Loading...
HomeMy WebLinkAbout064561 - Construction-Related - Contract - GFT Infrastructure, Inc. fka Gannett Fleming, Inc.CSC No. 64561 Article III Term Time is of the essence. The term of this Agreement shall commence on the Effective Date and shall continue until the expiration of the funds or completion of the subject matter pursuant to the schedule, whichever occurs first, unless terminated in accordance with the terms of this Agreement. Unless specifically otherwise amended, the original term shall not exceed five years from the original effective date. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor and not as an officer, agent, servant, or employee of City. Consultant shall have exclusive control of and the exclusive right to control the details of the work to be performed hereunder and of all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondeat superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable, standards, codes, rules and/or regulations promulgated by local, state and national boards, bureaus and agencies. Approval to proceed by City of Consultant's work or work product shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its performance of the Services. Article VI Indemnification CONSULTANT, AT NO COST TO THE CITY, AGREES TO INDEMNIFYAND HOLD CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY CONSULTANT'S BREACH OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT, City of Fort Worth, Texas E. Bailey Boswell Road Project Standard Agreement for Professional Services CPN 104152 Revision Date: August 18, 2025 Page 2 of 9 ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER THAN THE CITI� OR SUBCONTRACTORS RELATED TO THE PERFORMANCE OR NON-PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY TERMINATION OR EXPIRATION OF THIS AGREEMENT. Article VII Insurance Consultant shall not commence work under this Agreement until it has obtained all insurance required under Attachment F and City has approved such insurance. Article VIII Force Majeure City and Consultant shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. Article IX Transfer or Assignment Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of City. Article X Termination of Contract (1) City may terminate this Agreement for convenience by providing written notice to Consultant at least 30-days prior to the date of termination, unless Consultant agrees in writing to an earlier termination date. (2) Either City or Consultant may terminate this Agreement for cause if either party fails to substantially perform, through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days after receipt of written notice or thereafter fails to diligently pursue the correction to completion. (3) If City chooses to terminate this Agreement, upon receipt of notice of termination by Consultant, Consultant shall discontinue Services on the date such termination is effective. City shall compensate Consultant for such services rendered based upon Article II of this Agreement and in accordance with Exhibit "B". City of Fort Worth, Texas E. Bailey Boswell Road Project Standard Agreement for Professional Services CPN 104152 Revision Date: August 18, 2025 Page 3 of 9 Article XI Right to Audit (1) Consultant agrees that City shall, until the expiration of three (3) years after final payment under Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to Agreement. Consultant agrees that City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor(s), involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any subcontractor reasonable advance notice of intended audit. (3) Consultant and subcontractor(s) agree to photocopy such documents as may be requested by City. City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. Article XII Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees or its subcontractor(s). Article XIII Immigration Nationality Act Consultant shall verify the identity and employment eligibility of its employees and employees of all subcontractor(s) who perform work under Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Consultant shall provide City with copies of all I-9 forms and supporting eligibility documentation for each City of Fort Worth, Texas E. Bailey Boswell Road Project Standard Agreement for Professional Services CPN 104152 Revision Date: August 18, 2025 Page 4 of 9 employee who performs work under Agreement. Consultant shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Consultant employee who is not legally eligible to perform such services. CONSULTANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Consultant, shall have the right to immediately terminate Agreement for violations of this provision by Consultant. Article XIV Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. Agreement shall be construed in accordance with the laws of the State of Texas. Article XV Contract Construction/No Waiver The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed and revised Agreement and that the normal rule of contract construction, to the effect that any ambiguities are to be resolved against the drafting party, must not be employed in the interpretation of Agreement or any amendments or exhibits hereto. The failure of City or Consultant to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Consultant's respective right to insist upon appropriate performance or to assert any such right on any future occasion. Article XVI Severability The provisions of Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of Agreement to other persons or circumstances shall not be affected thereby and Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. City of Fort Worth, Texas E. Bailey Boswell Road Project Standard Agreement for Professional Services CPN 104152 Revision Date: August 18, 2025 Page 5 of 9 Article XVII Notices Notices regarding Articles IX or X are to be provided to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Alejandra Ayala, P.E. Transportation & Public Works 100 Fort Worth Trail Fort Worth, Texas 76102 Consultant: GFT Infrastructure, Inc. F/K/A Gannett Fleming, Inc. Attn: Aaron Peck, P.E. 500 W. 7t" Street, Suite #1100 Fort Worth, Texas 76102 All other notices may be provided as described above or via electronic means. Article XVIII Prohibition On Contracts With Companies Boycotting Israel Consultant, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Consultant has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Consultant certifies that Consultant's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Consultant: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. City of Fort Worth, Texas E. Bailey Boswell Road Project Standard Agreement for Professional Services CPN 104152 Revision Date: August 18, 2025 Page 6 of 9 Article XIX Prohibition on Boycotting Energy Companies Consultant acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Consultant certifies that Consultant's signature provides written verification to the City that Consultant: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. Article XX Prohibition on Discrimination Against Firearm and Ammunition Industries Consultant acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Consultant certifies that Consultant's signature provides written verification to the City that Consultant: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. Article XXI Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of Agreement. City of Fort Worth, Texas E. Bailey Boswell Road Project Standard Agreement for Professional Services CPN 104152 Revision Date: August 18, 2025 Page 7 of 9 Article XXI Attachments, Schedules and Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of Agreement: Attachment A- Scope of Services Attachment B — Compensation Attachment C- Changes to Agreement Attachment D - Project Schedule Attachment E - Location Map Attachment F — Insurance Requirements Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: CITY OF FORT WORTH 1 --� Jesica McEachern Assistant City Manager Date:01/14/2026 po�onnIln pORT�pO ATTEST: p'� °9.;�d �o P�o °=d �7� ..��� °P�� �oo 000 �� � daa� nE4A56q� Jannette Goodall City Secretary APPROVAL RECOMMENDED: �4.,,�.....��..,ti. g\/: Lauren Prieur (Jan 9, 2026111528 CST) 7 Lauren Prieur, P.E. Director, Transportation & Public Works City of Fort Worth, Texas Standard Agreement for Professional Services Revision Date: August 18, 2025 Page 8 of 9 BY: CONSULTANT GFT Infrastructure, Fleming Inc. ;/lafA/'" ��il__-, `l Chad G. Gartner Senior Vice President O1/05/2026 Date: Inc. F/K/A Gannett �FFICIAL RECORD CITY SECRETARY FT. WORTH, TX E. Bailey Boswell Road Project CPN 104152 APPROVED AS TO FORM AND LEGALITY �,�-'�� gy: Douglas Black (Jan 9, 2026 13:15:22 CST) Douglas W. Black Sr. Assistant City Attorney M&C No.: 25-0860 M&C Date: 9/16/2025 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. .A��a�.� ,AG� Alejandra Ayala, P.E. Sr. Project Manager City of Fort Worth, Texas E. Bailey Boswell Road Project Standard Agreement for Professional Services CPN 104152 Revision Date: August 18, 2025 Page 9 of 9 F� WoxTH� ATTACHMENT "A" Scoqe for Enaineerina Desian Related Services for Arterial Imqrovements 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 Conceptual design for the development of construction plans for a four-lane divided roadway to extend approximately 1-mile of Bailey Boswell Road (East) from Blue Mound Road (FM 156) to Horseman Road. The project will include drainage, street lights, shared used paths, intersecfion improvements at Blue Mound Road (FM 156) as well as a bridge at Fossil Creek and the extension of an existing reinforced concrete culvert at the Tributary to Fossil Creek. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design (30%) Tad� a. R��iminary ° T �l� 1. ° ° TG�I/. E. Bi,� oh.,�„ c,,,-„�,.,,� �,:-r�'c � �„��+.� �,.+�„� oH.,..,, c,,.-.,�,,,,.. Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Permitting Task 10. Quality Control/ Quality Assurance City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 1 of 39 Page 1 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� 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. Refer to Task 10 for further details. � ENGINEER to provide to the City a Project Specific Quality Control/ Quality Assurance Plan (QC/QA Plan) outlining the ENGINEER's method of ensuring the highest levels of design and accuracy are incorporated into the calculations, plans, specifications, and estimates. • Communicate internally among team members. � Task and allocate team resources. • Design will comply with standards and manuals to meet Federal funding requirements. Designs shall be in accordance with CITY's design manuals and standards as applicable. Elements not covered by CITY's manuals and standards will be designed based on TxDOT criteria. 1.2. Communications and Reporting: • Attend a pre-design project kickoff/charter meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. , T..,f��,, nn.,r.,��nt G� th °V �bm'++.,i .�,�i,,..+„r„ � � • Conduct and document monthlv project update meetings with CITY Project Manager. � Conduct a review meeting with the CITY at the end of each design phase, which are the Conceptual (30%), �slimin�r���A°��I �inul (�3A°U, a.�bmittwti. One (1) meeting each will be conducted at each phase. • Conduct QC/QA reviews and document those activities. Refer to Task 10 for further details. • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. Multi-month billing is not allowed. Months in which no work is being invoiced shall require submission of a $0.00 invoice. Prepare and submit monthly Project Status Reports in the format provided by the Transportation and Public Works Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this City of FortWorth, Tex� Page 2 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 2 of 39 CPN 104152 F� WoxTH� 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. • Prepare and submit a preliminary Project Risk Register. Review Project Risk Register periodically with CITY Project Manager and make recommendations to mitigate, accept, or remove risks. • 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. Anticipated agencies and entities are CITY, TXDOT, Tarrant County, City of Saginaw, Developers and their consultants. • ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • One (1) pre-design project kickoff/chartering meeting slimincr� �S n � ��.tim`tcl . • Nine (9) monthly project update meetings during design phase • One (1) Conceptual 30% plan review meeting • All submittals to the City shall be Quality checked prior to submission. • Project design phase for 30% submittal is anticipated to take eight (8) months. • Nine (9) monthly updates of Project Status Reports, DVIN forms, and project Schedule. • Opinion of Probable Construction Cost (OPCC) updated with each submittal milestone and #�e-(�}a�i�r�l u� . Opinion of Probable Construction Cost (OPCC) for 30% design submittal for a total of one (1). DELIVERABLES A. Meeting summaries with action items B. QC/QA documentation C. Baseline design schedule City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 3 of 39 Page 3 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� D. Preliminary Project Risk Register E. Monthly Schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly Project Status Reports G. OPCC updates H. Plan Submittal Checklists (See Task 10) Monthly invoices J. Monthly DVIN Report Form and Final Summary Payment Report Form K. Project Specific Quality Control/ Quality Assurance Plan (QC/QA Plan) City of FortWorth, Tex� Page 4 of 39 Attachment A E. Bailey Boswell Road Project Revision Date: 05.23.2024 CPN 104152 Page 4 of 39 F� WoxTH� TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose ofthe conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection �a##+�Sount !�� ���������o ,.,;�� ,.,,��,,,,+ � � hou- t�rwff;^ w, �+ oount�. �ed at 1 � minut���alo at c minimum on all ru��Eeri�c�c�d.�� �ail�� f'i„rnm�ri ' d ✓.�mmari., c�. �cf �h�l b ' en� mr�zn, c���+ �� �ant C��a'. In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, a�s+e�s�TxDOT facilities, cr►d reilr�a�} City Master Plans, CITY drainage complaint files, existing applicable drainage studies, FEMA floodplain and floodway maps, existing models of project area (if any) and property ownership as available from the Tax Assessor's office. Conduct field reconnaissance and collect data including a photographic record of notable existing features. The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future which are discovered before the conceptual (30%) plan submittal) that have an impact or influence on the project. • The ENGINEERwill performfield work for signalized intersection that shall include, taking measurements, locating utilities, and taking digital photos of the locations. Contact the local utility company to confirm electrical power for signal equipment and identify conflicts with overhead and underground utility lines. Obtain meter address from City. Identify utility company, contact person, and phone number on plans. r�r�s�s_�ins�n:�Esrrsrsnnic��i:r�er_r_�r_�r_ �r_ � 2.2. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) per Task 8. City of FortWorth, Tex� Page 5 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 5 of 39 CPN 104152 F� WoxTH� 2.3. Utility Clearance Coordination � The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. • ENGINEER will develop the design of CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible, consider potential future utilities in designs. Where conflicts cannot be avoided, coordination of Utility Conflicts will begin at the Conceptual Design phase. • In the case of a public utility conflict, the ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible, consider potential future utilities in designs. � In the case of a private Utility Conflict, the ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts (Utility Conflict Matrix) to be included in a Utility Clearance Letter for coordination. The PDF file should be created directly from the CAD files. At each design milestone, the City PM will issue a Utility Clearance Letter to be accompanied by said plans and table to all utility companies which have facilities within the limits of the project for coordination. The ENGINEER may need to coordinate directly with the private utility provider if that provider needs to undertake design to adjust their utility's location. • The ENGINEER shall upload a PDF file of the CITY- approved conceptual plan set to the designated project folder in the City's document management system (eBuilder) for forwarding to all utility companies which have facilities within the limits of the project. The PDF file should be created directly from the CAD files. 2.4. Conceptual Design Report To ensure adherence to project scope, that design approach is in line with project objectives, and to obtain concurrence on development of the conceptual layout, ENGINEER shall prepare and submit a design report in the format provided by the CITY prior to developing conceptual plans. The CITY shall review and provide feedback on the report prior to ENGINEER starting the conceptual design. 2.5. The Conceptual Design Package shall include the following: • Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. • Quantity Summary page and each design sheet shall include a quantity take off table. ' �r ��al,• ' {�CE) m�y . • Conceptual Design Report (Arterials) in the format provided by the CITY City of FortWorth, Tex� Page 6 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 6 of 39 CPN 104152 F� WoxTH� �--Se�EOptuUl iJ.'�F4b4- -�e0�1i0� irl A^^^~^'^"^^ •"•'+h +h., ,. �+ �ITI� iJ.^�""�� • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. • PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table. T,-.,ff�,. r •i,�,,,- c.,,, n.,+., r,.ii.,,.+�„� h,,,,,, ��cv� U I'1 t "��..`1 i:mc�cr-vcc-ccrc�-wrrcccrorrcmv�v� • Existing typical sections of the roadway to be constructed along with proposed typical sections which outline the proposed improvements. Typical sections shall include existing and proposed ROW, existing and proposed lane widths and direction arrows, existing and proposed curbs, sidewalks, and retaining walls. � Conceptual plan and profile sheets (1"=20') showing existing and proposed horizontal roadway alignments, existing and proposed ROW, existing and proposed sidewalks and driveways, proposed lane dimensions and lane arrows, existing drainage structures, city owned and franchise utilities, and existing roadway vertical alignments (profiles). • ENGINEER will delineate the watershed based on contour data and field verification and document existing street, right-of-way and storm drain capacities for the subject site. An overall drainage area map will be drawn at maximum 1" = 200' scale from available 2-foot contour data with the contours labeled. Data source and year will be provided by the CITY. • Evaluate off-site sheet flow drainage to the roadway and design catchment systems to effectively contain, control, and improve existing conditions. � Review existing condition and update HEC-RAS model. • Review and update the proposed condition HEC-RAS model as required for design updates, such as low chord, etc. The low chord elevation will be set to be above the BFE with a determined amount of freeboard. Future development of the watershed will be considered if a land use map is provided at the time of the analysis. • Analyze 2 alternatives such as detention and/or channel improvements to mitigate downstream impacts for the 100-year storm event. The proposed hydraulic analysis must indicate a no-increase in water surface elevations/base flood elevations for the 1% annual chance event, also known as the 100-year FEMA floodplain. • Coordinate hydraulic mitigation closely with USACE permitting requirements. • Conceptual Bridge