Loading...
HomeMy WebLinkAbout064418 - Construction-Related - Contract - Kimley-Horn and Associates, Inc.CSC No. 64418 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES ThisAGREEMENT is between the City of Fort Worth, a Texas home -rule municipality ("CITY"), and Kimley-Horn and Associates, Inc., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Panther Island Canal Bridges Phase 1 — Project No. 106351. 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 $590,200.00 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 OFFICIAL RECORD Panther Island Canal Bridges Phase 1 Standard Agreement for Engineering Related Design Services CITY SECRETARY CPN 106351 Revised Date: August 18, 2025 Page 1 of 14 FT. WORTH, TX Article IV Obligations of the Engineer A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The ENGINEER shall perform its services: (1) with the professional skill and care ordinarily provided by competent engineers practicing under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. C. Designation of Engineer's Personnel (1) The ENGINEER and CITY shall agree upon the designation of the ENGINEER's "Project Manager" prior to starting work on contract. (2) ENGINEER shall inform CITY in writing of a proposed change to their designated project manager prior to making the change or immediately upon receiving notification that the designated project manager is separating employment with the ENGINEER. (3) ENGINEER shall provide resumes to the CITY of the proposed replacement project manager(s), who shall have similar qualifications and experience as the outgoing person, for review and approval. D. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. City of Fort Worth, Texas Panther Island Canal Bridges Phase 1 Standard Agreement for Engineering Related Design Services CPN 106351 Revised Date: August 18, 2025 Page 2 of 14 (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 Panther Island Canal Bridges Phase 1 Standard Agreement for Engineering Related Design Services CPN 106351 Revised Date: August 18, 2025 Page 3 of 14 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 Panther Island Canal Bridges Phase 1 Standard Agreement for Engineering Related Design Services CPN 106351 Revised Date: August 18, 2025 Page 4 of 14 I. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to reproduce such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of hard copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE Engineer shall not commence work under this Agreement until it has obtained all insurance required under Attachment F and City has approved such insurance. L. Independent Consultant City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services Revised Date: August 18, 2025 Page 5 of 14 Panther Island Canal Bridges Phase 1 CPN 106351 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 Panther Island Canal Bridges Phase 1 Standard Agreement for Engineering Related Design Services CPN 106351 Revised Date: August 18, 2025 Page 6 of 14 A. City-Fumished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities, and land, easements, rights -of -way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITYwill 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 Panther Island Canal Bridges Phase 1 Standard Agreement for Engineering Related Design Services CPN 106351 Revised Date: August 18, 2025 Page 7 of 14 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 Panther Island Canal Bridges Phase 1 Standard Agreement for Engineering Related Design Services CPN 106351 Revised Date: August 18, 2025 Page 8 of 14 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 Panther Island Canal Bridges Phase 1 Standard Agreement for Engineering Related Design Services CPN 106351 Revised Date: August 18, 2025 Page 9 of 14 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 ENGINEERwill be paid fortermination 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 Panther Island Canal Bridges Phase 1 Standard Agreement for Engineering Related Design Services CPN 106351 Revised Date: August 18, 2025 Page 10 of 14 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 Panther Island Canal Bridges Phase 1 Standard Agreement for Engineering Related Design Services CPN 106351 Revised Date: August 18, 2025 Page 11 of 14 ENGINEER shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by CITY, ENGINEER shall provide CITY with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. ENGINEER shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any ENGINEER employee who is not legally eligible to perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER, ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ENGINEER, shall have the right to immediately terminate this Agreement for violations of this provision by ENGINEER. M. Prohibition On Contracts With Companies Boycotting Israel ENGINEER unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" 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 Panther Island Canal Bridges Phase 1 Standard Agreement for Engineering Related Design Services CPN 106351 Revised Date: August 18, 2025 Page 12 of 14 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 Panther Island Canal Bridges Phase 1 Standard Agreement for Engineering Related Design Services CPN 106351 Revised Date: August 18, 2025 Page 13 of 14 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: CITY OF FORT WORTH Jesica McEachem Assistant City Manager Date: 12/05/2025 ATTEST: � ana Jan nette Goodall &v City Secretary 04Qq 0000� APPROVAL RECOMMENDED: d°..,..7..:� By. Lauren Prieur Director, Transportation & Public Works APPROVED AS TO FORM AND LEGALITY By: aaw.�.����,s�.� Douglas W Black Sr. Assistant City Attorney Contract Compliance Manager: BY: ENGINEER IGmley-Horn and Associates, Inc. X U" j Scott Arnold Vice President Date: 11/17/2025 K;zI3 N M&C Date: 9/30/25 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. 84(ttanr Dgrak Brittany Darrah Engineer In Training OFFICIAL RECORD cydPAg m tftra Paanarbiaaa ca,eianagaa PNaaat Rwitl Agre"ust 1, 2W5 erbg Rel9atl Oea®n 5ervioBn CITY SECRETARY CPN 1g5951 Ravimtl Oeb: luguat tg, 1045 PaW 14 m 14 1 FT. WORTH, TX ATTACHMENT "All Scope for Engineering Design Related Services for Arterial Improvements 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. OBJECTIVE Construction plans for the Panther Island Calhoun Street and N. Commerce Street bridges over the proposed Tarrant Regional Water District (TRWD) Panther Island Canal C project that is located between NE 0 Street and NE 5° street. The project also includes the designs for the roadway transitions from the canal bridges to the existing roadway and storm water systems. The scope will consist of project management, preliminary and final design plans for bridge and roadway transitions, specifications, opinion of probable construction costs, permitting, bidding phase services, and construction phase services. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design (30%) Task 3. Preliminary Design (60%) Task 4. Final Design (90% and 100%) Task 5. Bid Phase Services Task 8. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Permitting Task 10. Quality Control/ Quality Assurance cgaFcrtv ,•� Page 1 of 27 AI@N to Rev Dde: 0523.=4 Pget dv FORT WORTH TASKI. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team: • Lead, manage and direct design team activities • Ensure Quality Control I Quality Assurance (QCIQA) is practiced in performance of the work. Refer to Task 10 for further details. • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting: • Attend a pre -design project kickoff/charter meeting with Project Delivery Team (PDT) to confirm and clarify scope and understand objectives. The PDT will consist of the CITY staff and TRWD • Conduct and document up to six (6) monthly meetings with Project Delivery Team. • Conduct and document up tofour(4) coordination meetings with other CITY departments. • Conduct review meetings with the Project Delivery Team at the end of 60% and 90%design submittals. • Conduct QCIQA reviews and document those activities. Refer to Task 10 for further details • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. Multi -month billing is not allowed. Months in which no work is being invoiced shall require submission of a $0.00 invoice. Prepare and submit monthly Project Status Reports in the format provided by the Transportation and Public Works Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement in compliance with the City's Specification 00 31 15 entitled Engineer Project Schedule. This PROJECT requires a Tier 3 schedule as defined in the City's Specification 00 31 15 entitled Engineer Project Schedule. • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory cy w ron wo,m, Texas Page 2 OF 27 AftMmenrA Revlaon Die: 05.23.2024 Paige 2 a 27 Foe_ T�WORTH 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 • Six (6) monthly project update meetings during design phase • Four (4) coordination meetings with CITY departments • Up to two (2) plan review meetings • All submittals to the City shall be Quality checked prior to submission. • Project design phase is anticipated to take seven (7) months. DELIVERABLES A. Meeting summaries with action items B. QCIQA documentation C. Baseline design schedule D. Monthly Project Status Reports E. OPCC updates with milestone submittals and when new cost figures are available F. Plan Submittal Checklists (See Task 10) G. Monthly invoices City aron Wo , re ee Page 3 of 27 Att4 to Re iam Dde:4523.