Loading...
HomeMy WebLinkAboutContract 64139City of Fort Worth, Texas Downtown Fort Worth Cast Iron Replacement Part 4 Standard Agreement for Engineering Related Design Services 105780 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 Freese and Nichols, Inc., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Downtown Fort Worth Small Diameter Cast Iron Water Main Replacements Part 4 – Project No. 105780. 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 $1,069,920.00 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 Downtown Fort Worth Cast Iron Replacement Part 4 Standard Agreement for Engineering Related Design Services 105780 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 Downtown Fort Worth Cast Iron Replacement Part 4 Standard Agreement for Engineering Related Design Services 105780 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 Downtown Fort Worth Cast Iron Replacement Part 4 Standard Agreement for Engineering Related Design Services 105780 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 Downtown Fort Worth Cast Iron Replacement Part 4 Standard Agreement for Engineering Related Design Services 105780 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 Downtown Fort Worth Cast Iron Replacement Part 4 Standard Agreement for Engineering Related Design Services 105780 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 Downtown Fort Worth Cast Iron Replacement Part 4 Standard Agreement for Engineering Related Design Services 105780 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 licensesrequired 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 Downtown Fort Worth Cast Iron Replacement Part 4 Standard Agreement for Engineering Related Design Services 105780 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 Downtown Fort Worth Cast Iron Replacement Part 4 Standard Agreement for Engineering Related Design Services 105780 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 Downtown Fort Worth Cast Iron Replacement Part 4 Standard Agreement for Engineering Related Design Services 105780 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 Downtown Fort Worth Cast Iron Replacement Part 4 Standard Agreement for Engineering Related Design Services 105780 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 Downtown Fort Worth Cast Iron Replacement Part 4 Standard Agreement for Engineering Related Design Services 105780 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 Downtown Fort Worth Cast Iron Replacement Part 4 Standard Agreement for Engineering Related Design Services 105780 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 Downtown Fort Worth Cast Iron Replacement Part 4 Standard Agreement for Engineering Related Design Services 105780 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:__________________ Freese and Nichols, Inc. Nicholas Lester, P.E. Vice President 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.: __25-0893__________________ M&C Date: September 16 th, 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. _______________________________ Clayton Torrance, P.E. Project Manager City of Fort Worth, Texas Downtown Fort Worth Cast Iron Replacement Part 4 Standard Agreement for Engineering Related Design Services 105780 Revised Date: August 18, 2025 Page 15 of 15 ww.treese.com July 8, 2025 Mr. Clayton Torrance, P.E. Project Manager City of Fort Worth Water Department 311 West 10t" Street Fort Worth, TX 76102 Re: Professional Service Agreement for powntown Fort Worth Small Diameter Cast Iron Water Main Replacements Part 4(City Project No. 105780) Dear Mr. Torrance: Freese and Nichols, Inc. (FNI) is pleased to provide this proposal for professional design services for the for powntown fort Worth Small Diameter Cast Iron Water Main Replacements Part 4 project. The fee includes design management and project coordination, design services for the water and sewer lines, a detailed traffic control plan, environmental investigation, bid phase and construction support, design survey, and Level A SUE. A summary of the fee is shown below: Item Fee Design Management & Utility Coordination $105,705 Design & Traffic Control $509,347 Environmental Investigation $17,112 Bid Phase $23,232 Construction Phase $61,582 Survey $273,370 Level A SUE (15 QL-A potholes) $49,572 Additional Services (only if authorized by FW Water) $30,000 Total $1,069,920 Freese and Nichols appreciates this opportunity, and we would like to meet with you to discuss these additional services at your convenience. Sincerely, � Amanda Jo son, P.E Associate � Project Manager Attachments Attachment A— Scope of Work Attachment B— Level of Effort Attachment C— Changes and Amendments to Standard Agreement Attachment D — Project Schedule L:\Client\OLCR\F\Fort Worth Water\Downtown Cast Iron Water Main Replacements —Area 4 801 Cherry Street, Suite 2800 + Fort Worth, Texas 76102 + 817-735-7300 + FAX 817-735-7491 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMNTS PART 4 CITY PROJECT NO.: 105780 ATTACHMENT A Scope for Enqineerinq Desiqn Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART4 CITY PROJECT NO.: 105780 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. General: Water Replacements Design of approximately 17,197 LF of 6-inch to 20-inch cast iron water line replacements from Summit Ave to Throckmorton St, as shown in the attachment. 