Layout plan sheets The ENGINEER shall prepare a bridge layout plan sheet for Fossil Creek bridge. The ENGINEER shall determine the location of each soil boring needed for foundation design in accordance with TxDOT's Geotechnical Manual. The ENGINEER shall comply with all relevant sections of the latest edition of TxDOT's LRFD Bridge Design Manual, Bridge Project Development Manual, Bridge Detailing Guide, and AASHTO LRFD Bridge Design Specifications and respective checklists. Each bridge layout sheet must include bridge typical sections, structural dimensions, abutment and bent locations, superstructure and substructure types. The ENGINEER shall locate and plot all soil borings and utilities, City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 7 of 39 Page 7 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� show proposed retaining walls, and, for staged construction, indicate limits of existing bridge for removal and reconstruction. • Conceptual Traffic signal existing conditions and removals layout sheet. � Conceptual Traffic signal proposed conditions layout sheet showing the location of proposed signal poles and mast arms, ground boxes, controller cabinet, and electrical service meter. • Documentation of key design decisions. � Opinion of Probable Construction Cost (OPCC). ASSUMPTIONS • All stormwater calculations and design shall conform to the CITY's current iSWM Criteria Manual for Site Developmenf and Construction. Two (2) sets of 11 "x17" size plans will be delivered for the 30% design. � iSWM deliverables and packages are not included for the 30% design. • Intersection improvements to Bailey Boswell and Horsman Road are limited to design of signalization for future installation. Reconstruction of the intersection for additional movements or lanes is not included. � Culvert structure at Fossil Creek Tributary will be checked for hydraulic capacity. If structure does not meet capacity, design of alternate structure or bridge is not included in this scope. � ENGINEER will not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Report 9. Traf#�Sount �ata �'. Truf{�e�ring �ta� D. Conceptual Drainage Checklist E. Conceptual Design Package F. ROW and Easement needs (M&B) G. Utility Conflict Plan PDF and Utility Conflict Table H. Draft Drainage Analysis Report City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 8 of 39 Page 8 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� �• plun� ����#+e�for�, rJ-i�l b c,.o "^� �PiE7il`1��� � ' o infrw:fru�+���„ .,n {„��,.,.,n �.1. Th � cr,►d �p�sf#+rr�ion� :J�,II in •--R�oliminary ' , 'on map an� - JJ� a�l in th�� „�o,-���^--��-c^,T � i i+�i�+., (`.,.,flin+ �An+ri.. ,,,-,�.,�,.,, �.�i+h +hr, ,. n+ rlTl� IJ.^rnn r�,-�+,,,-�., � ( I:f Ill QC^ .. vtvrvrrccn�cr . 0 T �Jr. . , . �:, ti�an : . . , � ni.,�i tii4�� i,-.,r �,.��� i:, Y�p L, t!? �P I , . ; �.,..+ „r,� „{ �.,di�� � th �a� �:.I pl ;n "— ' � plan an , , lo; cf�i , , , oin+�, �~► ; , , , , � �—Ale��..� tY�� fi . , • � �}�ti an appr�� , �--6�a�i�g plan �h�ve•itp eiicfir� 0.'L' i�t�� , �ntc, uti';+;^�m,�--� , , • •--R��liminar�• , o��anci , , , , otlightc, trc'f#+�-�.,+gnti and cll appli . City of FortWorth, Tex� Page 9 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 9 of 39 CPN 104152 F� WoxTH� �� � . , ' ' ocn;.oiti.. . b\;. I71uN ��e-d�auvn � mc�cimum 1 �� _ ?nn� �,..,i„ f,.,,,�, ., .,,i.,hi„ � f,,,,+ „ r+,,, ,. ,�.,+., ...i+h +h., „ �+our� laba4�l. Data � . ' ' c ��-�I d?si�+� ^� '1 v�i,,,.+,,,� ,.,-�+�,..,i i,,,..,+�„r� ,.,�ii h„ . r�==R � � ., � �r�a m��, , . '�nc in th�-�efec� on•n drei,n ��► �aE+t+sc cJ-iull b . II`l��R'� r�oncibility �^^� �,� „ �+„�+ ,.,,+� �ITY c��n� = ��Tdr,:in Iw�• of JI inlo��, m�rnh ,' , �Ircin pr ' , , , Th.,��or :hcll pr . - .�... �--Rer�orm w csour cn��� ' . ci� ucin ' �r �hall ��� oh �,�h , , , . �rJiall ^^^.,�;^^+„ ..,;+h +�„ �'J.TI� pri 'on muJ in�eon✓.�It�i� , , eaoh .ribu�H�• or oh��nol �e�� . T�m��o ., �i�,�, ��, r��i ,tGi ; I�r�it� a�-e�nd�u�ti^^ ,•,�+�;� +�„ . s �tu"ili#�Ar�al�':i� cJ�cll b,. � City of FortWorth, Tex� Page 10 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 10 of 39 CPN 104152 F� WoxTH� �� , . ' a ubutm�� �,+b��ra �+r,,,.+,,r„ „�„r,.,,,�+� d pl ;n ch�� �--P�a�o plan ch��or abutm� •��� plan �h^^+^ f^r ^,�,�'+°��al abutm�^+� •--R�e��r�ar�g p I�� wn �I J�ab p Icn rJ� �� ,�„f�,,,.+•„�.. „+,. , , • ��^� � . 'onc in a�.Ee�,�„T^^ +„ +h� .,�,..,,, +�e� m�.n:� . � �.h.,.,+�. f.,r r e �.1M�iii�i'2rl,.� .�. vr �� � Th., CAI/''_IAICC� ��I Nr ' g ;n�l :ir�nc�e-�k�s „_ , o, �, pa�e�ont m��l:i�gs� , , �n�.,rrin.,.+., �.�i+h +h., f'i+�� �,f Cr.r+ \A/�,r+h �AI IT(`I'l �r,� T.,n�T :f!'�.t�dCr^'�,T ' , �:.ntit�� , �., TrafF' , �a€#+�igna� � a�,,.,,+ ��,,,,+ ��,,,,.,+,,,� r,et�,��. Trc€�+�I--€q:�ipmr�nt �tcil J�� ��1 cJ.�cr..t, p�orna-,1" - 19'-soc��), Trc�€ie-�ignc� �umm�r�-Cho�rtc, �� , In��all�i� , �T °�cn�otcilo, 1 p�� ^�� , , cfi �nm� un , , , o p h c:i n�-�+a , ��orc �, n , , . ' lumin�ion plano . ' � :J� ;II b� City of FortWorth, Tex� Page 11 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 11 of 39 CPN 104152 F� WoxTH� �n I�� a� . . �ee{�o chall in� 'ght fixtur� ' g plano bac., or:h ��an� T...,sc�,, r,..�,+.-,.i �i.,��. '�n cir�nw�a ;n�l pc�e�ant murl�k� II h., � ...-rl.,.�,.,.�. � +h., I.,+..�.+ +�.�..�, f T.,...,.. �A.,.�,� �.�,I ...�, I I.�,� iA/i "'F�-l�rrc—rc+rc��2�iavrrvr��l..1rcn-a,ri on~n Tra �+� p Y�..�u �eoicl incfr:�� ' ' , ort�, bri , , ' , , , , , �n�ni ,-„�+,-�,.+��,rB� �.`ili�+e�e��.) th� tho ,. .,+,-.,,.+,,,- ��,,,� �i,� h„ ,,-,.,.�„ ., „ +„ ; ,.i� „�„ > > � �.,,,�, „�„ +�„ ,.,,,,�, �;w,;+� +h„ �,,,..,+;,,r of ohan , , �„�'��E' , o� cfnior�,, pu�e�on`. m�->�in , "► Nhs�o „f ,. �+,-� �,.��„r C+...-.�, \A/�L...- D..11�.�:..., �.-.....,.�,+i..Y. �I�Y.• •--�e��-�}ec�a thu� di:farb c,n cr , 3.2. 'onc, inolu ' , , , �,.r+r,,,.+„r�� , � ��+crminin �� � Th., CAI!'_IAICCC� �cll pr��;.r� c �nnrl�rrin AA�n��nl ��l�n� c.�� 11hL'.�� �n � 3.3. ,Tl�, th� CAI('_IAICC� CC� m�+ri�� 4h� . ��. � � 91171marzc—�-rc �iTv�� ,. r+� f,-,,.�, +�o f�„i,� . ��+ .,r.� iubmit thi� ��f,.,-�..-,.,+�„r +,. +�„ �iTv �� � City of FortWorth, Tex� Page 12 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 12 of 39 CPN 104152 F� WoxTH� �: �oommunity�,4ee�i�� � pl��c hc� ITI�, th� ' '.c, u�.ti��t th�eot mana o:f appr oct ua.�cl ' �int), wr� p ��cpluin th . YT�. �'JTI� chall �a4eot a c�.�itabl,. ,' . ' ' ' ot mana��c��mut t�o muili� � „_ 11 JP1� JL nl�s�l7R�l J�l�l�t Jl1lr'�'� ;,;�e�s.��tat;on cJ�cll in�o � c minim�:m ., ' , ' �� �� , , . 'on� rhal' "^�zd in cf�an� ��-��ai� an� ^�T �.� . � �iminar�-Bes+gH-Rac�ag� :hall al��^�� ��^ +h^ f^��^,.,;^^. �R��iminar�• c,.�„^�, "� ■_ Cotimat.. C�. T"rr� �� :h. all u�� r�iTv ,..- T.,nnT �„� �+:JTr�, ao app� ASSUMPTIONS 11"�1?'�+�� pl��� � ' o 0 � Th�, f„ii,,,.,inr :hsll b� � �i,,.,,�e,� +„ +he ,�e��,..,.,+e,� r e,.+ f„i,�e,- �� +h„ r�+„�� dee�ont manc •. .. . „ ��.�i�-'T.�'�vl. .'�':�Lit*=r= - -�:�r��rsr� •� ;�CITI�'� f.,,.,,-�-��„��I �..�hni�� :r��if,,..,+,,,�� ,.,;�� �� , e�l c� cppli^^h� €��rcl Fun ' �nto. Th^ �nir�ini��n �h�l �pp�„w,,,�++h„ +,,,.h�;,,.,i �#+�ionc if n�^� fl�chibitc. . City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 13 of 39 Page 13 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� � CAI('_IAICCp �QII Il ith Final � ' on appra�a�-�j� 'gn pl��-�,. y4-�-R�Jr m i n ar�• �. Utilit�• . achi"itc �: -R�oliminu�°��e�ee�A�a� 6--R�slimin� �� �'r�nc City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 14 of 39 Page 14 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� . . . . ., k�on cppr � plano, ��� '�n plan� ae #�eNe�� � Final dr�.F��on planc ; ° � Tho fpl���' d��-�la �y-Se�#�+�t� Tab I � �nir�ini��n i + 0 �T � , '1 C/.A 1111. 'l"1 . , . , ■ . � � ° 'on plcn r CITI�, th� CA1/'_IAICC� �h.,ii �ubmit FrGI ° . oh plan rh� �� �amp , , �I in �t�^ ^{�,T ��raina O�i�ICf Ill Q�"""`�""""' ,"„+h +ti„ „ r+ :cininn �.-:+,,,-;., nn.,n,,.,� f.- c:+„ ' � ✓.�mmcry ° ° �✓r�n plwn�. �^�# � planc :J�all alo^ � ^��quantity +.,�,,, .,ff +.,hl., ; Tti„ �nir�ini��n ,�hall c�,�bmit an f 11 "�c1 ?" ' 0 0 or in thc �''��eoumcnt mana „ „ 0 ' ' . t man�a City of FortWorth, Tex� Page 15 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 15 of 39 CPN 104152 F� WoxTH� ".���a�on pl��►c �� . Q, ��ility�e4esa�Fon �:.o�c� �. ���Ee;,�a�on plano an�-P�efee��b1anual inolu � . . g a.�mmcri�n r•f h�.J ;+,,,.,,� ..r,� CITI�'� �B�T'• a�an�^��' "��' �+^m� �^�' {orm..-�, c,v appli�a�-4e F. Final ^rcinc City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 16 of 39 Page 16 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� . . ' or :r� pr . . . � ; unit pri II�CC� � ' �e�e+��nt phc . �.1. ✓�er� • T�all`1��� ch�l �;�Isa� �I �Isnc �� � , dee�ont manc . tt.na�:1 :hcll b�-�lea�#ed in c :in f�l.��. ., e.J +., he � ..I� �.Jv.J ��-, +he !'`�+��'�. .-, .,+ �-..,r+.,l Q.,.,f�re e e e . tJ��ll t ., ^�era�;,�e�c�e�s+oT��+s" . d utili�in�-�k►e�+t�ti:, ani± pri�-�ee� d in c �p , , � th� ull pw � � �^� �,�"^^*�c� in th � ✓.�mm� �� +„+.,�.. {r„Y,., +�„ ; ��+�d Unit P ' . ' ' oumcnt mainu �-�a�� rm��,, . � r���r i�s�rr_n:tisr_�ntt�:s�:r_�.����r_��n_ sr_n�■ �-»� . . , , • . . '�� .i i ir� � i.. v��...-+ ..F +h.. !'`ITV •�1:�.i�.� .h�-CITY in �,�orc, a.�b���c�o,�-���d a.�ppli� •—�AN�fln a.�b:fituti ot� ic cll^�•�^�' �^ +�„ ,. �+r.,,.+ ,�,,,.,,Y,.,,,r+� � , +�„ CAI(`_IAICC� ..,;�� .,,�.,,..,, +h„ �T1� ao t �rialo an� o�, �.,r�.-i�.� `.h1�ITl� in � , • f cll a,�bmitt��� ial� � ta =.�.r_,�sr_'r_ � � - �r_■ �rrs��.,s,:���.�r� - - , of pl��►c, E h�f ci�� cl I cp p r�e� a�e+� . .. City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 17 of 39 Page 17 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� , CIT`( un o plan �•' . � ' ant plutf� . . �.�.�r_n:r_� - City of FortWorth, Tex� Page 18 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 18 of 39 CPN 104152 F� WoxTH� . . . . 'on ph�,., . o.� �„ �+.,,,,+,on �app� � Th., CAI(`_IAICCCi �CII G . , �h�ll pr ' o�hibitc oxpluin :h . �-i��'ITI� cJiull �14eot u✓.