Loading...
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