HomeMy WebLinkAboutContract 63865CSC No. 63865
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 Westwood Professional Services, Inc., authorized to do business in Texas,
("ENGINEER"), for a PROJECT generally described as: Vickery Boulevard Water and
Sanitary Sewer Replacements — Project No. 106069.
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 $555,263.00 as set
forth in Attachment B. Payment shall be considered full compensation for all labor
(including all benefits, overhead and markups), materials, supplies, and equipment
necessary to complete the Services.
Engineer shall provide monthly invoices to City. The Engineer shall provide the City
sufficient documentation, including but not limited to meeting the requirements set forth in
Attachment D to this AGREEMENT, to reasonably substantiate the invoices.
Payments for services rendered shall be made in accordance with the Texas
Prompt Payment Act (Texas Government Code Ch. 2251).
Acceptance by Engineer of said payment shall release City from all claims or
liabilities under this Agreement for anything related to, performed, or furnished in
connection with the Services for which payment is made, including any act or omission of
City in connection with such Services.
Article III
Term
Time is of the essence. Unless otherwise terminated pursuant to Article VI. D.
herein, this Agreement shall be for a term beginning upon the effective date, as described
below, and shall continue until the expiration of the funds or completion of the subject
matter contemplated herein pursuant to the schedule, whichever occurs first. Unless
specifically otherwise amended, the original term shall not exceed five years from the
original effective date.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 12-08-2023
Page 1 of 15
Vickery Boulevard Water and Sanitary Sewer Replacements
106069
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 Vickery Boulevard Water and Sanitary Sewer Replacements
Standard Agreement for Engineering Related Design Services 106069
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 Vickery Boulevard Water and Sanitary Sewer Replacements
Standard Agreement for Engineering Related Design Services 106069
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 Vickery Boulevard Water and Sanitary Sewer Replacements
Standard Agreement for Engineering Related Design Services 106069
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 Vickery Boulevard Water and Sanitary Sewer Replacements
Standard Agreement for Engineering Related Design Services 106069
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 Vickery Boulevard Water and Sanitary Sewer Replacements
Standard Agreement for Engineering Related Design Services 106069
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 Vickery Boulevard Water and Sanitary Sewer Replacements
Standard Agreement for Engineering Related Design Services 106069
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 Vickery Boulevard Water and Sanitary Sewer Replacements
Standard Agreement for Engineering Related Design Services 106069
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 Vickery Boulevard Water and Sanitary Sewer Replacements
Standard Agreement for Engineering Related Design Services 106069
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 Vickery Boulevard Water and Sanitary Sewer Replacements
Standard Agreement for Engineering Related Design Services 106069
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 Vickery Boulevard Water and Sanitary Sewer Replacements
Standard Agreement for Engineering Related Design Services 106069
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 Vickery Boulevard Water and Sanitary Sewer Replacements
Standard Agreement for Engineering Related Design Services 106069
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 Vickery Boulevard Water and Sanitary Sewer Replacements
Standard Agreement for Engineering Related Design Services 106069
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 Vickery Boulevard Water and Sanitary Sewer Replacements
Standard Agreement for Engineering Related Design Services 106069
Revised Date: 12-08-2023
Page 14 of 15
Duly executed by each party's designated representative to be effective on the date
subscribed by the City's designated Assistant City Manager.
BY:
CITY OF FORT WORTH
op'�
Jesica McEachern
Assistant City Manager
08/26/2025
Date:
ATTEST:
u
a',► � f°Riq�°dd
adF4nlEopSo'o
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
christoOor f+ardor
By: Christopher H a rder(Aue 19, 202511:09:29 CDT)
Christopher Harder, P.E.
Director, Water Department
APPROV1�O FORM AND LEGALITY
By:
Douglas Black (Aug 19, 202518:07:55 CDT)
Douglas W Black
Sr. Assistant City Attorney
Contract Compliance Manager:
BY:
ENGINEER
Westwood Professional Services, Inc.
Brian D. O'Neill, P.E., CFM
Vice President, Public Infrastructure
Date: August 18, 2025
M&C No.: 25-0735
M&C Date: August 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.
08/18/2025
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
Vickery Boulevard Water and Sanitary Sewer Replacements
106069
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
ATTACHMENT
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
ATTACHMENT A
Scope for Enqineerinq Desiqn Related Services for Water and/or Sanitary Sewer
Improvements
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
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.
WATER
AND SANITARY
SEWER REPLACEMENT
WATER
SEWER
COUNCIL
STREET
DISTRICT
PROPOSED
LENGTH MAIN/LAT.
PROPOSED
LENGTH
SIZE
(FT)
SIZE
(FT)
Avenue A
CD-8
16
408.7 -
-
-
24
549.7 -
-
-
CD-8
Beach St.
16
268.2 -
-
-
CD-8 & CD-11
8
1,139.1 L-3752
8
1,009.9
8
48.9 -
-
-
Binkley St.
CD-11
6
394.5 -
-
-
24
1,401.9 -
-
-
Collard St.
CD-11
8
776.6 L-2663
8
849.2
Elsie St.
CD-11
8
449.9 -
-
-
FWISD
CD-8
6
636.6 -
-
-
Hampshire
CD-11
8
150.0 -
-
-
Blvd.
Midland St.
CD-11
6
178.5 -
-
-
Panola Ave.
CD-11
8
357.6 -
-
-
Rampart St.
CD-11
8
196.8 -
-
-
Ravine Rd.
CD-11
8
853.7 -
-
-
24
3,460.7 -
-
-
16
727.9 -
-
-
Vickery Blvd.
CD-8 & CD-11
8
1,760.1 L-1046
8
767.0
6
444.8 -
-
-
Alley between
Beach St. and CD-8 - - L-3812 8 410.8
Essex St.
Alley between
Panola Ave. and CD-11 - - L-2683 8 1,337.9
Hazeline Rd.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 16
ATTACHMENT A
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
WORK TO BE PERFORMED
Task 1.
Design Management
Task 2.
Conceptual Design (30-Percent)
Task 3.
Preliminary Design (60-Percent)
Task 4.
Final Design
Task 5.
Bid Phase Services
Task 6.
Construction Phase Services
Task 7.
ROW/Easement Services
Task 8.
Survey
Task 9.
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,
■ 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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 16
ATTACHMENT
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
1.2. Communications and Reporting
• Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Conduct review meetings with the CITY at the end of each design phase
• Prepare invoices and submit monthly in the format requested by the CITY. Invoice
submittal shall also include LOE spreadsheet with corresponding amounts shown and
percent complete for each task.
• Prepare and submit monthly progress reports in the format provided by the Water
Department.
• Prepare and submit baseline Project Schedule initially, and Project Schedule updates
with a schedule narrative monthly, as required in Attachment D to this Standard
Agreement and according to the City of Fort Worth's Schedule Guidance Document.
• Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at
the end of the project
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure, and provide and obtain information needed to prepare the
design
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements are
appropriately reflected in the designs. ENGINEER shall work with regulatory
authorities to obtain approval of the designs, and make changes necessary to meet
their requirements, as part of the design scope.
• Personnel and Vehicle Identification: When conducting site visits to the project
location, the ENGINEER or any of its sub -consultants shall carry readily visible
information identifying the name of the company and the company representative.
ASSUMPTIONS
• 15 MWBE reports will be prepared
• 4 meetings with city staff
• 15 monthly water department progress reports will be prepared
• 15 monthly project schedule updates will be prepared
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Baseline design schedule
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 16
ATTACHMENT
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
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 9)
TASK 2. CONCEPTUAL DESIGN (30 PERCENT).
The Conceptual Design shall be submitted to CITY per the approved Project Schedule.