3,310 LF of sanitary sewer along W 7t" Street, 10th Street, Florence Street, and West 13t" Street will also be replaced pending coordination of CCTV inspection and Fort Worth Operations review. WORK TO BE PERFORMED Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 Task 7 Task 8 Task 9 Design Management Conceptual Design (30%) Preliminary Design (60%) Final Design (90%) and Construction Documents (100%) Bid Phase Services Construction Phase Services Survey and Level A SUE Plan Submittal Checklists Additional Services as Directed by the City TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change: ■ communicate effectively ■ coordinate internally and externally as needed ■ proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage, and direct design team activities • Ensure quality control is practiced in performance of the work City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTONW FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, verify CITY objectives, and ensure economical and functional designs that meet CITY requirements. • Conduct up to three (3) review meetings with the CITY at the end of each design submittal phase. • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Water Department. • Prepare and submit baseline Project Schedule and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities including the Area 4 Part 1 Engineer, Area 4 Part 2 Engineer, Area 4 Part 3 Engineer (Shield), Fort Worth Fire Station #2, St. Patrick Cathedral, City Life Church Downtown Fort Worth, St. Andrew's Anglican Church, First United Methodist Church, D&M Leasing, Burnett Plaza, Lanham Federal Building, Fort Worth Municipal Court, Fort Worth City Municipal Building, Texas Workforce Commission, Higginbotham Headquarters, United States District Court, Trinity Metro, Fort Worth Transportation and Public Works, and Fort Worth Water Operations as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. Monthly in-person coordination meetings will be held with FW Water. • Coordinate with Fort Worth Water Operations and entities affected by the sanitary sewer reroutes along W 7t" St, W 10th St, Florence St, and 13t" St. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • 16 MWBE reports will be prepared. • One kickoff ineeting with City staff. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 2 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 • Up to three design workshops with City staff. • Monthly coordination meetings with City staff (up to nine). • 16 monthly Water Department progress reports will be prepared. • 16 monthly project schedule updates will be prepared. • One construction contracts. • The proposed alignments will stay within ROW. DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form G. Plan Submittal Checklists (See Task 9) TASK 2. CONCEPTUAL DESIGN (30%). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Study the project ■ Recommend the alignment that successfully address the design problem ■ Obtain the CITY's endorsement of this concept ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. • The ENGINEER will 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. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 3 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 2.2. The Conceptual Design Package shall include the following: • Strip Map After the survey is complete, the route will be identified. The ENGINEER will then prepare a strip map of the alignment and proposed appurtenances. The strip map will show a proposed plan-only view of the alignment with proposed valving and TxDOT installation requirements. The ENGINEER will meet with the CITY to review the strip map before proceeding with the Preliminary Design. • Estimates of probable construction cost. • Pipe material selection will be alternate bid with ductile iron, steel, and concrete. 2.3 Environmental Compile readily available existing information and prepare maps of the proposed project area in preparation for a pedestrian survey. The types of information that will be gathered will include, but is not limited to, U.S. Geological Survey (USGS) 7.5-minute topographic maps, U.S. Fish and Wildlife Service (USFWS) National Wetlands Inventory (NWI) maps, Natural Resources Conservation Service (NRCS) soils maps, as well as recent and historical aerial photographs of the proposed project area. Environmental scientists will conduct a pedestrian survey of the proposed LOC. Potential waters of the U.S. (WOTUS), such as streams, wetlands, or open waterbodies, will be documented, and the boundaries of these features will be mapped with a GPS capable of sub-meter accuracy. The jurisdictional boundaries of wetlands will be delineated based on the 1987 U.S. Army Corps of Engineers (USACE) Wetland Delineation Manual and the Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Great Plains Region (Version 2.0). FNI scientists will also assess habitat within the proposed LOC to determine if potential habitat for federally listed threatened or endangered species is present. Projects sponsored by public entities that affect a cumulative area greater than five acres or that disturb more than 5,000 cubic yards, or if the project is inside a designated historic district or recorded archeological site require advance consultation with the Texas Historical Commission (THC) according to Section 191.0525 (d) of the Antiquities Code of Texas. Furthermore, in accordance with Section 106 of the National Historical Preservation Act, the USACE requires coordination under NWP General Condition 20, Historic Properties, if a project with impacts to WOTUS has the potential to cause effects to historic properties, including archeological sites. Once the Area of Potential Effect (APE) has been defined, FNI will review the APE for potential cultural resources and prepare a letter describing the project and requesting review by the THC to determine if a cultural resources survey will be