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.