�itabl�'^^^*�^^ ^ ^�'�^ ^^�I m�il n �e�i��ntc cn.� „+h,,. ..+.,�,,,h„�,�„�� vt� ac n„ �rt a�in�-�I-i��'ITY'� ��n�f�rm� cn�-�laa�-i�-#+i� ' ' ,cnt rr�.n� , ' tc1r� � b mitt� eompliwn . +h.�, .. �-.+.-....+ f...- .. �+.-� �..+�.. ..h r 7 + + ♦ a r r „ g l�� �'1"1 �20 . '1 . ., gc, f,mplo� .,r,� �„h,,,;+�.,�� ;� fr,,,, „f „ � ; ,�+„r,.,,,� „ e+�+ss+o n a. Th„ �� � I� h , n„�t� in th,. �' cnt m,�~►c � CAI!'`_IAICC� �h.,�� �,,.,,,,,., w,-,+or�l ul�atit��i ,' d�ion ��� ,Tl�,'tz-€�d611���Ft cJ�all pr , , , 'on� a� t�e . In��R � ' = T�;�I���nshcll cttcn�#c "Fin�l" �Cr ' e�finul pun^"� . - - -- = r� � Th., CAI(`_IAICCCi �QII pr„ I n 1 � 1�.� � . �'ITI� mc��.+�a, but ic n e—��� Qailt � , f .,�� , ,.,�„r � �,�, �+„rY,., drein �,�„+� .,�,.� ; „r,.�.,�,.,, ,.,;+� C I(`_IAICC� r.h.�,ll ...�..-if.. ' ,�ilt ,�r�• . . .on. �n --� ---. - :.._.. _ _..., :��.�e���:.� , , �::ss:r�.�sr�sr�a o �,,,� i � „ n1�a1"I[upc ` City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 19 of 39 Page 19 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� �ed ✓.�botituti� • T�aI���R rJ��l m��o �inul �'ru� ' �I cJ�cll plc�e-� �-e�#�� pl��►� in�+Ea�i�r-�S that th.. eoncfruot�F�a cfwmp :J�cll b., ' -II`l��fi cnd :J�cll b� �la^^���h plcn :.h., , ot. ��h s�ec� ahall � 'oh apply�o that rh �b '�-e�e#��- oui�abl��ea+� ��. r �r_a nrerr_ � r� �r.:T1��:LV ■ :T-�� �= r_T �ntr� � � •�r_ � ■ .��..�._..._... �..,�_.���.. �......�.,.�,,�,��...�.,._.�_�...,.�,..� �.��-.�---....•...:.=� �- � - - --- - - -- -- -- - -- -- -- � -- --- -- - -- - -- - -- ---- -- - �-- - - - - --- - - - - -- � � � � Th�, �nir�i `ICCR J Iwll C/�Ib""+ ^ ^+ ^f " ^�^d �in ;I �r��e�€ied-a�d ctcmp� , • so: mu� in� . ' oc, but wl� •� ;�o cJ�ull b �r plcn �,. , ' . ssntcin cll c:.e '�ulcr pl�n c�+ �:�,...�,.. DI'1C FC1..�. �,... ,.�,.� ��...,.,+ ,.s .. .�, �., .�. �+. • i � ,.+ r.., + �n r f� i �,,., f,,...,., + �„�� cc-�:;,rnva�cr��eqced�v-r��,c� ohall �rn-vrrt,ZJ namin� �non� �, f�'� '.,—� �'fil� n ;m., " ' " "' f;�„ r Y,.,�„� „�+., ,,,� f.,,Y,., +�„ �ITI� « » � , ," " chcll b��otcl numb�� ^��flt� in thic f� ��ccmpl : — — « » « » J Tl�, " " e�-a�-e�i�inal plan �..�#,��" chall b��otal numb�~ ^��ot� in thio fil1 ��ccmpl : _ Q^*h �^� �:'^c c�cll �c uploa�ed to thc pr ' ' '' �ee�on: m�~►c o r mcnn.. , Gl:.�b:,r1 �.z�n,r,�=1�n�� on�rw�ti ' � io a�..�rr� City of FortWorth, Tex� Page 20 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 20 of 39 CPN 104152 F� WoxTH� � YJ:Y, o :,rv.�m� c ac��m� +�{�`O RFI'e �o aoa►:,:.� � Y.Y.Y. o c,�c�.� m� . o��hibi�, , City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 21 of 39 Page 21 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1. Right-of-Way Research • The ENGINEER shall determine rights-of-way and easement needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. • Right-of-Way research includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the aroiect and tied to available on-around qroaertv information (i.e. iron rods. fences. stakes. etc.l. Research current property owners and obtain copies of subdivision plats and ownership deeds. Existing easements referenced in the plats/deeds will also be obtained, and any additional easement documents provided by Gannett Fleming or the City will be plotted and added to the property base map. This task does not include effort for property title searches or additional research for easements not included in the currently available county appraisal district information, right-of-way takings, easement vacations and abandonments, right-of- way vacations, and street closures. �e'el�'�ss������i�r_�:v• _�.�n:�:!ns�� � Th o o b�;.i n ri g#�-e�-e�ay-a� • T�al���� Ji�ll Nr s map Jis�� . o map �hall b., � Th.. ,,,, �+..+;� ��II N tiJr.F��� e,rr' � ' ✓�± msna�a�t o,,..,,� �.-,,,,.. f„i,�,,.- , chall pr ' ��QI ��Qt�e�we�� �.a. . � Th., CAI(`_IAICCCi �all prac�o apprai�^' ^ ^"� '�^^^^^d appraio�#or all lan� � Th., CAIr_IAICCCi �GII I�.�A or� and n�e-la�� �s ' Ot 17�:.I1 ^ , ' � S�}�J�� It b� ,,.,.,.,.,.,u� City of FortWorth, Tex� Page 22 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 22 of 39 CPN 104152 F� WoxTH� omain, th , ' 'onwl �pp , �., � thc !..cn ' . . -�.�;�o — --- " — � or�. It i� �r� adja..,,r++„ ,. ..+�,,,.+;,,r „ �� � Th., ,�,. �+�+�on :J�cll b., oo�lir�� ar�l � P�t �9"tw'pP o,.�,.� �.-,.,,� f,.i,�,..- ASSUMPTIONS • Right-of-Way Acquisition services are not included in this scope of work as the conceptual schematic denotes all required right-of-way has been acquired. Right-of-Way research includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the aroiect and available on-around qroaertv information (i.e. iron rods. fences. stakes. etc.l. It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD records, right- of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. • General requirements: • Contact name and mailing address for the landowner ompan�� '. . e�+or T�I) �� e��rcJiip f^� ""'�'h T(`C f an appraieul f appraiaal fir�•n. � �ntity �e� ommi.ni,,,,+,,,., ,.,;+� +�„ �.,�,�,,,.,r„� City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 23 of 39 Page 23 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey Design Survey: ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees, and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. � The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: — The following information about each Control Point; a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. Establish project control using Global Positioning System (GPS) methodology. Horizontal values will be based on the Texas State Plane Coordinate System, North American Datum of 1983, North Central Zone (4202) and scaled to surface using a grid to surface factor of 1.00012. The vertical values will be established by a closed level loop and referenced to City of Fort Worth benchmarks. Control monuments and benchmarks will be established at minimum 1,000 linear foot intervals. • Locate existing property corners and right-of-way corners to establish property lines and street rights-of-way. City of FortWorth, Tex� Page 24 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 24 of 39 CPN 104152 F� WoxTH� Design survey of the area outlined in red on the attached Exhibit "A" (approximately 5,500 linear feet total) to include pavement edges, curb and gutter, buildings, driveways, bridges, culverts, fences and gates, signs, tops and toes of slopes, spot elevations, trees six (6) inches and greater in diameter located and tagged (noting diameter, canopy limits, and common name), surface locations of utilities, and other visible surface features. • Locate sanitary sewer and storm water manholes/junction boxes and provide sketches including inverts, material and size for all manholes within the project area and the adjacent upstream/downstream manholes of interrelated pipes extending outside of the project limits. Water valves will located along with top of nut elevations. � Submit a Texas 811 ticket and survey the location of utilities as marked by others. • Prepare property base map showing existing property/ROW lines along with lot & block numbers, abstract numbers, street names, property addresses, and property owner names. • Prepare project control sheets showing the location of all control monuments/benchmarks used or established within the project corridor along with detailed monument descriptions • Provide a digital design survey drawing in CAD format prepared to ENGINEER standards showing visible surface features located, an ASCII point file, a LandXML surface, a set of site photos, and a copy of field notes and field sketches. • This task does not include bathymetric surveying within ponds or areas of standing wate r. 8.2. Temporary Right of Entry Preparation and Submittal • Prepare and mail right of entry letters for properties in which field crews will need access to perform surveying activities. Provide Gannett Fleming with the letter to be sent, the name and address of the property owners, and the legal description and property address of the affected property according to the Tarrant County Appraisal District. Coordinate with propertyowners as necessary to arrange field crew access. • The documentation shall be provided in conformance with the checklists and templates available on the City's document management system resources folder. 8.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level D, C, 8, and A, as described below. The SUE shall be performed in accordance with Cl/ASCE 38-02. Qualitv Level D • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. City of FortWorth, Tex� Page 25 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 25 of 39 CPN 104152 F� WoxTH� • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/orother documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Qualitv Level C(includes tasks as described for Qualitv Level Dl • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. • Survey surface features of subsurface utility facilities or systems, if such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. � The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. � Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. � Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Level B(includes tasks as described for Qualitv Level Cl • Select and apply appropriate surface geophysical method(s) to search forand detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. � Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. City of FortWorth, Tex� Page 26 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 26 of 39 CPN 104152 F� WoxTH� • Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. �P� - ��cp„ .,,� �,,,..,+„ „�;�;+; � a� fl� . •�z�ntcl un . , • i., �.,,.�, ,.H +„�+ ti„i„ ��+„ C 1'tu11�64�.�1a�-r�vrrr2c� . ASSUMPTIONS �� . , • , , ., f.,.++ r.l r..,rr..