HomeMy WebLinkAboutContract 63373CSC No. 63373
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL
SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home -rule municipality
("CITY"), and Kimley-Horn and Associates, Inc., authorized to do business in
Texas, ("ENGINEER"), for a PROJECT generally described as: Holly to Eastside II Pump
Station and Ground Storage Tank — Project No. 105718.
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 $1,702,260.00 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
Standard Agreement for Engineering Related Design Services
Revised Date: 12-08-2023
Page 1 of 15
Holly to Eastside II Pump Station and Ground Storage Tank
105718
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Article IV
Obligations of the Engineer
A. General
The ENGINEER will serve as the CITY's professional engineering
representative under this Agreement, providing professional engineering
consultation and advice and furnishing customary services incidental thereto.
B. Standard of Care
The ENGINEER shall perform its services:
(1) with the professional skill and care ordinarily provided by competent
engineers practicing under the same or similar circumstances and
professional license; and
(2) as expeditiously as is prudent considering the ordinary professional
skill and care of a competent engineer.
C. Designation of Engineer's Personnel
(1) The ENGINEER and CITY shall agree upon the
designation of the ENGINEER's "Project Manager" prior to starting work on
contract.
(2) ENGINEER shall inform CITY in writing of a proposed
change to their designated project manager prior to making the change or
immediately upon receiving notification that the designated project manager
is separating employment with the ENGINEER.
(3) ENGINEER shall provide resumes to the CITY of the
proposed replacement project manager(s), who shall have similar
qualifications and experience as the outgoing person, for review and
approval.
D. Subsurface Investigations
(1) The ENGINEER shall advise the CITY with regard to the necessity for
subcontract work such as special surveys, tests, test borings, or other
subsurface investigations in connection with design and engineering
work to be performed hereunder. The ENGINEER shall also advise the
CITY concerning the results of same. Such surveys, tests, and
investigations shall be furnished by the CITY, unless otherwise
specified in Attachment A.
City of Fort Worth, Texas Holly to Eastside II Pump Station and Ground Storage Tank
Standard Agreement for Engineering Related Design Services 105718
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 Holly to Eastside II Pump Station and Ground Storage Tank
Standard Agreement for Engineering Related Design Services 105718
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 Holly to Eastside II Pump Station and Ground Storage Tank
Standard Agreement for Engineering Related Design Services 105718
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 Holly to Eastside II Pump Station and Ground Storage Tank
Standard Agreement for Engineering Related Design Services 105718
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 respondeat superior shall not apply.
N. Disclosure
The ENGINEER acknowledges to the CITY that it has made full disclosure in
writing of any existing conflicts of interest or potential conflicts of interest,
including personal financial interest, direct or indirect, in property abutting the
proposed PROJECT and business relationships with abutting property cities.
The ENGINEER further acknowledges that it will make disclosure in writing of
any conflicts of interest that develop subsequent to the signing of this contract
and prior to final payment under the contract.
O. Asbestos or Hazardous Substances
(1) If asbestos or hazardous substances in any form are encountered or
suspected, the ENGINEER will stop its own work in the affected portions
of the PROJECT to permit testing and evaluation.
(2) If asbestos or other hazardous substances are suspected, the CITY may
request the ENGINEER to assist in obtaining the services of a qualified
subcontractor to manage the remediation activities of the PROJECT.
P. Permitting Authorities - Design Changes
If permitting authorities require design changes so as to comply with published
design criteria and/or current engineering practice standards which the
ENGINEER should have been aware of at the time this Agreement was
executed, the ENGINEER shall revise plans and specifications, as required,
City of Fort Worth, Texas Holly to Eastside II Pump Station and Ground Storage Tank
Standard Agreement for Engineering Related Design Services 105718
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 Holly to Eastside II Pump Station and Ground Storage Tank
Standard Agreement for Engineering Related Design Services 105718
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 Holly to Eastside II Pump Station and Ground Storage Tank
Standard Agreement for Engineering Related Design Services 105718
Revised Date: 12-08-2023
Page 8 of 15
(3) The CITY will include in each agreement it enters into with any other entity or
person regarding the PROJECT a provision that such entity or person shall
have no third -party beneficiary rights under this Agreement.
(4) Nothing contained in this Section H. shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER.
Litigation Assistance
The Scope of Services does not include costs of the ENGINEER for required
or requested assistance to support, prepare, document, bring, defend, or
assist in litigation undertaken or defended by the CITY. In the event CITY
requests such services of the ENGINEER, this AGREEMENT shall be
amended or a separate agreement will be negotiated between the parties.
J. Changes
The CITY may make or approve changes within the general Scope of
Services in this AGREEMENT. If such changes affect the ENGINEER's cost
of or time required for performance of the services, an equitable adjustment
will be made through an amendment to this AGREEMENT with appropriate
CITY approval.
Article VI
General Legal Provisions
A. Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT upon
receipt of a written Notice to Proceed from the CITY.
B. Reuse of Project Documents
All designs, drawings, specifications, documents, and other work products of
the ENGINEER, whether in hard copy or in electronic form, are instruments
of service for this PROJECT, whether the PROJECT is completed or not.
Reuse, change, or alteration by the CITY or by others acting through or on
behalf of the CITY of any such instruments of service without the written
permission of the ENGINEER will be at the CITY's sole risk. The CITY shall
own the final designs, drawings, specifications and documents.
City of Fort Worth, Texas Holly to Eastside II Pump Station and Ground Storage Tank
Standard Agreement for Engineering Related Design Services 105718
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 Holly to Eastside II Pump Station and Ground Storage Tank
Standard Agreement for Engineering Related Design Services 105718
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 Holly to Eastside II Pump Station and Ground Storage Tank
Standard Agreement for Engineering Related Design Services 105718
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 Holly to Eastside II Pump Station and Ground Storage Tank
Standard Agreement for Engineering Related Design Services 105718
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 Holly to Eastside II Pump Station and Ground Storage Tank
Standard Agreement for Engineering Related Design Services 105718
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 Holly to Eastside II Pump Station and Ground Storage Tank
Standard Agreement for Engineering Related Design Services 105718
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
op�
Jesica McEachern
Assistant City Manager
Date: 06/04/2025
BY:
ENGINEER
Kimley-Horn and Associates, Inc.
ItJohn Atkins, P.E.
Vice President
P D0OR4Qd Date:
05/23/2025
sp°a
ATTEST:
UPAQAQQQ QEXAsa#o
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
CGc�•��v��Gr,>� t�de�
By; Christopher Harder (May 27, 2025 08:54 CDT)
Christopher Harder, P.E.
Director, Water Department
APPROV�A�FORM AND LEGALITY
By: Douglas Black (May 27, 2025 17:24 CDT)
Douglas W Black
Sr. Assistant City Attorney
Contract Compliance Manager:
M&C No.: 25-0413
M&C Date: May 13th, 2025
Form 1295 No.: 2025-1246709
By signing, I acknowledge that I am the person responsible for the monitoring and
administration of this contract, including ensuring all performance and reporting
requirements.
0512312025
Farida Goderya, P.E.
Sr. Project Manager
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 12-08-2023
Page 15 of 15
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Holly to Eastside II Pump Station and Ground Storage Tank
105718
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATIONAND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
ATTACHMENT A
Scope for Enqineerinq Desiqn Related Services for Water Improvements
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP
STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
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
PROJECT UNDERSTANDING:
The ENGINEER will assist the City in the preparation of Construction Documents for a proposed
-35 million gallon per day (MGD) Eastside II Pressure Plane Pump Station and a --4 Million
Gallon (MG) Ground Storage Tank. ENGINEER will also assist with the identification, and
acquisition of the proposed pump station site, provide design services for a replacement
wholesale meter station for the existing Haltom City 1 delivery point and associated offsite
pipeline improvements, and required permitting and site entitlements to permit the construction
of the proposed pump station in accordance with City of Fort Worth development requirements.
Due to the unknown nature of the final pump station site, this scope of services does not include
several potential permitting/entitlement tasks which may be required to be amended into this
scope of services in a future amendment.
ENGINEER's Scope of Services is as follows:
Task 1. Design Management
Task 2. Site Selection
Task 3. Site Acquisition Assistance
Task 4. Conceptual Design (30%)
Task 5. Preliminary Design (60%)
Task 6. Final Design (90%)
Task 7. Construction Contract Documents (100%)
Task 8. Bid Phase Services
Task 9. Construction Phase Services - Additional Services
Task 10. Resident Project Representative Services -Additional Services
Task 11. Record Drawings Preparation - Additional Services
Task 12. ROW/Easement Services
Task 13. Survey and SUE Services
Task 14. Permitting
Task 15. Early Equipment Procurement Package - Additional Services
Task 16. Additional Services
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 1 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
TASK 1. DESIGN MANAGEMENT.
ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources.
ENGINEER shall:
• manage change,
• communicate effectively,
• coordinate internally and externally as needed, and
• proactively address issues with the CITY's Project Manager and others as necessary to
make progress on the work.
1.1. Managing the Team
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting
• Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and clarify
scope, understand CITY objectives, and ensure economical and functional designs that
meet CITY requirements
• Conduct review meetings with the CITY at the end of each project task and as required by
CITY (up to twelve).
• 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
• Coordinate with design teams for the supply line project (1-10-5) and the discharge pipeline
project (E2-2).
• Prepare Subconsultant agreements and coordinate with Subconsultants throughout the
design, bidding, award and construction.
• 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.
• Prepare for and attend public meeting (one).Personnel and Vehicle Identification: When
conducting site visits to the project location, the ENGINEER or any of its sub -consultants
shall carry readily visible information identifying the name of the company and the company
representative.
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 2 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
1.3. Data Collection
• Receive and organize existing City record drawings, GIS shapefiles, and information
related to ongoing projects for water, sanitary sewer and storm sewer pipelines and
facilities at or near the proposed site.
• Receive current water system model from City, including future demand scenarios.
ASSUMPTIONS
• 42 MWBE reports will be prepared (design and construction)
• 18 design meetings with city staff
• 1 public meetings
• 18 monthly water department progress reports will be prepared
• 18 monthly project schedule updates will be prepared
DELIVERABLES
• Meeting summaries with action items
• Monthly invoices
• Monthly progress reports
• Baseline design schedule
• Monthly schedule updates with schedule narrative describing any current or anticipated
schedule changes
• Monthly MMBE Report Form and Final Summary Payment Report Form
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 3 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
TASK 2. SITE SELECTION.
The Site Selection shall be performed for the CITY per the approved Project Schedule.
The purpose of the site selection is for the ENGINEER to:
• Study the project,
• Identify up to five (5) feasible pump station sites,
• Conceptually size the pump station building, ground storage tank, yard piping and
appurtenances,
• Create conceptual site layouts for each identified site,
• Create conceptual wholesale meter station layouts identify necessary offsite piping,
• Perform site due diligence,
• Recommend the preferred site,
• Present siting technical memorandum to the CITY, and
• Obtain the CITY's concurrence of the proposed site.
