HomeMy WebLinkAboutContract 64076City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Holly Springdale Road Water Transmission Main in Beach Street
105721
Revised Date: August 18, 2025
Page 1 of 15
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 AECOM Technical Services, Inc., authorized to do business in Texas,
("ENGINEER"), for a PROJECT generally described as: Holly Springdale Road 42-inch
Water Transmission Main in Beach Street – Project No. 105721.
Article I
Scope of Services
The Scope of Services is set forth in Attachment A. Negotiated changes to this
Agreement, if any, are included in Attachment C.
Article II
Compensation
The ENGINEER's compensation shall be in the amount up to $1,611,939.00 as set
forth in Attachment B. Payment shall be considered full compensation for all labor
(including all benefits, overhead and markups), materials, supplies, and equipment
necessary to complete the Services.
Engineer shall provide monthly invoices to City. The Engineer shall provide the City
sufficient documentation, including but not limited to meeting the requirements set forth in
Attachment D to this AGREEMENT, to reasonably substantiate the invoices.
Payments for services rendered shall be made in accordance with the Texas
Prompt Payment Act (Texas Government Code Ch. 2251).
Acceptance by Engineer of said payment shall release City from all claims or
liabilities under this Agreement for anything related to, performed, or furnished in
connection with the Services for which payment is made, including any act or omission of
City in connection with such Services.
Article III
Term
Time is of the essence. Unless otherwise terminated pursuant to Article VI. D.
herein, this Agreement shall be for a term beginning upon the effective date, as described
below, and shall continue until the expiration of the funds or completion of the subject
matter contemplated herein pursuant to the schedule, whichever occurs first. Unless
specifically otherwise amended, the original term shall not exceed five years from the
original effective date.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Holly Springdale Road Water Transmission Main in Beach Street
105721
Revised Date: August 18, 2025
Page 2 of 15
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
Standard Agreement for Engineering Related Design Services
Holly Springdale Road Water Transmission Main in Beach Street
105721
Revised Date: August 18, 2025
Page 3 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
Standard Agreement for Engineering Related Design Services
Holly Springdale Road Water Transmission Main in Beach Street
105721
Revised Date: August 18, 2025
Page 4 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
Standard Agreement for Engineering Related Design Services
Holly Springdale Road Water Transmission Main in Beach Street
105721
Revised Date: August 18, 2025
Page 5 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. 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
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.
K. 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.
L. Independent Consultant
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Holly Springdale Road Water Transmission Main in Beach Street
105721
Revised Date: August 18, 2025
Page 6 of 15
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.
M. 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.
N. 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.
O. 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,
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.
P. Schedule
ENGINEER shall manage the PROJECT in accordance with the schedule
developed per Attachment D to this AGREEMENT.
Article V
Obligations of the City
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Holly Springdale Road Water Transmission Main in Beach Street
105721
Revised Date: August 18, 2025
Page 7 of 15
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.
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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Holly Springdale Road Water Transmission Main in Beach Street
105721
Revised Date: August 18, 2025
Page 8 of 15
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.
(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.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Holly Springdale Road Water Transmission Main in Beach Street
105721
Revised Date: August 18, 2025
Page 9 of 15
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.
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.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Holly Springdale Road Water Transmission Main in Beach Street
105721
Revised Date: August 18, 2025
Page 10 of 15
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,
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.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Holly Springdale Road Water Transmission Main in Beach Street
105721
Revised Date: August 18, 2025
Page 11 of 15
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.
I. 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
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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Holly Springdale Road Water Transmission Main in Beach Street
105721
Revised Date: August 18, 2025
Page 12 of 15
ENGINEER shall verify the identity and employment eligibility of its
employees who perform work under this Agreement, including completing
the Employment Eligibility Verification Form (I-9). Upon request by CITY,
ENGINEER shall provide CITY with copies of all I-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”
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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Holly Springdale Road Water Transmission Main in Beach Street
105721
Revised Date: August 18, 2025
Page 13 of 15
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
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
Standard Agreement for Engineering Related Design Services
Holly Springdale Road Water Transmission Main in Beach Street
105721
Revised Date: August 18, 2025
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
BY:
ENGINEER
Jesica McEachern
Assistant City Manager
Date:__________________
AECOM Technical Services, Inc.
Matthew Abbe, P.E.
Associate VP
Date:____________________________
ATTEST:
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
By:
Chris Harder, P.E.
Director, Water Department
APPROVED AS TO FORM AND LEGALITY
By:
Douglas W Black
Sr. Assistant City Attorney
M&C No.:__25-0899_________________
M&C Date:_September 16, 2025________
Contract Compliance Manager:
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.
_______________________________
Walter Norwood, P.E.
Project Manager
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Holly Springdale Road Water Transmission Main in Beach Street
105721
Revised Date: August 18, 2025
Page 15 of 15
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY SPRINGDALE 42-INCH TRANSMISSION MAIN
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 18
ATTACHMENT A
Scope for Engineering Design Related Services for Water and/or Sanitary Sewer
Improvements
Original 12/30/2024 v0
Revised 01/28/2025 v1
Revised 05/19/2025 v2
DESIGN SERVICES FOR
HOLLY SPRINGDALE 42-INCH TRANSMISSION MAIN
CITY PROJECT NO. 105721
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.
WORK TO BE PERFORMED
The major elements of the scope of work are as follows:
Design of approximately 25,500 linear feet of new 42-in transmission pipeline
staring at the intersection of Watauga Road and N. Sylvania Avenue going east
along Springdale Road or another alternate street to N Beach Road and then going
north along N Beach Road to the proposed Holly Springdale Pump Station site. The
Holly Springdale Pump Station site has not been selected yet and it will be evaluated
by another consultant where five sites have been identified for further evaluation.
The scope of this contract assumes the worst case scenario of designing the longest
potential route as shown in Attachment E-1.
Design of the replacement of small water and sewer utilities along the
proposed 42-in corridor. The scope of work for this contract includes only non-
plastic water lines 12-in and smaller and sewer line 18-in and smaller within the 42-in
alignment corridor but excludes any utilities replacement along N Sylvania Avenue or
N Beach Road. The following approximate total length of water and sewer included
in the scope of work assumed the worst-case scenario Alternative A along
Springdale Road, refer to Attachment E-2 for details:
o 5,700 LF of Water lines 12-in and smaller to be replaced under this
contract
o 4,815 LF of sanitary sewer 18-in and smaller to be replaced under this
contract
The ENGINEER will perform the following key tasks:
Task 1. Design Management
Task 2. Alignment Evaluation Tech Memo
Task 3. Conceptual Design
Task 4. Preliminary Design
Task 5. Final Design
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY SPRINGDALE 42-INCH TRANSMISSION MAIN
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 18
Task 6. Bid Phase Services
Task 7. Construction Phase Services
Task 8. ROW/Easement Services
Task 9. Survey and Subsurface Utility Engineering Services
Task 10. Permitting
TASK 1. DESIGN MANAGEMENT.
ENGINEER shall strive for
resources.
1.1. Managing the Team
1.1.1 Lead, manage and direct design team activities including internal meetings
1.1.2 Conduct quality control is practiced in performance of the work. Conduct QC
Review for key deliverables.
1.2. Communications and Reporting
1.2.1 Attend and prepare for one pre-design project kickoff/chartering meeting with
CITY staff to confirm and clarify scope, understand CITY objectives, and confirm
CITY requirements, design standards, and project stakeholders.
1.2.2 Attend nine (9) virtual design progress meetings with the CITY Project Manager
(assume virtual)
1.2.3 Conduct review meetings with the CITY at the end of each design phase
(assume four (4) total meetings at Alignment Evaluation Tech Memo, 30%, 60%, and
90% design). NOTE: Prior to each review meeting, the City PM will compile all
comments received internally into one electronic set and send to the ENGINEER one
week prior to the meeting date. Meetings include a workshop at each submittal to
expedite project review.
1.2.4 Prepare and submit baseline Project Schedule initially, and Project Schedule
updates with a schedule narrative monthly, as required in Attachment D to this
Document. Assume 15-month overall design project schedule.NOTE: The project
schedule is dependent upon timely decision by FWWD selecting the proposed pump
and project schedule.
1.2.5 Prepare and submit 15 monthly progress reports in the format provided by the
Water Department.
1.2.6 Complete Monthly M/WBE Report Form and Final Summary Payment Report
Form at the end of the project
1.2.7 Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure and provide and obtain information as needed to prepare the
design. Coordinate with the following agencies, departments and entities:
City of Fort Worth Transportation and Public Works (two virtual meetings total)
ATTACHMENT A
DESIGN SERVICES FOR
HOLLY SPRINGDALE 42-INCH TRANSMISSION MAIN
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 18
Design consultants selected for the North Beach Street Parallel 42-inch Water
Transmission Main (WP E2-2), consultant designing the transmission line along
Watauga Road, and New proposed Holly Springdale Pump Station projects (two
virtual meetings total)
1.2.8 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. Assume coordination will be required
with TXDOT, TexRail, and UPRR, for this project.
1.2.9 Prepare invoices and submit monthly in the format requested by the CITY.
ASSUMPTIONS
Prepare and attend one pre-design kick off meeting with the FWWD
9 virtual progress meetings with FWWD city staff
4 in-person submittal review meetings
15 monthly project schedule updates will be prepared
2 virtual meetings with FW TPW
No meetings included for coordination with Haltom City. FWWD PM will lead the
coordination with Haltom City not the ENGINEER.