required. If a cultural resources survey is required by the THC, it can be provided as an additional service • Review the plans with the design team and prepare a technical memorandum documenting the results of the site visit, results of the THC coordination, and an opinion as to whether the project could be constructed under a Clean Water Act City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 4 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 Section 404 Nationwide Permit (NWP) without requiring the preparation and submittal of a pre-construction notification (PCN) to the USACE. If the project is determined to require the preparation and submittal of a PCN, it can be provided as an additional service. • FNI environmental scientists will coordinate with the project team (i.e., the City and design team) on the findings of the environmental permitting evaluation and provide environmental input during design to avoid potential PCN triggers or other environmental concerns. ASSUMPTIONS • 1 PDF copy of the conceptual design package (30% design) will be delivered. • DWF files created from design CAD drawings will be uploaded to the designated project folder in Trimble Unity Construct. • ENGINEER shall prepare the meeting minutes of the Concept Review meeting and incorporate comments into the Preliminary Design. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design. DELIVERABLES A. Strip map of the proposed alignments B. Estimates of probable construction cost C. Environmental report TASK 3. PRELIMINARY DESIGN (60%). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet • A Proiect Control Sheet, showing all Control Points, used, or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument #8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e., set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall proiect easement lavout sheet(s) with property owner information. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 5 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 Overall proiect water and/or sanitary sewer lavout sheets. The water layout sheet shall identify the proposed water main improvement/existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sanitary sewer layout sheet shall identify the proposed sanitary sewer main improvement/existing sanitary sewer mains and all appurtenances in the vicinity. • Overall water and/or sanitary sewer abandonment sheet. • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. • Benchmarks per 1,000 ft of plan/profile sheet — two or more. • Bearinqs given on all proposed centerlines or baselines. • 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 fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. The ENGINEER shall make provisions for reconnecting all identifiable water and/or sanitary sewer service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. The ENGINEER will prepare standard and special detail sheets for water line installation and sanitary sewer replacement that are not already included in the D- section of the CITY's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. 3.2. Utility Clearance The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible, consider potential future utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Trimble Unity Construct for forwarding to all utility companies which have facilities within the City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 6 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. 3.3. Preliminary Traffic Control Phasing and Detour Plan • FNI will prepare a Preliminary Traffic Control Phasing and Detour Plan exhibit showing number of open and closed travel lanes, detours (if necessary), and construction area for each phase of construction. The exhibit will be an overall view of the entire project and will not include temporary signing and striping, channelizing devices, and barricades. • FNI will use the Preliminary Traffic Control Phasing and Detour Plan to coordinate the roadway closures and detours plans with the City TPW staff prior to the development of the Detailed Traffic Control and Detour Plan. • Pavement replacement will be full width mill and overlay. All backfill will utilize CLSM. ASSUMPTIONS • 0 Geotechnical borings are expected for this project. • 2 sets of 11"x17" size plans will be delivered to the City for the Preliminary Design (60% design) review. • 2 sets of specifications will be delivered to the City for the Preliminary Design (60% design) review. • DWF files created from design CAD drawings will be uploaded to the designated project folder in Trimble Unity Construct. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications, if needed. • 2 set of 11 "x17" size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with 90% or Final Design activities without written approval by the CITY of the Preliminary Design plans. • Attend up to four public meetings DELIVERABLES A. Public meeting exhibit (up to four) B. Preliminary Design drawings and specifications C. Utility Clearance drawings D. Estimates of probable construction cost E. Data Base listing names and addresses of residents and businesses affected by the project F. Preliminary Traffic Control Phasing and Detour Plan City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 7 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • The Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. • Incorporate City comments and submit draft Final plans (90%) and specifications to CITY per the approved Project Schedule. • Detailed Traffic Control and Detour Plans • FNI will prepare Detailed Traffic Control and Detour Plans showing travel lanes and construction