ENGINEER will perform the Site Selection task as follows:
2.1. Stakeholder Coordination
• The Engineer shall coordinate with the following stakeholders regarding the proposed
site:
■ Fort Worth Plant Operations Staff
■ Oncor Electric
■ Private Property Owners
■ Haltom City
2.2. The Site Selection Memorandum will include evaluation of alternate sites indicating merits
and challenges for each, and including the following considerations:
• Pump Station Siting
■ Conceptual Sizing of Structures including: Building, Generator, Discharge Meter
Vault, Yard Piping, Ground Storage Tank, and future tank.
■ Create Conceptual Site Layout Renderings for up to five (5) potential sites including
recommended offsite improvements and Haltom City wholesale meter station sizing
and potential locations.
■ Electrical Considerations for each Site
■ Zoning and Platting Considerations
■ Other Permitting requirements
■ Identify Miscellaneous Site Specific Considerations including existing conditions, site
access, stakeholder coordination, maintenance, etc.
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 4 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
• Prepare Technical Memorandum evaluating up to five (5) pump station sites which will
include the above considerations, conceptual pump station site plans, and offsite
improvements.
ASSUMPTIONS
• 2 site visits will be conducted during the alignment study and lift station siting phase.
• 1 meeting with City staff to review findings will be required.
• ENGINEER shall prepare the meeting minutes for the Pump Station Siting meeting and
revise the report, if needed.
• 5 copies of the Site Selection memorandum 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.
• ENGINEER shall not proceed with Site Acquisition activities without obtaining written
approval by the CITY of the selected site.
DELIVERABLES
• Site Selection Memorandum
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 5 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
TASK 3. SITE ACQUISITION ASSISTANCE.
Site Acquisition Assistance shall be performed for the CITY per the approved Project Schedule.
The purpose of the site acquisition assistance is for the ENGINEER to coordinate with City Real
Properties Staff and private property owners as required, to make revisions to proposed site plans if
required, and to provide supplemental real estate services (as additional services) as defined below.
ENGINEER will perform the Site Acquisition Assistance as follows.
3.1. Property Acquisition Assistance:
• Revise the lift station site renderings prepared as part of Task 2, as required.
• Assist City Real Properties Department with property owner coordination.
• Supplemental Real Estate Services
■ Provide property appraisal services as follows:
o Provide appraisal for one (1) parcel for the proposed pump station site. The
appraisal will be prepared by a State Certified appraiser in accordance with the
Uniform Standards of Professional Appraisal Practice Act (USPAP). The appraisal
will be suitable for use in condemnation proceedings.
■ Provide Real Estate Negotiation Services for one (1) parcel as follows:
o The offer to purchase the properties will be based on the appraisals as indicated
above. The City will establish the value to be used in negotiation and the range of
negotiating authority to be given to ENGINEER's Real Estate Agent. ENGINEER's
Real Estate Agent will provide the services of qualified personnel to secure the
required easements for the project. ENGINEER's Real Estate Agent will provide
each property owner a copy of The Texas Landowner Bill of Rights, but will NOT
be required to provide negotiation services under the Uniform Relocation and
Acquisition Act (Uniform Act).
o ENGINEER's Real Estate Agent will negotiate on behalf of the City and utilize
conveyance documents and other necessary forms as prescribed by the City.
ENGINEER's Real Estate Agent will provide a good faith effort to acquire the
rights -of -way through a negotiation process, which will generally consist of three (3)
contacts with the property owner, or his authorized representative. A maximum of
five (5) total contacts will be provided to reach an agreement with the property
owner, or to determine that further negotiations will be non -productive and that
eminent domain actions will be necessary to acquire the property. If absentee
owners are involved, the negotiations may be conducted via telephone, fax, or by
mail. If the schedule for acquisition of the right-of-way or other factors arise, which
make it expedient, travel outside the project area to meet with the absentee owners
may be desirable. If such events arise, the travel must be specifically authorized by
the City. If such travel is authorized, the expenses involved, including the agent's
services, will be considered additional services.
o The initial offer made to the property owner will be based on the value authorized
by the City. All counter-offers by the property owner, along with ENGINEER's Real
Estate Agent recommendations will be presented to the City for consideration. The
City must establish and recommend such counter offers before ENGINEER's Real
Estate Agent will be authorized to agree to the requested changes. All monetary
offers made to the property owners will be within the limits authorized by the City in
the various stages of the negotiation.
o After reaching an agreement with the landowner on the consideration and all other
terms of the transaction, ENGINEER's Real Estate Agent will forward to the City a
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 6 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
Memorandum of Agreement (M/A) executed by the property owner to be ratified by
the City. This M/A sets forth the compensation and any other terms and conditions
agreed upon. The City will be responsible for obtaining the City's ratification and for
returning the ratified M/A to ENGINEER's Real Estate Agent. ENGINEER's Real
Estate Agent will then inform the Title Company that the parcel is ready for closing.
o ENGINEER's Real Estate Agent will coordinate contacts with the CITY to deliver
any payments to the Title Company prior to closing.
o This Scope of Services assumes that costs for Title Commitments, Title Policies
and recording fees will be purchased by the City through the assistance of the Real
Estate Agent. The amount paid for the Title Policies will not exceed premium
amounts set by the Texas Department of Insurance and agreed upon in advance
between the City and the Title Company. Any additional Title Company services
such as recording fees will be paid by City. ENGINEER's Real Estate Agent will
review liens or other exceptions reported in the Title Commitment. ENGINEER will
coordinate the location and the effect of any utility easements. ENGINEER will
report the results of the Title Commitment to the City. The decision whether the
reported exceptions are acceptable or must be eliminated will be the responsibility
of the City. Any action required to clear title is not included in the Scope of Work for
this project, and if required, will be considered Additional Services.
o ENGINEER's Real Estate Agent will coordinate and attend all closings at the Title
Company.
o ENGINEER's Real Estate Agent will confirm that the Title Company records all
documents at the Denton County Courthouse after closing.
o ENGINEER's Real Estate Agent will confirm that the Title Company forwards
copies of all recorded documents to the City.
■ Provide Real Estate Condemnation/Eminent Domain (ED) Services (if required) for
one (1) parcel as follows:
o Negotiate a Right -of -Entry on the subject properties during the ED process.
o Upon written authorization of the City, prepare ED proceedings paperwork
(including order appointing special commissioners, oaths of special commissioners,
order setting hearing, notice of hearing, and award of special commissioners).
o File the lis pendens with Denton County and send via CMRRR to all interested
parties.
o Coordinate hearing date with City's attorney, ENGINEER, Real Estate Agent's
Appraiser, property owner, property owner's attorney, and anyone else testifying.
o Through a process server, serve notice to all parties of interest notice of
condemnation hearing.
o Attend hearings, coordinate with the county court to determine whether or not
objections were filed, request funds to be deposited into the registry of the court,
and deposit funds into the registry of the court.
o Send Notice of Deposit letters to all interested parties.
o If no objections are filed, obtain a copy of the judgment and send to the title
company to file in the county clerk's office and prepare title policy.
DELIVERABLES
■ Property Appraisal / Draft and Final Offer Packages
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 7 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
TASK 4. CONCEPTUAL DESIGN (30 PERCENT).
Conceptual Design Package shall be submitted to CITY per the approved Project Schedule.
ENGINEER will develop the Conceptual Design Package as follows.
4.1. Data Collection
• City Record Drawing Review
• Perform a geotechnical analysis of the site utilizing a qualified geotechnical laboratory to
determine subsurface conditions and make recommendations regarding design
parameters. The analysis shall include the following:
■ Subsurface exploration including up to twenty (20) sample bores drilled to between 5
and 35 feet.
■ Laboratory tests for classification purposes and strength characteristics.
■ Engineering services that address the following:
o Soil and groundwater conditions
o Comments on general excavatability of soils and shale or limestone
encountered
o Recommendations for pump station, transformer and generator pads, and
vault foundation types, depth, allowable loading and backfill requirements
o Foundation construction requirements
o Recommended lateral pressures for the design of below grade walls
o Evaluation of the subgrade soils
o Recommendations for yard piping installation, including bedding and backfill
o Recommendations for earthwork.
Prepare a geotechnical report will be furnished by the geotechnical engineer to
present the results of the field and laboratory data as well as analyses and
recommendations. Three (3) copies of the report will be provided by the geotechnical
engineer, with one (1) copy going to the City. The data contained in the geotechnical
report will be made available to contractors during the bidding process for
informational purposes.
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 8 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
4.2. Hydraulic Analysis
• Review the "Northside Mini -Master Plan Update":
• Model Review:
o Existing and Future Land Uses
o Demand Projections
o Pumping Capacity Evaluation for ESII Pump Station
o Storage Evaluation for ESII Pump Station
o Supply and Discharge Piping Sizing/Capacity
• Report Review
• Prepare a Master Plan Review Technical Memorandum including:
• Model and Report Commentary Summary
• ESII Pump Station Pumping Capacity Recommendations (Initial and Ultimate)
• ESII Storage Capacity Recommendations (Initial and Ultimate)
• Supply and Discharge Piping Sizing/Capacity Recommendations
• Meet with City staff to review findings
• Finalize technical memorandum based on City comments.
4.3. Preliminary Design Report
• The following items will be evaluated and included in the Preliminary Engineering Report:
■ Preliminary site plan and pump station layout.
■ Preliminary pump station building schematic plan and section exhibits.
■ Preliminary Electrical Drawings.
■ Sequencing Narrative and summary of Hydraulic Analysis findings as they relate to
pumping and storage capacity in the initial and ultimate condition.
■ Pumps — Split case pump selection, and performance curve development.
■ Yard Piping — sizing for initial as well as future capacity.
■ Flow metering.
■ Pump Control Valve Narrative.
■ Landscaping Requirements.
■ Architectural Features Discussion.
■ Building HVAC Discussion.
■ Plumbing Requirements.
■ Sanitary Sewer Evaluation.
■ Ground Storage Tank Discussion.
■ Offsite Improvements and Haltom City wholesale meter discussion.
■ Electrical Gear Discussion.
■ Controls Narrative.
■ Site Lighting Requirements.
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 9 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
■ Building Lighting Requirements.
■ SCADA System Requirements.
■ Pump motor control center and starter options (VFD's and/or soft starters).
■ Electrical service options.
• Generator — evaluate generator size and enclosure requirements.
■ Geotechnical and structural requirements.
■ City fencing requirements.
■ City storm drainage detention requirements.
■ Chlorine Boosting — Not included in the scope of services: can be provided as
additional services
• Meet with City to Review Preliminary Design Report.
Revisions to Preliminary Design Report based on City comments.
ASSUMPTIONS
• 5 hard copies and one digital copy of the hydraulic analysis technical memorandum will
be delivered.
• 5 hard copies and one digital copy of the Preliminary Design Report and will be delivered.
• ENGINEER shall prepare the meeting minutes of the technical memorandum review
meeting and revise the report, if needed.
• ENGINEER shall not proceed with Preliminary Design activities without written approval
by the CITY of the Preliminary Design Report and Exhibits.