2 virtual meetings with other design consultants for other projects
2 virtual meetings with TxDOT
2 virtual meetings with UPRR
2 virtual meetings with TexRail
No meetings or coordination effort assumed for Oncor. FWWD staff will lead this
effort if necessary
15 Invoices, progress status reports and MWBE reports will be prepared
With respect to coordination with franchise utilities, businesses and
residents impacted by the project, it shall be performed by the CITY staff
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices and progress reports
C. Baseline design schedule
D. Monthly schedule updates
ATTACHMENT A
DESIGN SERVICES FOR
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 4 of 18
E. Monthly M/WBE Report Form and Final Summary Payment Report Form
TASK 2. ALIGNMENT EVALUATION TECH MEMO (NOT INCLUDED IN SCOPE)
TASK 3. CONCEPTUAL DESIGN (30 PERCENT).
The purpose of the conceptual design is for the ENGINEER to
Gather information and study the project,
Identify and develop specific alignments for the proposed 42-in transmission
within the approved corridor along North Beach Street based on the data
collection and site visit. Incorporate the recommendations from Task 2 for the
southern portion of the project limits.
Identify small water and sewer utilities for replacement within the recommended
proposed 42-in alignment corridor. Replace non-plastic water lines 12-in and
smaller and sewer lines 18-in and smaller.
Present (through the defined deliverables) the findings to the CITY
Recommend the alignment route that successfully mitigate the project
challenges, and
before moving forward to
preliminary design phase.
ENGINEER will develop the conceptual design of the infrastructure as follows.
3.1. Data Collection
3.1.1 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.
3.1.2 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.
3.1.3 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.
3.1.4 Fire Line Reconnection - ENGINEER shall review locations where
reconnections to the fire line services should be made and provide design
concepts for those locations as part of the Conceptual Design Package.
3.1.5 Conduct two (2) site visits to document existing conditions along the
alignment. Assume 3 personnel for one full day for each site visit.
3.2. Develop Conceptual Design Package which includes the following:
3.2.1 Cover Sheet
ATTACHMENT A
DESIGN SERVICES FOR
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 5 of 18
3.2.2 Graphic exhibits (plan view only, no profile) of the alignment for the
proposed 42-in transmission pipeline.. Show anticipated locations for by-
other-than-open-cut at railroads and creeks.
3.2.3 Identify any permanent or temporary easement acquisition needs to
accommodate the project.
3.2.4 Proposed phasing of any water and sanitary sewer work that is included
in this project along the 42-in corridor. City will provide feedback based on
the current hydraulic model to provide guidance to the engineer on which
valves to close to accommodate replacement during construction.
3.2.5 AACE Class 4 opinion of probable construction cost.
ASSUMPTIONS
ENGINEER will obtain from City GIS or record drawings or any electronic format
indicating the locations of sampling stations and fire lines.
The City will assist the engineer in obtaining information from the water hydraulic
model to the ENGINEER to indicate and identify which valves to close during
construction to accommodate the water lines replacement. It is the responsibility
of the City to identify the impacted citizens due to the proposed shutdown and
phasing approach developed by the ENGINEER. The ENGINEER excluded any
effort associated with utilizing the existing hydraulic model for the purpose of
developing a phasing plan and will rely on City staff to provide that information.
Design or replacements of storm utilities within the 42-in alignment corridor is not
Replacement of non-plastic utilities within the proposed 42-in transmission line
such as water lines larger than 12-in in size and sewer lines larger than 18-in in
The ENGINEER shall assume the proposed transmission size is 42-in based on
the recommendations made by the recent Master Plan. No hydraulic modeling or
size verification is performed under this contract. The ENGINEER also assumes
the CITY will provide the ENGINEER with the working pressure and anticipated
surge pressure for the purpose of pipe design.
Surge and transient modeling and evaluations services are not part of the scope
of work. ENGINEER assumes these services will be provided by others and
locations of air release and vacuum relief combination valves will be provided to
the ENGINEER to include in this section of the proposed pipeline.
Electronic submittal will be provided. No hard copies of the conceptual design
package (30% design) will be delivered (unless aerials are used and need to be
printed, then 3 hardcopies may be submitted).
the report
PDF files created from design CAD drawings will be uploaded to the designated
project folder in Trimble Unity Construct.
ATTACHMENT A
DESIGN SERVICES FOR
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 6 of 18
ENGINEER shall prepare the meeting minutes of the Conceptual Design review
meeting and revise the report, if needed.
Proposed pipe sizes for any further water and sewer upgrades will be provided
by the CITY. The ENGINEER is not responsible for conducting any hydraulic
modeling for water or sewer lines to confirm proposed pipe sizes.
ENGINEER shall not proceed with Preliminary Design activities without obtaining
written approval by the CITY of the Conceptual Design Package.
CITY will submit set to Utility Companies. The ENGINEER shall upload a PDF of
the approved plan set to the designated project folder in Trimble Unity Construct
for forwarding by CITY to all utility companies which have facilities within the limits
of the project. The CITY is responsible for all franchise utilities coordination. This
submittal will begin Utility Clearances.
DELIVERABLES
A. Conceptual Design Package 30% Plans (Plan View only)
B. 30% Plan Submittal Checklist
TASK 4. PRELIMINARY DESIGN (60 PERCENT).
Preliminary plans and specifications shall be submitted to CITY per the project limits shown
on Attachment E and as described above. ENGINEER will develop the preliminary design of
the infrastructure as follows.
4.1. Development of Preliminary Design Drawings and Specifications shall include the
following:
4.1.1 Cover Sheet
4.1.2 General Sheet Notes
4.1.3 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
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).
4.1.4 Overall project easement layout sheet(s) with property owner information.
4.1.5 Overall project water and/or sanitary sewer layout 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. Sheets shall show proposed and existing line sizes. Any utilities to
ATTACHMENT A
DESIGN SERVICES FOR
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 7 of 18
4.1.6 Right-of-Way Map with Overall water and/or sanitary sewer abandonment
sheet.
4.1.7 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 (street addresses) shall be provided on the
plan view. Separate plan and profile sheets will be provided for waterlines
12-inch in size and greater, and all sewer lines. New sheets will not be
provided for waterlines smaller than 12-inch in size that are within the same
limits (on the plan sheet) as the larger waterlines. Profiles will not be
provided for water lines smaller than 12-inch. ENGINEER shall include the
following:
Coordinates
fittings, etc., in the same coordinate system as the Control Points.
Benchmarks per 1,000 ft of plan/profile sheet two or more.
Bearings given on all proposed centerlines, or baselines.
Station equations relating utilities to paving, when appropriate
4.1.8 Storm Water Pollution Prevention Plan (Erosion Control Sheets)
Plans will be prepared showing devices to prevent storm water pollution.
4.1.9 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.
4.1.10 Pipe Details: The ENGINEER will prepare standard and special detail
sheets for the proposed 42-in water transmission pipeline for up to three
different materials(Ductile, Bar wrapped, and steel). Also develop standard
and special detail for water line installation and sewer replacement that are
not already included in the D-
may included connection details between various parts of the project,
tunneling details, boring and jacking details, waterline relocations, details
unique to the construction of the project, trenchless details, and special
service lateral reconnections.
4.1.11 Pavement Details: Prepare one standard detail to show roadway mill and
overlay typical section. Full pavement replacement is not anticipated as
part of this project. Pulverize and overlay for all asphalt streets (City to
ATTACHMENT A
DESIGN SERVICES FOR
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 8 of 18
provide asphalt section). No plan and profile or design will be provided.
Existing curb and gutter and driveway to remain. An overall paving layout
sheet will be provided. Qty's for asphalt and conc. will be included in
proposal and OPCC. Concrete streets will be panel replacement with no
pavement design as it is anticipated for panels to be replaced will be
indicated on a plan sheet. Full mill/overlay plans will NOT be provided. No
pavement markings or signage plans will be provided.
4.1.12 Cathodic Protection Design: Perform calculations, evaluations, and add
cathodic protection design elements to P&P sheets. Detail design sheets
will be included in 90% submittal.
4.1.13 Technical Specifications:
will be used to the extent possible. The ENGINEER shall supplement the
technical specifications if needed.
4.2. 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
writing.
4.3. Public Meeting
The ENGINEER will attend one public meeting, which will be scheduled by the
CITY. The ENGINEER will provide graphical exhibits for the meeting as required
4.4. Utility Clearance
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. CITY will
provide plans to franchise utilities for review of potential conflicts.
The ENGINEER shall upload a PDF 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 City is
responsible for all franchise utilities coordination. City will forward comments from
franchise utilities to Engineer for incorporation into the plans.
4.5. Traffic Control Plan
Develop a traffic control plan utilizing standard traffic reroute configurations
Trimble Unity Construct website. The typicals
need not be sealed individually, if included in the sealed contract documents.
ATTACHMENT A
DESIGN SERVICES FOR
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 9 of 18
Develop supplemental traffic control drawings as needed for review and approval
by the Traffic Division of the Transportation and Public Works Department at all
major intersections. These drawings shall be sealed by a professional engineer
registered in the State of Texas.
4.6. Construction Estimate
The ENGINEER shall develop a AACE Class III opinion of probable construction
cost with 60% design package.
ASSUMPTIONS
One (1) public meeting(s) will be attended during the preliminary design phase.
additional project specific traffic control sheets will be developed for TxDOT
crossings, as required.
PDF half size plans will be delivered for the Constructability Review.
PDF half size plans will be delivered for the Preliminary Design (60% design).
PDF 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).
to the extent
possible. The ENGINEER shall supplement the technical specifications if
needed.
PDF Half size drawings will be delivered for Utility Clearance (and 3 hard copies).
ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans.
ENGINEER shall maximize the use of the CITY Design Standard Details and
technical specifications to the extent possible.
