HomeMy WebLinkAboutContract 63656CSC No. 63656
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 Neel -Schaffer, Inc, authorized to do business in Texas, ("ENGINEER"), for a
PROJECT generally described as: Cast Iron Water Main and Sanitary Sewer
Replacement on the Hampshire Boulevard — Project No. 106068.
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 $658,400.00 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
Cast Iron Water Main and Sanitary Sewer Replacement on Hampshire Blvd
106068
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 Cast Iron Water Main and Sanitary Sewer Replacement on Hampshire Blvd
Standard Agreement for Engineering Related Design Services 106068
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 Cast Iron Water Main and Sanitary Sewer Replacement on Hampshire Blvd
Standard Agreement for Engineering Related Design Services 106068
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 Cast Iron Water Main and Sanitary Sewer Replacement on Hampshire Blvd
Standard Agreement for Engineering Related Design Services 106068
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 Cast Iron Water Main and Sanitary Sewer Replacement on Hampshire Blvd
Standard Agreement for Engineering Related Design Services 106068
Revised Date: 12-08-2023
Page 5 of 15
subsection (3) hereof. CITY shall give subconsultant reasonable advance
notice of intended audits.
(3) ENGINEER and subconsultant agree to reproduce such documents as may
be requested by the CITY. The CITY agrees to reimburse ENGINEER for the
cost of hard copies at the rate published in the Texas Administrative Code in
effect as of the time copying is performed.
L. INSURANCE
Engineer shall not commence work under this Agreement until it has
obtained all insurance required under Attachment F and City has approved
such insurance.
M. Independent Consultant
The ENGINEER agrees to perform all services as an independent consultant
and not as a subcontractor, agent, or employee of the CITY. The doctrine
of respondent superior shall not apply.
N. Disclosure
The ENGINEER acknowledges to the CITY that it has made full disclosure in
writing of any existing conflicts of interest or potential conflicts of interest,
including personal financial interest, direct or indirect, in property abutting the
proposed PROJECT and business relationships with abutting property cities.
The ENGINEER further acknowledges that it will make disclosure in writing of
any conflicts of interest that develop subsequent to the signing of this contract
and prior to final payment under the contract.
O. Asbestos or Hazardous Substances
(1) If asbestos or hazardous substances in any form are encountered or
suspected, the ENGINEER will stop its own work in the affected portions
of the PROJECT to permit testing and evaluation.
(2) If asbestos or other hazardous substances are suspected, the CITY may
request the ENGINEER to assist in obtaining the services of a qualified
subcontractor to manage the remediation activities of the PROJECT.
P. Permitting Authorities - Design Changes
If permitting authorities require design changes so as to comply with published
design criteria and/or current engineering practice standards which the
ENGINEER should have been aware of at the time this Agreement was
executed, the ENGINEER shall revise plans and specifications, as required,
City of Fort Worth, Texas Cast Iron Water Main and Sanitary Sewer Replacement on Hampshire Blvd
Standard Agreement for Engineering Related Design Services 106068
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 Cast Iron Water Main and Sanitary Sewer Replacement on Hampshire Blvd
Standard Agreement for Engineering Related Design Services 106068
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 Cast Iron Water Main and Sanitary Sewer Replacement on Hampshire Blvd
Standard Agreement for Engineering Related Design Services 106068
Revised Date: 12-08-2023
Page 8 of 15
(3) The CITY will include in each agreement it enters into with any other entity or
person regarding the PROJECT a provision that such entity or person shall
have no third -party beneficiary rights under this Agreement.
(4) Nothing contained in this Section H. shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER.
I. Litigation Assistance
The Scope of Services does not include costs of the ENGINEER for required
or requested assistance to support, prepare, document, bring, defend, or
assist in litigation undertaken or defended by the CITY. In the event CITY
requests such services of the ENGINEER, this AGREEMENT shall be
amended or a separate agreement will be negotiated between the parties.
J. Changes
The CITY may make or approve changes within the general Scope of
Services in this AGREEMENT. If such changes affect the ENGINEER's cost
of or time required for performance of the services, an equitable adjustment
will be made through an amendment to this AGREEMENT with appropriate
CITY approval.
Article VI
General Legal Provisions
A. Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT upon
receipt of a written Notice to Proceed from the CITY.
B. Reuse of Project Documents
All designs, drawings, specifications, documents, and other work products of
the ENGINEER, whether in hard copy or in electronic form, are instruments
of service for this PROJECT, whether the PROJECT is completed or not.
Reuse, change, or alteration by the CITY or by others acting through or on
behalf of the CITY of any such instruments of service without the written
permission of the ENGINEER will be at the CITY's sole risk. The CITY shall
own the final designs, drawings, specifications and documents.
City of Fort Worth, Texas Cast Iron Water Main and Sanitary Sewer Replacement on Hampshire Blvd
Standard Agreement for Engineering Related Design Services 106068
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 Cast Iron Water Main and Sanitary Sewer Replacement on Hampshire Blvd
Standard Agreement for Engineering Related Design Services 106068
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 Cast Iron Water Main and Sanitary Sewer Replacement on Hampshire Blvd
Standard Agreement for Engineering Related Design Services 106068
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 Cast Iron Water Main and Sanitary Sewer Replacement on Hampshire Blvd
Standard Agreement for Engineering Related Design Services 106068
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 Cast Iron Water Main and Sanitary Sewer Replacement on Hampshire Blvd
Standard Agreement for Engineering Related Design Services 106068
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 Cast Iron Wate Main and Sanitary Sewer Replacement on Hampshire Blvd
Standard Agreement for Engineering Related Design Services 106068
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
Jesica McEachern
Assistant City Manager
Date: 07/15/2025
�n
Daoo
'dfr FAR. nBP
A!y pd
ATTEST:
C\�dd4p nEXPso4a
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
By: Christopher H rder (Jul 7, 2025 17:24 CDT)
Christopher Harder, P.E.
Director, Water Department
APPROVED AS TO FORM AND LEGALITY
By: n� au�Rlark(i11i>> lmsnaitiLDVI
Douglas W Black
Sr. Assistant City Attorney
Contract Compliance Manager:
BY:
ENGINEER
Neel -Schaffer, Inc.
I
D rek Cheatham, P.E.
Senior Vice President
Date: 7 /5 J Za Z,9—
M&C No.: 25-0641
M&C Date: June 20, 2025
Form 1295 No.: 2025-1298551
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.
� ,
Parvathi Sreekumaran Unnithan, P.E.
Project Manager
City of Fort Worth, Texas Cast Iron Water Main and Sanitary Sewer Replacement on Hampshire Blvd
Standard Agreement for Engineering Related Design Services 106068
Revised Date: 12-08-2023
Page 15 of 15
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
ATTACHMENT A
Scope for Enqineerinq Desiqn Related Services for Water and/or Sanitary Sewer
Improvements
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON HAMPSHIRE
BOULEVARD
CITY PROJECT NO.: 106068
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.
The project includes water main and sewer line replacements as indicated below.
Water Mains:
Approximate
Street
Limits
Length
Size
Ayers Ave, S
Lancaster to Hawlet
2,300'
12" PVC
Boston
Lancaster to Panola
750'
8" PVC
Hampshire Blvd
Collard to Haynes
3,000'
24"
Hampshire Blvd
Collard to Lynnfield
400'
8" PVC
Hampshire Blvd
Oakland to Edgewood
2,550'
24"
Hampshire Blvd
Oakland to Edgewood
2,550'
8" PVC
Hughes Ave, S
Panola to Hampshire
1,050'
8" PVC
Hughes Ave, S
Hampshire to 200'
1,500'
12" PVC
north of Rosedale
Lloyd Ave
Panola to Vinson
500'
8" PVC
Oakland Blvd, S
Lancaster to Hawlet
2,150'
8" PVC
Panola Ave
Perkins to Haynes
300'
8" PVC
Panola Ave
Mt View to Clairemont
300'
8" PVC
Panola Ave
Upton to Griggs
750'
8" PVC
Panola Ave
Rand to Hughes
350'
8" PVC
Rand St
Panola to Lancaster
750'
8" PVC
Vinson St
Hughes to Edgewood
900,
8" PVC
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
Sewer Mains:
Approximate
Street
Limits
Length
Size
"Easement" east of Edgewood
east end of Vinson to east
450'
12" PVC
Vinson St
"easement" east of Lloyd
200'
12" PVC
to Edgewood
"Easement" east of Lloyd
Hampshire to Vinson
550'
8" PVC
Edgewood Ter, S
Judy to Vinson
200'
8" PVC
"Crossing" of Lloyd
at Judy
100,
8" PVC
Hughes Ave, S
south of Railroad to
400'
8" PVC
north of Windowmere
Approximately 20 intersections (around 50' on average) have crossing street water lines
(about 15 have hydrants, valves and lead lines) and they will generally be replaced through
the intersections and about 5' or so past the back of the curb return.
WORK TO BE PERFORMED
Task 1. Design Management
Task 2. Conceptual Design
Task 3. Preliminary Design
Task 4. Final Design
Task 5. Bid Phase Services
Task 6. Construction Phase Services
Task 7. ROW/Easement Services
Task 8. Survey and Subsurface Utility Engineering Services
Task 9. Permitting
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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting
• Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Conduct review meetings with the CITY at the end of each design phase
• Prepare invoices and submit monthly in the format requested by the CITY.
