Loading...
HomeMy WebLinkAboutContract 63028CSC No. 63028 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 Pape -Dawson Engineers, LLC, authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Eastside Transmission Main in Beach Street — Project No. 105720. 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 $1,214,684.00 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 Eastside Transmission Main in Beach Street Standard Agreement for Engineering Related Design Services 105720 Revised Date: 12-08-2023 OFFICIAL RECORD Page 1 of 15 CITY SECRETARY FT. WORTH, TX Article IV Obligations of the Engineer A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The ENGINEER shall perform its services: (1) with the professional skill and care ordinarily provided by competent engineers practicing under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. C. Designation of Engineer's Personnel (1) The ENGINEER and CITY shall agree upon the designation of the ENGINEER's "Project Manager" prior to starting work on contract. (2) ENGINEER shall inform CITY in writing of a proposed change to their designated project manager prior to making the change or immediately upon receiving notification that the designated project manager is separating employment with the ENGINEER. (3) ENGINEER shall provide resumes to the CITY of the proposed replacement project manager(s), who shall have similar qualifications and experience as the outgoing person, for review and approval. D. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. City of Fort Worth, Texas Eastside Transmission Main in Beach Street Standard Agreement for Engineering Related Design Services 105720 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 Eastside Transmission Main in Beach Street Standard Agreement for Engineering Related Design Services 105720 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 Eastside Transmission Main in Beach Street Standard Agreement for Engineering Related Design Services 105720 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 Eastside Transmission Main in Beach Street Standard Agreement for Engineering Related Design Services 105720 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 Eastside Transmission Main in Beach Street Standard Agreement for Engineering Related Design Services 105720 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 Eastside Transmission Main in Beach Street Standard Agreement for Engineering Related Design Services 105720 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 Eastside Transmission Main in Beach Street Standard Agreement for Engineering Related Design Services 105720 Revised Date: 12-08-2023 Page 8 of 15 (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third -party beneficiary rights under this Agreement. (4) Nothing contained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. J. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. City of Fort Worth, Texas Eastside Transmission Main in Beach Street Standard Agreement for Engineering Related Design Services 105720 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 Eastside Transmission Main in Beach Street Standard Agreement for Engineering Related Design Services 105720 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 Eastside Transmission Main in Beach Street Standard Agreement for Engineering Related Design Services 105720 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 Eastside Transmission Main in Beach Street Standard Agreement for Engineering Related Design Services 105720 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 Eastside Transmission Main in Beach Street Standard Agreement for Engineering Related Design Services 105720 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 Eastside Transmission Main in Beach Street Standard Agreement for Engineering Related Design Services 105720 Revised Date: 12-08-2023 Page 14 of 15 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: CITY OF FORT WORTH opk�l Jesica McEachern Assistant City Manager Date: 03/28/2025 ATTEST: Jannette Goodall City Secretary BY: ENGINEER Pape -Dawson Engineers, LLC A-� __J "_ John Reidy, P.E. Managing Prinicpal a4F FRT46 00000O �a °-Id0O Date: March 19, 2025 a°anEXAsoap APPROVAL RECOMMENDED: C&4k n H11.1- r By:Christopher Har6ler (Mar 21, 2025 10:03 CDT) Christopher Harder, P.E. Director, Water Department APPROVED FORM AND LEGALITY By: Douglas Black (Mar 24, 202510:32 CDT) M&C No.: 25-01 61 Douglas W Black Sr. Assistant City Attorney Contract Compliance Manager: M&C Date: February 25t", 2025 Form 1295 No.: 2025-1261552 By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting require ents. OFFICIAL RECORD LiarKConlon CITY SECRETARY Project Manager FT. WORTH, TX City of Fort Worth, Texas Eastside Transmission Main in Beach Street Standard Agreement for Engineering Related Design Services 105720 Revised Date: 12-08-2023 Page 15 of 15 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 ATTACHMENT A Scope for Enqineerinq Desiqn Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Plan Submittal Checklists 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 City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 1.2. Communications and Reporting • Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct review meetings with the CITY at the end of each design phase • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Water Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly 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 • 15 MWBE reports will be prepared • 4 meetings with city staff • 15 monthly water department progress reports will be prepared • 15 monthly project schedule updates will be prepared DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 2 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 F. Monthly M/WBE Report Form and Final Summary Payment Report Form G. Plan Submittal Checklists (See Task 9) TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Study the project, ■ Identify and develop alternatives that enhance the system, ■ Present (through the defined deliverables) these alternatives to the CITY ■ Recommend the alternatives that successfully addresses the design problem, and ■ Obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • 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. Geotechnical Investigations • ENGINEER shall advise the CITY of test borings and other subsurface investigations that may be needed for the project. If the CITY determines that such borings or investigations are needed, then the ENGINEER shall work with the CITY and CITY's geotechnical consultant to draw up specifications for such testing program. The cost of such testing will be paid for by the CITY. 2.3. Fire Line Reconnection • No Fire Line reconnection is expected for this project 2.4. The Conceptual Design Package shall include the following: • Cover Sheet City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 3 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 • Graphic exhibits and written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept. • Proposed phasing of any water and sanitary sewer work that is included in this project documented in both the project schedule and narrative form. • Documentation of key design decisions. • Estimates of probable construction cost. ASSUMPTIONS • 13 Geotechnical borings are expected for this project. • 2 copies of the conceptual design package (30% design) will be delivered. Report shall be letter sized and comb- bound with a clear plastic cover. Drawings will be 11x17 size fold outs bound in the report • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw • ENGINEER shall prepare the meeting minutes of the Concept Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Package TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument #8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 4 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MSIN IN BEACH STREET CITY PROJECT NO.: 105720 • Overall proiect easement lavout sheet(s) with property owner information. Overall proiect water and/or sanitary sewer lavout sheets. The water layout sheet shall identify the proposed water main improvement/ existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. • Overall water and/or sanitary sewer abandonment sheet. • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. • Bench marks per 1,000 ft of plan/profile sheet — two or more. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Plan and profile sheets which show the following: proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, manholes, existing meter numbers and sizes that are to be replaced, existing sample locations, existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or 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 - City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 5 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 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 water line installation and sewer rehabilitation or replacement that are not already included in the D-section of the CITY's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. 