HomeMy WebLinkAboutContract 63861CSC No. 63861
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 BGE, Inc., authorized to do business in Texas, ("ENGINEER"), for a
PROJECT generally described as: Lancaster Avenue Part 1 Water and Sanitary Sewer
Replacements — Project No. 106070.
Article I
Scope of Services
The Scope of Services is set forth in Attachment A. Negotiated changes to this
Agreement, if any, are included in Attachment C.
Article II
Compensation
The ENGINEER's compensation shall be in the amount up to $1,828,295.00 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 Lancaster Avenue Part 1 W&SS Replacements
Standard Agreement for Engineering Related Design Services 106070
Revised Date: 12-08-2023
Page 1 of 15 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 Lancaster Avenue Part 1 W&SS Replacements
Standard Agreement for Engineering Related Design Services 106070
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 Lancaster Avenue Part 1 W&SS Replacements
Standard Agreement for Engineering Related Design Services 106070
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 Lancaster Avenue Part 1 W&SS Replacements
Standard Agreement for Engineering Related Design Services 106070
Revised Date: 12-08-2023
Page 4 of 15
I. 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 Lancaster Avenue Part 1 W&SS Replacements
Standard Agreement for Engineering Related Design Services 106070
Revised Date: 12-08-2023
Page 5 of 15
subsection (3) hereof. CITY shall give subconsultant reasonable advance
notice of intended audits.
(3) ENGINEER and subconsultant agree to reproduce such documents as may
be requested by the CITY. The CITY agrees to reimburse ENGINEER for the
cost of hard copies at the rate published in the Texas Administrative Code in
effect as of the time copying is performed.
L. INSURANCE
Engineer shall not commence work under this Agreement until it has
obtained all insurance required under Attachment F and City has approved
such insurance.
M. Independent Consultant
The ENGINEER agrees to perform all services as an independent consultant
and not as a subcontractor, agent, or employee of the CITY. The doctrine
of respondeat superior shall not apply.
N. Disclosure
The ENGINEER acknowledges to the CITY that it has made full disclosure in
writing of any existing conflicts of interest or potential conflicts of interest,
including personal financial interest, direct or indirect, in property abutting the
proposed PROJECT and business relationships with abutting property cities.
The ENGINEER further acknowledges that it will make disclosure in writing of
any conflicts of interest that develop subsequent to the signing of this contract
and prior to final payment under the contract.
O. Asbestos or Hazardous Substances
(1) If asbestos or hazardous substances in any form are encountered or
suspected, the ENGINEER will stop its own work in the affected portions
of the PROJECT to permit testing and evaluation.
(2) If asbestos or other hazardous substances are suspected, the CITY may
request the ENGINEER to assist in obtaining the services of a qualified
subcontractor to manage the remediation activities of the PROJECT.
P. Permitting Authorities - Design Changes
If permitting authorities require design changes so as to comply with published
design criteria and/or current engineering practice standards which the
ENGINEER should have been aware of at the time this Agreement was
executed, the ENGINEER shall revise plans and specifications, as required,
City of Fort Worth, Texas Lancaster Avenue Part 1 W&SS Replacements
Standard Agreement for Engineering Related Design Services 106070
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 Lancaster Avenue Part 1 W&SS Replacements
Standard Agreement for Engineering Related Design Services 106070
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 Lancaster Avenue Part 1 W&SS Replacements
Standard Agreement for Engineering Related Design Services 106070
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 Lancaster Avenue Part 1 W&SS Replacements
Standard Agreement for Engineering Related Design Services 106070
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 Lancaster Avenue Part 1 W&SS Replacements
Standard Agreement for Engineering Related Design Services 106070
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 Lancaster Avenue Part 1 W&SS Replacements
Standard Agreement for Engineering Related Design Services 106070
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 Lancaster Avenue Part 1 W&SS Replacements
Standard Agreement for Engineering Related Design Services 106070
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 Lancaster Avenue Part 1 W&SS Replacements
Standard Agreement for Engineering Related Design Services 106070
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 Lancaster Avenue Pa t 1 W&SS Replacements
Standard Agreement for Engineering Related Design Services 106070
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
C�P�---)
Jesica McEachern
Assistant City Manager
08/26/2025
Date:
�O�oagIl
pORT��d
p>o �9ad
ATTEST:
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
By: fh,ict,nh,,H,,d,,(A},g 19 �Wq 14 01 19 C-1
Christopher Harder, P.E.
Director, Water Department
BY:
ENGINEER
BGE,, Inc.
Carl J. Krogness, P.E.
Vice President
Date: Auqust 19, 2025
APPROVED AS TO FORM AND LEGALITY
By: Douglas Black (Aug 21, 2025 09:57:04 CDT) M&C No.: 25-0733
Douglas W Black
Sr. Assistant City Attorney
Contract Compliance Manager:
M&C Date: Auqust 12th, 2025
Form 1295 No.: 2025-1305266
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.
08/19/2025
Parvathi Sreekumaran Unnithan, P.E.
Project Manager
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 12-08-2023
Page 15 of 15
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Lancaster Avenue Part 1 W&SS Replacements
106070
ATTACHMENT A
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
ATTACHMENT A
Scope for Engineering Design Related Services for Water and/or Sanitary Sewer
Improvements
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER
REPLACEMENTS
CITY PROJECT NO.: 106070
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.
Project Scope:
The project consists of rehabilitation and/or replacement of 43,501 LF of water line and
3,551 LF of sanitary sewer pipe, as listed in the table below
CITY OF FORT WORTH WATER DEPARTMENT
WATER AND SANITARY SEWER REPLACEMENT
Street CD Water Water Sewer Sewer Notes:
LF Size LF Size
Neighborhood Streets
Alley Between View St 11 449 8" L-1079
and Meadowbrook Dr
Beach St
11
316
24"
Cut, Plug & Abandon
Line
Ben Ave
11
1450
8"
Ben Ave
11
101
36"
Haynes Ave
11
836
8"
273 8"
L-2472
Lewis Ave
11
409
8"
McLean St, East
11
1621
8"
Meadowbrook Dr
11
491 8"
L-1679
Mt View Ave
11
374
8"
N Ayers Ave
11
594
8"
Perkins St
11
514
8"
367 8"
L-1678
Toronto St, McLean
11
458
8"
West
View St
11
2126
8"
Total Pipeline -
8799
1580
Neighborhood Streets
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
Street
CD
Water
Water
Sewer
Sewer
Notes:
LF
Size
LF
Size
Lancaster
Corridor
Beach St Service Rd
11
309
8"
L-6471
Lancaster Westbound,
11
649
8"
L-6473R*
East of Beach
Lancaster Eastbound,
11
300
8"
L-3398
East of Beach
Lancaster Westbound
11
514
811
L-1089 (Scope includes
at Toronto Street
replacing the entire lines)
Lancaster Eastbound at
11
199
8"
L-1563 (can this line be
Sargent Street
abandoned)
Ludelle St
11
896
24"
Lancaster Ave
11
11149
12"
12" Distribution (Beach to
(Westbound)
Edgewood)
Lancaster Ave
11
10130
24"
24" Transmission
(Eastbound)
(Conner to Edgewood)
Lancaster Ave
11
11065
12"
12" Distribution Line
(Eastbound)
(Beach to Edgewood)
Lancaster Ave
11
1284
12"
Cross Streets
Lancaster Ave
11
178
16"
Cross Streets
Total Pipeline -
34702
1971
Lancaster Corridor
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 10. Plan Submittal Checklists
TASK 1. DESIGN MANAGEMENT.
ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and
resources.
ENGINEER shall manage change,
■ communicate effectively,
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
■ coordinate internally and externally as needed, and
■ proactively address issues with the CITY's Project Manager and others as
necessary to make progress on the work.
1.1. Managing the Team
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting
• Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Conduct review meetings with the CITY at the end of each design phase (3 Design
Submittal Meetings).
• Prepare invoices and submit monthly in the format requested by the CITY (24-month
duration).
• Prepare and submit monthly progress reports in the format provided by the Water
Department (24-month duration).
• 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 (24-month duration).
• Complete Monthly M/WBE Report Form and Final Summary Payment Report Form
at the end of the Project
• 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 subconsultants shall carry readily visible
information identifying the name of the company and the company representative.
1.3. Neighborhood Street Coordination
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure and provide and obtain information needed to prepare the
design.
• Coordinate with Utilities within the limits of the Neighborhood Streets. (6 Meetings)
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
1.4 Lancaster Corridor Coordination and Reporting
1.4.1. TXDOT Coordination
• Attend Initial Utility Coordination meeting with TxDOT (1 meeting)
• Attend periodic (typically monthly) TxDOT Utility Coordination Meetings (18
meetings)
• Attend Milestone Review Meetings with TXDOT (4 meetings)
• Attend Conflict Resolution Meetings with TXDOT and TxDOT consultant (8)
1.4.2 Coordination with Utilities
• Coordinate with Utilities along the Lancaster Corridor outside of monthly TXDOT
Coordination Meetings to resolve specific conflicts. (12 Meetings)
1.4.3 Coordination with Engineering Consultants adjacent to the Lancaster Corridor
project. (12 Meetings)
1.4.4 Coordinate with Other Agencies and Institutional Stakeholders (2 meetings per
Stakeholder)
• Trinity Metro (adjacent bus stops)
• City of Fort Worth Police Department Crime Lab
• Tarrant County
• Texas Wesleyan University
• Fort Worth Library — Reby Cary Youth Library
1.3.5 Coordinate Project with Adjacent Business/Property Owners
• There are 178 parcels (approximately 140 individual property owners) that front the
Lancaster Corridor, including but not limited to strip centers with retail, grocery
stores, places of worship, used car lots, pharmacies, gas stations, and restaurants.
ENGINEER will determine the location of service for each property and Coordinate
construction activities to minimize impacts during construction.
1.3.6 Coordinate Project with the City of Fort Worth Development Department
• Meet with the Fort Worth Development Services Department at each milestone
submittal to get updates on development activity along the corridor.
ASSUMPTIONS
• 24 MWBE reports will be prepared.
• 4 milestone review meetings with City staff
• 24 monthly water department progress reports will be prepared.
• 24 monthly project schedule updates will be prepared.
• 18 Utility Coordination Meetings with TXDOT for Lancaster Corridor
• 4 Milestone Review Meetings with TXDOT
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 4 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
• 8 Conflict Resolution Meetings with TXDOT and TxDOT Consultant
• 12 Coordination Meetings with Utilities to resolve specific conflicts along
Lancaster Corridor
• 12 Coordination Meetings with Design Consultants providing services on
adjacent projects.
• 10 Coordination Meetings with Other Agencies and Institutions along Lancaster
Corridor
• Coordinate with adjacent business and property owners.
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Baseline design schedule
E. Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes.
F. Monthly M/WBE Report Form and Final Summary Payment Report Form
G. Plan Submittal Checklists (See Task 10)
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 address 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.
• Lancaster Corridor - ENGINEER perform initial TXDOT Data Collection - Obtain
60% plans set and any TxDOT review comments including electronic files in
Microstation format from TxDOT for the following:
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 5 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
• Existing Right-of-way
• Proposed Right-of-way
• Subsurface Utility Engineering Data
• Geotechnical Data and Reports
• Planimetric topographic survey data and TIN used to design TxDOT roadway
improvements.
• Base Plan for all proposed roadway, drainage, retaining wall, bridge, etc.,
construction related to the Lancaster.
• 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. Conceptual Design for Neighborhood Streets shall include the following:
• Cover Sheet
• Shut down and construction sequencing for 36-Inch Waterline located in Ben
Street and the 24-Inch stub out removal in Beach Street.
• Graphic exhibits and written summary of alternative design concepts considered,
strengths and weaknesses of each, and the rationale for selecting the
recommended design concept.
• Proposed phasing of any water and sanitary sewer work that is included in this
Project documented in both the project schedule and narrative form.
• Documentation of key design decisions.
• Estimates of probable construction cost.
