Loading...
HomeMy WebLinkAbout058044-A1-U - Construction-Related - Contract - AECOM Technical Services, Inc.CSC No. 58044-A1 AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 58044 WHEREAS, the City of Fort Worth (CITY) and AECOM Technical Services, Inc, (ENGINEER) made and entered into City Secretary Contract No. 58044, (the CONTRACT) which was authorized by M&C 22-0440 on the 14th day of June, 2022 in the amount of $ 1,520,753.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Meacham Boulevard Roadway Improvements Project, CPN 103272; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1. Article I of the CONTRACT is amended to include the additional engineering services specified in proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $988,820.70. (See Attached Funding Breakdown Sheet, Page -4-) 2. Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $2,509,573.70. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date subscribed by the City's City of Fort Worth, Texas OFFICIAL RECORD Meacham Boulevard Phase 2 Prof Services Agreement Amendment Template CITY SECRETARY City Project No. 103272 Revision Date: June 13, 2025 Page 1 of 4 1 FT. WORTH, TX designated Assistant City Manager. APPROVED: City of Fort Worth Jesica McEache= Assistant City Manager DATE: 12/10/2025 ATTEST: Jannette Goodall City Secretary APPROVAL RECOMMENDED: AECOM Technical Services, Inc Rami Issg,_ R—iIna(Novl5,102518:08:31 G ) Rami Issa, PE Associate Vice President DATE: 11/25/2025 Lauren Prieur Director, Transportation & Public Works Department City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: June 13, 2025 Page 2 of 4 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Meacham Boulevard Phase 2 City Project No. 103272 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Abby Tucker (Dec 1, 2025 08:37:32 CST) Abby Tucker Sr. Professional Engineer APPROVED AS TO FORM AND LEGALITY: M&C No.#: 25-0978 M&C Date: 10/21/2025 Douglas Black (Dec 8, 202510:44:50 CST) Douglas W. Black Sr. Assistant City Attorney City of Fort Worth, Texas Meacham Boulevard Phase 2 Prof Services Agreement Amendment Template City Project No. 103272 Revision Date: June 13, 2025 Page 3 of 4 FUNDING BREAKDOWN SHEET City Secretary No. 58044 Amendment No Fund Dept ID Account Project ID CF1- Activity CF2 - Bond Reference Amount 30108 0200431 5330500 103272 002330 $85,958.92 30108 0200431 5330500 103272 002380 $902,861.78 Total: $988,820.70 City of Fort Worth, Texas Meacham Boulevard Phase 2 ='rof Scrviccs ",g-ccmcr- l\mcrdmcr- crp_a-c City Project No. 103272 Rcvisior Datc: -crc 13, 2C2S 'aac '� o` 4 FORT WORTM. ATTACHMENT "A" 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. This scope is for Amendment 1 to the original contract (City Project no. 103272) to improve Meacham Boulevard between Deen Road to TxDOT ROW at IH-35W. The original scope work for Meacham Blvd is from Blue Mound Road (east curbline) to about 1,000 linear feet west of IH-35W southbound frontage road (approximately 1.5 miles). The scope includes full roadway replacement west of Deen Road and partial replacement east of Deen Road. This Amendment Number 1 is necessary due to scoping changes for full roadway replacement east of Deen Road as described herein, and improvements to the Blue Mound/Meacham Intersection. Further, this project will have federal construction funding and be required to go through the TxDOT Local Letting Process. The previous scope of work for this segment east of Deen was to provide construction documents for the reconstruction of only the westbound lanes, shared -use -path along the north side of the roadway, and drainage laterals from Deen Road to about 1000-ft west of IH-35. These improvements were to be added to the newly constructed east bound lanes and drainage infrastructure installed by McMormack, a separate entity developing a property south of Meacham Boulevard. The developer (McMormack) had intended to design and construct three (3) of the proposed five (5) lanes of Meacham Blvd between Deen Road and 1,000 LF west of IH-35W, culvert replacement, main drainage system, signalization at Mark IV Parkway and associated items. As such, design services in the original contract for AECOM only included design of the northern two lanes (westbound) between Deen Road and 1,000 feet west of IH-35W, a sidewalk on the north side of the roadway, drainage laterals for the westbound lanes, not including median, mainline drainage or lighting improvements. Amendment 1 to the contract revises the scope of work to extend the project limits of Meacham Blvd from Deen Road to the IH-35W frontage road (TxDOT ROW), from 2,700 linear feet to approximately 3,700 linear feet, and includes full -depth roadway replacement (4-lane divided with left turn -lanes), sidewalks and shared -use -path, drainage improvements, culvert replacement, signalization at Mark IV Parkway, illumination, pavement markings, signage and traffic control plans. Further, since the original contract, the project has been extended the additional 1,000 feet to IH-35W (connecting at TxDOT ROW) due to recent pavement condition assessments that have determined the pavement is in need of replacement. The Blue Mound Road and Meacham intersection will be reviewed for capacity improvements, and thus additional surveying and SUE scope has been included at this intersection, in case geometrical changes are required. This amendment includes performing the total project as a Local Let project approved by TxDOT, and thus the plans, specs, and estimate will be developed in a manner to be approved by TxDOT. TxDOT specs and pay items will be used for the project. Since the project is to go through the local letting process, environmental and public involvement are assumed to be necessary. This Amendment #1 includes both items in the scope/fee. City of Fort Worth, Texas Page 1 of 26 Attachment A Revision Date: 05.23.2024 Page 1 of 26 FORT WORTM. OBJECTIVE The scope of this amendment includes improvements for Meacham Blvd from Deen Road to IH-35W (West TxDOT ROW), Local Letting for entire project, PS&E to TxDOT standards/specifications, NEPA documentation, intersection improvements at Blue Mound/Meacham. The amendment includes the following items: Project Summary Report — Resubmit the previous Project Summary Report (PSR) with the revised Amendment #1 scope from Deen to IH-35. This revision will include the complete 30% design plans for Meacham Blvd that extends from Blue Mound Road to IH-35W. Information to be included in the TxDOT DSR format too. Cross Section - The final cross section will be a four -lane divided concrete urban arterial that includes a divided median with curb and gutter, including drainage, streetlights, signalization, adjacent shared use paths, and signage/pavement markings. - Drainage — Drainage design will be incorporated into the plan set from Deen Road to IH-35. An existing culvert will be fully removed and replaced, along with erosion control. LOSA/Local Letting — Since the project will be Locally Let, TxDOT coordination and approval will be required. - Survey/Geotech/SUE - The scope of the additional design efforts (Amendment #1) includes additional topographical and boundary survey, geotechnical investigation, and subsurface utility engineering services. Contract Documents - The Project includes an amendment to the Project Summary Report (including Conceptual 30% plans), Preliminary (60%), and Final Design plans. Note that Preliminary and Final Design for the section of Meacham Blvd between Blue Mound and Deen Road is part of the original contract so effort is not included in this scope; however, the preliminary and final design plans will include the entire extent of Meacham Blvd between Blue Mound Road and IH-35W to TxDOT standards and design criteria. 