HomeMy WebLinkAboutContract 63890CSC No. 63890
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 TranSystems Corporation dba TranSystems Corporation Consultants, Inc.,
authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described
as: Water and Wastewater Replacement Contract 2023, WSM-T — Project No. 105386.
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 $648,847.00 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 Water & Wastewater Repl Contract 2023 WSM-T
Standard Agreement for Engineering Related Design Services 105386
Revised Date: 12-08-2023
Page 1 of 15 OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Article IV
Obligations of the Engineer
A. General
The ENGINEER will serve as the CITY's professional engineering
representative under this Agreement, providing professional engineering
consultation and advice and furnishing customary services incidental thereto.
B. Standard of Care
The ENGINEER shall perform its services:
(1) with the professional skill and care ordinarily provided by competent
engineers practicing under the same or similar circumstances and
professional license; and
(2) as expeditiously as is prudent considering the ordinary professional
skill and care of a competent engineer.
C. Designation of Engineer's Personnel
(1) The ENGINEER and CITY shall agree upon the
designation of the ENGINEER's "Project Manager" prior to starting work on
contract.
(2) ENGINEER shall inform CITY in writing of a proposed
change to their designated project manager prior to making the change or
immediately upon receiving notification that the designated project manager
is separating employment with the ENGINEER.
(3) ENGINEER shall provide resumes to the CITY of the
proposed replacement project manager(s), who shall have similar
qualifications and experience as the outgoing person, for review and
approval.
D. Subsurface Investigations
(1) The ENGINEER shall advise the CITY with regard to the necessity for
subcontract work such as special surveys, tests, test borings, or other
subsurface investigations in connection with design and engineering
work to be performed hereunder. The ENGINEER shall also advise the
CITY concerning the results of same. Such surveys, tests, and
investigations shall be furnished by the CITY, unless otherwise
specified in Attachment A.
City of Fort Worth, Texas Water & Wastewater Repl Contract 2023 WSM-T
Standard Agreement for Engineering Related Design Services 105386
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 Water & Wastewater Repl Contract 2023 WSM-T
Standard Agreement for Engineering Related Design Services 105386
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 Water & Wastewater Repl Contract 2023 WSM-T
Standard Agreement for Engineering Related Design Services 105386
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 Water & Wastewater Repl Contract 2023 WSM-T
Standard Agreement for Engineering Related Design Services 105386
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 Water & Wastewater Repl Contract 2023 WSM-T
Standard Agreement for Engineering Related Design Services 105386
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 Water & Wastewater Repl Contract 2023 WSM-T
Standard Agreement for Engineering Related Design Services 105386
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 Water & Wastewater Repl Contract 2023 WSM-T
Standard Agreement for Engineering Related Design Services 105386
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 Water & Wastewater Repl Contract 2023 WSM-T
Standard Agreement for Engineering Related Design Services 105386
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 Water & Wastewater Repl Contract 2023 WSM-T
Standard Agreement for Engineering Related Design Services 105386
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 Water & Wastewater Repl Contract 2023 WSM-T
Standard Agreement for Engineering Related Design Services 105386
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 Water & Wastewater Repl Contract 2023 WSM-T
Standard Agreement for Engineering Related Design Services 105386
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 Water & Wastewater Repl Contract 2023 WSM-T
Standard Agreement for Engineering Related Design Services 105386
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 Water & Wastewater Repl Contract 2023 WSM-T
Standard Agreement for Engineering Related Design Services 105386
Revised Date: 12-08-2023
Page 14 of 15
Duly executed by each party's designated representative to be effective on the date
subscribed by the City's designated Assistant City Manager.
BY:
CITY OF FORT WORTH
Jesica McEachern
Assistant City Manager
08/29/2025
Date:
oon�
FORT °Ila
aoF°°°
per° d
ATTEST: PVo °=p
aQb TEo p5ao
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
By: Gopher Harder (A 21, 202511:16:0 CDT)
Christopher Harder, P.E.
Director, Water Department
APPROVED AS TO FORM AND LEGALITY
wzoe—
By: Douglas Black (Aug 27, 2025 10:31:32 CDT)
Douglas W Black
Sr. Assistant City Attorney
Contract Compliance Manager:
BY:
ENGINEER
TransSystems Corporation dba
TranSystems Corporation Consultants
(thad Gartner, P.E.
Senior Vice President
Date: 08-19-2025
M&C No.: 25-0730
M&C Date: Auqust 12t", 2025
Form 1295 No.: 2025-1312203
By signing, I acknowledge that I am the person responsible for the monitoring and
administration of this contract, including ensuring all performance and reporting
requirements.
08/19/2025
Parvathi Sreekumaran Unnithan, P.E.
Project Manager
City of Fort Worth, Texas Water & Wastewater Repl Contract 2023 WSM-T
Standard Agreement for Engineering Related Design Services 105386
Revised Date: 12-08-2023
Page 15 of 15
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.: 105386
ATTACHMENT A
Scope for Enqineerinq Desiqn Related Services for Water and/or Sanitary Sewer
Improvements
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.: 105386
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.
CITY OF FORT WORTH WATER DEPARTMENT
WATER AND SANITARY SEWER REPLACEMENT
Street
CD From Scope Water LF Prop. Water
Main/Lat.
Sewer LF
Prop. Sewer
To Size
Size:
Cullen St
9 N University Dr Water/Sewer 4,000 8" & 12"
L-4323
517
8"
FWWR Crossing
L-7086
401
12"
L-7085
144
8"
N Foch St
9 White Settlement Rd Water/Sewer 1,280 12"
L-3245
915
12"
Shamrock Ave
L-3413
317
8"
Shamrock Ave 9 N University Dr Water/Sewer 2,480 8"
L-3244
2,701
12"
N Rupert St
Shotts St
9 N University Dr Water/Sewer 700 8"
L-4141
521
8"
N Wimberly St
Tillar St
9 N Foch St Water/Sewer 2,600 8"
L-3949
504
8"
N Rupert St
L-6122
341
8"
L-3245
1,107
8"
Wimberly St 9 Shotts St Water 350 8"
Tillar St
N Rupert St
9 White Settlement Rd Sewer
L-2596
966
12"
Shamrock Ave
L-7086
461
12" & 8"
N Vacek St
9 Tillar St Sewer
L-3245
235
8"
Cullen St
Easement
9 N Vacek St Sewer
L-3245
462
8"
N Rupert St
L-5642
857
12"
Easement
9 Cullen St Sewer
L-2596B
363
8"
Rupert St
L-2596
101
12"
Easement
9 N Wimberly St Sewer
L-5254
452
8"
N Foch St
L-3247
506
8"
TOTAL Water 11,410 LF
TOTAL SS
11,871 LF
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT
2023, WSM-T
CITY PROJECT NO.:105386
WORK TO BE PERFORMED
Task 1. Design Management
Task 2. Conceptual Design
Task 3. Preliminary Design
Task 4. Final Design
Task 5. Bid Phase Services
Task 6. Construction Phase Services
Task 7. ROW/Easement Services
Task 8. Survey and Subsurface Utility Engineering Services
Task 9. Plan Submittal Checklists
Task 10. Permitting
TASK 1. DESIGN MANAGEMENT.
ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and
resources.
ENGINEER shall manage change,
■ communicate effectively,
■ coordinate internally and externally as needed, and
■ proactively address issues with the CITY's Project Manager and others as
necessary to make progress on the work.
1.1. Managing the Team
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting
• Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Conduct review meetings with the CITY at the end of each design phase
• Prepare invoices and submit monthly in the format requested by the CITY.
• Prepare and submit monthly progress reports in the format provided by the Water
Department.
• Prepare and submit baseline Project Schedule initially, and Project Schedule updates
with a schedule narrative monthly, as required in Attachment D to this Standard
Agreement and according to the City of Fort Worth's Schedule Guidance Document.
• Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at
the end of the project
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
• 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.