SWPPP plans will be developed by the Contractor in compliance with TCEQ
DELIVERABLES
A. Preliminary Design drawings and specifications
B. Traffic Control Plan
C. Erosion Control Sheets
D. Estimates of probable construction cost
E. Data Base listing names and addresses of residents and businesses affected by
the project.
F. 60% Plan Submittal Checklist
ATTACHMENT A
DESIGN SERVICES FOR
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 10 of 18
TASK 5. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS
(100 PERCENT).
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as
follows:
5.1 Develop Cathodic protection details sheets
5.2 Prepare Final plans (90%) and specifications shall be submitted to CITY.
5.3 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.
5.4 The ENGINEER shall submit a final design estimate of probable construction cost with
both the 90% and 100% design packages. This estimate shall use ONLY standard CITY
bid items.
ASSUMPTIONS
PDF Half size drawings and specifications will be delivered for the 90% Design package.
A PDF file for the 90% Design and OPCC will be created from design CAD drawings and
will be uploaded to the project folder in Trimble Unity Construct.
PDF drawings and specifications will be delivered for the 100% Design package (and 1
hard copy).
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.
Div 0 and 1 front end specifications and bid proposal will be prepared by the CITY not
ENGINEER. ENGINEER will provide technical specifications only.
DELIVERABLES
A. 90% construction plans and specifications.
B. 90% Plan Submittal Checklist
C. 100% construction plans and specifications.
D. Detailed estimates of probable construction costs including summaries of bid items and
TASK 6. BID PHASE SERVICES.
ENGINEER will provide support for the following two bid packages:
Bid Package 1 Approximately 800 linear feet along Springdale Road within Haltom City
to accommodate the schedule of Springdale Road Reconstruction Project by Haltom
City.
Bid Package 2 The rest of the project as identified in Page 1
ATTACHMENT A
DESIGN SERVICES FOR
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 11 of 18
The ENGINEER to provide the following services for each bid package:
6.1. Bid Support
Trimble Unity ConstructTrimble Unity ConstructTrimble Unity ConstructTrimble Unity
Construct6.1.1 The ENGINEER will develop and implement procedures for receiving and
shall include a log of all significant bidders questions and requests and the response
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.
6.1.2 Attend one (1) virtual prebid conference in support of the CITY.
6.1.3 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
are Results folder on Trimble Unity Construct.
6.1.4 Incorporate all addenda into the contract documents and issue conformed sets.
Assume 4 copies of the conformed set for each bid package in black and white.
ASSUMPTIONS
There will be only two bid packages for the entire scope of the project as
described above. If the scope is segmented into additional bid packages,
additional compensation for the ENGINEER will be warranted.
PDF and DWG files will be uploaded to Trimble Unity Construct after selection of
the contractor.
DELIVERABLES
A. Addenda
B. Bid tabulations
C. Electronic files in PDF and DWG or DGN
D. Recommendation of award
E. Construction documents (conformed, if applicable)
TASK 7. LIMITED CONSTRUCTION PHASE SERVICES.
ENGINEER will provide limited support during construction phase of the project as
described below. CITY will take the lead during construction phase. The ENGINEER will not
provide any support for the small Bid Package #1 along Springdale Road within Haltom City.
The CITY will perform all constriction phase services for this bid package.
The ENGINEER will provide the following limited construction phase services for Bid
Package #2 described in Task 6:
ATTACHMENT A
DESIGN SERVICES FOR
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 12 of 18
7.1 Construction Support
7.1.1 The ENGINEER shall attend the preconstruction conference.
7.1.2 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 be responsible for selecting a suitable location and
mail the invitation letters to the affected customers and lead the meeting and
cover the expenses of any rentals or logistics.
7.1.3 Attend construction mtgs and perform site visits (5 total)
7.1.4 Review up to 16 Submittals (including re-submittals)
7.2 Record Drawings
The ENGINEER shall prepare Record Drawings from information provided by
the CITY or CONTRACTOR depicting any changes made to the Final Drawings
during construction. The following information shall be provided by the CITY:
o As-Built Survey
o Red-Line Markups from Contractor
o Red-Line Markups from City Inspector
o Copies of Approved Change Orders
o Approved Substitutions
The ENGINEER shall modify the Final Drawings electronically and shall place a
stamp on the plans indicating that they represent Record Drawings of the project
as constructed. The stamp shall be signed and dated by the ENGINEER and
shall be placed on each plan sheet, whether there are any revisions on the sheet
or not. Each sheet shall clearly indicate all changes which apply to that sheet by
clouding and numbering, or other suitable means.
The following disclaimer shall be included with the Record Drawing stamp:
o These Record Drawings were prepared using information provided by
others and represent the as constructed conditions to the extent that
documented changes were provided for recording. The ENGINEER
assumes no liability for undocumented changes and certifies only that the
documented changes are accurately depicted on these drawings.
The ENGINEER shall submit a set of sealed Final Drawings, modified and
stamped as Record Drawings in PDF format. 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.
Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version
6.0 or higher) format. There shall be one (1) PDF file for the plan set. Each PDF file
shall contain all associated sheets of the particular plan set. Singular PDF files for
each sheet of a plan set will not be accepted. PDF files shall be uploaded to the
Trimble Unity Construct.
ATTACHMENT A
DESIGN SERVICES FOR
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 13 of 18
ASSUMPTIONS
The CITY will provide construction management and inspection services during
construction.
The ENGINEER will provide limited construction phase services for Bid Package
#2 only.
The CITY will provide the necessary construction material testing services during
construction.
The CITY will be responsible for and will lead the monthly construction meetings
and issuing the minutes after the meeting.
The CITY personnel will be responsible for reviewing all submittals and shop
drawings review and will only ask ENGINEER to review limited number of them
as specified above.
The CITY personnel will be responsible for reviewing and responding to all RFIs
and Change Orders.
One electronic copy of record drawings will be delivered to the
CITY.
DELIVERABLES
A. Public meeting exhibits
F. Electronic Record Drawings
TASK 8. ROW/EASEMENT SERVICES.
ENGINEER will support and perform activities related to ROW and land as outlined below,
8.1. Easement Research: The ENGINEER with the support of Survey research will
conduct research for the easement needs identified in Task 3.2.3.
8.2. 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. ENGINEER shall provide up to ten (10)
legal descriptions with exhibits for permanent easements and up to five (5) temporary
easements. 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
Trimble Unity Construct site.
8.3. Temporary Right of Entry Preparation and Submittal:Prior to construction, the
ENGINEER shall prepare and submit up to fifteen (15) Temporary Right of Entry documents
for landowners to CITY PM for real property acquisition. It is assumed that letters will only be
required for landowners who are directly affected by the project where the easement is
required. The documentation shall be provided in conformance with the checklists and
Trimble Unity Construct site. The CITY will be responsible
for sending the letters and follow up with non-responsive property owners.
ATTACHMENT A
DESIGN SERVICES FOR
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 14 of 18
ASSUMPTIONS
Ten (10) Permanent easement and five (5) temporary easement documents will be
prepared.
Fifteen (15) 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.
The CITY will be responsible for sending the letters and follow up with non-responsive
property owners.
The CITY will be responsible for all cost associated with appraisal services and closing
costs and negotiations with the property owners.
DELIVERABLES
A. Easement exhibits and meets and bounds provided on CITY forms.
B. Temporary Right of Entry Letters
TASK 9. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
ENGINEER shall retain the services of a registered professional and licensed surveyor
subconsultant to provide the survey services described below:
9.1. Topographic & Boundary 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 6-in caliber and larger (measure caliper, identify overall
canopy, and 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.
Establish horizontal control for the project by means of GPS RTK positioning. Horizontal
control will be based on the Texas State Plane Coordinate System, NAD-83(2011),
North Central Zone (4202), and scaled to surface using a surface adjustment factor of
1.00012. Approximately fifty (50) horizontal control points will be established along the
project corridor.
ATTACHMENT A
DESIGN SERVICES FOR
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 15 of 18
Establish vertical control for the project by means of differential leveling. Vertical control
will be based on City of Fort Worth vertical datum. Approximately fourteen (14) vertical
benchmarks will be established along the project corridor.
Provide a topographic survey of approximately 25,000 linear feet along N Sylvania
Avenue, Springdale Road, N Beach Street, and Glenview Drive, as shown on the
-of-way to right-of-way. The
survey will include, but not be limited to, locating all existing features X, Y & Z, such as
buildings, water valves, water meters with serial numbers, curb & gutter, asphalt,
sidewalks, fences, driveways, storm & sanitary sewer manholes with flow line elevations,
of slope, power poles, mailboxes, signs, telephone risers, and any other visible above
ground features along with 50 foot cross sections.
If performed, Locate twenty eight (28) geotechnical borings and provide X, Y, Z data for
each.
Locate fifteen (15) Level A test holes and provide X, Y, Z data for each.
Research adjoining properties and obtain copies of plats, easements, and deeds.
Prepare a deed sketch to locate property corners and establish existing boundary/right-
of-way/easement lines.
ASSUMPTIONS
Topographic survey at intersection will include no more than 100 ft. in each direction.
All survey field work will be completed within the public ROW.
No Temporary right-of-entry documents will be necessary since work will be performed
within public ROW.
No tree exhibits will be prepared since the project will be constructed within public ROW.
DELIVERABLES
A. Digital file in dwg or dgn format containing all features and points located in the
survey, one-foot interval contours and TIN, a copy of all field notes and drawings,
a point file (pnezd) of all points located in the survey and a LandXML file.
Drawing of the project layout with dimensions and coordinate list.
B. Digital file in dwg or dgn format containing existing boundary/right-of-
way/easement lines.