The purpose of the conceptual design is for the ENGINEER to
■ Study the project,
■ Identify and develop alternatives that enhance the system,
■ Present (through the defined deliverables) these alternatives to the CITY
■ Recommend the alternatives that successfully addresses the design problem, and
■ Obtain the CITY's endorsement of this concept.
ENGINEER will develop the conceptual design of the infrastructure as follows.
2.1. Data Collection
• In addition to data obtained from the CITY, ENGINEER will research proposed
improvements in conjunction with any other planned future improvements that
may influence the project.
• The ENGINEER will also identify and seek to obtain data for existing conditions
that may impact the project including but not limited to; utilities, agencies (TxDOT
and railroads), City Master Plans, and property ownership as available from the
Tax Assessor's office.
• The ENGINEER will also include conducting special coordination meetings with
affected property owners and businesses as necessary to develop sewer re-
routing plans.
• The ENGINEER shall visit the project site and obtain the meter numbers and
sizes on all existing meters to be replaced on the project and shall identify
existing sample stations and fire line locations.
2.2. Geotechnical Investigations
• ENGINEER shall advise the CITY of test borings and other subsurface
investigations that may be needed for the project. If the CITY determines that
such borings or investigations are needed, then the ENGINEER shall work with
the CITY and CITY's geotechnical consultant to draw up specifications for such
testing program. The cost of such testing will be paid for by the CITY.
2.3. The Conceptual Design Package shall include the following:
• Cover Sheet
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 4 of 16
ATTACHMENT
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
• Graphic exhibits and written summary of alternative design concepts considered,
strengths and weaknesses of each, and the rationale for selecting the
recommended design concept.
• Plan and profile of the proposed water with locations of fire hydrants, water
service lines and meter boxes, gate valves, isolation valves, manholes, etc.
• Plan and profile of the future ROW and water alignment. The ROW schematic
will only be performed for the 30% submittal.
• Proposed phasing of any water 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.
ASSUMPTIONS
• 3 copies of the conceptual design package (30% design) will be delivered.
Report shall be letter sized and comb- bound with a clear plastic cover. Drawings
will be 11 "x17" size fold outs bound in the report
• Concept Design Report will be uploaded to the designated project folder in
Trimble Unity Construct.
• 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
A. Conceptual Design Package
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 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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 5 of 16
ATTACHMENT
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
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 voiect 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 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.
• Bench marks 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 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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 6 of 16
ATTACHMENT
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
bid item to that effect. In all options, the ENGINEER shall propose appropriate
dehole locations in the project and collect flow line elevation and other applicable
information of the sewer service line. The ENGINEER shall use this information to
provide the design for the sanitary sewer service line to be rerouted or relocated.
• Provide map showing location of new manhole construction at the end of existing
sewer segments, 90 degree bends, or tee connections. Site survey or specific
design plans for manhole construction is not included as part of the scope. The
contract documents shall specify that it is the Contractor's responsibility to
coordinate utility location, etc. manhole construction.
The ENGINEER will prepare standard and special detail sheets for water line
installation and sewer rehabilitation or replacement that are not already included in
the D-section of the CITY's specifications. These may included 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.
3.2. Geotechnical Investigation
Soil investigations, including field and laboratory tests, borings, related
engineering analysis and recommendations for determining soil conditions will be
made. In addition to the above investigations, borings and appropriate field and
laboratory analysis will be made at reasonable intervals along the project
alignment for the Contractor's use in determining soil conditions for preparing
bids and a Trench Safety Plan.
3.3. Constructability Review
• Prior to the 60 percent review meeting with the CITY, the ENGINEER shall
schedule and attend a project site visit with the CITY Project Manager and
Construction personnel to walk the project. The ENGINEER shall summarize the
CITY's comments from the field visit and submit this information to the CITY in
writing.
3.4. Utility Clearance
The ENGINEER will consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY departments, public utilities,
private utilities, private utilities and government agencies to determine the
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 PDF file of the approved preliminary plan set to the
designated project folder in Trimble Unity Construct for forwarding to all utility
companies which have facilities within the limits of the project. The PDF files
should be created directly from the CAD files.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 7 of 16
ATTACHMENT
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
3.5. Traffic Control Plan
• Develop a traffic control plan utilizing standard traffic reroute configurations
posted as "Typicals" on the CITY's Buzzsaw website. The typicals need not be
sealed individually, if included in the sealed contract documents. .
ASSUMPTIONS
• 0 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 0 project specific traffic control sheets will be developed.
• 2 sets of 11"x17" size plans will be delivered for the Constructability
Review.
• 2 sets of 11 "x17" 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 Unity Construct.
• The CITY's front end and technical specifications will be used. The ENGINEER
shall supplement the technical specifications if needed.
• 0 sets of 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
A. Preliminary Design drawings and specifications
B. Storm Water Pollution Prevention Plan
C. Estimates of probable construction cost
D. Data Base listing names and addresses of residents and businesses affected by
the project.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 8 of 16
ATTACHMENT
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS
(100 PERCENT).
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as
follows:
For projects that disturb an area greater than one (1) acre, the Contractor will be
responsible for preparing and submitting the Storm Water Pollution Prevention Plan
(SWPPP) with appropriate regulatory agencies. 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 11"x17" size drawings and 1 sets of 22"x34" 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 Unity Construct.
• 1 sets of 11 "x17" size drawings and 1 specifications will be delivered for
the 100% Design package.
• A PDF file for the 100% Design and project manual will be created from design CAD
drawings and will be uploaded to the project folder in Trimble Unity Construct.
DELIVERABLES
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.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 9 of 16
ATTACHMENT
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
TASK 5. BID PHASE SERVICES.
ENGINEER will support the bid phase of the project as follows.
5.1. Bid Support
The ENGINEER shall upload all plans and contract documents onto Trimble
Unity Construct 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 Unity Construct in .pdf format. The
.pdf will consist of one file of the entire plan set.
• The ENGINEER shall sell contract documents and maintain a plan holders list on
Trimble Unity Construct from documents sold and from Contractor's uploaded
Plan Holder Registrations in Trimble Unity Construct.
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 Unity Construct 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
Trimble Unity Construct and mail addenda to all plan holders.
• Attend the prebid conference in support of the CITY.
• Assist the CITY in determining the qualifications and acceptability of prospective
contractors, subcontractors, and suppliers.
• When substitution prior to award of contracts is allowed in the contract
documents, the ENGINEER will advise the CITY as to the acceptability of
alternate materials and equipment proposed by bidders.
• Tabulate and review all bids received for the construction project, assist the CITY
in evaluating bids, and recommend award of the contract.
• Incorporate all addenda into the contract documents and issue conformed sets.
5.2 Final Design Drawings
1) Final Design Drawings shall be submitted in Adobe Acrobat PDF format
(version 6.0 or higher) format. There shall be one (1) PDF file. Each PDF file
shall be created from the original CAD drawing files and shall contain all
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 10 of 16
ATTACHMENT
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
associated sheets of the particular plan set. Singular PDF files for each sheet
of a plan set will not be accepted.
PDF files shall be uploaded to the project's Final Drawing folder in Trimble Unity
Construct.
ASSUMPTIONS
• The project will be bid only once and awarded to one contractor.
• 3 sets of construction documents will be sold to and made available on Trimble
Unity Construct for plan holders and/or given to plan viewing rooms.
• 5 sets of 11"x17" size and 6 sets of 22"x34" size
drawings plans and 5 specifications (conformed, if applicable) will be
delivered to the CITY.
• PDF files will be uploaded to Trimble Unity Construct.
DELIVERABLES
A. Addenda
B. Bid tabulations
C. CFW Data Spreadsheet
D. Recommendation of award
E. Construction documents (conformed, if applicable)
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
6.1 Construction Support
• The ENGINEER shall attend the preconstruction conference.
• After the pre -construction conference, the ENGINEER shall provide project
exhibits and attend public meeting to help explain the proposed project to
residents. The CITY shall select a suitable location and mail the invitation letters
to the affected customers.