• Provide a Utility Conflict Matrix
2.3. Conceptual Design Package for Lancaster Corridor shall include the following:
2.3.1 Conflict Analysis
• Based on the data collected from the City and TxDOT, ENGINEER will identify City's
water and wastewater utilities that are in conflict with TXDOT's proposed
improvements (relocations) and confirm the City's scope of work.
o Review 60% plans for the Lancaster plans provided by TXDOT to determine
conflicts.
o Coordinate with TXDOT design consultants to confirm utility conflicts/utility
assignments.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 6 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
o Review impacted infrastructure and confirm the size and location with City
based on City's design standards.
o Prepare a Utility Conflict Matrix
2.3.2 Develop Conceptual Plan Schematic for Water and Sewer Lines
• Engineer will prepare, submit and review with City and TxDOT a Conceptual (30%)
plan schematic (plan for water/plan and profile for sewer) roll plot that identifies the
specific limits of the Project and the following:
o Locations of existing utilities, infrastructure, buildings, property lines,
landscaping, and other pertinent information.
o Establish preliminary horizontal alignments including ROW assignments for
any conflicts encountered,
o Additional water and/or sewer lines that the City may wish to consider adding
to this Project to reinforce the City's utility systems,
o Conceptual opinions of probable construction cost
2.4. Fire Line Reconnection
• Review indicates 4 existing fire lines that need to be identified and confirmed by
ENGINEER.
• ENGINEER will prepare a conceptual construction sequencing for each active fire
line.
• ENGINEER will review land uses and zoning to determine additional locations where
fire lines could be anticipated to provide stub out outside of the paving if proposed
distribution lines along Lancaster are under pavement in TXDOT ROW. An initial
review indicates that over 60 parcels could require a fire line with future
redevelopment or existing building improvements.
2.5. Geotechnical Investigations
• ENGINEER to review and utilize the geotechnical boring information provided by
TXDOT
• 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.
ASSUMPTIONS
0 Geotechnical borings are expected for this Project.
4 copies of each conceptual design package (30% design) will be delivered. A
separate conceptual design package will be developed for the Neighborhood
Streets and Lancaster Corridor. The report shall be letter -sized and comb -bound
with a clear plastic cover. Drawings will be 11x17 size foldouts bound in the
report. Roll Plots will be half -sized. PDF documents will be provided in addition to
hard copies.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 7 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
• 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.
DELIVERABLES
The deliverables will be separate submittals for the Neighborhood Streets and the
Lancaster Corridor packages and include the following:
A. Conceptual Design Package
B. Estimates of probable construction cost.
C. Utility Conflict Matrix
D. Geotechnical Recommendations
TASK 3. PRELIMINARY DESIGN (60 PERCENT).
Preliminary plans and specifications shall be submitted to CITY per the approved Project
Schedule.
ENGINEER will develop the preliminary design of the infrastructure as follows.
3.1. Development of Preliminary Design Drawings and Specifications for Neighborhood
Streets 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 proiect easement lavout sheet(s) with property owner information.
• Overall proiect water and/or sanitary sewer lavout sheets. The water layout sheet
shall identify the proposed water main improvement/ existing water mains in the
vicinity and all water appurtenances along with pressure plane boundaries, water
tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall
identify the proposed sewer main improvement/existing sewer mains and all
sewer appurtenances in the vicinity.
• Overall water and/or sanitary sewer abandonment sheet.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 8 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
• 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.
• Benchmarks per 1,000 ft of plan/profile sheet — two or more.
• Bearings given on all proposed centerlines, or baselines.
• Station equations relating utilities to paving, when appropriate.
• Plan and profile sheets which show the following: proposed water and/or sanitary
sewer plan/profile and recommended pipe size, fire hydrants, water service lines
and meter boxes, gate valves, isolation valves, manholes, existing meter
numbers and sizes that are to be replaced, existing sample locations, existing fire
line locations, existing utilities and utility easements, and all pertinent information
needed to construct the Project. Legal description (Lot Nos., Block Nos., and
Addition Names) along with property ownership shall be provided on the plan
view.
The ENGINEER shall make provisions for reconnecting all identifiable water and/or
wastewater service lines which connect directly to any main being replaced,
including replacement of existing service lines within City right-of-way or utility
easement. When the existing alignment of a water and sanitary sewer main or
lateral is changed, provisions will be made in the final plans and/or specifications
by the ENGINEER to relocate all service lines which are connected to the existing
main and connect said service lines to the relocated main.
The following shall be applicable at all locations where it is necessary to relocate or
reroute the existing private sanitary sewer service line due to the abandonment or
realignment of the existing public sanitary sewer lateral or main: The CITY shall
furnish the ENGINEER with a sample format of how the sewer service line
reroute/relocation should be designed and submitted for construction. During
design survey, if a rod can be inserted through the cleanout to the bottom of the
service line, the ENGINEER will obtain the flow line elevation and design the
service line prior to advertising the Project for bid. If the service flow line
information cannot be obtained during design survey, the ENGINEER shall delay
the design of the sewer service line until after a Quality Level A Subsurface Utility
Engineering (SUE investigation has been performed). The Level A SUE will be
performed; (1) by the ENGINEER if included in the fee proposal; or (2) by the CITY
prior to bidding if the CITY determines that it is needed for satisfactory completion
of the design; or (3) by the Contractor after the Project has been bid, by means of
a bid item to that effect. In all options, the ENGINEER shall propose appropriate
de -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.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 9 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
• 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.
• Traffic Control, 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.
• General, Water and Sewer Detail Sheets. Provide CITY Standard Details required
for the construction of the proposed improvements.
3.2. Development of Preliminary Design Drawings and Specifications for Lancaster
Corridor shall include the following:
• Cover Sheet
• A Project Control Sheet, showing all Control Points, used or set while gathering
data. Generally, on a scale of not less than 1:400. The following information shall
be indicated for each Control Point: Identified (existing City Monument #8901, PK
Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system,
and a referred bearing base. Z coordinate on City Datum only; descriptive location
(i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the
East end of radius at the Southeast corner of North Side Drive and North Main
Street).
• Overall proiect easement lavout sheet(s) with property owner information.
Overall proiect water and/or sanitary sewer lavout sheets. The water layout sheet
shall identify the proposed water main improvement/ existing water mains in the
vicinity and all water appurtenances along with pressure plane boundaries, water
tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall
identify the proposed sewer main improvement/existing sewer mains and all
sewer appurtenances in the vicinity.
• Overall water and/or sanitary sewer abandonment sheet.
• Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc.,
in the same coordinate system as the Control Points.
• Benchmarks per 1,000 ft of plan/profile sheet — two or more.
• Bearings given on all proposed centerlines, or baselines.
• Station equations relating utilities to paving, when appropriate.
• Review TXDOT 90% Plan Submittal — Incorporate changes and identify any
design impacts to advance the 60% milestone deliverables.
• Plan and profile sheets that 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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 10 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REEPLACEMENTS
CITY PROJECT NO.: 106070
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.
• Construction Sequencing Sheets. ENGINEER will develop construction
sequencing plans for the construction of proposed water and sewer infrastructure
to minimize impacts to adjacent property owners. Construction sequencing will
include line abandonment and removal and will sync with traffic control phasing
for the Project.
The ENGINEER shall make provisions for reconnecting all identifiable water and/or
wastewater service lines that connect directly to any main being replaced,
including replacement of existing service lines within City right-of-way or utility
easement. When the existing alignment of a water and sanitary sewer main or
lateral is changed, provisions will be made in the final plans and/or specifications
by the ENGINEER to relocate all service lines which are connected to the existing
main and connect said service lines to the relocated main.
The following shall be applicable at all locations where it is necessary to relocate or
reroute the existing private sanitary sewer service line due to the abandonment or
realignment of the existing public sanitary sewer lateral or main: The CITY shall
furnish the ENGINEER with a sample format of how the sewer service line
reroute/relocation should be designed and submitted for construction. During
design survey, if a rod can be inserted through the cleanout to the bottom of the
service line, the ENGINEER will obtain the flow line elevation and design the
service line prior to advertising the Project for bid. If the service flow line
information cannot be obtained during design survey, the ENGINEER shall delay
the design of the sewer service line until after a Quality Level A Subsurface Utility
Engineering (SUE investigation has been performed). The Level A SUE will be
performed; (1) by the ENGINEER if included in the fee proposal; or (2) by the CITY
prior to bidding if the CITY determines that it is needed for satisfactory completion
of the design; or (3) by the Contractor after the Project has been bid, by means of
a bid item to that effect. In all options, the ENGINEER shall propose appropriate
de -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 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.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 11 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
3.3 Constructability Review
Neighborhood Street - 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.
• Lancaster Corridor - 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 — Neighborhood Street
The ENGINEER will consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY departments, public utilities,
private utilities, private utilities and government agencies to determine the
approximate location of above and underground utilities, and other facilities
(current and future) that have an impact or influence on the Project. ENGINEER
will design CITY facilities to avoid or minimize conflicts with existing utilities, and
where known and possible consider potential future utilities in designs.
• The ENGINEER shall upload Utility Conflict Matrix and individual DWF files for
each plan sheet of the approved preliminary plan set 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
Neiqhborhood Streets
• 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.
Lancaster Corridor
• Develop traffic control plans utilizing TXDOT standard traffic details to provide
work zones for the construction of the water and sewer lines based on the
proposed sequencing sheets. 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 TXDOT and the Traffic Division of the Transportation and Public Works
Department. Traffic control phasing plans will sync with the construction
sequencing plans. These drawings shall be sealed by a professional engineer
registered in the State of Texas.
ASSUMPTIONS
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 12 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
• 2 public meeting(s) will be conducted or attended during the preliminary design
phase.
• Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an
additional 52 project specific traffic control sheets will be developed for
Construction around the Lancaster Corridor.
• _2 sets of _11x17_ size plans will be delivered for the Constructability
Review.
• _2 sets of _11x17_ size plans will be delivered for the Preliminary Design
(60% design).
• _2 sets of specifications will be delivered for the Preliminary Design (60%
design).
• PDF 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.
• _1 sets of _11x17_ size drawings will be delivered for Utility Clearance.
• ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans.
DELIVERABLES
The deliverables will be separate submittals for the Neighborhood Streets and the
Lancaster Corridor packages and include the following:
A. Preliminary Design drawings and specifications
B. Utility Clearance drawings
C. Traffic Control Plan
D. Storm Water Pollution Prevention Plan
E. Estimates of probable construction cost
F. Database listing names and addresses of residents and businesses affected by
the Project.
TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS
(100 PERCENT).
4.1 Neighborhood Street
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as
follows:
• For projects that disturb an area greater than one (1) acre, the Contractor will be
responsible for preparing and submitting the Storm Water Pollution Prevention Plan
(SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 13 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
Construction Plan according to the current CITY iSWM Criteria Manual for Site
Development and Construction which will be incorporated into the SWPPP by the
contractor.
• Draft Final plans (90%) and specifications shall be submitted to CITY per the approved
Project Schedule.
• 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.
4.2 Lancaster Corridor
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as
follows:
• For projects that disturb an area greater than one (1) acre, the Contractor will be
responsible for preparing and submitting the Storm Water Pollution Prevention Plan
(SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM
Construction Plan according to the current CITY iSWM Criteria Manual for Site
Development and Construction which will be incorporated into the SWPPP by the
contractor.
• Draft Final plans (90%) and specifications shall be submitted to CITY per the approved
Project Schedule.
• Following a 90% construction plan review meeting with the CITY, the ENGINEER shall
submit Construction Documents (100%) to the CITY per the approved Project Schedule.
Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in
State of Texas.
• The ENGINEER shall submit a final design estimate of probable construction cost with
both the 90% and 100% design packages. This estimate shall use ONLY standard CITY
bid items.
ASSUMPTIONS
• _2 sets of _11x17_ size drawings and _1 sets of 22x34 size drawings
and _1 specifications will be delivered for the 90% Design package.
• A PDF file for the 90% Design will be created from design CAD drawings and will be
uploaded to the project folder in TRIMBLE.
• 2 sets of _11x17 size drawings and _2 specifications will be delivered for
the 100% Design package.
• A PDF file for the 100% Design will be created from design CAD drawings and will be
uploaded to the project folder in TRIMBLE.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 14 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 ATER AND SSANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
DELIVERABLES
The deliverables will be separate submittals for the Neighborhood Streets and the Lancaster
Corridor packages and include the following:
A. 90% construction plans and specifications.
B. 100% construction plans and specifications.
C. Detailed estimates of probable construction costs including summaries of bid items and
quantities using the CITY's standard bid items and format.