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 8. Survey and Subsurface Utility Engineering Services Task 9. Permitting Task 10. Quality Control/ Quality Assurance Task 11. Public Involvement City of Fort Worth, Texas Page 2 of 26 Attachment A Revision Date: 05.23.2024 Page 2 of 26 r®RT WORT I -I City of Fort worth, Texas Page 3 of 26 Attachment A Revision Date: 05.23.2024 Page 3 of 26 FORT WORTH,. TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to provide 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 • Quality Control / Quality Assurance (QC/QA) to be 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 CITY staff to confirm and clarify scope, understand CITY objectives, and confirm functional designs that meet CITY requirements • Conduct and document biweekly project update meetings with CITY Project Manager. It is anticipated that an additional 36 meetings are to be added to the existing scope. • Conduct one Conceptual design review meeting with the CITY and one meeting with TxDOT • Conduct QC/QA 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. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure and provide and obtain information needed to prepare the design. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements City of Fort Worth, Texas Page 4 of 26 Attachment A Revision Date: 05.23.2024 Page 4 of 26 FORT WORTH,. are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub -consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • One (1) pre -design project kickoff/chartering meeting (Assume that this will be to kickoff the project due to additional scope/project extents) • Thirty-six (36) virtual monthly project update meetings during design phase (assume bi-weekly, half hour in length; includes summary notes for each meeting) • All submittals to the City shall be Quality checked prior to submission. • Project design phase is anticipated to take eighteen (18) months. • Eighteen (18) monthly updates of Project Status Reports and project Schedule updates. • One (1) design review meeting assumed for Conceptual Design/Project Summary Report. Original contract includes scope for other phases of the project that were not yet performed. • Bid or Construction phase services are not included in the project/design management task. • Constructability review meeting during design included as part of original contract, additional constructability review not included in this Amendment. • Additional site visits included as part of Conceptual and Preliminary Design tasks 2.0 and 3.0) DELIVERABLES A. Meeting summaries with action items B. QC/QA documentation (See Task 10) C. Baseline design schedule D. Monthly Schedule updates with schedule narrative describing any current or anticipated schedule changes E. Monthly Project Status Reports F. Plan Submittal Checklists (See Task 10) G. Monthly invoices H. Monthly DVIN Report Form and Final Summary Payment Report Form City of Fort Worth, Texas Page 5 of 26 Attachment A Revision Date: 05.23.2024 Page 5 of 26 FORT WORTH,. 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 • Attend two (2) additional site visits for the section of roadway between Deen Road and IH-35W to document existing conditions, obtain site photos, and review potential conflicts. Trimble 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. Obtain additional record drawings for the additional project area. • As part of the design effort, it is understood that additional Right -of -Way (ROW) acquisition may be necessary. For the purposes of this project, the needed ROW to be acquired will be shown. It is assumed that acquisition efforts will be performed by the City of Fort Worth. 2.2. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) per Task 8. 2.3. Utility Clearance • 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 City of Fort Worth, Texas Page 6 of 26 Attachment A Revision Date: 05.23.2024 Page 6 of 26 FORT WORTH, 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 (Trimble) 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. 2.4. Engineering Design Report To confirm adherence to project scope, that design approach is in line with project objectives, and to obtain concurrence on development of the conceptual layout, ENGINEER shall prepare and submit a revised/amended design report in the format provided by the CITY prior to developing conceptual plans. The CITY shall review and provide feedback on the report in timely manner prior to ENGINEER starting the preliminary design. Data in this report will be used to develop a TxDOT Design Summary Report (DSR). 2.5 The Revised Conceptual Design Package shall include the following: • Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. • Quantity Summary page and each design sheet shall include a quantity take off table. • Traffic Engineering study corridor analysis study or alignment/feasibility study to support the recommended design alternative. Intersection Control Evaluation Report (ICE) may be required if applicable. (Amended to the revised project limits) • Conceptual Design Report will be an amendment to the original that was submitted in July 2023. • Conceptual iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. • PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table • TrimbleExisting typical sections of the roadway to be constructed along with proposed typical sections which outline the proposed improvements. Typical sections shall include existing and proposed ROW, existing and proposed lane widths and direction arrows, existing and proposed curbs, sidewalks, and retaining walls. • Conceptual plan and profile sheets showing existing and proposed horizontal roadway alignments, existing and proposed ROW, existing and proposed sidewalks and driveways, proposed lane dimensions and lane arrows, existing drainage structures, city owned and franchise utilities, and existing roadway vertical alignments (profiles). • Documentation of key design decisions. City of Fort Worth, Texas Page 7 of 26 Attachment A Revision Date: 05.23.2024 Page 7 of 26 FORT WORTH,. • Estimates of probable construction cost (Class 4). ASSUMPTIONS • All stormwater calculations and design shall conform to the CITY's current iSWM Criteria Manual for Site Development and Construction. • PDF files created from design CAD drawings will be uploaded to the designated project folder in the City's document management system (Trimble). • ENGINEER will not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. • Traffic Counts not included (already performed in Original contract) • Conceptual Design Package (30% Plans) will include the following sheets: • Conceptual plan and profile roadway sheets; • Existing and proposed drainage area maps; • Project Control Sheets; • ROW Strip Map Sheets; • Existing Utility Layout (SUE) Sheets; • Conceptual Traffic Control Plan Sheets; • Traffic Signal Layout Sheets at Mark IV Parkway • Project will terminate at TxDOT ROW of IH-35 • No new construction of Deen Road • Blue Mound Road/Meacham Road intersection improvements • The Conceptual Design Package will include resubmittal of the latest design between Blue Mound Road and Deen Road, however additional fee for that section of roadway improvements is not included in the LOE. • As part of the design effort, it is understood that additional ROW acquisition may be necessary. For the purposes of this project, the needed ROW to be acquired will be shown. It is assumed that acquisition efforts will be performed by the City of Fort Worth. • Plans will be developed to TxDOT Standards DELIVERABLES A. Conceptual Design Report (Project Summary Report) and TxDOT DSR B. Conceptual Drainage Checklist C. Conceptual Design Package (30% Plans) and OPCC D. ROW and Easement needs (M&B) City of Fort Worth, Texas Page 8 of 26 Attachment A Revision Date: 05.23.2024 Page 8 of 26 FORT WORTH, E. Utility Conflict Plan PDF and Utility Conflict Matrix City of Fort Worth, Texas Page 9 of 26 Attachment A Revision Date: 05.23.2024 Page 9 of 26 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: • Additional SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. • Revised Utility Conflict Matrix • Traffic Control Plan including all construction signage and pavement markings which will be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument #8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Updated existing and proposed typical section sheets. • Updated roadway plan and profile sheets displaying 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 benchmarks per plan/profile sheet. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Overall project easement layout sheet(s). • Intersection layout sheets including ROW lines, horizontal alignments, utilities, curbs, sidewalks, driveways, lane dimensions and arrows, and existing and proposed contours (0.25' intervals) • Preliminary signing, pavement marking, illumination and signal layouts. • 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 outfalls and sensitive locations. Capacities City of Fort Worth, Texas Page 10 of 26 Attachment A Revision Date: 05.23.2024 Page 10 of 26 FORT WORTH, of existing storm drain will be calculated and shown. All calculations shall conform to CITY criteria delineated in the CITY's current 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. • Storm drain layout sheets showing 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. • 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 Additional soil investigations, including field and laboratory tests, four (4) additional test borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. The ENGINEER shall amend the geotechnical engineering study and pavement design already completed to add the additional borings and analysis. The report will be in conformance with the City of Fort Worth Pavement Design Standards Manual, 2015. The study shall include recommendations regarding utility trenching and identify existing groundwater elevation at each boring. Geotechnical report will be revised to include the additional scope of work associated with this amendment. 3.3. 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 (Trimble). The PDF file should be created directly from the CAD files. At each design milestone, the City PM will issue a Utility Clearance Letter to be accompanied by said plans and table to all utility companies which have facilities within the limits of the project for City of Fort Worth, Texas Page 11 of 26 Attachment A Revision Date: 05.23.2024 Page 11 of 26 FORT WORTH,. 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. • 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 (Trimble) ASSUMPTIONS • One (1) PDF set of the Project Manual (Contract and Specifications) will be delivered for the 60% design. • The following shall be uploaded to the designated project folder in the City's document management system (Trimble): ■ Single PDF file created from design CAD drawings. ■ The Project Manual (Contract and Specifications) ■ All other submitted documents and checklists • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications including QC/QA documentation. Anticipated additional sheets for the section between Deen Road and 1-35W include: a. Quantity Summary b. SUE Sheets c. Survey/Control Sheets d. ROW/Easement Layout Sheets e. Removal Sheets f. Typical Sections g. Roadway Plan and Profiles h. Drainage Area Map Drainage Plan and Profile Sheets Drainage Computations k. Illumination Sheets City of Fort Worth, Texas Page 12 of 26 Attachment A Revision Date: 05.23.2024 Page 12 of 26 FORT WORTH,. Traffic Signal Layout for Mark IV m. Traffic Control Sheets B. Utility Conflict Coordination Package C. Geotechnical Report Amendment D. Opinion of probable construction cost (OPCC — Class 3) City of Fort worth, Texas Page 13 of 26 Attachment A Revision Date: 05.23.2024 Page 13 of 26 FORT WORTH,. TASK 4. A. 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 — Class 2) B. FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final 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 off table. • The ENGINEER shall submit an estimate of probable construction cost (OPCC Class 2) ASSUMPTIONS • A PDF created from design CAD drawings and CAD files for the 90% Design and will be uploaded to the project folder in the City's document management system (Trimble). • 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 and CAD files will be uploaded to the project folder in City's document management system (Trimble). DELIVERABLES A. 90% construction plans and specifications including QC/QA documentation. B. Utility relocation package. C. 100% construction plans and Project Manual including QC/QA documentation. D. 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 E. Cover sheet in PDF format for the signatures of authorized CITY officials. City of Fort worth, Texas Page 14 of 26 Attachment A Revision Date: 05.23.2024 Page 14 of 26 FORT WORTH, TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Additional Design Survey ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • 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 tied to available on -around property information (i.e. iron rods, fences, stakes, etc.). • The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: — The following information about each Control Point; a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. 8.2. Subsurface Utility Engineering Provide additional 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. Quality Level D City of Fort worth, Texas Page 15 of 26 Attachment A Revision Date: 05.23.2024 Page 15 of 26 FORT WORTH,. • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level C (includes 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. • 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 C) • Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. City of Fort Worth, Texas Page 16 of 26 Attachment A Revision Date: 05.23.2024 Page 16 of 26 FORT WORTH,. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single -conduit lines, and outside edges of multi -conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. Level A • 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. • 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 1. Up to fifteen (15) additional Level A test holes are included, which are in addition to the ten (10) Level A test holes that are in the original contract that have not yet been performed. Level A test hole information to be provided: a. Prior to design, to supplement the design survey b. Prior to construction, at critical locations, to confirm franchise utility conflict has been in fact cleared. 2. Additional design survey for along Blue Mound and Meacham Blvd for possible intersection improvements, 1000 linear feet west of 1-35W frontage up to the I- 35W frontage, and to the creek outfall east of the UPS Building. Original contract included survey between Deen Road and 1000 feet west of 1-35W. 3. Additional SUE Quality Level A through Dcovers the southern section of Meacham Blvd between Deen Road to 1000 feet west of 1-35W in addition to the section of roadway 1000 feet west of 1-35W to the 1-35W frontage road and additional area along Blue Mound and Meacham (to the west) for possible intersection improvements. The northern section of Meacham Blvd between Deen Road and 1000 feet west of 1-35W was covered in the original contract. City of Fort Worth, Texas Page 17 of 26 Attachment A Revision Date: 05.23.2024 Page 17 of 26 FORT WORTH,. 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. C. Revised Utility Conflict Matrix will be provided as part of the SUE deliverable to include the section between Deen Road and 1-35W. City of Fort Worth, Texas Page 18 of 26 Attachment A Revision Date: 05.23.2024 Page 18 of 26 FORT WORTH. TASK 9. ENVIRONMENTAL PERMITTING. ENGINEER will provide environmental permitting support as follows. 