HomeMy WebLinkAbout061230-A1 - Construction-Related - Contract - Kimley-Horn and Associates, Inc.CSC No. 61230-A1
AMENDMENT No . 1
TO CITY SECRETARY CONTRACT No. 61230
WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates,
Inc., (ENGINEER) made and entered into City Secretary Contract No. 61230,
(the CONTRACT) which was authorized by M&C 24-0256 on the 26th day of
March, 2025 in the amount of $ 2,448,100.00; and
WHEREAS, the CONTRACT involves engineering services for the
following project:
Fort Worth Central City Water and Sanitary Sewer Relocations, CPN
104484; and
WHEREAS, it has become necessary to execute Amendment No. 1 to the
CONTRACT to include an increased scope of work and revised fee.
NOW THEREFORE, CITY and ENGINEER, acting herein by and through their
duly authorized representatives, enter into the following agreement, which
amends the CONTRACT:
1.
Article I of the CONTRACT is amended to include the additional
engineering services specified in proposal attached hereto and incorporated
herein. The cost to City for the additional design services to be performed
by Engineer totals $1,948,665.00.
2.
Article II of the CONTRACT is amended to provide for an increase in
the fee to be paid to Engineer for all work and services performed under
the Contract, as amended, so that the total fee paid by the City for all
work and services shall be an amount of $4,396,765.00.
3.
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
C�1��Ly/_1�:7X�I�7:7��
City of Fort Worth, Texas
Prof Services Agreement Amendment Template
Revision Date: June 13, 2025
Page 1 of 2
���i-�-�xy:»r��:�-i
FWCC W&SS Relocation
10�1�8�1
FT. WORTH, TX
EXECUTED and EFFECTIVE as of the date subscribed by the City's
designated Assistant City Manager.
APPROVED:
City of Fort Worth
i
Jesica McEachern
Assistant City Manager
DATE:
02/26/2026
ATTEST:
�����. �
4 vonnq
po�FORr�aa
a° �� o ��9.i v
I.g
°avo o=0a
�,'� pPp'� �� °��`o
daQn nE4p54 d
Jannette Goodall
City Secretary
APPROVAL RECONIl��NDED :
CG�,� ' fC���
Christopher Harder�(Feb 17, 2026 05:43:45 CST)
Chris Harder, P.E.
Director, Water Department
Contract Compliance Manager:
ENGINEER
Kimley-Horn and Associates, Inc.
� � P. E.
Chris Igo, P.E.
Associate
DATE : 02/11 /2026
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.
Dlgitally signed by Bgay Upre�i
DN. C=US,
B i j ay U p ret i E=bijay upreti@fartworth�exas gov
CN=Bijay Upreti
Reason�. I have reviewed this document
Da�e' 2026.02.'I 1 1'1.44 42-06'00'
Bijay Upreti, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:
�v�����
Douglas Black (Feb 19, 2026 00:47:08 CST)
Douglas W. Black
Sr. Assistant City Attorney
City of Fort Worth, Texas
Prof Services Agreement Amendment Template
Revision Date: June 13, 2025
Page 2 of 2
M&C No.#: 26-0112
M&C Date: February lOt'', 2026
QFFICIAL RECORD
CITY SECRETARY
FWCC W&SS Relocation
FT. WORTH, TX ,°n�8�
Kimley>>> Horn
January 21, 2026
Mr. Bijay Upreti
Project Manager
City of Fort Worth Water Department
200 Texas St.
Fort Worth, TX 76102
RE: Fort Worth Central City Water and Sanitary Sewer Relocations — Amendment No. 1
CPN 104484
CSC No. 61230
KHA No. 061018230
Dear Bijay:
Kimley-Horn and Associates, Inc. is pleased to submit our Amendment No. 1 for the Fort Worth Central
City Water and Sanitary Sewer Relocations. The following is a summary of the individual project
descriptions and the scope and fee per project for Amendment No. 1 as per previously authorized
scope items. Also attached is the additional scope of services for an access road design for University
Drive. The fees for this Amendment are not to exceed $1,948,665 increasing the total not to exceed
fee to $4,396,765
Design Program Management $135,000
o This Amendment includes 15 months of overall program management for the Water and
Sanitary Sewer Relocations for the Trinity River Vision Central City Project. This includes
project kickoff ineetings, coordination meetings, monthly reporting, scheduling, capital
planning and tracking and other tasks necessary to manage the program as a whole.