TASK 10. PERMITTING & STAKEHOLDERS COORDINATION
ENGINEER will provide permitting support as follows:
10.1 Texas Department of Transportation (TxDOT) Permit:
ATTACHMENT A
DESIGN SERVICES FOR
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 16 of 18
Prepare TxDOT permit for one TxDOT facility crossings (NE 28th Street) and gather all
information necessary to secure such required permits. Attend two meetings with TxDOT to
discuss the project and review comments (covered under Task 1). Submit permit
documents to the CITY to apply for the required permit.
10.2 Railroad Permits
Prepare railroad permits for TexRail and UPRR. Submit permit documents to the CITY to
apply for the required permit. It is assumed that the CITY will pay all permitting fees for both
applications.
Oncor Permit (NOT included)
10.3 Haltom City
Prepare required Haltom City permit and gather all information necessary to secure such
required permits. Submit permit documents to FWWD PM to apply for the required Haltom
City permit. FWWD PM is going to lead all coordination with Haltom City not the
ENGINEER. CITY will lead, ENGINEER will support only.
10.4 City of Fort Worth Public Works Department
Prepare the required City of Fort Worth Public Works permits and gather all information
necessary to secure such required permits. Submit permit documents to FWWD PM to
apply for the required permits. CITY will lead, ENGINEER will support only.
10.5 Trinity Metro Coordination
Coordinate up to two virtual meetings with the Trinity Metro for impact of this project on
existing bus stops. CITY will lead, ENGINEER will support only.
ASSUMPTIONS
The CITY will be responsible for all permitting fees associated with this task.
The CITY will be responsible for negotiating any license agreements or interlocal
agreements with any of the permitting agencies noted above.
DELIVERABLES
A. Information & exhibits and permitting forms for the CITY to submit
ADDITIONAL SERVICES
ENGINEER will provide additional services as directed by the CITY. Level of Effort will be
based on negotiated scope prior to work start up.
ATTACHMENT A
DESIGN SERVICES FOR
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 17 of 18
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,
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:
Geotechnical Investigation and Evaluation - The City understands the risks associated
Subsurface Utility Engineering (SUE) The City understands the risks associated with
Hydraulic modeling and confirming the size of pipes being added or replaced as part of
the scope of work.
Surge and transient modeling Recommendations for surge mitigations will be
provided to the ENGINEER by others.
Appraisal services.
All environmental due diligence services such as but not limited to hazardous material
desktop review, Phase I and II Environmental Site Assessment (ESAs) for public ROW
or proposed easements, Archeological and cultural resources survey and Texas
Historical Commission coordination, Waters of the US Delineation, threated and
endangered species surveys, are all excluded from the scope of work. These services
can be added by the CITY later for additional compensation if determined necessary.
Acquiring Trimble Unity Construct licenses. It is assumed the CITY will provide access
Trimble Unity Construct site. The CITY will be
responsible for setting that up as well.
Full pavement replacement design and storm sewer replacement design are excluded.
Negotiation of easements or property acquisition including temporary right-of-entries.
Assisting the CITY in negotiating the terms of license agreements or interlocal
agreements with stakeholders or permitting agencies.
Services related to development of the project financing and/or budget.
Services related to disputes over pre-qualification, bid protests, bid rejection and re-
bidding of the contract for construction.
Leading and coordinating public outreach meetings
Construction management and inspection services
ATTACHMENT A
DESIGN SERVICES FOR
CITY PROJECT NO.: 105721
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 18 of 18
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.
Any permitting fees associated with permitting agencies permit applications
Services related to Survey Construction Staking
Services to support, prepare, document, bring, defend, or assist in litigation undertaken
or defended by the CITY.
Leading construction Shop drawing review, samples and other submittals submitted by
the contractor.
Additional Documents Enclosed:
OPCC
Level of Effort (LOE)
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 1 of 3
B-1
ATTACHMENT B
COMPENSATION
Design Services for
Holly Springdale 42-ingh Transmission
Main
City Project No. 105712
Lump Sum Project
Compensation
The ENGINEER shall be compensated a total lump sum fee of $1,611,939
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.
The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
Method of Payment
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.
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
Wo
The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
Progress Reports
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.
ATTACHMENT B
COMPENSATION
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 2 of 3
B-2
IV. Summary of Total Project Fees
Firm Primary Responsibility Fee Amount %
Prime - AECOM Water and Sewer Design $1,323,814.00 82.13%
Proposed MWBE Sub-Consultants
Gorrondona &
Associates, LLC
Topographic Survey &
Boundary Survey
$265,225.00 16.45%
Jupitex Permit Coordination, QA/QC $22,900.00 1.42%
Non-MWBE Consultants
N/A
TOTAL $1,611,939.00 100%
Project Number &
Name
Total Fee MWBE Fee MWBE %
Holly Springdale $1,611,939 $288,125 17.87%
City MWBE Goal = 12.9% Consultant Committed Goal = 17.87 %
-1
ENGINEER INVOICE
(Supplement to Attachment B)
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 3 of 3
B-3
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
�
L
�
�
�
�
�
� �
�"� w
•O Q
� �
� Z
tA a
�
� J �
.� � N
O p
� _ �
�
ia
�
O a*
�
. � � �
N v 'o
O �O a
L L �i
aa�
h
O
.�
�
C
`w
c
�
y
�
a
E
Z
u
v
N
�
U
�
0
w
u
c
�
T
�
�
a
A
3
�
7
m
r
m
h
O
a
a.
c y
m .o
> w
m �
y U
w 01
c �
E a
o c
U L
N !"
W 3
��
•o v
>�
C w
� C
O r
a �
c N
v�
t
� U
�
m
U
N
�
U
U
H
ui
E
�
Z
T
C
R
Q.
�
0
U
'p G/
'a C
ao
_ �r
�
.m��
� — X
a�iOF1i
N
N
G!
9
�
a
.�
v
�
a
�
N LL
m �
� ❑ �
ik « E
0
V 7 lL F
� 'o a
a>a,°1°��
�n =��� �
N GI C N N�
- v u u �
a a i, � � �o
7 7 16 G/ G/ �
viviavivi5
0 0
0 0
� o �
C N v �
'� c� �n �
R (3 m �
� � vj
GI m
�
C �
N V
� ;
7 =
U —
� T
V N
O �
> O
C >
_ y
«R a`
c �
� O,
N y
a
�
e�+ C
Q d 7
� c o
J O Q
U
0 0
0 0
C � o oi
y � o
� = a
� � �
v o p ° �
Q Q �»
C
GI =
9 �
C �
ac� Q
G
a
00
C o oi
� = 7 �
� � �
N O m
� � � �
aa�,
c
O
G.
�L
ci
y
N
�
N
Q
H
Y
O
�
�
�
�
�
LL C C
o� m
d �
❑ �
a� 3
m
� <n
� N n a�n m
d d d d d d
a'' T T T T T T
N � � � � f- �
N Y Y Y Y Y Y
� � � � � � �
0
�
rn
�
:.�
�
d
Q
�
d
�
l6
a�
o �
� L
� a
16
N
i
O
S
�
W
N
d
�
.�
C
N
t
H
N
is
O
H
HOLLY SPRINGDALE 42-INCH TRANSMISSION MCompany Name:Totals This Unit:Overall Percentage Spent:
t
0
N
'o
� >
a �
�C 3
� T
a�
F aa
W � 9
w aR
� ;
� a
U% a !2
g ��
x 'o m'
Q �
W a �
m
m ti
O
Z a u
a
O E R �
o -o
U �
9 Z � � x
u
�C � ` °� m
a �
Z � a'o
v Z c E a
- O `'o � `
� .. � �
� o � 'd 3
m� � a � 9
:n « V C �
C
� Q � d '03
� d � T �
u � •a � �
.O d � L C
a W N IL � i�
F
>
2
U
Z
N
V
0
�
�'
W
J
d Q
ci �
�O Z Z
�
� a w
� � �
i � p �
N
� ��
�
:Q C1 y ••
i � Q d
C �pa E�o
7 Q
.w Ci o T ? I°'/1
w •�a`~ yL
�
� ��'O0,?_+'7
aai,3LLc,a
2
�n
F
�
�
W
Q
�
�
�
Z
T
C
l4
a
�
0
U
N
�
X
H
r
�
t
LL
v
o �'
o �
� � n
� > n
E o �
� � N
N
N
i
ad
a�
ao
_ � L
11 �'
� � d X
mOFii
�
J
n
U
U
�
L
a
T
a
.£
K
a
N LL
N �
� � �
� N �
O
V 7 IL F
�'o c..