1.3. Coordination with Nearby Developer
• Coordinate with developer of the Fort Worth Westside development located at White
Settlement Road and University Drive, as necessary, for the design of the proposed
infrastructure, and provide and obtain information needed to prepare the design.
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
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,
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
■ Present (through the defined deliverables) these alternatives to the CITY
■ Recommend the alternatives that successfully addresses the design problem, and
■ Obtain the CITY's endorsement of this concept.
ENGINEER will develop the conceptual design of the infrastructure as follows.
2.1. Data Collection
• In addition to data obtained from the CITY, ENGINEER will research proposed
improvements in conjunction with any other planned future improvements that
may influence the project.
• The ENGINEER will also identify and seek to obtain data for existing conditions
that may impact the project including but not limited to; utilities, agencies (TxDOT
and railroads), City Master Plans, and property ownership as available from the
Tax Assessor's office.
• The data collection efforts will also include conducting special coordination
meetings with affected property owners and businesses as necessary to develop
sewer re-routing plans.
• The ENGINEER shall visit the project site and obtain the meter numbers and sizes
on all existing meters to be replaced on the project and shall identify existing
sample stations and fire line locations.
2.2. Geotechnical Investigations
• ENGINEER shall advise the CITY of test borings and other subsurface
investigations that may be needed for the project. If the CITY determines that
such borings or investigations are needed, then the ENGINEER shall work with
the CITY and CITY's geotechnical consultant to draw up specifications for such
testing program. The cost of such testing will be paid for by the CITY.
2.3. Fire Line Reconnection
2.4. The Conceptual Design Package shall include the following:
• Cover Sheet
• Conceptual plan and profile sheets showing existing and proposed horizontal
alignments, existing and proposed ROW, existing and proposed vertical
alignments (Profiles), City owned and franchise utilities as determined by the
scoped SUE level of service.
• Proposed phasing of any water and sanitary sewer work that is included in this
project documented in both the project schedule and narrative form.
• Documentation of key design decisions.
• Estimates of probable construction cost.
ASSUMPTIONS
• 0 Geotechnical borings are expected for this project.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 4 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
• 2 copies of the conceptual design package (30% design) will be delivered..
Drawings will be 11 "x17" size.
• PDF files created from design CAD drawings 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
B. CIP Process Coordination Checklist
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
East end of radius at the Southeast corner of North Side Drive and North Main
Street).
• Overall voiect 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 and/or sanitary sewer abandonment sheet.
• Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc.,
in the same coordinate system as the Control Points.
• Bench marks per 1,000 ft of plan/profile sheet — two or more.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 5 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T CITY
PROJECT NO.:105386
• Bearings given on all proposed centerlines, or baselines.
• Station equations relating utilities to paving, when appropriate.
Plan and profile sheets which show the following: proposed water and/or sanitary
sewer plan/profile and recommended pipe size, fire hydrants, water service lines
and meter boxes, gate valves, isolation valves, manholes, existing meter
numbers and sizes that are to be replaced, existing sample locations, existing fire
line locations, existing utilities and utility easements, and all pertinent information
needed to construct the project. Legal description (Lot Nos., Block Nos., and
Addition Names) along with property ownership shall be provided on the plan
view.
The ENGINEER shall make provisions for reconnecting all identifiable water and/or
wastewater service lines which connect directly to any main being replaced,
including replacement of existing service lines within City right-of-way or utility
easement. When the existing alignment of a water and sanitary sewer main or
lateral is changed, provisions will be made in the final plans and/or specifications
by the ENGINEER to relocate all service lines which are connected to the existing
main and connect said service lines to the relocated main.
The following shall be applicable at all locations where it is necessary to relocate or
reroute the existing private sanitary sewer service line due to the abandonment or
realignment of the existing public sanitary sewer lateral or main: The CITY shall
furnish the ENGINEER with a sample format of how the sewer service line
reroute/relocation should be designed and submitted for construction. During
design survey, if a rod can be inserted through the cleanout to the bottom of the
service line, the ENGINEER will obtain the flow line elevation and design the
service line prior to advertising the project for bid. If the service flow line
information cannot be obtained during design survey, the ENGINEER shall delay
the design of the sewer service line until after a Quality Level A Subsurface Utility
Engineering (SUE investigation has been performed). The Level A SUE will be
performed; (1) by the ENGINEER if included in the fee proposal; or (2) by the CITY
prior to bidding if the CITY determines that it is needed for satisfactory completion
of the design; or (3) by the Contractor after the project has been bid, by means of a
bid item to that effect. In all options, the ENGINEER shall propose appropriate de -
hole locations in the project and collect flow line elevation and other applicable
information of the sewer service line. The ENGINEER shall use this information to
provide the design for the sanitary sewer service line to be rerouted or relocated.
• Provide map showing location of new manhole construction at the end of existing
sewer segments, 90 degree bends, or tee connections. Site survey or specific
design plans for manhole construction is not included as part of the scope. The
contract documents shall specify that it is the Contractor's responsibility to
coordinate utility location, etc. manhole construction.
• The ENGINEER will prepare standard and special detail sheets for waterline
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,
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 6 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
waterline relocations, details unique to the construction of the project, trenchless
details, and special service lateral reconnections.
3.2. Geotechnical Investigation (NOT INCLUDED IN SCOPE)
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 individual PDF files for each plan sheet 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.
3.5. Traffic Control Plan
• Develop a traffic control plan utilizing standard traffic reroute configurations
posted as "Typicals" on the CITY's Project Resource website. The typicals need
not be sealed individually, if included in the sealed contract documents.
• Develop supplemental traffic control drawings as needed for review and approval
by the Traffic Division of the Transportation and Public Works Department.
These drawings shall be sealed by a professional engineer registered in the
State of Texas.
ASSUMPTIONS
• 0 public meeting(s) will be conducted or attended during the preliminary
design phase.
• 0 borings at an average bore depth of 0 feet each will be provided.
• Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an
additional 0 project specific traffic control sheets will be developed for
• 0 sets of 11 "x17" size plans will be delivered for the Constructability
Review.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 7 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT COINTRACT 2023, WSM-T
CITY PROJECT N0.:105386
• 2 sets of 11 "x17" size plans will be delivered for the Preliminary Design
(60% design).
• 1 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.
• 4 sets of 11 "x17" 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. Utility Clearance drawings
C. Traffic Control Plan
D. Storm Water Pollution Prevention Plan
E. Estimates of probable construction cost
F. Data Base listing names and addresses of residents and businesses affected by
the project.
G. CIP Process Coordination Checklist
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:
• Storm Water Pollution Prevention Plan (SWPPP) and preparation of the iSWM
Construction Plan according to the current CITY iSWM Criteria Manual for Site
Development and Construction are not included in this scope.
• Draft Final plans (90%) and specifications shall be submitted to CITY per the approved
Project Schedule.
• Following a 90% construction plan review meeting with the CITY, the ENGINEER shall
submit Construction Documents (100%) to the CITY per the approved Project Schedule.
Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in
State of Texas.
• The ENGINEER shall submit a final design estimate of probable construction cost with
both the 90% and 100% design packages. This estimate shall use ONLY standard CITY
bid items.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 8 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
ASSUMPTIONS
• 2 sets of 11 "x17" 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.
• 2 sets of 11 "x17" size drawings and 1 specifications will be delivered for the
100% Design package.
• A PDF file for the 100% Design will be created from design CAD drawings and will be
uploaded to the project folder in Trimble 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.
D. Original cover mylar for the signatures of authorized CITY officials.
E. CIP Process Coordination Checklist (90%)
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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 9 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
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.
• Attend the bid opening in support of the CITY.
• Tabulate and review all bids received for the construction project, assist the CITY
in evaluating bids, and recommend award of the contract. A copy of the Bid
Tabulation is to be uploaded into the project's Bid Results folder on Trimble Unity
Construct.