DELIVERABLES
• Hydraulic Analysis Technical Memorandum
• Preliminary Design Report (Draft and Final)
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 10 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
TASK 5. PRELIMINARY DESIGN (60 PERCENT).
Preliminary Design Package shall be submitted to CITY per the approved Project Schedule.
ENGINEER will develop the preliminary design of the infrastructure as follows.
5.1. Development of Preliminary Design Drawings shall include the following:
• Cover Sheet
A Proiect Control Sheet, showing all Control Points, used or set while gathering data.
Generally on a scale of not less than 1:400. The following information shall be indicated
for each Control Point: Identified (existing City Monument #8901, PK Nail, 5/8" Iron Rod);
X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z
coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in
the South curb line of North Side Drive at the East end of radius at the Southeast corner of
North Side Drive and North Main Street).
• Overall Droiect easement lavout sheet(s) with property owner information.
• Overall Droiect water and sewer lavout sheets. The water layout sheet shall identify the
proposed water main improvements / 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 sheets shall identify the proposed sewer main
improvements / existing sewer mains in the vicinity, manholes, lift stations, and force
mains.
• 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.
• Bearinas qiven on all proposed centerlines, or baselines.
• Station equations relating utilities to paving, when appropriate.
• Block Flow Diagram
• Dimension Control and Pavina Plan showing proposed paving of the pump station site
and other proposed surface features.
• Demolition Plan
• PumD Station Site Plan
• Yard Piping plan and Drofile sheets which show the proposed supply, suction and
discharge piping on the site.
• Grading Plan
• Pre and Post Construction Drainaae Area MaD
• PumD Station Buildina Plan and Sections showing plan and section views of proposed
pump station building and associated pump, piping, and associated appurtenances.
• Ground Storaae Tank Plan and Sections showing plan and section views of proposed
ground storage tank.
• Haltom Citv Wholesale Meter Station Plan and Sections
• Offsite DiDina plan and Drofile (as reauired)
• Discharae Meter Vault Plan and Sections
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 11 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
• Motor Operated Valve Vault Plan and Sections
• Structural Details for Pump Station Building
• Electrical Sheets showing the electrical site plan and control schematics.
• Architectural Sheets for Pump Station Building
5.2. Project Manual
• Preparation of specifications and construction contract documents:
o Specifications will include technical specifications for materials and installation of the
proposed facilities. The Contract Documents will be based upon the City's standard
construction contract documents for public work construction.
o The ENGINEER will modify existing City Contract Documents and General
Requirements to accommodate a lump sum bid project.
o The ENGINEER will modify existing City bid documents to accommodate a
competitive sealed proposal (CSP) for the procurement of this project.
o The ENGINEER will prepare special technical specifications for items either not
covered by the City of Fort Worth's Standards, or where the City of Fort Worth's
Standards need to be modified to meet the requirements of the project.
5.3. Geotechnical Investigation (See Task 5)
5.4. 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 BIM 360 for forwarding to all utility
companies which have facilities within the limits of the project. The DWF files should be
created directly from the CAD files as opposed to PDF files.
ASSUMPTIONS
• Full-size drawings will be intended to be drafted on 11"x17" sheets.
• 5 11x17 hard copies and one digital copy of the Preliminary Design Drawings will be
delivered.
• 5 hard copies and one digital copy of the Preliminary Design Technical Specifications will
be delivered.
o The CITY's existing front-end specifications will be modified by the ENGINEER to
accommodate a lump sum type project.
o The CITY's front end and technical specifications will be used. The ENGINEER shall
supplement the technical specifications as needed.
• One digital set of drawings will be delivered for Utility Clearance.
• 1 design review meeting will be conducted with City staff upon completion of the Final
Design submittal.
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 12 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
• ENGINEER shall not proceed with Final Design activities without written approval by the
CITY of the Preliminary Design plans.
DELIVERABLES
• Preliminary Design drawings (60%)
• Preliminary Technical Specifications (60%)
• Utility Clearance drawings
• Opinion of probable construction cost
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 13 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
TASK 6. FINAL DESIGN (90 PERCENT).
Upon approval of the Preliminary plans, ENGINEER will prepare final design as follows:
6.1. Final Drawings
• Draft Final drawings (90%) and specifications shall be submitted to CITY per the approved
Project Schedule.
o Drawings will incorporate all City comments from the Preliminary Design Package
o Drawings will be prepared in accordance with City Construction Standards
6.2. Final Project Manual
• Draft final (90%) specifications and construction contract documents:
o Documents will incorporate all City comments from the Preliminary Design Package
Preparation of construction contract and bidding documents:
o The ENGINEER will modify existing City Contract Documents and General
Requirements to accommodate a lump sum bid project.
o The ENGINEER will modify existing City bid documents to accommodate a
competitive sealed proposal (CSP) for the procurement of this project, if required.
• The ENGINEER shall submit a final design opinion of probable construction cost with the
90% design package.
ASSUMPTIONS
• The CITY's front end and technical specifications shall be modified to allow for a lump sum
bid, and for a competitive sealed proposal, if required. The ENGINEER shall supplement City
Standard technical specifications as needed.
• 2 site visits will be conducted during the final design phase.
• 1 design review meeting will be conducted with City staff upon completion of the Final Design
submittal.
• 5 11x17 hard copies and one digital copy of the Final Design Drawings will be delivered.
• 5 hard copies and one digital copy of the Final Design Project Manual will be delivered.
• Estimated Final Sheet List (approximately 120 sheets):
o Cover
o Sheet Index, General Notes, Project Specific Notes
o Construction Sequencing
o Dimensional Control Sheet
o Civil Plans
■ Paving and Dimensional Control
■ Tree Removal and Demolition Plan
■ Yard Piping
■ Site Grading
■ Pump Station Mechanical Plan
■ Pump Station Sections
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 14 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
■ Ground Storage Tank Plan
■ Ground Storage Tank Sections
■ Supply Meter Vault Plan and Section
■ Discharge Meter Vault Plan and Section
■ Flow Control Valve Vault Plan and Section
■ Motor operated valve and vault Plan and Section
■ Water line Profiles
■ Water Details
■ Sanitary Sewer Plan and Details (for pump seal drain, chlorine analyzer, and
utility sink drainage)
■ Drainage Details
■ Fence and Gate Details
■ Landscaping and Screening Plan
■ Landscaping Details
■ Irrigation Plans
■ City Standard Details
■ Erosion Control Plan
• Erosion Control Details
■ Drainage Area Map
■ Drainage Area Calculation Sheet
■ Haltom Wholesale Meter Station Details
■ Offsite water plan and profile (as required)
o Architectural Sheets
■ Floorplan
■ Exterior Elevations
■ Roof Plan
■ Schedules and Details
■ Sections
■ Plan and Section Details
o Structural Sheets
■ Notes and Details
■ Pump Station Structural Plan
■ Typical Concrete and Masonry Details
■ Section Details
■ Section Details and Elevations
■ Roof Plan and Elevations
■ Foundation and Details
■ Wall Section and Details
• Underground Vault Sections and Details
■ Equipment Pad Details
o Electrical Sheets
■ Electrical Site Plan
■ One Line Diagram
• Control Schematics
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 15 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
■ Schedules
■ Instrumentation Block Diagram
■ Floor Plan
■ Lighting Floor and Cable Tray Plan
■ Electrical Wiring Plan
■ HVAC Electrical Plan
■ SCADA System Diagram
■ SCADA Panel
■ Electrical Details
■ Electrical Vault Details
■ Generator Electrical Plan
■ Ground Storage Tank Details
o Mechanical
■ Mechanical HVAC Plan and Details
■ Mechanical HVAC Schedule and Details
o Plumbing
■ Plumbing Plan
■ Plumbing Schedule and Details
DELIVERABLES
Final Design drawings (90%)
• Final Design project manual (90%)
• Opinion of probable construction cost
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 16 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
TASK 7. CONSTRUCTION DOCUMENT PREPARATION.
Upon approval of the Final Design plans, ENGINEER will prepare construction documents as follows:
7.1. Construction Document Preparation:
• Address and incorporate City comments from the 90% Final Design review.
• Draft Final Drawings (100%) and Project Manual shall be submitted to CITY per the approved
Project Schedule.
• Following a 90% construction plan review meeting with the CITY, the ENGINEER shall
commence with preparation of the Construction Documents, and provide the package to the
CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and
signed by the ENGINEER registered in State of Texas.
• The ENGINEER shall submit a final design opinion of probable construction cost with the
Construction Documents design package.
DELIVERABLES
• Signed and Sealed Bid Documents .
• 5 sets of 11x17 size drawings and 5 Project Manuals will be delivered for the Construction
Document package.
o Design Drawings will be uploaded to E-Builder (.pdf)
o Project Manual will be uploaded to E-Builder (.pdf)
• Detailed opinions of probable construction costs including summaries of bid items and
quantities using the CITY's standard bid items and format.
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 17 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
TASK 8. BID PHASE SERVICES.
ENGINEER will support the bid phase of the project as follows.
8.1. Bid Support
• The CITY will upload all plans and contract documents onto Bonfire for access to
potential bidders.
• The ENGINEER shall sell contract documents and maintain a plan holders list on Bonfire
from documents sold and from Contractor's uploaded Plan Holder Registrations on
Bonfire.
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 Bonfire folder. 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 Bonfire and notify all plan holders via
e-mail.
• 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, if required.
• Incorporate all addenda into the contract documents and issue conformed sets.
ASSUMPTIONS
• The project will be bid only once and awarded to one contractor.
• 1 set of construction documents will be sold to and made available on Bonfire for plan
holders and/or given to plan viewing rooms.
• 5 sets of 11x17 size drawings and 5 project manuals (conformed, if applicable) will be
delivered to the CITY.
DELIVERABLES
• Addenda
• Bid tabulations
• Construction documents (conformed, if applicable)
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 18 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
TASK 9. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
9.1 Construction Support — Not included in the scope of services: can be provided as
additional services
TASK 10. RESIDENT PROJECT REPRESENTATIVE (RPR) SERVICES.
ENGINEER will provide a Resident Project Representative (RPR) in support the construction phase
of the project as follows.
10.1 RPR Services — Not included in the scope of services. can be provided as additional
services
TASK 11. RECORD DRAWINGS.
ENGINEER will provide the following for record drawings and project closeout:
11.1 Record Drawings — Not included in the scope of services: can be provided as additional
services
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 19 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
TASK 12. 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.
12.1. 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.
12.2. 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
12.3. Prepare Final Plat — Not included in the scope of services: can be provided as
additional services.
ASSUMPTIONS
• 5 Easements or right-of-way documents will be necessary.
Right -of -Way research and mapping includes review of property/right-of-way records
based on current internet based Tarrant Appraisal District (TAD) information available at
the start of the project and available on -ground property information (i.e. iron rods, fences,
stakes, etc.). It does not include effort for chain of title research, parent track research,
additional research for easements not included in the TAD, right-of-way takings, easement
vacations and abandonments, right-of-way vacations, and street closures.
DELIVERABLES
• Easement exhibits and meets and bounds provided on CITY forms.