=4 Pepe3d27 TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to 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 and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. 2.2. Subsurface Utility Engineering • Subsurface Utility Engineering (SUE) to be provided per task 8 under Panther Island Sewer Collector (CPN 105247) for Calhoun St and Water and Sanitary Sewer Replacement Contract 2023 WSM-W (CPN 105559) for Commerce St. Up to two (2) additional level A testholes will be included as apart of this contract. 2.3. Utility Clearance • Franchise Utility Coordination will be performed by the CITY. • ENGINEER will develop the design of CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. Where conflicts cannot be avoided, coordination of Utility Conflicts will begin at the Conceptual Design phase. • In the case of a public utility conflict, the ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • In the case of a private Utility Conflict, the ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts to be included in a Utility Clearance Letter for coordination. The ENGINEER may need to coordinate directly with the private utility provider if that provider needs to undertake design to adjust their utility's location. • The ENGINEER shall upload a PDF file of the CITY- approved conceptual plan set to the designated project folder in the City's document management system Cry n rot wont, Twes Page 4 of 27 A�menrA Rwelon Diee5.33.M24 PWe4 0 2 Foe_ T�WORTH (eBuilder) for forwarding to all utility companies which have facilities within the limits of the project. The PDF file should be created directly from the CAD files. ASSUMPTIONS • ENGINEER will not submit any deliverables as apart of the Conceptual Design Package. DELIVERABLES A. None city anon Wa , re ee Page 5 of 27 Atte to Re iam Dale: 4523.=4 Pepe 3of 27 FORT_\WORTH TASK 3. PRELIMINARY DESIGN (60 PERCENT). • Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. The Preliminary Design Drawings and Specifications shall include the following: • Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. • General Notes. • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5)6" 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 (.e. set in the centedine of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast comer of North Side Drive and North Main Street). • Removal plan sheets. • Existing and proposed typical section sheets. • Roadway plan and profile sheets for Calhoun St and N Commerce St between NE 0 and NE 5^ street including the roadway, sidewalk, curb and gutter, and additional paving information. A transition on each side of the bridge is assumed. The roadway limits will extend from the southern curb return at the NE 5^ Street intersection to the northern curb return at the NE 0 Street intersection. This scope does not include the designs at the street intersections. • Roadway plan and profile sheets will display station and coordinate data for all horizontal alignment P.C.'s, P.T.'s, P.I.'s; station and elevation data of all vertical profile P.C.'s, P.T.'s, P.I.'s, low points, and high points; lengths of vertical curves, grades, K values, e, and vertical clearances where required. • No less than two bench marks per plan/profile sheet • Bearings given on all proposed centedines, or baselines. • Station equations relating utilities to paving and bridge elements, when appropriate • Preliminary roadway details to include pavement, sidewalks, curb and gutter, and all applicable utility details. • ENGINEER will delineate the watershed based on contour data and field verification and document existing street, right-of-way and storm drain capacities for the subject site. A drainage area map will be drawn at maximum 1" = 200' scale from available 2-foot contour data with the contours labeled. Data source and year will be provided by the CITY. Calculations regarding street and right-of- way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Other frequencies as required by iSWM criteria may be appropriate for outfells and sensitive locations. Capacities agerreew�J, Page 6 of 27 AWii to Rwia Die: 06232024 Pge6ery FOR_ T�WORTH.. of existing storm drain will be calculated and shown. All calculations shall conform to CITY criteria delineated in the CITY's currant iSWM Criteria Manual for Site Development and Construction. All locations in the project area where 100-year runoff exceeds available storm drain and right-of-way capacities shall be clearly identified. The ENGINEER'S responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with CITY standards. • The storm drain system will be based on the Final Drainage Study for the Construction of the Panther Island Canals B Phase II, C Phase II, and D Phase II that is currently under review by the City of Fort North. Storm drain layout sheets will show location and size of all inlets, manholes, junction boxes, culverts and piping to include storm drain profiles showing existing and proposed Flow lines, flows, lengths and slopes of pipe, top of ground profile over pipe and connections to existing or proposed storm sewer systems. The storm drain improvements will be within the limits of the roadway improvements. Based on the overall Panther Island improvements schedule, the TRWD canals will be constructed prior to the bridge and roadway improvements and will include the storm drain connections to the canal system. • Stormwater quality treatment measures and BMP worksheet as required in the TRWD Water Quality Guidance Manual. Stormwater quality treatment measures may include bioretention basins, bioswales, and/or pervious pavers. • Evaluate curbless street and drainage options on Calhoun St. The intent is to capture runoff in a valley gutter and drain to a bulbout with curb inlet at the intersections of NE 0 and NE 5° streets. • Preliminary signing and pavement marking plan sheets. • Traffic control detour plan sheets. • Preliminary bridge layout and typical section sheets. • Preliminary bridge foundation detail sheets. • Preliminary bridge abutment detail sheets. • Preliminary bridge framing sheets. • Preliminary bridge span sheets. • Preliminary girder design. • Documentation of key design decisions. • Estimates of probable construction cost (OPCC). This estimate shall use standard CITY or TxDOT bid items, as applicable. 3.2. Geotechnical Investigation/Pavement Design • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations fordetermining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project city dFc vMnh,•� Page 7of 27 AWii to Rev O e: U623.024 Pepe 7 of 27 alignment forthe Contractors use in determining soil conditions forpreparing bids and a Trench Safety Plan. • The ENGINEER shall prepare a detailed geotechnicel engineering study and pavement design in conformance with the City of Fort Worth Pavement Design Standards Manual, 2015. The study shall include recommendations regarding pavement design, subgrade treatment, utility trenching, drilled shaft design parameters for bridge foundations, and identify existing groundwater elevation at each boring. 3.3. Constructability Review • Prior or posterior to the 50 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the PDT comments from the field visit and submit this information to the CITY in writing. 3.4. Community Meeting Afterthe preliminary plans have been reviewed and approved by the CITY, the ENGINEER will prepare project exhibits, assist the project manager in preparing a presentation of the most appropriate format (most usually in Power Point), and attend one (1) community meeting to help explain the proposed project to residents. The CITY shall select a suitable location, time and date. The Engineer needs to coordinate with the City's project manager to format the mailing list of all affected property owners. 3.5. 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. • Where conflicts cannot be avoided, coordination of Utility Conflicts will be identified at the Conceptual phase and begin at the Preliminary Design phase. In the case of a private Utility Conflict, the ENGINEER shall upload a set of plans in PDF format with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts in the City's document management system (eBuilder). The PDF file should be created directly from the CAD files. At each design milestone, the City PM will issue a Utility Clearance Letterto be accompanied by said plans and table to all utility companies which have facilities within the limits of the project for coordination The ENGINEER may need to coordinate directly with the private utility provider if that provider needs to undertake design to adjust their utility's location. cuyorFort Mdh, •tee Page 8 or 27 Attetl, to Re icon D e: 0523.