• The ENGINEER shall visit the project site at requested intervals as construction
proceeds to observe and report on progress.
• The ENGINEER shall review concrete and soil compaction test reports and
compare to the project specifications.
• 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.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 11 of 16
ATTACHMENT
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
The ENGINEER shall attend the "Final" project walk through and assist with preparation of
final punch list
6.2 Record Drawings
• The ENGINEER shall prepare Record Drawings from information provided by
the CITY depicting any changes made to the Final Drawings during construction.
The following information shall be provided by the CITY:
o As -Built Survey
o Red -Line Markups from Contractor
o Red -Line Markups from City Inspector
o Copies of Approved Change Orders
o Approved Substitutions
The ENGINEER shall modify the Final Drawings electronically and shall place a
stamp on the plans indicating that they represent Record Drawings of the project
as constructed. The stamp shall be signed and dated by the ENGINEER and
shall be placed on each plan sheet, whether there are any revisions on the sheet
or not. Each sheet shall clearly indicate all changes which apply to that sheet by
clouding and numbering, or other suitable means.
• The following disclaimer shall be included with the Record Drawing stamp:
o These Record Drawings were prepared using information provided by
others and represent the as constructed conditions to the extent that
documented changes were provided for recording. The ENGINEER
assumes no liability for undocumented changes and certifies only that the
documented changes are accurately depicted on these drawings.
• The ENGINEER shall submit a set of sealed Final Drawings, modified and
stamped as Record Drawings, 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 with the mylars.
2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format
(version 6.0 or higher) format and DWF format. There shall be one (1) PDF file
and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for
the Water plan set. Each PDF and DWF file shall contain all associated sheets
of the particular plan set. Singular PDF and DWF files for each sheet of a plan
set will not be accepted. PDF and DWF files shall conform to naming
conventions as follows:
I. TPW file name example — "W-1956_rec47.pdf'where "W-1956" is the assigned
file number obtained from the CITY, "_rec" designating the file is of a record
drawing plan set, "47" shall be the total number of sheets in this file.
Example: W-0053_rec3.pdf and K-0320_org5.pdf
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 12 of 16
ATTACHMENT
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
II. Water and Sewer file name example — "X-35667_rec36.pdf' where "X35667" 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
ASSUMPTIONS
• 2 RFI's are assumed.
1 Change Orders are assumed
• One copy of full size (22"x34") mylars will be delivered to the CITY.
DELIVERABLES
A. Public meeting exhibits
B. Response to Contractor's Request for Information
C. Review of Change Orders
D. Review of shop drawings
E. Final Punch List items
F. Record Drawings on Mylar
TASK 7. ROW/EASEMENT SERVICES.
ENGINEER will support and perform activities related to ROW and land as outlined below,
per scoping direction and guidance from the CITY's Project Manager.
7.1. Right -of -Way Research
• The ENGINEER shall determine rights -of -way, easements needs for construction of the
project. Required temporary and permanent easements will be identified based on available
information and recommendations will be made for approval by the CITY.
7.2. Right-of-Way/Easement Preparation and Submittal.
• The ENGINEER shall prepare documents to be used to obtain right-of-way and
permanent and/or temporary easements required to construct the improvements.
• The ENGINEER shall submit the right-of-way and/or easement documents to CITY PM
for real property acquisition
• The documentation shall be provided in conformance with the checklists and templates
available on the CITY's Trimble Unity Construct site.
7.3. Temporary Right of Entry Preparation and Submittal
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 13 of 16
ATTACHMENT
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
• Prior to construction, the ENGINEER shall prepare and submit Temporary Right of Entry
documents for landowners to CITY PM for real property acquisition. It is assumed that letters
will only be required for land owners adjacent to temporary construction easements or who
are directly affected by the project and no easement is required to enter their property.
• The documentation shall be provided in conformance with the checklists and templates
available on the CITY's Trimble Unity Construct site.
ASSUMPTIONS
12 Easements or right-of-way documents will be necessary.
60 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
ENGINEER will provide survey support as follows.
8.1. Design Survey
• ENGINEER will perform field surveys to collect horizontal and vertical elevations and
other information needed by ENGINEER in design and preparation of plans for the project.
Information gathered during the survey shall include topographic data, elevations of all
sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities,
structures, trees (measure caliper, identify overall canopy, and have qualified arborist
identify species of trees), and other features relevant to the final plan sheets. Existing
drainage at intersections will be verified by field surveys. Spot elevations will be shown on
intersection layouts with cross slope to fit intersecting grade lines.
• The minimum survey information to be provided on the plans shall include the following:
A Project Control Sheet, showing ALL Control Points, used or set while gathering data.
Generally on a scale of not less than 1:400:
— The following information about each Control Point;
a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod)
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 14 of 16
ATTACHMENT
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base.
Z coordinate on CITY Datum only.
C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North
Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main
Street).
— Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate
system, as the Control.
— No less than two horizontal bench marks, per line or location.
— Bearings given on all proposed centerlines, or baselines.
— Station equations relating utilities to paving, when appropriate.
8.2. Temporary Right of Entry Preparation and Submittal
• Prior to entering property, the ENGINEER shall prepare and submit Temporary Right of
Entry for landowners to CITY PM.
• The documentation shall be provided in conformance with the checklists and templates
available on the CITY's Trimble Unity Construct site.
ASSUMPTIONS
• Topographic survey at intersection will include no more than 100 ft. in each direction.
DELIVERABLES
• Copies of field survey data and notes signed and sealed by a licensed surveyor.
• Drawing of the project layout with dimensions and coordinate list.
TASK 9. PLAN SUBMITTAL CHECKLISTS
Engineer shall complete and submit Plan Submittal Checklists in accordance with the
following table:
PLAN SUBMITTAL CHECKLIST REQUIREMENTS
Traffic
Traffic
Traffic
Traffic
Street
Water
Traffic
Cont/0 rol
Control
Control
Attachment "A" Signal
Storm
Storm
Lights
/Sewer
Engineering
30
60 /0
90/o
Type (Submit All
Water
Water
(Submit
(Submit
(Submit All
@ 30%)
30%
60%
All @
All @
@ 60%)
30%
60%)
Required for all work
in City
ROW
Street X
X
X
X
X*
X
X
X
X
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 15 of 16
ATTACHMENT
DESIGN SERVICES FOR
VICKERY BOULEVARD WATER AND SANITARY SEWER REPLACEMENTS
CITY PROJECT NO.: 106069
Storm Water X X
X
X X
Water / Sewer X
X
X X
*If included in street project
Additional Services not included in the existinq Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
• 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
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of God.
• Services related to warranty claims, enforcement and inspection after final completion.
• Services related to Subsurface Utility Engineering Levels B, C or D
• Services related to Survey Construction Staking
• Services related to acquiring real property including but not limited to easements, right-
of-way, and/or temporary right -of -entries.
• Services to support, prepare, document, bring, defend, or assist in litigation undertaken
or defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
• TV inspection related to the project as requested by the CITY
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 16 of 16
ATTACHMENT B
COMPENSATION
Design Services for
Vickery Boulevard Water and Sanitary Sewer Replacements
City Project No. 106069
Lump Sum Project
Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $555,263.00 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.
