Loading...
HomeMy WebLinkAbout046451-A8 - Construction-Related - Contract - Bridgefarmer & Associates, Inc.CSC No. 46451-A8 AMENDMENT No . 8 TO CITY SECRETARY CONTRACT No. 46451 WHEREAS, the City of Fort Worth (CITY) and Bridgefarmer & Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 46451, (the CONTRACT) which was authorized by M&C C-27147 on the 6th day of January, 2015 in the amount of $ 1,010,105.00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1 in the amount of $340,040.00 which was authorized by M&C C-28138 on March 7, 2017, Amendment No. 2 in the amount of $556,250.00 which was authorized by M&C C-28622 on March 20, 2018, Amendment No. 3 in the amount of $180,870.00 which was authorized by M&C 20-0502 on August 4, 2020, Amendment No. 4 in the amount of $98,770.00 which was administratively approved on November 9, 2021, Amendment No. 5 in the amount of $207,240.00 which was authorized by M&C 22-0026 on January 11, 2022, and Amendment No. 6 in the amount of $18,030.00 which was administratively approved on May 17, 2023, and Amendment No. 7 in the amount of $99,684.00 which was authorized by M&C 24-0483 on June 11, 2024; and WHEREAS, the CONTRACT involves engineering services for the following project: McCart Avenue from Risinger Road to Twin Leaf Drive and McPherson Boulevard from West Cleburne Road to McCart Avenue, CPN CO2505; and WHEREAS, it has become necessary to execute Amendment No. 8 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 $297,105.00. (See Attached Funding Breakdown Sheet, Page -4-) OFFICIAL RECORD City of Fort Worth, Texas CITY SECRETARY McCart Ave and McPherson Blvd Prof Services Agreement Amendment Template CPN CO2505 Revision Date: June 13, 2025 FT.WORTH,TX Page 1 of 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 $2,808,094.00. �� All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as designated Assistant City Manager. APPROVED: City of Fort Worth ����-� Jesica McEachern Assistant City Manager of the date subscribed by the City's ENGINEER Bridgefarmer&Associates, Inc. �u, GG�'J /.. � M. Mansoor A san, PE Chief Executive Officer DATE : O1/13/2026 ATTEST: �FORT Ilp0 � aoFovo � a � ° � �9�0 d!`a .iv /� �ta�> ° r°�: ° ��aanqaEz �544a L Jannette Goodall City Secretary APPROVAL RECOMMENDED: DATE: 11/12/2025 �Q,u�.... %'��.,�..,,� Lauren Prteur (Dec 29, 2025 09:58:31 CST) Lauren Prieur, PE Director, Transportation and Public Works Department OFFICIAL RECORD GTY SECRETARY FT. WORTH, TX City of Fort Worth, Texas McCart Ave and McPherson Blvd Prof Services Agreement Amendment Template CPN CO2505 Revision Date: June 13, 2025 Page 2 of 4 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. ���� Reka Aczel, PE Project Manager APPROVED AS TO FORM AND LEGALITY: ' Q�� Douglas Black (Jan 8,202612:44:P CST) Douglas W. Black Sr. Assistant City Attorney City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: June 13, 2025 Page 3 of 4 M&C No. 25-0982 Date: 10/21/2025 McCart Ave and MCPherson Blvd CPN CO2505 FUNDING BREAKDOWN SHEET City Secretary No. 46451 Amendment No. 8 Project CF1- CF2 - Fund Dept ID Account Bond ID Activity Reference 34014 0200431 5330500 CO2505 CO2330 14010199 Total: Amount $297,105.00 $297,105.00 City of Fort Worth, Texas McCart Ave and MCPherson Blvd Prof Services Agreement Amendment Template CPN CO2505 Revision Date: June 13, 2025 Page 9 of 4 1//1 � � �� �� BRIDGEFARMER & ���� ASSOCIATES, INC. August 8, 2025 Ms. Reka Aczel, MSc, PE TPW/ City of Fort Worth 100 Fort Worth Trail Fort Worth, TX 76102 Reference: McCart Avenue from Risinger Road to Twin Leaf Drive and McPherson Boulevard from West Cleburne Road to McCart Avenue City Project No. CO2505, City Secretary No. 46451 Subject: Amendment No. 8 Dear Ms. Aczel, B&A Job No. 155-04-01 Please accept this letter proposal for additional engineering services that are necessary to complete the McCart Avenue and McPherson Boulevard project. Additional scope of work items includes additional project management to complete the project, cathodic study, plan revisions to accommodate adjacent Cohix Subdivision developments south of the proposed McPherson Boulevard and west of the proposed McCart Avenue, bid phase and construction phase services, and renewal of iwo expired environmental permits. for the above referenced project, as described in Attachment "A." The fee requested for this work is $297,105. The original contract amount for this project was $1,010,105.00. With approval of Engineering Amendment No. 1, the contract was increased to $1,350,145.00. With approval of Engineering Amendment No. 2, the contract was increased to $1,906,395.00. With approval of Engineering Amendment No. 3, the contract was increased to $2,087,265.00. With approval of Engineering Amendment No. 4, the contract was increased to $2,186,035.00. With approval of Engineering Amendment No. 5, the contract was increased to $2,393,275.00. With approval of Engineering Amendment No. 6, the contract was increased to $2,411,305.00. With approval of Engineering Amendment No. 7, the contract was increased to $2,510,989.00. With approval of Engineering Amendment No. 8, the contract will be increased to $2,808,094.00. The original SBE fee for this project was $212,047.85 (20.99%). With approval of Engineering Amendment No. 1, the SBE fee was increased to $337,339.85 (24.99%). With approval of Engineering