3.2. 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. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. Utility Clearance The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in E-Builder for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 6 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 3.5. Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's website. The typicals need not be sealed individually, if included in the sealed contract documents. • 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. ASSUMPTIONS • 3 public meeting(s) will be conducted or attended during the preliminary design phase. • 13 borings at an average bore depth of 15 feet each will be provided. • Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an additional 14 project specific traffic control sheets will be developed for Preliminary Desiqn (60%) • 2 sets of 22"X34" size plans will be delivered for the Constructability Review. • 4 sets of 11 "X17" size plans will be delivered for the Preliminary Design (60% design). • 2 sets 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 E-Builder. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • 2 sets of 11X17 size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. Utility Clearance drawings C. Traffic Control Plan D. Storm Water Pollution Prevention Plan E. Estimates of probable construction cost City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 7 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 F. Data Base listing names and addresses of residents and businesses affected by the project. TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • CITY project manager shall consolidate all Final Design comments from various CITY staff into one Excel workbook that will be provided to ENGINEER. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • 2 sets of 22"X34" size drawings and 5 sets of 11 "X17" size drawings and 2 specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • 2 sets of 22"X34" size drawings and 2 specifications will be delivered for the 100% Design package. • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • Plans and specifications will be submitted as one (1) set to include both water and sewer. • [Engineer to provide estimated final sheet list (cover/index, general notes, control point location, easement layout, SUE plan sheets, no. of plan/profiles, special detail sheets, etc.)] City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 8 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 Initial Sheet Estimate included below: • (1) Cover Sheet • (2) General Construction Notes • (2) Shutdown and Sequencing Notes • (1) Project Legend • (1) Overall Location Map • (5) Control Sheets • (38) Water Plan and Profile Sheets • (14) Sanitary Sewer Plan and Profile Sheets • (2) Bypass Plan Sheets • (4) General Detail Sheets • (10) Water Detail Sheets • (4) Sanitary Sewer Detail Sheets • (2) Tunnel Detail Sheets • (3) Paving Detail Sheets • (8) Erosion Control Plan Sheets • (1) Overall Detour Plan Sheet • (14) Traffic Control Plan Sheets • (3) Streambank Protection Sheets • (1) Corrosion Monitoring Sheets DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows 5.1. Bid Support City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 9 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 • The ENGINEER shall upload all plans and contract documents onto E-Builder for access to potential bidders. • Contract documents shall be uploaded in a .xls file. Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to E-Builder in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. 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 Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw 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 Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings 1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 10 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Sinqular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053—org3.pdf and K-0320—org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755—org18.pdf Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in Buzzsaw. 2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name — "W-1956_SHT01.dwg", "W- 1956_SHT02.dwg", etc. II. Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name — "X- 12155_SHT01.dwg", "X-12755_SHT02.dwg", etc. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 11 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 • 2 sets of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. 2 sets of 22"X34" size and 8 sets of 11 "X17" size drawings plans and 5 specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to E-Builder. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents (conformed, if applicable) TASK 6. CONSTRUCTION PHASE SERVICES (PROVIDED AT A FUTURE DATE AS ADDITIONAL SERVICES). ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre -construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list 6.2 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As -Built Survey o Red -Line Markups from Contractor City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 12 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 o Red -Line Markups from City Inspector o Copies of Approved Change Orders o Approved Substitutions • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red -lined drawings shall be returned to the CITY with the mylars. 2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Sinqular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_rec47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "47" shall be the total number of sheets in this file. Example: W-0053_rec3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667_rec36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "36" shall be the total number of sheets in this file. Example: X-12755_rec18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in Buzzsaw. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 13 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 ASSUMPTIONS • RFI's are assumed. • Change Orders are assumed • One copy of full size (22"x34") mylars will be delivered to the CITY. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings on Mylar TASK 7. 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. 7.1. Right -of -Way Research • The ENGINEER shall determine rights -of -way, easements needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. 7.2. Right-of-Way/Easement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The ENGINEER shall 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 Buzzsaw site. 7.3. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare and submit Temporary Right of Entry documents for landowners to CITY PM for real property acquisition. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are directly affected by the project and no easement is required to enter their property. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's E-Builder site. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 14 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 ASSUMPTIONS 4 Easements or right-of-way documents will be necessary. 10 Temporary right -of -entry 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. DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. B. Temporary Right of Entry Letters TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • The minimum survey information to be provided on the plans shall include the following: A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: — The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 15 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 - 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. 8.2. Temporary Right of Entry Preparation and Submittal • Prior to entering property, the ENGINEER shall prepare and submit Temporary Right of Entry for landowners to CITY PM. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • Topographic survey at intersection will include no more than 100 ft. in each direction. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. TASK 9. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMEN-S Traffic Traffic Traffic Street Water Control Control Control "A" Traffic Storm Storm Lights /Sewer Traffic 30% 60% 90% Attachment Signal Water Water (Submit (Submit Engineering Type (Submit All 30% 60% All @ All @ (Submit All @ 30%) 30% 60%) @ 60%) Required for all work in City ROW Street X X X X X* X X X X Storm Water X X X X X Water / Sewer X X X X City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 16 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 *If included in street project ASSUMPTIONS • Not Applicable DELIVERABLES • ENGINEER will provide checklist following the format provided above. ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existinq Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: Negotiation of easements or property acquisition including temporary right -of -entries. Services related to development of the CITY's project financing and/or budget. • 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 • Design phase public meetings • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services related to submitting for permits (ie.TxDOT, railroad, etc...) • Services related to Subsurface Utility Engineering Levels A, B, C or D • Services related to Survey Construction Staking City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 17 of 18 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE TRANSMISSION MAIN IN BEACH STREET CITY PROJECT NO.: 105720 • Services related to acquiring real property including but not limited to easements, right- of-way, and/or temporary right -of -entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Construction Shop drawing review, samples and other submittals submitted by the contractor. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 18 of 18 ATTACHMENT B COMPENSATION Design Services for Eastside Transmission Main in Beach Street City Project No. 105720 Lump Sum Project Compensation A. The ENGINEER shall be compensated a total lump sum fee of $1,214,684.00 as summarized in Exhibit B-1 — Engineer Invoice and Section IV — Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department, monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 1 of 3 AM ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Prime Consultant Pape -Dawson Design Services Engineers, LLC Proposed MWBE Sub -Consultants ETTL Engineers & Geotechnical Consultants, Inc Yellow Rose Mapping Subsurface Utility Engineering LLC (SUE) Yellow Rose Mapping Survey LLC Yellow Rose Mapping Easement LLC Non-MWBE Consultants TBD Cathodic Protection Project Number & Name 105720 North Beach Street Parallel 42- inch Transmission Main City MWBE Goal = 15 % City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 2 of 3 Fee Amount $882,360.00 73 $49,374.00 4 $95,450.00 8 $137,500.00 11 $15,000.00 1 $35,000.00 3 TOTAL $1,214,684.00 100% Total Fee MWBE Fee MWBE % $1,214,684.00 $297,325.00 24% Consultant Committed Goal = 15 % AM EXHIBIT "13-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 3 of 3 AM Professional Services Invoice Project Manager: Liam Conlon Summary Project: I Eastside Transmission Main in Beach Street City Project #: 1105720 1 City Sec Number: Company Name: Pape -Dawson Engineers, LLC Supplier's PM: 1Greg Vaughn 1 Supplier Invoice #: I I Payment Request #: I I Service Date:From I I Service Date:To I I Invoice Date: I I Supplier Instructions: Fill in green cells including Invoice Number, From and To Dates and the included worksheets. When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the Consultant folder within Project's folder. email: avauahnna DaDe-dawson.com I Office Address 201 Main Street, Suite 901, Fort Worth, TX 76102 Telephone: 1817-870-3668 1 Fax: I I Remit Address:IP.o. Box 1577, San Antonio, TX 78296 Agreement LTD Agreement Amendment Amount to Completed Percent ($) Invoiced Current Remaining Sheet FID and Work Type Description Amount Amount Date Amount Spent Previously Invoice Balance Work Type 1 Water $1,118,094.00 $1,118,094.00 $1,118,094.UU Work Type 2 Sanitary Sewer $96,590.00 $96,590.00 $96,590.00 Work Type 3 Work Type 4 Work Type 5 Work Type 6 Totals This Invoice $1,214,684.00 $1,214,684.00 $1,214,684.00 Overall Percentage Spent: Professional Services Invoice Project Manager: Liam Conlon Project: Eastside Transmission Main in Beach Street City Project #: 105720 Work Type Desc: lWater Supplier Instructions: FID: City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Quanities Purchase Order: When your Invoice is complete, save and close, start B—saw and Add your invoice to the Consultant folder within Project's folder. Company Name- Pape -Dawson Engineers, LLC Supplier's PM: Greg Vaughn Supplier Invoice #: Payment Request#: Service Date:From Service Date:To Invoice Date: Pay Items 31 -Design Description Totals This Unit: email: gvaughn@pape-dawson.com Office Address: 201 Main Street, Suite 901, Fort Worth, TX 76102 Telephone: 817-870-3668 Fax: Remit P.O. Box 1577, San Antonio, TX 78296 Agreement LTD Agreement Amendment Amendment Amount to Completed Amount Number Amount Date Amount $1,118,094.00 $1,118,094.00 $1, 118,094.00 $1, 118,094.00 Overall Percentage Spent: Percent ($) Invoiced Spent Previously Current Invoice Remaining Balance $1,118,094.00 $1, 118,094.00 Professional Services Invoice Project Manager: Liam Conlon Project: Eastside Transmission Main in Beach Street City Project #: 105720 Work Type Desc: ISanitary Sewer Supplier Instructions: FID: City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Ouanities 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 Name' Pape -Dawson Engineers, LLC Supplier's PM: Greg Vaughn Supplier Invoice #: Payment Request#: Service Date:From Service Date:To Invoice Date: Pay Items 32 - Design Description Totals This Unit: email: gvaughn@pape-dawson.com Office Address:201 Main Street, Suite 901, FortWorth, TX 76102 Telephone: 817-870-3668 Fax: Remit P.O. Box 1577, San Antonio, TX 78296 Agreement LTD Agreement Amendment Amendment Amount to Completed Amount Number Amount Date Amount $96,590.00 $96,590.00 $96,590.00 $96,590.00 Overall Percentage Spent: Percent ($)Invoiced Spent Previously Current Remaining Invoice Balance $96,590.00 $96,590.00 Level Of Effort Task/Hour Breakdown Design Services for Eastside Transmission Main in Beach Street City of Fort Worth - PN 105720 City of Fort Worth - Water Department Labor (hours) Expense Total Task Task No. Task Descri tion p Managing Project Sr. Project Project Total Labor Cost Subconsultant Expense Sub VP Manager Engineer Engineer EIT CARD Admin SBE Non-SBE Travel Reproduction Cost Total Rate $40 $30 $22 var $15 $14 $120 �1.0 Project Management 1.0 44.0 6.0 84.0 124.0 - 110.0 $ 64,000 $ - $ - $ - $ - $ - $ 64,000 1.1 Managing the Team - - - - $ - $ - $ - $ - $ - $ - $ - 1.2 Communications and Reporting 1.0 40.0 6.0 60.0 100.0 - 110.0 $ 54,500 $ - $ - $ - $ - $ - $ 54,500 1.21 Pre -Design Kickoff Meeting 1.0 2.0 20 30 2.0 - 2.0 $ 3,000 $ - $ - $ - $ - $ - $ 3,000 1.2.2 Progress Meetings (18) - 18.0 2.0 22.0 60.0 - 32.0 $ 23,000 $ - $ - $ - $ - $ - $ 23,000 1 1.2.3 Prepare Monthly Progress Reports with Schedule (18) 9.0 2.0 18.0 18.0 20.0 $ 12,000 $ $ $ $ $ $ 12,000 1 1.2.4 Prepare Baseline Schedule 2.0 - 5.0 8.0 8.0 $ 4,000 $ $ $ $ $ $ 4,000 1 1.2.5 Prepare Monthly MBE/SBE Reports (24) 9.0 12.0 12.0 48.0 $ 12,500 $ $ $ $ $ $ 12,500 1.3 Coordinate with Other Agencies & Entities - 4.0 - 24.0 24.0 - - $ 9,500 $ - $ - $ - $ - $ - $ 9,500 j2.0 Route Analysis 2.0 9.5 7.0 26.0 36.0 40.0 12.0 $ 23,500 $ - $ - $ - $ - $ - $ 23,500 2.1 Route Analysis Concept Review 1.0 2.0 2.0 4.0 8.0 8.0 - $ 5,000 $ - $ - $ - $ - $ - $ 5,000 22 Route & Conflict Analysis - 5.5 30 140 20.0 16.0 8.0 $ 11,500 $ - $ - $ - $ - $ - $ 11,500 2.2.1 Preliminary Crossing Evaluation and Comparison - 4.0 2.5 6.0 12.0 16.0 - $ 7,000 $ - $ - $ - $ - $ - $ 7,000 1 2.2.2 Documentation of Key Decisions 0.5 - 4.0 4.0 - 8.0 $ 2,500 $ $ $ $ $ $ 2,500 1 2.2.3 Preliminary Opinion of Probable Cost 1.0 0.5 4.0 4.0 - - $ 2,000 $ $ $ $ $ $ 2,000 2.3 Prepare for, Attend, & Respond to Review Meeting 1.0 2.0 2.0 8.0 8.0 16.0 4.0 $ 7,000 $ - $ - $ - $ - $ - $ 7,000 j3.0 Conceptual (30%) Design 3.0 36.0 14.0 88.0 164.0 148.0 14.0 $ 83,500 $ $ - $ - $ 70 $ 77 $ 78,577 1 3.1 Data Collection - 12.0 - 28.0 44.0 48.0 - $ 23,000 $ - $ - $ - $ - $ - $ 18,000 1 3.1.1 Research Proposed Improvement Data 2.0 16.0 24.0 24.0 $ 11,000 $ $ $ $ $ $ 11,000 1 3.1.2 Identif and Obtain Existing Condition Data 2.0 4.0 12.0 12.0 $ 5,000 $ $ $ $ $ $ - 1 .1.1.3 Coordinate with Stakeholders (4 Meetings) 8.0 8.0 8.0 12.0 $ 7,000 $ $ $ $ $ $ 7,000 3.2 Conceptual Design Package 2.0 20.0 12.0 52.0 108.0 92.0 10.0 $ 53,500 $ - $ - $ - $ 50 $ 55 $ 53,555 1 3.2.1 Update/Modify 30% Design Drawings - 8.0 2.0 16.0 24.0 32.0 2.0 $ 14,500 $ $ $ $ 10 $ 11 $ 14,511 1 3.2.2 Develop Design Concept at Proposed Crossings (up to 12) 5.0 4.0 20.0 40.0 40.0 - $ 20,000 $ $ $ $ - $ - $ 20,000 A Big Fossil Crossing - 1.0 1.0 4.0 8.0 8.0 - $ 4,000 $ - $ - $ - $ - $ - $ 4,000 B 30" Gas Main Crossing - 1.0 0.5 4.0 8.0 8.0 - $ 4,000 $ - $ - $ - $ - $ - $ 4,000 1 C 820 Crossing 1.0 1.0 4.0 8.0 8.0 $ 4,000 $ $ $ $ $ $ 4,000 1 D 36"Concrete Main Crossing 1.0 0.5 4.0 8.0 8.0 $ 4,000 $ $ $ $ $ $ 4,000 E Sewer Interceptor - 1.0 1.0 4.0 8.0 8.0 - $ 4,000 $ - $ - $ - $ - $ - $ 4,000 3.2.3 Evaluation of Contractor Means & Methods - - 