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 111. of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Water Department monthly progress reports and schedules in the format
required by the City.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 1 of 3
AN
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility
Prime Consultant
Westwood Professional Project Management,
Services, Inc. Design, Bidding Assistance
and Construction Phase
Proposed MBE/SBE Sub -Consultants
Yellow Rose Mapping, LLC Design Survey
Non-MBE/SBE Consultants
Raba Kistner Geotechnical Investigation
Project Number & Name
CPN 106069: Vickery Boulevard Water
and Sanitary Sewer Replacements
City MBE/SBE Goal = 12.61 %
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 2 of 3
TOTAL
Total Fee
$ 555,263.00
Fee Amount
$ 415,997.00 75.0
$ 121, 766.00 I 21.9
$17,500.00 3.1
$ 555,263.00 100%
MBE/SBE Fee MBE/SBE
$ 121, 766.00 21.9 %
Consultant Committed Goal = 21.9%
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
PMO Official Release Date: 8.09.2012
Page 3 of 3
AM
Professional Services Invoice Project Manager: IParvathi Sreekumaran Unnithan, P.1 Summary
Project: IVickery Boulevard Water and Sanitary Sewer Replacements
City Project #: I I
City Sec Number: 1106069
Company Name: IWestwood Professional Services, Inc.
Supplier's PM: IRyley C. Paroulek, P.E. 1
Supplier Invoice #: I I
Payment Request #: I I
Service Date:From I I
Service Date:To I I
Invoice Date: I I
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: rvlev.oaroulek(a)westwoodns.c0m I
Office Address 4060 Bryant Irvin Road, Fort Worth, TX 76109
Telephone: 1817-412-7155 1
Fax: 1817-412-7156 1
Remit Address:12805 Dallas Parkway, Suite 150, Plano, Tx 75093
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
30-Design
Water Design $392,113.50
$392,113.50
$392,113.50
30-Design
Sanitary Sewer Design $163,149.50
$163,149.50
$163,149.50
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Totals This Invoice $555,263.00 $555,263.00 $555,263.00
Overall Percentage Spent:
Professional Services Invoice Project Manager: Parvathi Sreekumaran Unnithan, P.E
Project: Vickery Boulevard Water and Sanitary Sewer Replacements
City Project #:
Work Type Desc: lWater Design Supplier Instructions:
FID:
City Sec Number: 106069 Fill in green cells including Percent Complete and Invoiced Previously Quanities
Purchase Order: When your Invoice is complete, save and close, start B—saw and Add your invoice to the
Consultant folder within Project's folder.
Company Name- Westwood Professional Services, Inc.
Suppliers PM: Ryley C. Paroulek, P.E.
Supplier Invoice #:
Payment Request#:
Service Date:From
Service Date:To
Invoice Date:
Pay Items
30 - Desiqn
Description
Totals This Unit:
email: ryley.paroulek@westwoodps.com
Office Address: 4060 Bryant Irvin Road, Fort Worth, TX 76109
Telephone: 817-412-7155
Fax: 817-412-7156
Remit 2805 Dallas Parkway, Suite 150, Plano, Tx 75093
Agreement LTD
Agreement Amendment Amendment Amount to Completed
Amount Number Amount Date Amount
$392,113.50 $392,113.50
$392,113.50
$392, 113.50
Overall Percentage Spent:
Percent ($) Invoiced
Spent Previously
Current
Invoice
Remaining
Balance
$392,113.50
$392,113.50
Professional Services Invoice Project Manager: Parvathi Sreekumaran Unnithan, RE
Project: Vickery Boulevard Water and Sanitary Sewer Replacements
City Project #:
Work Type Desc: ISanitary Sewer Supplier Instructions:
FID:
City Sec Number: 106069 Fill in green cells including Percent Complete and Invoiced Previously Duanities
Purchase Order: When your Invoice is complete, save and close, start Bu=saw and Add your invoice to the
Consultant folder within Project's folder.
Company Name' Westwood Professional Services, Inc.
Suppliers PM: Ryley C. Paroulek, P.E.
Supplier Invoice #:
Payment Request#:
Service Date:From
Service Date:To
Invoice Date:
Pay Items
30 - Design
Description
Totals This Unit:
email: ryley.paroulek@westwoodps.com
Office Address: 4060 Bryant Irvin Road, Fort Worth, TX 76109
Telephone: 817-412-7155
Fax: 817-412-7156
Remit 2805 Dallas Parkway, Suite 150, Plano, Tx 75093
Agreement LTD
Agreement Amendment Amendment Amount to Completed
Amount Number Amount Date Amount
$163,149.50 $163,149.5C
$163,149.50 $163, 149.50
Overall Percentage Spent:
Percent ($)Invoiced
Spent Previously
Current Remaining
Invoice Balance
$163,149.5C
$163,149.50
5/7/2025
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Vickery Boulevard Water and Sanitary Sewer Replacements
City Project No. 106069
Labor hours) I Expense
Task Description Projectr Project Total Laborl Travel / Total Expense Task Sub Completed Percent Invoiced Current Remaining
Task No. Princi al J EIT CADD Administrative Subconsultant
p ManaQ @@ Engineer Cost Reproduction / Cost Total Amount Complete Previously Invoice Budget
Rate $30 $230 $200 $150 $90 $100 MWBE JNon-MWBEJ Markup Fees/Permittin
1.0rolect Mane,�finent 20I 36 0 0 , $15,18UI $O $O $30 l $15,480 $ 0°°I $ I $ $15,480
1.1 an�44ing the "eam
1.1.2 Q6JOC 20 $6,00 $0 $6,000 $0 0A $ - $ 6,000.0
1.2 CQ�nr�iunir,tionS ar1�l Report"
1.2.1 Pre-DDesign CCoorddination Meeting 1 $230 $0 $230 $0 0% $ - $ 230.00
1.2.2 Design Submittal Review Meetings 3 3 $990 $300 $300 $1,290 $0 0 % $ - $ 1,290.Do 1.2.3 Prepare Baseline Schedule 2 $460 $0 $460 $0 0% $ - $ 460.00
Prepare Monthly Progress Reports with
1.2.4 Schedule 15 $3,450 $0. $3,450 $0. 0% $ - $ 3,450.00
1.2.5 Prepare Monthly MBE/SBE Reports A 6 $4,050 $0 $4,050 $0 0% $ - $ 4,050.0
2.0 IConceglual Design (30-Percent) 1 01 3SJ 57) 1371 19�51 01 $57,551161 $01 $01 $01 $54 $Frdd $58,0501 1 fd 0%J $01 01 $58,050,
2.1 Data Collection 1 64 8 $19,960 $500 $500 $20,460 $0 0°° $ - $ 20,460.00
2.2 Conceptual Design Package
2.2.1 Cover Sheet 2 1 $390. $0 $390 $0 0% $ - $ 390.00
2.2.2 Exhibits and Summary (Concept Plans) A 3S J 110 $32,050. $0 $32,050 $0 0% $ - $ 32,050.00
2.2.3 Prepare Conceptual Coord Checklist 1 2 $630 $ J $630 $ J 0% $ - $ 630.00
22.4 Construction Estimate 4 6 16 $4,526 $6 $4,520 $6 0% $ - $ 4,520.00
3.0 Ipreliminarl[Dest�,gn (60 Percent) 1 61 1001 2501 3711 4011 01 $164,746 $01 f61 $01 $3061 $3001 $165,0401 1 $0 0 /J $01 fQl $165,0401
3.1 preliminary Design Package $300 $300 $300 $0 0% $ - $ 300.00
3.1.1 Cover 1 1 $240 $0 $240 $0 0 /° J $ - $ 240.00
3.1.2 Overall Layout 1 10 30 60 $12,130 $0. $12,130 $0. 0%J $ - $ 12,130.00
3.1.3 Plan and Plan/Profile Sheets 82 2019 316 346 $136,96 J $6. $136,960 $0. 0. /of $ - $ 136,960.00
31.4 ecifications 10 20 $6,306,ff $0 $6,300 $0 0*/°�i $ - $ 6,300.0
3.1.5 Constmction Estimate $ 6 11 $3,69U $6 $3,690 $6 0°O $ - $ 3,690.0
3.2 Pr re 60% Coordination Checklist U 1 2 $50UJ $6 $500 $6 0%1$ - $ 500.00
3.3 Uti ity Clearance 4 8 16 $4,92 $U $4,920 $U 0%1 $ - $ 4,920.0
4.0 IFinal Desj 6 241 141 198 2101 0 $82.320 $0 $6 $01 $300 $300 $82.620 $0 0% $01 f6 $82.620
Final Dra (90%) Construction Plans and
4.1 Syecifications 10 104J 130 150 $56,100J $300 $300 $56,400 $0 0% $ - $56,400
4.2 repave 90% Coordination Checklist {{{ f 6 $5 $ $500 $ 0°° $ - $ 500.00
4.3 Final J700%l Plans and rcifications 10 30J 50� 60 $21,20oJ $0 $21,200 $0 0°�$ - $ 21,200.00
4.4 Construction-stimatas 90% and 100%) 4 6J 161 $4,520 $6 $4,520 $ 0°°1 $ - $ 4,520.0
5.0 Ir6�Id Phase 6 {5 4 01 9 $5.880 $0 f 1 $01 $3d ` $300 $ /180 $0 0.,1 $01 $ 1 $6`180
5.1 Bid Support I 1 $3001 $300 4$300 J $ 300.00
5.1.1 ?load Documents to eBuilder 4J /I � 1 $4 J $ J $400 $U 0 /°oJ $ - $ 400.00
51.3 (issue Addenda J 1J $3,32 $ $3,320 $6 0° $ - $ 3,320.0
5.1.4 Attend Bid Opening 2 1 $86 $ $860 $0 0°6$ - $ 860.00
5.1.5 Tabulate Bids and Recommend Award 1 4 $600 $0 $600 $0 0% $ - $ 600.00
5.2 Issue Conformance Documents 2 4 $700 $0 $700 $0 0% $ - $ 700.00
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement Vickery Boulevard Water and Sanitary Sewer Replacements
Typical Water and Sewer Replacement CPN 106069
FW WTR Official Release Date: 8.09.2012 Page 1 of 2
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Cast Iron Water Main and Sanitary
Sewer Replacements on Vickery
Boulevard East
of Beach Street
City Project No. 106069
I
Labo�rhouEl rs
I
Expense
Task No.