• 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). There shall be one (1) PDF file for the TPW plan set
and a separate PDF file for the Water plan set. Each PDF file shall be created
from the original CAD drawing files and shall contain all associated sheets of the
particular plan set. Sinqular PDF files for each sheet of a plan set will not be
accepted. PDF files shall conform to naming conventions as follows:
I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_org" designating the file is
of an original plan set, "47" shall be the total number of sheets in this file.
Example: W-0053_org3.pdf and K-0320_org5.pdf
II. Water and Sewer file name example — "X-35667_org36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "_org"
designating the file is of an original plan set, "36" shall be the total number
of sheets in this file.
Example: X-12755_org18.pdf
PDF files shall be uploaded to the project's Final Drawing folder in Buzzsaw.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 10 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
2) In addition to the PDF files, the ENGINEER shall submit each plan sheet as an
individual DWG file with all reference files integrated into the sheet. If the plans
were prepared in DGN format, they shall be converted to DWG prior to uploading.
The naming convention to be used for the DWG files shall be as follows:
I. TPW files shall use the W number as for PDF and DWF files, but shall
include the sheet number in the name — "W-1956—SHT01.dwg", "W-
1956—SHT02.dwg", etc.
II. Water and Sewer file names shall use the X number as for PDF and
DWF files, but shall include the sheet number in the name — "X-
12155_SHT01.dwg", "X-12755_SHT02.dwg", etc.
For information on the proper manner to submit files and to obtain a file number for
the project, contact the Department of Transportation and Public Works Vault at
telephone number (817) 392-8426. File numbers will not be issued to a project
unless the appropriate project numbers and fund codes have been assigned and
are in the Department of Transportation and Public Works database.
ASSUMPTIONS
The project will be bid only once and awarded to one contractor.
• 5 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.
• 3 sets of 11 "x17" size and 5 sets of 22"x34" size drawings
plans and 3 specifications (conformed, if applicable) will be delivered to the
CITY.
• PDF and DWG 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.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 11 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
• After the pre -construction conference, the ENGINEER shall provide project
exhibits and attend public meeting to help explain the proposed project to
residents. The CITY shall select a suitable location and mail the invitation letters
to the affected customers.
• The ENGINEER shall visit the project site at requested intervals as construction
proceeds to observe and report on progress.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, review change orders, and make
recommendations as to the acceptability of the work.
• The ENGINEER shall review lab results for inspections and densities and
compare with the contract specifications to confirm conformance and
acceptability.
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.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 12 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
• Record Drawings shall also be submitted in Adobe Acrobat PDF format (version
6.0 or higher). There shall be one (1) PDF file for the TPW plan set and a
separate PDF file for the Water plan set. Each PDF file shall contain all
associated sheets of the particular plan set. Sinaular PDF files for each sheet
of a plan set will not be accepted. PDF files shall conform to naming
conventions as follows:
I. TPW file name example — "W-1956_rec47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_rec" designating the file is
of a record drawing plan set, "47" shall be the total number of sheets in this
file.
Example: W-0053_rec3.pdf and K-0320_org5.pdf
II. Water and Sewer file name example — "X-35667_rec36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "_rec"
designating the file is of a record drawing plan set, "36" shall be the total
number of sheets in this file.
Example: X-12755_rec18.pdf
PDF files shall be uploaded to the project's Record Drawings folder in Trimble Unity
Construct.
ASSUMPTIONS
• 3 RFI's are assumed.
• 2 Change Orders are assumed
• 0 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 (Not Included)
E. Final Punch List items
F. Record Drawings in PDF format
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.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 13 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
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
• 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.
• 25 Temporary right -of -entry documents will be necessary.
Right -of -Way research and mapping includes review of property/right-of-way records
based on current internet based Tarrant Appraisal District (TAD) information available at the
start of the project and available on -ground property information (i.e. iron rods, fences,
stakes, etc.). It does not include effort for chain of title research, parent track research,
additional research for easements not included in the TAD, right-of-way takings, easement
vacations and abandonments, right-of-way vacations, and street closures.
DELIVERABLES
A. Easement exhibits and meets and bounds provided on CITY forms.
B. Temporary Right of Entry Letters
TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
ENGINEER will provide survey support as follows.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 14 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
8.1. Design Survey
ENGINEER will perform field surveys to collect horizontal and vertical elevations and
other information needed by ENGINEER in design and preparation of plans for the project.
Information gathered during the survey shall include topographic data, elevations of all
sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities,
structures, trees (measure caliper, identify overall canopy, and have qualified arborist
identify species of trees), and other features relevant to the final plan sheets. Existing
drainage at intersections will be verified by field surveys. Spot elevations will be shown on
intersection layouts with cross slope to fit intersecting grade lines.
• The minimum survey information to be provided on the plans shall include the following:
A Project Control Sheet, showing ALL Control Points, used or set while gathering data.
Generally on a scale of not less than 1:400:
— The following information about each Control Point;
a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing
base. Z coordinate on CITY Datum only.
C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of
North Side Drive at the East end of radius at the Southeast corner of North Side Drive and
North Main Street).
— Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate
system, as the Control.
— No less than two horizontal bench marks, per line or location.
— Bearings given on all proposed centerlines, or baselines.
— Station equations relating utilities to paving, when appropriate.
8.2. Temporary Right of Entry Preparation and Submittal
• Prior to entering property, the ENGINEER shall prepare and submit Temporary Right of
Entry for landowners to CITY PM.
• The documentation shall be provided in conformance with the checklists and templates
available on the CITY's Trimble Unity Construct or Project Resource site.
8.3. Subsurface Utility Engineering (NOT INCLUDED IN SCOPE)
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 15 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
Provide Subsurface Utility Engineering (SUE) to Quality Level D, C, 8, and A, as
described below. The SUE shall be performed in accordance with Cl/ASCE 38-02.
Qualitv Level D
• Conduct appropriate investigations (e.g., owner records, County/CITY records,
personal interviews, visual inspections, etc.), to help identify utility owners that
may have facilities within the project limits or that may be affected by the project.
• Collect applicable records (e.g., utility owner base maps, "as built' or record
drawings, permit records, field notes, geographic information system data, oral
histories, etc.) on the existence and approximate location of existing involved
utilities.
• Review records for: evidence or indication of additional available records;
duplicate or conflicting information; need for clarification.
• Develop SUE plan sheets and transfer information on all involved utilities to
appropriate design plan sheets, electronic files, and/or other documents as
required. Exercise professional judgment to resolve conflicting information. For
information depicted, indicate: utility type and ownership; date of depiction;
quality level(s); end points of any utility data; line status (e.g., active, abandoned,
out of service); line size and condition; number of jointly buried cables; and
encasement.
Qualitv Level C (includes tasks as described for Qualitv Level D)
• Identify surface features, from project topographic data and from field
observations, that are surface appurtenances of subsurface utilities.
• Include survey and correlation of aerial or ground -mounted utility facilities in
Quality Level C tasks.
• Survey surface features of subsurface utility facilities or systems, if such features
have not already been surveyed by a professional surveyor. If previously
surveyed, check survey data for accuracy and completeness.
• The survey shall also include (in addition to subsurface utility features visible at
the ground surface): determination of invert elevations of any manholes and
vaults; sketches showing interior dimensions and line connections of such
manholes and vaults; any surface markings denoting subsurface utilities,
furnished by utility owners for design purposes.
• Exercise professional judgment to correlate data from different sources, and to
resolve conflicting information.
• Update (or prepare) plan sheets, electronic files, and/or other documents to
reflect the integration of Quality Level D and Quality Level C information.
• Recommend follow-up investigations (e.g., additional surveys, consultation with
utility owners, etc.) as may be needed to further resolve discrepancies.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 16 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REEPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
• Provide Quality Level C to identify overhead utilities on the project and provide
the overhead utility information on the SUE plan sheets.