area for each phase of construction. Layouts will include temporary signing and striping, channelizing devices, and barricades. It is anticipated that the Project's construction manager and/or Contractor will be responsible for preparing detailed traffic control plans when deviations to the overall plans are required. The deviation plans shall be submitted to the City for review and approval. Deviation plans conform to the Engineer's traffic control and sequencing plans. All traffic control plans shall be developed in accordance with TMUTCD Standards, TxDOT Standards, and sealed by an Engineer licensed in the State of Texas. • FNI will develop typical detour plan showing side street closures during construction and appropriate detour notification is provided. It is anticipated that the Project's construction manager and/or Contractor will be responsible for developing specific detours for special conditions and submitting the plans to the City for review and approval. • FNI will coordinate the roadway closures and detours plans with the City TPW staff prior to the bidding of the project. • FNI will prepare Detailed Traffic Control and Detour Plans based on the following full and partial roadway closure assumptions: • Full road closures with detour routes: • 13th Street (5 segments) • Monroe Street • Two-way traffic: • Summit Avenue • Cherry Street • Henderson Street (2 segments) • 7th Street • Cherry Street City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 8 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 • Jennings Avenue • Taylor Street • One-way traffic with road closure and detour route: • Texas Street (6 segments) • Florence Street • 10th Street (2 segments) • Macon Street • 5TH Street (2 segments) • Partial intersection closures: • Texas Street at Monroe Street • 13th Street at Jennings Avenue • Texas Street at Jennings Avenue • Texas Street at Throckmorton Street • Following a 90% construction plan review meeting with the CITY, and incorporating City comments, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • 2 sets of 11"x17" size drawings and 2 specifications will be delivered to the City for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Trimble Unity Construct. • 1 set of 11 "x17" size drawings and 1 set of 22"x34" size drawings and 2 specifications will be delivered to the City for the 100% Design package. • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Trimble Unity Construct. • Engineer to provide final sheet list (cover/index, general notes, control point location, easement layout (as required), no. of plan/profiles, special detail sheets, etc.) to the City. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 9 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs, including summaries of bid items and quantities using the CITY's standard bid items and format. D. Detailed Traffic Control and Detour Plans. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Trimble Unity Construct for access to potential bidders. • Contract documents shall be uploaded in a.xls file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Trimble Unity Construct in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall maintain a plan holders from Contractor's uploaded Plan Holder Registrations in Trimble Unity Construct. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Trimble Unity Construct folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Trimble Unity Construct. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 10 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 Tabulation are to be uploaded into the project's Bid Results folder on Trimble Unity Construct. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Conformed Design Drawings (Issued For Bid) Conformed Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Sinqular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: • TPW file name example —"W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf • Water and Sewer file name example —"X-35667_org36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf • Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in Trimble Unity Construct. • In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: • TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name —"W-1956_SHT01.dwg," "W- 1956_SHT02.dwg," etc. • Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name —"X-12155_SHT01.dwg," "X-12755_SHT02.dwg," etc. • For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 11 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 ASSUMPTIONS • The project will be bid as one projects and awarded to one contractor. • Construction documents will be made available on Trimble Unity Construct for plan holders and/or given to plan viewing rooms. • 1 set of 11 "x17" size and 1 set of 22"x34" size drawings plans and 2 specifications will be delivered to the CITY. • PDF, DWF, and DWG files will be uploaded to Trimble Unity Construct. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend a public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site once per month (not to exceed 8 visits) as construction proceeds to observe and report on progress. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents including up to 8 RFIs, review change orders (up to one), and make recommendations as to the acceptability of the work. The ENGINEER shall attend the "Final" project walk-through and assist with preparation of final punch list 6.2 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey o Red-Line Markups from Contractor City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 12 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 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. 