Task Description
Project
Princi al
Project
IT
CADD
Administrative
Labor
I Subconsultantp
Travel /
Total Expense
Task Sub
Man Q rEngineer
�$�30
JTotal
Cost
Reprotluction I
CostTotalRate
$3011
$20$150$90$100
J MWBE 1Non-MWBE)
Markup
Fees/PermittinB.0JConstruction
Phase Services
0� 1 I iT
10
0
$12,9201 $`It
$`0�
$0
530J
$30 1
$13,220
6.1
Construction Sugppprt
$300
$300
$300
6.1.1
Attend PreconsEruction Conference
1 1
$430
$0
$430
6.1.2
Attend Public Meeting
1 1
$430
$0
$430
6.1.3
Project Site Visits (assume41
4 4
$1,720
$0
$1,720
Request for Information/ Review Shop
6.1.4
Drawing
8 24 16
$9,040
$0
$9,040
6.2
Record Drawings/As Built
2
10
$1,300
$0
$1,300
7.0
1 OwlEasement Services 1
01 01 1321 01
01
01 $26,40'61 $01
$01
$01
01 $JTJ
$26,4001 I
7.1ht-of-EntrrY���
Documents
$0
$0
$0
Right-of-WaylEasement Preparation and
7.2
Submittal
$0
$0
$0
7.2.1
Permanent Easement (9)
99
$19,800
$0
$19,800
7.2.2
T�emporary �,� Jr{ert 3
33
$6,600
$0.
$6,600
7.3
1 emporary Itig�l oT tntry�ubmittal
$0
$6
$0
8.0
Survey
0 0 0 0
0
0
$(6
$121,766
$17,500
$13,9271
$0
$153,193I
$153,193
8.1
Design Survey
0
$0
$111:716
$11:172
$122,883
$122,888
8.2
Temporary Right of Entry Submittal
$0
$10,050
$1,0
$11,06
$11,055
8.3
Geotechmeajj5esign
0
$0
$17,50$
$1,750
$19,250
$19,250
9.0
6
16
0
0
0
$9,58 $0
$
$0
$500
$500
$q 080
9.1
l!Zittirl➢
lood Plam Permit
2
$�26UJ
$250
$250
$�510
9.2
Railroad
1
$3,32
$2
$25
$3,570
10.0
/4dditional Services
0
0
0
0
0
$30,00�
$0
$
$0
$
1 $0
$30,000
10.1
P.dditional Directed Design Services
$30,000
$0
$30,000
Totals
2 221
64' 1261
81 I
1 I $399,57 1 $121,7661
$17,50 1
$13,92-1
$2,50 1 $155,6.1
$555,263
Water Line Footage
14,210 16%
1 Totals:l
$555,263.001
Sewer Line Footage
4,3� 24%
18,585 100%
1
Project Summary
(A)
Total Fee $555,263.00
I
Total Hours
2,444
(B)
Survey Fee-$121,766.00
I
Total Labor
$399,570
(C1
Total FFesuvy $433,497.00
Total Expense
$155,693
Ce
Watere 786%oF)SewerFeef24%ofC) I
MBE/SBE Subconsultant
$121,766
50$329. .0 I $104,639.00 l
1
Non-MBE/SBE Subconsultant
$17,500
10% Sub Markup
$13,927
1 Description
WP
Water
Sewer
I
MBE/SBE Participation
21.9%
Conceptual Design
31
$66,300.63
$25,401.04
1
Total Project Cost
$555,263.00
I Preliminary Design
32
$147,879.03
$72,846.64
I Final Design
33
$85,391.83
$35,677.83
I Survey
51
$92,542.00
$29,224.00
I
I Subtotal
l$392,11350J$163,149.56
I Total
555,263.0
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
Typical Water and Sewer Replacement
FW WTR Official Release Date: 8.09.2012
Completed
Percent
Invoiced
Amount
Complete Previously
y
0°el
$0
$0
0% $
$0
0% $
$0
0/ $
$0
0% $
$0
0% $
$91
o /1
$01
$0
0/ $
$0
0% $
$0
0%
$0
0%
$6
0% $
$`rd
0/J
$0
$0
0°' $
$0
0. $
$0
$
$0
o
$0
$0
0°of $
$
0o/ $
$0
9121
$0
$0
0$
$ I
0 1
$ I $
Current Remaining
Invoice Budget
$` 1 $13,220
$ 300.00
$ 430.00
$ 430.00
$ 1,720.00
$ 9,040.00
$ 1,300.00
sAI $26,4001
$19,800
$ 6,600.00
$�� 2 888 43
$ 122,888.00
$ 11,055.00
$ 19,250.00
$� $S,Q60
$ 1,510. 0
$ 3.570.00
$ 1 $30,000
$ 30,000.00
$ 506,013.00
Vickery Boulevard Water and Sanitary Sewer Replacements
CPN 106069
Page 2 of 2
Westwood
ENGINEER'S PRE -DESIGN OPINION OF PROBABLE CONSTRUCTION COST
Client Name: City of Fort Worth - Water Department
Project No.:
106069
Project Title: Cast Iron Water Main and Sanitary Sewer Replacements on Vickery Blvd East of Beach Street
Date:
6/18/2025
Bid No.