Level B (includes tasks as described for Quality Level C)(Not in Scope)
• Select and apply appropriate surface geophysical method(s) to search for and
detect subsurface utilities within the project limits, and/or to trace a particular
utility line or system.
• Based on an interpretation of data, mark the indications of utilities on the ground
surface for subsequent survey. Utilize paint or other method acceptable for
marking of lines.
• Unless otherwise directed, mark centerline of single -conduit lines, and outside
edges of multi -conduit systems.
• Resolve differences between designated utilities and utility records and surveyed
appurtenances.
• Recommend additional measures to resolve differences if they still exist.
Recommendations may include additional or different surface geophysical
methods, exploratory excavation, or upgrade to Quality Level A data.
• As an alternative to the physical marking of lines, the ENGINEER may, with
CITY's approval, utilize other means of data collection, storage, retrieval, and
reduction, that enables the correlation of surface geophysical data to the project's
survey control.
Level A (Not in Scope)
• Expose and locate utilities at specific locations.
• Tie horizontal and vertical location of utility to survey control.
• Provide utility size and configuration.
• Provide paving thickness and type, where applicable.
• Provide general soil type and site conditions and such other pertinent information
as is reasonably ascertainable from each test hole site.
ASSUMPTIONS
Scope includes Level C/D only. Level A and B SUE not included in scope and fee.
DELIVERABLES
A. Drawing of the project layout with dimensions and coordinate list.
B. SUE plan drawings sealed by a professional engineer registered in the State of
Texas.
ASSUMPTIONS
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 17 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
• Topographic survey at intersection will include no more than 50 ft. in each direction.
DELIVERABLES
C. Copies of field survey data and notes signed and sealed by a licensed surveyor.
D. 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 CHEC <LIST REQUIREMENTS
Traffic
Traffic
Traffic
Street
Water
Control
Control
Control
"A"
Traffic
Storm
Storm
Lights
/Sewera
Traffic
30%
60%
90%
Attachment
Signal
Water
ate
Water
(Submit
(30%,
Engineering
Type
(Submit All
60%
All @
60%,
(Submit All
@ 30%)
30%
90%)
@ 60%)
Required for all work
in City
ROW
Street
X
X
X
X
X.
X
X
X
X
Storm Water
X
X
X
X
X
Water / Sewer
X
X
X
X
*If included in street project
TASK 10. PERMITTING.
ENGINEER will provide permitting support for the CITY to obtain any and all agreements
and/or permits normally required for a project of this size and type, as follows:
10.1. Railroad Permit
• Meet, negotiate and coordinate to obtain approval of the agency issuing the
agreement and/or permits.
• Completing all forms/applications necessary.
• Submitting forms/applications for CITY review
• Submitting revised forms for agency review
• Responding to agency comments and requests
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 18 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
ASSUMPTIONS
• Permit preparation will begin after approval of the Conceptual Design.
DELIVERABLES
A. Copies of Permit Applications
B. Copies of Approved Permits
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existing Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
• Negotiation of easements or property acquisition including temporary right -of -entries.
• Services related to development of the CITY's project financing and/or budget.
• Services related to disputes over pre -qualification, bid protests, bid rejection and re-
bidding of the contract for construction.
• Construction management and inspection services
• Periodic site visits during construction phase
• Design phase public meetings
• 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 submitting for permits (ie.TxDOT, etc...)
• Services related to Subsurface Utility Engineering Levels A, B, C or D
• Services related to Survey Construction Staking
• Services related to acquiring real property including but not limited to easements,
right-of-way, and/or temporary right -of -entries.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 19 of 20
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND WASTEWATER REPLACEMENT CONTRACT 2023, WSM-T
CITY PROJECT NO.:105386
• Services to support, prepare, document, bring, defend, or assist in litigation undertaken
or defended by the CITY.
Construction Shop drawing review, samples and other submittals submitted by the
contractor.
• Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 20 of 20
ATTACHMENT B
COMPENSATION
Design Services for
Water & Wastewater Replacement Contract 2023, WSM-T
City Project No. 105386
Lump Sum Project
Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $648,847.00 as
summarized in Exhibit B-1 — Engineer Invoice and Section IV — Summary of Total
Project Fees. The total lump sum fee shall be considered full compensation for
the services described in Attachment A, including all labor materials, supplies, and
equipment necessary to deliver the services.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-1, Progress Reports as required in item III. of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Water Department monthly progress reports and schedules in the format required
by the City.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 1 of 3
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility
Prime Consultant
TranSystems Design
Proposed MWBE Sub -Consultants
Gorrondona & Survey
Associates
Non-MWBE Consultants
TBD ROW Easements
Project Number & Name
Water & Wastewater Replacement
Contract 2023, WSM-T
City MWBE Goal = 12%
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 2 of 3
Fee Amount
%
$545,022.00
84%
$79,825.00
12%
$24,000.00
TOTAL $648,847.00
4%
100%
Total Fee MWBE Fee MWBE %
$648,847.00 $79,825.00 12%
Consultant Committed Goal =12 %
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 3 of 3
LMI
Professional Services Invoice Project Manager: IParvathi Sreekumaran Unnithan, P.1 Summary
Project: iWater and Wastewater Replacement Contract 2023, WSM-T
City Project #: 1105386 1
City Sec Number: supplier Instructions:
Fill in green cells including Invoice Number, From and To Dates and the included worksheets.
TranSystems Corporation dba TranSystems
Company Name: 1corporation Consultants
Suppliers PM: Brent Shimanek, PE
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
email:
Office Address
Telephone:
Fax:
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
r1eshirnanek(a),GFTinc.corn West 7th St, Suite 1100, Fort We
-339-8950
-549-7524
-th, TX 76102
Remit Add ress:1 TranSystems Corporation, PO Box 71368, Chicago, IL 60694-1368
Sheet FID and Work Type Description
Water Design Water Design
Sanitary Sewer Design Sanitary Sewer Design
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Totals This Invoice
Agreement LTD
Agreement Amendment
Amount to Completed Percent ($) Invoiced Current
Amount Amount
Date Amount Spent Previously Invoice
$326,716.00
$326,716.00
$322,131.00
$322,131.00
Overall Percentage Spent:
Remaining
Balance
$326,716.00
$322,131.00
Professional Services Invoice Project Manager: P—athi Sreekumaran Unnithan, P.E
Project: Water and Wastewater Replacement Contract 2023, WSM-T
City Project #: 105386
Work Type Desc: lWater Design Supplier Instructions:
FID:
City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Ouanities
Purchase Order: When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
TranSystems Corporation dba
Company Name: TranSystems Corporation Consultants
Supplier's PM: Brent Shimanek, PE
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Pay Items
Description
30 - Design
email: beshimanek@GFTinc.com
Office Address: 500 West 7th St, Suite 1100, Fort Worth, TX 76102
Telephone: 817-339-8950
Fax: 817-549-7524
Remit
Water Design
Totals This Unit:
TranSystems Corporation, PO Box 71368, Chicago, IL 60694-1368
Agreement LTD
Agreement Amendment Amendment Amount to Completed
Amount Number Amount Date Amount
$326,716.00 $326,716.00
$326,716.00
$326,716.00
Overall Percentage Spent:
Percent ($) Invoiced
Spent Previously
Current
Invoice
Remaining
Balance
$326,716.00
$326,716.00
Professional Services Invoice Project Manager: Parvathi Sreekumaran Unnithan, RE
Project: Water and Wastewater Replacement Contract 2023, WSM-T
City Project #: 105386
Work Type Desc: Wastewater Desi n Supplier Instructions:
FID:
City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Quanities
Purchase Order: When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
TranSystems Corporation dba
Company Name: TranSystems Comoration Consultants
Supplier's PM: Brent Shimanek, PE
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Pay Items
30 - Design
Description
email: beshimanek@GFTinc.com
Office Addres8:500 West 7th St, Suite 1100, Fort Worth, TX 76102
Telephone: 817-339-89 50
Fax: 817-549-7524
Remit TranSystems Corporation, PO Box 71368, Chicago, IL 60694-1368
Sanitary Sewer Design
Totals This Unit:
Agreement LTD
Agreement Amendment Amendment Amount to Completed
Amount Number Amount Date Amount
$322,131.00 $322,131.00
$322,131.00 $322,131.00
Overall Percentage Spent:
Percent ($) Invoiced
Spent Previously
Current Remaining
Invoice Balance
$322,131.00
$322,131.00
EXHIBIT B-2
Level of Effort Spreadsheet
TASKMOUR BREAKDOWN
Design Services for
Water and
Wastewater Replacement Contract
2023, WSM-T
City Project No. 105386
Let or (hours)
Expense
Task No.