9.1. TxDOT NEPA Environmental Review with Categorical Exclusion Approval ENGINEER will provide documentation and permitting support for the CITY to obtain all agreements and/or permits required for a TxDOT NEPA clearance (NOTE: Several of these items are covered in the original scope/fee and are no fee is requested in this amendment). • Meet, negotiate, and coordinate to obtain approval of the agency issuing the agreement and/or permits. • Submitting forms/applications for CITY and TxDOT review • Submitting revised forms for agency review • Responding to agency comments and requests • Completion of the TxDOT Work Plan Development materials and all relevant ECOS documentation to support a Categorical Exclusion NEPA classification. • Complete all necessary documentation in accordance with the latest versions of TxDOT's Environmental Toolkits: • Air • Congestion Management Plan with associated exhibits. • Conformity Report form and programming documentation. • Archeology (Previously scoped) • Conduct a field analysis for archeological resources, in accordance with the latest TxDOT Environmental Toolkit guidance. • Archeological Background Study with associated exhibits. • Threatened and Endangered Species (Previously scoped) • Conduct a field analysis for protected species habitat, in accordance with the latest TxDOT Environmental Toolkit guidance. • Complete TxDOT's Species Analysis Form and Species Analysis Spreadsheet, and provide species impact determination documentation. • Community Impacts Assessment (Previously scoped) • Conduct a field analysis to review and document the community profile, in accordance with the latest TxDOT Environmental Toolkit guidance. • Complete the Community Impact Assessment Report with associated exhibits. • Historic Resources (Previously scoped) • Conduct a field analysis to review the project corridor for historical resources, in accordance with the latest TxDOT Environmental Toolkit guidance. City of Fort Worth, Texas Page 19 of 26 Attachment A Revision Date: 05.23.2024 Page 19 of 26 FORT WORTH. • Complete the Historical Studies Project Coordination Request Form with associated exhibits. • Hazardous Materials (Previously scoped) • Conduct a field analysis and database search for hazardous material contamination, in accordance with the latest TxDOT Environmental Toolkit guidance. • Complete the Hazardous Materials Initial Site Assessment with associated exhibits. • Traffic Noise Analysis • Conduct a field review to verify all noise receivers within the corridor and complete noise model verification, in accordance with the latest TxDOT Environmental Toolkit guidance. • Complete Traffic Noise Analysis Report with associated exhibits and Traffic Noise Model. • Clean Water Act (Previously scoped) • Conduct a field analysis for jurisdictional waters within the project corridor, in accordance with the latest TxDOT Environmental Toolkit guidance. • Complete the Surface Waters Analysis Form 9.2. TxDOT Coordination ENGINEER shall coordinate with TxDOT during the NEPA Environmental Review for the following tasks, when required: • Congestion Management Process Form approval from the NCTCOG • Support to the TxDOT Transportation Planning and Programming section for updates to the project programming required for Conformity approval. • Community Impacts Assessment study area with TxDOT Environmental Affairs Subject Matter Expert. • Determination of the location of traffic noise validation sites from the TxDOT Environmental Affairs Subject Matter Expert. • Technical analysis determination review with TxDOT Environmental Affairs Subject Matter Expert and the resource regulatory agency, as needed. ASSUMPTIONS • All submittals to the City will be Quality checked prior to submission. • Permit preparation will begin after approval of the Conceptual Design. • Based on the preliminary review of the corridor, no specialized surveys are anticipated for archeology, historic resources, jurisdictional waters, and protected species. If field City of Fort Worth, Texas Page 20 of 26 Attachment A Revision Date: 05.23.2024 Page 20 of 26 FORT WORTH, surveys are conducted and determine sensitive resources are present, then additional analysis may need to be conducted. • The completion of a Traffic Noise Analysis is anticipated due to revisions to the existing roadway capacity and geometry. Approval of the scope of noise analysis required will be verified with the TxDOT Environmental Affairs Traffic Noise Subject Matter Expert after the approval of the Conceptual Design. • A Categorical Exclusion (CE) environmental classification is anticipated for this project based on the latest TxDOT guidance outlined in the TxDOT Environmental Toolkits. Additional environmental analysis may be warranted if design considerations or environmental constraints were to exceed the classification guidance outlined in the Toolkit guidance. DELIVERABLES Copies of Permit Applications Copies of Approved Permits Copies of all TxDOT technical reports: • Congestion Management Process Form • Archeological Background Study with associated exhibits • Species Analysis Form • Species Analysis Spreadsheet • Community Impact Assessment Report with associated exhibits • Historic Resource Project Coordination Request report with associated exhibits • Hazardous Materials ISA with associated exhibits • Right -of -entry request forms • Notice and Opportunity to Comment and Summary Report • Surface Water Analysis Form TASK 10. QUALITY CONTROL / QUALITY ASSURANCE ENGINEER to perform Quality Control/ Quality Assurance (QC/QA) per the plan in the original contract. This Scope of Work for Addendum #1 pertains only to the portion of additional work from Deen Road to IH-35. City of Fort Worth, Texas Page 21 of 26 Attachment A Revision Date: 05.23.2024 Page 21 of 26 FORT WORTH, 10.1. QC/QA of Survey and SUE Data • The ENGINEER's Surveyor shall perform Quality Control/ 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 Control/ 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 Control/ 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 CITY 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 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 or 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. City of Fort Worth, Texas Page 22 of 26 Attachment A Revision Date: 05.23.2024 Page 22 of 26 FORT WORTH, • 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 (Trimble). DELIVERABLES QC/QA documentation a. Comment Resolution Log b. Summary of the QC effort findings TASK 11. PUBLIC INVOLVEMENT SERVICES To meet federal and state NEPA requirements, the ENGINEER will prepare a Notice and Opportunity to Comment (NOC) that will follow TxDOT's Public Involvement Toolkit. The purpose of a NOC is to inform real property owners and affected local governments and public officials of the project and allow them an opportunity to submit comments prior to the environmental decision on the project. 11.1. NOC Activities • The ENGINEER shall follow TxDOT's Public Involvement Toolkit for a NOC. • Prepare adjacent property owners mailing list and mail/email list for elected officials and other stakeholders. • Prepare outreach materials such as the Draft and Final NOC notice, project location map and letter/email to elected officials. • Print and mail notice and project location map to adjacent property owners at least 18 days prior to the deadline for comments. (Three days for mail delivery and 15 days for the open comment period.) • Mail/Email elected officials and stakeholders near the project a letter, notice and project location map. • Prepare Draft and Final Summary Document. 11.2 Stakeholder Meetings • Coordinate, attend and document meetings with adjacent property owners as needed to review the schematic plans and discuss proposed improvements. (Up to four meetings — three virtual and one in -person) ASSUMPTIONS • TxDOT will approve a NOC considering that the project will require minimal right of way and that this project will complete the corridor footprint widening to a six - lane divided roadway. City of Fort Worth, Texas Page 23 of 26 Attachment A Revision Date: 05.23.2024 Page 23 of 26 FORT WORTH,. • Adjacent property owner meetings would be as needed to coordinate with BNSF railroad or other affected properties due to proposed right of way, access or construction phasing impacts. This may include a meeting with the city's Fort Worth Meacham International Airport for project coordination. DELIVERABLES A. Prepare adjacent property owner mailing list and mail/email list for elected officials and other stakeholders. B. Prepare Draft and Final NOC notice, project location map and letter/email to elected officials. C. Print and mail notice and project location map to adjacent property owners. D. Mail/Email elected officials and stakeholders near the project a letter, notice and project location map. E. Prepare Draft and Final Summary Document. Coordinate, attend and document up to four meetings with adjacent property owners as needed to review the schematic plans and discuss proposed improvements. City of Fort Worth, Texas Page 24 of 26 Attachment A Revision Date: 05.23.2024 Page 24 of 26 FORT WORTH,. Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Street Water Traffic Traffic Traffic "A" Traffic Storm Storm Lights /Sewer Traffic Control Control Control Attachment Signal Water Water (Submit (Submit Engineering ° 30% ° 60 /° ° 90 /° Type (Submit All 30% 60% All @ All @ (Submit All Required for all work in City @ 30%) @ 60%) 30% 60%) ROW Street X X X X X' X X X Storm Water X X X X X Water / Sewer X X X X *If included in street project City of Fort Worth, Texas Page 25 of 26 Attachment A Revision Date: 05.23.2024 Page 25 of 26 FORT WORTH. 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 • Bid phase services • ROW/Easement document preparation • 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, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. • As part of the design effort, it is understood that additional Right -of -Way (ROW) acquisition may be necessary. For the purposes of this project, the needed ROW to be acquired will be shown. It is assumed that acquisition efforts will be performed by the City of Fort Worth. City of Fort Worth, Texas Page 26 of 26 Attachment A Revision Date: 05.23.2024 Page 26 of 26 ATTACHMENT B COMPENSATION Design Services for Meacham Boulevard Phase 2 City Project No. 103272 Time and Materials with Rate Schedule Project Compensation A. The ENGINEER shall be compensated for personnel time, non -labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category 2025 Rates $/hour 2026 Rates $/hour Project Director 315 325 Project Manager 300 315 QA/QC Manager 265 275 Sr. Project Engineer 240 250 Project Engineer 190 200 EIT/Scientist 135 140 Sr. Design Technician 180 185 Design Technician 130 135 Sr. Env. Scientist 185 190 Env. Scientist 130 135 Jr. Scientist/GIS Tech/Tech Editor 105 110 Administrative 160 165 ii. Non -Labor Expenses. Non -labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non -labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 1 of 4 LM ATTACHMENT B COMPENSATION ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. 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 2 of 4 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount Prime Consultant AECOM $842,183.70 85.17% Proposed Sub -Consultants Alliance Geotechnical Geotechnical Investigation Group, Inc $7,795.00 7.88% Rios Group Subsurface Utility Engineering $94,542.00 9.56% Gorrondona and Topographical Survey Associates, Inc $44,300.00 4.48% TOTAL $881,648.20 100% Project Number & Name Total Fee Sub -consultant Sub -consultant % Fee Meacham Blvd Phase 2 $988,820.70 $146,637.00 14.8% Amendment 1 City Goal = 19% City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 3 of 4 Consultant Committed Goal = 14.8 % EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 4 of 4 Professional Services Invoice Project Manager: Abby Tucker, PE, RAS Summary Project: Meacham Boulevard WideningImprovements - De City Project #: 103272 City Sec Number: 158044 Name: I AECOM Technical Services, Inc. Supplier's PM: Matt Abbe, P.E. Supplier Invoice M Payment Request #: Service Date:From Service Date:To Invoice Date: Suppliers Instructions: Fill in green cells including Invoice Number, From and To Dates and the included worksheets. When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the Consultant folderwithin Project'sfolder. email: I Matthew.Abbe@aecom.com Office Address Office Address Telephone: (682) 316-7665 Fax: Remit 1600 West 6th Street, Suite 406 Agreement Amendment Sheet FID and Work Type Description Amount Amount Agreement Amountto Date LTD Completed Amount Percent Spent ($) Invoiced Previously Current Invoice Remaining Balance Work Type 1 TO 1 - Conceptual Design (30%) 30108 0200431 5330500 130272 00233C $571,828.00 $278,136.00 $849,964.00 $467,021.73 54.94606007% $467,021.73 $382,942.27 Work Type 2 TO 2 - Preliminary and Draft Final Design (60, 90%) 30108 0200431 5330 $597,404.33 $466,731.70 $1,064,136.03 $159,370.79 14.97654299% $159,370.79 $904,765.24 Work Type 3 TO 3 - Final Design (100%) and Permitting 30108 0200431 5330500 130 $351,520.67 $243,953.00 $595,473.67 $595,473.67 Work Type 4 Work Type 5 Work Type 6 Totals This Invoice $1,520,753.00 $988,820.70 $2,509,573.70 $626.392.52 Overall Percentage Spent: 24.96011653% $626, 392.52 $1, 883,181.18 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for City Project No. 103272 Task No. Task Description Labor hours Total Labor Cost Expens Total Expense Cost Task Sub Total Project Director Project Manager QAIQC Mana er Sr. Project Engineer Project Engineer EIT ENV Scientist Senior Scientist Jr Scientist GIS Tech Tech Editor CADD Administrative Subconsultant MWBE Travel Reproduction Rate $315 $300 $265 $240 $190 $135 $130 $185 $105 $105 $105 $160 $160 1A Project Management 33 198 0 12 127 44 0 0 0 0 0 0 72 $114,265 $0 $600 $0 $600 $114,865.00 1.1 Managing the Team 1.1.1 Project Administration 4 36 18 36 $21,240 $0 $21,240.00 1.1.2 Project Internal/Sub Management Activities & Coordination 24 60 40 $33,160 $0 $33,160.00 1.2 Communications and Reporting $0 $0 $0.00 1.2.1 Re -Kick Off Coordination Meeting 1 3 3 1 $1,785 $200 $200 $1,985.00 1.2.2 36 ti—ldy Project Update Meetings 4 30 12 30 12 $20,460 $0 $20,460.00 1.2.3 Conceptual design review meeting 2 8 12 $4,680 $0 $4,680.00 1.2.5 Prepare Invoicing (Monthly - assume 18 months) 18 36 $11,160 $0 $11,160.00 1.2.6 Prepare Baseline Schedule and updates 18 $5,400 $0 $5,400.00 1.2.7 Prepare Month MBE/SBE Reports 9 $2,700 $0 $2,700.00 1.2.8 Other Agency Coordination (FW WD, TxDO 16 24 32 $13,680 $400 S400 $14,080.00 2.0 Conceptual sign 30-Percent 0 70 2 84 188 334 0 0 0 0 0 220 0 $157,700 $0 $400 $0 $400 $158 100.00 2.1 Data Collection 0 0 0 0 $0 $0 $0.00 2.1.1 Attend two 2 additional site visits 8 8 16 16 $9,520 $400 $400 $9,920.00 2.1.2 Obtain/Review additional record drawings 2 16 24 $6,880 $6,880.00 2.3 Utility Clearance 8 8 16 8 $7,360 $7,360.00 2A Engineering Design Reort Amendment 20 32 56 104 $38,360 $0 $38,360.00 2.5 Conceptual Design Package (Dean to I- 35 24 40 80 160 200 $85,600 $0 $85,600.00 2.6 Project Decision Lo 4 2 $1,580 $0 $1,580.00 2.7 Construction Estimate 4 2 4 10 14 12 $8,400 $0 $6,400.00 City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 1 of 3 13.0 IPreliminary Dasian 190 Percentl I 11 821 d1 1701 2401 4361 01 01 01 01 01 554I 01 1259.8751 17.7951 12001 901 17.9951 9267.870.001 3.1 Preliminary Design DraWngs (Dean to I- 35 +Blue Mound Improvements 0 60 0 142 208 380 0 0 0 0 0 526 0 $227,060 $0 $227,060.00 Paving 20 32 52 96 144 $59,560 Generals/Details/Controls 4 16 16 20 16 $13,340 Drainage 8 38 44 92 134 $53,740 Traffic Signal (""-..A.k4V-aae Blue Mound) 8 8 16 32 32 $16,800 Illumination 4 16 24 40 80 $27,800 Traffic Control Plan 12 16 40 60 80 $35,940 Striping/Pave Markings 4 16 16 40 40 $19,880 3.2 Additional Geotechnical Investigation/Pavement Design 1 4 4 1 $4,180 $7,795 $7,795 $11,975.00 3.3 Additional Utility Clearance & Coordination 16 16 24 40 16 $21,160 $200 $200 $21,360.00 3A Project Specifications In Pmv. Scope) 0 0 0 0 $0 $0 $0.00 3.5 Construction Estimate 1 2 4 8 16 12 $7,475 $0 $7,475.00 4.0 Final Design 0 56 0 148 270 400 0 0 0 0 0 396 0 $220 980 $0 $0 $0 $0 $220 980.00 4.1 Final Draft (90%) Construction Plans and Specifications 28 88 1781 264 240 $137,380 $0 $137,380.00 4.2 Final 100% Plans and Specifications 16 40 80 120 156 $70,760 $0 $70,760.00 