TASK 5. BID PHASE SERVICES.
ENGINEER will support the bid phase of the Project as follows.
5.1. Bid Support (Separate Bidding for Neighborhood Streets and Lancaster Corridor
Projects)
• The ENGINEER shall upload all plans and contract documents onto BONFIRE
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.
• 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 shall sell contract documents and maintain a plan holders list on
BONFIRE from documents sold and from Contractor's uploaded Plan Holder
Registrations in BONFIRE.
• The ENGINEER will develop and implement procedures for receiving and
answering bidders' questions and requests for additional information. The
procedures shall include a log of all significant bidders questions and requests
and the response thereto. The log shall be housed and maintained in the
Project's TRIMBLE folder titled Request for Information. The ENGINEER will
provide technical interpretation of the contract bid documents and will prepare
proposed responses to all bidders questions and requests, in the form of
addenda. The ENGINEER shall upload all approved addenda onto BONFIRE.
• Attend the prebid conferences in support of the CITY.
• Assist the CITY in determining the qualifications and acceptability of prospective
contractors, subcontractors, and suppliers.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 15 of 25
ATTACHMENT A
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
• When substitution prior to award of contracts is allowed in the contract
documents, the ENGINEER will advise the CITY as to the acceptability of
alternate materials and equipment proposed by bidders.
• Attend the bid openings in support of the CITY.
• Tabulate and review all bids received for the construction projects (2), assist the
CITY in evaluating bids, and recommend award of the contract. A copy of the
Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools
only are to be uploaded into the project's Bid Results folder on TRIMBLE.
• Incorporate all addenda into the contract documents and issue conformed sets.
5.2 Final Design Drawings
1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format
(version 6.0 or higher) format and DWF format. There shall be one (1) PDF file
and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for
the Water plan set. Each PDF and DWF file shall be created from the original
CAD drawing files and shall contain all associated sheets of the particular plan
set. Sinqular PDF and DWF files for each sheet of a plan set will not be
accepted. PDF and DWF files shall conform to naming conventions as follows:
I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_org" designating the file is
of an original plan set, "47" shall be the total number of sheets in this file.
Example: W-0053_org3.pdf and K-0320_org5.pdf
II. Water and Sewer file name example — "X-35667_org36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "_org"
designating the file is of an original plan set, "36" shall be the total number of
sheets in this file.
Example: X-12755_org18.pdf
Both PDF and DWF files shall be uploaded to the Project's Final Drawing folder in
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:
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 16 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
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 in two construction packages and awarded to two
contractors.
• _2 sets of PDF construction documents will be uploaded to BONFIRE for
plan holders to view.
• _10 sets of _11 x17 size and _10 sets of _22x34 size
drawings plans and _10 specifications (conformed, if applicable) will be
delivered to the CITY.
• PDF, DWF and DWG files will be uploaded to TRIMBLE.
DELIVERABLES
A. Addenda (for two bid advertisements)
B. Bid tabulations (2)
C. CFW Data Spreadsheet
D. Recommendations of award (2)
E. Construction documents (conformed, if applicable) (for two bid advertisements)
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the Project as follows.
6.1 Construction Support (Separate Construction Contracts for Neighborhood Streets
and Lancaster Corridor Projects)
o The ENGINEER shall attend the preconstruction conferences (2).
• After the pre -construction conferences, the ENGINEER shall provide project
exhibits and attend public meetings to help explain the proposed Project to
residents. The CITY shall select suitable locations and mail the invitation letters to
the affected customers.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 17 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
o The ENGINEER shall visit the project sites at requested intervals as construction
proceeds to observe and report on progress.
o 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 two sets of sealed Final Drawings, modified and
stamped as Record Drawings, on mylar for record storage. The ENGINEER may
keep copies of the information provided by the CITY for their files, but all original,
red -lined drawings shall be returned to the CITY.
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 (2) PDF file
and one (2) 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:
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 18 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
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
• 15 RFI's are assumed.
• 5 Change Orders are assumed
DELIVERABLES
The deliverables will be separate in support of two separate construction contracts,
Neighborhood Streets and the Lancaster Corridor packages, and includes the following:
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
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
Neighborhood Streets
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 19 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
• 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.
Lancaster Corridor
• No Right -of -Way Research proposed. ENGINEER rely on the rights -of -way and
easements document provided by TXDOT for the Lancaster Corridor.
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. 10 documents are proposed to be prepared.
• 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 landowners 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
• 10 Easements or right-of-way documents will be necessary.
• 70 Temporary right -of -entry documents will be necessary.
• Right -of -Way research and mapping includes review of property/right-of-way records
based on current internet-based Tarrant Appraisal District (TAD) information available at the
start of the Project and available on -ground property information (i.e. iron rods, fences,
stakes, etc.). It does not include effort for chain of title research, parent track research,
additional research for easements not included in the TAD, right-of-way takings, easement
vacations and abandonments, right-of-way vacations, and street closures.
DELIVERABLES
A. Easement exhibits and meets and bounds provided on CITY forms.
B. Temporary Right of Entry Letters
TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 20 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
ENGINEER will provide survey support as follows.
8.1. Design Survey
Towarnhic Survev — Neighborhood Streets
• 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 benchmarks, per line or location.
— Bearings given on all proposed centerlines, or baselines.
— Station equations relating utilities to paving, when appropriate.
Topographic Survev — Lancaster Corridor - (Ludelle, L-6471, L-6473R*, L-1089)
• 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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 21 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
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.
d. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod)
e. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base.
Z coordinate on CITY Datum only.
f. 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 benchmarks, per line or location.
— Bearings given on all proposed centerlines, or baselines.
— Station equations relating utilities to paving, when appropriate.
Topoqraphic Survev — (LANCASTER SEGMENT CURB TO ROW ONLY)
• 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.
g. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod)
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 22 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
h. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base.
Z coordinate on CITY Datum only.
Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North
Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main
Street).
— 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 benchmarks, per line or location.
— Bearings given on all proposed centerlines, or baselines.
— Station equations relating utilities to paving, when appropriate.
Survev Verification & Utility Survev (Lancaster)
ENGINEER will perform an on -the -ground survey under the direct supervision of a
Registered Professional Land Surveyor and will prepare a survey of limited existing
water/sanitary sewer facilities along Lancaster Avenue and verification points for the survey
by others.
TXDOT Survev Conversion (Lancaster)
ENGINEER will review an on -the -ground survey of the property prepared by others and
provided by TXDOT.
In the event the TXDOT survey is not on City of Fort Worth vertical datum, this does not
include vertical translation or adjustment of the survey by others. A datum translation will be
provided.
ENGINEER is not responsible for this survey being true and accurate in all respects and
assume no liability for errors or conflicts that may arise as a result of inaccurate or
incomplete information.
8.2 SUBSURFACE UTILITY ENGINEERING (WHEN REQUESTED)
Quality Level (QL) "A" SUE. The scope of work involves QL "B" designating of the utilities to
layout the test holes as initiated by BGE. ENGINEER has included 5 test holes for the
scope of work.
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.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 23 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
TASK 9. PERMITTING.
ENGINEER will provide permitting support for the CITY to obtain any and all agreements
and/or permits normally required for a project of this size and type, as follows.
TASK 10. PLAN SUBMITTAL CHECKLISTS
Engineer shall complete and submit Plan Submittal Checklists in accordance with the
following table:
PLAN SUBMITTAL CHECKLIST REQUIREMEN—S
Traffic
Traffic
Traffic
Street
Water
Control
Control
Control
"A"
Traffic
Storm
Storm
Lights
/Sewer
Traffic
30%
60 /0
90 /o
Attachment
Signal
Water
Water
(Submit
(Submit
Engineering
Type
(Submit All
30%
60%
All @
All @
(Submit All
@ 30%)
30%
60%)
@ 60%)
Required for all work
in City
ROW
Street
X
X
X
X
V
X
X
X
X
Storm Water
X
X
X
X
X
Water / Sewer
X
X
X
X
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existing Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's
written request. Any additional amounts paid to the ENGINEER as a result of any material
change to the Scope of the Project shall be agreed upon in writing by both parties before the
services are performed. These additional services include the following:
• Negotiation of easements or property acquisition including temporary right -of -
entries.
• Services related to development of the CITY's project financing and/or budget.
• Services related to disputes over pre -qualification, bid protests, bid rejection and
re -bidding of the contract for construction.
• Construction management and inspection services
• Periodic site visits during construction phase
• Design phase public meetings
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 24 of 25
ATTACHMENT
DESIGN SERVICES FOR
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106070
Performance of materials testing or specialty testing services.
Services necessary due to the default of the Contractor.
Services related to damages caused by fire, flood, earthquake or other acts of
God.
• Services related to warranty claims, enforcement and inspection after final
completion.
Services related to Survey Construction Staking
• Services 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.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 25 of 25
ATTACHMENT B
COMPENSATION
Design Services for
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
City Project No. 106070
Lump Sum Project
Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $1,828,295.00
as summarized in Exhibit B-1 — Engineer Invoice and Section IV — Summary of
Total Project Fees. The total lump sum fee shall be considered full
compensation for the services described in Attachment A, including all labor
materials, supplies, and equipment necessary to deliver the services.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-1, Progress Reports as required in item III. of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Water Department monthly progress reports and schedules in the format required
by the City.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 1 of 3
AM
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility
Prime Consultant
BGE, Inc. Project Management and Civil
Engineering
Proposed MWBE Sub -Consultants
Yellow Rose Mapping Survey and Mapping (except
LLC Geophysical) Services and
SUE
Non-MWBE Consultants
Project Number & Name
CPN 106070 Water and Sanitary
Sewer Replacements on Lancaster,
Part 1
City MWBE Goal = 12.61 %
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 2 of 3
TOTAL
Total Fee
$1,828,295.00
Fee Amount
$1,595,695.00 87.28%
$232,600.00 12.72%
$ 1,828,295.00 100%
MWBE Fee MWBE %
$232,600.00 12.72%
Consultant Committed Goal = 12.72%
AM
EXHIBIT "13-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 3 of 3
AM
Professional Services Invoice Project Manager: IParvathi Sreekumaran Unnithan Summary
Project: LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
City Project #: 1106070 1
City Sec Number:
Company Name: IBGE, Inc.
Supplier's PM: Carl Krogness
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Supplier Instructions:
Fill in green cells including Invoice Number, From and To Dates and the included worksheets,
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
email: r8l
aness(@,baeinc.conn
Office Address: Main Street, Suite 1900, Fort Worth, TX 76102
Telephone: -887-6138
Fax: -887-6135
Remit Address: 10777 Weslheimer Road, Suite 400, Houston, Texas 77042
Agreement LTD
Agreement Amendment
Amount to Completed Percent ($) Invoiced Current
Remaining
Sheet
FID and Work Type Description Amount Amount
Date Amount Spent Previously Invoice
Balance
Work Type 1
Sewer Design $137,981.00
$137,981.00
$137,981.00
Work Type 2
Water Design $1,690,314.00
$1,690,314.00
$1,690,314.00
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Totals This Invoice $1,828,295.00 $1.828.295.00 $1.828.295.00
Overall Percentage Spent:
Professional Services Invoice Project Manager: Parvathi Sreekumaran Unnithan
Project: LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
City Project #: 106070
Work Type Desc: Sewer Design Supplier Instructions:
FID:
City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Quanities
Purchase Order: When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
Company Name: BCE, Inc.
Supplier's PM: Carl Krogness
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Pay Items
Description
Totals This Unit:
email: ckrogness@bgeinc.com
Office Address: 777 Main Street, Suite 1900, Fort Worth, TX 76102
Telephone: 817-887-6138
Fax: 817-887-6135
Remit 10777 Westheimer Road, Suite 400, Houston, Texas 77042
Address:
Agreement LTD
Agreement Amendment Amendment Amount to Completed Percent ($) Invoiced Current
Amount Number Amount Date Amount Spent Previously Invoice
$137,981.00 $137,981.00
$137,981.00
$137,981.00
Overall Percentage Spent:
Remaining
Balance
$137,981.00
$137,981.00
Professional Services Invoice Project Manager: Parvathi Sreekumaran Unnithan
Project: LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER REPLACEMENTS
City Project #: 106070
Work Type Desc: Water Design 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: BCE, Inc.