=4 Pepe 8 M27 • ENGINEER to obtain utility As -built plans and/or do field visits to confirm relocation is complete and that the utility has been relocated in accordance with the plans and the project needs, report any discrepancies found, and provide documentation to support findings. • ENGINEER to upload all utility As -built plans in the City's document management system (eBuilder) ASSUMPTIONS • Remove and replace 3 existing inlets and propose 2 new inlets on Commerce St. • Remove and replace 2 existing inlets and propose 2 inlets on Calhoun St. • Franchise Utility Coordination will be performed by the CITY. • Two (2) sets of 11 "x17" size plans will be delivered for the 60% design for review coordination. • The following shall be uploaded to the designated project folder in the City's document management system (eBuilder): • Single PDF file created from design CAD drawings. • All other submitted documents and checIdists • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings including QC/QA documentation B. Geotechnical Report C. Opinion of probable construction cost (OPCC) D. Utility Conflict Table agaP•rtw •we Page 9 of 27 AWii to Rev'a OVe: U623.=4 P%e9erV FOR_ T� H., TASK 4. 4.1. FINAL DESIGN (90 PERCENT) Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Final draft construction plans (90%) and Project Manual shall be submitted to CITY per the approved Project Schedule. • The ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts to be included in the Utility Clearance Letter to be issued by the City PM. • The ENGINEER shall submit an estimate or opinion of probable construction cost (OPCC) 4.2. FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Fined Plans (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. • A Quantity Summary page will be included in both the 90% and 100%design plans. Each design sheet of the plans shall also include a quantity take oft table. • The ENGINEER shall submitan estimate of probable construction cost (OPCC) ASSUMPTIONS • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • Two (2) sets of 11 °x171 size drawings and one (1) set of the Project Manual will be delivered for the 90% Design package. • A PDF created from design CAD drawings for the 90% Design and will be uploaded to the projectfolder in the City's document management system (eBuilder). • One (1) sets of 11 °x17' size drawings and one (1) set of specifications will be delivered for the 100% Design package. • A PDF created from design CAD drawings and CAD files will be uploaded to the project folder in City's document management system (eBuilder). DELIVERABLES A. 90% construction plans and specifications including QC/QA documentation. B. 100%construction plans and Project Manual including QC/QA documentation. agaFort w .Tw Page 10 of 27 AWii to Rev DVe: 0623.2024 Pqe 10•t27 Foe_ T�WIoRTH C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's or TxDOT's standard bid items and format, as applicable D. Cover sheet in PDF format for the signatures of authorized CITY officials. E. Utility Conflict Table city anon Wa , T• Page 11 of 27 AtteC,mmtA Re iam Dde: 0523.2026 Ppe 11 IN27 TASKS. BID PHASE SERVICES. The CITY reserves the right to deliver the project by bidding it, issuing a work order out of an existing a unit price contract or by alternative delivery. ENGINEER will support the construction procurement phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto the City's document management system (eBuilder) for records. • Project Manual shall be uploaded in a single PDF file in eBuilder as well as individual files as required to be included in the City's procurement portal, Bonfire. • Bid Proposal Document of the Contract documents shall be uploaded in a file format of filename extension ".xis". • Unit Price Proposal documents are to be created utilizing the city's unit price tool only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, that 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 the City's document management system (eBuilder) in two formats, PDF and CAD files. The PDF will consist of one file of the entire plan set. • The ENGINEER will coordinate with the PM to respond to Vendor Discussions (RFI) and issue Public Notices (addenda) when necessary in Bonfire. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidder's questions and requests in the forth of addenda. The ENGINEER will coordinate with the City PM to upload all approved addenda onto Bonfire as well as eBuilder. • Attend the pre -bid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Review all materials received from bidders/proposers, assist the CITY in evaluating them, and recommend award of the contract. A copy of all submitted materials is to be uploaded into the project's Bid Results folder on the City's document management system (eBuilder) • Incorporate all addenda into the contract documents and issue conformed sets. After the bid opening, ENGINEER will provide a minimum of 5 full sets of plans, 5 half-size sets and 2 copies of the conformed Project Manual set incorporating all approved addenda. cuyorFort w ,T• Page 12 or 27 Atl mwtA Rev Dde: 0529.M24 Ppe 12 d27 Foe_ T�WoRTH ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • Construction documents will only be made available on the City's procurement platform, Bonfire. • Construction documents will not be printed by the CITY and made available for purchase by plan holders and/or given to plan viewing rooms. • All procurement materials will be uploaded to the City's procurement platfom, Bonfire, as well as eBuilder. DELIVERABLES A. Addenda B. Recommendation of award as required per project C. Construction documents (conformed) Cny aron Wa r Page 13 of 27 Atter to Re iam Dde: 0523.2020 Ppe 13 d2] Foe_ T�WIoRTH 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 pre -construction conference. • After the pre -construction conference, the ENGINEER shall provide project exhibits and attend one (1) public meeting to help explain the proposed project to residents. The CITY shall select a suitable location or media and mail notices to the nearby residents and other stakeholders. • The ENGINEER shall conduct periodic site visits as needed during the duration of construction. The ENGINEER will prepare or collaborate with the CITY PM on a Construction Progress Report using the CITY's standard format and upload in the City's document management system (eBuilder). • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in the City's document management system (eBuilder). • ENGINEER shall review material substitution requests, issue a recommendation and incorporate approved substitutions into the Record Drawings. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, respond to Request for Information (RFI) from the contractor, review change orders, and make recommendations as to the acceptability of the work. The ENGINEER will meet with the Project Delivery Team and Contractor on -site to review any field changes. • 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. Information provided by the CITY may include, but is not limited to the following: o As -Built Survey provided by the contractor, which includes vertical and horizontal coordinates of all water, sewer and storm drain assets, and in accordance with the Construction (As -Built) Survey Specification. ENGINEER shall verify accuracy of the data provided by contractor and conformance with requirements. o Red -Line Markups from the Contractor City or FoRw .Tema Page 14 or 27 A�to Re icon Dde: 06232024 Pepe 10 d27 FORT W�OR�TH o Red -Line Markups from City Inspector 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: 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 certifres only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, in Adobe Acrobat PDF format (version 6.0 or higher). The set must include the cover sheet bearing City official signatures. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red -lined drawings shall be returned to the CITY with the digital files. • There shall be one (1) PDF file and one (1) CAD file for the TPW plan set and a separate PDF and CAD file for the Water plan set, if required. Each PDF file shall contain all associated sheets of the particular plan set. Singular PDF flies for each sheet of a plan set will not be accepted. POF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf' where "W-7956" 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 It. Water and Sewer file name example — "X-35667_org36.pdf' where 'i 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_orglB.pdf Both PDF files shall be uploaded to the project's Record Drawing folder in the City's document management system (eBuilder). For information on the proper manner to submit Record Drawing files and to obtain a file number for the project, the ENGINEER should coordinate with the City project manager. 