4.3 Project Decision Logs (90 % and 100%) 8 16 $6,240 $0 $6,240.00 4A Construction Cast Estimates (90% and 100%) 4 4 12 16 $6,600 $0 $6,600.00 7.0 ROW/Easement Services n 0 0 0 0 0 0 0 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0.00 7A Right -of -Way Research $0 $0 $0.00 7.2 Right-of-Way/Easement Preparation and Submittal 0 $0 $0 $0.00 7.2.1 lAdditional ROW/Temp Easement (0) $0 $0 $0.00 8.0 Survey and Subsurface Utility Engineering Services 0 81 0 4 12 20 0 0 0 0 0 40 0 $14,740 $138,842 $0 $0 $138,842 $153,582.00 8.1 Additional Design Survey 4 2 6 4 8 $4,640 $ 44,300.00 $44,300 $48,940.03 8.2 Additional Subsurface Willy Engineering 4 2 6 16 32 $10,100 $94,542 $94,542 $104,642.00 9.0 Permitting 0 0 0 0 0 0 64 36 0 10 0 0 0 $16 030 $0 $0 $500 $500 $16 530.00 9.1 TxDOT CE NEPA Review and Permitting $0 $0 $0.00 WPD I and 11 covered in original) $0 $0 $0 $0.00 Air covered in original) 16 4 2 $3,030 $0 $3,030.00 Archeolo covered in on ina $0 $0 $0.00 Threatended and Endangered Species (covered in original) $0 $0 $0.00 Community Impacts Assessment (covered in onginal) $0 $0 $0.00 Historic Resources covered in original) $0 $0 $0.00 Hazardous Materials covered in original) $0 $0 $0.00 Traffic Noise Analysis 24 8 8 $5,440 $0 $5,440.00 Public Involvement (Covered in 11.0) $0 $0 $0.00 Clean Water Act covered in original) $0 $0 $0.00 9.2 TxDOT Coordination 24 24 $7,560 $500 $500 $8,060.00 9.3 Right -of -entry covered in original)$0 $0 $0.00 9.4 Tree Survey and Removal Authorizafion covered in original) $0 $0 $0.00 City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 2 of hnn Inrrne 1 nl ,el eel ,ol ,ol nl nl I I I I nl nl <ee ovnl <nl <nl <nl <nl <vc o•n nnl 10.1 SUE Data 2 submittals 4 16 4 $6,200 $0 $6,200.00 10.2 Design Documentation (30% Plans and Report & Additional sheets for Add. #1) 12 48 12 8 $20,720 $0 $20,720.00 11.0 Public Involvement Services 2 12 0 0 18 0 8 0 0 8 0 0 8 $10,810 $0 $500 $4,000 $4,500 $15,310.00 11.1 Notice and Opportunity to Comment s0 so $0.00 41-�4 s0 so $0.00 44-4.2 s0 $0 $0.00 44,a a wap te adjaGals pFepeqy G $0 $0 $0.00 44a a $0 $0 $0.00 4s a s PFBPaFe and F a' gummmy Qa.uoen� p $0 $0 $0.00 11.2 Stakeholder Meetin s $0 $0 $0.00 11.2.1 Coordinate, Me n an ocumen up o three meetings with adjacent property 2 12 18 8 B 8 $10,810 $500 $4,000 $4,500 $15,310.00 Totals 36 442 70 430 867 1234 72 36 0 16 0 1210 80 $821,320 $146,637 $1,700 $4,500 $152,837 $974,157 ak�� L�-- 07/22/2025 City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 Project Summary Total Hours 4,495 Total Labor $821,320.00 Total Expense $152,837.00 MBE/SBE Subconsukant $146,637.00 Non-MBE/SBE Subconsullant $0.00 10% Sub Markup $14,663.70 MBE/SBE Participation 14.8% Total Project Cost 888,820.70 3 of ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Meacham Boulevard Phase 2 City Project No. 103272 List any changes to the Standard Agreement NONE City of Fort Worth, Texas Attachment C Meacham Boulevard Phase 2 PMO Release Date: 05.19.2010 Page 1 of 1 City Project No. 103272 FORT WORTH ATTACHMENT "D" PROJECT SCHEDULE A. ENGINEER Project Schedule Development ENGINEER shall prepare a project schedule for the services to be provided in fulfilling the requirements of the Agreement and encompassing the Scope of Work defined in Attachment A to the Agreement. ENGINEER shall prepare and maintain project schedule throughout the life of the project as defined in the Agreement in compliance with the City's Specification 00 31 15 entitled Engineer Project Schedule. ENGINEER's project schedule will follow the Critical Path Methodology (CPM) for planned sequencing of the work activity and timing of the work. B. Schedule "Tier" Selection City has identified three "Tier" levels for project schedules as defined in City's Specification 00 31 15, to align with the size and complexity of the project as a basis for schedule development. City's Project Manager will determine the "Tier" level for the ENGINEER's project schedule as part of the negotiation of the Agreement. C. Project Baseline Schedule ENGINEER will produce an initial project schedule and submit as a "baseline" for review and acceptance by City's Project Manager as defined in City's Specification 00 31 15 which will be referred to as the Project Baseline Schedule. Updates to the baseline schedule follow the requirements of City's Specification 00 31 15. D. Project Progress Schedule ENGINEER will provide to the City, monthly updates to their project schedule indicating progress of the Work in compliance with the requirements of City's Specification 00 31 15 and said schedule will be referred to as the Project Progress Schedule. E. Master Project Schedule City will develop and maintain a master project schedule for the overall project. ENGINEER's project baseline and progress schedule submittals will be an integral part of the development and updating process of City's Master Project Schedule. City of Fort Worth, Texas Attachment D Revision Date: 07.20.2018 Page 1 of 1 ID Task Name Duration Finish %Complete PredecessorsTotal Slack Successors [111 [111ininguration 12026 W21 302g Qtr 3, 2025 Q[r 4, 2025 Q[r 1, 2026 Itr 2,12026 (It, 3, 3026 Qtr 4, 2026 Clo 1, 202] Car 2,12027 Qtr 3, 2D27 Qtr 4,1102 Qtr 1, 2028 Jul Au Se Oct Nov Dec Jan Feb Mar A r Ma Jun Jul Au Se OR Nov Dec Jan Feb Mar A r Ma Jun Jul Au Se Oct Nov Dec Ian Feb Mar 1 MeachamBlvd Phase 2 762 days? Wed 7/23/25 Tue 7/4/28 7% 0 days? 712.03 days? 2 Notice to Proceed - Reallocation Ddays Wed 7/23/25 Wed 7/23/25 100% Odays 7FS+2.5 wks Ddays to Proce -Reallocation 3 Amendment l - City of Fort Worth 6wks Mon 9/25/25 Fri 10/3/25 0% 141.8 wks 6wks Amendment#)has mendment l- City of Fort Worth Award Award not been awarded yet 4 Project Start -Up 16 days Tue 8/12/25 Wed 9/3/25 0% 12.5 days 16 days Prole Start-up 5 _ Internal Start-up Ddays Tue 8/12/25 Tue 8/12/25 100% 7FS+1 day Ddays Ddays In ernal ste-up 6 Transfer Meeting with City of Fort Wi 0 days Mon 8/25/25 Mon 8/25/25 100% Ddays Ddays Transfer eeting with Orr of Fort Worth 7 Start Up with City of Fort Worth &Tx 0 days Wed 9/3/25 Wed 9/3/25 0% 2FS+2.5 wks 12.5 days SFS+l day,9FS Ddays SUM -Up with City of Fort Worth &TYDOT 8 Conceptual (30%Ciry PS&E and 60% 138 days? Man 8/I1/25 Mon3/2/26 40% fill days? 82.16 days? [oncep[ual(3a%[Iry PS&E and 60):TZDOT Schematic) TxDOT Schematic) 9 Data Collection and Site Visits Design Survey(Gorrondona) 6wks 8wks Man 9/8/25 Fri 10/17/25 100% Mon 8/11/25 Fri 10/3/25 100% 7FS+3 days Owks OWks Owks 1255+4 wks Owks Data Collection and She vlslts .sign survey (Gorrondona) 30 11 Project Summary Report Draft Summary Report/30% 118 days? 10 wks Mon 9/8/25 Mon3/2/26 0% Mon 9/8/25 Fri 11/14/25 0% 16 days? 118 days? 105S+4wks 3.2 wks 14,13SS+4 30 wks Prpjea Summary Report Draft Summary Report/30%Plans/60%Schematic 12 Plans/ 60% Schematic wks 13 Peer Review Meeting Ddays Fri 10/3/25 Fri 10/3/25 0% _ 125S+4wks 709 days Ddays erR ..Meeting 14 n�� Summary Report Internal CA/QC 3 wks Mon 11/17/25 Tue 12/9/25 0% 12 3.2 wks 15 3 wks Summary Report Internal QA/QC 15 Submit Sum mary Report to Fort Iday Wed 12/10/25 Wed 12/10/250% 14 16 days 16 1day ubmh Summary Report to Fort Worth Utility Company for Coordination Worth& Utility lmrpanyfpr I 16 City of Fort Worth Review 3 wks Thu 12/11/25 Thu 1/8/26 0% 15 3.2 Wks 18,17 3wks of Fort Worth Review 17 City of Fort Worth Review Meeting 1 day? Fri 1/9/26 Fri 1/9/26 0% 16 647 days? 1 day? CI of Fort Worth Revlew Meeting 18 TxDOT Review (60% Schematic) 4wks Mon 2/2/26 Fri 2/27/26 0% 16 0wks 19 4wks UDOT Review Schematic) 19 30% Design/60% Schematic Iday Mon3/2/26 Mon 3/2/26 0% 18 Ddays 21,23 Iday 30%DmIgn/CA% Schematle Review Meeting Review Meeting 20 60% City PS&E and 90% TxDOT Schema 82 days Tue 3/3/26 Wed 6/24/26 0% 0days 82 days 6o%City PS&E and 90%—OT Schematic 21 Develop 60% Design Documents& 9wks Tue 3/3/26 Mon 5/4/26 0% 19 0wks 24,2255 9wks Develop 60% Design Documents&90%Schematic 90%Schematic 22 Geotechnical Investigation(AGG) 6wks Tue 3/3/26 Mon 4/13/26 0% 21SS 116.2 wks fiwks Geo echnlcal