Supplier's PM: Carl Krogness
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Pay Items
Description
Totals This Unit:
email: ckrogness@bgeinc.com
Office Address: 777 Main Street, Suite 1900, Fort Worth, TX 76102
Telephone: 817-887-6138
Fax: 817-887-6135
Remit 10777 Westheimer Road, Suite 400, Houston, Texas 77042
Address:
Agreement LTD
Agreement Amendment Amendment Amount to Completed
Amount Number Amount Date Amount
$1,690,314.00 $1,690,314.00
$1,690.314.00
$1 690 314,00
Overall Percentage Spent:
Percent ($) Invoiced Current Remaining
Spent Previously Invoice Balance
$1,690,314.00
$1,690,314.00
Task No. Task Description
1.0 Project Mangy smart
1.1 Managing the"eam
1.2 Communications and Reporting
1.2.1 Pre -Design Coordination Meeting (1)
1.2.2 Design Submittal Review Meetings (4)
1.2.3 Prepare Monthly Progress Reports with Schedule (24)
1.2.4 Prepare Baseline Schedule
1.2.5 Prepare Monthly MBE/SBE Reports (24)
1.3 Coordinate with Agencies/Permitting (Neighborhood Streets)
1.4 Lancaster Corridor Coordination and Reporting
1.4.1 TxDOT Coordination
Attend Initial TXDOT Utility Coordination (1 meeting)
Attend monthly TXDOT Coordination Meetings (24 meetings)
Attend Milestone Review Meetings with TXDOT (4 Meetings)
Attend Conflict Resolution Meetings with TXDOT and TxDOT consultant (8)
1.4.2 Coordination with Utilities Lancaster Corridor If 2 Meetings)
1.4.3 Coordination with Consultants (Adjacent Projects) (12 Meetings)
1.4.4 Coordination with Other Agencies/Institutions (10 Meetings)
1.4.5 Coordinate Project with Adjacent Business Owners (80 meetings)
1.4.6 Coordinate Project with the City of Fort Worth Development Department (5 )
2.0 Conceptual Design (30-Percent)
2.1 Data Collection
Neighborhood Street Data Collection
Initial TXDOT Data Collection (Review 30 % data provided by TxDOT)
2.2 Conceptual Design Package Neighborhood Streets
Cover Sheet & General Notes
Plan and Plan/Profile Sheets - Neighborhood (25 Sheets)
OPCC
2.3 Conceptual Design Package for Lancaster Corridor
2.3.1 Conflict Analysis
Review 60 % plans for the Lancaster plans provided by TXDOT
Review impacted infrastructure and confirm the size and location with City
Utility Conflict Matrix
2.3.2 Develop Conceptual Plan Schematic for Water and Sewer Lines
Plan/Profile Schematic- Ludelle St 24" Transmission (896 10
Plan/Profile Schematic- Lancaster 12" WB Distribution (11149 If)
Plan/Profile Schematic- Lancaster 24" EB Transmission (101301f)
Plan/Profile Schematic- Lancaster 12" EB Distribution (11065 If)
Plan/Profile Schematic- Lancaster 12'716" Cross Streets (1462 10
Conceptual Opinion of Probable Cost
2.4 Fire Line Reconnection
Identify and confirm the number and location of existing Fire Lines (4 assumed)
Prepare Conceptual construction sequencing for exsting Fire Lines (4 assumed)
Assess Future Land Use and Identify Additional Fire Line Connections
2.4 Geotechnical Investigations
Review/Utilize geotechnical inform
prgviled by TXDOT
Advise City on need for borings and Coordinate with City Geotech
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
Typical Water and Sewer Replacement
FW WTR Official Release Date: 8.09.2012
5/7/2025
EXHIBIT B-2
Level of Effort Spreadsheet
TASKMOUR BREAKDOWN
Design Services for
Lancaster
Avenue Part 1 Water and Sanitary Sewer
Replacements
City Project No. 106070
Labor hours)
I
Expense
Total
Principal
Project
Survey
Project Engineer EIT CADD RPLS
Survey
Administrative
Total Laborl
Subconsullant
Travel/
Expense
Task Sub
Rate $310
Manaqer
$28 Il/I
Tech
$206 $145 $176 $216 $120
Crew
$1511 $90
Cost
JJ
MWBE Non-MWBE Markup
Reproduction /
Fees /PermittigQQ
$b
Cost
Total
44
232
160 198 0 0 0
0 0
$139,31UJ
$0 $0 $0
$0
$139,310
J
z
4
$1,360�
$U
$1,360
16
20J
24
$15360J
$0,
$15,360
24
24 J
$11:526
$6
$11,520
,(f
0 0
$1,430
$0,
$1,430
2�
6 1
$6,72 J
$6
$6,720
1z
12 6
$6,63
$0
$6,630
I
2
2
$1,160
$0
$1,160
6/
3
36
$17,16
$6
$17,160
6J
8
6J
$5,260
$0
$5,260
6
1�
16 28J
$13:60�
$6
$13,600
12
2
$6,840
$6,840
J
1 J
24J
$8,08 J
$6
$8,080
1
2
$694()��
$0
$6940
0
40J
86 40J
$33:00
$0
$33:000
QQ
1QQ
1QJ
$4,25�6
$0
$4,250
13
127
236 680 4d 0 0
0 6
$269,030
$0 $0 $0
$'6
$6
$269,030
16 32
$7,766
$6
$7,760
0
8
8 16 24
$10,240
$0
$10,240
1
2 4
$1,366
$0
$1,360
12
36 72 72
$33,24T,
$0
$33,240
6 16
$3,920
$6
$3,920
f
8
16 24J 24
$13,310
$0
$13,310
4
g
$1a26
$6
$1,720
0
J
4 16I
$3,120
$0
$3,120
�
z�
2 ,z� 8
$a,os6�
$J
$a,oso
2J
20J
40 120J 100
$48,620J
$0
$48,620
�v2
2
40 12 100
$48,62�6
$6
$48,620
2
20
40 120 100
$48,620
$0
$48,620
1
6 3 28
$13,55
$6
$13,550
16 32
$7,840
$0
$7,840
$6
$0
8 16
$5,350
$0
$5,350
J
J
S id
$5,35 J
$0
$5,350
zJ
1zJ
32 J
$8,626J
$0
$8,620
U
4
14 J
$3,150
$6
$3,150
$5801
$0
$580
Page 1 of 4
5/7/2025
EXHIBIT B-2
Level of Effort Spreadsheet
TASKIHOUR BREAKDOWN
Design Services for
Lancaster Avenue Part 1 Water and Sanitary Sewer Replacements
City Pro.�ect No. 106070
Labor hours)
Expense
Total
Task No.
Task Description
Principal
Project
Project Engineer
EIT
CADD RPLS
Survey Survey
Administrative
Total Labor
Travel /
Subconsultant
Expense
Task Sub
Manager
Tech Crew
Cost
Reproduction /
Cost
Total
rtaf€ $316
$286
$20d
$145
$17d $21d
$12d $15d $90
MWBE Non-MWBE Markup Fees/Permitting
3.0
Preliminary Design (60 Percent)
27
334
467
1386
1053 0
0 0 0
$575,270
$0 $0 $0 $0
$0
$575,270
3reliminary Design Package - Neighborhood Streets
3.1.1
Cover & General Notes, Legend/Sheet Index (3 Sheets)
�
1
$315,
$0
$315
3.1.2
Project Control Sheet (2 Sheets)
1J
1
$319
$0
$315
3.1.3
Overall Water and Sewer Layout Sheets/Easement Layout (2 Sheets)
4
$780,
$0
$780
3.1.5
Water Plan and Sewer Plan/profile Sheets (25 Sheets)
24
71
15�
66
$53,076
$0
$53,070
3.1.7
Water Crossing Profiles (2 Sheets)
1
4
12
4
$3,506.dd
$0
$3,500
3.1.8
36-Inch Water Line (Ben St) Phasing / C p ru n Sequencing
1
1
4
4�
$1,940
$0
$1,940
3.1.9
General, Water & Sewer Defail Sheets (6' Sheets)
1
id
$1,6'5
$0
$1,650
3.1.10
Technical Specifications
2
2
$690
$0
$690
3.1.11
OPCC
1
1
d
$1,84
$0
$1,840
3.2
Preliminary Design Package - Lancaster Corridor
3.2.1
Cover & General Notes, Legend/Sheet Index (3 Sheets)
3
3
$1,11
$0
$1,110
3.2.2
Project Control Sheet (3 Sheets j
3
6
$1,620J
$0
$1,620
3.2.3
Overall Water and Sewer Layouk Sheets/Easement Layout (3 Sheets)
1
6
$1,62QJ
$lR
$1620
3.2.4
Review/Incorporate TxDOT Design Changes to Design Sheets
1
6
1d
24
24
$13,31
$&
$13:310
3.2.5
PIanlProfle - Ludelle St 24" Transmission (3 sheets)
1
3
6
16
16
$7,390
$Cr
$7,390
3.2.5
PIanlProfle- Lancaster 12" WB Distribution (32 Sheets)
4
40
40
16d
160
$70,84�
$0
$70,840
3.2.6
Plan/Profle - Lancaster 24" EB Transmission (29 Sheets)
40
40
160
160
$70,840
$Cr
$70,840
3.2.7
PIanlProfle - Lancaster 12" EB Distribution (32 Sheets)
40
40
166
160
$70,84�
$0
$70,840
3.2.8
Plan/Profile Lancaster 12"/16" Cross Streets (7 Sheets)
10
10
40
40
$17,710
$C•
$17,710
3.2.9
Shutdown/ Sequencing - 24-Inch (Beach) (2 Sheets)
f
4
A
1G
$5,24
$0
$5,240
3.2.10
Construction Sequencing - Lancaster 12" WB Distribution (20 Sheets)
2
20
20
8d
60
$32,02UJ
$D
$32,020
3.2.11
Cons�uc�on - Lancaster 24" EB Transmission (15 Sheets)
A
16
71)
49
$26,59QJ
$Ci
$26,590
3.2.12
1l1quencing
Construction Sequencing - Lancaster 12" EB Distribution (20 Sheets)
2
20
20
80
60
$32,020�
$(1
$32,020
3.2.13
Construction Sequencing- Lancaster 12"/16" Cross Streets (7 Sheets)
1
8
16
2
24J
$13,310J
$(1
$13,310
3.2.14
TxDOT Details (12 Sheets)
2
2
111
21
$6,106
$(1
$6,100
3.2.15
Technical Specifications
4
8
16
$5,040
$(1
$5,040
3.2.16
OPCC
1(4
3�I
$7,84�
sq
$7,840
3.3
Constructability Review
J
Neighborhood Street
6
12
$4,62 J
$Q
$4,620
Lancaster Corridor
16
31
241
$14,360
$(I
$14,360
3.4
Utility Clearance
J
Neighborhood Street
2
2
$69
$(1
$690
Lancaster Corridor
2
2
$740
$(1
$740
3.5
Traffic Control Plan
3.5.1
Neighborhood Street
2
4
$1,080
$11
$1,080
3.5.2
Lancaster Corridor
Traffic Control Plan - Lancaster 12" WB Distribution (20 Sheets)
2
20
20
80
60
$32,020
$' 1
$32,020
Traffic Control Plan - Lancaster 24" EB Transmission (15 Shee s)
1
16
16
7
49
$26,596
$(I
$26,590
Traffic Control Plan - Lancaster 12" EB Distribution (20 Sheets)
2
20
20
8d
60
$32,026J
$( 1
$32,020
Traffic Control Plan - Lancaster 12' 16" Cross Streets (7 Sheets)
1
8
16
24
$9,57
$01
$9,570
Public Meeting (2 Public Meetings)
4
4
d
4
$3,76 I
$1 I
$3,760
Documentation of Key Design Decisions
4
8
$2,28
$1 I
$2,280
4.0
Final Design
16
240
299
1079
842 0
0 0 0
$431,555
$0 $0 $0 $0
$( 1
$431,555
4.1.1 Final Draft (90 % Construction Plans - Neighborhood 4 10 60 40 $18,620 $4 $18,620
4.1.2 Final Draft (90 a) Specifications - Neighborhood 1 2 4 $1,26) $(J $1,260
4.1.3 90% Construction Cost Estimate - Neighborhood 4 8 $1,96d $ $1,960
4.1.5 Final (100%) Construction Plans - Neighborhood 1 4 30 16 $8,50 JJ $ J $8,500
4.1.6 Final (100%)Specifications-Neighborhood 1 1 4 $1,170I $ill $1,170
4.1.7 100% Construction Cost Estimate - Neighborhood 1 2 8 $1,870 $0 $1,870
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
Typical Water and Sewer Replacement
FW WTR Official Release Date: 8.09.2012 Page 2 of 4
Task No.