4.0 - - - - $ 1,000 $ - $ - $ - $ - $ - $ 1,000 3.2.4 Define Potential System Impacts - - - - - - - $ - $ - $ - $ - $ - $ - $ - 3.2 5 Evaluation of Real Property Requirements - 1.0 - 40 8.0 8.0 - $ 3,500 $ - $ - $ - $ - $ - $ 3,500 3.2.6 Documentation of Key Decisions - - - - 8.0 - - $ 1,500 $ - $ - $ - $ - $ - $ 1,500 1 3.2.7 Opinion of Probable Construction Cost 2.0 4.0 4.0 4.0 $ 3,000 $ $ $ $ $ $ 3,000 1 3.2.8 Prepare Conceptual Design Report - 4.0 2.0 8.0 24.0 8.0 8.0 $ 9,000 $ $ $ $ 20 $ 22 $ 9,022 1 3.2.9 30% Quality Control Review 2.0 - - - - $ 1,000 $ $ $ $ 20 $ 22 $ 1,022 3.3 Prepare for, Attend, & Respond to Review Meeting 1.0 4.0 2.0 8.0 12.0 8.0 4.0 $ 7,000 $ - $ - $ - $ 20 $ 22 $ 7,022 j4.0 Preliminary (60%) Design 6.0 85.0 55.0 232.0 402.0 454.0 24.0 228,000.0 84,375.0 - - 700.0 93,582.5 311,582.5 4.1 Environmental Assessment - 8.0 4.0 24.0 24.0 4.0 2.0 $ 12,500 $ - $ - $ - $ - $ - $ 12,500 4.2 Preliminary Design Package - 45.0 28.0 140.0 252.0 344.0 6.0 $ 137,500 $ - $ - $ - $ - $ - $ 137,500 4.2.1 Project Control Sheets - 2.0 - 2.0 8.0 16.0 - $ 4,500 $ - $ - $ - $ - $ - $ 4,500 4.2.2 Overall Easement Layout Sheets - 2.0 - 4.0 8.0 16.0 - $ 5,000 $ - $ - $ - $ - $ - $ 5,000 4.23 Overall Water Line Layout Sheets - 2.0 - 40 16.0 32.0 - $ 8,500 $ - $ - $ - $ - $ - $ 8,500 4.2.4 General Notes Sheets (Water,Sewsr, PACs) - 2.0 - 4.0 8.0 8.0 - $ 4,000 $ - $ - $ - $ - $ - $ 4,000 1 4.2.6 Plan and Profile Drawings - Distribution 7.0 5.0 34.0 56.0 112.0 $ 35,500 $ $ $ $ $ $ 35,500 1 A Plan and Profile - 820 Crossing - Permit 1.0 1.0 4.0 4.0 8.0 $ 3,500 $ $ $ $ $ $ 3,500 1 B Plan and Profile - 30" Gas Main - Permit 1.0 1.0 2.0 4.0 8.0 $ 3,000 $ $ $ $ $ $ 3,000 C Plan and Profile - Big Fossil Crossing - Permit - 1.0 1.0 4.0 8.0 16.0 - $ 5,000 $ - $ - $ - $ - $ - $ 5,000 D Plan and Profile - General - 4.0 2.0 24.0 40.0 80.0 - $ 24,000 $ - $ - $ - $ - $ - $ 24,000 4.2.7 Tunnel Design Plans & Details (up to 5) - 8.0 4.0 20.0 40.0 40.0 - $ 19,000 $ - $ - $ - $ - $ - $ 19,000 4.2.9 Tree Mitigation Plan - 2.0 - 4.0 8.0 24.0 2.0 $ 6,500 $ - $ - $ - $ - $ - $ 6,500 4.210 Access Management Sheets - 2.0 10 40 8.0 16.0 - $ 5,500 $ - $ - $ - $ - $ - $ 5,500 4.2.11 Erosion Control Plans and Details - 2.0 - 4.0 8.0 40.0 - $ 8,500 $ - $ - $ - $ - $ - $ 8,500 1 4.2.13 Construction Specifications 8.0 8.0 40.0 60.0 - $ 21,000 $ $ $ $ $ $ 21,000 1 4.2.14 Standard Details 4.0 2.0 4.0 8.0 16.0 $ 6,000 $ $ $ $ $ $ 6,000 1 4.2.15 Special Details 4.0 8.0 16.0 24.0 24.0 4.0 $ 13,500 $ $ $ $ $ $ 13,500 J %Complete Budget Remaining J $ 64,0001 o $ - o $ 54,500 o $ 3,000 o $ 23,000 o $ 12,000 I $ 4,000 $ 12,500 of $ 9,500 6 $ 23,500 o $ 5,000 o $ 11,500 o $ 7,000 o $ 2,500 o $ 2,000 o $ 7,000 6I $ 78,5771 o $ 18,000 o $ 11,000 o $ 7,000 o $ 53,555 o $ 14,511 o $ 20,000 o $ 1,000 o $ - o $ 3,500 o $ 1,500 o $ 3,000 o $ 9,022 o $ 1,022 o $ 7,022 e $ 311,5831 $ 12,500 $ 137,500 o $ 4,500 o $ 5,000 o $ 8,500 o $ 4,000 o $ 35,500 o $ 19,000 o $ 6,500 o $ 5,500 o $ 8,500 o $ 21,000 o $ 6,000 o $ 13,500 Task No. Task Description 1 4.3 Cathodic Protection Evaluation & Design 4.4 Geotechnical Engineering 4.5 Additional Stakeholder Coordination (3 Meetings) 46 Constructability Review 1 4.7 Utility Permitting Clearance 1 4.8 traffic Control Plans & TxDOT Permitting 1 4.9 Opinion Probable Construction Cost 1 4.10 Prepare for, Attend, & Respond to Review Meeting 1 4.11 Coordination and Permitting through USACE 1 411 Public Meeting for Project 5.0 Final Design (90%) and Final Construction Documents (100%) 5.1 Prepare and Submit Final Draft (90%) & Construction (100%) PS&E 5.1 1 5.1.2 90 % Final Design Meeting Prepare and Submit Final Draft (90%) PS&E a Project Control Sheets b Overall Easement Layout Sheets c Overall Water Line Layout Sheets d General Notes Sheets (Water,Sewer, PACS) f Plan and Profile Drawings - Distribution f.1 f.2 Plan and Profile - 820 Crossing - Permit jPlan and Profile - 30" Gas Main - Permit 0 fA Plan and Profile - Big Fossil - Permit Plan and Profile - General g Tunnel Design Plans & Details (up to 5) i Tree Mitigation Plan j Access Management Sheets k Erosion Control Plans and Details in Construction Specifications n Standard Details o Traffic Control Plans p Special Details p.1 5.1.3 Cathodic Protection Details Prepare and Submit Final (100%) PS&E 5.1.4 Engineer Opinion of Probable Construction Cost 5.1.5 TPW Coordination and Modifications 5.2 Prepare for, Attend, & Respond to Review Meetings 6.0 Bid Phase Services (1 Contract) 6.1 jBid Support and Tabulation 6.1.1 Sell Contract Documents I Maintain Plan Holders List 6.1.2 Attend Prebid Conference (Webexhn-person) 6.1.3 Receive Bidder Questions and Issue Addenda 6.1.4 Tabulate Bids and Recommend Award 6.2 Prepare and Issue Conformed Documents 7.0 Construction Phase Services (1 Construction Contract) 7.1 Construction Support 7.1 1 lAttend Preconstruction Conference 7.1.2 Prepare Exhibits and Attend Public Meetings (2) 7.1.3 Support Submittal Review and Response (50) 7.1.4 Maintain Submittal Log 7.1.6 Respond to Contractor Requests for Clarification (20) 7.1.7 Support Change Order Review (3) 7.1.8 7.2 Attend Final Project Walk Through Prepare and Submit Record Drawings Level Of Effort Task/Hour Breakdown Design Services for Eastside Transmission Main in Beach Street City of Fort Worth - PN 105720 City of Fort Worth - Water Department Lai-or(hours) Expense Total Managing Project Sr. Project Project EIT Total Labor Cost Subconsultanl CADD Admin Expense VP Manager Engineer Engineer SBE Non-SBE Travel Reproduction Cost Rates $400 $300 $220 $td $150 $14S $120 - 4.0 1.0 8.0 8.0 8.0 - $ 5,500 $ 35,000 $ - $ - $ - $ 38,500 $ - 4.0 1.0 4.0 8.0 8.0 - $ 5,000 $ 49,375 $ - $ - $ - $ 54,313 $ - 6.0 - 6.0 6.0 - - $ 4,000 $ - $ - $ - $ - $ - $ 4.0 2.0 20 - - - - $ 3,000 $ - $ - $ - $ - $ - $ - 2.0 8.0 16.0 32.0 40.0 - $ 16,000 $ - $ - $ - $ - $ - $ - 8.0 8.0 24.0 40.0 40.0 8.0 $ 21,500 $ - $ - $ - $ - $ - $ - 2.0 2.0 4.0 24.0 - 4.0 $ 6,000 $ - $ - $ - $ - $ - $ - 2.0 1.0 3.0 4.0 6.0 4.0 $ 3,500 $ - $ - $ - $ 200 $ 220 $ 1.0 6.0 1.0 8.0 16.0 20.0 4.0 $ 10,000 $ - $ - $ - $ - $ - $ 2.0 2.0 - 30 4.0 4.0 - $ 3,500 $ - $ - $ - $ 500 $ 550 $ 4.0 1 45.0 1 19.0 1 140.0 260.0 1 302.0 1 10.0 $ 172,500 $ - $ - $ - $ 400 $ 440 1 $ 3.0 43.0 19.0 136.0 256.0 1 298.0 1 10.0 1 $ 169,500 1 $ - $ - $ - $ 400 I $ 440 $ 1.5 _ 2.0 "n pan 40 innn 8.0 '- 1 4.0 I ten 1 9n $ 4,000 I u 1-nnn $ -1 I a $ -I I c $ -I I $ - I 11$ - $ 1.0 2.0 I - I 4.0 I 4.0 I 4.0 I - I $ 1.0 14.0 1 6.0 1 34.0 1 42.0 1 16.0 1 26.0 $ 7,000 $ $ 6,500 $ 3,500 $ $ 5,000 $ $ 7,500 $ $ 3,000 $ $ 5,000 $ $ 8,000 $ $ 2,000 $ $ 2,500 $ $ 0,500 $ $ 3,000 $ $ 7,000 $ $ $ 1$ 1$ �$ $ -I $ 2,000 $ 2,200 $ 0 Task Sub Total 44,000 59,313 4,000 3,000 16,000 21,500 6,000 3,720 10,000 4,050 17,000 5,000 1,000 3,500 7,500 3,500 16,500 7,000 6,500 13,940 5,000 7,500 3,000 2,200 1 $ 10,850 %Complete I Budget Remaining 0%1 $ 44,000 0%1 $ 59,313 0%1 $ 4,000 0%1 $ 3,000 0%1 $ 16,000 0%1 $ 21,500 0%1 $ 6,000 0%1 $ 3,720 0%1 $ 10,000 0%1 $ 4,050 0% $ 267,440 0% $ 264,440 0%1 $ 4,000 0%1 $ 133,000 $ 2,000 11 1$ 1,500 M0%-01/1 1$ 3,500 $ 2,000 0%1 $ 31,000 $ 17,000 $ 5,000 $ 1,000 $ 3,500 $ 7,500 $ 3,500 $ 16,500 $ 7,000 $ 13,940 $ 5,000 $ 7,500 $ 3,000 $ 28,850 $ 18,000 $ 2,000 $ 2,500 $ 10,500 $ 3,000 $ 10,850 Level Of Effort Task/Hour Breakdown Design Services for Eastside Transmission Main in Beach Street City of Fort Worth - PN 105720 City of Fort Worth - Water Department Labor (hours) Expense Total Task Task Description Subconsultant I Task No. Managing Project Sr. Project Project Total Labor Cost Expense Sub EIT CADD Adm!n %Complete Budget Remaining VP Manager Engineer Engineer SBE Non-SBE Travel Reproduction Cost Total Rates $400 $300 $220 var $150 $14 $120 8.0 ROW/Easement Services 4.0 4.0 14.0 22.0 20.0 $ 11,000 $ 15,000 $ - $ - $ - $ 16,500 $ 27,500 0% $ 27,500 BA Right -of -Way Research 2.0 8.0 6.0 $ 2,500 $ - $ - $ - $ 2,500 0% $ 2,500 1 8.2 Right-of-Way/Easement Preparation and Submittal (up to 10) 2.0 2.0 8.0 10.0 10.0 $ 5,500 $ 15,000 $ $ $ $ 16,500 $ 22,000 0%1 $ 22,000 1 83 Temporary Right of Entry Submittal (5) - 2.0 20 40 4.0 4.0 - $ 3,000 $ - $ - $ - $ - $ - $ 3,000 0%1 $ 3,000 9.0 Survey and Subsurface Utility Engineering Services 4.0 2.0 12.0 32.0 48.0 - $ 16,000 $ 221,950 $ - $ - $ - $ 244,145 $ 260,145 051 $ 260,145 9.1 Topographic Survey 2.0 8.0 16.0 16.0 $ 7,000 $ 126,500 $ - $ - $ - $ 139,150 $ 146,150 0% $ 146,150 9.1.1 Topographic Survey 2.0 8.0 16.0 16.0 $ 7,000 $ 126,500 $ - $ - $ - $ 139,150 $ 146,150 0%1 $ 146,150 9.1.2 Easements $ - $ - $ - $ - $ - $ - $ 0%1 $ - 92 Subsurface Utility Engineering (SUE) 2.0 20 40 16.0 32.0 $ 9,000 $ 95,450 $ - $ - $ - $ 104,995 $ 113,995 0%1$ 113,995 9.2.1 Level B SUE $ - $ 62,500 $ - $ - $ - $ 68,750 $ 68,750 0%1 $ 68,750 9.2.2 Level ASUE - - - - - $ - $ 8,350 $ - $ - $ - $ 9,185 $ 9,185 0%1$ 9,185 9.2.3 Survey/Traffic