Investiga0on(AGG) 23 SUE(Rios Group) 6wks Tue 3/3/26 Man 4/13/26 0% 19 116.2 wks 6wks SUE Rios Group) 24 60% Documents Internal QA/QC 3wks Tue 5/5/26 Mon 5/25/26 0% 21 0wks25 3wks sons Documents Internal QA/QC 25 Submit Draft 60%Design to Fort Iday Tue S/26/26 Tue S/26/26 0% 24 Odays 26 Iday ubmh Draft 60% Design to Fort Worth& Utility Company for Coordination Worth & Utility Company for Citycf Fort Worth Review(TRDOT 4wks Wed 5/27/26 Tue 6/23/26 0% _ 25 0wks 28 4wks Cityof Fort Worth Review(TxDOT review as 30%) 26 review as 30%) TxDOT Review (90% Schematic) 14wks Fri 4/10/26 Thu 5/7/26 0% 112.6 wks 4wks fillillililif TZDOTR iew(90%Schematic) 2] 28 60% Design Review Meeting 11day Wed 6/24/26 Wed 6/24/26 0% 26 Ddays 30,50 Iday 6o%Dengn Revlew Meeemg 29 605Design for TxDOT 56 days? Thu 6/25/26 Thu9/20/26 0% 0days? 56 days? I60% Design for TxDOT 30 Develop 60%PS&E for TRDOT 4wks Thu 6/25/26 Wed 7/22/26 0% 28 )]wks 31 4wks Develop 6o%PS&E for TZDOT 31 60%Documents internal OA/QC 3wks Thu 7/23/26 Wed 8/12/26 0% 30 0wks 32 3wks 60%DT.wn ntsinternal QA/QC 32 TxDOT review via City 4w sk Thu 8/13/26 Wed 9/9/26 0% 31 0wks 33 4Wks TZDOT review via City 33 60% TxDOT Design Review Meeting Iday? Thu 9/10/26 Thu 9/10/26 0% 32 Ddays? 35 1day? fio%TxpoT Design Review Meeting M 90% Design 87 days Fri 9/11/26 Mon 1/11/27 0% Ddays 87 days 90%Design 35 Develop 90% Design Documents 7wks Fri 9/11/26 Thu 10/29/26 0% 33 0wks 36 7wks Develop 90% Design Documents 32 90% Documents Internal QA/QC 3wks Fri 10/30/26 Thu 11/19/26 0% 35 0wks 37,54 3wks 90% Documents Internal QA/QC 37 Submit Draft 90% Design to Fort Iday Frill/20/26 Frill/20/26 0% 36 Ddays 38 1day Submit Draft 90% Design to Fort Worth& Utility Company for Coordinrtion Worth & Utility Company for 38 City of Fort Worth Review 3wks _ Mon 11/23/26 Fri 12/11/26 0% 37 0 wks 39 3 wks City of Fort Worth Review 39 TxDOT Review 4wks Man 12/14/26 Fri 1/8/27 0% 38 0wks 40 4wks TxDOT Review 40 90% Design Review Meeting 1 day_ Mon 1/11/27 Mon 1/11/27 0% 39 0 days 42 1 day 90% Design Review Meeting 41 Final Design 46 days Tue 1/12/27 Tue 3/I6/27 0% 0 days 46 days Final Design 42 Develop Final Design Documents 6wks Tue 1/12/27 Mon 2/22/27 0% 40 0wks 43 6wks Develop Final Design Documents 43 Final Documents Internal QA/QC Submit Final Design to Fort Worth & 3wks 1 day Tue 2/23/27 Mon3/15/27 0% Tue 3/16 7 Tue 3/16/27 0% 42 0wks 44 3wks 43 0 days 53 1 day Final Documents Internal QA/QC Submit Final Design to Fort Worth & TxooT &Utilities 44 TxDOT & Utilities Environmental Process Odays? _ Mon 8/11/25 Mon 8/11/25 9% 183 days? Ddays? O Env room 45 4fi Identify Environmental Issues 10 wks Prepare and Submit Environmental 9.6 wks Site Assessment (ESA) Report Review and Approve ESA 4fi days Mon 9/8/25 Frill/14/25 25% Man 11/17/25�/26 0% _ Mon3/2/26 Mon S/4/26 0% 7FS+3 days 117 wks 47 7.5 wks 46 117 wks 48 9.6 wks 4J 566 days 4fi days _ Identity Environmentallssues reand Submk Envlronm n.1 Site Assessment(ESA) Repo Reviews dApprove ESA Report/TNDOTap ove for Environ Clearan 47 48 Report/TxDOT approve for Environ Right-of-Way/Easement Acquisition 160 days Thu 6/25/26 Wed 2/3/27 0% _ 369 days 160 days Right Way/Easement Acquisition 49 50 Easement/ROW Documents 8wks Thu 6/25/26 Wed 8/19/26 0% 28 73.8 wks 51 B wks Assuming that ROW Easement/ROW Do ant,(Gorrondona) (Gorrondona) an be started after 60% PS&E for City NOT ROW Acquisition 6 mo Thu 8/20/26 Wed 2/3/27 0% after 60% PS&E for 50 IS.45 moos 6 mons ROW A< uisition 51 52 Permitting 103 days Frl 11/20/26 Tue 4/13/27 0% 83 days 103 days Permitting 53 SLOA (TxDOT) 1 men Wed 3/17/27 Tue 4/13/27 0% 44 0 mons55 1 mon SEOA (TxDOT) 54 BNSF 3 mons Fri 11/20/26 Thu 2/11/27 0% 3( I8.15 mans 3 mons BNSF 55 eidding/Advertisement 3 mons Wed 4/14/27 Tue 7/6/27 0% 53 0 mons56 3 mons eidding/Advertisement 56 Construction 13 mons Wed 7/7/27 Tue 7/4/28 0% 55 0 monsl 1 13 mons Page 1 ATTACHMENT E �F 34 •?..,'WTT:"R'... Graija filling p ...N .,\ B I mge DisbO aI�I L ttil B 685 \\ 75 III R 644 705 It ',I i - - n\ I as 11 It 11 11 II 700It \. t�. IHg 0 x 648 ==F —— n - 11 k i 645 Subs \ ` 0 ort Wort ` BM h Basel 6Q8 �..,✓ (1� --\�;-_ _ \ = (r — 1 i /4 It sa / } ' ' PROJECT WT _ LOCATION m Q 1: ME y :`,PE.I"- z� BEGIN PROJECT ,. 600 a 1 P -!!--MEACHAMBLVD �� C7 0 END PROJECT 630 H61—a hats _ m � _ 30 C Nat[ Tank 0 mlm r BM � _ .o _ NT o 3 Moo 1 ,-. wni ,o + Hsi. QK.r Hi s J ° rre — gin h j WT Ta, 'I \� vi 1 41 Project Location BM 6 :o L eacham Blvd Phase 2 c /� ity Project 103272 APSCO 48R, 49N Source: USGS 7.5 Minute Quadrangle Topographic Map, HALTOM CITY, TX. Proposed Segments MEACHAM BOULEVARD PHASE 2 City Project No. 103272 FORT WORTH, Project Location Ma A=COM Scale: 1 inch = 2000 feet ATT. E CITY PROJECT NO. 103272 DATE: 08/2024 Page 1 of 2 Meacham Blvd Roadway Improvements 200 100 0 200 Feet Fort Worth TPW Contract No. 103272 AECOM Project No. 60662911 LCom Page 2 of 2 1r1 lk Original Project Scope*� �+ a — 'IF — _ M. a � z » 1® wLU , ,�x3 T ^- Amendment 1 Scope Amendment 1 Deen RD to East limit Scope 2700 LF 16, _ Amendment 1 , East limit to 1 , Culvert —� 100 LF -- — Original Project Scope* I Replacement a 1 ° LLI IV WF M MEACHA BLVD Pr W,72; New - .,,�� 7 w 141111 11 Amendment 1 Scope!T WNW_ it Amendment 1 Scope ° ` `-"` I M1 Meacham Blvd Roadway Improvements zoo too o zoo Feet EAST LIMIT of Original Scope -only included storm _ original project Fort Worth TPW Contract No. 103272 laterals. New scope includes full A=COM AECOM Project No. 60662911 drainage design. 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 include 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 is the sole responsibility of the Consultant. . 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. . Consultant will not provide copy of its insurance policies, but if under necessary circumstances, the policies may be made available for review, in redacted form, on Consultant's premises will sufficient advance notice j. Lines of coverage, other than Professional Liability, underwritten on a claimsmade basis, shall contain a retroactive date coincident with or prior to 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 A �� " ® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 11/06/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Marsh Risk & Insurance Services PHONE CA License #0437153 (A/C. No Ext : A/C No): E-MAIL 633 W. Fifth Street, Suite 1200 Los Angeles, CA 90071 ADDRESS: Attn: LosAngeles.certrequest@marsh.com INSURER(S)AFFORDING COVERAGE NAIC # INSURER A : ACE American Insurance Company 22667 CN101348564-RETRG-GAUE-25-26 08 20212 INSURED AECOM INSURER B : N/A N/A INSURER C : Illinois Union Insurance Co 27960 AECOM Technical Services, Inc. 801 Cherry Street, Suite 1050 Fort Worth, TX 76102 INSURER D INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: LOS-002849314-01 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY HDOG48971714 04/01/2025 04/01/2026 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X� OCCUR 1A AGE To PREM SES Ea o.cur ence $ 1,000,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY JE� LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: A AUTOMOBILE LIABILITY ISA H11370494 04/01/2025 04/01/2026 COEaMBINED ccident SINGLE LIMIT a $ 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY L $ UMBRELLALIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ A A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED, �N (Mandatory in NH) N/A WLR C72792300 (AOS) SCF C72792312 (WI Retro) 04/01/2025 04/01/2025 04/01/2026 04/01/2026 X STATUTE ER E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 2,000,000 C ARCHITECTS & ENG. PROF. LIAB. EON G21654693 005 04/01/2025 04/01/2026 Per ClaimlAgg 2,000,000 RETRO DATE 3/23/90 """"CLAIMS MADE"""" Defense Included DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Aecom Project#: 60662911. Client Reference No: Project No. CSC No. 58044; Meacham Blvd Phase 2 City of Fort Worth, employees, officers, officials, and agents are named as additional insured for GL & AL coverages, but only as respects work performed