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. Cry m Fon worm, Texas Page 15 of 27 AtaMmemA Reason Dme: 05.23.2024 Pape 15 0 27 Foe_�ORTH ASSUMPTIONS • One (1) Pre -Construction Community Meeting is assumed. • Five (5) site visits are assumed. • Twenty (20) submittal reviews are assumed. • Eight (8) RFI's are assumed. DELIVERABLES A. Response to Contractor's Request for Information B. Review of Change Orders C. Review of shop drawings D. Record Drawings in electronicformat cny anon Wa Je Page 16 of 27 At mmtA Re iam Dale: 0523.2026 Pepe 18d2] FORT WORTH TASK 7. ROWIEASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY§ Project Manager. 7.1. Right -of -Way Research • The ENGINEER shall determine rights -of -way and easement needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. 7.2. Right-of-Way/Easement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The ENGINEER shall prepare a ROW and Easement parcel reference map showing and designating all land interests for project. The map shall be revised as necessary throughout the land acquisition process. • The documentation shall be provided in conformance with the checklists and templates available on the City's document management system (eBuilder) Project Resources folder. • Men required, ENGINEER shall provide a Schedule B Analysis in conformance with Real Estate requirements. 7.3. Right-of-Way/Easement Acquisition Services. • The ENGINEER shall procure appraisal services by licensed appraisers for all land interests in the project • The ENGINEER shall issue offer letters to property owners and negotiate land right costs. • All work shall be conducted in coordination with the City's project manager, the City's Property Management Department, and in conformance with the Texas Property Code Chapter 21 Eminent Domain guidelines to allow the City to exercise eminent domain should it be necessary. • Should the City decide to proceed with eminent domain, the ENGINEER will provide all documentation to support the legal process, provide any additional support, and may be required to be an expert witness at the Land Commissioner's Hearing. 7.4. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER should coordinate with the City project manager to identify all needed Temporary Right of Entries from landowners. It is assumed that letters will only be required for land owners adjacent to construction or who are directly affected by the project and no easement is required to enter their property. • The documentation shall be provided in conformance with the checklists and templates available on the City's document management system (eBuilder) Project Resources folder. cuyaroaw ,T� Page 17 of 27 AtteM to Re icon D9e: 0023.M4 Pepe 17 &27 ASSUMPTIONS • Right -of -Way research 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 -around property information (i.e. iron rods fences stakes etc.l. It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD records, right-of-way takings, easement vacations and abandonments, right-of- way vacations, and street closures. • General requirements: • Contact name and mailing address for the landowner • Title policy for each permanent easement • Title search through an search company (i.e. Hollerbach or TDI) verifying ownership for each TCE • Engagement and provision of an appraisal for each take from a Texas registered appraisal firth. • Signed and notarized easements with exhibits. • Copy of offer letter indication agreed upon compensation • Entity research including providing signing authority verification for a corporate landowner • Contact log of communication with the landowner • Signed W 9 from landowner • Eminent Domain requirements: Critical for an eminent domain proceeding is as follows and shall be the responsibility of the acquisition agent: • Appraisal of the take less than 1 year old • Initial offer and final offer letters (IOL 30-day period, FOL 14-day period) • Proof of the provision of Texas Landowners Bill of Rights to the landowner in both offer letters (City Fort Worth sends offer letters via registered mail) • Title work identifying any other entities on the property that need to be served as part of eminent domain proceedings. (Schedule B analysis of Title Commitment) • Contact log of all contact and negotiations with landowner and/or their representative. cy m For Wo,m, Texas Page 18 of 27 AtaTmemA Revlaon Date: 05.23.2024 Pape 18 0 27 FORT WORTH DELIVERABLES A. Upon authorization from the CITY, ENGINEER will prepare up to eight (8) temporary construction easement exhibits and meets and bounds provided on CITY forms. B. ROW and Easement parcel map C. Two (2) Temporary Right of Entry cover letters D. Two (2) Temporary Right of Entry documents E. If applicable, Eminent Domain support documents Cny anon Wan, r Page 19 of 27 Atter to Re iam Dde:4523.=4 Ppe 19 d27 FoRi Woflm TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. Survey and SUE to be provided under Panther Island Sewer Collector (CPN 105247) for Calhoun St and Water and Sanitary Sewer Replacement Contract 2023 WSM-W (CPN 105559) for Commerce St. ENGINEER will provide survey support as follows. 8.2. Temporary Right of Entry Preparation and Submittal • The documentation shall be provided in conformance with the checklists and templates available on the City's document management system resources folder. 8.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level D, C, B, and A, as described below. The SUE shall be performed in accordance with Cl/ASCE 38-02. Up to two (2) additional level A test holes will be included in this contract. Quality Level D • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built' or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/orother documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level C flncludes tasks as described for Quality Level D) • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground -mounted utility facilities in Quality Level C tasks. cry w Fon Wo,m, Tees Page 20 of 27 AnemmemA Rwison Die: 05.23.2024 Pepe 20 0 27 • Survey surface features of subsurface utility facilities or systems, if such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. • The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Level B (includes tasks as described for Quality Level M • Select and apply appropriate surface geophysical methods) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of singleconduit lines, and outside edges of multiconduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. Level A • Expose and locate utilities at specific locations where conflicts may occur. Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. City w ron wo,m, Texas Page 21 of 27 Ata ,menrA Revlaon Die: 05.23.2024 Paige 210 27 FORT WORTH., • Provide paving thickness and type, where applicable. Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. ASSUMPTIONS Upon authorization from the CITY, ENGINEER will perform up to two (2) Level A test holes are included. Level A test hole information to be provided: 1. Prior to design, to supplement the design survey 2. Prior to construction, at critical locations, to confirm franchise utility conflict has been in fact cleared. DELIVERABLES A. Drawing of the project layout with dimensions and coordinate list. B. SUE plan drawings sealed by a professional engineer registered in the State of Texas. City er FoR W . Tmme Page 22 of 27 Atl mwtA Rev DVe:6623.=4 Pge"dV FORT W� oRTH TASK 9. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain any and all agreements and/or permits normally required for a project of this size and type, as follows: 9.2 Texas Department of Licensing and Regulation (TDLR) • Identify and analyze the requirements of the Texas Architectural Barriers Act, Chapter 88 Texas Administrative Code, and become familiar with the governmental authorities having jurisdiction to approve the design of the Project. • ENGINEER is responsible for providing plans that are in compliance with TDLR requirements. • Submit construction documents to the TDLR • Completing all TDLR forms/applications necessary • Obtain the Notice of Substantial Compliance from the TDLR • Request an inspection from TDLR or a TDLR locally approved Registered Accessibility Specialist no later than 30 calendar days after construction substantial completion. Advise the CITY in writing of the results of the inspection. • Responding to agency comments and requests • All costs associated with TDLR plan review and inspections are to be paid by the ENGINEER during the course of the project. 