Bid Item Description
Unit
Estimated
Unit Cost
Total Cost
Quantity
UNIT I: WATER IMPROVEMENTS
1
3311.0661 24" PVC C900 Water Pipe by Open Cut
LF
5,412
$ 230.00
$ 1,244,760.00
2
3311.0561 16" PVC C905 Water Pipe by Open Cut
LF
1,405
160.00
224,800.00
3
3311.0261 8" PVC Water Pipe by Open Cut
LF
5,733
110.00
630,630.00
4
3311.0161 6" PVC Water Pipe by Open Cut
LF
1,924
105.00
202,020.00
5
3311.0261 8" PVC Water Pipe in Casing Pipe
LF
100
105.00
10,500.00
6
3305.1103 20" Casing By Other Than Open Cut
LF
100
850.00
85,000.00
7
3312.0106 Connection to Existing 16" Water Main
EA
6
8,000.00
48,000.00
8
3312.0107 Connection to Existing 20" Water Main
EA
6
8,500.00
51,000.00
9
3312.0117 Connection to Existing 4"-12" Water Main
EA
42
3,400.00
142,800.00
10
3312.2001 1" Water Service, Meter Reconnection
EA
120
1,000.00
120,000.00
11
3312.2003 1" Water Service
EA
120
2,600.00
312,000.00
12
3312.3008 24" Gate Valve w/ Vault
EA
9
40,000.00
360,000.00
13
3312.3006 16" Gate Valve w/ Vault
EA
6
35,000.00
210,000.00
14
3312.3003 8" Gate Valve
EA
32
4,500.00
144,000.00
15
3312.3002 6" Gate Valve
EA
4
3,000.00
12,000.00
16
3312.0001 Fire Hydrant
EA
18
6,800.00
122,400.00
17
3311.0001 Ductile Iron Water Fittings w/ Restraint
TON
9
13,000.00
117,000.00
18
0241.1302 Remove 6" Water Valve
EA
4
200.00
800.00
19
0241.1303 Remove 8" Water Valve
EA
32
200.00
6,400.00
20
0241.1351 Salvage 16" Water Valve
EA
6
1,200.00
7,200.00
21
0241.1354 Salvage 24" Water Valve
EA
9
1,500.00
13,500.00
22
3201.0400 Temporary Asphalt Paving Repair
LF
14,474
35.00
506,590.00
23
3305.0117 Concrete Collar for Valve
EA
36
800.00
28,800.00
24
3305.0109 Trench Safety
LF
14,474
1.00
14,474.00
25
0241.1510 Salvage Fire Hydrant
EA
18
800.00
14,400.00
26
3212.0303 3" Asphalt Pvmt Type D
SY
48,000
36.00
1,728,000.00
27
3305.0110 Utility Markers
LS
1
8,000.00
8,000.00
28
3304.0101 Temporary Water Services
LS
1
300,000.00
300,000.00
29
0241.1511 Salvage 3/4" Water Meter
EA
120
200.00
24,000.00
30
3123.0101 Unclassified Excavation by Plan (Roadway)
CY
1,200
80.00
96,000.00
31
3124.0101 Embankment by Plan
CY
1,200
30.00
36,000.00
32
3291.0100 6" Topsoil
CY
290
40.00
11,600.00
33
3292.0100 Block Sod Placement
SY
1,518
10.00
15,180.00
34
0241.1700 11" Pavement Pulverization
SY
48,000
15.00
720,000.00
35
3471.0001 Traffic Control
MO
7
15,000.00
105,000.00
36
3211.0601 CEMLIMETM (40 LB/SY)
TN
1,000
500.00
500,000.00
37
3125.0101 SWPPP >_ 1 acre
LS
1
12,000.00
12,000.00
38
0171.0101 Construction Staking
LS
1
30,000.00
30,000.00
39
0171.0102 As -Built Survey (Water)
LS
1
2,400.00
2,400.00
UNIT I: WATER IMPROVEMENTS SUB -TOTAL $ 8,217,254.00
1 of 2
Bid No. I Bid Item Description
JUNIT II: SANITARY SEWER IMPROVEMENTS
40 3331.4115 8" Sewer Pipe by Open Cut
41 3331.4115 8" Sewer Pipe in Casing Pipe
42 3305.1103 20" Casing By Other Than Open Cut
43 3331.3101 4" Sewer Service
44 3331.3102 4" 2-Way Cleanout
45 3339.1001 4' Manhole
46 3339.0001 Epoxy Manhole Liner
47 3201.0400 Temporary Asphalt Paving Repair
48 3201.0111 4' Wide Asphalt Pvmt Repair, Residential
49 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential
50 3301.0001 Pre -CCTV Inspection
51 3301.0002 Post -CCTV Inspection
52 3301.0101 Manhole Vacuum Testing
53 3305.0109 Trench Safety
54 3305.0112 Concrete Collar for Manhole
55 3305.0114 Manhole Adjustment, Major w/ Cover
56 0241.2201 Remove 4' Sewer Manhole
57 3201.0614 Conc Pvmt Repair, Residential
58 3291.0100 Topsoil
59 3292.0100 Block Sod Placement
60 3471.0001 Traffic Control
61 3125.0101 SWPPP >_ 1 acre
62 0171.0102 As -Built Survey (Sewer)
63 0171.0101 Construction Staking (Sewer)
UNIT II: SANITARY SEWER IMPROVEMENTS SUB -TOTAL
SUB -TOTAL CONSTRUCTION COSTS
30% CONTINGENCY
TOTAL OPINION OF CONSTRUCTION COSTS
Unit
Estimated
Unit Cost
Total Cost
Quantity
LF
4,376
$ 80.00
$ 350,080.00
LF
100
80.00
8,000.00
LF
100
850.00
85,000.00
EA
69
1,500.00
103,500.00
EA
69
750.00
51,750.00
EA
16
9,000.00
144,000.00
VF
160
600.00
96,000.00
LF
777
35.00
27,195.00
LF
10
100.00
1,000.00
SY
40
110.00
4,400.00
LF
4,376
12.00
52,512.00
LF
4,376
12.00
52,512.00
EA
16
400.00
6,400.00
LF
4,376
2.00
8,752.00
EA
16
750.00
12,000.00
EA
20
7,500.00
150,000.00
EA
16
1,500.00
24,000.00
SY
100
130.00
13,000.00
CY
250
35.00
8,750.00
SY
1,450
12.00
17,400.00
MO
2
15,000.00
30,000.00
LS
1
6,000.00
6,000.00
LS
1
4,500.00
4,500.00
LS
1
8,000.00
8,000.00
$ 1,264,751.00
$ 9,482,005.00
$ 2,840,000.00
$ 12,322,005.00
2of2
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Vickery Boulevard Water and Sanitary Sewer Replacements
City Project No. 106069
None
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page I of I
Task Name Duration Start IFinish
Cast Iron Water and Sanitary Sewer Replacements on 300 days Mon 5/26/25 Fri 7/17/26
Vickery Boulevard East of Beach Street
Notice to Proceed (NTP)
0 days
Mon 5/26/25
Mon 5/26/25
Topographic Survey
60 days
Mon 5/26/25
Fri 8/15/25
Design -Kickoff Meeting
5 days
Mon 8/18/25
Fri 8/22/25
Conceptual Design (30%)
50 days
Mon 8/25/25
Fri 10/31/25
Submit to City for Review (30%)
0 days
Fri 10/31/25
Fri 10/31/25
City Review (30%)
15 days
Mon 11/3/25
Fri 11/21/25
30% Review Meeting
5 days
Mon 11/24/25
Fri 11/28/25
Preliminary Design (60%)
80 days
Mon 12/1/25
Fri 3/20/26
Submit to City for Review (60%)
0 days
Fri 3/20/26
Fri 3/20/26
City Review (60%)
15 days
Mon 3/23/26
Fri 4/10/26
Constructability Review
5 days
Mon 4/13/26
Fri 4/17/26
60% Review Meeting
5 days
Mon 4/13/26
Fri 4/17/26
Final Design (90%)
40 days
Mon 4/20/26
Fri 6/12/26
Submit to City for Review (90%)
0 days
Fri 6/12/26
Fri 6/12/26
City Review (90%)
15 days
Mon 6/15/26
Fri 7/3/26
90% Review Meeting
5 days
Mon 7/6/26
Fri 7/10/26
Finalize Plans (100%)
5 days
Mon 7/13/26
Fri 7/17/26
Submit Final (100%)
0 days
Fri 7/17/26
Fri 7/17/26
Task
Inactive Task
Split
........