Part 2— Ham Branch Abandonments $94,900
o This project consists of sanitary sewer abandonments associated with the USACE Ham
Branch Project in order to clear conflicts. The project area encompasses Harmon Park
Fields west of the Trinity River.
Amendment No. 1 includes the following project phases:
■ Final Design Services, Permitting, and Construction Phase Services
Part 5— Beach Street Water Line Relocation $338,890
o This project consists of water relocations associated with the USACE Beach Street
Project and includes approximately 900 LF of 54-inch water line and 700 LF of 12-inch
water line in order to clear conflicts for the USACE. The project area encompasses
Beach Street north of the Trinity River.
Amendment No. 1 includes the following project phases:
■ Preliminary and Final Design Services, ROW/Survey/SUE, Permitting, and Bidding.
Kimley>>> Horn
Page 2
Part 14 — Channel Segment C $322,925
o This project consists of sanitary sewer relocations associated with the USACE Channel
Segment C Project and includes approximately 5,800 LF of 30- to 66-inch sanitary sewer
line in order to clear conflicts for the USACE. The project area encompasses the
Henderson Street and the West Fork Trinity River area north of downtown Fort Worth.
o Amendment No. 1 includes an additional 12 months of construction phase services as
well as Resident Project Representative services.
Part 24 — University Drive $478,450
o This project consists of sanitary sewer relocations associated with the University Drive
Project and includes approximately 5,800 LF of 30- to 66-inch sanitary sewer line in order
to clear conflicts for the USACE. The project area encompasses the Henderson Street
and the West Fork Trinity River area north of downtown Fort Worth.
o Amendment No. 1 includes the following project phases:
■ Final Design Services, Permitting, and Bidding Phase Services.
Part 24 — University Drive Access Road
$479,500
This project consists of a public access road associated with the USACE University
Drive Project in order to clear conflicts for the USACE. The project area
encompasses the area in between University Drive and Jacksboro/Highway 199
north of the West Fork Trinity River.
o Amendment No. 1 includes the following project phases:
Design Management, Conceptual, Preliminary and Final Design Services,
Permitting, Bidding Phase Services, Construction Phase Services,
Permitting, and Survey.
USACE Rockwood Park and University Drive Option 3 Betterment $64,000
o This project includes the design, as an Option for Construction in the USACE
Rockwood Park and University Drive project, of the 5' sidewalk from University Drive
to the USACE limits of the Rockwood Lane construction. The design shall be
incorporated into the USACE Intermediate (60%) submittal and beyond and shall be
treated as an Optional Bid Item for Construction
o Amendment No. 1 includes the following project phases:
■ Preliminary and Final Design Services.
Kimley>>> Horn Page 3
USACE Rockwood Park and University Drive Option 4 Betterment $35,000
o This project includes design, as an Option for Construction in the USACE Rockwood
Park and University Drive project, signal light foundations and conduits at the N.
University/Rockwood Lane and N. University/Rockwood Park Drive intersections. The
design shall be incorporated into the USACE Intermediate (60%) submittal and
beyond and shall be treated as an Optional Bid Item for Construction.
o Amendment No. 1 includes the following project phases:
■ Preliminary and Final Design Services.