• Prepare and submit monthly progress reports in the format provided by the Water
Department.
• Prepare and submit baseline Project Schedule initially, and Project Schedule updates
with a schedule narrative monthly, as required in Attachment D to this Standard
Agreement and according to the City of Fort Worth's Schedule Guidance Document.
• Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at
the end of the project
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure, and provide and obtain information needed to prepare the
design
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements are
appropriately reflected in the designs. ENGINEER shall work with regulatory
authorities to obtain approval of the designs, and make changes necessary to meet
their requirements, as part of the design scope.
• Personnel and Vehicle Identification: When conducting site visits to the project
location, the ENGINEER or any of its sub -consultants shall carry readily visible
information identifying the name of the company and the company representative.
ASSUMPTIONS
• 15 MWBE reports will be prepared
• 4 meetings with city staff
• 15 monthly water department progress reports will be prepared
• 15 monthly project schedule updates will be prepared
• 15 total monthly reports and updates assumed for design. Additional reports and
updates will be additional services.
DELIVERABLES
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Baseline design schedule
E. Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes
F. Monthly M/WBE Report Form and Final Summary Payment Report Form
TASK 2. CONCEPTUAL DESIGN (30 PERCENT).
The Conceptual Design shall be submitted to CITY per the approved Project Schedule.
The purpose of the conceptual design is for the ENGINEER to
■ Study the project,
■ Identify and develop alternatives that enhance the system,
■ Present (through the defined deliverables) these alternatives to the CITY
■ Recommend the alternatives that successfully addresses the design problem, and
■ Obtain the CITY's endorsement of this concept.
ENGINEER will develop the conceptual design of the infrastructure as follows.
2.1. Data Collection
• In addition to data obtained from the CITY, ENGINEER will research proposed
improvements in conjunction with any other planned future improvements that
may influence the project.
• The ENGINEER will also identify and seek to obtain data for existing conditions
that may impact the project including but not limited to; utilities, agencies (TxDOT
and railroads), City Master Plans, and property ownership as available from the
Tax Assessor's office.
• The data collection efforts will also include conducting special coordination
meetings with affected property owners and businesses as necessary to develop
sewer re-routing plans.
• The ENGINEER shall visit the project site and obtain the meter numbers and sizes
on all existing meters to be replaced on the project and shall identify existing
sample stations and fire line locations.
2.2. Geotechnical Investigations
• ENGINEER shall advise the CITY of test borings and other subsurface
investigations that may be needed for the project. If the CITY determines that
such borings or investigations are needed, then the ENGINEER shall work with
the CITY and CITY's geotechnical consultant to draw up specifications for such
testing program. The cost of such testing will be paid for by the CITY.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 4 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
2.3. Fire Line Reconnection
2.4. The Conceptual Design Package shall include the following:
• Cover Sheet
• Graphic exhibits and written summary of alternative design concepts considered,
strengths and weaknesses of each, and the rationale for selecting the
recommended design concept.
• Documentation of key design decisions.
• Estimates of probable construction cost.
ASSUMPTIONS
• 0 Geotechnical borings are expected for this project.
• One copy of the conceptual design package (30% design) will be
delivered. Report shall be letter sized and comb -bound with a clear plastic
cover. Drawings will be 11" x 17" size fold outs bound in the report.
• DWF files created from design CAD drawings will be uploaded to the designated
project folder in Trimble
• ENGINEER shall prepare the meeting minutes of the Concept Review meeting
and revise the report, if needed.
• ENGINEER shall not proceed with Preliminary Design activities without obtaining
written approval by the CITY of the Conceptual Design Package.
• Initial coordination with other consultant for Lancaster (Ayers, Boston and
Oakland) and for Collard (Hampshire 8" and 20"). The City will require the other
consultant working on Lancaster with TxDOT to provide connecting water lines in
Ayers, Boston, Oakland and Rand to a point approximately 10' south of the
Lancaster south right of way and the other consultant working on Collard to
provide connecting water lines in Hampshire to a point approximately 10' east of
the Collard east right of way for connection in this contract.
• Installation of the water pipe on a curve is allowed.
Fire hydrants and valves that connect to an existing water line, being replaced
with a proposed water line, will also be replaced.
DELIVERABLES
A. Conceptual Design Package
TASK 3. PRELIMINARY DESIGN (60 PERCENT).
Preliminary plans and specifications shall be submitted to CITY per the approved Project
Schedule.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 5 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
ENGINEER will develop the preliminary design of the infrastructure as follows.
3.1. Development of Preliminary Design Drawings and Specifications shall include the
following:
• Cover Sheet
A 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 oroiect easement lavout sheet(s) with property owner information. Not
anticipated or included.
Overall oroiect water and/or sanitary sewer lavout sheets. The water layout sheet
shall identify the proposed water main improvement/ existing water mains in the
vicinity and all water appurtenances along with pressure plane boundaries, water
tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall
identify the proposed sewer main improvement/existing sewer mains and all
sewer appurtenances in the vicinity.
• Overall water and sanitary sewer abandonment sheets.
• 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 given on all proposed centerlines, or baselines.
• Station eauations relating utilities to paving, when appropriate.
• Plan and profile sheets which show the following: proposed water and/or sanitary
sewer plan/profile and recommended pipe size, fire hydrants, water service lines
and meter boxes, gate valves, isolation valves, manholes, existing meter
numbers and sizes that are to be replaced, existing sample locations, existing fire
line locations, existing utilities and utility easements, and all pertinent information
needed to construct the project. Legal description (Lot Nos., Block Nos., and
Addition Names) along with property ownership shall be provided on the plan
view.
The ENGINEER shall make provisions for reconnecting all identifiable water and/or
wastewater service lines which connect directly to any main being replaced,
including replacement of existing service lines within City right-of-way or utility
easement. When the existing alignment of a water and sanitary sewer main or
lateral is changed, provisions will be made in the final plans and/or specifications
by the ENGINEER to relocate all service lines which are connected to the existing
main and connect said service lines to the relocated main.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 6 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
The following shall be applicable at all locations where it is necessary to relocate or
reroute the existing private sanitary sewer service line due to the abandonment or
realignment of the existing public sanitary sewer lateral or main: The CITY shall
furnish the ENGINEER with a sample format of how the sewer service line
reroute/relocation should be designed and submitted for construction. During
design survey, if a rod can be inserted through the cleanout to the bottom of the
service line, the ENGINEER will obtain the flow line elevation and design the
service line prior to advertising the project for bid. If the service flow line
information cannot be obtained during design survey, the ENGINEER shall delay
the design of the sewer service line until after a Quality Level A Subsurface Utility
Engineering (SUE investigation has been performed). The Level A SUE will be
performed; (1) by the ENGINEER if included in the fee proposal; or (2) by the CITY
prior to bidding if the CITY determines that it is needed for satisfactory completion
of the design; or (3) by the Contractor after the project has been bid, by means of a
bid item to that effect. In all options, the ENGINEER shall propose appropriate de -
hole locations in the project and collect flow line elevation and other applicable
information of the sewer service line. The ENGINEER shall use this information to
provide the design for the sanitary sewer service line to be rerouted or relocated.
• Provide map showing location of new manhole construction at the end of existing
sewer segments, 90 degree bends, or tee connections. Site survey or specific
design plans for manhole construction is not included as part of the scope. The
contract documents shall specify that it is the Contractor's responsibility to
coordinate utility location, etc. manhole construction.
The ENGINEER will prepare standard and special detail sheets for water line
installation and sewer rehabilitation or replacement that are not already included in
the D-section of the CITY's specifications. These may include connection details
between various parts of the project, tunneling details, boring and jacking details,
waterline relocations, details unique to the construction of the project, trenchless
details, and special service lateral reconnections. The special details will consist of
24" vertical tie down blocking.
3.2. Geotechnical Investigation
• Soil investigations (two borings to 20'), including field and laboratory tests,
borings, related engineering analysis and recommendations for determining soil
conditions will be made.
3.3. Constructability Review
• Prior to the 60 percent review meeting with the CITY, the ENGINEER shall
schedule and attend a project site visit with the CITY Project Manager and
Construction personnel to walk the project. The ENGINEER shall summarize the
CITY's comments from the field visit and submit this information to the CITY in
writing.
3.4. Utility Clearance
• The ENGINEER will consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY departments, public utilities,
private utilities, private utilities and government agencies to determine the
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 7 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
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 and utility conflict matrix to the designated project
folder in Trimble 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.
3.5. Traffic Control Plan
• Develop a traffic control plan utilizing standard traffic reroute configurations
posted as "Typicals" on the CITY's Trimble website. The typicals need not be
sealed individually, if included in the sealed contract documents.
• Develop supplemental traffic control drawings as needed for review and approval
by the Traffic Division of the Transportation and Public Works Department.
These drawings shall be sealed by a professional engineer registered in the
State of Texas. Supplemental traffic control drawings are not anticipated or
included.
ASSUMPTIONS
• No easements anticipated or included.
• One public meeting will be conducted or attended during the preliminary design
phase.