Amendment No. 2, the SBE fee was increased to $469,439.85 (24.62%). With approval of Engineering Amendment No. 3, the SBE fee was increased to $479,439.85 (22.97%). �th approval of Engineering Amendment No. 4, the SBE fee was increased to $485,639.85 (22.22%). With approval of Engineering Amendment No. 5, the SBE fee was increased to $506,439.85 (21.16%). With approval of Engineering Amendment No. 6, the SBE fee was increased to $509,139.85 (21.11%). With approval of Engineering Amendment No. 7, the SBE fee was increased to $598,876.85 (23.85%). With approval of Engineering Amendment No. 8, the SBE fee will be increased to $627,676.85 (22.35%). If you have any questions, please call me at 972-231-8800. Very truly yours, BR'1'1f`_CFACIIACC 4_ ACCAf`IA'rCC ���C. YVL AI\I�ILI\ �i[ AVVVV A LV� 1• �u, lai�' � � M. Mansoor Ahsan, .E. Chief Executive afficer MMA: bg Attachments Bridgefanner & Associates, Inc. Headauarters: Offices In: Phone Number: THUNDERING HERD 2350 Valley View Lane Little Rock, Arkansas Toll Free: 1-855-222-4845 www.bridaefarmer.com Dallas, Texas 75234 Denver, Colorado Headquarters: (972) 231-8800 Austin, Texas Fas: (972) 231-5900 FORT WORTHo ATTACHMENT "A" Scope for Enqineerinq Desiqn Related Services for Arterial Improvements The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE The additional work included as part of this amendment includes additional project management to complete the project, cathodic study, additional plan revisions for the adjacent Cohix Subdivision development south of the proposed McPherson Boulevard and west of the proposed McCart Avenue to address the insufficient storm drain pipe sizes provided by the developer, bid phase services, construction phase services, and renewal of two expired environmental permits (Nationwide Permit SWF-2018-00216 expired March 2022 and Texas Historical Commission Archeology Permit #8027 expired May 2022). Plan sheet revisions include redesigning the Storm Drainage system, hydraulic calculations, and water line adjustments. Additional storm drainage stub outs to be rncluded for the developer to connect the developments drainage system into the CITY system, once the roadway construction has been completed. Services to be provided for this project Amendment are as described below. WORK TO BE PERFORMED Task 1. Design Management T�,:'.� �.�v�:cl C'�,}t�--E3A°!�} T.�e.L � Dreliminnr�i Ilee�inn /C.(10%\ Task 4. Final Design (90% and 100%) Task 5. Bid Phase Services Task 6. Construction Phase Services Tnc�L 7 �il\A//Cne�emer�� Cer�iinee� T�c�li Q C� �r�ic�i unrl C� �hc�� �rf�nc I I4ili��i �;,�ee�i�� .��v .� Task 9. Permitting . ��ircnse City of Fort worth, Texas Page 1 of 14 Attachment A Revision Date: 05.23.2024 Page 1 of 14 FORT WORTHo TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team: • Lead, manage and direct design team activities • Ensure Quality Control / Quality Assurance (QC/QA) is practiced in performance of the work. • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting: • Conduct and document monthlv project update meetings with CITY Project Manager • Conduct review meetings with the CITY at the end of each design phase • Conduct QC/QA reviews and document those activities. • 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 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 City of Fort worth, Texas Page 2 of 14 Attachment A Revision Date: 05.23.2024 Page 2 of 14 FORT WORTH� information identifying the name of the company and the company representative. DELIVERABLES A. Meeting summaries with action items B. Baseline design schedule C. Monthly Schedule updates with schedule narrative describing any current or anticipated schedule changes D. Monthly Project Status Reports E. OPCC updates with milestone submittals and when new cost figures are available F. Plan Submittal Checklists G. Monthly invoices City of Fort worth, Texas Page 3 of 14 Attachment A Revision Date: 05.23.2024 Page 3 of 14 FORT WORTHo TASK 4. FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). ENGINEER will revise construction plans in coordination with the design of the proposed Cohix Subdivision to accommodate the additional drainage from the proposed residential development to be constructed as part of the Cohix development. The current design was authorized by Amendment No. 6; however, it utilized the initial drainage information and storm drainage pipe sizes provided by the developer which was insufficient and did not meet City requirements. ENGINEER will utilize the updated drainage information provided by the developer to redesign the storm drainage system and hydraulic calculations. These revisions will require adjustments to the paving sheets, relocation of storm drain inlets, resizing of storm drain mains, additional water line stub outs due to two new intersection locations from the developer, relocation of illumination poles, revisions to SWPPP sheets, grading, drainage calculations and other miscellaneous sheets. Revisions will include changes to the following plan sheets: • Roadway Plan-Profile Sheets • Drainage Area Maps • Storm Sewer Computations • Storm Drain Plan & Profile • Signing & Striping Plan Sheets • Illumination Plans • Water Plan & Profile DELIVERABLES A. Utility relocation package. B. 100% construction plans and Project Manual include QC/QA documentation. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's or TxDOT's standard bid items and format, as applicable D. Cover sheet in PDF format for the signatures of authorized CITY officials. Cathodic Studv ENGINEER will perForm the Cathodic Study at the location where the water line intersects with two gas lines to determine if the cathodic protection system (steel casing) on the water line doesn't interfere with the gas lines, potentially causing accelerated corrosion to the water line. DELIVERABLES A. Cathodic Study B. Revise water line location based on the study, if necessary City of Fort worth, Texas Page 4 of 14 Attachment A Revision Date: 05.23.2024 Page 4 of 14 FORT WORTHo TASK 5. BID PHASE SERVICES. The CITY reserves the right to deliver the project by bidding it, issuing a work order out of an existing a unit price contract or by alternative delivery. ENGINEER will support the construction procurement phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto the City's document management system (eBuilder) for records. • Project Manual shall be uploaded in a single PDF file in eBuilder as well as individual files as required to be included in the City's procurement portal, Bonfire. • Bid Proposal Document of the Contract documents shall be uploaded in a file format of filename extension ".xls". Unit Price Proposal documents are to be created utilizing the city's unit price tool only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, that will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to the City's document management system (eBuilder) in two formats, PDF and CAD files. The PDF will consist of one file of the entire plan set. The ENGINEER will coordinate with the PM to respond to Vendor Discussions (RFI) and issue Public Notices (addenda) when necessary in Bonfire. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidder's questions and requests in the form of addenda. The ENGINEER will coordinate with the City PM to upload all approved addenda onto Bonfire as well as eBuilder. • Attend the pre-bid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Review all materials received from bidders/proposers, assist the CITY in evaluating them, and recommend award of the contract. A copy of all submitted materials is to be uploaded into the project's Bid Results folder on the City's document management system (eBuilder) . Incorporate all addenda into the contract documents and issue conformed sets. After the bid opening, ENGINEER will provide a minimum of 5 full sets of plans, 5 half-size sets and 2 copies of the conformed Project Manual set incorporating all approved addenda. City of Fort worth, Texas Page 5 of 14 Attachment A Revision Date: 05.23.2024 Page 5 of 14 FORT WORTHo 5.2 Final Design Drawings Final Design Drawings shall be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file and DWF format. There shall be one (1) PDF file and one (1) DWF file (created from CAD application of drawing) for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing filess and shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example —"W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W 0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example —"X-35667_org36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in eBuilder. . In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name —"W-1956_SHT01.dwg", "W 1956_SHT02.dwg", etc. II. Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name —"X- 12155_SHT01.dwg", "X-12755_SHT02.dwg", etc. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • Construction documents will only be made available on the City's procurement platform, Bonfire. City of Fort worth, Texas Page 6 of 14 Attachment A Revision Date: 05.23.2024 Page 6 of 14 FORT WORTH�, Construction documents will not be printed by the CITY and made available for purchase by plan holders and/or given to plan viewing rooms. • All procurement materials will be uploaded to the City's procurement platform, Bonfire, as well as eBuilder. DELIVERABLES A. Addenda B. Recommendation of award as required per project C. Construction documents (conformed) City of Fort worth, Texas Page 7 of 14 Attachment A Revision Date: 05.23.2024 Page 7 of 14 FORT WORTH� TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1. Construction Support • The ENGINEER shall attend the pre-construction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend one (1) public meeting to help explain the proposed project to residents. The CITY shall select a suitable location or media and mail notices to the nearby residents and other stakeholders. • The ENGINEER shall conduct periodic site visits as needed during the duration of construction. The ENGINEER will prepare or collaborate with the CITY PM on a Construction Progress Report using the CITY's standard format and upload in the City's document management system (eBuilder). • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in the City's document management system (eBuilder). • ENGINEER shall review material substitution requests, issue a recommendation and incorporate approved substitutions into the Record Drawings. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, respond to Request for Information (RFI) from the contractor, review change orders, and make recommendations as to the acceptability of the work. The ENGINEER will meet with the Project Delivery Team and Contractor on-site to review any field changes. • The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list. 6.2 Record Drawings • The ENGINEER shall prepare record drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. Information provided by the CITY may include, but is not limited to the following: o As-Built Survey provided by the contractor, which includes vertical and horizontal coordinates of all water, sewer and storm drain assets, and in accordance with the Construction (As-Built) Survey Specification. ENGINEER shall verify accuracy of the data provided by contractor and conformance with requirements. o Red-Line Markups from the Contractor o Red-Line Markups from City Inspector City of Fort worth, Texas Page 8 of 14 Attachment A Revision Date: 05.23.2024 Page 8 of 14 FORT WORTHo o Approved Substitutions The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENG/NEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, in Adobe Acrobat PDF format (version 6.0 or higher). The set must include the cover sheet bearing City official signatures. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the digital files. • There shall be one (1) PDF file and one (1) CAD file for the TPW plan set and a separate PDF and CAD file for the Water plan set, if required. Each PDF file shall contain all associated sheets of the particular plan set. Sinqular PDF files for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as follows: I. TPW file name example —"W-1956 org47.pdf' where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053 org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example —"X-35667 org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf Both PDF files shall be uploaded to the project's Record Drawing folder in the City's document management system (eBuilder). For information on the proper manner to submit Record Drawing files and to obtain a file number for the project, the ENGINEER should coordinate with the City project manager. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. c�ty or Fort wortn, Texas Page 9 of 14 Attachment A Revision Date: 05.23.2024 Page 9 of 14 FORT WORTHo ASSUMPTIONS • One (1) Pre-Construction Community Meeting is assumed. • Thirty-six (36) site visits are assumed (1.5 site visits or office meetings/month). • Twenty (20) submittal reviews are assumed. • Twenty (20) RFI's are assumed. • Eight (8) Change Orders are assumed. DELIVERABLES A. Community meeting exhibits B. Meeting Minutes. Photos to be included in site meeting minutes. C. Response to Contractor's Request for Information D. Review of Change Orders E. Review of shop drawings G. Record Drawings in electronic format City of Fort worth, Texas Page 10 of 14 Attachment A Revision Date: 05.23.2024 Page 10 of 14 FORT WORTHo TASK 9. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain any and all agreements and/or permits normally required for a project of this size and type, as follows: • Negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits. • Completing all forms/applications necessary. • Submitting forms/applications for CITY review • Submitting revised forms for agency review • Responding to agency comments and requests 9.5 Environmental Services �provide a detailed scope if US Army Corp of Engineers Section 404 Nationwide Permit or individual permit is required] US Armv Corp of Enpineers Section 404 Nationwide Permit The Nationwide Permit SWF-2018-00216 previously obtained for this project expired in March 2022. ENGINEER reached out to USACE-Fort Worth and was informed that a new verification will be required to reactivate the permit as long as the project plans remain the same as in the original permit. Since the original permit was submitted ten years ago, a wetland delineation (part of NWP) will also need to be performed to include updated information regarding Threatened & Endangered Species identified for the project area. ENGINEER will perform the following four (4) main tasks: • Task 1: Waters of the US (WOTUS) Delineation The objective of the delineation is to evaluate and document any portion of the site to be classified as a"Jurisdictional Water of the United States" as defined in 33 CFR 328 and subject to U.S. Army Corps of Engineers (USACE) jurisdiction. The delineation will be conducted according to the 2010 Regional Supplement to the Corps of Engineers (USACE) Wetland Delineation Manual: Atlantic and Gulf Coastal Plain Region (v.2). The recent guidance and supplemental criteria have altered the primary determining factors for identifying waters of the United States. However, compliance with these criteria requires a significant increase in documentation and scientific evaluation. Delineation work will consist of the following tasks: o Review of NRCS Soil Surveys o Review of Aerial Photographs o Site Reconnaissance for WOTUS Indicators o Demarcation of WOTUS Areas o Preparation of a Map Representing WOTUS Areas o Report Preparation • Task 2: Threatened and Endangered Species Assessment City of Fort worth, Texas Page 11 of 14 Attachment A Revision Date: 05.23.2024 Page 11 of 14 FORT WORTH�, The objective of the Threatened and Endangered Species Assessment is to evaluate the potential for the existence of critical or irreplaceable habitats, which are considered protected under the Endangered Species Act of 1973 and subsequent amendments