Control - - - $ - $ 24,600 $ - $ - $ - $ 27,060 $ 27,060 0%1 $ 27,060 10.0 Stream Crossing Services 3.0 12.0 36.0 56.0 48.0 - $ 31,000 $ - $ - $ - $ - $ - $ 26,500 0916 $ 26,500 10.1 Civil Design (2 creek crossings assumed) - 2.0 4.0 8.0 16.0 24.0 $ 9,000 $ - $ - $ - $ - $ - $ 9,000 0% $ 9,000 Structural Design (assumed both creek crossings will require 10.2 gabion walls) 1.0 4.0 16.0 16.0 24.0 $ 10,500 $ - $ - $ - $ - $ - $ 10,500 0% $ 10,500 1 10.3 Model Evaluation (assumed 2 creek crossings total) - - 2.0 8.0 16.0 - - $ 4,500 $ - $ - $ - $ - $ - $ 4,500 0%1 $ 4,500 1 10.4 Floodplain Permitting (assumed 2 creek crossings total) - - 4.0 12.0 24.0 - - S 7,000 $ - $ - $ - $ - $ - $ 7,000 0%1 $ 7,000 11.0 Additional Parks Coordination 01 0 01 0 01 01 $ - $ - $ - $ - $ - $ - $ #DIV/0! $ SUBTOTAL (WITHOUT ALLOWANCES) 17 245 125 666 1,138 1,076 196 $ 654,500 $ 321,325 $ $ $ 3,170 $ 356,945 $ 1,088,094 #DIV/01 $ 1,088,094 12.0 Allowances $ - $ - $ - $ - $ - E - $ 30,000 $ 30,000 12.1 Additional Design Services (As directed by City) - - - - - - - S - $ - $ - $ - $ - $ - $ 30,000 $ 30,000 TOTAL 17 245 125 666 1,138 1,076 196 $ 654,500 $ 321,325 $ $ $ 3,170 $ 356,945 $ 1,118,094 #DIV/01 1 $ 1,118,094 Project Slats Description Water Sewer Project Summary Water Line Footage 14,500 100% 31 - Conceptual Design (30%) 166,077.00 Total Hours 3,463 Sewer Line Footage 0 0% 32 - Preliminary Design (60%) 311:582.50 0 Total Labor $ 654,500 Total 14,500 100% 33 - Final Design (100%) $322,790.00 $0 Total Expense $ 356,945 42-Negotiations/Easements/Legal Fees $27,500.00 $0 MANSE Subconsultanf $ 321,325 (A) Total Fee $ 1,118,094 51- Preliminary Surve,l $260,145.00 $0 Non-M/WBE Subconsultanf $ - (B) Survey Fee $ 260,145 85 - Construction Services $0.00 $0 10% Sub Markup $ 32,133 (C) Total Fee (-) Survey Fee $ 857,949 1 Subtotal $1,088,094.50 $0 M/WBE Participation 28.7% 1 Total (w/o Additional Services( $1,oij,095 Total Project Cost $ 1,118,094 Water Fee 0% of C Sewer Fee 100% of C I Total (Including Additional Services) $1,118,095 857,949.0 $ 0 $ I M/WBESumma Ci�j's MNVBE Goa��J% 12.53% Consultant's M/WBE Commitments 14.0% Level Of Effort Task/Hour Breakdown Design Services for Eastside Transmission Main in Beach Street City of Fort Worth - PN 105720 City of Fort Worth - Water Department Task No. Task Description Rate Labor (hours) Managing Project Sr. Project Project EIT ADD Admin VP Manager Engineer Engineer $40 $30 $22 $18� $150 $1d $120 Total Labor Cost Expense Subconsultant SBE Non-SBE Travel Reproduction Total Expense Cost Task Sub Total %Complete Budget Remaining 1.0 Project Management $ - $ - $ - $ - $ - $ - $ #DIV/01 $ 1.1 1.2 Managing the Team Communications and Reporting - - - - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - S - $- $ #DIV/0! $ - 1.2.1 Pre -Design Kickoff Meeting - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - $ - $ - $ - $ - $ - S - $ - $ - $ - $ $ - $ - 0%I $ - 0%1 $ - 0%1 $ - $ - 0%1 $ - 0%1 $ - 1.2.2 Progress Meetings (12) $ - $ - $ - $ - $ - $ - 1.2.3 Prepare Monthly Progress Reports with Schedule (12) $ - $ - $ - $ - $ - $ - 1.2.4 Prepare Baseline Schedule $ - $ - $ - $ - $ - $ - 1.2.5 Prepare Monthly MBE/SBE Reports (12) $ - $ - $ - $ - $ - $ - 1.3 Coordinate with Other Agencies & Entities $ - $ - $ - $ - $ - $ - 2.0 Prelimina 60% Design 2.0 12.0 4.0 34.0 67.0 52.0 301500.0 700.0 770.0 31,970.0 0% $ 31,970 2.1 Preliminary Design Package 6.5 2.5 25.0 46.0 52.0 $ 23,500 $ - $ - $ - $ - $ - $ 23,500 o $ 23,500 2.1A Project Control Sheets 1.0 2.0 4.0 8.0 $ 2,500 $ - $ - $ - $ - $ - $ 2,500 0%1$ 2,500 2.1.2 Overall Sanitary Sewer Line Layout Sheets 1.0 1.0 2.0 4.0 $ 1,500 $ - $ - $ - $ - $ - $ 1,500 0%1$ 1,500 2.1.3 General Notes Sheets (Sewer, PACs) 1.0 2.0 8.0 $ 2,000 $ - $ - $ - $ - $ - $ 2,000 0%1 $ 2,000 2.1.4 Plan and Profile Drawings 1.0 4.0 8.0 24.0 $ 6,000 $ - $ - $ - $ - $ - $ 6,000 0%1 $ 6,000 2.1.5 Access Management Sheets 0.5 1.0 2.0 2.0 $ 1,000 $ - $ - $ - $ - $ - $ 1,000 0%1 $ 1,000 2.1.6 Erosion Control Plans and Details 1.0 2.0 2.0 $ 1,000 $ - $ - $ - $ - $ - $ 1,000 0%1 $ 1,000 2.1.7 Construction Specifications 0.5 8.0 8.0 $ 3,000 $ - $ - $ - $ - $ - $ 3,000 0%1$ 3,000 2.1 IStandard Details 1 1.0 1 1.01 4.0 1 8.0 8.0 $ 4,000 1 $ - $ - $ - $ - $ - $ 41000 0%1 $ 4,000 241 ISpecial Details 1.0 1.0 2.0 4.0 4.0 $ 2,500 $ - $ - $ - $ - $ - $ 2,500 0%1 $ 2,500 2.2 Additional Stakeholder Coordination (3 Meetings) - - - - - - $ - $ - $ - $ - $ - $ - $ - 2.3 Constructability Review - - - - - - - $ - $ - $ - $ - $ - $ - $ - 2.4 Utility Permitting Clearance - 0.5 - 2.0 2.0 - - $ 1,000 $ - $ - $ - $ - $ - $ 1,000 2.5 Opinion Probable Construction Cost - 1.0 0.5 1.0 3.0 - - $ 1,500 $ - $ - $ - $ - $ - $ 1,500 2.6 Prepare for, Attend, & Respond to Review Meeting - 2.0 1.0 2.0 2.0 - - $ 1,500 $ - $ - $ - $ 200 $ 220 $ 1,920 2.7 Public Meeting for Project 2.0 2.0 - 4.0 4.0 - - $ 3,000 $ - $ - $ - $ 500 $ 550 $ 4,050 0%I $ - 0%I $ - 0%1 $ 1,000 0%1 $ 1,500 0%1 $ 1,920 0%1 $ 4,050 3.0 Final Design (90%) and Final Construction Documents 100% 2.5 14.5 4.5 28.0 53.0 53.0 $ 30,500 $ - $ - $ - $ 400 $ 440 $ 31,340 0% $ 31,340 3.1 Prepare and Submit Final Draft (90%) & Construction (100%) PS&E 1.5 12.5 4.5 24.0 490 49.0 $ 27,500 $ - $ - $ - $ 400 $ 440 $ 28,340 -62% $ 28,340 3.1.1 90% Final Design Meeting 1.5 2.0 4.0 8.0 $ 3,500 $ - $ - $ - $ - $ - $ 3,500 0%1 $ 3,500 3.1.2 Prepare and Submit Final Draft (90%) PS&E 9.0 3.0 14.0 30.0 33.0 $ 17,500 $ $ $ $ $ - $ 17,500 0%1 $ 17,500 a Project Control Sheets 1.0 1.0 1.0 2.0 $ 1,000 $ - $ - $ - $ - $ - $ 1,000 0%1 $ 1,000 b Overall Sanitary Sewer Line Layout Sheets 1.0 1.0 2.0 2.0 $ 1,500 $ - $ - $ - $ - $ - $ 1,500 0%1$ 1,500 c General Notes Sheets (Sewer, PACs) 1.0 1.0 1.0 1.0 $ 1,000 $ - $ - $ - $ - $ - $ 1,000 0%1 $ 1,000 d Plan and Profile Drawings 2.0 2.0 6.0 16.0 $ 4,500 $ - $ - $ - $ - $ - $ 4,500 0%1 $ 4,500 f Access Management Sheets 1.0 2.0 2.0 $ 1,000 $ - $ - $ - $ - $ - $ 1,000 0%1 $ 1,000 j Erosion Control Plans and Details 1.0 2.0 2.0 $ 1,000 $ - $ - $ - $ - $ - $ 1,000 0%1 $ 1,000 k Construction Specifications 2.0 1.0 4.0 8.0 $ 3,000 $ - $ - $ - $ - $ - $ 3,000 0 .1 $ 3,000 m Standard Details 1.0 1.0 1.0 4.0 4.0 $ 2,000 $ - $ - $ - $ - $ - $ 2,000 0%1 $ 2,000 n Special Details 1.0 1.0 2.0 4.0 4.0 $ 2,500 $ - $ - $ - $ - $ - $ 2,500 0%1 $ 2,500 3.1.3 Prepare and Submit Final (100%) PS&E 0.5 2.0 4.0 8.0 - $ 2,500 $ - $ - $ - $ 400 $ 440 $ 3,340 0%1 $ 3,340 3.1A Engineer Opinion of Probable Construction Cost 0.5 1.0 2.0 4.0 $ 1,500 $ - $ - $ - $ - $ - $ 1,500 0%1$ 1,500 3.1.5 TPW Coordination and Modifications 1.0 1 2.0 1 3.0 1 8.0 $ 2,500 1 $ - $ - $ - $ - $ - $ 2,500 0%1 $ 2,500 3.2 Prepare for, Attend, & Respond to Review Meetings 1.0 2.0 - 4.0 4.0 4.0 - $ 3,000 $ - $ - $ - $ - $ - $ 3,000 0%� $ 3,000 Level Of Effort Task/Hour Breakdown Design Services for Eastside Transmission Main in Beach Street City of Fort Worth - PN 105720 City of Fort Worth - Water Department Task No. Task Description Rate Labor (hours) Managing Project Sr. Project Project EIT CADD Ad in VP Manager Engineer Engineer $40 $30 $22 $1ST $150 $1d $120 Total Labor Cost Expense Subconsultant SBE Non-SBE Travel Reproduction Total Expense Cost Task Sub Total %Complete Budget Remaining 4.0 Bid Phase Services 1 Contract 10.0 10.0 8.0 18.0 $ 91000 $ - $ - $ - $ 800 $ 880 $ 10,680 0 % $ 10,680 4.1 Bid Support and Tabulation 9.0 8.0 10.0 $ 6,000 $ - $ - $ - $ - $ - $ 6,000 071. $ 6,000 4.1.2 Sell Contract Documents I Maintain Plan Holders List 2.0 4.0 $ 1,000 $ - $ - $ - $ - $ - $ 1,000 0%1 $ 1,000 4.1.3 Attend Prebid Conference (Webex/in-person) 2.0 2.0 $ 1,000 $ - $ - $ - $ - $ - $ 1,000 0% 1 $ 1,000 4.1.4 Receive Bidder Questions and Issue Addenda 6.0 2.0 4.0 $ 3,000 $ - $ - $ - S - $ - $ 3,000 0% 1 $ 3,000 4.1.5 Tabulate Bids and Recommend Award 1.0 2.0 2.0 $ 1,000 $ - $ - $ - S - $ - $ 1,000 0%l $ 1,000 4.2 Prepare and Issue Conformed Documents - 1.0 2.0 8.0 8.0 $ 3,000 $ - $ - $ - S 800 $ 880 $ 4,680 0q $ 4,680 5.0 Construction Phase Services 1 Construction Contract 1.0 1.0 2.0 8.0 8.0 $ 8,000 $ - $ - $ - $ - $ - $ 8,000 0 % $ 8,000 5.1 Construction Support $ 4,500 $ - $ - $ - $ - $ - $ 4,500 0% $ 4,500 5.1.1 Attend Preconstruction Conference 2.0 2.0 $ 1,000 $ - $ - $ - $ - $ - $ 1,000 0%1 $ 1,000 5.1.2 Prepare Exhibits and Attend Public Meetings (1) 2.0 0.5 2.0 2.0 2.0 $ 2,000 $ - $ - $ - $ - $ - $ 2,000 0%1 $ 2,000 5.1.3 Support Submittal Review and Response (50) $ - $ - $ - $ - $ - $ - $ 0%1 $ - 5.1.4 Maintain Submittal Log $ - $ - $ - $ - $ - $ - $ 0 1 $ - 5.1.5 Conduct Semi -Monthly Site Visits $ - $ - $ - $ - $ - $ - $ 0 1 $ - 5.1.6 Respond to Contractor Requests for Clarification (20) $ - $ - $ - $ - $ - $ - $ 0% $ - 5.1.7 Support Change Order Review (3) $ - $ - $ - $ - $ - $ - $ 0 1 $ - 5.1.8 Attend Final Project Walk Through 2.0 2.0 2.0 $ 1,500 $ - $ - $ - $ - $ - $ 1,500 0 1 $ 1,500 5.2 Prepare and Submit Record Drawings - 1.0 1.0 2.0 8.0 8.0 - $ 3,500 $ - $ - $ - $ - $ - $ 3,500 0% J $ 3,500 6.0 Survey and Subsurface Utility Engineering Services 2,500 11,000 $ - $ - $ 12,100 $ 14,600 0 % $ 14,600 6.1 Topographic Survey $ 2,500 $ 11,000 $ - $ - $ - $ 12,100 $ 14,600 010 $ 14,600 6.1.1 Topographic Survey 2.0 4.0 8.0 $ 2,500 $ 11,000 $ - $ - $ - $ 12,100 $ 14,600 0%1$ 14,600 6.1.2 Easements $ - $ - $ - $ - $ - $ - $ 0%1 $ - 6.1.3 Subsurface Utility Engineering (SUE) $ - $ - $ - $ - $ - $ - $ 0 1 $ - 6.1.4 Level B SUE $ - $ - $ - $ - $ - $ - $ 0%1 $ - 6.1.5 Level A SUE $ - $ - $ - $ - $ - $ - $ 0 1 $ - 6.1.6 Survey/Traffic Control - - - - - - - $ - $ - $ - $ - $ - $ - $ - 0%J $ - SUBTOTAL WITHOUT ALLOWANCES 5 38 10 74 118 121 18 $ 80,500 $ 11,000 $ $ $ 1,900 $ 14,190 $ 96,590 �7� 1'.0 Allowances $ - $ $ $ $ - $ - $ 7.1 Additional Design Services (As directed by City) - - - - - - - $ - $ - $ - $ - $ - $ - S - TOTAL 5 38 10 74 118 121 18 $ 80,500 $ 11,000 .