For the services listed above, the following table summarizes the fee per Work Phase:
Work Phase Water Sewer Roadway Total
30 $770,012 $600,153 $578,500 $1,948,665
Total Project $770,012 $600,153 $578,500 $1,948,665
For the services listed above, the recommended breakdown for FWCC and Non-FWCC services is as
follows:
Description FWCC Non- Total
FWCC
Program Management $135,000 $0 $135,000
Part 2 Ham Branch $47,500 $47,500 $94,900
Part 5 Beach Street $203,334 $135,556 $338,890
Part 14 Channel Segment C $322,925 $0 $322,925
Part 24 University $351,183 $127,267 $478,450
Part 24 University Access Road $479,500 $0 $479,500
USACE RPUD Option 3 $0 $64,000 $64,000
USACE RPUD Option 4 $0 $35,000 $35,000
Total Project $1,539,392 $409,273 $1,948,665
Kimley>>> Horn Page 4
The following table is the updated total contract amounts for the water, sanitary sewer, and roadway
design fees:
Water
Original Contract
Amendment No. 1
Total Project
$595, 512
$770,012
$1,365,524
Sanitary
Sewer
$1,852,588
$600,153
$2,452,741
Roadway
$0
$578,500
$578,500
Total
$2,448,100
$1,948,665
$4,396,765
The following tables are the updated total contract amounts for the FWCC and Non-FWCC design fees:
FWCC Non-FWCC
Original Contract $2,029,780 $418,320
Amendment No. 1 $1,539,392 $409,372
Total Project $3,569,172 $827,593
Water
FWCC $915,134
Non-FWCC $450,390
Total Project $1,365,524
Sanitary
Sewer
$2,174,538
$278, 203
$2,452,741
Roadway
$479,500
$99,000
$578,500
Total
$2,448,100
$1, 948, 665
$4,396,765
Total
$3, 569,172
$728, 593
$4,396,765
We appreciate the opportunity to be of continued service to the City. Please contact us if we need to
provide any further information.
Very truly yours,
KIMLEY-HORN AND ASSOCIATES, INC.
Texas Registration No. F-928
� � P. E.
Chris Igo, P.E.
Associate
CC: Carl T. DeZee, P.E., Kimley-Horn
FORT WORTHo
ATTACHMENT "A"
Scope for Enaineerina Desian Related Services for Street Improvements
The scope set forth herein defines the work to be perFormed by the ENGINEER in
completing the project. Both the CITY and ENGINEER have attempted to clearly define the
work to be perFormed and address the needs of the Project.
OBJECTIVE
The CITY will be constructing a new parallel access road to University Drive from Rockwood
Park Drive to Jacksboro Highway (SH 199). The access road will serve as a detour route for
the United States Army Corps of Engineers (USACE) University Drive Valley Storage
Project as well as become a permanent access road for the businesses adjacent to
University Drive on the southeast side of the road. The USACE University Drive project will
be raising the road by approximately 15' which will remove direct access from University
Drive.
The project will also include a new road connection to University Drive across from
Rockwood Park Lane to the new access road.
A traffic study will be completed to confirm the cross section, the intersection control at the
intersection of the access road and Jacksboro Highway and a signal warrant analysis.
The roadway plans will be developed by the City and the roadway and grading will be
constructed by Tarrant Counfy. Plans will be provided to Tarrant County to build.
The plans will be developed concurrently with the Water and Sanitary Sewer relocations for
the USACE University Drive Project that are being developed through the City Water
Department. The traffic related items and storm drain sheets will be included with the Water
and Sanitary Sewer Relocations Package and bid as separate units. It is also intended for
the Water and Sanitary Sewer Contractor to perform the construction survey and staking for
Tarrant County to perform the roadway construction.
WORK TO BE PERFORMED
Task 1. Design Management
Task 2. Conceptual Design (30%)
Task 3. Preliminary Design (60%)
Task 4. Final Design (90% and 100%)
�aslc E Bi�-(Included with Water and Sanitary Sewer Relocations Contract)
Task 6. Construction Phase Services
T��� � on�nii���o,�„o„+ co,-.,�,.,,� �Included with Water and Sanitary Sewer Relocations
Contract)
Task 8. Survey a� �.�ki✓�r'�^� ��+;�;+„ Crirrir�oorir�lv cor,,;,.o� �Included with Water and
Sanitary Sewer Relocations Contract)
Task 9. Permitting
Task 10. Quality Control/ Quality Assurance
City of Fort Worth, Texas Page 1 of 18
Attachment A
Revision Date: 05.23.2024
Page 1 of 18
FORT WORTHo
TASK 1. DESIGN MANAGEMENT.