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 and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Sinqular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: • TPW file name example —"W-1956 rec47.pdf' where "W-1956" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "47" shall be the total number of sheets in this file. Example: W-0053_rec3.pdf and K-0320_org5.pdf • Water and Sewer file name example —"X-35667 rec36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "36" shall be the total number of sheets in this file. Example: X-12755_rec18.pdf • Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in Trimble Unity Construct. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 13 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 ASSUMPTIONS • 8 RFI's are assumed 1 Change Orders are assumed • One .PDF copy of record drawings will be provided to the CITY. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Order D. Review of shop drawings (up to 20) E. Final Punch List items TASK 7. SURVEY and Level A SUE ENGINEER will provide survey support as follows. 7.1. Design Survey 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. ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • The minimum survey information to be provided on the plans shall include the following: o A Project Control Sheet, showing ALL Control Points, used, or set while gathering data. Generally on a scale of not less than 1:400: o The following information about each Control Point; a) Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod) City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 14 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 b) X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c) Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). o Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. o No less than two horizontal bench marks, per line or location. o Bearings given on all proposed centerlines, or baselines. o Station equations relating utilities to paving, when appropriate. 7.2 Level A SUE Perform up to 15 SubsurFace Utility Engineering (SUE) Quality Level A test holes, in areas to be identified, in general accordance with the recommended practices and procedures described in American Society of Civil Engineers (ASCE) Publication Cl/ASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data). To the extent possible, test holes will be performed as close as possible to the anticipated crossing location. Test hole work will be coordinated with the applicable utility company. The QL "A" field findings will be surveyed and delivered in the form of a.dwg CAD base file. Five (5) days of Traffic Control Services were included in the budget. A test hole summary sheet will also be provided that includes the ground elevation, depth to top of utility elevation, horizontal location coordinates, owner and type of material of existing utility for each test hole. • All Level B SUE scope is not included. The ENGINEER will contact franchise utility companies to document known utilities in the area. The ENGINEER will supply the provided information in the contract documents, but conditions may differ in the field, resulting in construction change orders. ASSUMPTIONS Topographic survey will be full ROW width for the alignments outlined in the project exhibit. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 15 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 TASK 8. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Traffic Traffic Traffic Street Water Control Control Control Traffic Storm Storm Lights /Sewer Traffic 30% 60% 90% Attachment "A" Signal Engineering Water Water (Submit (Submit Type (Submi�t All 30% 60% All @ All @ iSubmit All 0 @ 30 0) 30% 60%) @ 60 °) Required for all work in City ROW Street X X X X X* X X X X Storm Water X X X X X Water / Sewer X X X X *If included in street project ASSUMPTIONS • The pipeline route will follow existing roadways, no easements will be required. DELIVERABLES A. Plan submittal checklist. Task 9. ADDITIONAL SERVICES AS DIRECTED BY THE CITY Engineer will complete additional tasks not defined in the above scope, as directed in writing by the City. The tasks will be performed for a fee agreed upon by the City and Engineer at the time of authorization. Should the required scope of work exceed $50,000, Engineer will submit a request to cover the additional work required. • Additional services as directed by the City, up to $50,000. ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existinq Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Preparation of inetes and bounds, negotiation of easements or property acquisition. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 16 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re- bidding of the contract for construction. • Construction management and inspection services • Periodic site visits during the construction phase exceeding eight visits. • Additional laboratory testing due to unexpected subsurface conditions found in the site exploration. • 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. • Review of more than eight Requests for Information. • Review of more than one change orders. • Services related to Survey Construction Staking or Construction Control Staking. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY and not specifically identified in the Scope of Services. • Preparation of a pre-construction notification (PCN) to the USACE for Section 404 nationwide permit authorization. • Preparation of a formal written request to the USACE for authorization under a letter of permission (LOP) procedure or a standard individual Section 404 permit application. • Preparation of an Approved Jurisdictional Determination (AJD) or No Permit Required Letter Request from the USACE. • Tree survey and preparation of a permit application for compliance with City Forestry requirements. • Preparation of a National Environmental Policy Act (NEPA) Categorical Exclusion (CE), Environmental Information Document (EID), Environmental Assessment (EA), or an Environmental Impact Statement (EIS). • Application to Texas Commission on Environmental Quality (TCEQ) for individual 401 Water Quality Certification. • Presence/absence surveys for state or federally listed threatened/endangered species. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 17 of 18 ATTACHMENT A DESIGN SERVICES FOR DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 CITY PROJECT NO.: 105780 • Preparation of a Biological Assessment for Consultation/Conference with the U. S. Fish and Wildlife Service (USFWS) under Section 7 of the Endangered Species Act. • Preparation of a Geomorphic Stream Assessment Report. • Preparation of a Hazardous Waste Regulatory Records Review, a Hazardous Materials Initial Site Assessment (ISA), Phase I, or Phase II Environmental Site Assessment (ESA). • Preparation of a National Pollution Discharge Elimination System (NPDES) Storm Water Pollution Prevention Plan (SWPPP). • Cultural resources survey by a professional archeologist or architectural historian. • Expert representation at legal proceedings or at contested hearings. • Meetings, field investigations, analysis, or consultation with the USACE or other resource agencies, including respond to public or regulatory agency comments except as specifically noted in this scope of services • Traffic Control Typical Sections showing lane widths, edge conditions, channelization, and proposed construction area. • Intersection Staging Plans. • Level B SUE. • Geotechnicallnvestigation. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 18 of 18 ATTACHMENT B COMPENSATION City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 1 of 3 B-1 Design Services for Downtown Fort Worth Small Diameter Cast Iron Water Replacements Part4 City Project No. 105780 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $1,069,920.00 as summarized in Exhibit B-1 – Engineer Invoice and Section IV – Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City’s approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth’s Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department, monthly progress reports and schedules in the format required by the City. 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 Consultant Freese and Nichols, Inc. $1,069,920.00 100% Proposed MWBE Sub-Consultants Non-MWBE Consultants TOTAL $1,069,920.00 100% Project Number & Name Total Fee Downtown Fort Worth Small Diameter Cast Iron Water Main Replacements Part 4 City Project No.: 105780 $1,069,920.00 EXHIBIT “B-1” ENGINEER INVOICE (Supplement to Attachment B) City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 3 of 3 B-3 Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. Professional Services InvoiceProject Manager:SummaryProject:City Project #:105780City Sec Number:Supplier Instructions:Fill in green cells including Invoice Number, From and To Dates and the included worksheets.Company Name:When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to theConsultant folder within Project's folder.Supplier's PM:Amanda Johnson, P.E.email:Supplier Invoice #:Office Address:Payment Request #:Telephone:Service Date:FromFax:Service Date:ToInvoice Date:Remit Address:SheetAgreement AmountAmendment AmountPercent Spent($) Invoiced PreviouslyCurrent InvoiceRemaining BalanceWork Type 1$897,226.00 $897,226.00 $897,226.00Work Type 2$172,694.00 $172,694.00 $172,694.00Work Type 3Work Type 4Work Type 5Work Type 6Totals This Invoice$1,069,920.00$1,069,920.00$1,069,920.00Overall Percentage Spent:Claton Torrance, P.E.Freese and Nichols, Inc.Downtown Fort Worth Small Diameter Water Main Replacements Part 4Agreement Amount to DateAmanda.Johnson@freese.com801 Cherry Street Suite 2800 Fort Worth, TX 76102(817) 735-7533(817) 735-7491LTD Completed AmountFID and Work Type DescriptionWater DesignSanitary Sewer Design Professional Services InvoiceProject Manager:FALSEProject:16 - Hydraulic Assesment(s)City Project #:10578030 - DesignWork Type Desc:Supplier Instructions:31 - Conceptual DesignFID:32 - Preliminary DesignCity Sec Number:Fill in green cells including Percent Complete and Invoiced Previously Quanities32 - Geotech ReportPurchase Order:When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the33 - Final DesignConsultant folder within Project's folder.33 - PrintingCompany Name:33 - Other Reimbursibles42 - Negotiations/Easements/Legal Fees51 - Preliminary SurveySupplier's PM:Amanda Johnson, P.E.email:52 - Construction StakingSupplier Invoice #:Office Address:80 - ConstructionPayment Request #:Telephone:81 - Construction ReimbursementsService Date:FromFax:84 - Material/Soil TestingService Date:To85 - Construction ServicesInvoice Date:Remit 93 - MappingCity Invoice No.To Add more use insertPay ItemsAgreement AmountAmendment NumberAmendment AmountPercent Spent($) Invoiced PreviouslyCurrent InvoiceRemaining Balance$897,226.00 $897,226.00 $897,226.00Totals This Unit:$897,226.00$897,226.00$897,226.00Overall Percentage Complete:Water DescriptionWaterLTD Completed Amount(817) 735-7533(817) 735-749130 - Design801 Chery Street Suite 2800 Fort Worth, TX 76102Freese and Nichols, Inc.801 Chery Street Suite 2800 Fort Worth, TX 76102Downtown Fort Worth Small Diameter Cast Iron Water Main Replacements