Task Description
Principal
Project
Project
EIT
CADD
RPLS Survey Survey Administrative
Total Labor
Subconsultant
Total Expense
Task Sub Total
ManagQer
Engineer
Tech Crew
Cost
Travel
Reproduction Cost
Rate
$380
$220
$155
$120
$140
$165 $110 $168
$110
MWBE
Non-MWBE 10% Sub Markup
1.0
Project Manarment
60
57
39
0
0
0 0 0
30
$44,6gS $0
$0
$0
$0
$0 $0
$44,685
1.1
Managin-q the Team
$0
$0
Design birection, QA/QC, Task Management and
1.1.2
Internal meetings
60I
$22,800
$0
$0
$22,800
1.2
Communications and Reporting
$0
$0
1.2.1
Pre -Design Coordination Meeting
4
4
$1,500
$0
$0
$1,500
1.2.2
Design Submittal Review Meetings (4)
4
4
$1,500
$0
$0
$1,500
1.2.3
Prepare Baseline Schedule
$1,12.
$0
$0
$1,125
Prepare Monthly Progress Reports with Schedule
1.2.4
(15)
6
12
15
$4,830
$0
$0
$4,830
1.2.5
Prepare Monthly MBE/SBE Reports (15)
8
16
$3,410
$0
$0
$3,410
1.3
(Coordination with Nearby Developer I
321
161
$9,520
$0
$0
$9,520
2.0
Conceptual Design (30-Percent)
0
47
84
209
290
0 0 0
0
$88,560 $0
$0
$0
$50
$0 $50
$88,610
2.1
Data Collection
4
46
$5,420
$0
$50
$50
$5,470
2.4
Conceptual Design Package
$0
$0
$0
$0
2.4.1
Cover Sheet
1
2
4
$1,090
$0
$0
$1,090
2.4.2
General Notes
1
2
1
4
$1,210
$0
$0
$1,210
2.4.3
Overall Layouts (Water & Sewer - 2)
1
4
12
$2,520
$0
$0
$2,520
2.4.4
Plan and Profile Sheets Water (5 Sheets)
6
8
30
40
$11,760
$0
$0
$11,760
2.4.5
Plan View Sheets Water (16 Sheets)
1
101
161
40
601
$17,880
$0
$0
$17,880
2.4.6
Plan and Profile Sheets Sewer (36 Sheets;
28
44
84
170
$46,860
$0
$0
$46,860
2.4.7
Construction Estimate
4
10
$1,820
$0
$0
$1,820
3.0
Preliminary Design (60 Percent)
0
181
256
320
530
0 0 0
0
$192,100 $0
$0
$0
$100
$0 $100
$192,200
3.1
Preliminary Design Package
$0
$6
$50
$50
$50
3.1.1
Cover Sheet
1
2
2
$810
$0
$0
$810
3.1.2
General Notes
2
2
$550
$0
$0
$550
3.1.3
Overall Layouts ( Water & Sewer- 2)
2
8
$1,430
$0
$0
$1,430
3.1.4
Plan and Profile Sheets Water (5 Sheets)
16
24
30
36
$15,880
$0
$0
$15,880
3.1.5
Plan View Sheets Water (16 Sheets)
30
401
601
1481
$40,720
$0
$0
$40,720
3.1.6
Plan and Profile Sheets Sewer (36 Sheets;
120
160
190
320
$118,800
$0
$0
$118,800
3.1.7
Traffic Control
2
4
8
$1,910
$0
$0
$1,910
3.1.8
Specifications
6
8
24
$5,440
$0
$0
$5,440
3.1.9
Conggtru ii44n Estimate
4
6
$1,340
$0
$0
$1,340
3.3
Consiruc�ability Rev ew
8
8
$3,000
$0
$50
$50
$3,050
3.4
Utility Clearance
4
4
8
$2,220
$0
$0
$2,220
4.0
Final Des ',
0
67
98
132
225
0 0 0
0
$77,270 $0
$6
$Q
$0
$0 $0
$77,270
Final Draff (90 %) Construction Plans and
4.1.1
Specifications (Water)
18
25
30
55
$19,135
$0
$0
$19,135
Final Draft (90%) Construction Plans and
4.1.2
Specifications JSewerl
27
41
48
90
$30,655
$0
$0
$30,655
4.2.1
Final (100%) Plans and Specifications (Water)
1
8
12
16
321
$10,020
$0
$0
$10,020
4.2.2
Final (100%) Plans and Specifications (Sewer)
12
16
30
481
$15,440
$0
$0
$15,440
4.3
Construction Estimates (90 % and 100%]
21
41
81
1
$2,020
$0
$0
$2,020
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
5.0
Bid Phase
0
7
25
5.1
Bid Support
5.1.1
Upload Documents to E-Builder
1
Sell Contract Documents and Maintain Plan Holders
5.1.2
List (Not Included in Scope)
5.1.3
Issue Addenda (Assumes 2)
1
Q
5.1.4
Attend Pre -Bid Conference
2
2
5.1.5
Attend Bid Opening
2
5.1.6
Tabulate Bids and Recommend Award
2
4
5.2
Issue Conformed Documents
2
12
6.0
Construction Phase Services
0
17
36
6.1
CQQqq��tr c{q,on Supppo��
AHen� 13reonsfruction
6.1.1
Conference (including Full
and Half Size Plans)
2
2
6.1.2
Attend Public Meeting
4
Q
6.1.3
Project Site Visits (assimes 6)
6
6
6.1.4
Request for Information Review (Assumes 3)
1
6
6.1.5
Review Test Lab Results and Provide Reports
10
6.2
Record Drawings/As Built
Q
8
7.0
ROW/Easement Services
0
0
0
7.1
Right -of -Entry Documents
Right-of-Way/Easement Preparation and Submittal
7.2
(Assumes 12)
7.3
emporary Right of Entry Submittal (Assumes 0)
8.0
Surve
0
0
0
8.1
Design"burvey
0
9.0
jPlan Submittal Checklists
0
6
61
9.1
CIP Process Coordination Checklist (30%)
2
21
9.2
CIP Process Coordination Checklist (60%)
1
1 21
21
9.3
ICIP Process Coordination Checklist (90%)
1
1 21
21
10.0
(Permitting
1 04
10
30
10.1
Railroad
10
30
11.0 (Additional Services
Description
Conceptual Design (30%)
Preliminary Design (60%)
Final Design (10%)
Survey
I
Subtotal
Total
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
42
2
8
2
6
24
52
12
20
20
6
0
0
rlsl 66 38611 56d1 7911
I Water Line Footage 11,410 49%
I Sewer Line Footage 23,871 51%
,281 100
(A) Total Fee $648,848
(B) Survey Fee-$79,825
(C) Total Fee (-11survey Fee $569,023
I Water Fee (49% of C) Sewer Fee (51 % of C)
1 $278,821.00 1 $290,201.00
WP Water Sewer
31 $83,646.00 $87,060.00
32 $167,293.00 $174,121.00
33 $27,882.00 $29,020.00
51 $47,895.00 $31,930.00
1$326,716.001$322,131.00
$648,847.00
6 6
6
6
0
$10,456
$0
$6
$6
$0
$0 $0
$10,455
$0
$0
$396
$0
$0
$395
$0
$0
$0
$0
$1,800
$0
$0
$1,800
$750
$0
$0
$750
$550
$0
$0
$550
$1,780
$0
$0
$1,780
$5,180
$0
$0
$5,180
40 0
0
0
0