Task Description
4.2 Final Plans Lancaster Corridor
4.2.1 Review/Incorporate TxDOT 90 % Design Changes to Design Sheets
4.2.2 Final Draft (90%Construction Plans - Lancaster
4.2.3 Final Draft (90% Specifications - Lancaster
4.2.4 90 % Construction Cost Estimate - Lancaster
4.2.5 Prepare 90 % Coordination Checklist - Lancaster
4.2.6 Review/Incorporate TxDOT 100% (Letting Set) Design Changes to Design Sheets
4.2.7 Final (100%) Construction Plans - Lancaster
4.2.8 Final (100%) Specifications - Lancaster
4.2.9 100% Construction Cost Estimate - Lancaster
4.2.10 Prepare 100% Coordination Checklist - Lancaster
5.0 Bid Phase
5.1 Bid Support -Neighborhood
5.1.1 Upload Documents to eBuilder
5.1.2 Issue Addenda
5.1.3 Attend Pre Bid Conference
5.1.4 Tabulate Bids and Recommend Award
5.2 Issue Conformaned Documents - Neighborhood
5.3 Bid Support - Lancaster
5.3.1 Upload Documents to eBuilder
5.3.2 Issue Addenda
5.3.3 Attend Pre Bid Conference
5.3.4 Tabulate Bids and Recommend Award
5.4 Issue Conformaned Documents - Lancaster
6.0 Construction Phase Services
6.1 Construction Support - Neighborhood
6.1.1 Attend Preconstruction Conference
6.1.2 Attend Public Meeting (1)
6.1.3 Project Site Visits (assume 6)
6.1.4 Request for Information Review/Shop Drawings
6.1.5 Review Soils and Compaction Testing with Report
6.2 Record Drawings/As Built - Neighborhood
6.3 Construction Support - Lancaster
6.3.1 Attend Preconstruction Conference
6.3.2 Attend Public Meeting (2)
6.3.3 Project Site Visits (assume 12)
6.3.4 Request for Information Review/Shop Drawings
6.3.5 Review Soils and Compaction Testing with Report
6.4 Record Drawings/As Built - Lancaster
7.0 ROW/Easement Services
Right-of-Way/Easement/TCE Prep/Submittal S docs neighborhood streets, 4 docs
7.2 Lancaster)
7.3 Temporary Right of Entry Submittal (70)
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
Typical Water and Sewer Replacement
FW WTR Official Release Date: 8.09.2012
5/7/2025
EXHIBIT B-2
Level of Effort Spreadsheet
TASKMOUR BREAKDOWN
Design Services for
Lancaster Avenue Part 1 Water and Sanitary Sewer Replacements
City Project No. 106070
Labor hours)
I
Expense
Total
Principal
Project
Survey
Project Engineer EIT CADD RPLS
Survey
Administrative
Total Laborl
Subconsultant
Travel)
Expense
Task Sub
Rate $310
Manager
$28d
Tech
$2od $145 $176 $21J $120
Crew
$15d
$90
Cost
MWBE Non-MWBE
Markup
Reproduction /
Fees/Permitting
Cost
Total
1
8
8 16 a
JI
$7,830
$0
$7,830
6
120
140 500 440
$210,760
$0
$210,760
1
4
$2,52
$6
$2,520
8
$5,080
$0
$5,080
1
1),
$57 �
$
$6,
$570
1
4
4 8
$ 0J
$0,
$4,750
96
1d5 3 336
$157,91 �),
$6
$157,915
4
4 12
$3,66U
$0
$3,660
T
6 188
$4,52�J
$0
$4,520
1
2
$57U
$6
$570
0
16
26 37 0 0 0
0
6
$15,046
$0
$0
$0
$Q
$Q
$15,045
f
$496,
$6
$490
f
2 3
$1,11$,
$0,
$1,115
1
$576
$6
$570
1
1 2
$770
$0
$770
2
3 3
$1,595
$0
$1,595
3 2
$890
$0
$890
3
8 10
$3,890
$0
$3,890
4
4
$1,700
$0
$1,700
1
2 3
$1,115
$0
$1,115
3
6 6
$2,910
$0
$2,910
0
72
130 140 0 0 0
0
0
$66,46'6
$0
$0
$0
$0
$0
$66.460
f
2 2
$970,
$0
$970
1
f fJ
$616
$6
$625
1
7 7
$4,37?
$0
$4,375
2
6 10
$3,61 J
$0
$3,610
1
4
$1,080
$6
$1,080
2
6 J
$3,320
$0
$3,320
2
4 4J
$1,940,
$0,
$1,940
1
4
$1,946
$6
$1,940
20
20
$12,500
$0,
$12,500
26
46
J
$22,306
$6
$22,300
4
id
$4,326
$0
$4,320
16
16/
$9,480
$0
$9,480
0
0
0 0 0 0 0
0
0
1I
$30,500
$0
$3,050
$0
$33,550
$33,550
$0
$20,000
$2,000
$22,000
$22,000
$0
$10,500
$1,050
$11,550
$11,550
Page 3 of 4
5/7/2025
EXHIBIT B-2
Level of Effort Spreadsheet
TASKMOUR BREAKDOWN
Design Services for
Lancaster Avenue Part 1 Water and Sanitary Sewer Replacements
City Project No. 106070
Labor hours)
Expense
Tota
Task No.
Task Description
Survey Survey
Princi al Pro ect En ineer EIT CADD RPLS Administrative
p Project / g
Total Labor
Subconsultant
Travel /
Expanse
Task Sub
Manager Tech Crew
Cost
Reproduction /
Cost
Total
Rate $31 $28 $20 $145 $17 $21 $12 $15 $90
0
MWBE Non-MWBE
Markup Fees I Permitting
8.0
Survey
0 0 0 0
0 0 0 0 0
$0
$202,100 $0
$20,210 $0
$222,3101
$222,310
8.1
Design Survey
8.1.1
Topographic Alignment Survey (ppggiQQ bflfl ppd ej�)
$0
$83,100
$8,310
$91,410
$91,410
8.1.2
Topographic Survey (Ludelle, L$471� L-�4Y3/VE-1i189)
$
� $19,00d
$1,901i
$20,900
$20,900
8.1.3
Topographic Survey - Back of Curb to ROW (Lancaster)
$0J
$60,000
$6,000
$66,000
$66,000
8.1.4
Survey Verification k Utility Survey (Lancaster)
$��J
$20,00d
$2,00d
$22,000
$22,000
8.1.5
TxDOT Survey Conversion (Lancaster)
$0
$8,000
$800
$8,806
$8,800
8.2
SUE (Level A Cd gas lines)
$01
$12,000
$1,200
$13,200
$13,200
10.1 Additional Directed Design Services
10.2 Additional Directed Survey/SUE Services
10.3 Aon'ponal Vennmmg
uescription
conceptual Design 3U%
Preliminary Design 601.)
Final Design (100%)
Survey
Subtotal
Total
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
Typical Water and Sewer Replacement
FW WTR Official Release Date: 8.09.2012
sl 1001 10291
13221 35351
1 Water Line Footage
43,5011 92%
1 Sewer Line Footage
3,551 8%
47,052 100%
(A) Total Fee
$1,828,295
(B) Survey Fee
$255,860
'Cl Total Fee Feel
$1,572,435
Isurvey
I Water Fee 2% o C)
I $1,453, k64.00
Sewer Fee B%of C)
$118,b/ j.00
WP
Water
Sewer 1
31
$436,129.00
$35,601.00 1
32
$872,258.00
$71,203.00 I
33
$145,376.00
$11,867.00 I
51
$236,550.00
$19,310.00 I
1$1,690,314.00`
I
$137,98100 1
$1,828,29 .00
I
$1
j Totals:l $1,328,295.001
Project Summary
Total Hours
8,388
Total Labor
$1,572,435
Total Expense
$255,860
MSE/SBE Subconsultant
$232,600
Non-MBE/SBE Subconsultanf
$0
10% Sub Markup
$23,260
MBE/SBE Participation
12.72%
Total Project Cos( $1,828,295.00
Page 4 of 4
Date: April 1, 2025
ENGINEER'S PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COST
LANCASTER WATER MAIN/SANITARY SEWER REPLACEMENT PROJECT
TBPE Registration No. F-1046
Water Improvements (UNIT 1)
Item Number
Spec #
Total
Units
Unit Price
Total Amount
1
3311.0141 6" Water Pipe
3311 12
450
LF
$100.00
$45,000.00
2
3311.0241 8" Water Pipe
3311 12
30
$125.00
3
3311.0441 12" Water Pipe
3311 12
23,498
LF
$180.00
$4,229,640.00
4
3311.0541 16" Water Pipe
3311 12
178
LF
$250.00
$44,500.00
5
3311.0641 24" Water Pipe
3311 12
11,026
LF
$425.00
$4,686,050.00
6
3312.2001 1" Water Service, Meter Reconnection
33 12 10
144
EA
$1,500.00
$216,000.00
7
3312.2003 1" Water Service
33 12 10
144
EA
$2,775.00
$399,600.00
8
3312.2101 1 1/2" Water Service, Meter Reconnection
33 12 10
16
EA
$1,750.00
$28,000.00
9
3312.2103 11/2"Water Service
331210
16
EA
$2,900.00
$46,400.00
10
3312.2201 2" Water Service, Meter Reconnection
33 12 10
14
EA
$2,000.00
$28,000.00
11
3312.2203 2" Water Service
33 12 10
14
EA
$3,000.00
$42,000.00
12
3312.3002 6" Gate Valve
33 12 20
30
EA
$3,275.00
$98,250.00
13
3312.3003 8" Gate Valve
33 12 20
4
EA
$4,300.00
$17,200.00
14
3312.3005 12" Gate Valve
33 12 20
119
EA
$5,500.00
$654,500.00
15
3312.3006 16" Gate Valve w/ Vault
33 12 20
1
EA
$15,000.00
$15,000.00
16
3312.3008 24" Gate Valve w/ Vault
34 12 20
6
EA
$40,000.00
$240,000.00
17
0241.1118 4"-12" Pressure Plug
0241 14
2
EA
$500.00
$1,000.00
18
0241.1218 4"-12" Water Abandonment Plug
0241 14
2
EA
$400.00
$800.00
19
3312.0001 Fire Hydrant
33 12 40
30
EA
$6,350.00
$190,500.00
20
3312.0117 Connection to Existing 4"-12" Water Main
33 12 25
28
EA
$2,500.00
$70,000.00
21
3312.0106 Connection to Existing 16" Water Main
33 12 25
8
EA
$5,000.00
$40,000.00
22
3312.0110 Connection to Existing 36" Water Main
33 12 25
2
EA
$9,500.00
$19,000.00
23
0241.1700 11" Pavement Pulverization
0241 15
3,982
SY
$10.00
$39,822.22
24
3212.0303 3" Asphalt Pavement, Type D
32 12 16
3,982
SY
$18.00
$71,680.00
25
3201.0400 Temporary Asphalt Paving Repair, 2" HMAC over 6" Flexbase
3201 18
34,256
LF
$30.00
$1,027,680.00
26
3201.0123 6' Wide Asphalt Pvmt Repair, Arterial
3201 17
34,256
LF
$100.00
$3,425,600.00
27
3201.0614 Conc Pvmt Repair, Residential
3201 29
140
SY
$100.00
$14,000.00
28
3304.0101 Temporary Water Services
33 04 30
1
LS
$250,000.00
$250,000.00
29
3305.0103 Exploratory Excavation of Existing Utilitites
33 05 30
6
EA
$3,000.00
$18,000.00
30
3305.0109 Trench Safety
33 05 10
34,256
LF
$1.00
$34,256.00
31
3311.0001 Ductile Iron Water Fittings w/ Restraint
3311 11
20
TON
$11,000.00
$220,000.00
32
3125.0101 SWPPP >_ 1 acre
31 2500
1
LS
$50,000.00
$50,000.00
33