Part 4Clayton TorranceAgreement Amount to Dateamanda.johnson@freese.com Professional Services InvoiceProject Manager:FALSEProject:16 - Hydraulic Assesment(s)City Project #:10578030 - DesignWork Type Desc:Supplier Instructions:31 - Conceptual DesignFID:32 - Preliminary DesignCity Sec Number:Fill in green cells including Percent Complete and Invoiced Previously Quanities32 - Geotech ReportPurchase Order:When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the33 - Final DesignConsultant folder within Project's folder.33 - PrintingCompany Name:33 - Other Reimbursibles42 - Negotiations/Easements/Legal Fees51 - Preliminary SurveySupplier's PM:Amanda Johnson, P.E.email:52 - Construction StakingSupplier Invoice #:Office Address:80 - ConstructionPayment Request #:Telephone:81 - Construction ReimbursementsService Date:FromFax:84 - Material/Soil TestingService Date:To85 - Construction ServicesInvoice Date:Remit 93 - MappingCity Invoice No.To Add more use insertPay ItemsAgreement AmountAmendment NumberAmendment AmountPercent Spent($) Invoiced PreviouslyCurrent InvoiceRemaining Balance$100 $1.00 $100Totals This Unit:$1.00 $1.00 $100Overall Percentage Complete:Freese and Nichols, Inc.DescriptionSewerClayton TorranceAgreement Amount to Date30 - Designamanda.johnson@freese.com801 Chery Street Suite 2800 Fort Worth, TX 76102(817) 735-7533(817) 735-7491801 Chery Street Suite 2800 Fort Worth, TX 76102Downtown Fort Worth Small Diameter Cast Iron Water Main Replacements Part 4LTD Completed AmountSewer � � a � � � � a � � a � � r� a ro�3 ' x � o �a�� �Hrc'�y m 2 C � N u � c KFi,rnrc v�N~ c � �� a a � x � rc 0 3 � rc 0 z 3 0 � z 3 0 v� %�� 3E�� Fia:3 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for DOWNTOWN FORT WORTH SMALL DIAMETER CAST IRON WATER MAIN REPLACEMENTS PART 4 Project No. 105780 None. City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page 1 of 1 ATTACHMENT D ,� , ` �i �� � ����T s�� �� � `I � � � ;� � r r. . i�. � . i . �:�' ,��� .•�" �', �� .e ��'•�n l� � II ' ; .3= � ,� � � 4- ` . s S � - �� �; i e � � � � �: 4. ����G � �, `. �.. �. a_ �.� _1 �� i, ' , �,� �; � , �,,,� .« ,I �; I •. , �GO • � _ - �� �� ' ,l _ �'; 1 � _ �I i'y' i e� �� � � � ,� ; s a . �� � !i' � y q�,. � ,,�� E P�S� \.;�. S� �5.� ,r . ��;�. ,��1 � , _ M : II II � .F� . � .�' � �`�� �.�3. �°� � �S� �� �-� '' ;' , �� �, , �co _ ' �' ` .` .�.rQ` G��O � li �t . � ����3ntl SJNINN3f _ +� �'. ( _� � � . � v � �Y` � � _ _ � � - ^s '1, � L _ -�e� I -- � , �a ' i � , /� " K ''�.� ���� � � , 1 . i y �A� i . � i �� � �t ,► .. ._.�r . _ , r �A,� �� �� �._�._ '_. ."._ ,Z,�i� I . — � ,� � � _ � �� - � � = ��� � y." � __ ��•���'� :� -� . - - —; � �.�-�� is 3oallow ��.q�� � � ��° � �, �^�� I�� � �' �� 'M ✓ � ti � _: � " �'.. . � G �� _ '� �f TAYLOR ST �' � � ' '.v � 2 W .� � � l'�'� � .. .� ,'�_M'� .-y�; N i ,� ;.< ;�'��+ � N � �' � i y�� a = - / �,� � � 1S 2it/Wt/l a e ."`� � , �d�. . _ �. "�� �,,,�� � � �1 �. ; �' �`, �t� ; �--�— f� - : �; — . s_. � " !�% , ` . W� '`� ~ a��'�" y 1 � y�� :, ,�\, � � � � � � I--� �., , , , Z . ��'�� � ��� � ��I��, � ,� , �'�e O -1 ,. �, kk 1 •_ ' u �" ' 4-. �, +� + w S�c ls tiaa3H� ,;,s� ,- � �:� � �� ' -� � ��� � r,.-a� � 1'`- - x � � �� -,� ,. V `.�s�, � 1S NO�tlW y a� ��. � v_ r �I � �i <n �O +�,, /" \ \\ ., �`� ,�'�. O ' ;1� ��y��w � �� Z f �. \ � dc� � .. � y y = r rt � ' ,.. . , d � � _ _ � r x.e � ; � � is 3�N3aoi� y `- � ; � �'� � \ ��.,'��� a '�it� �, � 4%' . � � � : `f'bJ� �-'�^� n�� ',�f . O,L t ,*. . :' b y c' �''` ' 6� �Ol 8M 1�M� r,.. 2! A `�� 1S NOS2l34N3H -- !" l � � � 4 = � - .�,��: ,_ _ _ � �- ,� - - . ,�,-�,,, t-� W ,- .��, � � ` � 1S NOlJNIX3l ' =- I�"� '- =1- ��� �? ,�r�`, .F .—, � � I �. ..�� ' �� , ,.�;.�.� r _. L l � —�; _ �+�,, �' ,r� - � ,� _� � ,� , � � `� •� '(J+ � � ' �•� �� . .. ;. ...w� ��� r �y �� ° � �j ,�, ' �iS,3Ntl�l � O . �,,.� � �.��.- � �:PL . � u, � '� �+,"'� L > y i " w ,� �R' � r � z.� � a � � . ,, � p 1SN31110� ,-� �� � n __ c,�p `-s.``� •�• Od� _ . . ��`� - j� , @ Za � R�� �•��y� � y� s _� � � , �'�'i�' o�° 6� �:�r... is a3�rvmva : -t— -� .-. � a � �; ���r, '�,' ' Q �,, � � � I� �`i�5 : � i�: -, �i: '.:S L� r„ x ., a�.:� Cfl . . . � 7� "I 'Y� - - ', �,� � %• b.�t � %i� r . J � G., ,. . � .. ' Y ,..�i`�.. '3� -�Ta, �. �°- • r�i � _ . _ �� � y W � �-. I -.-���..:: 3nd iiwwns�� �� ���,. `. , , �� �: � �, �� ��J� G AV � � � �� J 1`�,.` ... . _. �,,. :_. � ;�' � " � � � � �i _ _ � �.,�, , . � � . . 1. _ ., �--.. _ +1'. 4,+"`� .t«qwwr,+wkE�e �..:. .� � � � ,' y! - _ , . .. � � �.r �„ - � , - , _�� _ _ � � � 1S NN3d��� ...��' � � �� ��r�-�d a � - .�,E�i"J�vl"� � I i i. .� .����,` � � ��Ey�r,� � � � I I� � r O 1�1 Z SUMMIT AVE ATTACHMENT "F" CERTIFICATE OF INSURANCE Design Services for Downtown Fort Worth Small Diameter Cast Iron Water Main Replacements Part 4 City Project No. 105780 City of Fort Worth, Texas Attachment F City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, September 16, 2025 LOG NAME: 60CIWMRDOWNTFWP4-FNI REFERENCE NO.: **M&C 25-0893 SUBJECT: (CD 9) Authorize Execution of an Engineering Agreement with Freese and Nichols, Inc. in the Amount of $1,069,920.00 for the Downtown Fort Worth Small Diameter Cast Iron Water Main Replacements Part 4 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 Freese and Nichols, Inc. in the amount of $1,069,920.00, for the Downtown Fort Worth Small Diameter Cast-Iron Water Main Replacements Part 4 project; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $1,357,829.00 from available PayGo residuals, for the Downtown Fort Worth Small Diameter Cast-Iron Water Main Replacements Part 4 (City Project No. 105780) to effect a portion of Water's contribution to Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize the preparation of plans and specifications for sanitary sewer and water main replacements on the following streets, and easements: Street W 5th Street W 7th Street W 10th Street W 10th Street Texas Street W 13th Street W 13th Street Lake Street Lexington Street From Lexington Street Summit Avenue Collier Street Macon Street Summit Avenue To Scope of Work 'ater 'ater/Sewer 'ater/Sewer :wer 'ater 'ater/Sewer 'ater/Sewer Macon Street Burnett Street Henderson Street Cherry Street Cherry Street Florence Macon Street Street Burnett Throckmorton Street Street W 10th Texas Street Street W 10th South 80 feet Street W 7th Henderson Street Street W 13th Street Water/Sewer Florence Street St eet W 13th Street Water/Sewer 260 feet north of the W 5th Macon Street / W Macon Street Water/Sewer Street 13th Street intersection 65 feet south of the Cherry Street Street Texas Street / Cherry Water Street intersection W 7th Lamar Street Street W 13th Street Water Taylor Street W 7th W 13th Street Water Street Monroe Street Texas W 13th Street Water , Street Easement east of Lexington North 175 feet Sewer Lexington Street Street Alley between tn Florence Street and St eet Texas Street Sewer Macon Street Alley between Jennings Avenue W 12th W 13th Street Sewer and Throckmorton Street Street _ � In addition to the contract amount, $287,909.00 (Water: $215,056.00; Sewer: $72,853.00) is required for project management, real property acquisition, utility coordination, and material testing. This project will have no impact on the Water Department's operating budget when completed. The sewer component of the project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program. Funding is available in the Unspecified All-Funds project within the Water & Sewer Capital Projects Fund for the purpose of funding the DtwnFW Sm Dia Cast — Iron Rpl P4 project. Appropriations for powntown Fort Worth, Small Diameter Cast-Iron Replacements Part 4, are as depicted below: Fund Existing Additional project Total* Appropriations Appropriations W&S Capital Projects - $0.00 $1,357,829.00 $1,357,829.00 Fund 56002 Project Total $0.00 $1,357,829.00 $1,357,829.00 *Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified All-Funds project within the W&S Capital Projects Fund, and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the DtwnFW Sm Dia Cast — Iron Rpl P4 project to support the approval of the above recommendations and execution of the engineering agreement. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs),: TO rFund Department ccoun Project Program ctivity Budget Reference # moun � ID � ID Year� (Chartfield 2) FROM Fund Department Accoun Pr�Program ctivity Budget Reference # Amoun ID � i ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: Jesica McEachern (5804) Chris Harder (5020) Clayton Torrance (8528) ATTACHMENTS 1. 60CIWMRDOWNTFWP4-FNI FID Table (WCF 08.08.25).xlsx (CFW Internal) 2. 60CIWMRDOWNTFWP4-FNI fund avail.docx (CFW Internal) 3.60CIWMRDOWNTFWP4-FN11.pdf (Public) 4. Form 1295 Certificate 101410568-FTW Water 105780.pdf (CFW Internal) 5.ORD.APP 60CIWMRDOWNTFWP4-FNI 56002 A025(r2)_(5).docx (Public) 6. PBS CPN 105780.pdf (CFW Internal) 7. SAM.gov search FNl.pdf (CFW Internal) 60CIWMRDOWNTFWP4-FNIRec #FundDept #AccountProject IDActivityBudget YearCF 2Program Amount PurposeXfer256002060043049560011057802025$1,112,282.0025600206004301057802025($1,112,282.00)256002070043049560011057802025$245,547.0025600207004301057802025($245,547.00)Rec #FundDept #AccountProject IDActivityBudget YearCF 2Program Amount PurposeXfer256002 0600430 4956001 105780 001730 9999($1,112,282.00)256002070043049560011057800017309999($245,547.00)25600206004304956001UNSPECUNSPEC9999$1,357,829.00 Rec #FundDept #AccountProject IDActivityBudget YearCF 2Program Amount PurposeXfer256002060043049560011057800017309999($1,112,282.00)256002060043051101011057800017309999$94,798.00Water Staff Cost256002060043055501021057800017309999$4,000.00Public Outreach156002060043053305001057800017309999$897,226.00Contract256002060043053103501057800017709999$2,500.00Utility Coordination256002060043053305001057800017849999$94,798.00Soil Lab Consultant256002060043053103501057800017849999$18,960.00Soil Lab TPW Staff256002 0700430 4956001 105780 001730 9999($245,547.00)256002070043051101011057800017309999$20,853.00Water Staff Cost156002070043053305001057800017309999$172,694.00Contract256002070043057100101057800017409999$30,000.00Easement Acquisition256002070043051101011057800017409999$10,000.00Easement Acquisition256002 0700430 5330500 105780 001740 9999 $5,000.00 Easement Acquisition256002070043057400101057800017809999$5,000.00Easement Acquisition256002070043053103501057800017709999$2,000.00Utility Coordination56002 2060000 105780 RETAINRetainage Combo CodeFIDs (Budget)FIDs (Actual)FIDs (REVENUE or EXPENSE - No KK or GL Entries Needed) City Secretary’s Office Contract Routing & Transmittal Slip *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Contractor’s Name: Subject of the Agreement: M&C Approved by the Council? *Yes No If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes No If so, provide the original contract number and the amendment number. Is the Contract “Permanent”? *Yes No If unsure, see back page for permanent contract listing. Is this entire contract Confidential?*Yes No If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required?* Yes No *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number:If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes No Contracts need to be routed for CSO processing in the following order: (Approver) Jannette S. Goodall (Signer) Allison Tidwell (Form Filler)