ENGINEER will manage the work outlined in this scope to ensure efficient and effective use
of ENGINEER's and CITY's time and resources. ENGINEER will manage change,
communicate effectively, coordinate internally and externally as needed, and proactively
address issues with the CITY's Project Manager and others as necessary to make progress
on the work.
1.1. Managing the Team:
• Lead, manage and direct design team activities
• Ensure Quality Control / Quality Assurance (QC/QA) is practiced in perFormance
of the work. Refer to Task 10 for further details.
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting:
• Attend a pre-design project kickoff with CITY staff and Tarrant County staff to
confirm and clarify scope, understand CITY objectives, and ensure economical
and functional designs that meet CITY requirements.
• Conduct and document up to eight (8) project update meetings with CITY Project
Manager.
• Conduct and document up to six (6) stakeholder coordination meetings with
external agencies such as: Tarrant County, Events Facilities Fort Worth (EFFW),
LaPulga Spirits, TXDOT, and TRWD.
• Conduct review meetings with the CITY at the end of 60% submittal and final
design submittal.
• Conduct QC/QA reviews and document those activities. Refer to Task 10 for
further details
• Prepare invoices, in accordance with Attachment B to this Standard Agreement
and submit monthly in the format requested by the CITY. Multi-month billing is
not allowed. Months in which no work is being invoiced shall require submission
of a$0.00 invoice. Prepare and submit monthly Project Status Reports in the
format provided by the Transportation and Public Works Department.
• Prepare and submit baseline Project Schedule initially, and Project Schedule
updates with a schedule narrative monthly, as required in Attachment D to this
Standard Agreement in compliance with the City's Specification 00 31 15 entitled
Engineer Project Schedule. This PROJECT requires a Tier 3 schedule as
defined in the City's Specification 00 31 15 entitled Engineer Project Schedule.
• Complete Monthly M/WBE Report Form and Final Summary Payment Report
Form at the end of the project.
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure, and provide and obtain information needed to prepare
the design.
City of Fort Worth, Texas Page 2 of 18
Attachment A
Revision Date: 05.23.2024
Page 2 of 18
FORT WORTHo
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements
are appropriately reflected in the designs. ENGINEER shall work with regulatory
authorities to obtain approval of the designs, and make changes necessary to
meet their requirements, as part of the design scope.
ASSUMPTIONS
• One (1) pre-design project kickoff ineeting
• Eight (8) project update meetings during design phase
• Six (6) stakeholder meetings
• At least two (2) plan review meetings
• All submittals to the City shall be Quality checked prior to submission.
• Project design phase is anticipated to take six (6) months.
• Project construction phase is anticipated to take nine (9) months.
DELIVERABLES
A. Meeting summaries with action items
B. QC/QA documentation
C. Baseline design schedule
D. Monthly Project Status Reports
E. OPCC updates with milestone submittals and when new cost figures are
available
F. Plan Submittal Checklists (See Task 10)
G. Monthly invoices
H. Monthly DVIN Report Form and Final Summary Payment Report Form
City of Fort Worth, Texas Page 3 of 18
Attachment A
Revision Date: 05.23.2024
Page 3 of 18
FORT WORTHo
TASK 2. CONCEPTUAL DESIGN (30 PERCENT).
The Conceptual Design shall be submitted to CITY per the approved Project Schedule.
The purpose of the conceptual design is for the ENGINEER to identify, develop,
communicate through the defined deliverables, and recommend the design concept that
successfully addresses the design problem, and to obtain the CITY's endorsement of this
concept.
ENGINEER will develop the conceptual design ofthe infrastructure as follows.