N C K i0 R jy
m a' CDOp
- d v u �
6 O. T i � O
7 7 10 N N�
wv�av�w5
��o
'� � �
��
'� � N
E R ^�
dm
�
c d
m �
� ;
U �
m -
u �
� o
c >
_ d
«» a`
�«
m �
u d
m y
a
61 +�
� d �
H p, O
J O Q
U
c r
a�
E�°:�
w o A �
� � � �
aa
c
� C
L �
� O
� a
Q
C
N
� �
L �
c �
E Z
Q
C
N C �
N C N
aa�
(�
�
�
O
.N
0
N o
�
� U
a
�
Y
C
N
C
N
N
�
:a
� a�i
o V
� a
R
�
i
�
N
0
C
�
N
L
H
N
:a
0
H
�
W
W
�
�
�
_
U
a
w
m
z
z
a
i
z
0
m z �
m �
La O w Z
mY � a
ad
aw � F
N � �
ro �
d
w
�� �a
w a,
° � v x
i y � Z
J H N
�
0
Q
�
R'
W
J
a
0
c�
z
rc
a
�
>
J
J
�
2
EN
� v
o �
�m-
o � u
�` E O
�r�
U Q d
�
W
W
�
�
�
_
U
Q
W
m
Z
2
a
�
z
0
�
ro z �n
m3
y O w Z
R Y � Q
� Q d R
C. W v F
C m d W
o � N F
� � c Q
W p s
m � o U
�
J H N
�
�
a
0
rc
w
J
Q
�
u
z
rc
a
�
>
J
J
�
S
EN
� v
o �
�m-
o � u
�` E O
�r�
U Q d
�
W
W
�
�
�
_
U
Q
W
m
2
2
Q
�
2
O
m Z y
m ?�
La O w Z
mY � a
ad
aw � F
N � �
ro �
d
w
�j �a
w a,
° a"� x
i y � Z
J H N
�
0
Q
�
R'
W
J
a
0
c�
z
rc
a
�
>
J
J
�
2
EN
� v
o �
�m-
o � u
�` E O
�r�
U Q d
�
�U
K
O
�
m E
H � K
W
H
U1 '
S
U
W
m
2 � 3 "'
� ¢ N
Z m
O_ __ _ __ __ _ _ _ _ F
v 0 w N n � U o N o X
zN W
�a"a�
d .
a w � F o �E ' :`:
� m � W 2 Q,,, 3 0
� � N ~ 0 ..
W O �Q 'O w � m
c �' a` o "
�pU `T' a
m Q Z V U
J H N
�
W - ;
� L U w -
Z $ m
N
}
J
J
�
2 ,m_. «,m
a
0
'u
0
�
- e
d�
- U a �
F y - � E -
c d M u¢ m ��
� �������I����I�����I�����
EN
wv
o �
3 m _
�` E O
�r�
U Q d
Item No.Description Unit Total Unit Price Probable Cost
1 Removals of misc.material LS 1 250,000.00$ 250,000.00$
2 12" PVC Sewer LF 3,250 200.00$ 650,000.00$
3 10" PVC Sewer LF 35 225.00$ 8,000.00$
4 8" PVC Sewer LF 1,530 150.00$ 230,000.00$
5 6" PVC Sewer LF - 135.00$ -$
6 48" Sewer Manholes EA 12 20,000.00$ 241,000.00$
7 8" PVC Water LF 5,650 175.00$ 989,000.00$
8 10" PVC Water LF - 300.00$ -$
9 12" PVC Water LF 50 225.00$ 12,000.00$
10 10" PVC Water LF - 300.00$ -$
11 24" PVC Water LF - 400.00$ -$
12 42" pipeline LF 25,500 500.00$ 12,750,000.00$
13 Cathodic Protection LS 1 250,000.00$ 250,000.00$
14 8" Gate Valve EA 15 3,000.00$ 45,000.00$
15 12" Gate Valve EA 15 7,500.00$ 113,000.00$
16 16" Gate Valve EA - 10,000.00$ -$
17 48" Gate Valve EA 10 150,000.00$ 1,500,000.00$
18 Fire Hydrants EA 20 6,000.00$ 120,000.00$
19 Ductile Iron Water Fittings w/ Restraint LS 1 1,000,000.00$ 1,000,000.00$
20 Imported Extra Embedment/Backfill (Water) LS 1 200,000.00$ 200,000.00$
21 Trench Excavation Safety & Support LF 36,027 2.00$ 73,000.00$
22 2" Surface Milling SY 73,617 10.00$ 737,000.00$
23 2" Asphalt Pvmt Type D SY 73,617 25.00$ 1,841,000.00$
24 Concrete Pavement repair SY 9,700 105.00$ 1,019,000.00$
25 Connect to Existing WL LS 1 50,000.00$ 50,000.00$
26 Water Service Connections LS 1 150,000.00$ 150,000.00$
27 Temporary Water Services LS 1 75,000.00$ 75,000.00$
28 48" Water Main BOTOC LF 1,710 2,500.00$ 4,275,000.00$
29 Sewer Main BOTOC LF 1,000 1,800.00$ 1,800,000.00$
30 LS 1 95,000.00$ 95,000.00$
31 Traffic Control (Water) LS 1 750,000.00$ 750,000.00$
32 ByPass Pumping LS 1 400,000.00$ 400,000.00$
33 Pre-Construction Survey LS 1 25,500.00$ 26,000.00$
34 Post-Construction Survey LS 1 25,500.00$ 26,000.00$
35 Hydrostatic Testing & Leak Detection LS 1 156,000.00$ 156,000.00$
36 As-Built Survey (Red-Line Survey) LS 1 35,000.00$ 35,000.00$
37 Construction Staking (Water) LS 1 30,000.00$ 30,000.00$
SubTotal 29,896,000.00$
Total 29,896,000.00$
5% Mobilization 1,494,800.00$
30% Contigency 8,968,800.00$
Total OPCC 40,359,600.00$
City of Fort Worth Water Department
HOLLY SPRINGDALE 42-INCH TRANSMISSION MAIN
CITY PROJECT NO. 105721 - Preliminary OPCC
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of 1
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Holly Springdale 42-inch Water Transmission Main
City Project No. 105721
No changes to the Standard Agreement.
�,
>o
�
,� a'
d l
��
a
a
�
o ,
,n z°
� o
�
,n a'
O ^
❑
H
Z
ll.�
�
2
U
Q
H
H
Q
r �
Q
a
�
a,
0
ez
d
0
� � � � � � � � � � � � � � � � � � � a a v � � � � � �
ao � � � � � � � � \ \ \ \ � � � � � � � � � n ro ro oo m m � � � \ \
� � � � � � � � � � � \ � � � � � � � � � � � � � � � � � � � �
� \ \ \ o 0 0 0 .'" o ." o � \ o `." o � o .CO o � o �
� � � � � �i � � � � � �i � �i � � � LL � LL � � � �i � � � � � � � �
� 3 ry E 3,�. � 3,3 3 3� 3-a �,3 3-0 3-o � 0 3 a 3 3 3 E E E 3�
o ry v, n rv�„ .. o o�.. co m o m o m.y �., o� o m.� m o ry c �, m� n�..
4 � o
o _
� - ° - _ E
E N"o.3 _ N3� m
-ou - au'^ - �
� 3 _ _ 3 _ 3� 2' aD
� � � c o E � �
m Q .v Q m __,� m= �.�° - c'� � i
01 m v - - • � -E o ._ - �E o � `o ;.
a � o s o�o � '��' � u��� o v v v ` u a - -- i
- - z � Q 3 � ` ` - ` �'"
� � 3 0.y �« cY m � c� d\,E � m� a� E+, o P a
o.. - w m-_ �� u° u° �•� `�° o' �- a o m� m= n m o a o 0
E u� o� V� Y °c° u 3 ° U � � °., c
z aY�i o °° � ., u° .�° `��' .� a £ ._ m a E � � LL £ � `o n > E «
'o u z � u�� o 0 o m_ v� � o e a_�n � x� o a_�n m- ¢ E p ��
r a in �e m a� w u° u°
� .
�
ATTACHMENT E
N,t _ ���'-- -- , e— �' �-,�� R N c �` SS LVD � � I �" �"
��j� � �:��, ` "�.,,;� f� f' N� THER R� B �� . �, p-:
0 � �. � .� : � _ "' I =- ,.�. — o � , '
��Z� ,y?�-a ��, �nI• � {'�]�y ��i �%-� � �.�� ��,�'
i � I . - � : � � f `�'i f i
� ' ' �� � � � � .., . : � � � !.� _ �� d' �,'� � � �+ �c�
� C -' � -.�. Nz .��
_ ��I ;'��. M � �' �t �, �''_ �'`, I•` ,��'-.'- �I GLENVIEWtDR � . �,,
' f� , ,.� I J� ��,,��-`
p �.,.__ ' = � aj-M� '� R��f� _ � j 1• a ... I �~� "�Q �.^'SaJ� 5 � ��_
1 I ,� . ..' ..,..ia. ,- � � �
Y �
- - ._. _y� . � jF • J f
, r - \ > ��y �.i., � ir
1I �_. � a l ;. . , �' : . ,��• � i � +�a �-�,' x � 4 . . LO i
�. �M4-pw' R
Y - �� �� '� � �s I ' I 1 +I��
� �M.i '�_.�c� _..:. � ��� '� a ' ✓�!°' v?'`� � �' � ., . .°�,� 2 � L„= -n
� � �,` � �- . AVE jZ "�('1� I`
� �w .��7 � +�� LAY �j' �J �`'' 1
� '�k',� �?e{!i � I��� ��+^ ��� . � 1. - �, , - ~,�.ly JLL � ��- ���.
{ _ _ ��_:5 ' `r- -� �: �� Ss' � �,%� Rr' � _ __ . - ,' C � •'�,�],� � I �� � ��t��� ��
�, �.��" �-�1�� _ - '. �����•�' � -�.}.l � ,� ���i��',,:J���,����� �� �I /eY \
� , z ��Q. '� ��,✓'/
� _ � ��"�� .j� ! �� ' � � � � "� ��3 I � � - - �u�.. -- � r '� -' -�Q� D,ail.''�� 3 0� F �'N'...�v,�
T � �.� ' � M�' �FtYI'.. - . �.'ay .....n . I I _ � � l-����� � _�.� r � � r .
�� p�� \ � ✓X` �
ti$I ) r {'+ :' � z���:i. I i �7 � ��
� i '�y; �.u��_ � �'. �� ' � � 5-4� .' � �'Q �.I ;/� � 'r.!'' �'d' ��� Ttl.