and listings. The following selected tasks will be considered for the project area: o Prepare and Review U.S. Fish and Wildlife Service (USFWS) Information for Planning and Consultation (iPAC) Listing o Agency Consultation o Site Reconnaissance and Effect Determination o Preparation of Letter of Findings and Recommendations • Task 3: Plan review Letter • Task 4: Nationwide Permit Preparation and Submission Scope of work for the preparation of a Clean Water Act Section 404 Permit and submission to the USACE will follow the criteria set forth in 33 CFR 330 (Nationwide). The following will be perFormed under this task: o Draft and submit the Nationwide Permit application and support documents o Prepare the necessary data sheets from previous work on the property, conduct a site visit to assess the hydrogeomorphic functional assessment (iHGM) to determine compensatory mitigation, and jurisdictional determination forms for verification by the USACE. It is suggested that a Preliminary Jurisdictional Determination be requested. o Attend two (2) on-site meetings with USACE, and resource protection agencies o Attend two (2) additional meetings with the USACE o Wetland Mitigation Plan and design, if deemed necessary, are excluded from the scope of this amendment DELIVERABLES A. WOTUS Delineation Report B. Letters of Findings and Recommendations C. Nationwide Permit application and submission Texas Historical Commission Archeoloav Permit The Texas Historica) Commission Archeology Permit #8027 previously obtained for this project expired in May 2022. ENGINEER reached out to Texas Historical Commission (THC) and was informed that a cultural resources coordination of the City of Fort worth, Texas Page 12 of 14 Attachment A Revision Date: 05.23.2024 Page 12 of 14 FORT WORTHo updated project design will be required and an archaeological survey to supplement previously completed investigations may be needed. • Task 1: Archaeological and Historic Resources Desktop Study and Coordination o Consult relevant available desktop-level datasets to assess the project's potential for impacting significant archaeological and above ground historic resources o Review past cultural resources evaluations completed in the project area, including a review of soils, geology, previously conducted cultural resource surveys, previously recorded sites, Texas Historical Commission (THC) databases, National Register of Historic Places databases, and modern and historic-age maps and historic aerial photographs o Summarize the results of background review and interpretation into a brief narrative letter report with supporting maps and other imagery o Upon concurrence of CITY, coordination letters will be submitted to the THC for their review under the Antiquities Code of Texas (ACT) and Section 106 regulatory compliance requirements • Task 2: Archaeological Survey (optional) Task 2 is optional based on the results of the project coordination (Task 1) with the THC. If additional survey is recommended for all or any portion of the project area, the following will occur: o Acquire a Texas Antiquities Permit from the THC o Conduct a pedestrian survey of the project area in accordance with the published minimum survey guidelines for Texas (CTA 2020) and the scope of work coordinated in the ACT permit application o Field excavation and tests at the locations of archeological sites if any o Prepare a professional survey report summarizing the results of investigations, describing, and evaluating any archaeological sites, mapping their locations, and making explicit management recommendations o Upon concurrence of CITY, coordination letters will be submitted to the THC for their review ASSUMPTIONS • One round of comments for each document • One field mobilization to conduct any survey(s) • Backhoe trenching for Optional Task 2 • National Historic Preservation Act (NRHP)/State Archaeological Landmark (SAL) eligibility testing, mitigation or data recovery is excluded in this amendment City of Fort worth, Texas Page 13 of 14 Attachment A Revision Date: 05.23.2024 Page 13 of 14 FORT WORTH� • No historic resource survey for this project DELIVERABLES A. Copies of Permit Applications B. Copies of Approved Permits City of Fort worth, Texas Page 14 of 14 Attachment A Revision Date: 05.23.2024 Page 14 of 14 ATTACHMENT B COMPENSATION Design Services for McCart Avenue from Risinger Road to Twin Leaf Drive and McPherson Boulevard from West Cleburne Road to McCart Avenue City Project No. CO2505 Time and Materials with Rate Schedule Project f� 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 Cate4ory Rate for the ENGINEER's team member perForming the work. Labor Cateaory 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 Project Manager Project Engineer Desi9n Engineer EIT CADD Administrative 2025 Rate ($/hour) $225 $180 $140 $120 $90 $60 2026 Rate ($/hour) $225 $180 $140 $120 $90 $60 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. 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. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 1 of 4 � ATTACHMENT B COMPENSATION 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. II. 