez (jessica.rodriguez@fortworthtexas.gov)
Form filling Date: 2025-02-13 - 4:47:08 PM GMT - Time Source: server- IP address: 204.10.90.100
� Agreement completed.
2025-02-13 - 4:47:08 PM GMT
���� 1'1'd�i��'iy Pawered by
� Adohe
Acrobat 5ign
F�RT`��RTH�,
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: Cantrell Sansom — B&N Design Amendment #2
M&C: N/A CPN: 102217
Date: 2/4/2025
�
�
�
�
�
�
�
�
:
�
�
Name
Jessica Rodriguez
Mitch Aiton
Raul Lopez
Lissette Acevedo
Patricia L. Wadsack
Lauren Prieur
Doug Black
Jesica McEachern
Jannette Goodall
TPW Contracts
CSO: 53330
Department
TPW - Review
TPW - Approval
TPW — Approval
TPW — Approval
TPW — Approval
TPW — Approval
Legal — Signature
CMO — Signature
CSO - Signature
Initials
�
'n vc��
�� ��
„„
�� ,�
„„
�
.
�,�F����.,��
DOC#: N/A
Date Out
Feb 13, 2025
Feb 24, 2025
Feb 26, 2025
Feb 26, 2025
CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW
Contracts
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all
City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES �No
ROUTING TO CSO: �YES ❑No
NEXT DAY: ❑YES �No
Action Required: ❑ Attach Signature, Initial and Notary Tabs
❑ As Requested
� For Your Information
� Signature/Routing and or Recording
� Comment
❑ File
Return To: Please notify TPWContracts(a�fortworthtexas.�ov for pickup when complete. Call ext.
7233 or ext. 8363 with questions. Thank you!