;a �� � -1�� MEACHAM BLVD w f. t`� T py�`: 6� T�O i ,.o'� �, �' pct
� 31 ,♦�- � ' .. ^ P , ~ .s cAI 4i� �.111" � � �� . .: �' ^^ t . � 1 . •k� � � ':: �"� l'i� . ,
' ,.s.:.� � t y� � 4 k I � � .. Z �� 'H� 6�i..:a,_.::L:IL^_ r�.. � �.%� �i .� i� ti�i� „'�_ �
��.y�r � _ . r� � ...i � -� �.��.,'i Rr: + - _ _... U . .� � _ _ <. � � _ r,.. �^--•�-•• i� � j ��,F'Y' �� .?" e fi�.i" �,j.,�+..�. � OH
- ..�i.'��� e 1 f�i�t ��� � oC '� . . ._=�'�,; F�f`� z'� .� �" 1-w. 't J
, .,r('�� —� �- W ,� � ,%�� -���� P,,,.�'-��; ., '�Y � :� �t-=
�- �»,,,�. �� .�: � �= �,f �, ,;�,:;, ,�`, ,x' _
,.; % .!�l.. �, ,: •� r. f .� .,:,."�= IEST. a( ��-
, . O „_ X
_ Ic , O M_
,
+4.. , '�. � : «:�' . � i�,. � � . ' R a
�
1 . � . .F'"'�,_ .�l"� kiP� _ . aw. i"
1 �. ..� .. . ��Q.t ,H t
- I . � I� d� I ' ���_ --Z �.s .$•'� !"� ��"Q,fi,� ��.�^ar} "�%rS;'-} :�.,`y,[1,`'.j't''� F ah„'�lb- t s
•+- —_ �I I' � `°�': - - ~ �� � :, ' � v�'�e� � j� �' °' �' SABELLE LN ��"Tc` F , '
'-_ ,.- ': � � a��Lr� ., �� :�'y`� 'a ^� _, R""t- �' ' ...iy ���� �.r_. �' � ��� ��re=',''.� �T,.� q.�`�<
r ti"�'-?t` ZM ���r �',°� ,,,'.,� � - C J�� :'�`-'Ce�.�� �r t" 1
,� � �"�a � 1 ' 'i�� „��;� y � ,� , ,� �" y�. �� �`��,�•;���y�.�� ���NADINEDR � � .
° ,,,`t -�.,_ �t'!t- -+ f S , Z •� G r°. . . ��' ' � � '�'`�.i � �. �� i �" > -��
� '� i � <. '�Q' k', F � t`�''�' � fa `
y� �( � 7'� ,�', °�D`3� 5�1�� ���a� ��J�� t�� +�.�I�,, ;;rr �2�
Y�
'� �'mm� ,` ��� .�I � ��� m � � . M1�:''��� i, .+��.a� �.�W�r �, :A� �',�;�'��� °:
r n
� ��_LL�
� - * � � � J � � i � � � � "°4 � ��.,: a �-`� Z ; �,wet ,F^� r J++�,�.a�]�a-� r,i�:�
��: t""`++�.J �al��e �,,,,,./�� ., �4�- �W.=�a"�1F'""{qts�f'slq+_�i
`� ,__.__. Y. F`�'�-, f /� i r � '+h'� �� C� �+t tNt"��"'�� 3 w
� _ F t .��. `�� �, �' ^ = � � �� ��L���y`�'3�,��Z�S ,y F��� �a
� � � !yY' ��I��..,C 6',��� � . ayti F� + �fi" �;���,�Y,��EEr�$_T�W.�}k�'-4a �� ,t S�'�1. �d^
- . O � �� N,� � �� -. L'�' 1 �i �1t�-H�l,�l��',.E'71�DQi-1i '�`G`�^ � Y' �-
�4 Z � � (� `A��R � :0� .�: ��i4 .� ' � 3 �^� fi�'e" '�1^t� �" Y � t i �.�,�x"'i,� ,,
,- 'I�F' � 1 � `�. � � t- :
m � ����ti`1F"'' �y'r�,�( �� .Mr'"� ar�
��-"`�y �� � � �pl'+:. - - = ��1� ��r�,�''�'i�i ��°, �,9; �''� r r:?-� yk
� � . �', l .Y�-. � ,o.-� �.�. JQ�I' � � .. -7? 1� iYr��'" r'i`.1-r- a�.+��i1 �'w.�r,.,,s��M,'��4 i� ..
y +, atr � -i
^ i
� �� , � �" �,' `� �'�� '-F��BROADWAY�AVE � �-t" �`r
� "�'`
� �� - � �O� _ ,,., <� � � �'�' �� ��- �, F-a �-i �;,�-��'���'�'�"'"'
,�� „� _ ,� �� a�� � _ ...�. ��� ��Rp, ��4+ ��
`° �� � � .n'/" �� /���� � � � �: /;� �� � h;��-a-�` 1 �:A �� `�����fir�'�t�s;`� j ��� °� :
� � — E LONG ^� ',�,� � � ` `�=
��-.��' � �� , f " � ��� � r � i
/�' �C/ � . ,l ,� :; x �- IQ�/E' ' �" �, �ti �. '� _ - a � �� c r:�, .,Y'._� _ A �r....
,,.''/�,, �' � i � � . f rw��t � � ? d r Ma, _..
����i i�� Q / J �,.�� � _ .--� � ( � .. '� � �- r �.'^ ♦ ,� . r.�+�. ..�M � ► .
`t� � � t ,^rl-'�^ �.:.�- ��.: ..- _ �i` `��}iu�s i�� _, r� y.F i< � ��- � �. ,ryP - � � '
; /��. �-i�,�� pI„ r _ a a '�� i x� +� F' Q'� � r* i�, �'�' w+i. R''
^'�� �/ ,j,// ` , �tl.. � �� � ' '�F""�����„�'..� _l.�'wr.�' �,��' , y' wfi�-ti i- � i-1"�' '._� ,.,�'.�'
O N '�. _- ^-� F . ' r -�,� �.+.-�r � ,•w > l- �'"'�'�,- -� - K t �-�I� � ;
�� 1 � `� "- ,E 33RD ST :-�, 1 i _ s�' � �-ic�.,y� ti» } F�,= �y. `�`it I � � . k Res
, "'T, ,�,
/ r,. �. -�°rr��;_"'�,�L�— . : ��m �.�,�` �.,�,_Y-�+i�-�-�'- � FOSSIL DR ' w�.�- �. �i��� ��+ � .;
.. � : �,� �'\� � `II� : '��.�,�,,�i�-1 �"*, � k"'� : '�-�t Y"�e'� i r; �7'� ����� ��'" �;'�
�.. ' �,
f'� � _ " -;.<r{ "w. ��t '-f"i -e-y `a��k�'j N'^ �.�, � �c t� , �, r
a
_ � N 7� � . F �'' d � --R �
� { , � J v' _ . :�f ..-w X'c»- � 'r T3' �' `' t+ I°
Q ' .�"�- "�� a� . CHESSER BOYER RD- , .�� _,, ,�� r�k �R' �. �*�z "� y�`? � � .
0 � �y .� - .� j _ .-i s y 7r ", . .'y.i '��+i}o..K'rd+ }
����: ��"� ��► �I �= �.T � � r� :� 2 - . �h--t,,�^r:i -�� r L� �Ja--..��" t�%" --'�,'���5'�` �;r "t r `_.
� _� p �pj
d.'J .. " r� �.. ,.:. ��si i7`�'y,1"L rr� ��-,i� ��r-1 n- ,
//. ..i� 'S f�a ' �-__�n � a' .f f �°I! r � 4�I` . t � � �-
t �• �.
� .3 � � t' 3�--
� r;•` i ��"��.��� ■ � Y . ? rr �- �- � �FoC�� ` q�.
,
� * p p - :, �a ,,.�;� � w,, .. �� a a r
/-/ � rr rr� , 3. ; J .:� '',.:: �.. . . � �� k°t ,. �r C�: ti �i W °�'+ �� p; .
� ' �' � � ` ' � > pt � �- ~ ~ ;: t 1 oc�i'1� F �r�=,�E r a
r' I�rl�+� � •i��r I , , ' � - � "�".et� ,,.� r ti _ _ z �a � ,
r (� ( r-;i"'T,�'"�.11 ; �i ', ��� �� � i � � � iS'' �, -.. 2 �, 4�. � .,�'b ��", ��„ � a a, Z f' +� +'�4 ;, .
� '
gh'--1 � , �.� � n -_ _.-.�. � .�. . .-_: �,_{' �'� . U - . � �'�.,"fU' ��ii``, s.� rld�xq4 u..-iir ��! �'
�( ��� �
�_ -�l - ' ,✓1",st' r--' �, _=- ., -,` ..; KIMB�R� •,,. _..� =., .:.w }� n�-:o,� �. �-�' -s ��!k •
r ,�.�
�, : _ •� � t,,_ , 4 f�j"r�'`» i�� ���, = m —"`` � i: F �� r-'�`r�-, Yro�, .r - • 4 , y ,� 'c �
�� � a t � , - Q-Q' r'� 'r r �;�.J?�' 11 �'rf� ' _ Z - y � F-t��,��-��. �, 0 ��� O �.
'�ji] � f �.�. ""�ic'+'' �y. {t. r • E d- �� f T
! � 1 �`� �Q,�� _ J �'�� � ��f, Hf•%n�Jr�ia-� �-k:ii - . S ��1Q����z� �^�61 F 'j�+�"F" �LLp-���. Q�`F'.