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 Prime Consultant Bridgefarmer & Project Management, Final Associates, Inc. Design, Construction Phase Services, and Permitting Proposed Sub-Consultants Berg Oliver Associates Permitting - Environmental Services - NWP Environmental Permitting - Environmental Research Group (ERG) Services - THC SteLar Consulting Cathodic Study Services, LLC TOTAL Project Number & Name CO2505 McCart Ave and McPherson Blvd Amendement No. 8 Total Fee $297,105.00 Fee Amount $226,891 $28,800 $6,414.00 $35,000 $297,105 % 76.37% 9.69% � 2.16% 11.78% 100% Consultant Committed Goal = % City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 3 of 4 � 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 � .I City Projxt Nq CO2W5- M<Cart Avenue (Phase 1 8 2) ID iaskNama � 0T505 MeCart Avenue and McPhaoon BNd Z Decign 3 90%FlnYDesign ° Startndrein re�sions per Faresfar devdopment 5 700% Rnd Rens & Specs Submittal e Raview 100% Rens & Specs (CFW) � HddRojectMeeting e Incorporate Final Commenis & Submit Find Plans & Specs 9 FirW%ansfteview(CFWj 10 ReviewComme�-(CFN�-Fnal%am ii ONsbntlingCommeMSlCOMlich-Design-FinalRam-Legaltlacrequest 12 Approve Find %ans & Specs 13 DesignComplete �^ uu�ry �s UpdaleUtiityConflictMehix �s Prepare N01 Letter to pmvide la UHities �� Sched�e,PreparefaandConductUtiityCoordinafionKickoffMeeting 1e Progresc Coordinatlon Meetings (periodicallp t eal mo. min.) �s Prapare and exeate dearance IeHers 20 COMIictNepiseReviewMeedrgs 21 Prepare entl Uptlete W ify Tignmerh (corceptuel. P�Po%�. tlavpnatl. es-buiQ 22 PreFereBCOMucllndividualUfiityMaetings 33 Sqhs Report aM Uliily SCMdi1e 24 ReviawWityAtljustemeirtplareaMasa�stwiNagreema�lreimburwmarrt �5 Pertnitting �e FloodplainServicaspermilupdete Z� Environmentd Services pe�mit update Consultant Baseiine Schetlule Baseline Date: Fri 8/8/25 �uiation Sprt Finish A 24� ,s 24 Kkt'24 ryov 24 %c'24 �n'25 =eb'ZS rlar'25 W 25 h'25 I� 25 W 25 Wu '25 p'25 '25 �ov'25 'ZS le aiii�s�i�ah�tiz�ieh�dz�lshdt��leh�_,�shtii�z zlah9z�11shep�eh��a�lithehSjlah ',eh�zah�aqt i� i;�sltahal�lahep �h�ih� S94days9 Tue8120@4 Fritt1281 I 279days Tue8120124 Fri9H7/25i I I I 279 days Tue 8120124 Fri Wt?/75I . 90 days Tue &�20124 Mon 12123/24i ' "" '. "'..' . ' '. � �s 13 days Tue 17/24/24 Thu 1l9/25I ' �� 34 deys Fri 1/10/25 Wed 2/2fi1251 ZB 2 deys Thu ?127YL5 Pd 2/28/25'�I 10 days Mon 3/t0YL5 Fn 3/21/251 24tlays Tue NZ125 Fn S23I25 g�3 tOtlays MonS'Z8�I5 Fri8�8�251 filfi 0.5tlays Mon 8�&�S Fri BI&25i 6 25 days Mon fl�11125 Fn 9H2/25I ��� 0 days Fn 9H2Y25 Pn 9H2125'I I • 241 d�ys Wod 70i7124 Wed 9tl125I � 21 days Wed 10/7J24 Wed 1W30/241I ' 10�0 30 deys Thu 1013724 Wed 17/111241 � �ti�� 17 days Thu 10/31YL4 Fri 1 U221241 ��n 80 days Thu 12/12YL4 Wed 4/2125I ' .'.' .' .'. " . ".' . . � 175 deys Thu 1013124 Wed 41925 I °� tOBtlays Thu1d311I4 Mon3'3112: �. , ,,,,,,,,,,,,,,,I..'':_�_""::_._..'__..I]I31 ...............I 113tlari Mon11l2511 WatlN30.'L � �,.,/......,�,./<I.�,...�......��.�,....�...... M30 135 days Mon 11I25124 Fn S130.�2'. . YlOdays Thu1d31124 Wed8l312: , ... . . .�y 220tlaya Thu1W311�9 Wetl&3I25I �. i .. . ... I . JS I .. . 796 days Fri 7128125 Fri 111281251 .......... . 196 deys Fri 7/28f25 Fri i t/281Z5I I. . ...:w,:>aN „�..:. ...... .... .... ... ...... .. I .. . .. .... ........... .. ..... .. . .. . ...... � � � . ......... : um 196 days Fn 2/2&25 Fri 11128I25I I . . ........ ... . . �...... . ....... .. .. .. . ...... . ....... Task Ralletl llp C�Ncai Task Pmjec[ Summary �� Irective Summary , , , , , , , , , , , , , , , Sdrtorty Oeadire 8 CrilicalTask Ro1letlUpMiesbne O GmupBYSummary �� Man�elTesk . Fin'sh.orty �� Legend Miesro� ♦ ROIbtlUpPmpress ImctNeTask Dueatio'wHy . .��„��„������ Ex�emalTas� Summary �1 Spld , � � � � � � � � � � �� � � IrectHe Miesro� Man�al5ummary Rolup • Exterral Miestorie - Roletl Up Tesk F lemel Tesks �"4 Irectire Miesfa�re O Man�si Summery ♦ Prtrgress Baseline Schedule McCaR Avenue (Phase 7& 2) - City Project No. CO2505 aeee i a i Level of Effort Spreadsheet TASK/HOUR BREAKDOWN TPW CIP Design Services for McCart Ave., from Risinger Road to Just North of Twinl�f Drive & McPherson Blvd., from West of Cleburne Road to the Future McCart Ave. McCart Ava Phase 1& Phase 2 Roadway and Water Revisions City Project No. CO2505 Amendment No. 8 Task Na Taek Dascrlptlon 7� .1 ��2 Z �� a� s.o at 5.1.1 5.1.Z 5.t.;1 5.1.4 5.1.5 5.t.d ��7 6.I.1 &J,1 s.1';i s.t.a5 ���6 8.2 8.0 A2 Mro c� managemem Q p e2m A � �1 ` `�) ., � _ , � �ine 11 CansWctlan Plens and S�ecificalians (Cohix) iia�e��F1��� )itc� Plan & Profile 7osion Control Sheets :i(hpC�I�.S �torWaterLines I�tll��hd alElulresAaustments I/!AI}Y 4!(� �Nise �itl Sy Sell umenta anE Mairdain %an Haltlers Liat �a a ��� ttentl Pre-0itl ConFerence Tabulete lasue GC Pertnit - DesMOP SNOy 8n0 CooNinetion 10.0 �nnyh�se}J��jy�ppNlnatlon 10.7 rentAlseC'fd9t9fft'A City of FoR �aAh, Tema Attachment B- Levei at ERort Supplement PMO Oificial Release Date: 8.092012 1 of 2 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN TPW CIP Design Services for McCart Ave., from Risinger Road to Just North of Twinleaf Drive & McPherson Blvd., from West of Cleburne Road to the Future McCart Ave. McCart Ave. Phase 1& Phase 2 Roadway and Water Revisions City Project No. CO2505 Amendment No. 8 Task Deacrl on Pro ect Pro act Deal n Tohl Labor Total E ansa or ou's fnae TaakNa � �� � I 9 OT CADD� AdminlrtraHve Subconsulta�rt � TaakSu6Tota1 Man r Enninaer Enpinear Cort Tnvel Rep�otluctlon Coat �� 578�� 740 �740 S 0 y� MWBE J Non�IWBE � Toqla 47 � I tbY 7� I rs sna.0 u� sxs.aq5� S67.N0 ' I f sivau x'sau.ue+ ivw unmary Hours 1,529 To Lebd( E219.870 Totei nae 570,214 MBE/SBE Subcd���ttteerrt S2B,800 NortMBE/qy�Si��Jhark�g 57021440 104a E p�'ub� rA�1 y� Me��IN'rdl!"R�BH s s�i,�io%s Sianaturc: �u,.