-1 DELIVERABLES A. Drawing of the project layout with dimensions and coordinate list. B. SUE plan drawings sealed by a professional engineer registered in the State of Texas. City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 27 of 39 Page 27 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� TASK 9. PERMITTING. ENGINEER will provide permitting supportforthe CITYto obtain any and all agreements and/or permits normally required for a project of this size and type, as follows: 9.1 �J.� Texas Department of Transportation (TxDOT) Permit Meet, negotiate and coordinate to obtain approval of the agency issuing the agreement and/or permits. � ✓,�b ITI� 1"1'� T.,nnT ,- � Pi,�bmittin • Responding to agency comments and requests Ru;i,-,,.,,� �,,,-.,,�+ , �bt ;in appr � £'i,� b ' � Pi,�bmittin 9.3 ' �TbZfi) . . . - ' g plan� trut ar�ia�v��ith T^! � �ec�e�e�� � ✓�+b.,,,+ ,. ��r,,,.+,,,� ,�,,,.,,,,,,,r+� +„ +�fl T6�l�Fi � ^ ' g ull TCLFi �Obtcin th� "'^�Qf Subrf��ti� Somplian^^�w TCLFI� �o:� un irv,����Tom T6Z�or c T6Z ar thcn '? 'on a.�bctcnticl •—�E[,vto �..v^^�^��ith T�� . , , ._ . . City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 28 of 39 Page 28 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� ' otc that dicfur� an ar�a-�ea�or than , d a.�bmi�in ll..�...l�r�m�rif �rirl /��nnFr��nfi�n ��ihir+h ��iill h� ir�n�rr��r�4�rJ ir��� �hr� C\A/DDD h�i +hr� nr+r+GVTIT�T 9.5 Environmental Services �provide a detailed scope if USArmy Corp of Engineers Section 404 Nationwide Permit or individual permit is required] � ENGINEER will prepare the appropriate TxDOT Fort Worth District project description for ECOS. • Environmental technical reports shall include appropriate NEPA or federal regulatory language in addition to the purpose and methodology used in delivering the service. Technical reports shall include sufficient information to determine the significance of impacts and are listed below. A technical report shall be prepared to address: � -- � CAIr_'IAICC� �.�.J�rn4.�.��ctr�ttr"c-r�-�rvJcc "^^'�"^r�r! nrirl mnr�nn�r! h�i 4h� r`i4�i , ompl��.,�; , ' on fun ' , �da�isnall�r�.f ' . , he ,. .,,�� �,.+e,� +h.��Ch tho Te.,.,� n„r�,-+,Y,e�+ „f Tran:r� , �.t.. Th., ##e-p�e}e�t ic ;-v.�m„ c?�ri�t. ,111 �:.cJr� �•��'� , . �;���"tic� muint�n��e��cw� !-!i:f , , ' '�al murlc , , mcpc, ;flrial ph , Thic inf a�mm� i���l ;� part ^f ^^ ^�^"^^'^giocl bcolc � � �� + +,. T.,nnT f,,.- ,- • .� cn co�cb"v=-ca=rcrcvTrccir"�cn cE �- 7T�L�"J� �:T � �t�LT���:S!*SR1LtIT! �TTl:!�LS��� F�SS��:7 � In th�-e��nt th� th� "'^I� �.,+�1.., �,f +h., /�DC rSJ �Itc in a r�`"""""""�"+i., .,f �h.,��, I s�ey;-ar��d if Tx�^T " •,�+h +hi.+ .- .,.J-,+i...� +h., .- � �I+.+ .,f +h., op wn app ' �ormit. Th., o a.�bmi �at�on �brr,;+� City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 29 of 39 Page 29 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� ��+„r�;.,,, �.,,�,,,,�„�;oal ✓,�r�e� �r^mit numb., ' , ' ��I � th1 :,vtr�n inop��+,,,r „f +h„ „�+;�„ �oC, a,�ppl� d itc anncr,n�d tribu�cry. ^ '�^^�+^�' ^^"^otion ��� �e�eNe�aFa�l, in th� ' �tc th� h . er crtifc� d that m h...�. h.�,.�,�-. .-li.�.+� �.-h.,.-I .nn h� � �u��� r.. • h....�.. I......H...-..-. �. � •- � on �botantia , ��� that thio fi d in a cin� , n,-,.�h^^i,��Cl ✓.�r�' or �b ' o th� T!-!�. Thi� r� '�n a�, c �, . oa.�ltc, in�� , f;^�� r ^^�+ for.,�bmiti , , , , � , opmc, ���i�ao`�, �~�I �� •�in��o � . .., n..�l. '+h h� ' C � `2 Z `2 .+.J !+ rlrl+�+ .�..�rl �a#+o n i n u�.v a��f9irw'rcrrsci=cTE2�-C-�c�C�iu �irvcc irv�� ," . . . or,•r� an � �.Jamitt^�' �""+h .J.,li...,rr.hl.,.. � e , 'onal !-!icf�dm��co, �,� City of FortWorth, Tex� Page 30 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 30 of 39 CPN 104152 F� WoxTH� o_�,_+_r_,� T_.,�_ �;_+_r,_' ^�dm�arlc�, T�cJUT's pra.•' , • ; o rm Gv r�� o:�rr�nt T�cEJT �I`l�' JT �I`!\� Thic :�ap� rrcph� ' , � � obili�ati� , , .,,� „ ,.,�,,.,+;,,r �., ,,,� „r +�„ ,. ..�nt T��C . , �,�„�+.,�,,, ., „o n n�..�.�� . ompliant �aith T�cJ9�s-Beoumcntation �t.an�-�e� �c�nnaicsan� . , �rminati��eac�i ����^^��^.,^�;� , �+s#�iotc. ✓uv , antioipat ., +h., /� �C n-r-crrcT-cr � I� I;f . Wetland Delineation ENGINEER wetland specialists will conduct desktop research and field investigations to determine the presence and extent of potential WOTUS in the project area. All aquatic features (e.g., streams, wetlands, ditches) encountered in the field will be delineated using hand-held GPS units with sub- meter accuracy. The presence of wetlands and other potential WOTUS will be determined by using current guidance recognized by the U.S. Army Corps of Engineers (USACE). Documentation will be conducted in accordance with the expectations of the USACE Fort Worth District. � ENGINEER will provide a preliminary determination of whether each delineated aquatic feature is a WOTUS. ENGINEER permitting specialists will also provide a summary of potential permitting strategies for WOTUS impacts. This scope and fee do not provide for USACE coordination, permit preparation, or mitigation support for WOTUS impacts. Those services could be provided under a separate scope and fee. Bioloaical Resources ENGINEER ecologists will determine the likely presence of protected species in the Project area by referring to lists maintained by the Texas Parks and Wildlife Department (TPWD) and USFWS. The Project area will be assessed for presence of potential habitat for the listed species. ENGINEER will assess the ProjecYs potential direct and indirect impacts based on the known project parameters. ENGINEER will provide a summary of potential project commitments that would accomplish compliance with the ESA and the TxDOT required submittal documents for environmental clearance. Hazardous Materials Initial Site Assessment City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 31 of 39 Page 31 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� • ENGINEER will conduct a site visit and shall provide an ISA with Hazardous Materials Project Impact Evaluation Report for the limits of the proposed project in accordance with Statement of Work for Hazardous Materials Processes related to NEPA in the TxDOT Hazardous Materials Management Toolkit Communitv Imqacts Assessment • ENGINEER will conduct a site visit and prepare the TxDOT Community Impact Assessment for review. Community impacts includes environmental justice, limited English proficiency, and other issues as addressed in TxDOT environmental guidance. Community impact analyses might include: Community Impacts Assessment Technical Report Form; or Community Technical Report. The report must follow guidance provided in TxDOT's Community Impacts Assessment Toolkit. The assessment may include: • Identification of environmental justice communities within the study area; • A community profile; • A displacement analysis; • An access and travel pattern analysis; • A community cohesion analysis; • Determination if the project would have disproportionately high and adverse impacts on environmental justice communities. All impacts identified in the Community Impact Assessment and other relevant studies (i.e. noise analysis) must be considered to determine if the impacts disproportionately affect environmental justice communities; • Identification possible mitigation measures to avoid or minimize any adverse impacts to the environmental justice population within the project area; � ✓.�m�of publi ' ; • Identification of possible mitigation measures including those to avoid and minimize any adverse impacts to the environmental justice population within the project area. Traffic Noise Assessment • ENGINEER shall prepare all necessary noise analyses and technical reporting. Noise Analysis Technical Reporting Requirements. At the work authorization level, the noise analysis technical reporting might include: • Computer modeling of existing and predicted noise levels; • Field measurements of existing noise levels and validation of existing model; City of FortWorth, Tex� Page 32 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 32 of 39 CPN 104152 F� WoxTH� • Determining predicted noise impact contours for undeveloped property; • Barrier analysis for impacted receivers. Noise Analysis General Requirements. • ENGINEER shall use TxDOT's .DGN file coordinate system for all traffic noise modeling, so that all design files and traffic noise modeling software coordinate systems are the same. • ENGINEER shall provide TxDOT with all .DXF files used for the traffic noise model. • ENGINEER shall review all proposed noise barrier locations as part of the traffic noise modeling process. • ENGINEER shall not begin identification of noise sensitive land uses unless TxDOT's Environmental Affairs Division's Historical Studies Branch (ENV- Historical Studies) has approved a Project Coordination Request (PCR). � Scope does not include a Noise Workshop. If one is determined to be necessary, a separate scope will be provided. D� �hl�.+ I�-.��.,I.�.,.,-,.,�-.+ 0 c T)(^ . C i� m�il ''an�. It ic ' o c p:�b ' , , or pabli� ont� pri^� +„ +�„ „ �+.,� ASSUMPTIONS AND EXCLUSIONS • The Client will develop and provide a project area boundary in electronic, geo- referenced file format (e.g., DWG, DGN, SHP, KMZ) sufficient for use in field investigations and figure creation. • Any required right-of-entry will be coordinated by others. • Assessments and recommendations are subject to the regulations in effect at the time of the final document's submittal. No subsequent updates in response to regulatory changes will be required. � Coordination with the USACE and USFWS are not anticipated. Should a USACE permit be required based on project impacts, a supplemental fee will be provided for review and approval. • No presence/absence surveys for protected species. •�;,�c thut ull �° �� City of FortWorth, Tex� Page 33 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 33 of 39 CPN 104152 F� WoxTH� . Assumes that to the best of the Client's knowledge any areas selected for field visits are free of chemical, bacterial, and other serious contaminants. If ENGINEER staff encounter evidence of contamination in the field (e.g., odor or visual indications of cattle dipping chemicals, petrochemical spills, sewage, etc.) without previous notification, field efforts may be cancelled or truncated. of an ar�ee�eg+c�l--bac�ound �tu�e�a� ormi`, appli��+��� �'��F+ ��d fin� r�or*�, ��►�-a ; ontcin I�:.o� , r�lt�, an,� . r,�.,+,,,n.. • Exclusions: archeological monitoring, testing, or data recovery, NRHP nominations, HABS/HAER documentation, or coordination of any kind, human remains evaluation/coordination/removal, tribal coordination, and public involvement. All excluded services could be provided under separate scope/budget. • 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 • . _� � .,,- . .,,- ,_ •, ,,, -- --- -- - -- ---- - -- - - -- - - - -- .,,- ,,. . .,,- — �:..