• Two borings to 20' will be provided.
• Traffic Control "Typicals" will be utilized to the extent possible. It is assumed no
additional project specific traffic control sheets will be developed.
• One set of 22" x 34" drawings will be delivered for the Constructability Review.
• One set of 11" x 17" drawings will be delivered for the Preliminary Design (60%
design).
• One set of the specifications will be delivered for the Preliminary Design (60%
design).
• DWF files created from design CAD drawings will be uploaded to the designated
project folder in Trimble.
• The CITY's front end and technical specifications will be used. The ENGINEER
shall supplement the technical specifications if needed.
• PDF's of the drawings will be delivered for Utility Clearance. No hard copies.
• ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 8 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
• Final coordination with other consultant for Lancaster (Ayers, Boston, Oakland
and Rand) and for Collard (Hampshire 8" and 20").
DELIVERABLES
A. Preliminary Design drawings and specifications
B. Bid alternates (one or more of DI, Steel, or Concrete pipe) are included for the
24" water line.
C. Utility Clearance drawings
D. Traffic Control Plan
E. Storm Water Pollution Prevention Plan
F. Estimates of probable construction cost
G. Data Base listing names and addresses of residents and businesses affected by
the project.
H. Anticipated Two water layout sheets at 1 "=400'.
I. Anticipated One sewer layout sheet at 1"=100'.
J. Anticipated 25 plan and profile sheets for the 24" and 12" water lines at a scale of
1 "=20' horizontally and 1 "= 4' vertically.
K. Anticipated 16 double plan view sheets for the 8" water lines at a scale of 1 "=20'
horizontally.
L. Anticipated 8 plan and profile sheets for the sewer lines at a scale of 1 "=20'
horizontally and 1 "= 4' vertically.
TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS
(100 PERCENT).
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as
follows:
• For projects that disturb an area greater than one (1) acre, the Contractor will be
responsible for preparing and submitting the Storm Water Pollution Prevention Plan
(SWPPP) with appropriate regulatory agencies.
• Draft Final plans (90%) and specifications shall be submitted to CITY per the approved
Project Schedule.
• Following a 90% construction plan review meeting with the CITY, the ENGINEER shall
submit Construction Documents (100%) to the CITY per the approved Project Schedule.
Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in
State of Texas.
• The ENGINEER shall submit a final design estimate of probable construction cost with
both the 90% and 100% design packages. This estimate shall use ONLY standard CITY
bid items.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 9 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARDE
CITY PROJECT NO.: 106068
ASSUMPTIONS
• Two sets of 22"x34" size drawings and two sets of 11"x17" size drawings and two
specifications will be delivered for the 90% Design package.
• A DWF file for the 90% Design will be created from design CAD drawings and will be
uploaded to the project folder in Trimble.
• Two sets of 22"x34" size drawings and two specifications will be delivered for the 100%
Design package.
• A DWF file for the 100% Design will be created from design CAD drawings and will be
uploaded to the project folder in Trimble.
DELIVERABLES
A. 90% construction plans and specifications.
B. 100% construction plans and specifications.
C. Bid alternates (one or more of DI, Steel, or Concrete pipe) are included for the 24" water
line.
D. Detailed estimates of probable construction costs including summaries of bid items and
quantities using the CITY's standard bid items and format.
E. Original cover mylar for the signatures of authorized CITY officials.
F. Anticipated Sheet List: Cover, General Notes (3 sheets), Quantity Sheets (2 sheets),
Overall Layout (Control Sheet), Overall Layout Water (2 sheets), Overall Layout Sewer,
Water Abandonment Sheet, Sewer Abandonment Sheet, Water Plan/Profile Sheets (25),
Water Double Plan Sheets (16), Sewer Plan/Profile Sheets (8), Water Special Detail
Sheets (2), Water Standard Detail Sheets (7), Sewer Standard Detail Sheets (2),
Pavement Markings Standard Detail Sheets, Traffic Control Standard Detail Sheets,
Paving Layout Sheet and Paving Detail Sheet.
TASK 5. BID PHASE SERVICES.
ENGINEER will support the bid phase of the project as follows.
5.1. Bid Support
The ENGINEER shall upload all plans and contract documents onto Trimble for
access to potential bidders.
• Contract documents shall be uploaded in a .xIs file.
Unit Price Proposal documents are to be created utilizing CFW Bidtools only
and combined in a specified spreadsheet workbook, Bid Proposal Worksheet
Template, and will be populated and configured so that all pages are
complete and the Summary Worksheet(s) in the workbook detail and
automatically summarize the totals from the inserted Unit Price Proposal
document worksheets.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 10 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
• Plan Sets are to be uploaded to Trimble in two formats, .pdf and .dwf files.
The .pdf will consist of one file of the entire plan set. The .dwf will consist of
individual files, one for each plan sheet, and will be numbered and named in
a manner similar to that of the plan set index.
The ENGINEER will coordinate with the PM to respond to Vendor Discussions
(RFI) and issue Public Notices (addenda) when necessary in Bonfire. The
ENGINEER will provide technical interpretation of the contract bid documents
and will prepare proposed responses to all bidder's questions and requests in the
form of addenda. The ENGINEER will coordinate with the City PM to upload all
approved addenda onto Bonfire as well as eBuilder.
• Attend the 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.
• Tabulate and review all bids received for the construction project, assist the CITY
in evaluating bids, and recommend award of the contract. A copy of all submitted
materials is to be uploaded into the project's Bid Results folder on the City's
document management system (Trimble).
5.2 Final Design Drawings
1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format
(version 6.0 or higher) format and DWF format. There shall be one (1) PDF file
and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for
the Water plan set. Each PDF and DWF file shall be created from the original
CAD drawing files and shall contain all associated sheets of the particular plan
set. Sinaular PDF and DWF files for each sheet of a plan set will not be
accepted. PDF and DWF files shall conform to naming conventions as follows:
I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_org" designating the file is
of an original plan set, "47" shall be the total number of sheets in this file.
Example: W-0053_org3.pdf and K-0320_org5.pdf
II. Water and Sewer file name example — "X-35667_org36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "_org"
designating the file is of an original plan set, "36" shall be the total number
of sheets in this file.
Example: X-12755_org18.pdf
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 11 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in
Trimble.
2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet
as an individual DWG file with all reference files integrated into the sheet. If the
plans were prepared in DGN format, they shall be converted to DWG prior to
uploading. The naming convention to be used for the DWG files shall be as
follows:
I. TPW files shall use the W number as for PDF and DWF files, but shall
include the sheet number in the name — "W-1956—SHT01.dwg", "W-
1956_SHT02.dwg", etc.
II. Water and Sewer file names shall use the X number as for PDF and
DWF files, but shall include the sheet number in the name — "X-
12155—SHT01.dwg", "X-12755—SHT02.dwg", etc.
For information on the proper manner to submit files and to obtain a file number for
the project, contact the Department of Transportation and Public Works Vault at
telephone number (817) 392-8426. File numbers will not be issued to a project
unless the appropriate project numbers and fund codes have been assigned and
are in the Department of Transportation and Public Works database.
ASSUMPTIONS
• The project will be bid only once and awarded to one contractor.
• Construction documents will only be made available on the City's procurement
platform, Bonfire.
• Two sets of 22"x34" size and two sets of 11 "x17" size drawings plans and two
specifications (conformed, if applicable) will be delivered to the CITY.
• PDF, DWF and DWG files will be uploaded to Trimble.
DELIVERABLES
A. Addenda
B. Bid tabulations
C. CFW Data Spreadsheet
D. Recommendation of award
E. Two sets of Construction documents (conformed, if applicable)
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 12 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
6.1 Construction Support
• The ENGINEER shall attend the preconstruction conference.
• After the pre -construction conference, the ENGINEER shall provide project
exhibits and attend public meeting to help explain the proposed project to
residents. The CITY shall select a suitable location and mail the invitation letters
to the affected customers.
• The ENGINEER shall visit the project site at requested intervals as construction
proceeds to observe and report on progress.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, review change orders, and make
recommendations as to the acceptability of the work.
The ENGINEER shall attend the "Final' project walk through and assist with preparation of
final punch list
6.2 Record Drawings
• The ENGINEER shall prepare Record Drawings from information provided by
the CITY depicting any changes made to the Final Drawings during construction.
The following information shall be provided by the CITY:
o As -Built Survey
o Red -Line Markups from Contractor
o Red -Line Markups from City Inspector
o Copies of Approved Change Orders
o Approved Substitutions
• The ENGINEER shall modify the Final Drawings electronically and shall place a
stamp on the plans indicating that they represent Record Drawings of the project
as constructed. The stamp shall be signed and dated by the ENGINEER and
shall be placed on each plan sheet, whether there are any revisions on the sheet
or not. Each sheet shall clearly indicate all changes which apply to that sheet by
clouding and numbering, or other suitable means.
• The following disclaimer shall be included with the Record Drawing stamp:
o These Record Drawings were prepared using information provided by
others and represent the as constructed conditions to the extent that
documented changes were provided for recording. The ENGINEER
assumes no liability for undocumented changes and certifies only that the
documented changes are accurately depicted on these drawings.