� Email: LissetteAcevedo@fartworthtexas.gov LissetteAcevedo City of FOM1 WaAh. Teues AHachment B- Levei of ERoA Supplement PMOOffidal Releese Date: Q08.2012 Aug 7, 2025 2of2 CERTIFICATE OF INTERESTED PARTIES Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Bridgefarmer & Associates, Inc. Dallas, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Fart Worth FORnn 1295 1 of 1 OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2025-1361443 Date Filed: 09/10/2025 Date Acknowledged: g Provide the identification number used by the governmental entiry or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. Project No. 02505 Amendment 8 Engineering services for development of plans, specifications and estimates for McCart Avenue from Risinger Road to Twin Leaf Drive and McPherson Blvd from West Cleburne Nature ofinterest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Ahsan, Mansoor Dallas, TX United States X 5 Check only if there is NO Interested Party. 6 UNSWORN DECLARATION My name iS Mansoor Ahsan My address is 2350 Valley View Lane �❑ Dallas (city) I declare under penalty of perjury that the foregoing is true and correct. Executed in Dallas Counry, State of Texas TX , 752234 USA (state) (zip code) (country) on the 10th day of September 20 25 (month) (year) �t, ��� / • • Signature of author ed agent of contracting business entiry (Declarant) � and my date of birth is Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.O.f10dOfd8 10/31/25, 3:48 PM CITY COUNCIL AGENDA Create New From This M&C DATE: 10/21/2025 REFERENCE **M&C 25- NO.: 0982 CODE: G TYPE: CONSENT M&C Review �� RT ��4`U RT I I _��s LOG NAME: PUBLIC HEARING: 20MCCART MCPHERSON ENGINEERING AMENDMENT 8 � SUBJECT: (CD 6) Authorize Execution of Amendment No. 8 in the Amount of $297,105.00 to an Engineering Agreement with Bridgefarmer & Associates, Inc. for Additional Engineering Services for the McCart Avenue and McPherson Boulevard Project, for a Revised Contract Amount of $2,808,094.00 RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No. 8 to City Secretary Contract No. 46451 in the amount of $297,105.00 with Bridgefarmer & Associates, Inc. for additional engineering services for the McCart Avenue and McPherson Boulevard project (City Project No. CO2505), for a revised contract amount of $2,808,094.00. DISCUSSION: The 2014 Bond Program allocated funds for the design and construction of the extension of McCart Boulevard, connecting its south end near Risinger Road to its east end at Twinleaf Drive. The program also funded the extension of McPherson Boulevard from West Crowley Road to the proposed extension of McCart Boulevard. In 2015, an engineering services agreement with Bridgefarmer & Associates, Inc. (Consultant), City Secretary No. 46451, was authorized for the design of the project. The purpose of this Mayor and Council Communication (M&C) is to authorize execution of Amendment No. 8 to the engineering services agreement with Bridgefarmer & Associates, Inc., in the amount of $297,105.00 for additional engineering services associated with the McCart/McPherson Arterial project. This amendment revises the project scope to include additional design services: a water line cathodic study, additional plan revisions to support the adjacent single-family residential development south of the proposed McPherson Boulevard and west of the proposed McCart Avenue, bid phase and construction phase services, and renewal of finro expired environmental permits. Revisions include redesigning the storm drainage system and the hydraulic calculations, as well as water line adjustments. The project is scheduled to be advertised in the Fall of 2025. The following table summarizes previous contract actions and amendments: M&C Amount Justification M&C No. Date Initial Initial schematic Contract $1,010,105.00 design for original M&C C-27147 01/06/2015 scope Amendment $340,040.00 Increased scope of No. 1 work and revised fee Amendment �556,250.00 Increased scope of No. 2 work and revised fee Amendment No. 3 Amendment No. 4 $180,870.00 Increased scope of work and revised fee $98,770.00 Increased scope of work and revised fee M&C C-28138 03/07/2017 M&C C-28622 03/20/2018 M&C 20-0502 08/04/2020 Administratively 11/09/2021 Approved apps.cfwnet.org/council_packet/mc review.asp?ID=33844&councildate=10/21/2025 1/3 10/31/25, 3:48 PM M&C Review Amendment $207,240.00 Increased scope of M&C 22-0026 01 /11 /2022 No. 5 work and revised fee Amendment $18,030.00 Increased scope of Administratively 05/17/2023 No. 6 work and revised fee Approved Amendment �gg 684.00 Increased scope of M&C 24-0483 06/11/2024 No. 7 work and revised fee Amendment $2g7,105.00 Increased scope of This M&C 10/21/2025 No. 8 work and revised fee Contract �Z�g08,094.00 Total No additional funding is needed for Amendment No. 8. Funding sources for the McCart/ McPherson project are depicted below: Fund Existing Additional project Total Funding Funding 34014 — 2014 Bond $24,765,269.22 $0.00 $24,765,269.22 Program Fund 30108 — Transportation $10,500,000.00 $0.00 $10,500,000.00 Impact Fee Cap Fund 56002 — W&S Capital $92 090.00 $0.00 $92,090.00 Projects Fund 39001 — 2007 Critical Capital Projects $3,297,686.81 $0.00 $3,297,686.81 Fund Project Total $38,655,046.03 $0.00 $38,655,046.03 Funding is budgeted in the 2014 Bond Program and other funds, as shown above in the Transportation and Public Works Department, for the purpose of funding the McCart Ave & McPherson Blvd project. The project is located in COUNCIL DISTRICT 6. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2014 Bond Program Fund for the McCart Ave. & McPherson Blvd project to support the approval of the above recommendation and execution of the amendment to the contract. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO I Fund FROM I Fund Department ID Department ID Account I Project I Program ID Account I Project I Program ID Submitted for Citv Manaqer's Office bv: Originating Department Head: Activity I Budget I Reference # Year (Chartfield 2) Activity Budget Reference # Year , (Chartfield 2) Jesica McEachern (5804) Lauren Prieur (6035) Amount Amount apps.cfwnet.org/council_packet/mc review.asp?ID=33844&councildate=10/21/2025 2/3 10/31/25, 3:48 PM M&C Review Additional Information Contact: Monty Hall (8662) ATTACHMENTS 20MCCART MCPHERSON ENGINEERING AMENDMENT 8 funds avail.docx (CFW Internal) Entitvinformation 20250910-120016.ndf (CFW Internal) Form 1295 Certificate 101425425.ndf (CFW Internal) M&C FID Attachment CO2505 A8.xlsx (CFW Internal) MC Ma� CO2505 McCartAve McPherson.ndf (Public) apps.cfwnet.org/council_packet/mc review.asp?ID=33844&councildate=10/21/2025 3/3 CO2505-EPAM-McCart Ave and McPherson Blvd Amendment #8 Final Audit Report Created: 2025-12-11 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Canceled / Declined Transaction ID: CBJCHBCAABAA2FyYuo--b2fOgKPAAysrESaG654GIsTF 2025-12-18 "CO2505-EPAM-McCart Ave and McPherson Blvd Amendment # 8" History _. Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2025-12-11 - 6:42:30 PM GMT- IP address: 204.10.90.100 Document emailed to LaKeshia Lynch (LaKeshia.Lynch@fortworthtexas.gov) for filling 2025-12-11 - 7:29:26 PM GMT Document emailed to Reka Aczel (Reka.Aczel@fortworthtexas.gov) for signature 2025-12-11 - 7:29:26 PM GMT : Email viewed by Reka Aczel (Reka.Aczel@fortworthtexas.gov) 2025-12-11 - 7:55:51 PM GMT- IP address: 204.10.90.100 _ Email viewed by LaKeshia Lynch (LaKeshia.Lynch@fortworthtexas.gov) 2025-12-11 - 9:19:13 PM GMT- IP address: 104.47.65.254 :: ;, Document e-signed by Reka Aczel (Reka.Aczel@fortworthtexas.gov) Signature Date: 2025-12-11 - 10:16:48 PM GMT - Time Source: server- IP address: 204.10.90.100 Email viewed by LaKeshia Lynch (LaKeshia.Lynch@fortworthtexas.gov) 2025-12-18 - 2:33:04 PM GMT- IP address: 104.47.64.254 ;� Form filled by LaKeshia Lynch (LaKeshia.Lynch@fortworthtexas.gov) Form filling Date: 2025-12-18 - 2:43:18 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Raul Lopez Roura (Raul.LopezRoura@fortworthtexas.gov) for filling 2025-12-18 - 2:43:23 PM GMT Email viewed by Raul Lopez Roura (Raul.LopezRoura@fortworthtexas.gov) 2025-12-18 - 2:51:26 PM GMT- IP address: 104.47.65.254 �''flRT W�RTH, PO1A'ered by � Adobe Acrobat 5ign Document declined by Raul Lopez Roura (Raul.LopezRoura@fortworthtexas.gov) Decline reason: There must be no references to the suspended MWBE program in any contracts after August 2025. 2025-12-18 - 3:20:26 PM GMT- IP address: 208.184.124.181 �''flRT W�RTH, PO1A'ered by � Adobe Acrobat 5ign �o�T�oR�rx� Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: McCart Ave and McPherson Blvd Amendment #8 M&C: 25-0982 CPN: CO2505 Date: 11/17/2025 To: 1. 2. 3 4. 5. 6. 7. 8. 9. 10. Name LaKeshia Lynch Reka Aczel Raul Lopez Lissette Acevedo Patricia L. Wadsack Lauren Prieur Doug Black Jesica McEachern Jannette Goodall TPW Contracts CSO: 46451 Department TPW - Approval TPW — Signature TPW — Approval TPW — Approval TPW — Approval TPW — Approval Legal — Signature CMO — Signature CSO - Signature Initials � �� �� � pL'W' � �x°,.��, � [ Black � � DOC#: 1 Date Out i2/ia/2o2s 12/il/2o25 12/19/2025 12/19/2025 12/26/2025 12/29/2025 oi/os/2o26 O1/13/2026 O1/14/2026 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 ROUTING TO CSO: �YES �No NEXT DAY: ❑YES �No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested � For Your Information � Signature/Routing and or Recording � Comment ❑ File Return To: Please ca11 TPW Contracts at ext. 7233 to pick up when completed. Thank you. FORTWORTH� City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Bridgefarmer & Associates, Inc. Subject of the Agreement: Additional Engineering Services in the amount of $297,105.00 for project management, cathodic study, plan revisions to support the adjacent single-family residential development, bid phase and construction phase services, and renewal of two expired environmental permits. M&C Approved by the Council? * Yes 8 No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes 8 No ❑ Contract No. 46451-A8 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. C:artifir.ata nf Inci iranr.a (na�ac 79-3(11 1795 Fnrm (na�a '�11 Effective Date: If different from the approval date. Expiration Date: If applicable. Is a 1295 Form required? * Yes 8 No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: Ifapplicable. CO2505 *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 processin� in the followin� order: 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.