3471.0001 Traffic Control
3471 13
12
MO
$25,000.00
$300,000.00
34
0171.0101 Construction Staking
01 71 23
1
LS
$30,000.00
$30,000.00
35
0171.0102 As -Built Survey
01 71 23
1
LS
$10,000.00
$10,000.00
36
9999.0001 Cem-Lime (@32 LBS/SY)
99 99 99
64
TN
$250.00
$16,000.00
37
9999.0002 Fire Line Connection
99 99 99
20
EA
$10,000.00
$200,000.00
WATER IMPRO'VEMEI` TS SUBTOTAL
$16,618,478.22
20% CONTINGENCY
$3,323,700.00
WATER IMPROVEMENTS TOTAL
$19,942,178.22
ENGINEER'S PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COST
LANCASTER WATER MAIN/SANITARY SEWER REPLACEMENT PROJECT
TBPE Registration No. F-1046
Sewer Improvements (UNIT 2)
Item Number
1 3331.1102 8" Pipe Enlargement
2 3331.4115 8" Sewer Pipe
3 3331.3101 4" Sewer Service
4 3331.3311 4" Sewer Service, Reconnection
5 3331.1201 Service Reinstatement, Pipe Enlargement
6 3331.3105 4" Private Sewer Service
7 3339.1001 4' Manhole
8 3339.1002 4' Drop Manhole
9 0241.5001 Abandon Manhole
10 3301.0001 Pre -CCTV Inspection
11 3301.0002 Post -CCTV Inspection
12 3301.0004 Final MH-CCTV Inspection
13 3301.0101 Manhole Vacuum Testing
14 3305.0103 Exploratory Excavation of Existing Utilitites
15 3305.0109 Trench Safety
16 3305.0112 Concrete Collar
17 0241.1700 11" Pavement Pulverization
18 3212.0303 3" Asphalt Pavement, Type D
19 3201.0400 Temporary Asphalt Paving Repair, 2" HMAC over 6" Flexbase
20 3201.0123 6' Wide Asphalt Pvmt Repair, Arterial
21 3211.0112 6" Flexible Base, Type A, GR-1
22 3125.0101 SWPPP >_ 1 acre
23 3471.0001 Traffic Control
24 0171.0101 Construction Staking
25 0171.0102 As -Built Surveyy
26 9999.0001 Cem-Lime (@32 LBS/SY)
Date:
Spec #
Total
Units
Unit Price
3331 23
759
LF
$180.00
3331 20
1,213
LF
$150.00
3331 50
19
EA
$2,400.00
3331 50
8
EA
$270.00
3331 50
6
EA
$2,500.00
3331 50
375
LF
$65.00
33 39 10
12
EA
$8,475.00
33 39 10
1
EA
$11,000.00
0241 14
1
EA
$4,000.00
3301 31
1,972
LF
$7.50
3301 31
1,972
LF
$3.50
3301 31
13
EA
$380.00
3301 30
13
EA
$240.00
33 05 30
2
EA
$3,000.00
33 05 10
1,313
LF
$1.00
33 05 17
13
EA
$1,000.00
0241 15
3,355
SY
$10.00
321216
3,355
SY
$18.00
3201 18
1,254
LF
$30.00
3201 17
160
LF
$100.00
321123
50
SY
$35.00
31 2500
1
LS
$10,000.00
3471 13
6
MO
$2,500.00
01 71 23
1
LS
$5,000.00
01 71 23
1
LS
$5,400.00
99 99 99
54
TN
$250.00
SEWER IMPR6VEMEI`TS SUBTOTAL
20% CONTINGENCY
SEWER IMPROVEMENTS TOTAL
WATER IMPROVEMENTS TOTAL
SEWER IMPROVEMENTS TOTAL
April 1, 2025
Total Amount
$136,620.00
$181,950.00
$45,600.00
$2,160.00
$15,000.00
$24,375.00
$101,700.00
$11,000.00
$4,000.00
$14,790.00
$6,902.00
$4,940.00
$3,120.00
$6,000.00
$1,313.00
$13,000.00
$33,550.00
$60,390.00
$37,620.00
$16,000.00
$1,750.00
$10,000.00
$15,000.00
$5,000.00
$5,400.00
$13,500.00
$634,060.00
$126,800.00
$760,860.00
$19,942,178.221
$760,860.00
Water Department Total $20,703,038.221
ENGINEER'S PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COST
LANCASTER WATER MAIN/SANITARY SEWER REPLACEMENT PROJECT
TBPE Registration No. F-1046
Water
Improvements (UNIT 1)
Item Number
§ ec #
1
3311.0141 6" Water Ppe
3111 12
2
3311.0241 8" Water Pine
3311 12
6
3311.0841 36" Water Pipe
3311 13
7
3312.2001 1" Water Service, Meter Reconnection
33 12 10
8
3312.2003 1" Water Service
33 12 10
9
3312.2101 1 1/2" Water Service, Meter Reconnection
33 12 10
10
3312.2103 11/2"Water Service
331210
11
3312.2201 2" Water Service, Meter Reconnection
33 12 10
12
3312.2203 2" Water Service
33 12 10
13
3312.3002 6" Gate Valve
33 12 20
14
3312.3003 8" Gate Valve
33 12 20
17
3312.3010 36" Gate Valve w/ Vault
33 12 20
18
0241.1001 Water Line Grouting
0241 14
21
0241.1109 24" Pressure Plug
0241 14
22
0241.1209 24" Water Abandonment Plug
0241 14
23
3312.0001 Fire Hydrant
33 12 40
24
3312.0117 Connection to Existing 4"-12" Water Main
33 12 25
26
3312.0110 Connection to Existing 36" Water Main
33 12 25
27
0241.1700 11" Pavement Pulverization
0241 15
28
3212.0303 3" Asphalt Pavement, Type D
32 12 16
29
3201.0400 Temporary Asphalt Paving Repair, 2" HMAC over 6" Flexbase
3201 18
31
3201.0614 Conc Pvmt Repair, Residential
3201 29
32
3304.0101 Temporary Water Services
33 04 30
33
3305.0103 Exploratory Excavation of Existing Utilitites
33 05 30
34
3305.0109 Trench Safe
33 05 10
35
3311.0001 Ductile Iron Water Fittings w/ Restraint
3311 11
36
3125.0101 SWPPP >_ 1 acre
31 2500
37
3471.0001 Traffic Control
3471 13
38
0171.0101 Construction Staking
01 71 23
39
0171.0102 As -Built Survey
01 71 23
40
9999.0001 Cem-Lime (;-L LBS/SY)
99 99 99
41
9999.0002 Fire Line Connection
99 99 99
Date:
Total
Units
Unit Price
300
LF
$100.00
8,382
LF
$125.00
101
LF
$562.50
70
EA
$1,500.00
70
EA
$2,775.00
16
EA
$1,750.00
16,
EA
$2,900.00
14,
EA
$2,000.00
14
EA
$3,000.00
20
EA
$3,275.00
20
EA
$4,300.00
1
EA
$65,000.00
37
CY
$500.00
2
EA
$1,200.00
2
EA
$1,000.00
20
EA
$6,350.00
15
EA
$2,500.00
2
EA
$9,500.00
23,860
SY
$10.00
23,860
SY
$18.00
10,036
LF
$30.00
100
SY
$100.00
1
LS
$50,000.00
10
EA
$2,375.00
8,783
LF
$1.00
8
TON
$11,000.00
1
LS
$10,000.00
15
MO
$10,000.00
1
LS
$30,000.00
1
LS
$5,400.00
387
TN
$250.00
1
EA
$2,500.00
NATER IMPROVEMENTS SUBTOTAL
20% CONTINGENCY
WATER IMPROVEMENTS TOTAL
May 8, 2025
Total Amount
$30,000.00
$1,047,750.00
$56,812.50
$105,000.00
$194,250.00
$28,000.00
$46,400.00
$28,000.00
$42,000.00
$65,500.00
$86,000.00
$65,000.00
$18,500.00
$2,400.00
$2,000.00
$127,000.00
$37,500.00
$19,000.00
$238,600.00
$429,480.00
$301,080.00
$10,000.00
$50,000.00
$23,750.00
$8,783.00
$88,000.00
$10,000.00
$150,000.00
$30,000.00
$5,400.00
$96,750.00
$2,500.00
$3,442,955.50
$688,600.00
$4,131,555.50
ENGINEER'S PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COST
LANCASTER WATER MAIN/SANITARY SEWER REPLACEMENT PROJECT
TBPE Registration No. F-1046
Sewer
Improvements (UNIT 2)
Item Number
Spec #
1
3331.1102 8" Pipe Enlarqement
3331 23
2
3331.4115 8" Sewer Pipe
3331 20
3
3331.3101 4" Sewer Service
3331 50
4
3331.3311 4" Sewer Service, Reconnection
3331 50
5
3331.1201 Service Reinstatement, Pipe Enlargement
3331 50
6
3303.0001 Bypass Pumping
33 03 10
7
3339.1001 4' Manhole
33 39 10
8
3339.1002 4' Drop Manhole
33 39 10
9
3301.0001 Pre -CCTV Inspection
3301 31
10
3301.0002 Post -CCTV Inspection
3301 31
11
3301.0004 Final MH-CCTV Inspection
3301 31
12
3301.0101 Manhole Vacuum Testing
3301 30
13
3305.0103 Exploratory Excavation of Existing Utilitites
33 05 30
14
3305.0109 Trench Safety
33 05 10
15
3305.0112 Concrete Collar
33 05 17
16
0241.1700 11" Pavement Pulverization
0241 15
17
3212.0303 3" Asphalt Pavement, Type D
32 12 16
18
3213.0400 5" Concrete Driveway
32 13 20
19
3201.0111 4' Wide Asphalt Pvmt Repair, Residential
3201 17
20
3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential
3201 17
21
3201.0400 Temporary Asphalt Paving Repair, 2" HMAC over 6" Flexbase
3201 18
22
3211.0112 6" Flexible Base, Type A, GR-1
3211 23
23
3213.0501 Barrier Free Ramp, Type R-1
32 13 20
24
3216.0101 6" Conc Curb and Gutter
32 16 13
25
3125.0101 SWPPP 21 acre
31 2500
26
3471.0001 Traffic Control
3471 13
27
0171.0101 Construction Staking
01 71 23
28
0171.0102 As -Built Survey
01 71 23
29
9999.0001 Cem-Lime (;L LBS/SY)
99 99 99
Date:
Total Units Unit Price
415 LF $180.00
1,163 LF $150.00
50 EA $2,400.00
39 EA $270.00
11 EA $2,500.00
1 LS $50,000.00
10 EA $8,475.00
1 EA $9,000.00
1,578 LF $3.50
1,578 LF $7.50
11 EA $380.00
11 EA $240.00
5 EA $2,375.00
1,163 LF $1.00
11 EA $1,000.00
830 SY $10.00
880 SY $18.00
100 SF $13.50
50 LF $60.00
210 SY $45.00
690 LF $23.00
1,150 SY $35.00
1 EA $2,500.00
30 LF $50.00
1 LS $10,000.00
6 MO $10,000.00
1 LS $30,000.00
1 LS $5,400.00
14 TN $250.00
'EWER IMPROVEMENTS SUBTOTAL
20% CONTINGENCY
SEWER IMPROVEMENTS TOTAL
WATER IMPROVEMENTS TOTAL
SEWER IMPROVEMENTS TOTAL
May 8, 2025
Total Amount
$74,700.00
$174,450.00
$120,000.00
$10,530.00
$27,500.00
$50,000.00
$84,750.00
$9,000.00
$5,523.00
$11,835.00
$4,180.00
$2,640.00
$11,875.00
$1,163.00
$11,000.00
$8,300.00
$15,840.00
$1,350.00
$3,000.00
$9,450.00
$15,870.00
$40,242.22
$2,500.00
$1,500.00
$10,000.00
$60,000.00
$30,000.00
$5,400.00
$3,500.00
$731,398.22
$146,300.00
$877,698.22
$4,131555.501
$877:698.22
Water Department Total $5,009,253.721
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER
REPLACEMENTS
CITY PROJECT NO.: 106070
No changes to the Standard Agreement.