�. , obtuin appr � Pi,�bmittin � Pi,�bmittin . ._ City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 34 of 39 Page 34 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� ����), �brnit an�ob�:.in appr^,,.,' ,.F ., T�,.,, o„�,.,,..,,,� o,,.-�,.,;+,.,�,.� �� �ntc an . ASSUMPTIONS 1R ✓.�bmittMl #� �slc �n� �^�����Ic Tributcr�- �Rflrmit pr ��:.,,� C'�.vi� •����� a�..� m�t#e-yo n•nit ap p rav�� DELIVERABLES City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 35 of 39 Page 35 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� TASK 10. QUALITY CONTROL / QUALITY ASSURANCE. ENGINEER to provide to the City a Project Specific Quality Control/ Quality Assurance Plan (QC/QA Plan) outlining the ENGINEER's method of ensuring the highest levels of design and accuracy are incorporated into the calculations, plans, specifications, and estimates. ENGINEER is responsible for and shall coordinate all subconsultant activity to include quality and consistency of plans. If, at any time, during the course of reviewing a submittal of any item it becomes apparent to the CITY that the submittal contains errors, omissions, and inconsistenaes, the CITY may cease its review and return the submittal to the ENGINEER immediately for appropriate action. No additional time will be granted. 10.1. QC/QA of Survey and SUE Data • The ENGINEER's Surveyor shall perform Quality Control/ Quality Assurance on all procedures, field surveys, data, and products prior to delivery to the CITY. The CITY may also require the ENGINEER's Surveyor to perform a Quality Assurance review of the survey and/or subsurface utility engineering (SUE) work performed by other surveyors and SUE providers. • ENGINEER's Surveyor shall certify in writing via a letter that the survey information provided has undergone a Quality Control/ Quality Assurance process. • ENGINEER's Subsurface Utility Engineering provider shall certify in writing via a letter that the SUE information provided has undergone a Quality Control/ Quality Assurance process. 10.2. QC/QA of Design Documentation • ENGINEER shall perform a QC/QA review of all documents being submitted for review at the 30% design review submittals. QA should be performed by an individual within the firm who is not on the design team. ENGINEER is to acknowledge that each item on the Detailed Checklist has been included by checking "done" on the checklist. If a particular checklist item is not applicable, this should be indicated by checking "N/A". If an entire checklist is not applicable, this should be indicated by checking every item on the list as "N/A" and still included with the submittal. The ENGINEER shall use the Detailed Checklist provided by CITY. • A Comment Resolution Log must be used to document conflicting comments between reviewers and to highlight comments made by the CITY that the ENGINEER is not incorporating into the design documents along with the associated explanation. The ENGINEER shall use the Comment Resolution Log provided by CITY. � The documentation of a QC/QA review includes (1) a copy of the color-coded, original marked-up document (or "check print") developed during the QA checking process and/or review forms which sequentially list documents and associated comments; and (2) a summary list of the findings of the QC effort. City of FortWorth, Tex� Page 36 of 39 Attachment A Revision Date: 05.23.2024 E. Bailey Boswell Road Project Page 36 of 39 CPN 104152 F� WoxTH� • Evidence of the QC/QA review will be required to accompany all submittals. Documentation shall include, but is not limited to, the following items: - PDF of the completed Detailed Checklists If any of the above information is missing, is incomplete or if any comments are not adequately addressed; the CITY may contact the ENGINEER and request the missing information. If the ENGINEER does not respond to the request within 24 hours, the CITY shall reject the submittal. No additional time will be granted to the design schedule for a returned submittal. ENGINEER shall plan to recover the lost time with future project milestones remaining unchanged. • If the ENGINEER has not adequately addressed the comments, the submittal shall be rejected and returned to the ENGINEER immediately to address the issues. ASSUMPTIONS � All submittals to the City will be Quality checked prior to submission. • A PDF of the QC/QA documentation will be uploaded to the project folder in the City's document management system (eBuilder). DELIVERABLES QC/QA documentation a. Comment Resolution Log b. Summary of the QC effort findings c. Project Specific Quality Control/ Quality Assurance Plan (QC/QA Plan) City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 37 of 39 Page 37 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� TASK 10. PLAN SUBMITTAL CHECKLISTS. Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Street Water Traffic Traffic Traffic Traffic Traffic Control Control Control Attachment "A" Signal Storm Storm Lights /Sewer Engineering 30% 60% 90% Type (Submit All Water Water (Submit (Submit (Submit All @ 30%) 30% 60% All @ All @ @ 600�0� Require for all work in City 30% 60%) ROW Street X X X X X• X X X Storm Water X X X X X Water/ Sewer X X X X *If included in street project City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 38 of 39 Page 38 of 39 E. Bailey Boswell Road Project CPN 104152 F� WoxTH� ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existina Scoae of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition, unless included as part of Section 7. • Services related to disputes over pre-qualification, bid protests, bid rejection and re- bidding of the contract for construction. • Administration of the construction contract and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. • Special coordination meetings with affected property owners and businesses. • Preliminary Design (60 Percent) • Final Design (90 Percent) • Final Construction Documents (100 Percent) • Bid Phase Services • Construction Phase Services. City of Fort Worth, Tex� Attachment A Revision Date: 05.23.2024 Page 39 of 39 Page 39 of 39 E. Bailey Boswell Road Project CPN 104152 ATTACHMENT B COMPENSATION Design Services for Bailey Boswell (East) FM 156 Blue Mound to Horseman Rd City Project No. 104152 Time and Materials with Rate Schedule Project Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Cateaory 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 2026 Rate ($/hour) $380.00 $290.00 $105.00 $280.00 $200.00 $180.00 $150.00 2027Rate ($/hour) $395.20 $301.60 $109.20 $291.20 $208.00 $187.20 $156. 00 Project Director Project Manager Admin Engineer (Senior) Engineer (Design) CADD Operator (Senior) EIT 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%). City of Fort Worth, Texas Attachment B Revised Date: 8/18/2025 Page 1 of 4 E. Bailey Boswell Road Project CPN 104152 � ATTACHMENT B COMPENSATION 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. 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: 8/18/2025 Page 2 of 4 E. Bailey Boswell Road Project CPN 104152 � ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Prime Consultant GFT Infrastructure, Inc. Primary Responsibility Fee Amount % Design & Project Management $618,175.00 78.9% Proposed Sub-Consultants The Rios Group, Inc. Utility Clearance Coordination/Subsurface Utility Engineering Campos Engineering, Inc. Roadway Lighting Plans Yellow Rose Mapping, LLC Design Survey Stantec Consulting Services, Inc. Environmental Services Project Number & Name Bailey Boswell (East) FM156 Blue Mound to Horseman Rd City of Fort Worth, Texas Attachment B Revised Date: 8/18/2025 Page 3 of 4 $33,300.00 4.2% $13,950.00 1.8% $53,500.00 6.8% $64,848.00 8.3% TOTAL $783,733.00 100% Total Fee Sub Fee � $783.733.00 $165.598.00 � E. Bailey Boswell Road Project CPN 104152 B-3 v�Dn �n < m �2 A � 3 � 0- � T � � (D O A N � � N W � O � 3 W � N � O x N N N m W w m � W 0 m � m nA �o zQ o � �� �� N .n.. �� Professional Services Invoice ProjeCt: �E. Bailey Boswell Road Proiect city P�qectp: 1104152 I Ciry Sec Number: I � COmpany Name: �GFT, Inc. Supplier's PM: IAeron Peck Supplier Invoice Y: I Payment Request 0: 11 Service Date:From I Servlce Date:To I Invoice Date: I ProjectManager: �AteiandraAyala I Summary Suppller Instruttions: Fill in preen cells includinA Invoice Number, From antl To Dates and the included workaheets. � When your Involce Is complete, save and close, atart Buusaw antl AdA your involce to the Con6ultant tolder within Projectb (oldar. email: � {1,ecM (!ttinc.com Oflice Address: ISUO S1 71h St, Suite 1700, -ort WOM, TX 76102 I Telephone: I(b171339-8950 I Fax: I I Remit Atleress: I I Agreemant LTD Agreement Amendment Amountto Completed Sheet FID and Work Ty De Descrjy tion nmount nmount oa�e anoune Work Type 1 34027 0200437 5330500 104152 002330 �Jy99 220101 y9 30 % Plans (Conc Desiqn) 5783,733.00 5783,733.OQ Work Type 2 Work Type J Work Tyy�pe 6 Work I�p� 6 Totals This Invoice 5�83 �33A0 5783,733D0 Overell PercentaAe Spent: Percent (S1lnvoiced Current Remaining Spent Previously Invoice Balance 5783.733.00 5783733A0 N _ � � m � Z m �X Z �m= �* �l'I W D�� rF Z T � / W 3 O � �m � � � � Task Description Task No. 1.0 Uesign Management 1.1 Managing the Team 1.1.1 Coordinating & Meetings with Internal Staff 1.1.2 1.1.3 Coordination w/ Campos Engineering (CE) 1.1.4 Coordination w/ The Rios Group (TRG) 1.1.5 Goordination w/ Stantec Gonsulting Services (SGS) 1.1.6 Coordination w/ Yellow Rose Mapping (YRM) 1.1.7 Develop Project Specific QA/QC Plan 1.1.8 Ensure QA/QC is Practiced 1.1.9 ReviewSub-ConsultantWork 1.2 Gommunications and Reporting 12.1 Documentation - Emails, Galls, Agendas, Minutes 1.22 Pre-Design kickoff Coordination Meeting (1) ,� 12.4 Monthly Pro�ect Update Meetings (8) 12.5 Design Submittal Review Meetings (1) 12.6 Monthly Invoiang with Project Status Reports 1.2.7 Prepare Baseline Schedule 12.8 Monthly Project Schedule Updates with narrative 1.2.9 Prepare Preliminary Project Risk Register 12.10 Periodic Reivew of Project Risk Register (1) 12.11 Prepare Monthly MBE/SBE Reports L212 Coordmahon wdh Other Agencies L213 norr i i,.