$ $ $ 1,900 $ 14,190 $ 96,590 #DIV/0! S 96,590 Project Stats Water Line Footage 0 0 Sewer Line Footage 5055 100 % Tota I 5,055 100 % Total Feel $ 96,590 Project Summary Total Hours 383 Total Labor $ 80,500 Total Expense $ 14,190 MIWBE Subconsultant $ 11,000 Non-M/WBE Subconsultant $ - 10% Sub Markup $ 1,100 MANSE Participation 11.4% Total Project Cost $ 96,590 MIWBE Summary Goal 12.53 Zj�MAYBE Consultants MCommitmen I 1 4.0% ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for EASTSIDE TRANSMISSION MAIN IN BEACH STREET City Project No. 105720 No changes to the Standard Agreement City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page I of I ID Task Name IDuranon I51a,t (Finish 1 WSM-6 W/SS Replacement 637 days Tue 4/1/25 Wed 9/8/27 2 Task 1- Project Management Iday Tue 4/1/25 Tue 4/1/25 3 Issue Notice to Proceed 1 day Tue 4/1/25 Tue 4/1/25 4 Kickoff Meeting w/ City 1 day Tue 4/1/25 Tue 4/1/25 5 Schedule -MWBE- Invoices - Progress Reporting Iday Tue 4/1/25 Tue 4/1/25 6 Task 2-Route Analysis 20 days Tue 4/15/25 Mon 5/12/25 7 Crossing at 820 Analysis - Endicott 3days Tue 4/15/25 Thu 4/17/25 8 Crossing at 820 Analysis- Beach St 3 days Fri 4/18/25 Tue 4/22/25 9 Crossing at Big Fossil analysis 2 days Wed 4/23/25 Thu 4/24/25 10 Crossing at 30" Gas Main Analysis 2 days Fri 4/25/25 Mon 4/28/25 11 Crossing at 36" Concrete Water Main Analysis 2 days Tue 4/29/25 Wed 4/30/25 12 Crossing at Sewer Interceptor Analysis 2 days Thu 5/1/25 Fri 5/2/25 13 Ex Alignments Site Visits & Prop Route Investigation1 day Mon 5/5/25 Mon 5/5/25 14 Alternative Design & Assumptions PER w/ OPCC 5 days Tue 5/6/25 Mon 5/12/25 15 Task 3-Conceptual Design (30 Percent) 81 days Mon 6/30/25 Mon 10/20/2S 16 Data Collection 20 days Mon 6/30/25 Fri 7/25/25 17 Design Survey 6 wks Mon 7/28/25 Fri 9/5/25 18 Submit 30%to City 1 day Mon 9/8/25 Mon 9/8/25 19 City Review and Comment 10 days Tue 9/9/25 Mon 9/22/25 20 Utility Review 30 days Tue 9/9/25 Mon 10/20/25 21 Design Review Meeting w/ City PM 1 day Tue 9/23/25 Tue 9/23/25 22 Task 4 - Preliminary Design (60 Percent) 51 days Wed 9/24/25 Wed 12/3/25 23 Preliminary Design Drawings and Specs 4 wks Wed 9/24/25 Tue 10/21/25 24 Submit 60%to City 1 day Wed 10/22/25 Wed 10/22/25 25 Geotechnical Evaluation 51 days Wed 9/24/25 Wed 12/3/25 26 City 60% Review and Comments 20 days Thu 10/23/25 Wed 11/19/25 27 Utility Review 30 days Thu 10/23/25 Wed 12/3/25 28 Public Meeting 1 day Thu 11/20/25 Thu 11/20/25 29 Task 5 - Final Design/Construction Documents (90 82 days Thu 11/20/25 Fri 3/13/26 and 100 Percent) 30 90%Design Drawings/Specs/OPCC 40 days Thu 11/20/25 Wed 1/14/26 31 Submit 90%to City Sday Thu 1/15/26 Thu 1/15/26 32 City 90% Review and Comments 20 days Fri 1/16/26 Thu 2/12/26 33 Utility Review 30 days Fri 1/16/26 Thu 2/26/26 34 90%Plan Meeting w/ City PM 1 day Fri 2/13/26 Fri 2/13/26 35 Address City Comments 5 days Mon 2/16/26 Fri 2/20/26 36 City Final Review 10 days Mon 2/23/26 Fri 3/6/26 37 Prepare Bid Set Drawings 5 days Mon 3/9/26 Fri 3/13/26 38 Task 6 - Bid Phase Services 30 days Wed 3/25/26 Tue S/5/26 39 Advertise 21 days Wed 3/25/26 Wed 4/22/26 40 Pre -Bid Meeting 1 day Thu 4/23/26 Thu 4/23/26 41 Issue Addenda (As needed) 6 days Fri 4/24/26 Fri 5/1/26 42 Bid Opening 1 day Mon 5/4/26 Mon 5/4/26 43 Review Bids - Bid Tabulations and Select 1 day Tue 5/5/26 Tue 5/5/26 Contractor 44 Task 7- Construction Phase Services 351 days Wed 5/6/26 Wed 9/8/27 45 Contract Execution 80 days Wed 5/6/26 Tue 8/25/26 46 Pre -construction Meeting Sday Fri 9/4/26 Fri 9/4/26 47 Public meeting 1 day Mon 9/7/26 Mon 9/7/26 48 Construction Notice to Proceed 1 day Tue 9/8/26 Tue 9/8/26 Construction Duration -Respond to RFI's & Change 112 mans Wed 9/9/26 Tue 8/10/27 so Record Drawings 21 days Wed 8/11/27 Wed 9/8/27 d5249 st Task 8-ROW/Easement Services 231 days Fri 11/21/25 Fri 10/9/26 Easement Addresses to City 1 day Fri 11/21/25 Fri 11/21/25 53 Right-of-Way/Easement Prep 15 days Mon 11/24/25 Fri 12/12/25 54 Appraisal 95 days Mon 12/15/25 Fri 4/24/26 55 COFW Easement Process 120 days Mon 4/27/26 Fri 30/9/26 Task9-survey and WE 60 days Tue 4/15/25 Mon 7/7/25 57 SUE 60 days Tue 4/15/25 Mon 7/7/25 L56 M Survey 54 days Tue 4/15/25 Fri 6/27/25 59 Task 10- Stream Crossing Services 9days Frill/21/25 Wed 12/3/25 P ATTACHMENT D Ha82. 2025 I Half I, 2026 ( Half 2, 2026 Half 1. 2027 ( Half 2.2027 go ATTACHMENT E Fa.. vie..:,uev»mv Nos vHxro Ras e.� r m, rarowi, __ onnz .uc: wR .,rau,�M.REaY P���oFn ar roocrEm�x�so,�.as��.o,En.,,.a��au.r,�v��e���T,s,anl�.��.�swr.,m �-.�mbmq. e 4AI,,f 8 - 10 a--. A western Center B bd �`•—"` II IIIII 1113m 9 I o a m uai N rn w o a .H'- o a m M p --1 8 N L rn 3 0 °o N I a Ln �h-o G II FJ> �• I DFIT o a a K i 4 6 "a i _ 10 01) SUndshe I Dr Q I� p I js �IUE_ _ oop 8f0 8 L A--. Z — — — --_ 8 6.6 CID 5 18 ,(1 ssoneuei a O I W pp Na A � N g 8 g 16 Me J Proposed 42" T n er 24 = E _ m _ _ ATTACHMENT E C ITY OPFORT � �WORTH heh' pn (3 sso,:) °1'a�jON p aueal'W I PAPE-DAWSON r ENGINEERS 201 MAIN STREET, ST801 FT. VV0RTH, TX T6102 81T 810.3668 1 6MS ENGINEERING FIRM # 40 ITEMS SURVEYING FIRM #10 02800 ATTACHMENT 7" CERTIFICATE OF INSURANCE Eastside Transmission Main in Beach Street City Project No.105720 City of Fort Worth, Texas Attachment F Client#: 1863504 PAPEDAWS2 ACORD, CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 2/24/2025 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Eric Kikalo USI Insurance Services NW CL1 PHONE 503 224-8390 610 362-8130 825 NE Multnomah, Suite 1500 _L-M No, ExU: (A/C, No): EA DRESS: eric.kikalo@usi.com Portland, OR 97232 INSURER(S) AFFORDING COVERAGE NAIC# 503 224-8390 INSURER A: National Fire Insurance Co. of Hartford 20478 INSURED INSURER B : Illinois Union Insurance Company 27960 Pape -Dawson Engineers, LLC Allied World 2000 NW Loop 410 INSURER c : Surplus Lines Insurance Co 24319 San Antonio, TX 78213 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR 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 INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A �( COMMERCIAL GENERAL LIABILITY 7012316633 02/28/2025 02/28/202 EACH OCCURRENCE $1,000,000 FYI CLAIMS -MADE OCCUR PREMISES(EaRENTED $1,000,000 MED EXP (Any one person) $15,000 PERSONAL&ADVINJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PR POLICY X1 JJECOT F LOC OTHER: A AUTOMOBILE LIABILITY 7012296190 X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED X X AUTOS ONLY AUTOS ONLY B UMBRELLA LIAB X OCCUR G48685596001 X EXCESS LIAB H CLAIMS -MADE DED I I RETENTION $RETENTION $ _ A WOKKERS COMPENSATION 7012316647 AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? � N / A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below C Prof Liab - 03145815 GENERAL AGGREGATE $2,000,000 (PRODUCTS - COMP/OPAGG $2,000,000 02/28/2025 02/28/202 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) 02/28/2025 02/28/202 EACH OCCURRENCE $5,000,000 IAGGREGATE $5,000,000 D2/28/2025 02/28/2020 X sEATUTE EER" E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE -POLICY LIMIT $1,000,000 02/28/2025 02/28/2026 $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The General Liability and Automobile Liability coverages include primary non-contributory additional insured coverage when required under written contract or written agreement as per attached endorsements. General Liability and Automobile Liability waiver of subrogation coverage is included per attached endorsements. Workers Compensation coverage includes waiver of subrogation coverage when required by written contract or (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City Of Fort Worth SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 100 Fort Worth Trail ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S48218768/M48218603 SACT DESCRIPTIONS (Continued from Page 1) agreement, per attached endorsement. Umbrella follows form to General Liability, Auto Liability and Employers Liability. 