Inactive Milestone
Date: Tue 5/6/25
Milestone
♦
Inactive Summary I
Summary
r
r Manual Task
Project Summary
r Duration -only
ATTACHMENT D
Westwood
2026
Aor I Mav Jun I Jul I Aua I Seo I Oct Nov I Dec Jan I Feb I Mar Aor I Mav Jun I Jul
Manual Summary Rollup External Milestone
Manual Summary r Deadline
Start -only F Critical
Finish -only 7 Critical Split
External Tasks Progress
Page 1
Atwood
'31
City of Fgrt Worth
T City& IWW
♦
i
Manual Progress
Aua I Seo
Westwood
3/20
City of Fort Worth
City & WW
City & WW
Westwood
6/12
City of Fort Worth
City & WW
Westwood
7/17
I 1
ATTACHMENT E
(n PURINGTON AVE
LU
f.:. o U) >
a9 3 p
� a > w
� a >
uP RR 2 O N Z
U Z ¢
co z O MTAVE `VERNON ¢ O
H N
N Z _.. j-� J
ccZ Q N Z s f
O0 aw Qt.
O
�f�
ca -CC
p t
MC.LEAN ST
FLLF T
E NCASTER
R , `, ? ' _`• i ^ AVE IDGE A_VEI
IC_��IIUL�AST
. .I
KOCH ST ` ', a GA�� PANOLA AVE
Vruj
w w v t �r
¢ BENA }�
m Z ELSIE ST C VE 3 __HAZELINE RD ;
w y
p
% y a v +
w w>
N VISTA ST Se
� ^ O ra>
rn
a V Z �, MIDLAND ST HAIHPSHIRE BLVp,_ ,,
_MIDLAND ST• ¢ w ,
J.
E VICKERY BLVD EIVICKERY BLVD LYNNF E VDRt
AVE B
FORT WORTH.
lroo,�
Q tJ 'y
Y
a
r
t \
y"
t AVE A 5�
rr
w AVE'l�.►��_ f r r,4.4f
cc in
Z t ^k k,k F I r f� Ci
..
w
rn
N -e ► �a r
9L w w
F Z V _t
g" AVE D co_ Li p �, coAVE D I J
,l f `
LU
Cal
m
AVE E _ D sAVEjEfs �' V
Y
�C ; )xohai A ku W-i_ _
ATTACHMENT E
W/SS REPLACEMENTS 'w., I� ' A'"f - x!ly�l �.4 s. 14 3' rS
UPSIZING ON VICKERY EXHIBIT E
w
rl T A •i
CD-8 / CD-11 +,Its"�r� tI~ �L I 1 .T F NON,VAVE y [�� :tk� f �' 0I4r� 1 I�� v i
r•+ 'I \� iyrt,IJ •,Y i` �• \""1U. -r4 tat �: �. - - _ i!!. ...�I'"'T!"�['^ W '1,
N `"aRN�I*t� Mrs,js-•t82�, ��` j Fe,t :� W/SS 2016 WSM•F. Parl2 �I I l •' 9 I g
-WIN•` ,�1�1 �I 'F;y♦ * � _ - 4 i m9, CPN CO2727- Complele10/2021 ,,,��. �• I' Q !... +�-Z
.t, tr•. I' .� �: ti0;��" �'' I zr:. t i �IJ + �1 �`> ..1•1MCILE.4NT. I ,is pVE
�, p C E C y \+s ' � � : , t��b, . F < .l� f O . +I'4 �, �I � � � ' �I` CAS�TER4; ._
„I U� ♦ /� • �- ,P,., a : • .��., I�-.i•`z. -�vi i r-• . yS�IE(LAN ®rem_
(t yfik, c: x L F Sr iq l °�e1 �.gNCq p'1� 111 Ii0 'ra6 �r'!4• ' 1 ) iz I �r'.. w _ .i:• • ,�'• ,• . ■Tr t..^
�' +,. it n ,�-ri. Ib. ���. �� SrF•if'Al,� P�1" i�'�. ''gem , f�' �;-.M��,_�•�.ak ��r.,. i.
4 iµ'e.rbjrtl.� F .�4F.. + * .•?t�,,. . �--PL, • • • r _� Y • J`. . F - ..
Lancaster Ave CIP Repl. Part 1 ■ ■ ■ r :x J6 f .i ► ter' Oi • •S$iC� 1 ?h " y�
CoFW-TXDoT Project .!' ■ ■ ®;(� 7.,.t S{ 1 �•%S . 1 . • t • ` . yr : ! C
•'� N �._� T, ,�� r,•. �r■�� 14 �•■■• ► ' • �eA.r^•" III
I,, �y 'UQ Q/ - �{ r., f � ■ � - ` � • � • • � a I�i'i'�IDGE,�AVE.' '
dl
1 z r
w J �� t� r.. • p r� am s Cl• , v z� ��1
.� �I t L,�KOC_ H�,ST�I C';: �..�.�^-.c�t,1 'i �4�... � i� '►�. ., ��. �M!_; �l-! .'A 1- FANOLAtiAVES.'L
3 '( I.
<`LCli �bb�i�£r.i !Y •.� �v'3;.'�..:t'' ,'4f\ s yOl�'.:� «k,�'r:>• t'�. „r,li Lyy ,<`'I{tt.�
' I VISTA ST � I � �• '
1JyyA
� Ni t M `► k HI
!d" are
Lancaster Ave ep CIP Rl. ■' v:: MIDLAND�sT,,„/
To Be Added to 105069
Holly to Eastside CIP Repl.
- 3 • . � � •• E•9VICKERY BLVD M,yM.�'1 -�� � y, t Nn
g. �' \1 '}1 �f l ' ' • mill
LYNNFIELI ,DR, ,
,� l.-r - ► �.,,\ .7 - ua�r1 .}II fA ^-•1�� a I.y�,�` �-
,L /w,� r�. I 'F.'-' J y�,1,e�6t `e 1 ' .:rr,,,,rr}7 ♦t, `�.j., `o... ��,.`.�'"5. IF'
it
dJ ®®®®
IT
1 ,._ y +r, h s r I i ''i (e i, -_Ilk Q-.`,
r ,1�•� s � \ � b • r: t��"r�rp� �rT� Iri I_- �_,JI . � i ! '.I �1.� •�� t ,ep1 !' L �`c•�i I�e!',ti. � 7 r`�+ �'� '_� y"
ti ,l CPN
4 + CID CIPYr1,Contract
2 ;emm�, -• N
„. i d� 102927 ' ,-__ ^- n a 7 k qr
+�kl EASTSIDE Construction [88%1 x,x v, 1 F f +p F e 9
II IIPUMP I xb
t: •k 1 STATION, ■y1 t m'
a tt i� t � � `-ilow�� ' � N Rt�►�I 1�'a.��'J je I� `�k � T k ''r' ��
-.«�,}', 1� . r' , - y �.,,.I- - -` r - — .►r. , + 1„rl^ -t �-�1 `ate•. - - ap®y - i , .� �11
i -tt''- �' I-+, xrn ,- ♦ / g - ip"
VICKERY Ott t'~ cxi'''!