���o� �nihon oon o��o.� �„ r�, �o� u conceptuai uesign �so rercent� 2.1 Data Gollection 2.1.1 2.12 Planned Future Improvements 2.1.3 Agency Data (TxDOT) 2.1.4 CITY Master plans 2.1.5 CITY Drainage/FEMA/Models/Maps/Reports 2.1.6 Property owenership data 2.1.7 Field Visits & Documentation 2.1.8 Traffic Signal Documentation & As-builts 22 Subsurtace Utility Engineering - See Task 8.3 2.3 Utility Clearance Coordination 2.4 Conceptual Design Report 2.5 Conceptual Design Drawings 2.5.1 General Sheets 2.5.1, Gover Sheet 2.5.1, Index of Sheets 2.5.1, Quantity Summary Sheet 2.5.1, SUE Plan Sheets - See Task 8.3 2.5.2 Roadway Design Sheets 2.5.2, Existing & Proposed Typical Sections 2.52. Roadway Plan and Profile Sheets (1"=20') City of Fort Worth, Texas Attachment B- Level of Effort Supplement PMO Official Release Date: 8.09.2012 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Bailey Boswell (East) FM156 Blue Mound to Horseman Rd City Prolect No. 104152 rm �aoor�nours� Pro�ect Pro�ect En ineer En ineer CADD 1 1 9� 9 TotalLabor Admin Operator EIT II Subconsultant Director Manaqer (Senior) (Design) ,�__._,. Cost -- -� -� -� -� -� -� �� -- -� -� -� -- -- -� -- -� -� �� -� 12 12 8 8 8 $ 24 2 10 a a z E 8 2 4 2 4 4 4 8 $ 1� $ 16 $ 16 $ $ 1 12 16 10 10 16 28 28 z 2 4 8 z z 18 24 � 4 8 4 5 12 4 15 87.48 57,76 57,76 55,04 51,82 $1Q78 $5,22 3 $1Q63 $17,59 1" $3.21 20 $4.77 34 $10,56 26 $5,87 80 $25,70 MWBE I Non-MWBE $2,300 txpense Travel I Reproduction I OtherDirect Expenses Total Expense Task Sub Total Cost 1 1 of 3 104152 E. Bailey Boswell Road Task Description Task No. 2.5.3 Overall Drainage Area Map 2.5.4 Bridge Design Sheets 2.5.4, Bridge Layout, Typical, & Boring Holes 2.5.4, Bridge Boring Logs 2.5.4, Prestressed Goncrete Beams - IGND 2.5.5 Traffic Signals Sheets 2.5.5, Existing Traffic Signal Layout at FM 156 2.5.5, Porposed Traffic Signal Layout at FM 156 2.5.5, Existing Traffic Signal Layout at Horseman Rd 2.5.5, Proposed Traffic Signal Layout at Horseman Rd 2.6 Roadway Lighting Plans � 2.8 Drainage Review & Analysis 2.8.1 Watershed Drainage Area Review 2.8.2 Off-stie Sheet Flow Drainage Evaluation 2.8.3 Review & Update Existing HEC-HMS & HEC-RAS 2.8.4 Proposed Condition HEC-HMS & HEC-RAS 2.8.5 Ultimate Condtion HEC-HMS & HEGRAS 2.8.6 Mitigation Alternative Analysis (2 Alternatives) 2.8.7 Mitigation & USAGE Permitting Goordination 2.8.8 Draft Drainage Analysis Report 2.9 Project Decision Log 2.10 Prqect Quanhtiy Calculahons 2.11 Opinion of Probable Construction Cost (OPCC) 2.12 QA/QC Conceptual Desiqn 7.1 I�Right-of-Way Research - Fee included in Task 8.1 � IJ nhf nf \�I�� /F�comonl Oron nrl C hm If. � 0 Survey & Subsurtace Utility Engineering Service 8.1 Design Survey 82 Temporary Right of Entry - Fee included in Task 8.1 8.3 Subsurface Utilitv Enpineerinq 9.1 Texas Department of Transportation (TxDOT) 9 � Ra�re2c# City of Fort Worth, Texas Attachment B- Level of Effort Supplement PMO Official Release Date: 8.09.2012 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Bailey Boswell (East) FM156 Blue Mound to Horseman Rd City Prolect No. 104152 rm �aoor�nours� Pro�ect Pro�ect I En ineer I En meer I'CADD` I � � Admin 9 9 Operator EIT II Total Labor Director Manaqer (Senior) (Design) � Cost -� -- �� -� �- -- -- -- -- 34 25 40 4 z � 4 13 3 1 16 2 � 1z 16 40 10 20 24 80 1 40 120 1 16 40 4Q 16Q � �. g 16 80 1 4 3 4 8 16 � 10 28 1Z S Subconsultant MWBE Non-MWBE $13,950 $31 txpense Total 7ravel Reproduction OtherDirect Expense Task Sub Total Expenses Cost 2of3 104152 E. Bailey Boswell Road Task Description Task No. 9� &4 93 €sw�e�wees 93 l �.� kiisteNs-Reseixses 9.5.3 Wetland Delineation 9.5.4 Biological Resources 9.5.5 Hazardous Materials Initial Site Assessment 9.5.6 Community Impacts Assessment 9.5.7 Traffic Noise Assessment 9�� F�Nlis-4aveWemeaf 9.5.9 Project Management 9:6 €Jeedp4ai�-�eaHses 9�4 9�� S.�'� �^�.�.-�-o....� 9-�4 assaaae� g Z T�oo no�„�,,,.�„�i oo. �, 9$ 10.1 Printing 10.2 Postage/Delivery 10.3 Misc. Supplies 10.4 7ravel 38-5 �n� �n� �� Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Bailey Boswell (East) FM156 Blue Mound to Horseman Rd City Prolect No. 104152 rm �aoor�nours� CADD Project Project Engineer Engineer TotalLabor Director Manaqer Admin (Senior) (Design) Operator EIT II Cost (Senior) $380 $290 $105 $280 $200 $180 $150 Subconsultant MWBE Non-MWBE �8,008 5,533 �11,025 11,693 24,805 $3,780 txpense Total Travel Reproduction OtherDirect Expense Task Sub Total Expenses Cost $168 Nro�ect �Iummary Total Hour� 3,09f Total Labor 604,76C Total Expense 17Q69: MBE/SBE Subconsultant 100,75C Non-MBE/SBE Subconsultant 564,84£ 5% Sub MarkuR �8,28C Mdt/SdtF'artiapahoP 12.y% lotal Y�o�ect Gosl, �/83,/3F �_(��a+� —'-'�-�'V City of Fort Worth, iexas Attachment B- Level of Effort Supplement PMO Official Release Date: 8.09.2012 12/17/2025 3of3 104152 E. Bailey Boswell Road ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for E. Bailey Boswell Road Project City Project No. 104152 No changes to Standard Agreement. City of Fort Worth, Texas E. Bailey Boswell Road Project Attachment C CPN 104152 PMO Release Date: 05.19.2010 Page 1 of 1 ATTACHMENT "D" PROJECT SCHEDULE IPhase I Activity Bailey Boswell - Fort Worth Award Design Agreement Design Engineer Agreement Execute Contract Documents Issue Notice to Proceed - Engineer Design Kick-off Meeting Site Survey / SUE Conceptual Design (30%) Prepare Conceptual Design Drawings & Documents City Design Review Meeting (Technical) Conceptual Design Complete Draina�e Study Hydraulic Modelin� and Analysis Identify Enviromental Issues & Identify Required Permits Environmental Prepare and Submit Enviromental Site Assessment (ESA) Report Review and Approve ESA Report Utlities Determination Utility Clearance Utility Review 11/09/2025 Award Design Agreement 1 Execute Contract Documents I Issue Notice to Proceed - Engineer 1 Design Kick-off Meeting � S ite Su rvey / SU E Prepare Conceptual Design Drawings & Documents u_, City Design Review Meeting (Technical) :� Conceptual Design Complete a Hydraulic Modeling and Analysis Identiry Enviromental Issues & Identify Required Permits Prepare and Submit Enviromental Site Assessment (ESA) Report Review and Approve ESA Report Utlities Determination Utility Review IDuration i 244 1 1 1 7 90 90 21 1 120 60 90 90 60 60 Bailey Boswell Gantt Chart Date 12/29/2025 02/17/2026 04/08J2026 Start 11/24/2025 11/24/2025 11/25/2025 11/26/2025 11/28/2025 12/0612025 03/07l2026 06f06/2026 06/28/2026 03/07/2026 11/26/2025 01/26/2026 04/27/2026 11/28f2025 01/28/2026 OSJ28/2026 1 Finish 07/26/2026 11/25/2025 11/26/2025 11/27/2025 12/05/2025 03l06/2026 06l05/2026 06l27/2026 06/29/2026 07/05/2026 01/25/2026 04126{2026 07/26/2026 01/27/2026 03/29/2026 07117/2026 � E. Bailey Boswell Road Project CPN 104152 ATTACHMENT "E" BAILEY BOSWELL (EAST) FM156 BLUE MOUND TO HORSEMAND RD. CITY PROJECT NO. 104152 � _._ - � .;�y ��►� �,`� ' .�= , '�''�7�t � ��y�,i�,�E°. . . - 1 ° , � 4 ,r � ✓ .�t['�„��u '�'Y Tr'rltl�s � '"-�" f d a �'8� -`Sr °" Q��' � `�� �� �,r,!"" ',�i � Y{� i <� ,Y.` �,21' , r 4d"��'! I �� � "" �,� � . � Ji� � ' ¢ '�'i�`� V:.��tt�. " �< I¢s .��� � � �" i' .+.�". , � l. dl. .' i ':.;- z''9"�`4.i�r� �-t,3 1 !p{t�. r. ,�. �' , � ,� i a �� j Y ,�+�1�'� �t'� ,* �_-�-a'� .,�n�� ...� � �'_ ■ � � �� � �i ���! 5 � L�r � !!':,I�,ifi_M.��Q�i�i7 .� i; , 1 k� 4 �'��tl t L X iYi .`��,l� Y,13 ,�!�I�y, �� Y�i��' � � �� �. i fii �i,.l � l �. }� i i � 1 J �`,� •+�F?Y �i• }� 1 '� w � �y� ���,�';'+l,b� ,��`,�,� .a'�M, � � � , . i .rf.'i' ti� �rt i f i: � ��r�i`�:'ri/' �� � 1y'�' l � G .� � ��� � � � �"� , x ��t#�; � � � t � �'�.��„� {��j,� '(�g�Y !�C ��ap� �J 7'i� ��,� • •� ��l , js i�. t }� � �� �j��[�,� .�, � � /��. ir � ��._.' �:.1 : J ' - �.at . . ��� y�..�-�.1 -'J: . � ',1 � 1!�' YY,�"-�'r �,� .� }+�- a � t P� ��' � '`r� r ...w I '�` �ii � .. �`r.�i� I , E � C �.Z°-((.�� � � -t� � �15� � ,'��. �., �iri.� '1� �'" lil _ . _ . � ... � �..G��� • � ^ �Yl �. yy., '�, i � � 4� ' — �. 1.�,1 tr ''�i�y 'rf � a � <�[� � �} ; ,, � � � . �-�s 4 - � .r�,� a �;,� yY7C; t T:a���il1;=:f�`'a . ��;,�t� �0. ..., , F.. : i � � �„s���� . { . ';� � f !��� � � �' � ^ � ,'... .. �,� 3�. + 'y.• ' :l ' ,'i%T 1 �+� ��q ,, �i�� _ r � ,4., �'� ,-�� ���L_,._�, ..i'����i'� r,�`�". K: r;� � � � � ��� r - �.. � �r�.t�"' � �o�.... = 0/ Fs+,�E: seyinew eiuernouoa c.Ee�.�«� a_) t.,:,a C..,i'�I r,.l!e�e Q N��il�n�es���'arz�P'�5 � � wa;a�,y:, __ _. -���„.�«o..,...�r��re o...__'>� '� s I pichlen x[�r ` { / t,�;�� � . �1�1" �.� � ' ^"i�: iC� � • r • i .�+ ��� S "7 a � G +`��t.�`�.�` �Ll.s ��c=r � � �� � ��i��€ �����' Project Location Bailey Boswell (East) City Project #104152 � \�� o�,.�«o�,,, xena m � ¢ ' �— �, � .(�kY3tlsQ B0 ���� v�'�! arus�ac � ✓ NW Daks � � � •� , � �........ .. WVllaorih � -..—� � ge _ Fort Worth E,.=Ea.�� �� wesro.e�n��ns Y � YE.00W,. ,� � oo.