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page I of I
Tazk Name
0esk.
Ouranon Start FimzM1 Predecessors %COmplece
3zI.- Tei
eerAgreement
db,a rue 8/12/25 Tue6/12/25
sshe <e oPmaed - Deng. E.91-1
0darsueg/12n5 ee8/12/25
repbhr hl=survey end SUE
TO da' Tue r/ens Tue 10/14/25 3 Of6
: h e - n<aa <, cornapr
45 dare Theg/12ns ne 10/14/25 3 0%
y g mood Streets
45 days Tue>/8/25 The 9/9/25 3FSa15 days 0%
E
20 s Well 9/v/xs ue 10/14/25 3Fs.2 a'
o.teptual Dielpi(3D%-lanoaer Corridor)
Se denTee 8112125 he 10/21/25
P g re gs & Documents
uea/12/21 ue9/16/2s
aq/nc
10 da Wed 9/17/25 ue 9/30/2s
mrt ens
ueg/3D12s ue 9/3D/2s
Renew Conceptual Pllan(0-)
15 tlan Wetl 10/1/25 Ue 10/21n5 0%
nceptual Dezign Complete
0dan ue 10/21/25 ue 10/21125
t4 Onceptual Deslgnl3D%- Nelghbeth00a Sbeeml
fie don Wed 30/15/15 Tee 3/v0/26
15 rearc nceptualDedgnDrewingsIDocuments
50aa' Wed SD/1sn5 Fr112n6n5
t qA/n[
1 s Mon 12/x9125 Mon 1/12/26 15
wbmu Conceptual Plans
0dan Mon 1/12/26 Mon 1/12/26 ME
Unceptual Plan (6FW)
20 ii� Tue 1/13/26 rue 2/30/26
Ceew
teptud Deng,,Complete
Ddan Tue 2110126 rue V10126
20 rem rvoeayn(6D%-tan<aaterCanldar)
edIi ue1nw2611
a reaePreumi ary Dese Ora esana spen6<miona
ao aan Wed 1011111 Thu 11/n/Is
22 DA/ne
15 day: dvnB/:s The 1z/1e/zs 21
wbmu Preliminary Plans
Oda' TM1u 12/18/25 Thu IUM/25 22
ew PreliminaryPlanzand specifiwd—(C 1
15 don Fit12/19/15 Mon 1/12/26
xs wbmu Preliminary Plansantl Spedficmionz to Udlitiezantl Ory DeWrtmentz(011)
lid i,IVIS/25 Thu 12/18/25 235s 0%
Condutt Oezign Pubb< Meeting 81 lregd)
40 den Tue 1/13/26 ue3/10/26
n utt Dnstruttabiliry Review (Walk TM1rougM1)
on1/12/26 Mon U12/26
Prellmirury Oesyn(60%- Neighb.... Streets)
us don Wed 2/11/26 Thu e/fi/26
11 rehmiary e" re e p fi<ab.ns
M ed2/11/26 ue 4/21/26 IS
wQCeP
Ed' Wed4/22/26 1. 5/12/26 29 0%
ran reimi ns
ues/12/26 ues/12/26
enew reimi nsa imb.m(O'W)
Wed 5/13/26 e,S/10/26
mrt re urinary Plans and 5p ofitxionz to Utllitiez ana my 0epartmems(CFW1
0da0 ue5/12/26 T.. 5112/26 3155
Ind—,ign Public Meeting#1(regd)
a0 da hU 6/11/26 Th.S/6n6
Contlutt Conz[ruttabl11, Revlew(Wa1k TM1mugli)
Ddan Wed!5/10/26 Wed 6/30/26 32
nal0edgn(9D% 61n0%-la .—Comdorl
Tue 1/13/26 ue5/19/26
F
37 rearc final Deng. Plans ana Sp.efiaruna
20 den Tue 1/13126 rue 2/10/z6
OA/.0
10 day, Wed 2/11/26 rue 2n4/z6
31 1-1Prom Pla.a(.eU
Ddan Tue 2/2an6 Tue 2/24n6
eriew ma ana an nabum(CFW)
eat/2s/z6 ue3/12/26 IS 1
41 In, rate Pmlal Commentsantl Submit FnallRsign
20 tlays Wed3/18/26 TUe 4/14126 40 0%
ma Final Plana 110D%1
Odan ue 4/14/26 ue 4IW21
43 Establish MBE Goal for Construction C-U.Ut
10 days Wed4/15/26 Tue 4/28/26 42 01
Prepared Package
15 days Wetl 4/29n6 Tue 5/19/26
4s Pna Oedgn(90%8f00%-Neigh-heedSbeeta)
Weds/13126 Fd1o/2n6
rearci.al Dezgn Pions ana Sp.biiiet—
F
3017 Wed 5/13/26 Wed 6/24/26
47 DA/nC
hid 6/25126 rho 2/9/26
wbmu Fl,,.l Pla.a(.eU
Ddan Thu 7/9n6 Thu]/9n6 11
enew it,, las annnms enab(CFW)
Fn 2/10126 Thu 2/3on6
50 Ico roe Fml Comments antl Submit Final Dezign
20 tlayz Fn 7131126 Tit. SM126 49 0%
51 mit ina ana(-M)
Ddan hu /22n6 Thugnrn6SO
52 Establish MBE Goal for Construction Contmtt
10 days Fri 8/28/26 Fri 9/11/26 51 %
53 Prepare &d Package
15 days Mon 9114/26 Fri 10/2/26 52 0%
bt Permlts(LORwsrerCofddw)
20 days Wed4/L/26 Tue 5/12/26 0%
55 TOLR(Tegas De, Of Licensing and Regulations) PeTUU(Demgn Engineer Prepare
20 days Wed 4/15/26 Tee 5/12/26 42 0%
and Submit)
56 Permin(Neighbodmod streets)
20 days Fri B/28/26 Fri 9/25/26 0%
57DLR(TI. Dep. Of Licensing and Regulations) Permit(Design Engineer Prepare
and Subm [)
20 days Fri 8/28/26 F,19/25/26 51 0%
IS ROW&Easemems(Ia Ste, —di
IIS da' 1111/11/21 Wed
11 Document Preparation/Submit
15 days Fri 12/19/25 Mon 1/13/26 23 0%
Submit Land Acquisition/Easement Requirements to Property Mgmt.Dept.
Oda' Man 1/12n6 Mon 1/12/2fi 59 0%
ment Arquisuio.
tw days The 1/13/26 Wed 6/3/26 6055 0%
2 ROW 6ES—Ehhs(Neighb.,11—Streets)
115 da' Wed S/13/26 in 10/23/26 0%
63 m `,t Preparation/Submit
15 days Wed 5/13/26 Wed 6/3/26 31 0%
64 Submit Land Acquisition/Easement Requirements le Property Mg- Dept.
Oda' Wed 5/3/26 Wed 6/3/26 63 %
asemen[ Acquisition
100 day, TM1u 6/4126 Fri 10/23/26 —1 01
66 Utility 1111 tion
il. don Fri 1Z/19/25 Fd 10/16/26 0%
67 Utility Relo-d- COordin.d.(la St., Corridor)
110 da' Fd 1Z/19/25 Wed 5/27/26 0%
Pro-1 tary Sewer Rehab, as lesrone
i T k MI
um inamve fie ore
Projms mary MIs
Contract 2023, WSM-I splk ................. summary
Inacmerazt mamve wmmary
Dale Mon B/11/25
Attachment D
v. _ lvl. i 9. - SeP. M on Nor on lan
a a/u
7
9/30
I i 10/21
L
'v10
r
'k12/18
12/18
♦�1/12
1/12
anus as anwi um t L
Onmon-any Manwl svmmay �� Fmsn-any 3
♦76/10
Forma Milestone ♦ Pmgna a nod iq
i
IID Tank Name
ISubmit Cover letter and 60% Drwgs to Utility Coordirean,(CFW/Design Englneer(5
umnon Start :`Find, Predecessors ss—pi.,
days �u 12/19/25 Fn1Z/26/25 S
!"!
04
Submit CFW 60%Design I— to Franchise utilities(CFW Utility Coordinator)
5d1ys Mon 12/29/25 Mon 1/5/26 68
01
70 Utility Clearance
100 days Toe 1/6/26 Wed 5/2]/26 69
F%
71 Utility Relocation —ration, Streets)
110 days Wed 5/13/26 Fri 10/I6/21
0%
71 Submd Cover Letter and 60% Drwgs W Utility Coordinator(CFW/Design Engineer)
5 days Wetl 5/13/26 Tue 5/19/26 33
0%
71 Submit CFW 60%Des!ga Drwgs to Franchise Unlities(CFW Utility Coordinator)
5da,, Wetl S/20/26 Wed 5/27/26 72
0%
4 Utility Clearance
100 days Thu 5/28/26 Fri 10/16/26 73
0%
5 Cans[ructian(tancasou Conitlar)
591 days Man6/36/25 Fri 10/15/21
0% ^
Bidand Award
n2 days Mon 6/16/25 Mon 12/22/25
0% ^
n Advertisemeat I Bid
25 days Man6/Id,/25 Mon]/21/25
0%
Advertisement Period
28 days Mon 6/16/25 Sun]/13/25
0%
71 Conduct Pre -Bid Meeting
0 days Mon 6/16/25 Mon 6/16/15
0% ♦ 6/16
an Issue Addentla(asregd)
Zit s Tue6/24/25 War!6/25/25 79-6 days
0% i
t Conduct Bid Opening
0dayx Sun]/13/25 Sun7/13/25 78
0% w ]/13
Review Bids, Bid Tabulations and Select Contractor
6dayz Mon]/14/25 Mon]/21/25 81
0%
MWBE Dacumenta00n
15 days Mon]/14/25 fdB/1/Z5
F%
Submit MWBE Compliance Focument,
5it., Mon]/14/25 Fn]/18/25 81
0% &
—le. and Approve MWBE Compliance Documents
10 days Mon]/21/11 Fri 1/1/25
els M&CAppraval
23 days Fri 8/1/25 Thu 11/13/25
F%
Start M&CProcess
0do, Fr l 8/1/25 Fri B/1/15 85
0% �JJ
Be Prepare MB^C Documentation
10 days Mon 8/4125 Fri 8/11125 85
0% 1
Submif to Business Support for Review (Project Manual)
10 days In 8/18/25 Fr18/29/25 88
0%
Revise M&C Doc and submit for Routing
Sdo, Mon 9/1/25 Mon 9/B/25 89
0%
91 Perform M&CProcess-Contraction
48 days Tue 9/9/25 Thu 11/13/21 90
0%
92 AuaM Ca lutti,n Contratt
0d Thu 11/13/25 no 11/13/25 91FF
0%
CD. —.ion lbnon. Fx I.—
25 days in 11/14/25 Man 12/22/25
0%
Execute C,nshullon lour- —unreal,(Contmct,r)
15 days Frill/14/25 Mon 12/8/25 92
0%
Execute Consir_on Contact)—on-(Cay)
10 tlays Tue 12/9/25 Mon 12/2Z/25 Be
0%
Construttlon Execution
484 days Frill/14/25 Fd 10/15/27
0%
9] Pre -ono kin
84 days Fri 11/14/25 Wed 3/18/26
0%
ishibute Executed Contract Document, to III slto.to.
5 tlays Tue 12/23/25 Tore 12/30/21 95
01
99 SW Poll!tti0n Prevention Plan(Contratt,, Prepare and Submit)
20 days Fri 11/30/25 Mon 12/15/25 92
0%
too Srte Walk Through
10 tlays Wetl 12/31/25 Wetl 1/14/26 98
0%
lilt Conduct Pro -Construction Meeting with Conttattor/NTP
(day Thu 1/15/26 nol/15/26 .,.0
0%
Conduct Construction Public Meehng82-Pre-Corm[,...,
(day Fri 1/23/26 Fri U23/26 101 days
on
Site Mobilization
30 days Tue2/17/26 Wed 3/18/26 102FSa24 day!