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 20 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
TASK 13. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
ENGINEER will provide survey support as follows.
13.1. Design Survey
ENGINEER will perform field survey for and approximately 5.0 acre site and approximately
1,000 linear feet of right-of-way and obtain topographic information 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 water line appurtenances including valves, and 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:
o A Project Control Sheet, showing ALL Control Points, used or set while gathering
data. Generally on a scale of not less than 1:400:
o The following information about 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 (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).
o Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same
coordinate system, as the Control.
o No less than two horizontal bench marks, per line or location.
o Bearings given on all proposed centerlines, or baselines.
o Station equations relating utilities to paving, when appropriate.
13.2 Letter of Map Revision (LOMR) Survey — Not included in the scope of services; can be
provided as additional services
13.3 Subsurface Utility Engineering (SUE):
• The SUE shall be performed in accordance with Cl/ASCE 38-02.
• Four different levels of SUE are identified. The following is a description of each level of
SUE used on this project.
o Level D
o Level C
• Field locate and obtain horizontal position of visible utility surface features for all
of the utility systems described within Level D.
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 21 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
o Level B
• Indicate by marking with paint, the presence and approximate horizontal location
of subsurface utilities using geophysical prospecting techniques, including
electromagnetic, sonic, and acoustical techniques.
• Approximately 300 feet of existing ROW immediately adjacent to the proposed
pump station site is identifed Level B location.
o Level A
• Location (Test Hole) Services: Locating the horizontal and vertical position of the
utility by excavating a test hole using vacuum excavation techniques and
equipment. In performing locating (test hole) services ENGINEER will:
o Excavate up to 5 test holes to expose the utility to be measured in such a
manner that insures the safety of the excavation and the integrity of the utility
to be measured. Excavations will be performed using specially developed
vacuum excavation equipment that is non-destructive to existing facilities. If
contaminated soils are discovered during the excavation process, the
ENGINEER will notify the CITY.
o Obtain x,y and Z information at each test hole.
DELIVERABLES
• Test Hole Summary Sheet.
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 22 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
TASK 14. PERMITTING SERVICES.
14.1 Permitting Services
• TCEQ Chapter 290 Permitting
o Prepare and submit TCEQ technical review submittal in accordance with TAC Title
30, Part, 1, Chapter 290, Subchapter D.
o Coordinate with TCEQ staff to obtain approval of the pump station and ground
storage tank design.
o Revise documents as required by technical review comments.
• TCEQ Chapter 334 Above Ground Storage Tank Permitting
0 Prepare and submit TCEQ petroleum storage tank registration and construction
notification documents.
• Grading Permit
0 Prepare and submit grading permit application to City of Fort Worth Development
Services.
0 Revise documents as required by grading permit review comments.
• Drainage Study
0 Prepare preliminary drainage study and submit to City of Fort Worth Development
Services.
0 Prepare final drainage study and submit to Development Services.
0 4 rounds of revisions are assumed for this task.
• Electrical Service Coordination
o Prepare and submit electrical service application to Oncor.
o Provide general coordination and up to two (2) site meetings with Oncor
representatives.
o Prepare and submit easement dedication documents for proposed transformer.
Coordinate with City Real Estate staff to have easement dedicated.
o Coordinate Facilities Extension Agreement execution between Oncor and City.
• Building Permit
o Prepare and submit building permit application to Development Services.
o Revise documents as required by building permit review comments.
• Texas Department of Licensing and Registration
o Coordinate with a Registered Accessibility Specialist (RAS) to review the drawings
immediately upon sealing in accordance with TDLR requirements.
o Coordinate with a Registered Accessibility Specialist (RAS) to inspect the pump
station upon completion of the work in accordance with TDLR requirements.
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 23 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
• The following items may be required dependent upon the final selected pump station site,
but are not included in this scope of services and can be provided as additional
services:
o Flood Study
o Floodplain Development Permit
o Zoning Assistance
o Urban Forestry
o Conditional Letter of Map Revision / Letter of Map Revision
ASSUMPTIONS
• USACE Section 404 permitting is not required.
• Cultural Resources Survey is not required.
• TxDOT Driveway Permit is not required.
DELIVERABLES
• One pdf copy of applicable permits.
TASK 15. EARLY EQUIPMENT PROCUREMENT PACKAGE — NOT INCLUDED
15.1 Early Equipment Procurement Package — Not included in the scope of services; can be
provided as additional services
• Bid Package Development
• Bid Support
• Procurement Support
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 24 of 25
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
CITY PROJECT NO.: 105718
TASK 16. ADDITIONAL SERVICES.
Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree
that the following services are beyond the Scope of Services described in the tasks above. However,
ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional
amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be
agreed upon in writing by both parties before the services are performed. These additional services
include, but are not limited to the following:
• Chlorine Boosting Design — Associated with Tasks 5. 6. 7. and 8.
• Construction Phase Services — Associated with Task 10
• Resident Project Representative Services — Associated with Task 11
• Record Drawings Preparation — Associated with Task 12
• Platting Services — Associated with Task 13.
• Letter of Map Revisions (LOMR) Post Construction Survey — Associated with Task 14.
• Permitting Services beyond those indicated above — Associated with Task 15:
o Preliminary and Final Flood Studies
o Floodplain Development Permitting
o Zoning Assistance
o Urban Forestry Phase I and II Application Preparation
o Conditional Letter of Map Revision / Letter of Map Revision and associated application
preparation
• Early equipment package preparation, bidding, and procurement assistance — Associated with
Task 16.
• Supplemental Real Estate Services assistance for acquiring real property for additional parcels
beyond those indicated above.
• 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.
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of God.
• Services related to warranty claims, enforcement and inspection after final completion.
• Services related to Survey Construction Staking
• Services to support, prepare, document, bring, defend, or assist in litigation undertaken or
defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project as requested by
the CITY.
City of Fort Worth, Texas
Attachment A
Modified December 14, 2020
Page 25 of 25
ATTACHMENT B COMPENSATION
Design Services for
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
City Project No. 105718
Lump Sum Project
Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $1,702,260.00 as
summarized in Exhibit B-1 — Level of Effort Spreadsheet, Exhibit B-2 — Engineer
Invoice, and Section IV — Summary of Total Project Fees. The total lump sum
fee shall be considered full compensation for the services described in
Attachment A, including all labor materials, supplies, and equipment necessary to
deliver the services.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-2, Progress Reports as required in item III. of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Water Department monthly progress reports and schedules in the format
required by the City.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 1 of 3
As
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility
Prime Consultant
Kimley-Horn and
Civil Design, Structural Design,
Associates, Inc.
Mechanical and Plumbing
Design, Bidding and
Construction Phase Services,
Resident Project Representative
Services
Proposed M/WBE Sub -Consultants
Gupta & Associates, Inc.
Electrical, Instrumentation and
Controls Design
Jupitex, Inc.
Hydraulic Modeling
Yellow Rose Mapping, LLC
Subsurface Utility Engineering
Non-M/WBE Sub -Consultants
CMJ Engineering, Inc.
Geotechnical Engineering
Quorum Architects, Inc.
Architectural Design
Yazel, Peebles and
Survey Services
Associates, Inc.
McCarthy Right of Way
Real Estate Services
Partners, LLC
TOTAL
Fee Amount I %
$1,192,660 70.08
$342,000 20.09
$47,700 2.80
$13,700 0.80
$27,900 1.64
$34,800 2.04
$20,000 1.17
$23,500 1.38
$1.702.260 100.00
Project Number & Name Total Fee M/WBE Fee M/WBE %
105718- HOLLY TO EASTSIDE II BOOSTER PUMP
STATION AND GROUND STORAGE TANK $1 ,702,260 $403,400 22.93%
City M/WBE Goal = 12.53% Consultant Committed Goal = 13.00%
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 2 of 3
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 3 of 3
AN
EXHIBIT B-1
Level of Effort Spreadsheet (TASK/HOUR BREAKDOWN)
Design Services for HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK;
City Project No. 105718
2/24/2025
Task No.
Task Description Senior
professional II
Rate $380.00
Senior
Professional I
$360.00
Labor (hours)
Project ManagerI
En gineer
$280.00
Analyst
$179.00
Arlmin.
$155.00
Total Labor
Cost
Subconsultant Travel /
Reproduction /Fees
MWBE Non-MWBE Markup /Permitting
Total
Expense Cost
Task Sub Total
1.0 Design Management 0
1.1 CQmmunic tion$ and Reporting
Prepare Monthly MWBE Reports (18 mo)
Monthly Progress Reports (18 mo
Prep Subconsultant Agreements �9)
Geotechnical
Survey
Architectural
Electrical
SUE
Model' n_qq
Real Es4ata
Geotechnical
Kickoff Meeting
Prepare for Kickoff
Attend Kickoff
Kick-off Meeting Minutes
Prepare Baseline Schedule
Design Meetings w/ Cily (18) and Notes
A'nt Prol'ect Coordination
XECOM (Holly Supply Line)
Pape -Dawson (ESII Discharge Line)
721
12
4
4
2
2
36
6
6
1001
18
2
2
2
2
2
2
2
2
6
4
4
4
36
6
6
981
36
6
4
4
36
6
6
18
18
$74,600
$22,500 _$01
$2,250
$0
$24,750
$99,350
$0
$22,500 $2,256
$0
$0
$2,800
$0
$2,800
$15,800
$0
$15,800
$0
$0
$0
$600
$0
$600
$600
$0
$600
$600
$0
$600
$600
$24,750
$25,352
$600
$0
$600
$600
$0
$600
$600
$0
$600
$600
$0
$600
$0
$0
$0
$4,200
$0
$4,200
$3,300
$0
$3,300
$2,600
$0
$2,600
$1,800
$0
$1,800
$29,500
$0
$29,500
$0
$0
$0
$4,900
$0
$4,900
$4,900
$0
$4,900
JJMW!it. Selection 0
Pump Station Siting
Existing Utilities
Permitting Requirements
Maint./Access
Parcel Sizing
Floodplain Considerations
Preliminaryry Sizing and Layout of Sites
Pump Station Building
Ground Storage Tanks
Yard Piping
Discharge Meter Vault
m W00
Haltoholesale Meter Station
Electrical Considerations for Site
Zoning Requirements
Plattingq Requirements
Other SiteConsiderations
Pump�Station Site Layout Exhibits (5)
OPA (5)
Prepare Technical Memorandum
Ci . Review Meeting
Ad�ress City Comments
Site Visits (2)
Stakeholder Coordination
Plant Ops
Private Property Owners
Haltom City
851
2
4
2
2
2
6
2
6
2
4
2
2
2
2
10
2
6
3
2
6
4
8
4
128
4
4
4
4
4
8
4
8
4
4
4
4
4
4
15
4
12
3
4
6
4
8
4
119
8
4
6
6
12
4
12
4
4
20
4
3
6
6
4
8
4
0
$87,700
$0 $0 $0 $1,500
$1,500
$89,200
$700
$1,500
$0
$700
$2,600
$0
$2,600
$2,600
$0
$2,600
$2,600
$0
$2,600
$2,900
$0
$2,900
$2,900
$0
$2,900
$0
$0
$0
$6,500
$0
$6,500
$2,600
$0
$2,600
$6,500
$0
$6,500
$2,600
$0
$2,6
$3,300
$0
$3,300
$1,800
$0
$1,800
$1,800
$0
$1,800
$1,800
$0
$1,800
$1,800
$0
$1,800
$11,400
$0
$11,400
$1,800
$0
$1,800
$6,200
$0
$6,200
$2,500
$0
$2,500
$2,900
$0
$2,900
$4,900
$1,500
$6,400
$0
$0
$0
$3,300
$0
$3,300
$6,600
$0
$6,600
$3,300
$0
$3,300
City of Fort Worth, Texas
Attachment 131 - Level of Effort Supplement Page 1 of 6
EXHIBIT B-1
Level of Effort Spreadsheet (TASK/HOUR BREAKDOWN)
Design Services for HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK;
City Project No. 105718
2/24/2025
Task No.