• The ENGINEER shall submit a set of sealed Final Drawings, modified and
stamped as Record Drawings, in PDF format for record storage. The ENGINEER
may keep copies of the information provided by the CITY for their files, but all
original red -lined drawings shall be returned to the CITY with the Record
Drawings.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 13 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format
(version 6.0 or higher) format and DWF format. There shall be one (1) PDF file
and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for
the Water plan set. Each PDF and DWF file shall contain all associated sheets
of the particular plan set. Sinqular PDF and DWF files for each sheet of a
plan set will not be accepted. PDF and DWF files shall conform to naming
conventions as follows:
I. TPW file name example — "W-1956_rec47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_rec" designating the file is
of a record drawing plan set, "47" shall be the total number of sheets in this
file.
Example: W-0053_rec3.pdf and K-0320_org5.pdf
II. Water and Sewer file name example — "X-35667_rec36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "_rec"
designating the file is of a record drawing plan set, "36" shall be the total
number of sheets in this file.
Example: X-12755_rec18.pdf
Both PDF and DWF files shall be uploaded to the project's Record Drawings folder
in Trimble.
ASSUMPTIONS
• Four RFI's are assumed.
• One Change Order is assumed.
• No more than four site visits are assumed.
• No more than ten shop drawing reviews are assumed.
• No mylars will be delivered to the CITY.
DELIVERABLES
A. Public meeting exhibits
B. Response to Contractor's Request for Information
C. Review of Change Orders
D. Review of shop drawings
E. Final Punch List items
F. Record Drawings in PDF format
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 14 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
TASK 7. ROW/EASEMENT SERVICES.
ENGINEER will support and perform activities related to ROW and land as outlined below,
per scoping direction and guidance from the CITY's Project Manager.
7.1. Right -of -Way Research
• The ENGINEER shall determine rights -of -way, easements needs for construction of the
project. Required temporary and permanent easements will be identified based on available
information and recommendations will be made for approval by the CITY.
7.2. Right-of-Way/Easement Preparation and Submittal.
• The ENGINEER shall prepare documents to be used to obtain right-of-way and
permanent and/or temporary easements required to construct the improvements.
• The ENGINEER shall submit the right-of-way and/or easement documents to CITY PM
for real property acquisition
• The documentation shall be provided in conformance with the checklists and templates
available on the CITY's Trimble site.
7.3. Temporary Right of Entry Preparation and Submittal
• Prior to construction, the ENGINEER shall prepare and submit Temporary Right of Entry
documents for landowners to CITY PM for real property acquisition. It is assumed that letters
will only be required for land owners adjacent to temporary construction easements or who
are directly affected by the project and no easement is required to enter their property.
• The documentation shall be provided in conformance with the checklists and templates
available on the CITY's Trimble site.
ASSUMPTIONS
• No Easements or right-of-way documents will be necessary.
• No Temporary right -of -entry documents will be necessary.
• Right -of -Way research and mapping includes review of property/right-of-way records
based on current internet based Tarrant Appraisal District (TAD) information available at the
start of the project and available on -ground property information (i.e. iron rods, fences,
stakes, etc.). It does not include effort for chain of title research, parent track research,
additional research for easements not included in the TAD, right-of-way takings, easement
vacations and abandonments, right-of-way vacations, and street closures.
DELIVERABLES (only if authorized as extras)
A. Easement exhibits and meets and bounds provided on CITY forms.
B. Temporary Right of Entry Letters
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 15 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
ENGINEER will provide survey support as follows.
8.1. Design Survey
• ENGINEER will perform field surveys to collect horizontal and vertical elevations and
other information needed by ENGINEER in design and preparation of plans for the project.
Information gathered during the survey shall include topographic data, elevations of all
sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities,
structures, trees (measure caliper, identify overall canopy, and have qualified arborist
identify species of trees), and other features relevant to the final plan sheets. Existing
drainage at intersections will be verified by field surveys. Spot elevations will be shown on
intersection layouts with cross slope to fit intersecting grade lines.
• The minimum survey information to be provided on the plans shall include the following:
A Project Control Sheet, showing ALL Control Points, used or set while gathering data.
Generally on a scale of not less than 1:400:
— The following information about each Control Point;
a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing
base. Z coordinate on CITY Datum only.
C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of
North Side Drive at the East end of radius at the Southeast corner of North Side Drive and
North Main Street).
— Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate
system, as the Control.
— No less than two horizontal bench marks, per line or location.
— Bearings given on all proposed centerlines, or baselines.
— Station equations relating utilities to paving, when appropriate.
8.2. Temporary Right of Entry Preparation and Submittal
• Prior to entering property, the ENGINEER shall prepare and submit Temporary Right of
Entry for landowners to CITY PM.
• The documentation shall be provided in conformance with the checklists and templates
available on the CITY's Trimble site.
ASSUMPTIONS
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 16 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
• Topographic survey at intersection will include no more than 100 ft. in each direction.
• SUE is not included.
DELIVERABLES
A. Copies of field survey data and notes signed and sealed by a licensed surveyor.
B. Drawing of the project layout with dimensions and coordinate list.
TASK 9. PERMITTING
Review requirements and prepare permits for Union Pacific Railroad for pipeline crossing
and encroachments. Railroad coordination will be required on Hughes. It is anticipated that
a new bored casing will be required for the new 12" water line. Engineer will contact railroad,
submit drawings and address comments. City will pay any fees directly to railroad.
ASSUMPTIONS
DELIVERABLES
0
In
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existinq Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
entries.
Negotiation of easements or property acquisition including temporary right -of -
Services related to development of the CITY's project financing and/or budget.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 17 of 18
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SEWER REPLACEMENTS ON THE HAMPSHIRE BOULEVARD
CITY PROJECT NO.: 106068
• Services related to disputes over pre -qualification, bid protests, bid rejection and
re -bidding of the contract for construction.
• Construction management and inspection services
• Periodic site visits during construction phase
• Design phase public meetings
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of
God.
• Services related to warranty claims, enforcement and inspection after final
completion.
Services related to Subsurface Utility Engineering Levels A, B, C or D
Services related to Survey Construction Staking
• Services related to acquiring real property including but not limited to easements,
right-of-way, and/or temporary right -of -entries.
• Services to support, prepare, document, bring, defend, or assist in litigation
undertaken or defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
• iSWM - Engineer will prepare the iSWM Construction Plan according to the
current CITY iSWM Criteria Manual for Site Development and Construction (if required, as
additional services) which will be incorporated into the SWPPP by the contractor.
• Mylars
• Corrosion Study and Design
• Modeling, Calculations or Sizing of Water or Sewer Lines
• Curb and gutter replacement exceeding approximately 100' or requiring a profile.
• Drainage improvements
• Detailed design for Alternates
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 18 of 18
ATTACHMENT B
COMPENSATION
Design Services for
Cast Iron Water Main and Sewer Replacements on the Hampshire
Boulevard
City Project No. 106068
Lump Sum Project
Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $658,400.00
as summarized in Exhibit B-1 — Engineer Invoice and Section IV — Summary of
Total Project Fees. The total lump sum fee shall be considered full
compensation for the services described in Attachment A, including all labor
materials, supplies, and equipment necessary to deliver the services.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-1, Progress Reports as required in item III. of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Water Department monthly progress reports and schedules in the format required
by the City.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 1 of 3
LM
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm
Primary Responsibility
Prime Consultant
Neel -Schaffer, Inc.
Design, Construction Phase
Services
Proposed MWBE Sub -Consultants
MAS Consulting
Design, Construction Phase
Engineers
Services
Non-MWBE Consultants
CMJ Engineering, Inc. Geotechnical Services
Project Number & Name
106068 - Cl Water Main and Sewer
Replacements on Hampshire Blvd
East of Beach 2
City MWBE Goal = 12.61 %
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 2 of 3
TOTAL
Fee Amount
$560,400.00 85.11
$83,000.00 12.61
$15,000.00 2.28
$658,400.00 100%
Total Fee MWBE Fee MWBE %
$658,400.00 $83,000.00 12.61 %
Consultant Committed Goal = 12.61 %
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 3 of 3
LIM
Professional Services Invoice Project Manager: IParvathi Sreekumaran Unnithan
Project: lCast Iron Water Main and Sewer Replacements on the Hampshire Boulevard
City Project #: 1106068 1
City Sec Number:
Company Name: INeel-Schaffer, Inc.
Suppliers PM: Jim Amick, P.E.
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Supplier Instructions:
Summary
Fill in green cells including Invoice Number, From and To Dates and the included worksheets
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
email: iim.amick(cDneel-schaffer.com
Office Address 515 Houston Street, Suite 651, Fort Worth, TX 76102
Telephone: 617-670-2422
Fax: 817-870-2489
Remit Address515 Houston Street, Suite 651, Fort Worth, TX 76102
Agreement LTD
Agreement Amendment
Amount to Completed Percent ($) Invoiced Current
Remaining
Sheet
FID and Work Type Description Amount Amount
Date Amount Spent Previously Invoice
Balance
Work Type 1
Water Replacement $606,355.00
$606,355.00
$606,355.00
Work Type 2
Sewer Replacement $52,045.00
$52,045.00
$52,045.00
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Totals This Invoice $658,400.00 $658,400.00 $658,400.00
Overall Percentage Spent:
Professional Services Invoice Project Manager: Parvathi Sreekumaran Unnithan
Project: Cast Iron Water Main and Sewer Replacements on the Hampshire Boulevard
City Project #: 106068
Work Type Ill lWater Replacement Supplier Instructions:
FID:
City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Quanities
Purchase Order: When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
Company Name: Neel -Schaffer, Inc
Supplier's PM: Jim Amick, P.E.