9.4 FHWA Bridge Registration • The ENGINEER will coordinate with TxDOT to issue a National Bridge Inventory (NBI) number for each bridge structure after the start of construction. • Prepare calculation package and other necessary documentation for TxDOT to issue NBI numbers. DELIVERABLES A. Copies of Approved Permits B. Meeting agenda and notes. cy w Fon worm, Texas Page 23 of 27 Ata TmenrA Revlaon Die: 05.23.2024 Pale 23 0 27 FOR1T W�ORTFi.. TASK 10. QUALITY CONTROL / QUALITY ASSURANCE ENGINEER to provide to the City a Quality Controll Quality Assurance Plan (QC/QA Plan) outlining the ENGINEER's method of ensuring the highest levels of design and accuracy are incorporated into the calculations, plans, specifications, and estimates. ENGINEER is responsible for and shall coordinate all subconsultant activity to include quality and consistency of plans. If, at any time, during the course of reviewing a submittal of any item it becomes apparent to the CITY that the submittal contains errors, omissions, and inconsistencies, the CITY may cease its review and return the submittal to the ENGINEER immediately for appropriate action. No additional time will be granted. 10.1. QC/QA of Survey and SUE Data • The ENGINEER's Surveyor shall perform Quality Controll Quality Assurance on all procedures, field surveys, data, and products prior to delivery to the CITY. The CITY may also require the ENGINEER's Surveyor to perform a Quality Assurance review of the survey and/or subsurface utility engineering (SUE) work performed by other surveyors and SUE providers. • ENGINEER's Surveyor shall certify in writing via a letter that the survey information provided has undergone a Quality Controll Quality Assurance process. • ENGINEER's Subsurface Utility Engineering provider shall certify in writing via a letter that the SUE information provided has undergone a Quality Controll Quality Assurance process. 10.2. QC/QA of Design Documentation • ENGINEER shall perform a QC/QA review of all documents being submitted for review at all stages of the design including the 30%, 60%, and 90% and Final Document design review submittals. QA should be performed by an individual within the firm who is not on the design team. • ENGINEER is to acknowledge that each item on the Detailed Checklist has been included by checking "done" on the checklist. If a particular checklist item is not applicable, this should be indicated by checking "N/A". If an entire checklist is not applicable, this should be indicated by checking every item on the list as "N/A" and still included with the submittal. The ENGINEER shall use the Detailed Checklist provided by CITY. • A Comment Resolution Log must be used to document conflicting comments between reviewers and to highlight comments made by the PDT that the ENGINEER is not incorporating into the design documents along with the associated explanation. The ENGINEER shall use the Comment Resolution Log provided by CITY. • The documentation of a QC/QA review includes (1) a copy of the color -coded, original marked -up document (or "check print") developed during the QA cuyorrortw .Tie Page 24 or 27 AtteN to Re icon D e: 0623M4 Pepe 24 d27 FORT WORTH. checking process and/or review forms which sequentially list documents and associated comments; and (2) a summary list of the findings of the QC effort. • Evidence of the QC/QA review will be required to accompany all submittals. Documentation shall include, but is not limited to, the following items: PDF of the completed Detailed Checklists • If any of the above information is missing, is incomplete a if any comments are not adequately addressed; the CITY may contact the ENGINEER and request the missing information. If the ENGINEER does not respond to the request within 24 hours, the CITY shall reject the submittal. No additional time will be granted to the design schedule for a returned submittal. ENGINEER shall plan to recover the lost time with future project milestones remaining unchanged. • If the ENGINEER has not adequately addressed the comments, the submittal shall be rejected and returned to the ENGINEER immediately to address the issues. ASSUMPTIONS • All submittals to the City will be Quality checked prior to submission. • A PDF of the QC/QA documentation will be uploaded to the project folder in the City s document management system (eBuiloer). DELIVERABLES QC/QA documentation a. Comment Resolution Log b. Summary of the QC effort findings cy w Fon wo,m, Teas Page 25 or 27 ABC memA Revlaon Die: 05.33.=4 PWe35M37 TASK 10. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checldists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS AtlaCrmeM'R Type Traffic Signal (Submit All �30%) om BlWrer 30% Slam Water w% Street Liglta (Submit All@ 33% Winer /Serer (Submit All@ W%) Traffic Engineering (Submitll All @W%) Traffic Catlrol 3a% Traffic Control Sa% Traffic Cartrol ga% Requirel for allxrork in City ROW Street X X X X• X X X Slam Water X X X X X Water/Serer X X X X 'If included in street project City w Fon Worm, Texas Page 26 of 27 Atatt ni Revision Date: 05.23.2024 Pape 28 0 27 ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services —_CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition, unless included as part of Section 7 • Services related to disputes over pre -qualification, bid protests, bid rejection and re- bidding of the contract for construction. • Administration of the construction contract and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, a assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. Cry w Fon wo,m, Texas Page 27 of 27 Ata ,menrA Revlaon Die: 05.23.2024 Pepe V 0 27 ATTACHMENT B COMPENSATION Design Services for Panther Island Canal Bridges City Project No. 106351 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $590,200.00 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 Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 1 of 3 M ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Kimley-Horn Engineering Services $556,750.00 94.3% Proposed Sub -Consultants CMJ Engineering Geotechnical Engineering $24,000 4.1 % Yellow Rose SUE $8,200 1.4% GAP Consultants, Inc. TDLR Inspection $1,250 0.2% TOTAL $590,200.00 100% Project Number & Name Total Fee Sub- Consultant Fee Sub % 106351 — Panther Island Canal Bridges $590,200.00 $33,450.00 5.7% City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 2 of 3 AM EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 3 of 3 M Professional Services Invoice Patent Manager: ayes La..a Summary Project Panther Island Canal Bridges Phase 1 City Project a: JIMad0l City Sae Num dar: 0 Company Name: Ind Suppliers PM: Supplier Invoice m: Payment Request a: Service Date: From Service Date: To Invoice Date: appa Yeaumas: FIII In new Win Including lnMee NunaaFrom and To Byes and tre Included Wei Whin Yaw Invoke b mnpltl ad" and elms, aryl Bmw' and Add pu InMce M Ne CamrlM Mbr MNn RgxlY Mbr. mall: Rnn.tnuailpndrJivnwn office AtltlmSa Rm N. �V � Brea am,RMabar Tx TBI® Telephone: WR4T61T]l Fax 99a]5dm0 Remit Addnu roam BStae Omer, TamT]%toe Agreement Amendment Sheet FlD and Work Type Description Amount Amount Agreement Amountb Deb LTD Eosin Amount Percent spent nillnvoiced Previously Current Invoice Remaining Balance yori I womom tell 1M= anoni deri wan ] wan a wan a wan e wan n Toaale This Invoice Woman naamaat Overall Percentage Spent: wo.anp EXHIBIT B Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Panther Island - Calhoun St and N. Commerce St Bridges over Canal C City Proiect No. 106351 10114/2025 Task No. Task Description Labor (hours) Total Labor Cost Expense Total Expense Cost Task Sub Total Senior PM Senior Project Engineer Project Manager Project Engineer EIT III EIT II Admin Subconsultant Travel / Reproduction / Fees / Permitting Amount Name Markup Rate $316.00 $296.00 $256.00 $221.00 $188.00 $176.00 $120.00 1.0 Design Management 32 0 25 25 21 0 3 $30,200 $0 $0 $0 $0 $0 $30,200 1.1 1 General Coordination 7 7 7 1 $5,600 $0 $5,600 1.2 Kick -Off Meeting 4 1 4 4 6 $4,300 1 $0 $4,300 Monthly Meetings 6 6 6 6 9 $6,500 $0 $6,500 City Department Meetings (4) 4 4 4 6 $4,300 $0 $4,300 Plan Review Meetings (2) 4 4 4 $3,200 $0 $3,200 Invoicing 7 14 $3,900 $0 $3,900 Admin 20 $2 400 $0 $2 400 2.0 Conceptual Design 30%) 4 0 0 10 0 12 0 $5 800 $0 $0 $0 $0 $0 $5,800 2.1 Data Collection Data Collection/Record Drawings 2 2 $800 $0 $800 Coordination 4 4 $2,200 $0 $2,200 Existing Utilities & Identify Conflicts 2 10 $2,300 $0 $2,300 Design Decision Log 2 $500 $0 $500 $0 $0 $0 3.0 Preliminary Design 60% 30 0 84 203 225 694 2 $243,000 $24,000 $0 $2,400 $1,500 $27,900 $270,900 3.1 Preliminary Design Drawings Cover/General Notes/Index 1 5 $1,200 $0 $1,200 Project Control 1 5 $1,200 $0 $1,200 Existing and Proposed Typical Sections 1 15 $2,900 $0 $2,900 Roadway Removals 2 15 $3,100 $0 $3,100 Roadway P&P 4 20 40 $12,800 $0 $12,800 Cross Sections 2 40 8 $10,900 $0 $10,900 Drainage Area Map 15 15 $6,000 $0 $6,000 Runoff Calcs, Inlet Capacity & Storm Drain Calcs 15 4 $4,100 $0 $4,100 Storm Plan and Profile 4 20 40 $12,800 $0 $12,800 Stormwater Quality BMP Worksheet 4 4i $1,600 $0 $1,600 Water Quality Treatment 2 10 $2,900 $0 $2,900 Utility Conflicts (2) 2 5 10 $3,500 $0 $3,500 Signing and Marking 15 $2,700 $0 $2,700 TCP - Detour Route 1 4 4 $2,000 $0 $2,000 Erosion Control 1 1 6 $1,300 $0 $1,300 Grading 2 15 $4,000 $0 $4,000 Curbless Street Eval 4 20 $5,700 $0 $5,700 Details 10 $1,800 $0 $1,800 Calhoun Street Bridge Bridge Layout 1 2 10 20 $6,300 $0 $6,300 Calculate Bridge Geometry Control Points 1 4 12 $3,200 $0 $3,200 Bridge Typical Section 3 6 12 $4,100 $0 $4,100 Bridge Quantities Summary Sheet 1 1 2 $800 $0 $800 Calculate Bridge Quantities 2 4 8 $2,700 1 $0 $2,700 Foundation Layout 2 4 12 $3,400 $0 $3,400 Locate and Develop Soil Borings Sheets 2 4 16 $4,100 $0 $4,100 Abutment Plan Sheets 1 12 24 $6,800 $0 $6,800 Abutment Design Calculations 6 12 4 $4,500 $0 $4,500 Abutment Detail Sheets 2 12 24 $7,000 $0 $7,000 Framing Plan Sheets 1 2 12 $2,800 $0 $2,800 Design Beams & Prepare Beam Design Tables 2 4 8 $2,7001 $0 $2,700 Page 1 of 4 EXHIBIT B Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Panther Island - Calhoun St and N. Commerce St Bridges over Canal C Citv Protect No. 106351 10/14/2025 Task No. Task Description Labor(hours) Total Labor Cost Expense Total Expense Cost Task Sub Total Senior PM Senior Project Engineer Project Manager Project Engineer EIT III EIT II Admin Subconsultant Travel / Reproduction / Fees / Permitting Amount Name Markup Rate $316.00 $296.00 $256.00 $221.00 $188.00 $176.00 $120.00 Bridge Load Rating 2 4 8 $2,700 $0 $2,700 Slab Detail Sheets 1 8 24 $6,000 $0 $6,000 Slab Design Calculations 6 12 4 $4,500 $0 $4,500 Incorporate Relevant TxDOT Standard Sheets 1 2 12 $2,800 $ $2,800 N Commerce Street Bridge Bridge Layout 1 2 10 20 $6,300 $ $6,300 Calculate Bridge Geometry Control Points 1 4 12 $3,200 $0 $3,200 Bridge Typical Section 3 6 12 $4,100 $0 $4,100 Bridge Quantities Summary Sheet 1 1 2 $800 $0 $800 Calculate Bridge Quantities 2 4 8 $2,700 $0 $2,700 Foundation Layout 2 4 12 $3,400 $0 $3,400 Locate and Develop Soil Borings Sheets 2 4 16 $4,100 $0 $4,100 Abutment Plan Sheets 1 12 24 $6,800 $0 $6,800 Abutment Design Calculations 6 12 4 $4,500 $0 $4,500 Abutment Detail Sheets 2 12 24 $7,000 $0 $7,000 Framing Plan Sheets 1 2 12 $2,800 $0 $2,800 Design Beams & Prepare Beam Design Tables 2 4 8 $2,700 $0 $2,700 Bridge Load Rating 2 4 8 $2,700 $0 $2,700 Slab Detail Sheets 1 8 24 $6,000 $0 $6,000 Slab Design Calculations 6 12 4 $4,500 $0 $4,500 OPCC 1 4 6 35 $8,500 $0 $8,500 Internal60% QC $0 $0 $0 Address Internal60% Comments 10 10 60 $14,700 $0 $14,700 60% Project Submittal 1 3 3 $1,600 $50 $500 $2,100 Design Criteria/Decision Log 1 2 2 $1,000 1 $0 $1,000 3.2 1 Geotech Report 4 4 $2,000 $24,000 CMJ $2,400 $26,400 $28,400 3.3 Site Visit/Constructability Review 3 3 3 3 3 $3,500 $0 $3,500 3.4 Community Meeting (1) $0 $0 $0 Exhibits 1 5 2 $1,200 1 $1,000 $1,000 $2,200 Meeting 3 5 3 3 3 $4,000 $0 $4,000 4.0 Final Design(90% and 100%) 12 0 77 81 135 442 10 $148,000 $0 $0� $0 $750 $750 $148,750 4.1 90% Design Drawings Address City 60 % Comments 10 40 $9,300 $0 $9,300 Finalize Removals 1 8 $1,700 $0 $1,700 Finalize Paving 2 6 20 $5,500 $0 $5,500 Finalize Corridor Grading & Cross -Sections 1 5 15 $4,100 $0 $4,100 Finalize Drainage 2 15 30 $9,300 $0 $9,300 Finalize Signing and Markin 1 5 $1,200 $0 $1,200 Calhoun Street Bridge Bridge Layout 1 2 2 4 $2,000 $0 $2,000 Finalize Bridge Geometry Control Points 1 2 4 $1,400 $0 $1,400 Bridge Typical Section 1 2 2 4 $2,000 $0 $2,000 Bridge Quantities Summary Sheet 1 21 2 $1,000 $0 $1,000 Finalize Bridge Quantities 1 4 2 $1,400 $0 $1,400 Foundation Layout 1 4 16 $3,900 $0 $3,900 Finalize Foundation Design 4 8 2 $2,900 $0 $2,900 Abutment Plan Sheets 1 4 12, $3,200 $0 $3,200 Finalize Abutment Design Calculations 21 4 4 $2,000 $0 $2,000 Abutment Detail Sheets 1 4 12 $3,200 $0 $3,200 Page 2 of 4 EXHIBIT B Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Panther Island - Calhoun St and N. Commerce St Bridges over Canal C Citv Protect No. 106351 10/14/2025 Task No. Task Description Labor(hours) Total Labor Cost Expense Total Expense Cost Task Sub Total Senior PM Senior Project Engineer Project Manager Project Engineer EIT III EIT II Admin Subconsultant Travel / Reproduction / Fees / Permitting Amount Name Markup Rate $316.00 $296.00 $256.00 $221.00 $188.00 $176.00 $120.00 Framing Plan Sheets 1 1 4 $1,200 $ $1,200 Finalize Beam Design 1 2 2 $1000 $ $1,000 Slab Detail Sheets 1 4 12 $3,200 $ $3,200 Finalize Slab Design Calculations 2 4 4 $2,000 $ $2,000 N Commerce Street Bridge Bridge Layout 1 2 2 4 $2,000 $0 $2,000 Finalize Bride Geometry Control Points 1 2 4 $1,400 $0 $1,400 Bridge Typical Section 1 2 2 4 $2,000 $0 $2,000 Bridge Quantities Summary Sheet 1 2 2 $1,000 $0 $1,000 Finalize Bridge Quantities 1 4 2 $1,400 $0 $1,400 Foundation Layout 1 4 16 $3,900 $0 $3,900 Finalize Foundation Design 4 8 2 $2,900 1 $0 $2,900 Abutment Plan Sheets 1 4 12 $3,200 $0 $3,200 Finalize Abutment Design Calculations 2 4 4 $2,000 $0 $2,000 Abutment Detail Sheets 1 4 12 $3,200 $0 $3,200 Framing Plan Sheets 1 1 4 $1,200 $0 $1,200 Finalize Beam Design 1 2 2 $1,000 $0 $1,000 Slab Detail Sheets 1 4 12 $3,200 $0 $3,200 Finalize Slab Design Calculations 2 4 4 $2,000 $0 $2,000 Specifications and Bid Form 2 1 10 10 10 10 $8,500 $0 $8,500 Quantities 2 6 25 $6,000 $0 $6,000 Internal 90 % QC $0 $0 $0 Address Internal 90% Comments 10 10 10 50 $15,500 $0 $15,500 90% Project Submittal 3 3 $1,200 $500 $500 $1,700 4.2 Address 90% City Comments 10 10 10 50 $15,500 $0 $15,500 Internal 100% QC $0 $0 $0 Address Internal 100% Comments 5 5 5 25 $7,800 $0 $7,800 100% Submittal 1 3 3 1 $1,600 $250 $250 $1,850 $0 Site Visit $0 $0 $0 5.0 Bid Phase Services 4 0 11 13 9 7 0 $10,100 $0 $0 $0 $1,250 $1,250 $11,353 Addenda 2 5 5 3 3 $4,200 $0 $4,200 Pre -Bid 2 2 2 $1,400 $0 $1,400 Bid Opening 2 $500 $0 $50 Constuction Contract & Conformance Documents 2 4 4 4 4 $4,000 I $1,250 $1,250 $5,250 6.0 lConstruction Phase Services 20 0 80 131 89 0 2 $73 100 $0 $0 $0 $1,000 $1,000 $74,100 Construction Support Precon Meeting 3 3 3 3 $3,000 $0 $3,000 E ]Community Shop Drawing Review 20) 5 20 60 20 $23,800 $0 $23,800 RFI Responses (8) 2 32 20 8 $14,800 $0 $14,800 Site Visit and Final Walkthrough (5) 5 15 25 10 $12,900 $0 $12,900 Meeting (1) $0 $0 $0 Exhibits 5 2 $1,200 $0 $1,200 Meeting 3 5 3 3 $3,500 $1,000 $1,000 $4,500 6.2 Record Drawings 2 5 20 40 $13,900 $0 $13,900 7.0 ROW/Easement Services 0 0 22 14 0 48 0 $17,300 $0 $0 $0 $ $0 $17,300 7.1 Right -of -Way Research $0 $0 Metes & Bounds $0 $0 $0 Page 3 of 4 EXHIBIT B Level of Effort Spreadsheet TASKMOUR BREAKDOWN Design Services for Panther Island - Calhoun St and N. Commerce St Bridges over Canal C Citv Protect No. 106351 10/14/2025 Task No. Task Description Labor (hours) Total Labor Cost Expense Total Expense Cost Task Sub Total Senior PM Senior Project Engineer Project Manager Project Engineer EIT III EIT II Admin Subconsultant Travel / Reproduction / Fees / Permitting Amount Name Markup Rate $316.00 $296.00 $256.00 $221.00 $188.00 $176.00 $120.00 7.2 1 Right-of-Way/Easement Preparation and Submittal ROW & Easement Parcel Map 2 2 4 $1,700 $ $1,700 Eight (8) Temporary Construction Easements 20 10 40 $14,400 $ $14,400 7.3 Right-of-Way/Easement Acquisition Services $0 $ $0 7.4 Temporary Right of Entry Preparation and Submittal 2 4 $1,200 $0 $1,200 ROE Letters/Documents $0 $0 $0 8.0 Survey and Subsurface Utility Engineering Services 0 0 1 2 4 0 0 $1,500 $8,200 $0 $820 $0 $9,020 $10 520 8.1 Test holes (2) (Level A) 1 2 4 $1,500 $8,200 Yellow Rose $820 $9,020 $10,520 9.0 Permitting 0 4 6 10 241 0 0 $9,700 $1,250 $0 $130 $0 $1,380 $11,080 9.1 TxDOT LOSA 9.2 TDLR $0 $0 $0 TDLR Plan Review and Final Walkthrough 4 4 $2,100 $1,250 GAP $130 $1,380 $3,480 9.4 IFHWA Bridge Registration Com lete TxDOT NBI Request Form 1 1 2 $900 $0 $900 Pre are Calculation Package 2 2 10 $2,900 $0 $2,900 N Commerce Street Bride Complete TxDOT NBI Request Form $0 1 1 2 $900 $0 $900 Pre are Calculation Package 2 2 10 $2,900 $ $2,900 10.0 Survey and Subsurface Utility Engineering Services 22 0 8 5 0 01 0 $10,200 $0 $0 $0 $0 $0 $10,200 10.1 QC/QA of Survey and SUE Data 2 2 $1,200 $0 $1,200 10.1 QC/QA of Design Documentation 20 6 5 $9,000 $0 $9,000 Subtotall 1241 4 314 494 507 12031 48 $548,900 $33 450 $0 $3,350 $4,5001 $41.300 $590,200 I Totals:) $590,200 Project Summary Total Hours 2,694 Total Labor $548,900 Total Expense $41,300 Subconsultants $33,450 Subconsutiants Participation 5.7 Page 4 of 4 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Panther Island Canal Bridges City Project No. 106351 None City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page l of 1 