�� FORTWORTHo E. Bailey Boswell Road Project CPN 104152 POLICY NUMBER: 302501-29-07-38-4A COMMERCIAL GENERAL LIABILITY 302501-29-07-38-46 CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): AS REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 O Insurance Services Office, Inc., 2018 E. Bailey Boswell Road Project CPN 104152 INSURED COPY WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) POLICIESNUMBER: 202501-29-07-38-4A / 202501-29-07-38-4B /202501-29-07-38-4C WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule AS REQUIRED BY WRITTEN CONTRACT DATE OF ISSUE: 02-01-2025 WC 00 03 13 (Ed. 4-84) O 1983 National Council on Compensation Insurance. INSURED COPY E. Bailey Boswell Road Project CPN 104152 Policy Number: 152501-29-07-384 COMMERCIAL AUTO Effective Date: 02-01-25 PCA 05 04 04 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF RECOVERY RIGHTS This endorsement modifies coverage provided under the following: BUSINESS AUTO COVERAGE FORM AUTO DEALERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM We waive any right of recovery that we may have against the person or organization shown in the SCHEDULE because of payments we make for injury or damage arising out of the operation of an insured "auto", but such waiver is only effective if the Named Insured has entered into a written contract or agreement with that person or organization, if such contract or agreement is made and dated prior to the injury or loss, and if such written contract or agreement requires a waiver of recovery rights. This waiver applies only to the person or organization shown in the SCHEDULE below. SCHEDULE Name of Person or Organization: AS REQUIRED BY WRITTEN CONTRACT. PCA 05 04 04 14 Includes copyrighted material of Insurance Services Office, Inc. with its permission The PMA Insurance Group, 2014 INSURED COPY Page 1 of 1 E. Bailey Boswell Road Project CPN 104152 ENDORSEMENT Policy Number 152501-29-07-38-4 PENNSYLVANIA MANUFACTURERS INDEMNITY COMPANY Effective Date: 02-01-25 12:01 A.M., Standard Time PRIMARY AND NONCONTRIBUTORY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM THE FOLLOWING IS ADDED TO THE OTHER INSURANCE CONDITION AND SUPERSEDES ANY PROVISION TO THE CONTRARY: PRIMARY AND NONCONTRIBUTORY INSURANCE THIS INSURANCE IS PRIMARY TO AND WILL NOT SEEK CONTRIBUTION FROM ANY OTHER INSURANCE AVAILABLE TO AN ADDITIONAL INSURED UNDER YOUR POLICY PROVIDED THAT: (1) THE ADDITIONAL INSURED IS A NAMED INSURED UNDER SUCH OTHER INSURANCE; AND (2) YOU HAVE AGREED IN WRITING IN A CONTRACT OR AGREEMENT THAT THIS INSURANCE SHOULD BE PRIMARY AND WOULD NOT SEEK CONTRIBUTION FROM ANY OTHER INSURANCE AVAILABLE TO THE ADDITIONAL INSURED. PCA AP 2710 01 INSURED COPY E. Bailey Boswell Road Project CPN 104152 POLICY NUMBER: 302501-29-07-38-4A 302501-29-07-38-4B COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. O Insurance Services Office, Inc., 2018 Page 1 of 1 E. Bailey Boswell Road Project INSURED COPY CPN 104152 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. GFT Infrastructure, Inc. Mechanicsburg, PA 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 Fort Worth FORM 1295 1of1 OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2025-1352895 Date Filed: 08/20/2025 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. FW #104152 Survey, Geotechnical, Roadway Design, Hydraulics & Hydrology, Water & Sewer Design, Traffic Analysis, for Bailey Boswell extension Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary OSP Gannett Purchaser, LLC New York, NY United States X Orth, Michael Stiles, Jeff Nordin, Addison Eickhoff, Heather Benavides, Joe Nevada, James Ragan, Robert 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Audrey Daly My address is 300 Sterling Parkway, Suite 200 Phoenix, AZ United States Morristown , NJ United States New York, NY United States Mechanicsburg, PA United States New York, NY United States Mechanicsburg, PA United States Mechanicsburg, PA United States X X X X X X X , and my date of birth is Confidential , Mechanicsburg , PA ,17050 , US (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Cumberland counry, State of PA on the 26 day of August 20 25 Forms provided by Texas Ethics Commission (month) (year) Signature of authori e agent of contr�cr�ng business entiry eclarant) �J www.ethics.state.tx.us Version V4.1.O.f10dOfd8 9/19/25, 3:40 PM CITY COUNCIL AGENDA Create New From This M8�C M&C Review DATE: 9/16/2025 REFERENCE NO.: **M&C 25-0860 LOG NAME: CODE: C TYPE: CONSENT PUBLIC HEARING: ��RT�'�ORTII -��- 20BAILEY BOSWELL ROAD E NO SUBJECT: (CD 7) Authorize Execution of an Engineering Services Agreement with GFT Infrastructure, Inc. F/K/A Gannett Fleming, Inc., in the Amount of $783,733.00, for the Conceptual Design of the Bailey Boswell East Project (2022 Bond Program) RECOMMENDATION: It is recommended that the City Council authorize execution of an Engineering Services Agreement with GFT Infrastructure, Inc. F/K/A Gannett Fleming, Inc., in the amount of $783,733.00, for the conceptual design of the Bailey Boswell East project (City Project No. 104152). DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize an Engineering Services Agreement with GFT Infrastructure, Inc. F/K/A Gannett Fleming, Inc., in the amount of $783,733.00 for the conceptual design for the Bailey Boswell East project from Blue Mound Road to Horseman Road. In May 2024, the Transportation and Public Works Department (TPV�, issued a Request forAdditional Information (RFAI) to four engineering consultants that were pre-qualified for arterial design work as part of the 2020 TPW Request for Qualification (RFQ). The submissions were scored by a team, and Gannett Fleming, Inc. was selected based on company experience and prior projects. On June 10, 2025, Gannet Fleming, Inc. filed documents with the Texas Secretary of State changing their name to GFT Infrastructure, Inc. The following table demonstrates the total budget for the project: Fund Existing Additional project Total Funding Funding 34027 - 2022 Bond �1,000,000.00 Program $0.00 $1,000,000.00 Project Total $1,000,000.00 $0.00 $1,000,000.00 The actions in this M&C will not amend the 2025-2029 Capital Improvement Program. All funds are currently in the project budget, as shown in the table above. Current Transportation and Public Works (TPV� Department funding is budgeted in the Bailey Boswell East project within the 2022 Bond Program Fund to fund the conceptual design for the Bailey Boswell East project, as appropriated. This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance 25765-08-2022) provides liquidity to support the appropriation. Available resources will be used to actually make any interim progress payments until the debt is issued. Once debt associated with a project is sold, debt proceeds will reimburse the interim financing source in accordance with the statement expressing official Intent to reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 25515-05-2022). This project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2022 Bond Program Fund for the Bailey Boswell East project to support the apps.cfwnet.org/council_packet/mc_review.asp?ID=33720&councildate=9/16/2025 1 /2 9/19/25, 3:40 PM M&C Review approval of the above recommendation and execution of the agreement. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO I Fund Department Account Project Program I Activity I Budget Reference # � Amount I ID ID Year �(Chartfield 2) FROM Fund Department Account Project � Program Activity Budget Reference # Amount ID ID I � Year i(Chartfield 2) Submitted for Citv Manaaer's Office bv: Jesica McEachern (5804) Originating Department Head: Additional Information Contact: Lauren Prieur (6035) Monty Hall (8662) ATTACHMENTS 104152 M&C FID Attachment.xlsx (CFW Internal) 104152 M&C Map.pdf (Public) 2022- Bond Proposition Report-CPN-104152.pdf (CFW Internal) 20BAILEY BOSWELL ROAD E funds avail.docx (CFW Internal) Form 1295 Certificate 101415948 1.pdf (CFW Internal) Gannett Flemina to GFT Intrastructure.pdf (CFW Internal) SAMS Report - Gannett Flemina Inc Jul 18 2025.pdf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=33720&councildate=9/16/2025 2/2 Fo�� ��R�r�r� Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: E. Bailey Boswell Road - Professional Services Agreement M&C: 25-0860 Date: 12/05/2025 To: 1 2. 3. 4. 5. 6. 7. 8. 9. 10 11 CPN: 104152 CSO: Name Chad G. Gartner - GFT, Inc. cggartner@gftinc.com Filo Munoz - Bus Support Alejandra Ayala Raul Lopez Lissette Acevedo Patricia Wadsack Lauren Prieur Doug Black Jesica McEachern Jannette Goodall TPW Contracts Department Consultant - Signature TPW - Initial TPW - Signature TPW - Initial TPW - Initial TPW - Initial TPW - Signature Legal - signature CMO - signature CSO - signature TPW DOC#: Initials G� °� �� 0.� �� � pL1N' �,'�° ��� � Ilouelas9.ack UU " � �"`� DOCUMENTS FOR CITY MANAGER'S SIGNTURE: 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 X No RUSH: ❑ Yes X No SAME DAY: ❑ Yes ❑ No NEXT DAY: ❑ Yes ❑ No ROUTING TO CSO: X Yes Action Reauired: ❑ As Requested ❑ For Your Information X Signature/Routing and or Recording ❑ Comment ❑ File ■ ►. ❑ Attach Signature, Initial and Notary Tabs Return To: Aleiandra.Avala(c�fortworthtexas.aov email executed document when completed. FORT ��RTH� City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: GFT Infrastructure, Inc. Sub�eCt Of the Agreement: Standard Agreement for General Professional Services for the East Bailey Boswell Road Project 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 ❑ No 8 If so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 8 No ❑ If �unsure, see back page for pernianent 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. COI - pages 61-69; 1295 Form - page 67 Effective Date: Expiration Date: If different from the approval 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. Proj ect Number: If applicable. � 04� 52 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No 8 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.