Task Description
Rate
Senior
Professional II
$380.00
Senior I
Professional I
$360.00
Labor (hours)
Project Managerl
E t in er
9 e
$280.00
Analyst
$179.00
Adrain.
$155.00
Total Labor
Cost
Subconsultant
MWBE Non-MWBE
Markup
Travel /
Reproduction / Fees
/ Permitting
Total
Expense Cost
Task Sub Total
3.0 Site Acquisitio
City Real Estate Staff Coordination
Site Plan Revisions (as needed)
Property Owner Coordination
Real Estate Agent Coordination
Appraisal
Offers / Property Owner Coord
Condemnation Assistance
0
301
8
4
12
6
341
8
8
12
6
121
12
0
$22,400
$0 $23,5001
$2,350
$500
$26,350
$48,750
$5,100
$500
$8,000 $800
$8,500 $850
$7,000 $700
$0
$5,100
$5,800
$0
$5,800
$7,700
$500
$8,200
$3,800
$0
$3,800
$0
$8,800
$8,800
$0
$9,350
$9,350
$0
$7,700
$7,706
onceptuaDesign
4.1 Data Collection
City Record Drawings
Geotechnical Investigation (20 Borings)
4.2 Conceptual Design Package
Internal Kickoff Meeting
Mini Master Plan Review
Model Review
Existin_gand Future Land Uses
Demand Projections
Pumping Capacity Evaluation
Storage Evaluation
Report Review
Modeling Sub Coordination
Preliminary Design Report
MP Commentary Summar�
Pumping Capacity Recs (Init. & Ultimate)
Storage Recs (Init. & Ultimate)
Sequencing Narrative
Demand Assumptions
Pump Selection and Perf Curve Prep
Suction Header Schematic and Sizing
Discharge Header Schematic and Sizing
Control Valves Discussion
Yard Pipin_L L iscussion
Disinfection Discussion
Architectural Features
GST Discussion
Building Ventilation and HVAC
Plumbing
Geotechnical and Structures
Landscaping Requirements
Sanitar Sewer Evaluation
Haltom WM & Offsite Improvements
Electrical Sub Items:
Electrical Gear
Control Narrative
Site Lighting
Generator
Building Lighting
01
Jt�itex sub)
Jupitex sub)
Jupitex sub
Jupitex sub)
Addtl Services
1261
1
2
4
6
2
2
2
8
4
10
2
2
1
2
2
2
4
2
2
4
2
4
4
6
2071
4
2
2
4
6
6
8
8
12
8
15
4
4
2
4
4
4
4
2
2
8
4
8
4
6
144
16
4
2
20
4
4
4
12
0
$129,300
$102,700j $27,9001
$13,060
$700
$144,360
$273,660
$0
$27,900 $2,790
$47,700 $4,770
$0
$0
$2,900
$0
$2,900
$1,600
$30,690
$32,290
$0
$0
$0
$1,600
$0
$1,600
$0
$0
$0
$2,600
$52,470
$55,070
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$3,800
$0
$3,806
$0
$0
$0
$0
$0
$0
$3,000
$0
$3,000
$3,000
$0
$3,000
$3,000
$0
$3,000
$6,200
$0
$6,200
$3,700
$0
$3,700
$11,400
$0
$11,400
$2,600
$0
$2,600
$2,600
$0
$2,600
$900
$0
$900
$2,600
$0
$2,600
$0
$0
$0
$1,800
$0
$1,800
$1,800
$0
$1,800
$2,600
$0
$2,600
$1,300
$0
$1,300
$1,300
$0
$1,300
$3,700
$0
$3,700
$1,800
$0
$1,800
$5,800
$0
$5,800
$2,600
$0
$2,600
$0
$0
$0
$3,800
$0
$3,800
$0
$0
$0
$0
$0
$0
Isol
$0
$0
City of Fort Worth, Texas
Attachment 131 - Level of Effort Supplement Page 2 of 6
EXHIBIT B-1
Level of Effort Spreadsheet (TASK/HOUR BREAKDOWN)
Design Services for HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK;
City Project No. 105718
Labor (hours)
Task No.
Task Description Senior Senior Project Manager analyst admin. Total Labor Subconsultant
Professional ll Professional) Engineer Cost
Rate $380.00 $360.00 $280.00 $179.00 $155.00 MWBE Non-MWBE Markup
Conceptual Drawings
PS Site Plan
PS Bid Plan
PS Bld Sections
Electrical Drawings
OPCC
QA/QC
Revisions
Site Visits (1)
Submit to Client
Meet with Client
Address Client Comments
5.0
-Preliminary Design (601/6)
5.1
Preliminary Design Package
Drawings
Cover
Index
General Notes
Location Map
Block Flow Diagram
Dim Control & Paving
Proposed and Existing W/SS
Demolition Plan
Site Plan
Yard Piping Plan
Yard Piping Profiles
Site Grading
Drainage Pre/Post DAM
PS Mechanical Plan
PS Sections
Disinfection Plans/Details
Haltom Wholesale Meter
Flow Control Valve Vault and Details
Discharge Meter Vault and Details
Motor Operated Valve Vault and Details
Offsite Plan and Profile
GST Plan and Elev
Structural Design
Electrical/Controls Design
Architectural Design
5.2
Project Manual
Div 00 and 01
Technical Specifications
Quantity Takeoff and OPCC
QAQC
Revisions
Site Visits (2)
Submit to Client
Meet with Client
Prepare Notes/Action Items
5.3
Geotechnical Investigation (Included in Task 5)
5.4
Utility Clearance
Coordination w/ City and franchise utilities
Travel / Total
Reproduction / Fees Expense Cost
/ Permitting
1 $01
2/24/2025
Task Sub Total
$0
$0
$9,500
$0
$9,500
$0
$9,500
$60,500
$61,800
$0
$4,900
$0
$700
$0
$5,300
$200
$1,800
$500
$1,100
$0
$3,300
$0
$5,100
$175,800
$474,400
$0
$0
$0
$0
$0
$1,000
$0
$1,000
$0
$2,000
$0
$1,300
$0
$5,100
$0
$6,200
$0
$2,900
$0
$6,700
$0
$14,600
$0
$14,600
$0
$14,600
$0
$7,800
$0
$9,800
$0
$7,800
$0
$15,600
$0
$0
$0
$11,000
$0
$5,800
$0
$5,800
$0
$5,800
$0
$22,700
$0
$6,500
$0
$39,900
$159,500
$163,900
$15,400
$18,000
$0
$0
$0
$15,600
$0
$33,200
$0
$8,200
$0
$5,400
$0
$9,600
$400
$3,700
$500
$1,100
$0
$3,300
$0
$1,300
$0
$0
$0
$0
$0
$2,600
City of Fort Worth, Texas
Attachment 131 - Level of Effort Supplement Page 3 of 6
EXHIBIT B-1
Level of Effort Spreadsheet (TASK/HOUR BREAKDOWN)
Design Services for HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK;
City Project No. 105718
2/24/2025
Task No.
Task Description
Rate
Senior Senior
Professional II Professional]
$380.00 $360.00
Labor (hours)
Project Manager]
Engineer
$280.00
Analyst
$179.00
Admin.
$155.00
Total Labor
Cost
Subconsultant Travel /
Reproduction / Fees
MWBE Non-MWBE Markup I Permitting
Total
Expense Cost
Task Sub Total
6.0
Pump Station Final Design (90%)
01
1711
2911
748
0
$277,100
$89,0001i $14,0001
$10,300
$900
$114,200
$391,305
6.1 Drawings
Cover
Index
General Notes
Location Map
Block Flow Diaqram
Dim Control & Pavin,99
Proposed and Ex W/SS
Demolition Plan
Site Plan
Yard Pipin_�Plan
Yard Piping Profiles
Site Grading
Drainage Area Map
Drainage Calculations
PS Mechanical Plan
PS Sections
Disinfection Plans/Details
Haltom Wholesale Meter
Offsite Plan and Profile
Flow Control Valve Vault and Details
Discharge Meter Vault and Details
GST Plan and Elev
GST Details
Water Detail Sheets (4)
Paving Details
Drainage Plan and Profile
Drainage Details
Erosion Control Plan Sheets (2)
Landscape Site Plan
Landscape Details
Irrigation Plan
Irrigation Details
Structural Design
Mechanical (HVAC+1/Plumbing Design
Electrical/Controls Design
Architectural Design
6.2 Project Manual
Div 00 & 01
Technical Specifications
Quantity Takeoff / OPCC
QAQC
Revisions
Site Visits (2�
Submit to lient
Meet with Client
Prepare Notes/Action Items
2
1
1
1
2
1
1
1
1
1
2
2
Addtl Services
2
2
1
1
2
4
4
2
2
2
1
2
2
2
2
40
26
8
3
15
15
5
10
4
4
1
1
1
1
4
2
2
6
4
4
4
2
4
4
6
6
10
10
5
5
4
8
8
4
15
4
6
6
6
6
6
40
8
6
15
30
5
20
4
2
4
2
2
2
4
2
8
4
2
12
8
8
8
8
8
8
12
12
20
20
10
16
8
16
16
8
30
8
12
10
16
10
16
300
86
10
40
4
4
4
$0
$89,000 $8,900
$14,000 $1,400
$400
$500
$0
$0
$600
$0
$600
$600
$0
$600
$1,000
$0
$1,000
$600
$0
$600
$3,300
$0
$3,300
$1,600
$0
$1,600
$1,300
$0
$1,300
$4,200
$0
$4,200
$3,300
$0
$3,300
$2,900
$0
$2,900
$2,900
$0
$2,900
$2,400
$0
$2,400
$2,900
$0
$2,900
$2,900
$0
$2,900
$4,500
$0
$4,500
$4,500
$0
$4,500
$0
$0
$0
$7,100
$0
$7,100
$7,100
$0
$7,100
$3,600
$0
$3,600
$3,600
$0
$3,600
$3,300
$0
$3,300
$6,500
$0
$6,500
$6,500
$0
$6,500
$3,300
$0
$3,300
$10,300
$0
$10,300
$3,300
$0
$3,300
$4,200
$0
$4,200
$4,200
$0
$4,200
$4,200
$0
$4,200
$4,200
$0
$4,200
$4,200
$0
$4,200
$79,300
$0
$79,300
$21,500
$0
$21,500
$5,100
$97,900
$103,000
$2,800
$15,400
$18,200
$0
$0
$0
$9,600
$0
$9,600
$13,800
$0
$13,800
$5,000
$0
$5,000
$3,600
$0
$3,600
$12,800
$0
$12,800
$3,300
$400
$3,700
$600
$500
$1,100
$3,300
$0
$3,300
$1,300
$0
$1,300
City of Fort Worth, Texas
Attachment 1311 - Level of Effort Supplement Page 4 of 6
EXHIBIT B-1
Level of Effort Spreadsheet (TASK/HOUR BREAKDOWN)
Design Services for HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK;
City Project No. 105718
2/24/2025
Task No.