KMDIey-Man Qty Project No. 106351 Ramat Mint ute Mon lWas Panther bland Canal Bddges Phase 1 Sdcduk D TaM Nme oaaeoi an Finn va Deea aaa zcel ices mza ma _ mimlere I a i girl i Pan6nes Maafsal OragesObmel g02daya Fa 7As/25 Mm1A/a a% 2 PmiealBoea ant Nem rpe 9130AS Mal lx/v25 M 3 Amend Agreement -Desian 15 dais Tue9A0/25 Mon 1W23125 D16 a Agreement Faxution Otlay Mon 11/3125 Mon 1113125 396 3 11/3 5 - Design 123em RI 7/14/25 MW4/6/26 0% 6 mcmcepNalOaigi Aaay Al 7A8/25 Weall/5/25 0% T Issue Des®n Notice b Prxoam 0tley Mon 11/3/25 Mon 1113125 OM A 11A 9 Design nckaH Meeting 0tlM M71WB FH711WB OM ♦, TA 9 De98n5urvey Ocay Fr17jW25 Fa7/18n5 0M 8 ♦TA 10 Prepare Cmcepmal Desian Drawings B cocumaRs 56tlM Fv7jW25 Fa 1W3/25 0M 9 11 Submit Conceptual Fare 0dM Fri 1013125 Fa 1013125 0M 10 0/3 12 Renew[oncep[ual Plam' 17tlM Mon10/6/25 Tue30/28/25 OM 11 13 Fear Reviw Meeang/Cuman Revew Meeting (Technical) 1Ny Wed 10/29/25 Wed 10INIM 0M 12 to Marpaate Canmena and Submit Remsetl Conceptual Drawing 5tlM Tbu30/30125 Wed1W25 0M 13 1s Conceptual Desgn Complex 0tlM Wed 1l/5/25 Wetl1l/5/25 0% 16 11A 16 60Mhtlminary0dpl I16em RI 7/181Z RI12/26/Z 0% 17 Prepare 6096 Preliminary Plans and Slanifiaaons 56tlM M7jW25 Fri 1013125 0M 9 10 HN6 Preliminary Plan and 5pecbixaon SubmMal ONy Fri 1013/25 Fri 1013125 0M 17 On 19 Submitnansamtl ecsWUt Iitim 0tlM N10/3/25 Fri 1013125 0M 18 on 20 ReNew 0A6 Preliminary Pens and Specifications 17tlM Mon10/6/25 Tue30/28/25 0M 19 21 Incorporate Canmena and Submit Rexztl Preliminary Ceapi 5tlM Wed 10/29/25 Tue11/4/25 0M 20 Drawings E GMxM1nirallmestigtions/Powmen[ Design AOtlM Mon11/3/25 Fri 12/26/25 OM A a Preliminary DesgnC Mete 0tlay Toe 11/4125 Tuell/4/25 OM 21 11/4 N 90l Wei gtlgn lflaay Man 11NZ Ifice 26 O% E Prepare 90M Final Plans and Specifications Weals Monll/3/25 Fa 1/23/26 0% �♦1/33 lab 90M Final Man and 5pecificaton 5ubmilxl Otlay Fri 1/23/M Fa 1/23/26 0% 25 P Ramew 90M Heal Plan am Spetifinlon(Clw 17tlay Monl/M/M Tue2/17/26 0% 26 tl 2B Holtlinject Meebg 1Ny Wed 2/18A6 Wed 21WH 0% 27 H Incorporate Final Cammena and Submit Final Plans and 16tlay nu2/19126 no 3112126 0% 28 SperiMatons 30 Appwe FM& nansand Speafoa%onsantl Rautehr5®uxm 12tlay Fri 3113/26 Mon 3130126 0% 29 31 peLpnCamplex Otlrys Mon 3/30126 Mon3A0/26 0% 30 3/30 T.k na.uwm.n IcI Fr..I T.a — s ig c unlre CH Project No. 1 M351 Ws ,,,.a i i i...,i i i.,,i i. inavTwv oura^ury -SOMEONE!= laawM 3 mgar NYmw ♦ MYn aimw Mreal Summary e%p ganln4 N,,,Ip r ymirp 11 e,ma, rosy 4 I Mnuly 1-1 ganlMYmw Page 1 Kvnle3-2Mi City Pmject Nm 106357 Panne Idand Cavil Bddgm Phase 1 Shceduk Rgprt Pnm Dart Men ta/n/2s o TMk Nwle Duration awt F6Mx 32 Prepare Bid Package MN//Gxmnb/Rpeemnb RquMi TRWO 6eith Kidwil Nan Ventures, LLC Panler Island Partnerts, LP (MgN[tlm (bnyduNonptlrMbemem Rtlae2semem Penotl Bid AtlVertimment Ativertisemen[Periotl HeNPresw Mee[ing PreQwlifitatiemferCmdatta BHOpening Review Bitls- Bid Tabulations and Rktt Contractor SBE Ncurontltlon Mam CPretes drmatt Fxauton PTCmedu an ANNtln (bnitruttlon CaNst Notiato Proceed for Con4rution Shoa Gawings Pipe Promrement Cnmduetion Material Soil Testing Inspection neuut MepYn2 5Ny 606yf 60 clays 60 clays Wtlays Wtlays ultlays allay I5tlayS 0tlays 20 clays ltlay 21 clays 5days 0tlays 3tlays 8tlay 20tlays l6tlayS 16tlays 351tlary 0dws Wtlays 21 clays 2M clays 2M clays 2M clays Wdaris Mdyf Tue 313VM Monll/3/25 Menll/3/25 Menll/3/25 Menll/3/25 Men 1113/25 Mon 1/4/22 Mm 1/4/22 Men 1/4/22 Mon 1/4/27 Men 1/4/2] Men 2/1W Tw 2AW Tw 2AW Tw 3AW Wed 3/3/27 Mon3/8/D Thu3/18M Thu4/1%W M5/2R2 Mm2/5/22 Mon]/3/2] Men]/3/2] Meng/27/27 Tw 10/26/27 Tw 10126M Tw 10/26/27 Ne llnIX Two 1215M Men L/6/26 Og Ml/23/M M Fri 1123126 ft Fri 1123126 ft Fri 1123126 IN Fri 1123126 IN Mon l/I/M M M3/5/22 M M3/5/22 M Men 1/4/9 M Fri 1/29/27 04 Men2/IW M TW3/1/2] Oa Men2/BW M Tw3/1/2T M Fri 315M B% WM3/12/22 M WB1411422 M 18u 5/8/22 Ba MS/2a/D M Mad l WB@ M Men7/5/9 M Fri 9124/27 Oa Man 10/25/27 M Monll/6/28 M Man 11/6/M M Man 11/6/28 M Mon 12/4/9 M Mor UI/M 0a 31 32,33 al 42 a a M 46 AT d8 49 50 50 53 54 55 _ 55 55 $8 59 BBBM BBBM rk rk 1/4 ♦L 1/S 33 34 35 36 3T 38 39 a0 at a3 43 Y 45 K aT aB N m 51 52 53 54 S 56 57 m Be 01 Gty ProjM W. 106551 no, wit MFova ♦ s.nr.ry I1 Rqu4.msy P1 aatlnMYmw a.n.wnl.yJ I M+Wnia N,b Manual ymoy RAp M..ws.mr.y Swtaa/ C darn emrs 3 Na9rna anarmuh - MM Fgat Ban Haikma o Pate 2 L• A M KCa Begin Project L Attachment E Panther Island Canal Bridges r+ ....' ItiI�� =w --Project Location Panther Island Canal Bridges N Commerce St R N Calhoun St tea" End Project Kimley»)Horn FORTWORTH. EXHIBIT F CITY OF FORT WORTH, STANDARD INSURANCE REQUIREMENTS, (1) INSURANCE LIMITS a. Commercial General Liability — Insured shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance as follows: $1,000,000 each occurrence $2,000,000 aggregate If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this Project or location. City shall be included as an additional insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to City. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless City specifically approves such exclusions in writing. ii. Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with Agreement. b. Business Auto — Insured shall maintain business auto liability and, if necessary, commercial umbrella liability insurance as follows: $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Such insurance shall cover liability arising out of "any auto", including owned, hired, and non -owned autos, when said vehicle is used in the course of Insured's business and/or the Project. If Insured owns no vehicles, coverage for hired or non -owned autos is acceptable. Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by Insured pursuant to this Agreement or under any applicable auto physical damage coverage. CFW Standard Insurance Requirements Page 1 of 3 Rev. 5.04.21 c. Workers' Compensation —Insured shall maintain workers compensation and employer's liability insurance and, if necessary, commercial umbrella liability insurance as follows: Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by Insured pursuant to this Agreement. d. Professional Liability (Errors & Omissions) — Insured shall maintain professional liability insurance as follows: $1,000,000 - Each Claim Limit $2,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be written on a claims -made basis, and maintained for the duration of the contractual agreement and for five (5) years following completion of services provided. The policy shall contain a retroactive date prior or equal to the Effective Date of the Agreement or the first date of services to be performed, whichever is earlier. An annual certificate of insurance shall be submitted to City to evidence coverage. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that Insured has obtained all required insurance shall be attached to Agreement concurrent with its execution. Any failure to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. b. Applicable policies shall be endorsed to name City as an Additional Insured, as its interests may appear, and must afford the City the benefit of any defense provided by the policy. The term City shall include its employees, officers, officials, and agents as respects the contracted services. Applicable policies shall each be endorsed with a waiver of subrogation in favor of City with respect to the Project. c. Certificate(s) of insurance shall document that insurance coverage limits specified in this Agreement are provided under applicable policies documented thereon. Insured's insurance policy(s) shall be endorsed to provide that said insurance is primary protection and any self -funded or CFW Standard Insurance Requirements Page 2 of 3 Rev. 5.04.21 commercial coverage maintained by City shall not be called upon to contribute to loss recovery. Insured's liability shall not be limited to the specified amounts of insurance required herein. d. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. City must approve in writing any alternative coverage for it to be accepted. e. A minimum of thirty (30) days' notice of cancellation or material change in coverage shall be provided to City. A ten (10) days' notice shall be acceptable in the event of non-payment of premium. f. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A:VII or equivalent measure of financial strength and solvency as determined by the City's Risk Management division. g. Any deductible or self -insured retention in excess of $25,000 that would change or alter the requirements herein is subject to approval in writing by City, if coverage is not provided on a first -dollar basis. City, at its sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to City. h. In the course of the Agreement, Insured shall report, in a timely manner, to City's Risk Management Department with additional notice to the Contract Compliance Manager, any known loss or occurrence which could give rise to a liability claim or lawsuit against City or which could result in a property loss. i. City shall be entitled, upon its request and without incurring expense, to review Insured's insurance policies including endorsements thereto and, at City's discretion, Insured may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims - made basis, shall contain a retroactive date coincidentwith or priorto the date of this Agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims -made. k. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the Project until final payment and termination of any coverage required to be maintained after final payments. I. City shall not be responsible for the direct payment of any insurance premiums required by Agreement. m. Subcontractors of Insured shall be required by Insured to maintain the same or reasonably equivalent insurance coverage as required for Insured. Upon City's request, Insured shall provide City with documentation thereof. CFW Standard Insurance Requirements Page 3 of 3 Rev. 5.04.21 M&C Review Page I of 2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FARTor Create New From This M&C DATE: 9/30/2025 REFERENCE **M&C 25- LOG NAME: 202025 PANTHER ISLAND NO.: 0928 CANAL BRIDGES PHASE 1 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 2) Authorize Execution of an Engineering Agreement with Kimley-Horn and Associates, Inc., in the Amount of $590,200.00 for the Design of Panther Island Bridges Phase 1 Project Over the Proposed Tarrant Regional Water District Canal C RECOMMENDATION: It is recommended that the City Council authorize execution of an engineering agreement with Kimley-Horn and Associates, Inc., in the amount of $590,200.00 for the design of Panther Island Bridges Phase 1 project (Calhoun Street and N. Commerce Street) over the proposed Tarrant Regional Water District Canal C (City Project No. 106351). DISCUSSION - This Mayor and Council Communication (M&C) is to authorize an engineering agreement with Kimley-Horn and Associates, Inc., in the amount of $590,200.00 for the design of the Panther Island bridges Phase 1 project over the proposed Tarrant Regional Water District Canal C (City Project No. 106351). The project scope includes the design of two new bridges over the proposed Tarrant Regional Water District (TRWD) Panther Island Canal C, one at North Commerce Street and the other at Calhoun Street, between NE 4th Street and NE 5th Street. The project also includes the roadway transitions from the canal bridges to the existing intersections. The purpose of the project is to advance the goals of Panther Island Vision 2.0 by providing new bridge crossings over the proposed Canals, enhancing connectivity, and supporting future development in the area. In April 2020, the Transportation and Public Works Department (TPW), Capital Delivery Division, published a Request for Qualifications (RFQ) for various engineering consulting services. Category 10 — Bridge Design Task Order Contracts were utilized for this selection. An evaluation team of City staff subject matter experts from the Capital Delivery Division of TPW scored the submitted Statement of Qualifications (SOQ) based on company experience, prior projects, workload, and team experience. A pool of five (5) firms was prequalified for Category 10 — Bridge Design. In May 2025, TPW selected Kimley-Horn and Associates, Inc., as the most qualified consultant to provide engineering services for this project. In addition to the engineering services, available project funds totaling $3,129,070.00 will be used for project management, real property acquisition, utility coordination, material testing, inspection, and the City's local participation for construction. Design is expected to start in September 2025 and be completed by May 2026. Funding is budgeted in the General Capital Projects Fund for the TPW Department for the purpose of funding the Panther Island Bridges Phase 1 project. The project is located in COUNCIL DISTRICT 2. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects Fund for the Panther Island Bridges Phase 1 project to support the above recommendation and execution of the contract. Prior to any expenditure being http://apps.cfwnet.org/council_packet/mc_review.asp?ID 33788&councildate-9/30/2O25 11/17/2025 M&C Review Page 2 of 2 incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO i Fund' Department Account Project Program Activity I Budget Reference # Amount A.ID ID I Year I..._(Chartfield 2) FROM Fund' Department Account Project Program Activity Budget Reference # Amount ' ID ID I Year I (Chartfield 2) Submitted for City Manager's Office by: Jesica McEachern (5804) Originating Department Head: Lauren Prieur (6035) Additional Information Contact: Monty Hall (8662) ATTACHMENTS 202025 PANTHER ISLAND CANAL BRIDGES PHASE 1 funds availability.pdf (CFW Internal) Form 1295 Certificate.pdf (CFW Internal) M&C Map CPN106351 Pantherlsland Canal Bridge Ph1.Pdf (Public) MC FID 106351.xlsx (CFW Internal) http://apps.cfwnet.org/council_packet/mc_review.asp?ID=33 788&councildate=9/30/2O25 11 /17/2025 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1afl Complete Nos. I. 4 aM 6 if there are interested! parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested! perdes. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, stake and country of the business entity's place of business. 2025-1351575 IGmley-Han and Associates, Inc. Dallas, TX United States Date Filed: 2 Name of governmental entry or slake agency that is a Party to the contract for vfiicll the form is 08/18/2025 being filed. City Of Fort Worth Date Ackrawdedged: 3 Provide vie identification number used by the governmenW entity or state agency to track or identify the contract, and provide a description of vie services, goods, or other property to be provided under the cordracL 106351 Panther Island Canal Bridges Phase 1-Commerce & Calhoun 4 Name of Interested Party City, Shke, country(place of business) Nature of imerest checks licatle Controlling Interco diary Flanagan, Tammy Dallas, TX United States X McEntee, David Dallas, TX United States X Kell, Ashley Dallas, TX United States X Mutti, Brent Dallas, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is USA _IIL_, (aN) (state) (zip cods) (moray) I declare under penalty of pedury that the foregoing is hue aM correct. Executed! in PALS County, State of Texas on the fair day of Auoust 20 25 (yew) Signature authorized agent ofoontmcdlg business entity (oeciarang Forms provided by Texas Ethics Commission W .ethics.state.tcus Version V4.1.0.f10d6M8 Fox,: Routing and Transmittal Slip Transportation & Public Works, Department DOCUMENT TITLE: Panther Island Canal Bridges Phase 1—Professional Services M&C: song CPN: 106351 CSO: DOCM Date: To: Name Department Initials Date Out 1. Alexandra Ripley TPW - initial "` 11/21/2025 2. Scott Arnold Caasuftwt-sigaaune 11/17/2025 3. Brittany Darrah TPW - signature 11/17/2025 4. Gregory Robbins TPW - initial 11/24/2025 5. Mary Hanna TPW -initial Mo 11/25/2025 6. Patricia Wadsack TPW -initial PLW 11/25/2025 7. Lauren Prieur TPW - signature so^— 11/26/2025 8. Doug Black Legal - signature -&L.— 11/26/2025 9. Jesica McEacherrt CMO - signature - a1A 12/05/2025 10. Janette Goodall CSO - signature .fit 12/05/2025 11 TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, Jay will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: [DYES ®No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ®No ROUTINGTOCSO: ®YES ❑No Action Reanlred: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ❑ For Your Information ® Signaturs/Routing and or Recording ❑ Comment ❑ File Return To: TPWContractsaWonWorthTexas.gov atext 7233 for pick up when completed. Thank you! FORT WORTH, City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Kimley-Hom and Associates, Inc. Subject of the Agreement: Professional Services Agreement for Panther Island Canal Bridges Phase 1 M&C Approved by the Council? * Yes D(No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No X If so, provide the original contract number and the amendment number. Is the Contract "Permanent"9 *Yes X No ❑ If unsure, see back page for permanem contract listing. Is this entire contract Confidential? *Yes ❑ No X Ifonly speck information is Conftdendal, please list what information is Conftdemial and the page it is located 1795 Form - page 59 Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required? *Yes XNo ❑ *Ifso, please ensure it is attached to the approving M&C or attached to the contract. Project Number: Ifapplicable. 106351 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number Yes X No ❑ Contracts need to be routed for CSO processing in the following order: 1. Katherine Cenicola (Approver) 2. Janette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and ifthe information is not provided the contract will be returned to the department.