J��- w -�a- �E 28TH ST ! a�t-� �;�� .•�c�:f ��� xa-� :a,
�'� ` ��'�''�'�-- a - � ~ _.� W �-__ -� G -r- _ '��� -�4�-C3� _ �
t � _ � ` " �>
.4 _ ` � ?. f "°'r A " Q , '�- h � !_ _ ? Q _ rti -" 4 _ # - I. �� r l� �* ~ i�� iL r[ �,� �x _.i -� � ��s `*.i r�, -
� , r��" � r�- , �S.,
� � %'., /✓/s'`�� � .', #fn 1q�Z �LJ� y�''��, y4C�'i a. ���ie 6'tC �' � p �� �q�f�F�f� �S--i'''"�. �Ft'--'}.f �L.�r-
� }� n A � j � "'� �' -�a u,, � oc � 1 �� ��` �=,f I �- _ t 1 1, p t" :..: �--� �, � � t� } r �
����/`1�,A=f' I ►a1 4,, �' � _ -i,.,.a• `W'r,+G m��� w "i� �s *I���-���f �, � �r��i.rr �:^� �,a� �,� i � --
e .i "S a� �_ � � 4 k "i-� - SJ � � u -. �1 � �`:' �' �,� ` � �:"4��� a�
'" a, a�, _ } � y� w �' HOLLIS ST s N W ' ���. �'
i,��J��� � �e i�� n�'�A � y ��.- :��oC��.k � �'b R�;.F�aca}�, �= n �-- �' ,w� ry �> �"3 u..{ .�.,.7 S`�SfA,. ti.-.
i / . S � "4q r . Z -1.. .. i Z�� �� �.' '��sk�,., Q Ci'"w'1'� -r-,� ,�„-ti�,
,t ' t W _'� "Y �'��i' PY T `Y� I .i �•4 � Q�=, l. � 3 -t . .'�C �'
�` l. IG -�' � � ro ;� ' i`� J+ - t a: s � r- Z -�-- t � tY a y . w d. S�¢,� Z"", y t �' } ( / i �
t r, y. j, +� M .�n tr ,, �. N x� . R �!'.J w-y c�.-,!�}a",r',� ��„�._- f i-.. - rr'r� 7, i J� � Z �-I :k��-'`t i'i! � n `.
t�. ,,� r i � O ��
, � � WATAUGA RD , ' ;� �-1°C� m "'�� ' S� I ; ; ,-+ 'cn�� o� � � rsc�'� , ,��,
f �S� �. �t �,. � t �r c �" i"� �� � �; �� � r� x _
t� �E�tr �'e a���� - �n r Z�i��'� a'C Q�.,,- � f':" . f�f Z.L'. :� � f7f �! Q ia ��t�.r-.,rt��� ._
.r" �.,� � T�' t i'!� .x. _ - _ � . . . • . " '� '. �."�h .U' � i 1�� '' 7��C�� yl�.�=.t''-��ac�.�L.i�'i�"�-i� -
,�<'�� �;,;, � ;a„1 t � r�z SPRINGDALE RD O I k-. i FrC�• h-c-3`� �t4�•y ,, �E'� � '`-�t � �.
���; .-,,,--��. ;� �� � . . . . � _ ,'�r��'�x:��`"y,� 1�,� :r �,,,�' �� fi�-- �,!.�',.
i . %7 °�" � Z �_i�.,-��{,�,.��_� ��, ��� � lio,��,
. �-, --- �.
p � r�
FORTIWORTHo � * , . °° ' 3 ���%�.� -���,.���� ,����
� _ . � � � A � � �,. �� „� x. �' 4"�^ � i�,�t' -it..r'�t.� -:
-,� - . _. • --4,� t � ,� -
w .� �, � ;. n; � �«k,4x� +§ r � (� b�.�.� � a . t��,� s ��/BERNICE ST
r� �Tt.._ � ,� +" � , 1� � '�'�°Fr" r r ' r� _ l. -,r. ,,ET; „y �6'T
;MFi*..1�.-1. � 7ek t{4�`d� ��C �a�,'�,�,..,7� °�� � h�.�-�IWi-H�r�'� �-6�.,./� �t ��F ��e:�
°. :�.+;.`r:l., ->..-+i;. T,n,-. .. ...✓'a�s:; =N-+ ��T7ipi'ar-. .� r �. f`�-. '!"`_`�
�
Leaend �
�
Stream
t Railroad � �
a , �
� a � ° °2i
� Pro osed Water Plant � ��' � rANqcR�ss oa Ro
P � e a
� P w �P
� Existing Wholesale Meter P � wiso°� �y �srs
�P�� c
� Potential Pump Station Site No o�
HO-5Alianment R�ERN�koss NORrriERNCRossa�vo o FRo
R P
N1�NK
a 2 EpGE ST
AItA1 (23,889LF) � o ���w
AItA2 (21,565 LF) R � � � o ° �
Alt B2 (20,394 LF) Proposed HO-E2 GST and PS J c��n,v��� R
Alt A3 (20,026 LF)
Alt B3 (18,855 LF) Alt A �nai nNo oR
''m Hal[om City 1 (E2)
Alt A4 (24,425 LF) '��,
Alt B4 (23,254 LF) > c�nvAv�
AItA5 (25,171 LF) __
Alt B5 (24,000 LF) ouoRumi oH o A�tA� �,r nwixixnrnve '
0 ^• o
k � � iiniiN a�vo �
Council Districts 2&11 AIt B2 �,, o�
AltA2 � --�•, T' �o?
AItB1 � 1� '.�;Ij �_ RR � �y°"
i • ... . s�a
., _._. ,
MtACHAM BLVD
- nnnoE��n sr
s''o� AItB4 AItA3 �Q- iRAs�
� - � � � JQ e�
�,� SA6ELLE I N
` MCMILLAN PKlyy � � $� RO%IE ST
Alt A4 RR . Nnowt oR
Alt 63 P�R
IIUNTERST SFE�'HANICDR
IJOwNINGOH � y�pP
M�TP F�
` O JFRRI ` T
VIGKI ST
North Richland Hills 3 E2
� sv�vnNincRoss��` � �
NioNNnsi
i�� � � �
I voNci���s1
��r �EE sr
- S
~ M�NE�
� a PAIRICIASF
-� s Q � EILEEN ST z ri ORIF2
MGKIRREN AVE Si
f _ O C W V _
ELONG a Y
C LOVG /�VC BROADWAV
NE3fiTH ST G/�RV �R
�O� QO
� �O� vP 2
F R� JANRUECT � HIRESLN
�' F 35TH ST 1,P [�
fJANA ST
CINDY �R � �
� WOO�V�NC AVE
- CAROI_FADR O�iV�DR HADLEVSi
JQQ'� , i MFnNsr
NE 33RD ST � �5� � R
� �y � �.VERDP�
+ �� wssi� oR
� �
cP9 ,Am z
aEaNERsr e�P`�FS �'A cHEsstkeov�kao .Q�i.Q �EaRvw
r o
s
� MCCOMAsft� � r�
BRIIf,E ST �- �"J
C ��� �
HICHf,RESTAVE __�♦� :a
� � � zWALIHALLST
5S � m �-
P
Q��� ,���_���� ;n� u NEVJI1AN�R u
O K1Mg� R� RtAFORD �R
v GONKLINGAVE
., y�
� i��..G���p.,��{. - LL
y , � NE z��H sT
- E �oR��NE ST
-- a
_ ;
m 183 0
aosr sr �
::i'. � fi
- SFIKAVE - IVEVST
o b Haltom City 2(HO) -
_ MCI:CURVST i �
- � = o '+'✓AYNE ��
HOLLIS ST
Z �
� � � KenRaysr HO-5
evnrnu�ako e.em � - SurfaceWaterTransmission
a �E�M"s� p .�:�fA e cREECHsr � Fort Wol�h Wafef Ufllity
� W LOTU6A�P o m 0
-TUS AVC
_ N sFaiNconi e ao Alternative
$ � - � R�s���F��a� Alignment Map
GOLDENRODAVE C
EARL ST
-_ � N � ASTERA�-= � F9� FORTWORTH�
_ ���` �� ATTAC H M E N T E ���
. �
0 1,250 vsucK�enve mnss� I�C.�M
42 Transmission Main
721
,4coR�� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)
� � I ovo��zoz5
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer riahts to the certificate holder in lieu of such endorsement(s).
PRODUCER
Marsh Risk & Insurance Services
CA License #0437153
633 W. Fifth Street, Suite 1200
Los Angeles, CA 90071
Attn: LosAngeles.CertRequest@Marsh.Com
CN 101348564-STND-GAUE-24-25
INSURED
AECOM
AECOM Technical Services, Inc.