$21,160
$0
$0
$0
$50
$750 $800
$21,960
$0
$6
$750
$0
$750 $750
$1,500
$1,500
$0
$0
$1,500
$2,250
$0
$50
$50
$2,300
$2,590
$0
$0
$2,590
$3,950
$0
$0
$3,950
40
$10,120
$0
$0
$10,120
6 6
6
6
0
$0
$0
$24,006
$2,406
$0
$0 $26,400
$26,400
$0
$0
$0
$0
$0
$24,000I
$2,400
$26,400
$26,400
$0
$6
$0
$0
0 80
100
120
0
$44,360
$79,825
$0
$7,983
$0
$0 $87,808
$132,168
86
106
126
$44,360
$79,825
$7,983
$87,808
$132,168
0 0
0
0
0
$2,250
$0
$6
$6
$0
$0 $0
$2,250
$750
$0
$750
$750
$0
$750
$750
$0
$0
$750
801 0
0
0
0
$22,850
$0
$0
$0
$0
$0 $0
$22,850
801
$22,850
$0
$0
$22,850
$0
$30,000
6)J$30,000
5 80
100
12
36
$533,69Q
$79,825
$24,000
$10,381
$20d
$75U $115,159
$648,847.50
Project Summary
Total Hours
3,300
Total Labor
$533,690
T$o4t�al Expense
$115,158
Non-VAII Sub consultant
$24,000
10% Sub Mark�p
$10,383
MBE/SBE Participation
12.3%
Total Project Cos41
$648,847.50
ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
Preliminary
City of Fort Worth - Water Department
Water and Sanitary Sewer Replacement Contract 2023, WSM-T
City Project # 105386
Utility Cost Estimate
Prepared by:
TranSystems
8/19/2025
NO Description
Unit
Quantity
Unit Price
Total Cost
Unit 1: Water Improvements
I 1
3311.0461 12" PVC Water Pipe (DR-14)
LF
3280
$ 205.00
$ 672,400.00
1 2
3311.0261 8" PVC Water Ppe (DR-14)
LF
8130
$ 180.00
$ 1,463,400.00
1 3
3311.0161 6" PVC Water Pipe
LF
140
$ 135.00
$ 18,900.00
I 4
3312.3005 12" Gate Valve
EA
6
$ 5,500.00
$ 33,000.00
1 5
3312.3003 8" Gate Valve
EA
13
$ 3,500.00
$ 45,500.00
I 6
3312.3002 6" Gate Valve
EA
14
$ 2,200.00
$ 30,800.00
1 7
3312.0001 Fire Hydrant
EA
14
$ 7,500.00
$ 105,000.00
1 8
3305.0005 12" Waterline Lowering
EA
6
$ 15,000.00
$ 90,000.00
1 9
3201.0131 4' Wide Asphalt Pvmt Repair, Industrial
LF
4000
$ 115.00
$ 460,000.00
1 10
3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial
SY
800
$ 150.00
$ 120,000.00
I 11
3201.0616 Cone Pvmt Repair, Arterial/Industrial
SY
12678
$ 185.00
$ 2,345,388.89
1 12
3213.0403 8" Concrete Driveway
SF
2000
$ 40.00
$ 80,000.00
1 13
3305.0109 Trench Safety
LF
11410
$ 2.00
$ 22,820.00
1 14
3311.0001 Ductile Iron Water Fittings w/ Restraint
TON
15
$ 15,000.00
$ 225,000.00
1 15
3312.2204 2" Private Water Service
LF
15
$ 105.00
$ 1,575.00
1 16
3312.2201 2" Water Service, Meter Reconnection
EA
5
$ 1,000.00
$ 5,000.00
1 17
3312.2203 2" Water Service
EA
5
$ 5,500.00
$ 27,500.00
I 18
3312.2104 1 1/2" Private Water Service
LF
60
$ 85.00
$ 5,100.00
1 19
3312.2101 1 1/2" Water Service, Meter Reconnection
EA
20
$ 750.00
$ 15,000.00
1 20
3312.2103 1 1/2" Water Service
EA
20
$ 4,250.00
$ 85,000.00
I 21
3312.2004 1" Private Water Service
LF
150
$ 60.00
$ 9,000.00
1 22
3312.2001 1" Water Service, Meter Reconnection
EA
50
$ 500.00
$ 25,000.00
I 23
3312.2003 1" Water Service
EA
50
$ 3,500.00
$ 175,000.00
1 24
3312.0117 Connection to Existin��l14"-12" Water Main
EA
10
$ 4,500.00
$ 45,000.00
1 25
3305.0202 Imported EmbedmenUBackfill, CSS
CY
100
$ 135.00
$ 13,500.00
1 26
3305.0203 Imported EmbedmenUBackfill, CLSM
CY
100
$ 210.00
$ 21,000.00
1 27
3305.0207 Imported EmbedmentBackfll, Select Fill
CY
100
$ 50.00
$ 5,000.00
I 28
3291.0100 Topsoil
CY
56
$ 70.00
$ 3,920.00
1 29
3292.0100 Block Sod Placement
SY
500
$ 15.00
$ 7,500.00
1 30
3305.0103 Exploratory Excavation of Existing Utilities
EA
10
$ 1,200.00
$ 12,000.00
1 31
3304.0101 Tempora�V Water Services
LS
1
$ 125,000.00
$ 125,000.00
1 32
0241.1510 Salvage Fire Hydrant
EA
14
$ 1,500.00
$ 21,000.00
I 33
3213.0301 4" Conic Sidewalk
SF
500
$ 20.00
$ 10,000.00
1 34
0241.0100 Remove Sidewalk
SF
500
$ 10.00
$ 5,000.00
I 35
3471.0001 Traffic Control
MO
8
$ 10,000.00
$ 80,000.00
1 36
3125.0101 SWPPP >_ 1 acre
LS
1
$ 20,000.00
$ 20,000.00
1 37
0171.0101 Construction Stakin_9q
LS
1
$ 35,000.00
$ 35,000.00
1 38
0171.0102 As -Built Survey (Redline
LS
1
$ 20,000.00
$ 20,000.00
1 39
I
9999.0000 Construction IIOWance ater)
LS
1
$ 100,000.00
$ 100,000.00
I
Unit 2: Sanitary Sewer Improvements
1 1
3331.4208 12" Sewer Pipe PVC fSDR-26) w/ acceptable backfill
LF
6122
$ 200.00
$ 1,224,300.00
1 2
3331.4115 8" Sewer Pipe PVC (SDR-26) w/ acceptable backfill
LF
5700
$ 180.00
$ 1,025,910.00
I 3
3305.3004 12" Sewer Carrier Pipe (DIP)
LF
50
$ 300.00
$ 15,000.00
1 4
3305.1103 20" Casinq B�Other Than Oppen Cut
LF
50
$ 2,000.00
$ 100,000.00
I 5
3331.3101 4" Sewer Service w/ 2-way cleanout
EA
50
$ 2,500.00
$ 125,000.00
1 6
3331.3201 6" Sewer Service
EA
20
$ 3,000.00
$ 60,000.00
1 7
3339.1001 4' Manhole
EA
35
$ 10,000.00
$ 350,000.00
I 8
3339.1003 4' Extra Depth Manhole
VF
10.0
$ 250.00
$ 2,500.00
1 9
3339.0001 Epoxy Manhole Liner
VF
10.0
$ 550.00
$ 5,500.00
I 10
3201.0131 d Wide Asphalt Pvmt Repair, Industrial
LF
4000
$ 115.00
$ 460,000.00
1 11
3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial
SY
800
$ 150.00
$ 120,000.00
1 12
3201.0616 Cone Pvmt Repair, Arterial/Industrial
SY
13190
$ 185.00
$ 2,440,150.00
1 13
3213.0403 8" Concrete Driveway
SF
2000
$ 40.00
$ 80,000.00
1 14
3301.0001 Pre -CCTV Inspection