,;.,1 46'u >':'_,s '�' r.• _�\1�,, 1 .-ire - R• _ - >. t _:L �1- t _ '! II I'
LF of 20 5,305 ' p ` �+ ': ��, i. 9•�t �1 a �+`
1,405 LF of 16 P •. •roposed Water Line Repl. °
2,240 LF of 8 " r
'm
� Proposed Sewer Line Repl.LF 6 i4,695 Existing Water CIP Project
Proposed Water Mains = 13,6
Proposed
LF nr,t I 0 200 400 600 800
osed Sewer Mains = 4,375 LF I �i� ► I� 1 r
P ( �. �ii,nit7f. �� • I _ Ili\ .ill `t.-tr' .L,1 ` �. t Feet
ATTACHMENT 7"
CERTIFICATE OF INSURANCE
Design Services for
Vickery Boulevard Water and Sanitary Sewer Replacements
City Project No. 106069
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, August 12, 2025
LOG NAME: 60WSSRVICKERY-WESTWOOD
REFERENCE NO.: **M&C 25-0735
SUBJECT:
(CD 8 and CD 11) Authorize Execution of an Engineering Agreement with Westwood Professional Services,
Inc. in the Amount of $555,263.00 for the Cast Iron Water Main and Sanitary Sewer Replacement in the
Vickery Boulevard Water and Sanitary Sewer Replacements Project and Adopt Appropriation Ordinance
to Effect a Portion of Water's Contribution to Fiscal Years 2025-2029 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of an engineering agreement with Westwood Professional Services, Inc., in the
amount of $555,263.00, for Cast Iron Water Main and Sanitary Sewer Replacement on Vickery
Boulevard East of Beach Street; and
2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $806,352.00, transferred from available
PayGo funds within the Water and Sewer Fund, for the purpose of funding the Vickery Boulevard
Water and Sanitary Sewer Replacements project (City Project No.106069) 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 Westwood Professional Services, Inc., in the amount of $555,263.00 for the East Vickery Boulevard
Water and Sanitary Sewer Replacements 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
From
To
Scope of
Council
Work
District
Camilla
S. Beach Street
Street
Avenue B
Water/Sewer
8 &11
S. Beach
440 feet
Avenue A
Street
West
Water
11
E. Vickery
S. Beach
S. Collard
Water/Sewer
8 &11
Boulevard
Street
Street
E.
E. Vickery
S Collard Street
Lancaster
Boulevard
Water/Sewer
8 &11
Avenue
Easement between
E. Vickery
620 feet
S. Beach Street
Boulevard
North
Water
8
and Essex Street
Ravine Road
Ludelle
E. Vickery
Water
11
Street
Boulevard
Court
Ravine
Elsie Street
Street
Road
Water
11
Binkley Street
Midland Street
Ben Avenue
Rampart Street
Easement between
Panola Avenue and
Hazeline Road
Easement
between
Hampshire
Boulevard and
Union Pacific
Railroad
E. Vickery
Boulevard
Binkley
Street
S. Collard
Street
Hazeline
Road
440 feet
North
180 feet
East
350 feet
West
260 feet
North
Water
Water
Water
Water
Rampart 1350 feet Sewer
Street East
S Collard 545 feet Sewer
Street East
Easement
between Beach E. Vickery 640 feet
Street and Parkdale Boulevard South
Avenue
Water
11
11
11
11
11
8
8
In addition to the contract amount, $251,088.00 (Water: $124,822.00; Sewer: $126,266.00) is required for
project management, real property acquisition, utility coordination, and material testing. This project will
have no impact on the Water Department's operating budget when completed. The sewer component of
the project is part of the Water Department's Sanitary Sewer Overflow Initiative Program.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY),
instead of within the annual budget ordinance, as projects commence, additional funding needs are
identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of
the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program, as
follows:
Funding is budgeted in the Transfer to Water/Sewer account of the Water and Sewer operating budget for
the purpose of funding the Vickery Boulevard Water and Sanitary Sewer Replacements project within the
Water & Sewer Capital Projects Fund.
FY2025 — Water PAYGO Appropriations per City Ordinance 27107-09-2024
FY2025
Amended
FY2025
PayGo
Original
(includes any
Adopted
council actions
PayGo
subsequent to
budget
adoption)
YTD PayGo
Approved This M&C
for/Moved to
Capital Projects
FY2025
Remaining
PayGo
Balance
$92,597,771.00,1$151,458,196.00�l($83,882,377.00)�l($806,352.00)1$66,769,467.00
Note: There may be other pending actions or recently approved actions that are not reflected in the table
due to timing.
Appropriations for the Vickery Boulevard Water and Sanitary Sewer Replacements project are as depicted
below:
Fund Existing
Appropriations
W&S Capital
Projects Fund $0.00
56002
Additional Project
Appropriations Total*
$806,352.00 $806,352.00
Project Total 11 $0.00�1 $806,352.001$806,352.00
*Numbers rounded for presentation purposes.
The project is located in COUNCIL DISTRICTS 8 &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 Vickery Blvd W/SS Repl project to support the
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)
Fund Department Account Project Program ctivity Budget Reference # Amount
ID ID 1 Year (Chartfield 2)
CERTIFICATIONS:
Submitted for Citv Manager's Office by: Jesica McEachern (5804)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: Parvathi Sreekumaran (7803)
ATTACHMENTS
1. 1295.pdf (CFW Internal)
2. 25-106069 Compliance Memo Final-CC.pdf (CFW Internal)
3. 60WSSRVICKERY-WESTWOOD funds avail.docx (CFW Internal)
4. 60WSSRVICKERY-WESTWOOD- FID Table (WCF 05.28.25).xlsx (CFW Internal)
5.60WSSRVICKERY-WESTWOODR(rev).pdf (Public)
6. ORD.APP60WSSRVICKERY-WESTWOOD 56002 A025(r2).docx (Public)
7. PBS CPN 106069.pdf (CFW Internal)
8. SAM.gov search Westwood.pdf (CFW Internal)
60WSSRVICKERY-WESTWOOD FID Table
2 56002 0600430 106069 2025 $516,936.00
2 56002 0700430 4956001 106069 2025 $289,416.00
2 56002 0700430 106069 2025 $289,416.00
2
56001
0609020
5956001
$516,936.00
2
56002
0600430
4956001 106069 001730 9999
($516,936.00)
2
56001
0709020
5956001
$289,416.00
2
56002
0700430
4956001 106069 001730 9999
($289,416.00)
2
56002
0600430
4956001
106069
001730
9999
($516,936.00)
2
56002
0600430
5110101
106069
001730
9999
$40,982.00
Water Staff Cost
2
56002
0600430
5550102
106069
001730
9999
$4,000.00
Public Outreach
1
56002
0600430
5330500
106069
001730
9999
$392,113.50
Contract
2
56002
0600430
5310350
106069
001770
9999
$3,000.00
Utility Coordination
2
56002
0600430
5330500
106069
001784
9999
$61,472.00
Soil Lab Consultant
2
56002
0600430
5310350
106069
001784
9999
$15,368.00
Soil Lab TPW Staff
unding
2
56002
0700430
4956001
106069
001730
9999
($289,416.00)
2
56002
0700430
5110101
106069
001730
9999
$25,266.00
Water Staff Cost
1
56002
0700430
5330500
106069
001730
9999
$163,149.50
Contract
2
56002
0700430
5710010
106069
001740
9999
$70,000.00
Easement Acquisition
2
56002
0700430
5110101
106069
001740
9999
$10,000.00
Easement Acquisition
2
56002
0700430
5330500
106069
001740
9999
$10,000.00
Easement Acquisition
2
56002
0700430
5740010
106069
001780
9999
$10,000.00
Easement Acquisition
2
56002
0700430
5310350
106069
001770
9999
$1,000.00
Utility Coordination
56002
2060000
106069
RETAIN
Retainage Combo Code
�I
$0.50
Roundin
Input Engmeerng Fee & soft Cost Water (Row 58)
Input Engineering Fee & soft Cost Sewer (Row 58)
Input Engineering Fee & soft Cost Water (Row 58)
Input Engmeermg Fee & soft Cost Sewer (Row 58)