2.1. Data Collection
• Traffic Count Data: Microsoft Excel spreadsheet of Raw 24-hour and Turning
Movement Count data gathered at 15-minute intervals at a minimum on all raw
data collected. Provide Daily Summaries by Approach and Peak-Period
Summaries by Approach. Spreadsheet shall be uploaded to the CITY's
document management system (eBuilder) folder `TPW Traffic Count Data'.
o Obtain peak hour (7-9 AM and 4-6 PM) turning movement counts at up to
three (3) intersections.
o Obtain up to four (4) 24-hour turning movement counts.
o Conduct two (2) 24-hour machine recording tube counts.
In addition to data obtained from the CITY, ENGINEER will research and make
efforts to obtain pertinent information to aid in coordination of the proposed
improvements with any planned future improvements that may influence the
project. ENGINEER will also identify and seek to obtain data for existing
conditions that may impact the project including; utilities, agencies (TxDOT and
railroads), City Master Plans, and property ownership as available from the Tax
Assessor's office.
• The ENGINEER will consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY departments, public utilities,
private utilities, private utilities and government agencies to determine the
approximate location of above and underground utilities, and other facilities
(current and future) that have an impact or influence on the project.
2.2 Traffic Engineering Study
• Evaluate the following scenarios:
o Existing (2025);
o Future (2030) No Build
o Future (2030) Build
• Traffic Count Data: See Data Collection above.
• Conduct field observation during the peak period.
City of Fort Worth, Texas Page 4 of 18
Attachment A
Revision Date: 05.23.2024
Page 4 of 18
FORT WORTHo
• Traffic Study
o Traffic Redistribution. Redistribution of traffic will be estimated based on
the existing data collection and proposed network modifications.
o Background Considerations
o Background Growth Rate. A background growth rate will be determined
based on publicly available traffic data adjacent to the area.
o Previously Completed Sites. The CITY/TxDOT will provide Kimley-Horn
any relevant, recently completed traffic studies to incorporate into the
study.
o Intersection Capacity Analysis. Intersection capacity analysis for the AM
and PM peak period will be performed at the study intersections.
o Turn Lane Assessment. ENGINEER will evaluate the need for turn lanes
at all proposed new access locations.
o Sight Distance Analysis. Intersection sight distance at each proposed
access will be evaluated based on field observations. A photolog will be
included in the documentation.
o Driveway Spacing Analysis. Proposed access spacing will be evaluated.
o Signal Warrant Analysis. Signal warrant analyses will be conducted at
the future requested access to SH 199, University & Rockwood Lane, and
University & Rockwood Park Drive.
o Crash Analysis. Crash data within the study area for the past five (5)
years will be obtained from CRIS.
o Traffic Mitigation. If the results of the analysis indicate that roadway and
access improvements are necessary from a capacity and/or safety
standpoint, ENGINEER will identify the types of improvements required to
support the proposed development.
o Document Study Results and Project Coordination. An electronic (.pdf)
draft report that documents the study methodology, traffic volumes,
analysis results, and recommendations will be prepared and submitted to
the Client for review and comment. ENGINEER will incorporate one
round of internal review comments and submit.
0 2.3 Conceptual Plans
o Typical sections shall include existing and proposed ROW, existing and
proposed lane widths and direction arrows, proposed shoulders, proposed
ditches. Proposed utilities will also be shown.
o Conceptual plan and profile sheets showing existing and proposed horizontal
roadway alignments, existing and proposed ROW, existing and future sidewalks
and driveways, proposed lane dimensions and lane arrows , relocated city owned
and franchise utilities, and proposed roadway vertical alignments (profiles).
City of Fort Worth, Texas Page 5 of 18
Attachment A
Revision Date: 05.23.2024
Page 5 of 18
FORT WORTHo
• Estimates of probable construction cost.
DELIVERABLES
A. Traffic Count Data
B. Traffic Engineering Study
C. Conceptual Design Roll Plot
TASK 3. PRELIMINARY DESIGN (60 PERCENT).
Preliminary plans and specifications shall be submitted to CITY per the approved Project
Schedule.