Task Description
Rate
Senior
Professional II
$380.00
Senior
Professional
$360.00
Labor (hours)
Project Managerl
En gineer
$280.00
Analyst
$179.00
Admin.
$155.00
Total Labor
Cost
Subconsultant
MWBE Non-MWBE Markup
Travel /
Reproduction / Fees
j Permitting
Total
Expense Cost
Task Sub Total
7.0 Construction Documents (100%) 01 351 381 901 0
7.1 Construction Documents
Civil Drawing Revisions 10 20 40
Structural Drawin.tRevisions 16 36
Mechanical/Plumbing Drawing Revisions 5 20
Project Manual Revisions 10 10
Sub Coordination and Incorporation
Electrical 2
Architectural 2
RAS Coordination 2
Provide to Purchasing 2
$39,600
$20,0001 $4,8001
$2,480
$500
$27,780
$67,380
$0
$20,000 $2,000
$2,000 $200
$2,800 $280
$500
$0
$0
$16,400
$0
$16,400
$9,000
$0
$9,000
$5,400
$0
$5,400
$6,400
$0
$6,400
$0
$0
$0
$600
$22,000
$22,600
$600
$2,200
$2,800
$600
$3,080
$3,680
$600
$500
$1,100
Bid Phase Services 0 271 951 821 4
8.1 Bid Support
Prepare for Bonfire Upload 2
Maintain Planholders List 2 4
Address Bidder Questions 10 30
Issue Addenda 10 30 40
Prepare Agenda for Pre -bid Meeting 1 2 4
Attend Pre -Bid Meeting 2 2 2
Prepare Bid Tabulation 1 4
Prepare Conformance Plans & Specs 4 20 36
Sub Coordination
Electrical 4
Architectural 4
$51,600
$10,5001 $2,0001 $1,2501 $1,500
$15,250
$66,855
$0
$1,500
$10,506 $1,056
$2,000 $200
$0
$0
$400
$0
$400
$1,300
$0
$1,300
$12,000
$0
$12,000
$19,200
$0
$19,200
$1,600
$0
$1,600
$1,600
$0
$1,600
$900
$0
$900
$12,400
$1,500
$13,900
$0
$0
$0
$1,100
$11,550
$12,650
$1,100
$2,200
$3,300
9.0
Construction Phase Services
Construction Phase Services
0
0
0
0
0
$0
$0
$0
$0
$0
$0
$0
Addtl Services
$0
$0
$0
$0
$0
$0
10.0
Resident Project Representative Svcs
Resident Project Representative Svcs
0
0
0
0
0
$0
$0
$0
$0
$0
$0
$0
Addtl Services
$0
SO
$0
$0
SO
$0
11.0
Record Drawings
Record Drawings
0
0
0
0
0
$0
$0
$0
$0
$0
$0
$0
Addtl Services
$0
SO
$0
$0
SO
$0
Now
O asement
Prepare up to 5 Easements (1-Oncor/4-CFW)
Prepare Final Plat and Submit to City
Revisions
0
10
10
30
0
$11,800
$0
$0
$0
$0
$0
$11,803
Addtl Services
10
10
30
S11,800
$0
$11,800
$0
$0
$0
$0
$0
$0
13.0
1bury
0
5
12
20
0
$8,700
$13,7001
$20,0001
$3,370
$0
$37,070
$45,770
13.1 topographic Survey
Desi,9n Survey 4 8 16
13.2 L0 9R - Post Const. Survey Addtl Services
13.3 Subsurface Utility Engineering (SUE) 1 4 4
Level B - 300 LF ROW
Level A - 5 Test Holes
$0
$20,000 $2,000
$13,706 $1,370
i$6
$0
$0
$6,500
$22,000
$28,5 00
$0
$0
$0
$2,200
$15,070
$17,270
121$0
$0
$01
$0
City of Fort Worth, Texas
Attachment 1311 - Level of Effort Supplement Page 5 of 6
EXHIBIT B-1
Level of Effort Spreadsheet (TASK/HOUR BREAKDOWN)
Design Services for HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK;
City Project No. 105718
2/24/2025
Task No.
Task Description
Rate
Labor (hours)
Senior Senior Project ManagerI
Analyst Admin.
Professional II Professional I Engineer
$380.00 $360.00 $280.00 $179.00 $155.00
Total Labor
Cost
Subconsultant Travel /
Reproduction/ Fees
MWBE Non-MWBE Markup (Permitting
Total
Expense Cost
Task Sub Total
14.0
Permitting
01
641
1441
210
0
$100,805
$0 li $0
$0
$3,000
$3,000
$103,805
TCEQ Chapter 290 Permitting 2 4 8
Revisions 2 4 6
YCEQ Generator Permit Application 4 8
Grading Permit 2 10 15
Revisions 2 4 8
Drainaq` Study
Preliminary 20 40. 80
Final 15 30 60
Fire Dept - Diesel Container Permit 2 4
Revisions 4
Electrical Service
Oncor Coordination 4 112
Service Application 4 8
Easement Dedication 2 4
Building Permit 2 10 15
Revisions 1 2 4
Flood Study Addtl Services
Preliminary
Final
Floodplain Development Permit Addtl Services
Revisions
Zoning Assistance Addtl Services
Revisions
Urban Forestry Addtl Services
Revisions
LOMR Addtl Services
Revisions
$3,300
$1,000
$2,000
$0
$3,300
$3,300
$0
$3,300
$3,700
$0
$3,700
$6,200
$1,000
$7,200
$3,300
$0
$3,300
$0
$2,000
$2,000
$32,700
$0
$32,700
$24,500
$0
$24,500
$1,800
$0
$1,800
$1,800
$0
$1,800
$0
$0
$0
$6,900
$0
$6,900
$3,700
$0
$3,700
$1,800
$0
$1,800
$6,200
$0
$6,200
$1,600
$0
$1,600
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
15.0
Early Equipment Procurement Package
0
0
0
0
0
$0
$0
$0
$0
$0
$0
$0
Bid Package Development
Bid Support
Procurement Support
Addtl Services
Addtl Services
Addtl Services
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
16.0
Additional Services
01
0
0
01
0
$30,000
$0
$0
$0
$0
$0
$30,000
$30,000
$0
$30,000
Subtotall
798
1 1,489
1 2,200
1 22
$1,132,200
$403,4001
$106,2001
$50,9601
$9,500
$570,0601
$1,702,260
Total Fee:
Survey/SUE Fee:
Total Fee (-) Survey Fee:
Description
31 - Design
51 -Survey
Total
$1,702,260
$45,770
$1,656,490
Water
Sewer
$1,656,490
$0
$45,770
$0
$1,702,260
$0
Project Summary
Total Hours
4,509
Total Labor
$1,132,200
Total E ense
$570,060
M/W ub
$403,400
M/WBEParticipation
23.70%
Non-M/WBE Sub
$106,200
Total Sub Markup
$50,960
Total Direct Expenses
$9,500
Grand Total $1,702,260.001
City of Fort Worth, Texas
Attachment B1 - Level of Effort Supplement Page 6 of 6
EXHIBIT "B-2r' SAMPLE INVOICE
Professional Services Payment Request Project Manager: IFaridaGoderya I Summary
Project: HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
City Project #: 105718 1
City Sec Number: 1xxxxx
Name: IKimley-Horn and Associates, Inc.
Consultant's PM:
Vendor Invoice #:
Payment Request #
From Date:
To Date:
Invoice Date:
Sheet
Work Type 1
Work Type 2
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Josh Kercho
061018XXX-01
1
2/1/2025
2/28/2025
2/28/2025
Consultant Instructions:
Fill in green cells including Invoice Number, From and To Dates and the included worksheets.
When your Invoice is complete, save and close, start Bu=saw and Add your invoice to the
Consultant folder within Project's folder.
email: losh.kerchonkimlewhorn.com
Office Address 801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102
Telephone: (817) 335-6511
Fax: (817) 335-5070
Remit Address P.O. Box 951640, Dallas, TX 75395-1640
LOCK
UNLOCK
Agreement Amendment Agreement Amount to Completed Percent ($) Invoiced Current Remaining
FAC and Work Type Description Amount Amount Date Amount Completed Previously Invoice Balance
Water Desiqn $1,702,260.00 $1,702,260.00 $1,702,260.00
Totals This Payment Request $1.702260.00 $1,702,260.00 $1,702,260.00
Overall Percentage Complete:
EXHIBIT "B-2" SAMPLE INVOICE
Professional Services Payment Request Project Manager: Farida Goderya
Project: IHOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TAOK
City Project #: 105718
Work Type Desc: Water Consultant Instructions:
FIAIC: .-------------------
City Sec Number: xx>m Fill in green cells including Percent Complete and Invoiced Previously Quanities
Purchase Order: When your Invoice is complete, save and close, start Bu- and Add your invoice to the
Consultant folder within Project's folder.
Name: Kimsey -Horn and Associates,
Consultant's PM:
Josh Kercho
Vendor Invoice #:
061018XXX-01
Payment Request
#: 1
From Date:
2n12025
To Date:
2/28/2025
Invoice Date:
2/28/2025
Pay Items
Description
30 - Design
Totals This Unit:
email: josh.kercho@kinley-horn.com
Office Address 8o1 cherry street, Unit 11, suite 1300, Fort Worth, TX 76102
Telephone: (817)335-6511
Fax: (817)335-5070
Remit P.O. Box 951640, Dallas, TX 75395-1640
Address:
Agreement Amendment
Amount Number
$1,702,260.00
$1.702.260.00
Agreement
Amount to Completed
Amendment Amount Date Amount
$1,702,260.00
$1.702.260.00
Overall Percentage Complete:
Percent ($) Invoiced
Completed Previously
Current Remaining
Invoice Balance
$1,702,260.00
$1.702.260.00
EXHIBIT B-2
SAMPLE INVOICE
for HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
City Project No. 105718
Electrical
Design
Gupta
Task 1 Design Management $ 74,600 $ 2,250 $ 22,500
Task 2 Site Selection 11 :=W&Wil
Task 3 Site Acquisition $ 22,400 $ 2,850 1
Hydraulic
Modeling
lupitex
Subsurface
Utility Eng.