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Pay Items
Description
30 - Water Design
email: jim.amick@neel-schaffer.com
Office Address: 515 Houston Street, Suite 651, Fort Worth, TX 76102
Telephone: 817-870-2422
Fax: 817-870-2489
Remit 515 Houston Street, Suite 651, Fort Worth, TX 76102
Address:
Agreement LTD
Agreement Amendment Amendment Amount to Completed
Amount Number Amount Date Amount
$606,355.00 $606,355.00
Percent ($) Invoiced
Spent Previously
Current
Invoice
Remaining
Balance
$606,355.00
Totals This Unit: $606,355.00 $606355.00 $606,355.00
Overall Percentage Spent:
Professional Services Invoice Project Manager: Parvathi Sreekumaran Unnithan
Project: Cast Iron Water Main and Sewer Replacements on the Hampshire Boulevard
City Project #: 106068
Work Type Ill ISewer Replacement Supplier Instructions:
FID:
City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Quanities
Purchase Order: When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
Company Name: Nee: -Schaffer, Inc
Supplier's PM: Jim Amick, P.E.
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Pay Items
Description
30 - Sewer Design
Totals This Unit:
email: jim.amick@neel-schaffer.com
Office Address: 515 Houston Street, Suite 651, Fort Worth, TX 76102
Telephone: 817-870-2422
Fax: 817-870-2489
Remit 515 Houston Street, Suite 651, Fort Worth, TX 76102
Address:
Agreement LTD
Agreement Amendment Amendment Amount to Completed
Amount Number Amount Date Amount
$52,045.Oc $52,045.00
$52,045.00
$52,045.00
Overall Percentage Spent:
Percent ($) Invoiced
Spent Previously
Current Remaining
Invoice Balance
$52,045.00
$52,045.00
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
CAST IRON
WATER MAIN
AND SANITARY SEWER REPLACEMENTS ON
THE HAMPSHIRE
BOULEVARD
City Project No. 106068
Labor hours)
Expense
Task No.
Task Description
Principal
Project
Project
EIT
CADD
Administrative
Total Labor
Subconsultant
Travel /
Total Expense
Task Sub
Manap�r
Engineer
Cost
Reproduction /
Cost
Total
Rate
$305
$245
$185
$165
$185
$105
MWBE Non-MWBE
Markup
Fees/Permittin
1.1 J
Project Managqement
21
14
0
0
0
43
$14,350 $0 $0
$0
$0
$14,350
1.1
Managing the'Ieam
1.1.14
QAIQC
16
$4,886
$ I
$4,880
1.2 Communications and Reporting
J
1.2. Pre-Des?yn Coordination Meeting
1
1
1 $655
$I�
$655
1. Design Submittal Review Meetings (4)
4
4
4 $2.626
$U
$2.620
1 ' .
Prepare Baseline Schedule
1
8 $1.085
$(1
$1.085
Prepare Monthly Progress Reports with
1.2.
Schedule (15)
8
15 $3,535
$C-
$3,535
1.2,1
Prepare Monthly MBE/SBE Reports (15)
15 $1,575
$0
$1,575
2.0
Conc {ppal Design (30-Percent) 1
41
4T
1021
1681
01 $76,060J $8,4001 $01
$8401
$400
$9,64T
'
$85,700 1
2.1
Data GGo action
ib
24
$8,36U
$2001
$20
$8,560
2.2
Conceptual Design Package
$8,400
$840
$200
$9,440
$9."0
2.2.
Cover Sheet
1
8
$1,665
$0
$1,665
Exhibits and Summary (Conceptual
2.2trelinninaiDesicin
Drawnrl )
4
24
40
80
160
$57.300
$0
$57.300
2.2oordina�n
with Other Consultants
6
12
12
$5,670,
$0
$5,670
2.2Prepare
Conceptual Coord Checklist
1
2
$516
$0
$515
2.2Construction
Estimate
2
4
8
$2,550
$0
$2,550
3.0
60 Percent) 1
01
IS
135(
1281
3761
601 $145.230 $58.9041 $01
$5.8901
$5001
$65 290
$210 5201 1
3.1 Preliminaryesign f�ackage
$
$250
b25�
�250
3.1.1a Cover
jjj
4
$98$
$0
$985
3.1.1b General Notes
1
$436 $1,00
$100
$1,100
$1,530
31.1c Quantity Sheets
2
4
12
36
$9,876 $1,80U
$180
$1,980
$11,850
3.1.2s Overa l Layout (Control Sheet)
1
1
$436 $4,500
$450
$4,950
$5.380
3.1.2b Overall Layout ater
1
1
$430 $4,600
$460
$5,060
$5,490
3.1.2c Overall Layout Sewer
1
1
$430 $2,300
$230
$2,530
$2,960
3.1.2d Overall Layout Water Abandonment
1
1
$430 $2,000
$200
$2,200
$2,630
3.1.2e Overall Layout Sewer Abandonment
1
1
$430 $2,000
$200
$2,200
$2,630
3.1.3a Water Plan and Plan/Profile Sheets
24
50
60
200
$62,030
$0
$62,030
3.1.3b Water Double Plan Sheets
is
36
46
11d
$36,17Q
$6
$36,175
3.1.3c Sewer Plan and Plan/Profile Sheets
bt
11
$3,690 $18,806
$1,886
$20,686
$24,370
3.1.3d Water Special Detail Sheets
22
4
4
$1,606 $3,100
$310
$3,410
$5,010
3.1.3e Water Standard Detail Sheets
1
1
$436 $3,100
$310
$3,410
$3,840
31.3f Sewer Standard Detail Sheets
1
1
$436 $1,600
$160
$1,760
$2,190
3.1. Pavement Markin �p� Detail Sheets
1
1
$436 $2,000
$200
$2,200
$2.630
3.1.3h Traffic Control Detail Sheets
1
1
$430 $1,000
$100
$1,100
$1.530
3.1.31 Paving Layout Sheet
1
1
$430 $4,000
$400
$4,400
$4,830
3.1.3II Paving Detail Sheet
1
1
$430 $1,600
$160
$1,760
$2,190
3.11 Public Meeting,Q
4
4
$1.720
$0
$1,720
3.1.31 Coordination with Other Consultants
6
6
6
$3.570
$0
$3,570
3.1.4 Specifications
26
31
60 $17,120
$250
$250
$17,370
3.1.5 Construction Estimate
0
4
A
$2,550
$6
$2,550
3.3 Prepare 60% Coordination Checklist
1
$515
$0
$515
3.4 Utility Clearance
1
$245 $5,500
$550
$6,050
S6,295
4.0
Final DesJ'$n
7
36
64
90
271
4?
$92,50�5
I
$5,300
EO
E530
$400
$6,230
$98,735
Final Draff (90%) Construction Plans and
I
�
I
I
I
�
4.1
Specifications
J
'�
2J
35I
40J
1751
30I
$55,01
$3,300I
$330I
5200I
$3,830J
$58,855
4.2
Prepare 90% Coordination Checklist
�2�J
$51 TI
$ddJ
$515
4.3
4.4
Final (100%) Plans and Sppecifcehons
Cons Estimates 100%)
2
12
4I
2 ���(((iffffffJJJJJJ
8I
32
16I
96
I
F�F,JJ
1 $31,86 $2,00 ���((( ffffffJJJJJJ
I I
$20 �(ffJJ
I
$20 Ill ffffJJJJ
I
$2,40
$34.265
ruction (96bY and
$5,100I
$0
$5,100
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
Typical Water and Sewer Replacement
FW WTR Official Release Date: 8.09.2012
Completed
Percent Invoiced
Amount
Complete Previously
JI
Eo
o°°I
$6
0% $
$6
0% $
$6
0% $
$6
0% $
$0
0% $
$0
0% $
$
0l) $61
0°° $
$0
0% $
$0
0% $
$0
0% $
$0
0% $
$0
0% $
$0
0%. $
Eol V $01
$6J 0% $
$ 1 0% $
$OJ
0% $
$
0% $
$0
0% $
$0
0% $
$0
0% $
$0
0% $
$0.
0% $
$6
0% $
$6
0% $
$6
0% $
$6
0% $
$6
0% $
$6
0% $
$0
0% $
$0
0% $
$0
0% $
$0
0% $
$0.