LF
11871
$ 10.00
$ 118,710.00
I 15
3301.0002 Post -CCTV Inspection
LF
11871
$ 10.00
$ 118,710.00
1 16
3301.0101 Manhole Vacuum Testing
EA
35
$ 350.00
$ 12,250.00
1 17
3305.0109 Trench Safety
LF
11821
$ 2.00
$ 23,642.00
1 18
3305.0112 Concrete Collar
EA
10
$ 2,000.00
$ 20,000.00
1 19
3305.0202 Imported EmbedmentBackfll, CSS
CY
100
$ 135.00
$ 13,500.00
I 20
3305.0203 Imported EmbedmentBackfll, CLSM
CY
100
$ 210.00
$ 21,000.00
1 21
3305.0207 Imported EmbedmentBackfll, Select Fill
CY
100
$ 50.00
$ 5,000.00
I 22
3291.0100 Topsoil
CY
75
$ 70.00
$ 5,250.00
1 23
3292.0100 Block Sod Placement
SY
667
$ 15.00
$ 10,005.00
1 24
3305.0103 Exploratory Excavation of Existing Utilities
EA
10
$ 1,200.00
$ 12,000.00
1 25
3471.0001 Traffic Control
MO
8
$ 10,000.00
$ 80,000.00
1 26
3125.0101 SWPPP t 1 acre
LS
1
$ 20,000.00
$ 20,000.00
I 27
0171.0101 Construction Staking
LS
1
$ 35,000.00
$ 35,000.00
1 28
0171.0102 As -Built Survey JRedline
LS
1
$ 20,000.00
$ 20,000.00
1 29
�
9999.0000 Construction l owance ( ewer)
LS
1
$ 100,000.00
$ 100,000.00 1
Sub -Total $ 13,207,730.89
30% Contingency $ 3,962,319.27
Total $ 17,170,050.16
Since ENGINEER has no control over the cost of labor, materials, equipment or services furnished by others, or over the Contractor(s)
methods of determining prices, or over competitive bidding or market conditions, ENGINEER's opinions of probable Total project Costs and
Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best
judgment as an experienced and qualified professional engineer, familiar with the construction industry; but ENGINEER cannot and does not
guarantee that proposals, bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by
ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an
independent cost estimator.
P:\projects\FW-202\Projects_2024\B202240037 - CFW W&S WSM-T CPN 105386\Contract Proposal Docs\WSM-T Cost Estimate - Pre-Design.xis
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Water and Wastewater Replacement Contract 2023, WSM-T
City Project No. 105386
None
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of 1
Water and Wastewater Replacements Contract 2023, WSM-T ATTACHMENT D
ID
Task
Task Name
Duration
Start
Finish
Mode
1
Design
755 days
Tue 7/1/25
Mon 5/22/28
2
W4
1.0 Project Management
455 days
Tue 7/1/25
Mon 3/29/27
3
W
2.0 Conceptual Design (30%)
70 days
Tue 8/26/25
Mon 12/1/25
4
W
City Review
25 days
Tue 12/2/25
Mon 1/5/26
5
Er,
3.0 Preliminary Design (60%)
110 days
Tue 1/6/26
Mon 6/8/26
6
W
City Review
25 days
Tue 6/9/26
Mon 7/13/26
7
W
4.0 Final Design (90% and 100%)
70 days
Tue 7/14/26
Mon 10/19/26
8
W4
City Review
25 days
Tue 10/20/26
Mon 11/23/26
9
or,
5.0 Bid Phase
90 days
Tue 11/24/26
Mon 3/29/27
10
W
6.0 Construction Phase Services
300 days
Tue 3/30/27
Mon 5/22/28
11
W
7.0 ROW/Easement Services
25 days
Tue 10/20/26
Mon 11/23/26
12
W4
8.0 Survey
60 days
Tue 7/1/25
Mon 9/22/25
Task
Inactive Summary
Split,,,,,,,,,,,,,,,,,,,,,,,,I
Manual Task
Project: City Project # 105386 Milestone
♦
Duration -only
Date:
Sat 5/17/25 Summary
i
i Manual Summary Rollup
Project Summary
s
! Manual Summary
i
Inactive Task
Start -only
C
Inactive Milestone
Finish -only
J
Page 1
2026 2027 2028
C2 1 03 - 04 01 102 103 104 01 102 103 104 01 , 02
M
External Tasks
■ External Milestone
Deadline
Progress
i Manual Progress
For
..amme�r�
'cam } , • o
v°'
IVERSITY DR
_ � N!UNIVERSITY DR
r � �
AD IAN DR
sa�
IMBE
RLY STE-.�= N WIMBERMST:rr�.-
CURRIE
a
r� : F,OCH.STst- _ �� + �y� N.F,OCH.ST-cn
—
_ II
_- - • . D p
m. RROLLtST_ >e- R, '" _�I ."' n n
go
Z m
r rj
Zm
lei
• k ii
AVAV CEK,,ST
co
' i',isir i{ t 9('n+gJ�'•e!Z•1.rw • '� � �.'"u' jw °s. r �� �`
r !
.y
FMt N RUPERT ST -
fill
x
co
WATER & SANITARY SEWER REPL. N r,�:= ATTACHMENT E u� �a--
CONTRACT 2023 WSM-T '` a Trinity River Vision - W/SS Main Rel. -'1� y
COUNCIL DISTRICT - 9 _ cPN 1Daa8a-construction
D •D TPW Rehab Projects
CPNs 100633, 103263, 104182
s
9 r Holly to NSPS Large Main Repl.
CPN 105068 - Planning O
AVE
$ K
s �C SHAMROCK AV
Potential 625 LF Loop
r --
I �1, Z I Added Sanitary Sewer
l>°tIJ
N Rupert Street and Cullen Street. See b y a
{ 177 �_. fir,;, ; GIS exhibit for existing sizing/LF
IF
e 505 LF Concrete SS (1948) 1 `
� ` - �—
F CULLEN ST
This is in an easement , f �1—� cuL�EN
• SHOTTS ST � �
1Sit
r •. ... . R
w ; Y Potential 500 LF Loop
> t - _ �wr_ ---TILLAR ST /
y E'�C��
_II + ' � .�. , ass -. 1L• . e .� � . 1 i � +a J h 4, .� ,.« � � ,7 Xi
Potential 8" WL Loop __ ,- tJl/_<'— 7..
Tillar Street
_WIN
WHITE SETT ENT RD _ _ / C,./ _ WHITE SETTLEMENT RD /
ap _
a Water confirmed that "� ; '"'`'
V V is in an easement. `I M1 _� .1 TPW Bridge Rehab Contract
lid I i' `1 • I CPN 104687 w B
I + 1 1
a- 7PIP
.(616' WHITMORErST . $, - 1 f /
WATER 1�C�6 l�N- s..
1,374 LF of 10" o + y; b'
7,281 LF of 8" w .
1,630 LF of 6" 9 s ? I : ' ' a . f i N� )� Existing Water CIP Project
•r"
1,125 LF to Loop - a _ a - Proposed Sewer Line Repl.
` .'t Proposed Water Line Repl.