Yellow Rose
Geatecbnical
Engineering
cMt
Architectural
Design
Quorum
Topographic
survey
YPA
Real Estate
services Completed Amount
McCarthy
1 $ -
$ -
$ 23,500 1 $ -
Percent
Completed
0.00%
0.00%
0.00%
Invoiced Previously Current Invoice
$ - $ -
$ - I $ -
$ - I $ -
$ - I $ -
$ - I $ -
$ - I $ -
$ - I $ -
$ - I $ -
$ - I $ -
$ - I $ -
$ - I $ -
$ $ - -
$ - I $ -
$ - I $ -
$ - $ -
Remaining Balance
$ 99,350.00
$ 89,200.00
$ 48,750.00
Task 4 Conceptual Design
Task 5 Preliminary Design
Task 6 Final Design
W .1 $ 55,000
$ 298,600 $ 16,800 $ 145,000
11 11 $ 89,000
$ 47,700
$ 27,900
$ 14,000
$ 14,000
.. 1 $ -
' 11 $ -
11 $ -
0.00%
0.00%
0.00%
$ 273,660.00
$ 474,400.00
$ 391,300.00
Task 7 Const Doc Prep
Task 8 Bid Phase Services
$ 39,600 $ 2,980 $ 20,000
.11 1 $ 10,500
$ 4,800
$ 2,000
: 1 $ -
1 $ -
0.00%
0.00%
$ 67,380.00
$ 66,850.00
Task 9 Const Phase Services
$ - $ -
$ -
0.00%
$ -
Task 10 RPR Services
$ -
0.00%
$ -
Task 11 Record Drawings
$ - $ -
$
0.00%
$ -
Task 12 ROW/Esmt S
Task 13 Survey and SUE
No :11
$ 8,700 $ 3,370
:11 $ -
1 $ -
1 :11 $ -
$ -
0.00%
$ 11,800.00
$ 13,700
$ 20,000
0.00%
0.00%
0.00%
$ 45,770.00
Task 14 Permitting
Task 15 Early Equipment Pkg
11 :11 111
$ - $ -
$ 103,800.00
$ -
Task 16 Additional Services
1 111
1 111 $ -
0.00%
$ - $ -
$ 30,000.00
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services
for
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
City Project No. 105718
NO CHANGES
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page I of I
Attachment D
City Project No. 105718
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
ID Task Name Duration Start Finish Predecess% 2026 202jj 2D28 2029
Complete'F M A M J J A S I O I N D I J I F M A M J J A S O I N D J I F M I A I M J J A S O N D J F M A M I J J A S O I N I D I I F I M I
1 Holly to Eastside II Pump Station (E2-1) 1082 days Mon 4/7/25 Tue 5/29/29 0%
2 Pre -Engineering 30 days Mon 4/7/25 Fri 5/16/25 0% 1
3 Notice to Proceed 1 wk Mon 4/7/25 Fri 4/11/25 0%
4 Kick -Off Meeting with City 1 wk Mon 4/14/25 Fri 4/18/25 3 0%
5 Data Collection 2 wks Mon 4/21/25 Fri 5/2/25 4 0%
6 Prepare Sub Contracts 2 wks Mon 5/5/25 Fri 5/16/25 5 0%
7 Site Selection and Acquisition 167 days Mon 5/19/2S Tue 1/6/26 0% 1
8 Pump Station Siting 97 days Mon 5/19/2S Tue 9/30/25 0% 1
9 Preliminary Sizing 3wks Mon 5/19/25 Fri 6/6/25 2 0%
10 Exhibit Preparation 4 wks Mon 5/9/25 Fri 7/4/25 9 10%
11 Technical Memorandum 3 wks Mon 7/7/25 Tue 8/26/25 10 0%
12 City Review 1 wk Wed 8/27/25 Tue 9/2/25 11 0%
13 Due Diligence with Property Owners & 4 wks Wed 9/3/25 Tue 9/30/25 12 0%
Plant Ops
14 Site Acquisition 90 days Wed 9/3/25 Tue 1/6/26 0% r
15 Appraisals 6 wks Wed 9/3/25 Tue 10/14/25 12 0%
16 Negotiation 12 wks Wed 10/15/25 Tue 1/6/26 15 0%
17 Eminent Domain Assumed to not be 0 wks Tue 1/6/26 Tue 1/6/26 16 0% ♦ 1/6
Required
18
Hydraulic Analysis
65 days
Mon 5/19/25
Fri 9/15/25
19
Data Collection
1 wk
Mon 5/19/25
Fri 5/23/25
20
Model and MP Evaluation
6 wks
Mon 5/26/25
Fri 7/4/25
21
Technical Memorandum
2 wks
Mon 7/7/25
Fri 7/18/25
22
City Review
2 wks
Mon 7/21/25
Fri 8/1/25
23
Revisions
2 wks
Mon 8/4/25
Fri 8/15/25
24
HO to ESII Pump Station
975 days
Wed 9/3/25
Tue 5/29/29
25
Preliminary Engineering Report (PER)
75 days
Wed 9/3/25
Tue 12/16/25
26
Design Survey
4 wks
Wed 9/3/25
Tue 9/30/25
27
Site layout and Exhibits
4 wks
Wed 10/1/25
Tue 10/28/25
28
Report
2 wks
Wed 10/29/25
Tue 11/11/25
29
Submit to City
1 wk
Wed 11/12/25
Tue 11/18/25
30
City Review
2 wks
Wed 11/19/25
Tue 12/2/25
31
Review Meeting
1 wk
Wed 12/3/25
Tue 12/9/25
32
Revise PER per City Comments
1 wk
Wed 12/10/25
Tue 12/16/25
33
60% Preliminary Design
100 days
Wed 12/17/25
Tue 5/5/26
34
Prepare 60% Documents
100 days
Wed 12/17/25
Tue 5/5/26
35
Geotechnical Investigation
10 wks
Wed 12/17/25
Tue 2/24/26
36
Preliminary Drawings
10 wks
Wed 12/17/25
Tue 2/24/26
37
Preliminary Specifications
4wks
Wed 2/25/26
Tue 3/24/26
38
60% OPCC
1 wk
Wed 3/25/26
Tue 3/31/26
39
QAQC / Revisions
2 wks
Wed 4/1/26
Tue 4/14/26
Project: HOLLY TO EASTSIDE II Task summary
CPN 105718 Split I I protect Summary
Date: Thu 2/27, Milestone ♦ Inactive Task
0%
2 0%
19 0%
20 0%
21 0%
22 0%
0%
0%
18,12 0%
26 0%
27 0%
28 0%
29 0%
30 0%
31 0%
25
25
36
37
38
0%
0%
0%
0%
0%
0%
0%
Inactive Milestone
Inactive Summary
Manual Task
O Duration -only II-L Start -only
I 1 Manual SummaryRollup Finish -only
Manual Summary . . External Tasks
Page 1 of 3
C External Milestone ♦ Manual Progress
Deadline i
Progress
ID Task Name (Duration
40 Submitto City 0wks
41
City Review
2 wks
42
Review Meeting
1 wk
43
Final Design
140 days
44
Prepare 90%Documents
100 days
45
Final Drawings
10 wks
46
Final Project Manual
4 wks
47
90%OPCC
1wk
48
QA/QC Review
2 wks
49
Submit to City
0wks
5D
City Review
2 wks
51
Review Meeting
1 wk
52 J
Final Construction Documents Package
40 days
53 Plan Revisions
54 Project Manual Revisions
55 Final OPCC
56 Submit OPCCto M/WBE for
Construction Goal
57 Construction Doc Submittal
58 City Review/Final Acceptance
59 Permitting/Entitlements
60 Oncor FEA
61 Drainage Study
62 Grading Permit
63 TCEO Permit
64 Building Permit
65 Bidding
66 Advertisment
67 Award of Contract
68 Construction
69 Public Meeting
70 Pre -Construction Meeting
71 Construction
72 Closeout
73 Closeout Report and Review
74 Record Drawings
75 Acceptance
76 Final Acceptance
4 wks
4 wks
1 wk
1 day
2 wks
1 wk
260 days
25 wks
12 wks
12 wks
8 wks
12 wks
80 days
6 wks
10 wks
530 days
1 wk
2 wks
104 wks
30 days
2 wks
4 wks
0 days
0 days
Attachment D
City Project No.105718
HOLLY TO EASTSIDE II BOOSTER PUMP STATION AND GROUND STORAGE TANK
Start Finish Predecess % '2026 2111 1121 2029
CompleteF MIA(M J J A SIOI N iD JIFIMI AIM 1 Il IAISIOINIDI JIFIMIAIMIJIJIAISIOINID JIFIMIAIMIJIJIAISIOINID IIFIM
Tue 4/14/26 Tue 4/14/26 39 0% 1/1d
Wed 4/15/26 Tue 4/28/26 40 0%
Wed 4/29/26 Tue 5/5/26 41 0%
Wed 5/6/26 Tue 11/17/26 0%
Wed 5/6/26 Tue 9/22/26 0%
Wed 5/6/26 Tue 7/14/26 34 0%
Wed 7/15/26 Tue 8/11/26 45 0%
Wed 8/12/26 Tue 8/18/26 46 0%
Wed 8/19/26 Tue 9/1/26 47 0%
Tue 9/1/26 Tue 9/1/26 48 0% ♦, 501
Wed 9/2/26 Tue 9/15/26 49 0% y�tl
Wed 9/16/26 Tue 9/22/26 50 0%
Wed 9/23/26 Tue 11/17/26 0% �r
Wed 9/23/26 Tue 10/20/26 44 0% 1
Wed 9/23/26 Tue 10/20/26 44 0% 1
Wed 10/21/26 Tue 10/27/26 53,54 0%
Wed 9/23/26 Wed 9/23/26 44 0% I
Wed 10/28/26 Tue 11/10/26 55 0%
Wed 11/11/26 Tue 11/17/26 57 0%
Wed 12/17/25 Tue 12/15/26 0% .r
Wed 12/17/25 Tue 5/9/26 25 0%
Wed 9/23/26 Tue 12/15/26 44 0% 1
Wed 9/23/26 Tue 12/15/26 44 0%
Wed 7/22/26 Tue 9/15/26 44 0% ►�
Wed 7/22/26 Tue 10/13/26 44 0% ♦�
Wed 12/16/26 Tue 4/6/27 0% __F
Wed 12/16/26 Tue 1/26/27 52,59,14 0%
Wed 1/27/27 Tue 4/6/27 66 0%
Wed 4/7/27 Tue 4/17/29 0%
Wed 4/7/27 Tue 4/13/27 65 0% I
Wed 4/7/27 Tue 4/20/27 65 0%
Wed 4/21/27 Tue 4/17/29 70 0%
Wed 4/28/29 Tue 5/29/29 0%
Wed 4/18/29 Tue 5/1/29 71 0%
Wed 5/2/29 Tue 5/29/29 73 0%
Tue 5/29/29 Tue 5/29/29 0%
Tue 5/29/29 Tue 5/29/29 72 0%
Project: HOLLY TO EASTSIDE II Task Summary Inactive Milestone Duration -only L Start -only C EMemal Milestone ♦ Manual Progress
CPN 105718 Split . . . . . . . . . . . . . . . . . . . Project Summary Inactive Summary 0 1 Manual Summary Rollup Finish -only ] Deadline i
Date: Thu 2/27/25 Milestone ♦ Inactive Task Manual Task Manual Summary . . External Tasks Progress
Page 2 of 3
ATTACHMENT E
ATTACHMENT "E"
-----�
INTERSTATE HWY 820
-- m p0
cn
POTENTIAL PUMP T
STATION SITES
T_.
i
MEACHAM BLVD
NORTHERN CROSS�LVD
POTENTIAL PUMP
STATION SITE
[ --GLENVIEW DR [yEffi
I —
m Q�
D �
cn Q,
I q17HTHql
FFqVMTFFFFM FTEI
POTENTIAL PUMP /
STATION SITES
ATTACHMENT 7"
CERTIFICATE OF INSURANCE
Holly to Eastside II Booster Pump Station and Ground Storage Tank
City Project
No. 105718
City of Fort Worth, Texas
Attachment F
Attachment F
POLICY NUM13ER: GL5268169
COMMERCIAL GENERAL LIABILITY
CG20371219
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODLICTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Personls)
Or Organization(s)
ANY PERSON OR ORGANIZATION WHOM YOU
BECOME OBLIGATED TO INCLUDE AS AN
ADDITIONAL INSURED AS A RESULT OF ANY
CONTRACT OR AGREEMENT YOU HAVE ENTERED
INTO.