0% $
$6
0% $
$6
0% $
$0
0% $
$6
0% $
0%1 $0
$0 0% $
$J 0°�$
$ 1$
4/18/2025
Current I Remaining
Invoice UJII Budget
$ I $14,350
$ 4,880.00
$ 655.00
$ 2,62000
$ 1,085.00
$ 3,535.00
$ 1,575.00
Sol $85,7001
$ 8,560.00
$ 9,440.00
$ 1,665.00
$ 57,300.00
$ 5,670.00
$ 515.00
$ 2,550.00
$01 $210 5201
$ zs�.00
$ 985.00
$ 1,530.00
$ 11,85000
$ 5,380.00
$ 5,490.00
$ 2,960.00
$ 2,630.00
$ 2,630.00
$ 62,030.00
$ 36,175.00
$ 24,370.00
$ 5,010.00
$ 3,840.00
$ 2,19000
$ 2,630.00
$ 1,530.00
$ 4,830.00
$ 2,190.00
$ 1,720.00
$ 3,570.00
$ 17,370.00
$ 2,560.00
$ 515.00
$ 6,295.00
$0 $98,735
$ 58,855.00
$ 51500
$ 34,265.00
$ 5,100.00
Page 1 of 2
5.1.�1
y)�foad Documents to eBuilder
2
$515
5.1 i
Vendor RFI's
12J
$2,220
$500
5.1f
Issue Addenda
{
8
$2,220
$500
5.1.
Attend Pre -Bid
2
$490,
5.1�
Tabulate Bids and Recommend Award
f
$24$
$3,000
5.2
Issue Conformance Documents
f
4
4
$1,77$,
D
Construction Phase Services
1 01
121
121
81
241
01
$10,9201
$3,1001_
6.1
Construction Suppyyn
6.1.
Attend Preconsfruction Conference
$860
6.1.A
Attend Public Meeting
2
2
$860
Project Site Visits (assume maximum of
6.1,i
4)
4
4
$1,720
Request for Information Review and
6.1.
Review Shop Drawi99��ss
2
4
8
$2.550
$2,100
6.2
Record Drawinqs/As Fiuilt
1
24
$4,930
$1,000
D
ROW/Easement Services
0
0
0
0
0
0
$0
$0
7.1
Rjypt-of-Wav,Research
$0
Right-of-Way7l=asement Preparation and
7.2
Submittal (NOT INCLUDED)
$0
7.3
Temporary Right of Entry Submittal
$
D
Survey and SUE Services
2
12
0
0
48
8
$13,270
$0
$17
8.1
Design Survey
2
10
44
4
$11,620
$1E
8.2
Temporary Riy)rt of En��JJyy Submittal
$0
$
8.3
Construction Survey (N6T INCLUDED)
$ J
8.4
Geotechnical Ines igation
1
$1.65
$1
D
Permitting
0
81
GI
0
01
0
$1,9601
$3,300
9.1 SWPPP
$0
_
9.2 Plan Submittal Checklist
$0
9.3 Floo ain Services
$0
9.4 TxD T
$0
9.5 Railroad
8
$1,960
$3,300
9.6 TDLR
$0
9.7 cny oT Fon Worm Hems conversion
$0
7.0
Additional Services
0
0
0
0
0
0
$0
$O
$3
Additional Design Services as Directed by
10.1
the City
I
I
I
I
I
1 $0
1 $2
I Water Line Footage 20,505 92%
I{ Sewer Line Footage 1,760 8%
22,265 100%
(A) Total Fee $658,400
A Survey Fee-$186,370
(C) Total Fee (- survey Fee $472,030
Water Fee �# % of C) Sewer Fee J# % of C)
I{(
$434,7 7.00 $37,3 3.00
I
Uescnption
WP Water J Sewer
conceptual Uesign su%
31 130,415.0 11, 194.00
1'
Preliminary Des�pr 60°°)
32 130.00 22,388.(0
Final esign 1 %)
33 $43,472.00 $3,731.00
Survey
51 $171,638.00 $14,732.00
I
Subtotal
1 $606,355.001 $52,045.00
Total
$658,400.00
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
Typical Water and Sewer Replacement
FW WTR Official Release Date: 8.09.2012
4/18/2025
$400
$5001
$4,9001 $12,3651
$0
0% $0
$01_$12,365
$0 $515
$6
0.6 $ -
$ 515.00
$50
$550 $2,770
$0
G% $ -
$ 2,770.00
$50
$550 $2,770
$0
0/° 1 $ -
$ 2,770.00
$0 $490
$0
0.J $ -
$ 490.00
$300
$3,300 $3,545
$0"
0%J $ -
$ 3,545.00
$500
$500 $2,275
$0
0 $ -
$ 2,275.00
$3101
$4401
$3,8501 $14,770 1
$0
0% $01
$01 514,770
$10 J.
$100 $960
$ .
0% $ -
$ 960.00
$106
$100 $960
$6
0% $ -
$ 960.00
$200
$200 $1,920
$0
0% $ -
$ 1,920.00
$210
$2.310 $4.860
$0
0% $ -
$ 4,860.00
$100
$46
$1.140 $6,070
$6
0% $ -
$ 6,07000
sni
sot
sot sot I
tot
oolmnl I snl
snl sot
$0
$0
$0
#DIV/0!
$ -
$ -
$0
$0
$0
#DIV/0!
$ -
$ -
$
$0
$
#DIV/0!
$ -
$ -
1,500
$250
$173,100 $186,370
$0
0%
$0
$0
$186,370
$250
$152,700 $164,320
$0
0%
$ -
$ 164,320.00
$3,900 $3,900
$0
0°°
$ -
$ 3,900.00
$ f $0
$ J
#DIV/01
$ -
$
1,50
$16.50U $18.150
$U
0°°
$ -
$ 18,150.00
$330
$0
$3,630
$5,590
$0
0%
EO
$0
$5,590
$330
$0
$0
$0
$0
$3,630
$0
$0
$0 $30,0001
$0
$0
$0
$5,590
$0
$0
$30,000
$0
$0
$0
$0
$0
$0
$0
#DIV/0!
#DIV/01
#DIV/0!
#DIV/01
#DIV/0!
$ -
$ -
$ -
0% $ -
$ -
$ -
0% $0
$
$
$
$
$
$
$0
-
-
-
5,590.00
-
-
$30,000
$30.000
$
0I $
30,000.00
1,8U I
Y2,49 $$30,00
2614Y,4UU.99
YI
U%
Y I
Y I
$558,41)0
1 Totals:l
$858,4uu.Uu'
Project ummary
'
""otal Hours
1,964
Total Labor
$361,760
Total Expense
$296,640
MBE/SBE Subconsultanf
$83.000
Non-MBE/SBE Subconsultanf
$201.350
10% Sub Markg�D
$9.800
MBE/SBE Participat%n
12.61 %
l otal Prefect Cost
$668,4UU.UUr
Page 2 of 2
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design
Services for
Cast Iron Water Main and Sanitary Sewer Replacements on the Hampshire
Boulevard
City Project No. 106068
None
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of 1
Atfachmen( D - Project Schedule
City of Fort Worth
Cl Water Main and Sewer Replacements on the Hampshire Boulevard
CPN 106068
ID WBS ITask Name Duration I Start Finish 026 027 028
lD Aua I SeD, Oct I Nov I Dec I Jan I Feb I Mar I AN Mav I Jun I Jul I Aua I Sao Oct Nov I Dec I Jan I Feb I Mar I ADr I Mav I Jun I Jul I Aua
1
30 esign 2024 hrs
2 30 Design 277 days
3 30.10 Design Engineer Agreement 0 hrs
Fri 8/1/25
Fri 811/25
Fn 7/31,26
Fri 9/4/26
Fri 811125
Fri 8/1/25
4 30.10.3000
Award Design Agreement 0 days
Fri 8/1/25
Fri 8/l/25
5 30.10.3010
Execute Contract Documents 0 days
Issue Notice To Proceed - Engineer 0 days
Conceptual Design(30%) 904 hrs
Fri 8/1/25
Fri 8/l/25
6 30.10.3040
Fri 811/25
Fri 8/1/25
7 30.20
Fri 8/1125
Tue 1/13/26
8 30.20.3100
Design Kick-off Meeting 1 day
Fri 8/1/25
Fri 8/l/25
9 30.20.3105
Site Survey 45 days
Prepare Conceptual Design Drawings & Documents 45 days
Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 0 days
Review Conceptual Plan (CFW) 5 days
Mon 8/4/251
Mon 10/6125
10 30.20.3110
Tue 1017/25
Wed 12/10/25
Wed 12/10/25
Wed 12/10/25
11 30.20.3120
12 30.20.3130
Thu 12/11/25
Wed 12/17/25
13 30.20.3140
Incorporate Comments and Submit Revised Conceptual Drawings 5 days
Thu 12/18/25
Wed 12/24/25
14 30.20.3150
Peer Review Meeting/Design Review Meeting (Technical) 1 day
Conduct Design Public Meeting #1(regd) 1 day
Conceptual Design Complete 0 days
Fri 12/26/25
Fri 12/26/25
15 30.20.3160
Tue 1113/26
Tue 1/13126
16 30.20.3170
Tue l/13/26
Tue 1/13/26
17 30.20.3190
SUE (N/A) 0 days
Fri 8/1/25
Fri 8/1/25
18 30.20.3270
Conflict Analysis 5 days
Preliminary Design(60%) 488 hrs
Prepare Preliminary Design Drawings and Specifications 45 days
Tue 10/7/25
Mon 10/13/25
19 30.30
Wed 1114126 Thu 419/26
Wed 1/14/26 Wed 3118126
Wed 3/18/26 Wed 3/18/26
20 30.30.3200
21 30.30.3210
Conduct Constructabilily Review (Walk Through) 1 day
22 30.30.3220
Submit Preliminary Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 0 days
Wed 3/18/26
Wed 3/18/26
23 30.30.3230
Review Preliminary Plans and Specifications (CFW) 5 days
Incorporate Comments and Submit Revised Preliminary Design Drawings 10 days
Conduct Design Public Meeting #2 (regd) 1 day
Preliminary Design Complete 0 days
Thu 3119/26
Wed 3/25/26
24 30.30.3240
Thu 3/26/26 Wed 4/8/26
25 30.30.3250
Thu 4/9/26 Thu 419/26
26 30.30.3260
Thu 4/9/26
Thu 419/26
27 30.40
Final Design 632 hrs
Fri 4110126
Fri 7131/26
28 30.40.3300
29 30.40.3310
Prepare Final Design Plans and Specifications 45 days
Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 0 days
Fri 4110/26
Fri 6/12126
Fri 6/12/26
Fri 6/12/29
30 30.40.3320
Review Final Plans and Specifications (CFW) 5 days
Mon 6/15/26
Fri 6/19/26
31 30.40.3330
Conduct Design Public Meeting #3 (if reqd) 1 day
Mon 6/22/26
Mon 6/22126
32 30.40.3340
33 30.40.3350
Incorporate Final Comments and Submit Final Design 10 days
Approve Final Plans and Specifications and Route for Signatures 5 days
Final Design Complete 0 days
Establish MBE Goal for Construction Contract 5 days
Tue 6123/26 Tue 717/26
Wed 7/8/26 Tue 7114/26
Tue 7114/26 Tue 7114/26
Wed 7/15/26 Tue 7/21/26
34 30.40.3360
35 30.40.3370
36 30.40.3380
Prepare Bid Package 8 days
Construction 2680 hrs
Construction 0 days
Bid and Award 480 hrs
Wed 7/22/26 Fri 7/31/26
37 80
38 80
39 80.81
Fri 7/31126 Tue 11/30/27
Fri 7131/26 Fri 7131126
Mon 8/3/26 Mon 10/26/26
40 80.81.8110
Start Advertisement 30 days