13355 Noel Road, Suite 400
Dallas, TX 75240
COVERAGES
PHONE
arc r�� �t
E-MAIL
ADDRESS:
'I? ZOZH INSURER A :
INSURER B :
INSURER C :
INSURER D :
CERTIFICATE NUMBER
Marsh � U.S. OperaGons
866-966-0664
LosAnge Ies.CertReq uest@marsh.com
INSURER(5) AFFORDING COVERAGE
LOS-002796931-01 REVISION NUMBER:
212-94&0533
NAIC #
22667
NIA
27960
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR 7YpE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS
LTR i POLICY NUMBER MMIDD/YYYY MMIDD/YYYY
A X COMMERCIAL GENERAL LIABILITY HDO G47343045 0410112024 04/01I2025 EACH OCCURRENCE $ 1,000,000
CLAIMS-MADE X� OCCUR PREM SES� a occur ence) $ 1,000,000
MED EXP (Any one person) $ 5,000
PERSONAL & ADV INJURY $ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000
X POLICY � jE � � LOC PRODUCTS - COMP/OP AGG $ 2,000,000
OTHER: $
A AUTOMOBILE LIABILRY ISA H1073888A 04/01I2024 04/01I2025 COMBINED SINGLE LIMIT $ 1,000,000
(Ea accident)
X ANY AUTO BODILY INJURY (Per person) $
OWNED SCHEDULED BODILY INJURY (Per accident) $
AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTYDAMAGE $
AUTOS ONLY AUTOS ONLY lPer accidentl
$
UMBRELLA LIAB � OCCUR EACH OCCURRENCE $
EXCESS LIAB CLAIMS-MADE AGGREGATE $
DED RETENTION $
,4 WORKERS COMPENSATION WLR C50718748 AOS O4/O1I2O24 04101/2025 I PER OTH-
AND EMPLOYERS' LIABILITY ( � X STATUTE I ER
A �� N SCF C50718852 WI Retro 04101l2024 04/01l2025
ANVPROPRIETOR/PARTNER/EXECUTIVE ( � E.L. EACH ACCIDENT $ 2,000,000
OFFICER/MEMBEREXCLUDED? � N / A
(Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $ 2,000,000
If yes, describe under 2,000,000
DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $
C ARCHITECTS & ENG. EON G21654693 005 0410112024 04I0112025 Per ClaimlAgg 2,000,000
PROFESSIONAL LIAB. "CLAIMS MADE" Defense Included
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be altached if more space is required)
Re: Contract No.105721; HOLLY SPRINGDALE 42-INCH TRANSMISSION MAIN (WP HO-5)
Location: Fort Worth, Texas
City o( Fort Worth is named as additional insured for GL & AL coverages, but only as respects work performed by or on behalf o( the named insured and where required by written contract.
City of Fort Worth
100 Fort Worth Trail
Fort Worth, TX 76102
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORI2ED REPRESENTATIVE
�� ,�c�e & 9�au�ce Svw�cee
O 1988-2016 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, September 16, 2025 REFERENCE NO.: **M&C 25-0899
LOG NAME: 60SPRINGD421NWTM-AECOM
SUBJECT:
(CD 2, CD 11, and HALTOM CITY) Authorize Execution of an Engineering Agreement with AECOM
Technical Services, Inc. in the Amount of $1,611,939.00 for the Holly Springdale Road 42-Inch Water
Transmission Main in Beach Street 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 AECOM Technical Services, Inc., in the
amount of $1,611,939.00, for the Holly Springdale Road 42-inch Water Transmission Main in Beach
Street project (City Project No. 105721); and
2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the
Water & Sewer Revenue Bonds Series 2023 Fund by increasing estimated receipts and
appropriations for construction management of Holly to Eastside Booster Pump Station and
Transmission Main in Beach Street project (City Project No. 105721) in the amount
of $2,086,539.00 and decreasing estimated receipts and appropriations in the Commercial Paper
project (City Project No. UCMLPR) by the same amount, to effect a portion of Water's contribution to
the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
This Mayor and Council Communication (M&C) is to authorize execution of an engineering agreement
with AECOM Technical Services Inc., in the amount of $1,611,939.00 for the Holly Springdale Road 42-
inch Water Transmission Main and the replacement of small diameter water (SMW) and small diameter
sewer (SMS) mains for the preparation of plans and specifications on the following streets:
Street From To Scope of Work
N. Sylvania Watauga Road Springdale 42-in Water
Avenue Road
Springdale N. Sylvania N. Beach 42-in
Road Avenue Street Water/SMW/SMS
N. Beach Springdale Glenview Drive 42-in Water
Street Road
Glenview Drive N. Beach Colonial Park 42-in Water
� Street J Drive
In addition to the contract amount, $474,600.00 (Water: $444,600.00; Sewer: $30,000.00) 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.
As part of this project, 8,242 feet of cast iron water main and 6,009 feet of sanitary sewer pipe will be
removed and replaced.
It is the practice of the Water Department to appropriate its Capital Improvement Program (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 currently available in the Commercial Paper project within the Water & Sewer Revenue Bonds
Series 2023 Fund for the purpose of funding the Holly to Eastside Booster Pump Station and
Transmission Main in Beach Street project.
Appropriations for the Holly to Eastside Booster Pump Station and Transmission Main in Beach Street
project are as depicted below:
Fund Existing Additional project Total*
Appropriations Appropriations
W&S Rev Bonds
Series 2023 — $0.00 $2,086,539.00 $2,086,539.00
Fund 56021
Project Total $0.00 $2,086,539.00 $2,086,539.00
*Numbers rounded for presentation purposes.
The project is located in COUNCIL DISTRICTS 2, 11 and Haltom City.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Commercial Paper project within
the W&S Rev Bonds Series 2023 Fund and upon approval of the above recommendations and adoption of
the attached appropriation ordinance, funds will be available in the W&S Rev Bond Series 2023 Fund for
the Holly-ES Boost PS/TM Beach St project to support the above recommendations and execution of the
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 ccoun Project Program ctivity Budget Reference # moun
ID ID Year (Chartfield 2)
FROM
�Fund Department
L _ �D
CERTIFICATIONS:
un�Project Program�Activity Budget
ID � Year
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
Reference # moun
(Chartfield 2)
Jesica McEachern (5804)
Chris Harder (5020)
Walter Norwood (5026)
ATTACHMENTS
1. 25-24-105721 (PRO Holly Springdale Road 42-inch Water Transmission Main)-CC.pdf (CFW Internal)
2. 6060HSPRINGD421NWTM-AECOM funds availability,pdf (CFW Internal)
3. 60HSPRINGD421NWTM-AECOM- FID Table (WCF 06.25.25).xlsx (CFW Internal)
4.60HSPRINGD421NWTM-AECOM.pdf (Public)
5. ORD.APP 60HSPRINGD421NWTM-AECOM 56021 A025(r2)_(11)1.docx (Public)
6. PBS CPN 105721.pdf (CFW Internal)
7. SAM.gov search AECOM.pdf (CFW Internal)
O O O O O O O
O O O O O O O
J O O O ol Q1 0l Ol
n'I M M M O O O O
O O O O �+'1 Vl �+'1 ul
W W W W N N N N
c-i c-i c-i c-i � � �
� � � �
C�i!
O O I I� I� I I� I� I I� I�N
� � � � � � � ti
J N J N J N J N
� Lfl � Lfl � Lfl � Vl
U O U O U O U O
� � � � � � � �
V1 � V1 V1
Lfl In Lfl Lfl
O O O O
rn rn m m
� a V V
O I O I I O I O I I O I O I I O I O
� OI I�I�I I�I�I I�I�
O
� O O �
J O � �
t�'1 M O �
O O �+1 �
Lfl
V
W 00 N �
c-i r-i �
� �
� � � �
U O U p
a � d �
z o z o
� o � o
v
� � � � �
C O O O O U
O C '-' '-' '-' '-'
�' t � � � •� •� •� •� �' �
O V C � �/1 � � � � O �
� v � �� u u u u U O
Q Q Q Q � lJ
+��+ � O U F C C C C +�+ �
�n O u lJ �� v v v v v� u °1
C C CC �
N V �+�+ J J C C C C � � �
� C___ N N N N C+�+
� d lJ � V�1 V�1 W W W W � l� C'
O O O O O O O O O O O O O
O O O O O O O O O O O O O
J O O O O O O O O O O ol O Ql
m �O O m O 00 �O O O O O o O O
O Ol O V O Ol lD O O O O�+'1 O Vl
ti.� v� v o m o o �n �n �n o �n
a o+n m+n o m oo ti v� v� a m ti
o� N m .� vt vt vt N vt N
ti � � � � �
011 011 011 011 011 011 011 011 011 011 011 011 011 Ol
� � � � � � � � � � � � � �
Q1 Q1 Q1 Q1 Ol Q1 Q1 Ol Q1 Q1 Q1 Ol Q1 Q1
� � � � � � � � � � � � � �
O O O O O�� O� O� O� � O O O Z
v v v v v v v v v v v v v v a
ti � � � � � � � � � � � � � H
0 0 0 0 0 0 0 0 0 0 0 0 0 o w
0 0 0 0 0 0 0 0 0 0 0 0 0 0�
� � � � � � � � � � � � � � � � � � �
� N � N N N N N N N N N N N N N N N N
c n c n � n n n n n n n n n n n n n n n
G lf1 G lf1 Lfl Lfl Lfl L!1 L!1 Lfl Lfl L!1 L!1 Lfl Lfl L!1 L!1 Lfl Lfl
lJ O lJ O O O O O O O O O O O O O O O O
� ti � ti ti ti ti ti ti ti ti ti ti ti ti ti ti ti ti
.--i .--i .--i .--i O ti N O O O O O ti O O O ti O O
V1 � � V1 l0 O O O Vl O Vl �--i O O�--i lD O O O
rl .--� .--� .--i .� c-I c-I Vl M Vl M O N�/1 O N N�/1 O
V1 Vl Vl V1 �7 O O O O O O O O O O Vl O O O
O O O O O.1 l.fl M�--I M�--I e-I e-I M V O�--� M l0
m rn rn m rn� �n m m m m �.� m � m.� m o
� � � Ct � V1 l.fl l.fl l.fl l.fl l.fl l.fl l.fl l.fl l.fl V l.fl l.fl N
O O O O O O O O O O O O O O O O O O
M M M M M M M M M M M M M M M M M M
� V V � � � V V V V V V V V V V V V
O O O O O O O O O O O O O O O O O O
O O O O O O O O O O O O O O O O O O
� � � r � � � � � � � � � � � � � �
O O O O ` O O O O O O O O O O O O O O
rl c-I c-I c-I
� � � �
� � � �
O I O I O I O I O I O I O I O I O I O I O I O I O I O I O
� � � � � � � � � � � � � � �
ul ul ul ul ul ul ul ul ul ul ul ul ul ul ul
0��00�00�00 � V ���00� � V �000000000000