Loading...
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