by or on behalf of the named insured and where required by written contract. This insurance is primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured and where required by written contract with respect to the GL & AL coverages. Waiver of Subrogation is applicable where required by written contract with respect to GL, AL and WC. Contractual Liability is included in the General Liability coverage. CERTIFICATE HOLDER CANCELLATION City of Fort Worth SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn: Raul Lopez, PE/Program Manager THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 200 Texas Street, TPW ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE n �6WR RW & /[2QW1QKC6 S?llf/CC2d ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD M&C Review Page I of 3 CITY COUNCIL AGENDA Create New From This M&C Official site of the City of Fort Worth, Texas FORTI ORTH REFERENCE **M&C 25- 2025 MEACHAM DATE: 10/21/2025 NO.: 0978 LOG NAME: BOULEVARD AECOM AMENDMENT 1 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 2) Authorize Execution of Amendment No. 1 in the Amount of $988,820.70 to an Engineering Services Agreement with AECOM Technical Services, Inc. for the Meacham Boulevard Phase 2 Project for a Total Revised Contract Amount of $2,509,573.70 (2022 Bond Program) RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No.1 in the amount of $988,820.70 to City Secretary Contract No. 58044, an engineering agreement with AECOM Technical Services, Inc. for the Meacham Boulevard Phase 2 project (City Project No.103272), for a Total Revised Contract Amount of $2,509,573.70 for the purpose of adding additional scope to the existing project. DISCUSSION: On June 14, 2022, the City Council authorized an engineering services agreement with AECOM Technical Services, Inc. for the Meacham Boulevard Phase 2 Project (City Secretary Contract No. 58044). This Mayor and Council Communication (M&C) will amend the agreement to provide design services for revised project features. The original project limits were along Meacham Boulevard, from the eastern edge of the Blue Mound Road (FM 156) Right -of -Way (ROW) to Deen Road, with a breakout section of only the westbound movement between Deen Road and Interstate Highway (IH)-35W. The scope included widening Meacham Boulevard to a four -lane divided thoroughfare with shared use paths, storm sewer upgrades, streetlights, signalization, signs, and pavement markings as well as adding pedestrian railing and sidewalks to the bridge over the Burlington Northern Santa Fe Railroad. The previous scope of work for the segment east of Deen Road was to provide construction documents for the reconstruction of only the westbound lanes, drainage laterals, and shared -use -path along the north side of the roadway from Deen Road to about 1,000 feet west of IH-35W. These improvements were to be constructed after the improvements of the eastbound lanes and drainage infrastructure was installed by a private entity that was planning to develop a property south of Meacham Boulevard. These scope revisions are necessary because negotiations for this work were such that the developer will now only be responsible for the improvements to the Mark IV intersection. Additionally, pavement conditions between the original scope's east limit and IH-35W were found to be deficient and in need of replacement. This pavement replacement is also included in the amended scope. The amended scope will include full improvements from Deen Road to IH-35W, all four approaches at the Blue Mound Road (FM 156) intersection with a signal upgrade, and full roadway and drainage replacement along Meacham Boulevard from Deen Road to the IH-35 ROW. The following table summarizes contract action and amendments: M&C Amount Justification M&C No. 1Date Initial $1,520,753.00 Design of Meacham �F&C Boulevard widening 22-0440FZ� http://apps. cfwnet.org/council_packet/mc_review. asp?ID=3 3 840&councildate=10/21 /2025 11 / 18/2025 M&C Review Page 2 of 3 Contract 11 Amendment No. 1 $988,820.70 and improvements 11 Increased scope of work This M&C 9/30/2025 Contract Total $2,509,573.70 The funding for this project is summarized in the table below: Fund Existing Appropriations Additional Appropriations project Total 34027- 2022 Bond Program $239,947.00 $0.00 $239,947.00 30108- Transportation Impact Fee $2,068,281.08 $0.00 $2,068,281.08 Capital Fund 0104- Developer Vontribution Fund $700,000.00 $0.00 $700,000.00 39008- Transportation Impact Fee $131,718.92 $0.00 $131,718.92 Capital Legacy Fund Project To $3,139,947.001 $0.00 $3,139,947.00 Existing project funding will provide design costs for the project. Funding for construction will be identified in the future. Funding is budgeted in the Transportation Impact Fee Capital Fund for the TPW Department for the purpose of funding the Meacham Boulevard Phase 2 project, as appropriated. This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance 25765-08-2022) provides liquidity to support the appropriation. Available resources will be used to actually make any interim progress payments until the debt is issued. Once debt associated with a project is sold, debt proceeds will reimburse the interim financing source in accordance with the statement expressing official Intent to reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 25515-05-2022). This 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 Transportation Impact Fee Cap Fund for the Meacham Blvd Phase 2 project to support the approval of the above recommendation and execution of the contract. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2 Fund Department Account Project Program Activity Budget Reference # Amount ID I I ID I I I Year (Chartfield 2) http://apps. cfwnet.org/council_packet/mc_review. asp?ID=3 3 840&councildate=10/21 /2025 11 / 18/2025 M&C Review Page 3 of 3 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS Jesica McEachern (5804) Lauren Prieur (6035) Monty Hall (8662) 2025 MEACHAM BOULEVARD AECOM AMENDMENT 1 funds avail.docx (CFW Internal) Entitylnformation_20250828-102758.pdf (CFW Internal) M&C FID Attachment AECOM Al (1).xlsx (CFW Internal) M&C Map MeachamBlvd CPN103272.pdf (Public) http://apps.cfwnet.org/council_packet/mc_review. asp?ID=3 3 840&councildate=10/21 /2025 11 / 18/2025 FORT WORTH Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Meacham Blvd —Professional Services Agreement Amendment #1 M&C 25-0978 CPN 103272 CSO # 58044 DOC# 1 DATE: 11-07-2025 TO: DEPARTMENT INITIALS DATE OUT 1. Alexandra Ripley - review TPW jW 11/25/2025 2. Abby Tucker - review TPW - 12/01/2025 3. Rami Issa - signature Consultant 1 11/25/2025 4. Raul Lopez - review TPW ecz 12/01/2025 5. Lissette Acevedo - review TPW C;"/w 12/01/2025 6. Patricia Wadsack - review TPW �(,�/ 12/03/2025 7. Lauren Prieur - signature TPW (/Vl 12/03/2025 8. Doug Black - signature Legal glas Black 12/08/2025 9. Jesica McEachern - signature CMO CA 12/10/2025 10. Jannette Goodall - signature CSO ne ooea„ 12/10/2025 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: ❑ Yes ® No SAME DAY: ❑ Yes ® No NEXT DAY: ❑ Yes ® No ROUTING TO CSO: Z Yes ❑ No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File.{:.�.. M&C ❑ Attach Signature, Initial and Notary Tabs Return To: Please call TPW Contracts at ext. 7233 for pick up when completed. Thank you. FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: AECOM Technical Services, Inc Subject of the Agreement: Amendment No. 1 to CSC No. 58044, a Standard Agreement for Engineering Related Professional Services for the Meacham Boulevard Roadway Improvements Project M&C Approved by the Council? * Yes N No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes 8 No ❑ 58044-A1 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes 8 No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No 8 *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. 103272 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO processing in the following _ order: rder: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.