Mon 8/3/26
Mon 9/14/26
41 80.81.8120
Award Construction Contract 30 days
Tue 9/15/26
Mon 10/26/26
42 80.83 Construction Execution
43 80.83.10 Pre -Construction
44 80.83.20 Constmdion
Cl Water Main & Sanitary Sewer Replacements on Hampshire Blvd East of Beach 2 (Att D)
Tue 4/22125
Task
Split
Milestone
Summary
Project Summary
2200 hrs Tue 10/27/26 Tue 11/30/27
21 days Tue 10/27/26 Thu 11/26/26
254 days Fri 11/27/26 Tue 11/30/27
External Tasks
External Milestone
O Inactive Milestone
Inactive Summary
., ., Manual Task
Page 1
r Ge anal Resource[01/6]
> Bl1
> 811
> 8/1
a 811
Duration -only External Tasks O
O Manual Summary Rollup O External Milestone
Manual Summary O Progress
Start -only Deadline b
., Finish -only .,
' t .{ ,
adowbrook Dr
S
View t
West
arMeadowbrook
L�1
r
low ►ram✓
d
r
if
Ito -if
� �
d
y
c� �+
L Mt Vernon Aue d
e
...
P.
Iwo
Olt 4 P 21
� wT
Panola A�tve i
/J J i • _ Y
y
Hampshire Blud �` > : ' ��
_ Q _ to
hh fie, �/ R• s Q�ur .. 4' , t �.n i - ' '
' V 'lip„ M -11•
liawlet-St
Avenue 4, •
m A -D �, "aice 'enue • +, .�
A,uenUe E ••
' ♦ � • _� � E RosE
Rosedale St ® v Z
- emu.........,.,..-♦
y -
:.." � ♦, Meadowbrook ' r .rt� ' �.� -� � a -`• � !dF ✓ ' �;��, �
i
�• €lementary - M<
School L * .
M r o r f 7 v
PAR
�.
E Lancaster
At
y
v Panola Ave
i- YY
JL
c co
) p I
4�►.. `0 > VinsoSt o- s w
in n . _.
co w
Y m [ =,� a icn t r
r'. 10•7 „ _
All ID
Aw
r '11 AM".f
z 2 �
r ;, �
• fwff
t; —
Attachment "F"
Certificate of Liability Insurance
Design Services for
Cast Iron Water Main and Sewer Replacements on the Hampshire Boulevard
City Project No. 106068
Cl Water Main and Sewer Replacements on Hampshire Blvd East of Beach 2
ENDORSEMENT
This endorsement, effective 1 2:01 A.M. 08/01/2024 forms a part of
policy No. CA 577-46-85 issued to Neel -Schaffer, Inc.
by National Union Fire Insurance Company of Pittsburgh, PA
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
SCHEDULE
ADDITIONAL INSURED:
ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE CONTRACTUALLY
BOUND TO PROVIDE ADDITIONAL INSURED STATUS BUT ONLY TO THE EXTENT OF SUCH
PERSON'S OR ORGANIZATIONS LIABILITY ARISING OUT OF THE USE OF A COVERED AUTO.
I. SECTION II - COVERED AUTOS LIABILITY COVERAGE, A. Coverage, 1. - Who Is Insured, is
amended to add:
d. Any person or organization, shown in the schedule above, to whom you become obligated to include
as an additional insured under this policy, as a result of any contract or agreement you enter into
which requires you to furnish insurance to that person or organization of the type provided by this
policy, but only with respect to liability arising out of use of a covered "auto". However, the insurance
provided will not exceed the lesser of:
(1) The coverage and/or limits of this policy, or
(2) The coverage and/or limits required by said contract or agreement.
87950 (9/14)
Authorized Representative or Countersignature
(in States Where Applicable)
ENDORSEMENT
This endorsement, effective 12:01 A.M. 08/01/2024forms a part of
policy No. CA 577-46-85 issued to Neel -Schaffer, Inc.
by National Union Fire Insurance Company of Pittsburgh, PA
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
Section IV - Business Auto Conditions, A. - Loss Conditions, 5. - Transfer of Rights of
Recovery Against Others to Us, is amended to add:
However, we will waive any right of recover we have against any person or organization with
whom you have entered into a contract or agreement because of payments we make under this
Coverage Form arising out of an "accident' or "loss" if:
(1) The "accident' or "loss" is due to operations undertaken in accordance with the contract
existing between you and such person or organization; and
(2) The contract or agreement was entered into prior to any "accident' or "loss".
No waiver of the right of recovery will directly or indirectly apply to your employees or employees
of the person or organization, and we reserve our rights or lien to be reimbursed from any
recovery funds obtained by any injured employee.
Authorized Representative or Countersignature (in States
Where Applicable)
62897 (6/95)
COMMERCIAL GENERAL LIABILITY
CG 20 10 12 19
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s)
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(s) Of Covered 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
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury",
"property damage" or "personal and advertising
injury" caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behalf;
in the performance of your ongoing operations
for the additional insured(s) at the location(s)
designated above.
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted by
law; and
2 If coverage provided to the additional insured
is required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
B. With respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to "bodily injury"
or "property damage" occurring after:
1. All work, including materials, parts or
equipment furnished in connection with such
work, on the project (other than service,
maintenance or repairs) to be performed by or
on behalf of the additional insured(s) at the
location of the covered operations has been
completed; or
2. That portion of "your work" out of which the
injury or damage arises has been put to its
intended use by any person or organization
other than another contractor or
subcontractor engaged in performing
operations for a principal as a part of the
same project.
CG 20 10 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 2
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III - Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable limits of
insurance;
whichever is less.
This endorsement shall not increase the
applicable limits of insurance.
Page 2 of 2 0 Insurance Services Office, Inc., 2018 CG 20 10 12 19
COMMERCIAL GENERAL LIABILITY
CG 20 01 12 19
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY AND NONCONTRIBUTORY -
OTHER INSURANCE CONDITION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
The following is added to the Other Insurance
Condition and supersedes any provision to the
contrary:
Primary And Noncontributory Insurance
This insurance is primary to and will not seek
contribution from any other insurance available
to an additional insured under your policy
provided that:
(1) The additional insured is a Named Insured
under such other insurance; and
(2) You have agreed in writing in a contract or
agreement that this insurance would be
primary and would not seek contribution from
any other insurance available to the additional
insured.
CG 20 01 12 19 4 Insurance Services Office, Inc., 2018 Page 1 of 1
COMMERCIAL GENERAL LIABILITY
CG 24 04 12 19
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
ELECTRONIC DATA LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES
POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
RAILROAD PROTECTIVE LIABILITY COVERAGE PART
UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS
SCHEDULE
Name Of Person(s) Or Organization(s):
Pursuant to applicable written contract or agreement you enter into
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The following is added to Paragraph 8. Transfer Of
Rights Of Recovery Against Others To Us of Section
IV - Conditions:
We waive any right of recovery against the
person(s) or organization(s) shown in the Schedule
above because of payments we make under this
Coverage Part. Such waiver by us applies only to the
extent that the insured has waived its right of
recovery against such person(s) or organization(s)
prior to loss. This endorsement applies only to the
person(s) or organization(s) shown in the Schedule
above.