Location And Descri tion Of Completed Operations
PER THE CONTRACT OR AGREEMENT.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations,
A. Section II - Who Is An Insured is amended to
include as an additional insured the person(s) or
crganizatlon(s) shown in the Schedule, but only
with respect to liability for "bodily injury" or
"property damage" caused, in whole or in part,
by "your work" at the location designated and
described in the Schedule of this endorsement
performed for that additional insured and
included in the "products -completed operations
hazard".
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted
by law; and
2, If coverage provided to the additional
insured is required by a contract or
agreement, the insurance afforded to such
additional insured will not be broader than
that which you are required by the contract
or agreement to provide for such additional
insured.
19. With respect to the insurance afforded to
these additional insureds, the following is
added to Section III - Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most
we will pay on behalf of the additional insured
is the amount of insurance;
1. Required by the contract or agreement; or
2. Available under the applicable limits of
insurance;
whichever is less.
This endorsement shall not increase the
applicable limits of insurance.
CG 20 37 12 19 (1) Insurance Services Office, Inc., 2018 Page 1 of 1
Attachment F
TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
This endorsement changes the policy to which It Is attached and Is effective on the date issued unless otherwise stated.
{The Information below Is requlYed only when this endorserneol is Issued subsepueni to preparation of the policy.}
This endorsement, effective 12:01 AM 04101/2025 forms a part of Policy No. WC 067-96-1230
Issued to K I MLEY - HORN AND ASSOCIATES, INC.
By NEW HAMPSHIRE INSURANCE COMPANY
This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the
Information Page.
We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce
our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily
injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this
waiver from us.
This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule,
The premium for this endorsement is shown in the Schedule.
Schedule
Specific Waiver
Name of person or organization
(X) Blanket Waiver
Any person or organization for whom the Named Insured has agreed by written contract. to furnish this waiver.
2. Operations: ALL TEXAS OPERATIONS,
3. Premium:
The premium charge for this endorsement shall be 2.0 percent of the premium developed on payroll in
connection with work performed for the above person(s) or organization(s) arising out of the operations described.
4. Advance Premium; I NCLUDCD
r
nevi b
WC4203t74B Countersigned Y---___..---------------___-_
(Ed. 6.14) Authoriixed Representative
gCopyrighl 2014 National Council on Compensation Insurance, Inc. All Rights Resorved.
Attachment F
POLICY NUMBER; GL5268169
COMMERCIAL GENERAL LIABILITY
CG20101219
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the fallowing;
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
_Or Organization(s) _ Location(s) Of Covered Operations
ANY PERSON OR ORGANIZATION WHOM YOU PER THE CONTRACT OR AGREEMENT.
BECOME OBLIGATED TO INCLUDE AS AN
ADDITIONAL INSURED AS A RESULT OF ANY
CONTRACT OR AGREEMENT YOU HAVE ENTERED
INTO.
Information required to complete this Schedule, if not shown above, will be shown In the Declarations.
CG 20 10 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 2 0
Attachment F
A. Section it - Who Is An Insured is amended to
include as an additional insured the person(s) or
organizationjs) shown in the Schedule, but only
with respect to liability for "bodily injury",
"property damage" or "personal and advertising
injury" caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on
your behalf;
in the performance of your ongoing operations
for the additional insured(s) at the locations)
designated above.
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted
by law; and
2. If coverage provided to the additional
insured is required by a contract or
agreement, the insurance afforded to such
additional insured will not be broader than
that which you are required by the contract
or agreement to provide for such additional
insured.
S. With respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to "bodily injury"
or "property damage" occurring after:
1. All work, including materials, parts or
equipment furnished in connection with such
work, on the project {other than service,
maintenance or repairs) to be performed by
or on behalf of the additional insuredjs) at
the location ❑f the covered operations has
been completed; or
2. That portion of "your work" out of which
the injury or damage arises has been put to
its intended use by any person or
organization other than another contractor or
subcontractor engaged in performing
operations for a principal as a part of the
same project.
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section Ill - Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most
we will pay on behalf of the additional insured
is the amount of insurance:
I. Required by the contract or agreement; or
2. Available under the applicable limits of
insurance;
whichever is less.
This endorsement shall not incroase the
applicable limits of insurance.
Page 2 of 2 0 Insurance Services Office, Inc., 2018 CG 20 10 12 19
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, May 13, 2025 REFERENCE NO.: **M&C 25-0413
LOG NAME: 60HOLLY TO EASTSIDEII PS AND GST-KHA
SUBJECT:
(CD 2) Authorize Execution of an Engineering Agreement with Kimley-Horn and Associates, Inc. in the
Amount of $1,702,260.00 for the Holly to Eastside II Booster Pump Station and Ground Storage Tank
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 Kimley-Horn and Associates, Inc. in the
amount of $1,702,260.00 for Holly to Eastside II Booster Pump Station and Ground Storage Tank
project;
2. Adopt the attached resolution expressing Official Intent to Reimburse expenditures with proceeds of
future enterprise fund debt for the Holly to Eastside II Booster Pump Station and Ground Storage
Tank project; and
3. Adopt the attached appropriation ordinance adjusting appropriations in the Water & Sewer
Commercial Paper Fund by increasing appropriations in the Holly to Eastside II Booster Pump
Station and Ground Storage Tank project (City Project No. 105718) in the amount of $2,213,710.00
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 Kimley-Horn and
Associates, Inc. in the amount of $1,702,260.00 for the preparation of plans and specifications for Holly to
Eastside II Booster Pump Station and Ground Storage Tank project. The City and its wholesale customers
within Fort Worth's Water Service area in North Tarrant County and South Denton County have
experienced significant growth and will require additional water infrastructure in the near future to allow the
available existing water treatment capacity at the Holly Water Treatment Plants to be transferred to the
Eastside II Pressure Plane and Northside Pressure Planes.
In addition to the contract amount, $511,450.00 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:
60HOLLY TO EASTSIDEII PS AND GST-KHA
Capital
project
FY2025 CIP Budget Change Revised
Fund
Name
Appropriations Authority (Increase/Decrease) FY2025
Name
Budget
Fund
105718-
56026 -
Holly to
W&S
This M&C $2,213,710.00 $2,213,710.00
Commercial
Booster$0.00
Paper
PS &
GS
Funding is budgeted in the Commercial Paper project within the W&S Commercial Paper Fund for the
purpose of funding the Holly to Eastside II Booster PS & GST project.
Funding for the Holly to Eastside II Booster Pump Station and Ground Storage Tank project depicted
below:
Fund I Existing Additional project Total*
Appropriations Appropriations
Fund 56026 -
W&S
Commercial $0.00
Paper
Project Total 1 $0.0011
$2,213,710.00 $2,213,710.00
$2,213,710.0011$2,213,710.00
*Numbers rounded for presentation purposes.
BUSINESS EQUITY OFFICE: The Business Equity Division placed a 12.53 percent business equity goal
on this solicitation/contract. Kimley-Horn and Associates, Inc., will be exceeding the goal at 23.70
percent, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by
the Business Equity Division.
The project is located in COUNCIL DISTRICT 2.
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 Holly to
ES2 Booster PS & GT 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 ProgramActivity Budget Reference # Amount
ID ID Year (Chartfield 2)
CERTIFICATIONS:
Submitted for Citv Manager's Office by_ Jesica McEachern (5804)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: Farida Goderya (8214)
ATTACHMENTS
1. 24-105718 (RFP Holly to Eastside Booster Pump Station)CM-NS.pdf (CFW Internal)
2. 60HOLLY TO EASTSIDEII PS AND GST-KHA FID Table (WCF 05.07.25).xlsx (CFW Internal)
3. 60HOLLY TO EASTSIDEII PS AND GST-KHA fund avail.docx (CFW Internal)
4. 60HOLLY TO ESII PS&GST-KHA.pdf (Public)
5. Commercial Pager Balance as of 04.10.25.xlsx (CFW Internal)
6. Form 1295 Certificate 101300339.pdf (CFW Internal)
7. ORD.APP 60HOLLY TO EASTSIDEII PS AND GST-KHA 56023 A025(r3).docx (Public)
8. PBS CPN 105718.Ddf (CFW Internal)
9. Res. 60HOLLY TO EASTSIDEII PS AND GST-KHA.docx (Public)
10. SAM.aov search KHA.pdf (CFW Internal)
60HOLLY TO EASTSIDEII PS AND GST-KHA FID TABLE
2 and
3) 56026
0600430
5110101
105718
001430
9999
$214,200.00
Water Staff Cost
2 and
3) 56026
0600430
5550102
105718
001430
9999
$4,000.00
Public Outreach
1
56026
0600430
5330500
105718
001430
9999
$1,702,260.00
Contract
2 and
3) 56026
0600430
5310350
105718
001470
9999
$4,000.00
Utility Coordination
2 and
3) 56026
0600430
5710010
105718
001440
9999
$140,000.00
Easement Acquisition
2 and
3) 56026
0600430
5110101
105718
001440
9999
$40,000.00
Easement Acquisition
2 and
3) 56026
0600430
5330500
105718
001440
9999
$10,000.00
Easement Acquisition
2 and
3) 56026
0600430
5740010
105718
001480
9999
$10,000.00
Easement Acquisition
2 and
3) 56026
0600430
5330500
105718
001484
9999
$71,400.00
Soil Lab Consultant
2 and
3) 56026
0600430
5310350
105718
001484
9999
$17,850.00
Soil Lab TPW Staff
2 and
3) 56026
206000
105718
RETAIN
Retainage Combo Code