Proposed Water to be Replaced = 10,285 LF
Proposed Sewer to be Replaced = 11,871 LF :��(FR; FR �T -., , ••• se Irc_ -rr ` ' 0 reet
3/26/24, 4:05 PM
Home- Water/Sewer/Reuse Map- Engineering 0 Potential Easement
Details I Basemap
r LL X-2596
+ 119LFof6"VC SS
z
X-2596
All 245 LF of 6" SS (1951) C
6••CI '-a�C Iti xe"C.I r r.l. CTLLEN ST -
6 o-
i`>cce
iCONCRElE C—> G�CONCAUE >_>
X-2596
968 LF of 10" CONCRETE SS (1948)
109 LF OF 10" Cl SS (1948)
�"PVC
16"DI < 18'D.I i6"Df 16"D.I Y 16"DI G`S
S WHITE TLEMENT m �h » WHITE SETTLEME
<� <15 P V+C <� a
< <
16"DI
m6 - Pvc"
I I r� --I
V _ice
100 200ft
https://fortworthwater. maps.a rcgis.com/home/webmap/viewer. html?webmap=b98d3389002443ed88044ac6fl 72396b
Water/Sewer/Reuse Map - Engineering
X-7086
144 LF of 6" PVC SS
7086
LF of 6" VC SS
Open in Map Viewer Mc
ATTACHMENT E
X-7086
400 LF of 10" VC SS
X-7086
334 LF of 10" VC SS
7086
iLFof10"VC SS
WHITE SFTTLEMENT RD
0
5390
+h,
V
fs�% e �ONCRE 0> 9`_P l�c —pV.-c
W o A �•,Y
,liege, Texas Parks & Wildlife, Esn, HERE, Garman, INCREMENT P, USGS, EPA, USDA City of Fort Worth, E
1/2
ATTACHMENT "F"
CERTIFICATE OF INSURANCE
Design Services for
Water and Wastewater Replacement Contract 2023, WSM-T
City Project No. 105386
City of Fort Worth, Texas
Attachment F
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, August 12, 2025
LOG NAME: 60WSSC23WSMT-TRANS
SUBJECT:
REFERENCE NO.: **M&C 25-0730
(CD 9) Authorize Execution of an Engineering Agreement with TranSystems Corporation dba TranSystems
Corporation Consultants in the Amount of $648,847.00 for the Water and Wastewater Replacement
Contract 2023, WSM-T 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 TranSystems Corporation dba TranSystems
Corporation Consultants in the amount of $648,847.00, for Water and Wastewater Replacement
Contract 2023, WSM-T; and
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $923,182.00, transferred from available
PayGo funds within the Water and Sewer Fund, for the purpose of funding the Water and
Wastewater Replacement Contract 2023, WSM-T Project (City project No.105386) 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 TranSystems Corporation dba TranSystems Corporation Consultants, in the amount of $648,847.00
for the Water and Wastewater Replacement Contract 2023, WSM-T project for the preparation of plans
and specifications for cast iron water main and sanitary sewer replacements on the following streets and
easements:
Street
From
To
Scope of
Work
Shamrock Avenue
N. University
N. Rupert
Water/Sewer
Drive
Street
Cullen Street
N. University
N. Rupert
Water/Sewer
Drive
Street
Shotts Street
N. University
N. Wimberly
Water/Sewer
Drive
Street
IN. Wimberly Street
ITillar Street
SShotts Street
IWater
Tillar Street
N. Wimberly
N. Rupert
Water/Sewer
Street
Street
IN. Vacek Street
1ITillar Street
(North 245 feet
(Sewer
Easement between
N. Vacek
N. Rupert
Cullen Street and Tillar
Street
Street
Sewer
Street
Easement between
N. Foch
Cullen Street and Tillar
Street
West 465 feet
Sewer
Street
N. Foch Street
Easement between White
Settlement Road and
Tillar Street
Shamrock White
Avenue Settlement Water/Sewer
Road
N. Foch West 450 feet Sewer
Street
In addition to the contract amount, $274,335.00 (Water: $139,984.00; Sewer: $134,351.00) 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, instead of
within the annual budget ordinance, as projects commence, additional funding needs are identified, and to
comply with bond covenants.
Funding is budgeted in the Transfer to Water/Sewer account of the Water and Sewer operating budget for
the purpose of funding the Water and Wastewater Replacement Contract 2023, WSM-T 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 $151,458,196.00 ($83,015,610.00) ($923,182.00) $67,519,404.00
Note: There may be other pending actions or recently approved actions that are not reflected in the table
due to timing.
Appropriations for the Water and Wastewater Replacement Contract 2023 WSM-T project are as depicted
below:
Fund Existing Additional Project
Appropriations Appropriations Total*
W&S Capital
Projects Fund $0.00 $923,182.00 $923,182.00
56002
Project Total � $0.00 � $923,182.00 � $923,182.00
*Numbers rounded for presentation purposes.
The project is located in COUNCIL DISTRICT 9.
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 W/WW Rep Contract 2023 WSM-T project to
support the approval of the above recommendations and execution of the engineering agreement. Prior to
any expenditure being incurred, the Water Department has the responsibility of verifying the availability of
funds.
FUND IDENTIFIERS (FIDs):
TO
Fund Department Account Project ProgramActivity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program ctivity Budget Reference # Amount
ID ID 1A Year (Chartfield 2)
CERTIFICATIONS:
Submitted for Citv Manaqer's Office by: Jesica McEachern (5804)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: Parvathi S (7803)
ATTACHMENTS
1. 60 WSSC23WSMT-TRANS - ORD.APP A025(r2) - Revised JLM 7.21.25.docx (Public)
2. 60WSSC23WSMT-TRANS funds avail.docx (CFW Internal)
3. 60WSSC23WSMT-TRANS-FID Table (WCF 06.09.25).xlsx (CFW Internal)
4.60WSSC23WSMT-TRANS.pdf (Public)
5. Form 1295 Certificate - COFW 105386 - 5-20-2025.pdf (CFW Internal)
6. PBS CPN 105386.pdf (CFW Internal)
7. SAM.gov search TranSystems.pdf (CFW Internal)
60WSSC23WSMT-TRANS FID Table
2
56002
0600430
4956001 105386
2
56002
0600430
105386
2
56002
0700430
4956001 105386
2
56002
0700430
105386
2025
2025
2025
2025
$466,700.00
$466,700.00
$456,482.00
$456,482.00
2 56002 0600430 4956001 105386 001730 9999 ($466,700.00)
2 56001 0709020 5956001 $456,482.00
2 56002 0700430 4956001 105386 001730 9999 ($456,482.00)
2
56002
0600430
4956001
105386
001730
9999
($466,700.00)
2
56002
0600430
5110101
105386
001730
9999
$43,130.00
Water Staff Cost
2
56002
0600430
5550102
105386
001730
9999
$4,000.00
Public Outreach
1
56002
0600430
5330500
105386
001730
9999
$326,716.00
Contract
2
56002
0600430
5310350
105386
001770
9999
$3,000.00
Utility Coordination
2
56002
0600430
5330500
105386
001784
9999
$71,883.00
Soil Lab Consultant
2
56002
0600430
5310350
105386
001784
9999
$17,971.00
Soil Lab TPW Staff
2
56002
0700430
4956001
105386
001730
9999
($456,482.00)
2
56002
0700430
5110101
105386
001730
9999
$52,351.00
Water Staff Cost
1
56002
0700430
5330500
105386
001730
9999
$322,131.00
Contract
2
56002
0700430
5710010
105386
001740
9999
$50,000.00
Easement Acquisition
2
56002
0700430
5110101
105386
001740
9999
$20,000.00
Easement Acquisition
2
56002
0700430
5330500
105386
001740
9999
$5,000.00
Easement Acquisition
2
56002
0700430
5740010
105386
001780
9999
$5,000.00
Easement Acquisition
2
56002
0700430
5310350
105386
001770
9999
$2,000.00
Utility Coordination
56002
2060000
105386
RETAIN
Retainage Combo Code
Input Engineering Pee & soft Cost Water (Row 58)
Input Eng-ing Fee & soft Cost Sewer (Row 58)
Input Engineering Pee & soft Cost Water (Row 58)
Input Engineering Fee & soft Cost Sewer (Row 58)