30-Day Notice of Cancellation. NAMED INSUREDS: Arborleaf Engineering & Surveying, Inc.; D2410 Partners, LP; Pape Dawson Munoz, LLC; Pape Dawson Charitable Foundation; Pape -Dawson Consulting Engineers Holdings, LLC; PD Management Holdco, LLC; Pape Dawson Engineers Holdings, Inc. Pape -Dawson Partners, LLP; Pape -Dawson Consulting Engineers, LLC DBA: Pape Dawson Engineers, Inc.; Pape -Dawson Engineers, LLC; VRRSP Consultants, LLC; Pape -Dawson Consulting Engineers, Inc. Employee 401 K Plan; Dowdey Anderson & Associates 401 K Plan; Pape -Dawson Consulting Engineers, Inc.; Employee Benefits Plan Trust; Dowdey, Anderson & Associates, LLC; Costello, LLC; Costello, Inc. 401 (K) Plan; Poulos & Bennett, LLC; Q. Grady Minor & Associates, P.A.; Q. Grady Minor and Associates, LLC; Maxwell Reddick & Associates, Inc.; Maxwell Reddick & Associates, LLC; Ragan -Smith Associates, Inc.; Ragan -Smith Associates, LLC; KSA Engineers, Inc.; BLOC Design -Build, LLC; Legacy Bear Properties, LLC; KSA Alliance, Inc.; Eberly & Associates, Inc. RE: Operations of the Named Insured. SAGITTA 25.3 (2016/03) 2 of 2 #S48218768/M48218603 CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10- 01 edition of CG2037; or B. additional insured coverage with "arising out of" language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide 0 such additional insured with: 0 A. coverage broader than required by the written contract; or 0 B. a higher limit of insurance than required by the written contract. N IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: CNA75079XX (10-16) Policy No: 7012316633 Page 1 of 2 Endorsement No: CONTINENTAL CASUALTY COMPANY Effective Date: 2/28/2025 Insured Name: Pape -Dawson Engineers, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA M ► /_\ :7_1011M lei11M Primary and Noncontributory Insurance Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self -insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (10-16) Page 2of2 CONTINENTAL CASUALTY COMPANY Insured Name: Pape -Dawson Engineers, LLC Policy No: Endorsement No: Effective Date: 7012316633 2/28/2025 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Waiver of Transfer of Rights of Recovery Against Others to the Insurer Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION WHOM THE NAMED INSURED HAS AGREED IN WRITING IN A CONTRACT OR AGREEMENT TO WAIVE SUCH RIGHTS OF RECOVERY, BUT ONLY IF SUCH CONTRACT OR AGREEMENT: 1.IS IN EFFECT OR BECOMES EFFECTIVE DURING THE TERM OF THIS COVERAGE PART; AND 2.WAS EXECUTED PRIOR TO THE BODILY INJURY, PROPERTY DAMAGE OR PERSONAL AND ADVERTISING INJURY GIVING RISE TO THE CLAIM. (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) Under COMMERCIAL GENERAL LIABILITY CONDITIONS, it is understood and agreed that the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended by the addition of the following: With respect to the person or organization shown in the Schedule above, the Insurer waives any right of recovery the Insurer may have against such person or organization because of payments the Insurer makes for injury or damage arising out of the Named Insured's ongoing operations or your work included in the products -completed operations hazard. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75008XX (10-16) Policy No: 7012316633 Page 1 of 1 Endorsement No: CONTINENTAL CASUALTY COMPANY Effective Date: 2/28/2025 Insured Name: Pape -Dawson Engineers, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Business Auto Policy Policy Endorsement 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Pape -Dawson Engineers, LLC Endorsement Effective Date: SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION THAT THE NAMED INSURED IS OBLIGATED TO PROVIDE INSURANCE WHERE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT IS AN INSURED,BUT ONLY WITH RESPECT TO LEGAL RESPONSIBILITY FOR ACTS OR OMISSIONS OF A PERSON/ORGANIZATION FOR WHOM LIABILITY COVERAGE IS AFFORDED UNDER THIS POLICY Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. Form No: CA 20 48 10 13 Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL 60606 Policy No:7012296190 Policy Effective Date: 2/28/2025 Policy Page: © Copyright Insurance Services Office, Inc., 2011 CNR WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) Business Auto Policy Policy Endorsement THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Pape -Dawson Engineers, LLC Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE TO THAT REQUIREMENT PRIOR TO LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. Form No: CA 04 44 10 13 Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL 60606 Policy No: 7012296190 Policy Effective Date: 2/28/2025 Policy Page: © Copyright Insurance Services Office, Inc., 2011 CNA Workers Compensation And Employers Liability Insurance Policy Endorsement TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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% 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: Refer to Schedule of Operations All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: WC 42 03 04 B (06-2014) Policy No: 7012316647 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 2/28/2025 Endorsement No: Policy Page: Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved CNA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non -Contributory To Additional Insured's Insurance 3. Additional Insured — Extended Coverage 4. Boats 5. Bodily Injury — Expanded Definition 6. Broad Knowledge of Occurrence/ Notice of Occurrence 7. Broad Named Insured 8. Contractual Liability — Railroads 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury — Exception for Reasonable Force 11. General Aggregate Limits of Insurance — Per Location 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability — Damage To Premises 16. Liquor Liability 17. Medical Payments 18. Non -owned Aircraft Coverage 19. Non -owned Watercraft 20. Personal And Advertising Injury — Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage — Elevators 23. Retired Partners, Members, Directors And Employees 24. Supplementary Payments 25. Unintentional Failure To Disclose Hazards 26. Waiver of Subrogation — Blanket 27. Wrap -Up Extension: OCIP, CCIP or Consolidated (Wrap -Up) Insurance Programs CNA74858XX (1 - 15) Policy No: Page 1 of 18 Endorsement No: CONTINENTAL CASUALTY COMPANY Effective Date: Insured Name: Pape -Dawson Engineers, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 7012316633 2/28/2025 CNA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through I. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A. through I. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co -owned by a Named Insured and covered under this insurance but only with respect to such co -owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Engineers, Architects or Surveyors Engaged By You An architect, engineer or surveyor engaged by the Named Insured, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by the Named Insured's acts or omissions, or the acts or omissions of those acting on the Named Insured's behalf: a. in connection with the Named Insured's premises; or b. in the performance of the Named Insured's ongoing operations. But the coverage hereby granted to such additional insureds does not apply to bodily injury, property damage or personal and advertising injury arising out of the rendering of or failure to render any professional services by, on behalf of, or for the Named Insured, including but not limited to: CNA74858XX (1-15) Page 2 of 18 CONTINENTAL CASUALTY COMPANY Insured Name: Pape -Dawson Engineers, LLC Policy No: Endorsement No: Effective Date: 7012316633 2/28/2025 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement the preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. supervisory, inspection, architectural or engineering activities. D. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. E. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. H. State or Governmental Agency or Subdivision or Political Subdivisions — Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this insurance; or CNA74858XX (1-15) Page 3 of 18 CONTINENTAL CASUALTY COMPANY Insured Name: Pape -Dawson Engineers, LLC Policy No: Endorsement No: Effective Date: V012316633 2/28/2025 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products -completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. 1. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products -completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. ADDITIONAL INSURED — EXTENDED COVERAGE When an additional insured is added by this or any other endorsement attached to this Coverage Part, WHO IS AN INSURED is amended to make the following natural persons Insureds. If the additional insured is: a. An individual, then his or her spouse is an Insured; b. A partnership or joint venture, then its partners, members and their spouses are Insureds; c. A limited liability company, then its members and managers are Insureds; or d. An organization other than a partnership, joint venture or limited liability company, then its executive officers, directors and shareholders are Insureds; CNA74858XX (1-15) Page 4 of 18 CONTINENTAL CASUALTY COMPANY Policy No: Endorsement No: Effective Date: V012316633 2/28/2025 Insured Name: Pape -Dawson Engineers, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Business Auto Policy Policy Endorsement ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Person Or Organization ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREEMENT TO NAME AS AN ADDITIONAL INSURED. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II - LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the policy remain unchanged This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No: CNA71527XX (10-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 13; Page: 1 of 1 Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 7012296190 Policy Effective Date: 2/28/2025 Policy Page: 85 of 289 ° Copyright CNA All Rights Reserved. CNA CNA PARAMOUNT General Aggregate Limit - Per Project Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. For each single construction or service project away from premises the Named Insured owns or rents, a separate Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: A. all damages under Coverage A, except damages because of bodily injury or property damage included in the products -completed operations hazard; and B. all medical expenses under Coverage C; that arise from occurrences or accidents which can be attributed solely to ongoing operations at that project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Project General Aggregate Limit applicable to any other project. II. All: A. damages under Coverage B, regardless of the number of locations or projects involved; B. damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single project, except damages because of bodily injury or property damage included in the products - completed operations hazard; and C. medical expenses under Coverage C, caused by accidents which cannot be attributed solely to ongoing operations at a single project, will reduce the General Aggregate Limit shown in the Declarations. III. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular project. IV. When coverage for liability arising out of the products -completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products -completed operations hazard will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of M projects involved. N V. If a single construction or service project away from premises owned by or rented to the Named Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, such project will still be deemed to be the same project. VI. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75061XX (1-15) Policy No: 7012316633 Page 1 of 1 Endorsement No: CONTINENTAL CASUALTY COMPANY Effective Date: 1 2/28/2025 Insured Name: Pape -Dawson Engineers, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, February 25, 2025 REFERENCE NO.: **M&C 25-0161 LOG NAME: 60EASTSWTMBEACH ST-PAPEDAWSON SUBJECT: (CD 2, CD 4 and Haltom City) Authorize Execution of an Engineering Agreement with Pape -Dawson Engineers, LLC in the Amount of $1,214,684.00 for the Eastside Transmission Main in Beach Street Project, Adopt Resolution Expressing Official Intent to Reimburse Expenditures from Proceeds of Future Debt Project and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of an engineering agreement with Pape -Dawson Engineers, LLC in the amount of $1,214,684.00 for Eastside Transmission Main in Beach Street project; 2. Adopt the attached resolution expressing Official Intent to Reimburse expenditures with proceeds of future enterprise fund debt for the Eastside Transmission Main in Beach Street project; and 3. Adopt the attached appropriation ordinance adjusting appropriations in the Water & Sewer Commercial Paper Fund by increasing appropriations in the Eastside Transmission Main in Beach Street project (City Project No. 105720) in the amount of $1,648,764.00 and decreasing appropriations in the Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize a contract with Pape -Dawson Engineers, LLC in the amount of $1,214,684.00 for the preparation of plans and specifications for Eastside Transmission Main in Beach Street project. Due to high water demand in North Fort Worth and our northern wholesale customers, it is necessary to construct the proposed Water main as part of the Holly Pressure to Eastside Pressure Transfer to meet expected water demands. The water main will extend from the proposed Holly to Eastside II Pump Station which will be located in the vicinity of Meacham Boulevard / North Beach Street intersection to the North Beach Street / Western Center Boulevard intersection. In addition to design for the new water transmission main, the proposed agreement will also provide design for replacement of approximately 5,125 linear feet of deteriorated sanitary sewer mains located on North Beach Street and Western Center Boulevard. In addition to the contract amount, $434,080.00 is required for project management, real property acquisitions, utility coordination, and material testing. This project will have no impact on the Water Department's operating budget when completed. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached reimbursement resolution. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds, but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (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: 60EASTSWTMBEACHST-PAPEDAWSON Capital project FY2025 CIP Budget Change Revised Fund Name Appropriations Authority (Increase/Decrease) FY2025 Name Budget Fund 105720- 56023 - Eastside W&S TM in $0.00 This M&C $1,648,764.00 $1,648,764.00 Commercial Beach Paper St Funding is budgeted in the Commercial Paper project within the W&S Commercial Paper Fund for the purpose of funding the Eastside Transmission Main in Beach Street project. Funding for the Eastside Transmission Main in Beach Street project depicted below: Fund Existing Appropriations Fund 56023 - W&S $0.00 Commercial Paper Project Total $0.00 Additional project Total* Appropriations $1,648,764.00 $1,648,764.00 $1,648,764.00 1$1,648,764.00 *Numbers rounded for presentation purposes. BUSINESS EQUITY OFFICE: The Business Equity Division placed a 12.60 percent business equity goal on this solicitation/contract. Pape -Dawson Consulting Engineers, LLC, will be exceeding the goal at 24.48 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 DISTRICTS 2, 4 and Haltom City. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the Commercial Paper project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the Eastside TM in Beach St project to support the above recommendations and execution of the agreement. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund' Department Account Project Program ctivity Budget Reference # Amount ID ID 1A Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: William Johnson (5806) Originating Department Head: Chris Harder (5020) Additional Information Contact: Liam Conlon (6824) ATTACHMENTS 1. 24-105720(RFQ Eastside Transmission Main -Beach Street)CM-NS.pdf (CFW Internal) 2. 60EASTSWTBEAC HST-PAPE DAWSON F I D Table (WCF 01.23.25).xlsx (CFW Internal) 3. 60EASTSWTMBEACHST-PAPEDAWSON fiin(iavail_rin_c� (CFW Internal) 4.60EASTSWTMBEACHST-PAPEDAWSON.pdf (Public) 5. Commercial Paper Balances as of 01.23.25.xlsx (CFW Internal) 6. Form 1295 Certificate 101317141 - san.pdf (CFW Internal) 7. ORD.APP 60 EASTSWTM BEACH ST-PAPEDAWSON 56023 A025(r3).docx (Public) 8. PBS CPN 105720.pdf (CFW Internal) 9. Res.60EASTSWTB EACH ST-PAP EDAWSON.docx (Public) 10. SAM.aov search Pape-Dawson.docx (CFW Internal) 60EASTSIDESWTBEACUST-PAPEDAWSON FID TABLE 2 and 3) 2 and 3) 1 2 and 3) 2 and 3) 2 and 3) 2 and 3) 2 and 3) 2 and 3) 2 and 3) 56023 0600430 5110101 105720 001430 9999 $181,280.00 Water Staff Cost 56023 0600430 5550102 105720 001430 9999 $4,000.00 Public Outreach 56023 0600430 5330500 105720 001430 9999 $1,118,094.00 Contract 56023 0600430 5310350 105720 001470 9999 $4,000.00 Utility Coordination 56023 0600430 5710010 105720 001440 9999 $80,000.00 Easement Acquisition 56023 0600430 5110101 105720 001440 9999 $10,000.00 Easement Acquisition 56023 0600430 5330500 105720 001440 9999 $5,000.00 Easement Acquisition 56023 0600430 5740010 105720 001480 9999 $5,000.00 Easement Acquisition 56023 0600430 5330500 105720 001484 9999 $90,640.00 Soil Lab Consultant 56023 0600430 5310350 105720 001484 9999 $22,660.00 Soil Lab TPW Staff 2 and 3) 56023 0700430 5110101 105720 001430 9999 $31,500.00 Water Staff Cost 1 56023 0700430 5330500 105720 001430 9999 $96,590.00 Contract 2 and 3) 56023 206000 105720 RETAIN Retainage Combo Code