0%
Construction
400 days Thu 3/19/26 Fri 10/11/21 .3
a%
1 ans rutlian(Neighborhoad Streets)
C
4n " Thu 10/29/26 Wed]/5/28
D%
t Bid and Award
.1 days Thu 20/29/26 Man S/10/27
a%
107 AdvenisemeM&Bid
24 days Thu 10/29/26 Fail12/4/26
1%
t Start Advertisement
0days Thu SF/29/26 no 10/29/26 53FSa1 day,65
0%
109 Ail fths—ant Period
28 days Fri 10/W/26 no 11/26/26 108
0%
Conduct Pro Bid Menton
0 dayx Too 11/10/26 Toe 11/10/26 lO8FSF6 days
0%
Issue Atldentla (az regd)
2 tlays Man 11/23/26 Tue li/24/26 13FFSF6 tlays
0%
C,ndutt Bid Opening
Odays Thu Sl/26/26 Thu 11/2W 109
0%
Review Bids, Bid Tabulatkno.nd Is —Contractor
bit" Fri 11/27/26 Fri 12/4/26 132
0%
MWBE Oocumentation
15 drys Fri 11/2]/26 Thu 12/1]/26
D%
Submit MWBE Comphance Documents
ays
SdFri t1/27/26 Thu 12/3/26 132
1%
Fevlew and Approve MWBE CDmpliance Documents
10 days FFI12/9/Z6 Thu 32/17/26 135
0%
117 M&CAppraval
73 days Thu 12/1]/26 Fd4/Z/Z]
Fill,
Start M&ce CPross
0daVs Thu 12/17/26 Thu 12/17/26 116
0%
Prepare M&C Documentation
10 days Fri 12/n/26 Mon l/4/2] 136
0%
219
Submit to Business Support for Aev!ew(Prolect Manual)
10 days Tue 1/5/27 Tue 1/19/27 119
0%
121 Revise M&C Doc and submit for Routing
Sdays Wed 1/20/27 Tue 1/26/27 120
%
Perform M&CProcess-Construction
a8 tlays Wed 1/27127 Fn4/2/27 121
o%
23 ward Construction Contratt
0days Fri 4/2/27 Frl4/2/2] 122FF
0%
124 Unztruction U.ract Execution
25 days Man 4/5/2] Man B/]0/21
F%
Execute Construction —tract U—nnants(ContraRor)
15days Mon4/5/2] Fri 4/23/27 123
0%
126 Execute Consirucion <on[rect Documents(C'!ly)
10 days Mon4/26/2] Mon 5/10/27 125
0%
Contraction Execution
317days Mo. 4/5/D Wall ]/5/26
D%
11. Pre-F oadhucti0n
83 days Mono/5/Z] Sun 8/1/27
Fill,
Distribute Executetl—unut Documents to Conztruct!an
Stlays Tue S/11/27 Mon 5/1]/2] 126
0%,
130 SW Polluti0n Prevention Plan(CDnt,a— Prepare ad SubmR)
20 days Mon4/5/2] Fr!4/30/17 123
0%,
131 SRe Walk Through
lodays Tue 5/18127 Mon 5/31/27 129
Conduct Pre-CDnstrucion Meetag wkh Contractor/NTP
(day Tue 6/1/2] Tue 6/1/2] 130,131
0%
Conduct Construction Public Meeting 12-Pre-Canntruch0n
lI! y T. 6/8/27 Tue 6/8/27 1321SF4 tlays
1%
Site Mob!liasumn
30 days Sat]/3/2] Sun 811127 133FSr24 day!
0%
truction struction
Cons
.days Mon 1/2/27 Wed]/5/28 134
Fill,
Attachment D
PmJe—niry5ewer Rahab, as iesrone m Inanrve ieawrc •nua as anwi umnu xo lu ne�iu!Tsss tine T M Prolen mary M M T M s n p wn-ony [ ce
Co...2023, WSM-I spirt ............ summary I� Inarow Task maa..•s,mmay Doneon-any Manwl sommay r—� F.. any 3 Fenml Mamma s Progress
Date Mon 8/11/25
Page 2
F.
+
m m P. In, - z IN, I M. ". l.%
.R »Ris
.. a
,.
k .. Young,St W
-
"
R
Bomar Ave.
,
e
•O
u ,Viewtst
'Wilkinson e
inson
Wilk�Av
+Ave c ,t , > .
y
' �n Meadowbrook�Di-
, Purington Ave'
Wt Vern n
c Le
,
= irnmilla St r °`
_KochSt �' T�I �R-,Panol
1
'Vistv
Mj;0*6'
.
a
-"' . MidlandPSt
c eryABivd:.
�.. -
A 9 tN i �• -
Me'
dfR-4rd:Rd
gam_
r
view;St Ell �'' Je�
e �
aCDaft e y
' "CUR
>+ Puringt°n Ave. aQ
Cx'RMZ
:IT
H y , Mtsver
. k r
AM
. V —
Mc LeanlSt `Lanca v -
Can-onRid elDJll
r
�* 2',p"an la Ave
d i F A y
.y WSO
_ HazeIine RdOl
Ow
HampshirelBlvd
w.,
ir3
fE
Ui
U
g.f
JAMA
.•
Hunch u
ATTACHMENT E
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER
REPLACEMENTS
q
g"•s ". ate
- -- , _ L
IP
''yyyyyy
_
J
a
r
oa
Sheet 3 of 3 Council District 11
ATTACHMENT 7"
CERTIFICATE OF INSURANCE
Design Services for
LANCASTER AVENUE PART 1 WATER AND SANITARY SEWER
N4:2WITH4IT, 14Llk K
City Project No. 106070
City of Fort Worth, Texas
Attachment F
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, August 12, 2025
LOG NAME: 60WSSRLANCASTERP1-BGE
SUBJECT:
REFERENCE NO.: **M&C 25-0733
(CD 11) Authorize Execution of an Engineering Agreement with BGE, Inc. in the Amount of $1,828,295.00
for the Cast Iron Water Main and Sanitary Sewer Replacement in the Lancaster Avenue Water and
Sanitary Sewer Replacements Part 1 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 BGE, Inc., in the amount of $1,828,295.00,
for Cast Iron Water Main and Sanitary Sewer Replacement on Lancaster Avenue East of Beach
Street Part 1 project (City Project No.106070); and
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $2,420,927.00, transferred from available
PayGo funds within the Water and Sewer Fund, for the purpose of funding the Lancaster Avenue
Water and Sanitary Sewer Replacements Part 1 project (City Project No.106070) 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 BGE, Inc., in the amount of $1,828,295.00 for the Lancaster Avenue Water and Sanitary Sewer
Replacements Part 1 project for the preparation of plans and specifications for cast iron water main and
sanitary sewer and replacements on the following streets and easements:
Street
I From
To
Scope of
Work
E. Lancaster Avenue
Beach Street
PeEdgewood
Water/Sewer
Ludelle Street
S. Beach
Conner
Water
Street
Avenue
Toronto Street
E. Lancaster
McLean Street
Water
Avenue
McLean Street
Toronto Street
lEast 365 feet
IlWater
McLean Street
IBen Avenue
E. Lancaster
Avenue
Water
Ben Avenue
(View Street
North 1400
Water
feet
i
View Street
N. Ayers
West 2070 feet
Water
Avenue
Lewis Avenue
(View Street
Meadowbrook
Water
i
Drive
N. Ayers Avenue
IMeadowbrook
View Street
Water
Drive
Perkins Street Meadowbrook Mt Vernon Water/Sewer
Drive Avenue
Haynes Avenue Meadowbrook E. Lancaster Water/Sewer
Drive Avenue
Mt View Avenue
Meadowbrook
Mt Vernon
Water
Drive
Avenue
Meadowbrook Drive
Forby Avenue
Haynes
Avenue
Sewer
Beach Street
E. Lancaster
North 310 feet
Sewer
Avenue
Easement between
Sanderson
View Street and
Lewis Avenue
Sewer
Meadowbrook Drive
Avenue
In addition to the contract amount, $592,632.00 (Water: $461,592.00; Sewer: $131,040.00) 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.
Funding is available in the Transfer to Water/Sewer account of the Water and Sewer Fund for the purpose
of funding the Lancaster Avenue Water and Sanitary Sewer Replacements Part 1 project within the Water
& Sewer Capital Projects Fund.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of
within the annual budget ordinance, as projects commence, additional funding needs are identified, and to
comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's
portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program, as follows:
FY2025 — Water PAYGO Appropriations per City Ordinance 27107-09-2024
FY2025
FY2025 Amended
PayGo (includes
YTD PayGo
FY2025
Original
any council
Approved
This M&C
Remaining
Adopted
actions subsequent
for/Moved to
PayGo
PayGo
to budget adoption)
Capital Projects
Balance
$92,597,771.00 � $151,458,196.00 �($81,325,420.00) �($2,420,927.00) �$67,711,849.001
Note: There may be other pending actions or recently approved actions that are not reflected in the table
due to timing.
Appropriations for the Lancaster Avenue Part 1 Water and Sanitary Sewer Replacements project are as
depicted below:
Fund Existing Additional project Total*
Appropriations Appropriations
W&S Capital
Projects Fund $0.00 $2,420,927.00 $2,420,927.00
56002
Project Total � $0.00 � $2,420,927.00 �$2,420,927.00
*Numbers rounded for presentation purposes.
Business Equity: The Business Equity Division placed a 12.61 percent business equity goal on this
solicitation/contract. BGE, Inc. will be exceeding the goal at 12.72 percent, meeting the City's Business
Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division.
The project is located in COUNCIL DISTRICT 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 Lancaster Ave W/SS Repl Part 1 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 ProgramActivity Budget Reference # Amount
ID ID Year (Chartfield 2)
CERTIFICATIONS:
Submitted for Citv Manager's Office bV: Jesica McEachern (5804)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: Parvathi S (7803)
ATTACHMENTS
1. 1295Form.pdf (CFW Internal)
2. 25-106070(Cast Iron Water Main and Sanitary Sewer)CM-NS.pdf (CFW Internal)
3. 60WSSRLANCASTERP1-BGE funds availabilitv_pdf (CFW Internal)
4. 60WSSRLANCASTE RP1-BGE- F I D Table (WCF 05.28.25).xlsx (CFW Internal)
5.60WSSRLANCASTERP1-BGE.pdf (Public)
6.ORD.APP60WSSRLANCASTERP1-BGE 56002 A025(r2).docx (Public)
7. PBS CPN 106070.pdf (CFW Internal)
8. SAM.aov search BGE.pdf (CFW Internal)
60 W SSRLANCASTERP 1-BGE
2 56002 0600430 4956001 106070 2025 $2,151,906.00
2 56002 0600430 106070 2025 $2,151,906.00
2 56002 0700430 4956001 106070 2025 $269,021.00
2 56002 0700430 106070 2025 $269,021.00
2 56001 0609020 5956001 $2,151,906.00
2 56002 0600430 4956001 106070 001730 9999 ($2,151,906.00)
2 56001 0709020 5956001 $269,021.00
2 56002 0700430 4956001 106070 001730 9999 ($269,021.00)
2 56002
0600430
4956001
106070
001730
9999
($2,151,906.00)
2 56002
0600430
5110101
106070
001730
9999
$144,643.00
Water Staff Cost
2 56002
0600430
5550102
106070
001730
9999
$4,000.00
Public Outreach
1 56002
0600430
5330500
106070
001730
9999
$1,690,314.00
Contract
2 56002
0600430
5310350
106070
001770
9999
$3,000.00
Utility Coordination
2 56002
0600430
5330500
106070
001784
9999
$247,959.00
Soil Lab Consultant
2 56002
0600430
5310350
106070
001784
9999
$61,990.00
Soil Lab TPW Staff
2 56002
0700430
4956001
106070
001730
9999
($269,021.00)
2 56002
0700430
5110101
106070
001730
9999
$30,040.00
Water Staff Cost
1 56002
0700430
5330500
106070
001730
9999
$137,981.00
Contract
2 56002
0700430
5710010
106070
001740
9999
$70,000.00
Easement Acquisition
2 56002
0700430
5110101
106070
001740
9999
$10,000.00
Easement Acquisition
2 56002
0700430
5330500
106070
001740
9999
$10,000.00
Easement Acquisition
2 56002
0700430
5740010
106070
001780
9999
$10,000.00
Easement Acquisition
2 56002
0700430
5310350
106070
001770
9999
$1,000.00
Utility Coordination
56002
2060000
106070
RETAIN
Retainage Combo Code