CG 24 04 12 19 (D Insurance Services Office, Inc., 2018 Page 1 of 1
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
This endorsement changes the policy to which it is attached effective on inception date of the policy unless a different
date is indicated below.
This endorsement, effective 12:01 AM 08/01 /2024 forms a part of Policy No. WC 013-26-5767
Issued to NEEL-SCHAFFER, INC.
By NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA.
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. This agreement applies only to the extent that you
perform work under a written contract that requires you to obtain this agreement from us.
This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule.
Schedule
ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME
OBLIGATED TO WAIVE YOUR RIGHTS OF RECOVERY
AGAINST, UNDER ANY WRITTEN CONTRACT OR AGREEMENT
YOU ENTER INTO PRIOR TO THE OCCURRENCE OF LOSS.
This form is not applicable in Kansas for private construction contracts as defined in K.S.A. 16-1801 through K.S.A
16-1807 or public construction contracts as defined in K.S.A. 16-1901 through 16-1908, except where permitted by
statute or other applicable law, such as for use in wrap-up insurance programs.
Any person or organization for which the employer has agreed by written contract, executed prior to loss, may execute
a waiver of subrogation. However, for purposes of work performed by the employer in Missouri, this waiver of
subrogation does not apply to any construction group of classifications as designated by the waiver of right to recover
from others (subrogation) rule in our manual.
This form is not applicable in California, Kentucky, New Hampshire, New Jersey, Texas, or Utah.
WC
00 03 13 Countersigned by
(Ed. 04/84)
Authorized Representative
Archive Copy
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, June 24, 2025 REFERENCE NO.: **M&C 25-0641
LOG NAME: 60WSSRHAMPSHIRE-NEELSCHAFFER
SUBJECT:
(CD 5 and CD 11) Authorize Execution of an Engineering Agreement with Neel Schaffer, Inc. in the Amount
of $658,400.00 for the Cast Iron Water Main and Sanitary Sewer Replacement in the Hampshire Boulevard
Water and Sanitary Sewer Replacements 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 Neel Schaffer, Inc., in the amount of
$658,400.00, for cast iron water main and sanitary sewer replacement on Hampshire Boulevard
East of Beach Street; and
2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $898,778.00, transferred from available
PayGo funds within the Water and Sewer Fund, for the purpose of funding the Hampshire Boulevard
Water and Sanitary Sewer Replacements project (City Project No.106068) to effect a portion of
Water's Contribution to Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
This Mayor and Council Communication (M&C) is to authorize execution of an engineering agreement
with Neel Schaffer, Inc., in the amount of $658,400.00 for the Hampshire Boulevard Water and Sanitary
Sewer Replacements project for the preparation of plans and specifications for cast iron sanitary sewer
and water main replacements on the following streets and easements:
Street
From
To
Scope of
Work
S. Ayers Avenue
E. Lancaster
Hawlet Street
Water
Avenue
Boston Avenue
E. Lancaster
Panola Avenue
Water
Avenue
Hampshire Boulevard
Collard
Street
Haynes Avenue
Water
Hampshire Boulevard
S. Oakland
N. Edgewood
Water
Boulevard
Terrace
S. Hughes Avenue
Hampshire
E. Rosedale
Water/Sewer
Boulevard
Street
Lloyd Avenue
Panola ��
Vinson Street
Water/Sewer
Avenue
S. Oakland Boulevard
E. Lancaster
Hawlet Street
Water
Avenue
S. Perkins
Clairmont
Panola Avenue
Street
Avenue
Water
Panola Avenue
Upton
S. Hughes
Water
Avenue
Avenue
Rand Street
Panola
E. Lancaster
Water
Avenue
Avenue
Bradley
400 feet east of
Vinson Street
Avenue
N. Edgewood
Water/Sewer
Street
Easement between
Hampshire
Lloyd Avenue and N.
Vinson Street
Boulevard
Sewer
Edgewood Terrace
N. Edgewood Terrace
JVinson Street�lNorth
70 feet
ISewer
In addition to the contract amount $240,378.00 (Water: $213,978.00; Sewer: $26,400.00) is required for
project management, real property acquisition, utility coordination, and material testing. This project will
have no impact on the Water Department's operating budget when completed. The sewer component of
the project is part of the Water Department's Sanitary Sewer Overflow Initiative Program.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY),
instead of within the annual budget ordinance, as projects commence, additional funding needs are
identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of
the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program.
Funding is budgeted in the Transfer to Water/Sewer account of the Water and Sewer operating budget for
the purpose of funding the Hampshire Boulevard Water and Sanitary Sewer Replacements project within
the Water & Sewer Capital Projects Fund.
FY2025 — Water PAYGO Appropriations per City Ordinance 27107-09-2024
FY2025
Original
Adopted
PayGo
$92,597,771.00 1
FY2025 Amended
PayGo (includes
any council
actions subsequent
to budget adoption)
YTD PayGo FY2025
Approved This M&C Remaining
for/Moved to PayGo
Capital Projects Balance
$151,458,196.00�l($78,240,828.00)11($898,778.00)1$72,318,590.00�
Note: There may be other pending actions or recently approved actions that are not reflected in the table
due to timing.
Appropriations for the Hampshire Boulevard Water and Sanitary Sewer Replacements project are as
depicted below:
Fund Existing Additional Project
Appropriations Appropriations Total*
W&S Capital
Projects Fund $0.00 $898,778.00 $898,778.00
56002
Project Total I $0.00�1 $898,778.00�1 $898,778.00
*Numbers rounded for presentation purposes.
Business Equity: The Business Equity Division placed a 12.61 percent business equity goal on this
solicitation/contract. Neel Schaffer, Inc., has agreed/committed to utilize 12.61 percent business equity
subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance. Any
changes in subcontractors will be reviewed by the Business Equity Division.
The project is located in COUNCIL DISTRICTS 5 and 11.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Water & Sewer Fund, and upon
approval of the above recommendations and adoption of the attached appropriation ordinance, funds will
be available in the W&S Capital Projects Fund for the Hampshire Blvd W/SS Repl project to support the
approval of the above recommendations and execution of the engineering agreement. Prior to any
expenditure being incurred, the Water Department has the responsibility of verifying the availability of
funds.
FUND IDENTIFIERS (FIDs):
TO
Fund Department Account Project ProgramActivity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project 'Program ctivity Budget Reference # Amount
ID ID Year (Chartfield 2)
CERTIFICATIONS:
Submitted for City Manager's Office by_ Jesica McEachern (5804)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: Parvathi Unnithan (7803)
ATTACHMENTS
1. 25-106068 (RFQ Cast Iron Water Main Sanitary Sewer)CM-NS.pdf (CFW Internal)
2. 60WSSRHAMPSHIRE-NEELSCHAFFER funds avail.docx (CFW Internal)
3. 60WSSRHAMPSHIRE-NEELSCHAFFER- FID Table (WCF 05.08.25).xlsx (CFW Internal)
4.60WSSRHAMPSHIRE-NEELSCHAFFER.pdf (Public)
5. Form 1295 Certificate 101355012 - signed.pdf (CFW Internal)
6. ORD.APP 60WSSRHAMPSHIRE-NEELSCHAFFER 56002 A025(r2).docx (Public)
7. PBS CPN 106068.pdf (CFW Internal)
8. SAM.gov search Neel Schaffer.pdf (CFW Internal)
60WSSRHAMPSHIRE-NEELSCHAFFER FID Table
2 56002 0600430 106068 2025 $820,333.00
2 56002 0700430 4956001 106068 2025 $78,445.00
2 56002 0700430 106068 2025 $78,445.00
2 56002 0600430 4956001 106068 001730 9999 ($820,333.00)
1
2 56001 0709020 5956001 $78,445.00
2 56002 0700430 4956001 106068 001730 9999 ($78,445.00)
2
56002
0600430
5110101
106068
001730
9999
$96,097.00
Water Staff Cost
2
56002
0600430
5550102
106068
001730
9999
$4,000.00
Public Outreach
1
56002
0600430
5330500
106068
001730
9999
$606,355.00
Contract
2
56002
0600430
5310350
106068
001770
9999
$3,000.00
Utility Coordination
2
56002
0600430
5330500
106068
001784
9999
$88,705.00
Soil Lab Consultant
2
56002
0600430
5310350
106068
001784
9999
$22,176.00
Soil Lab TPW Staff
2
56002
0700430
4956001
106068
001730
9999
($78,445.00)
2
56002
0700430
5110101
106068
001730
9999
$15,400.00
Water Staff Cost
1
56002
0700430
5330500
106068
001730
9999
$52,045.00
Contract
2
56002
0700430
5710010
106068
001740
9999
$5,000.00
Easement Acquisition
2
56002
0700430
5110101
106068
001740
9999
$3,000.00
Easement Acquisition
2
56002
0700430
5330500
106068
001740
9999
$1,000.00
Easement Acquisition
2
56002
0700430
5740010
106068
001780
9999
$1,000.00
Easement Acquisition
2
56002
0700430
5310350
106068
001770
9999
$1,000.00
Utility Coordination
56002
2060000
106068
RETAIN
Retainage Combo Code