ENGINEER will develop the preliminary design of the infrastructure as follows.
3.1. The Preliminary Design Drawings and Specifications shall include the following:
• Preliminary index of sheets
A Project Control Sheet, showing all Control Points, used or set while gathering
data. Generally on a scale of not less than 1:400. The following information shall
be indicated for each Control Point: Identified (existing City Monument #8901, PK
Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system,
and a referred bearing base. Z coordinate on City Datum only; descriptive location
(i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the
East end of radius at the Southeast corner of North Side Drive and North Main
Street).
• Updated proposed typical section sheets.
• Proposed roadway profile will be revised as needed to meet 0.0 rise per Task 9.1.
The profile will be developed in conjunction with the modeling.
• Roadway plan and profile sheets displaying station and coordinate data for all
horizontal alignment P.C.'s, P.T.'s, P.I.'s; station and elevation data of all vertical
profile P.C.'s, P.T.'s, P.I.'s, low points, and high points; lengths of vertical curves,
grades, K values, e, and vertical clearances where required.
• No less than two bench marks per plan/profile sheet.
• Bearings given on all proposed centerlines, or baselines.
• Station equations relating utilities to paving, when appropriate.
• Preliminary roadway, driveways, sidewalks, pavement, streetlights, traffic signals
and all applicable utility details.
• Coordinate roadway and driveway design with EFFW and La Pulga.
• Coordinate roadway design with water, sanitary sewer, and franchise utilities
designs. These designs are being complete in a separate contract or by the
franchise utilities.
• Prepare roadway cross sections and ditch grading.
City of Fort Worth, Texas Page 6 of 18
Attachment A
Revision Date: 05.23.2024
Page 6 of 18
FORT WORTHo
ENGINEER will delineate the watershed based on contour data and field
verification and document existing street, right-of-way and storm drain capacities
for the subject site. A drainage area map will be drawn at maximum 1" = 200'
scale from available 2-foot contour data with the contours labeled. Data source
and year will be provided by the CITY. Calculations regarding street and right-of-
way capacities and design discharges (5-year and 100-year frequencies) at
selected critical locations will be provided. Other frequencies as required by
iSWM criteria may be appropriate for outfalls and sensitive locations. Capacities
of existing storm drain will be calculated and shown. All calculations shall
conform to CITY criteria delineated in the CITY's current iSWM Criteria Manual
for Site Development and Construction. All locations in the project area where
100-year runoff exceeds available storm drain and right-of-way capacities shall
be clearly identified. The ENGINEER's responsibility includes recommendations
for improvements of the existing system as deemed reasonable and consistent
with CITY standards.
• Storm drain layout sheets for cross culverts.
• Ditch grading will be shown on the cross sections.
• Prepare Tarrant Regional Water District (TRWD) BMP worksheet to determine the
stormwater quality requirements.
• Preliminary signing, pavement marking, and illumination.
• Intersection improvements for the connection to SH 199 including traffic signal
layout.
• Estimates of probable construction cost (OPCC). This estimate shall use
standard CITY or TxDOT bid items, as applicable.
3.2. Geotechnical Investigation/Pavement Design
Soil investigations, including field and laboratory tests, borings, related
engineering analysis and recommendations for determining soil conditions will be
made. In addition to the above investigations, borings and appropriate field and
laboratory analysis will be made at reasonable intervals along the project
alignment for the Contractor's use in determining soil conditions for preparing
bids and a Trench Safety Plan.
• The ENGINEER shall prepare a detailed geotechnical engineering study and
pavement design in conformance with the City of Fort Worth Pavement Design
Standards Manual, 2015. The study shall include recommendations regarding
utility trenching and identify existing groundwater elevation at each boring.
3.3. Constructability Review
Prior or posterior to the 60 percent review meeting with the CITY, the ENGINEER
shall schedule and attend a project site visit with the CITY Project Manager and
Construction personnel to walk the project. Tarrant County personnel that will be
constructing the roadway will also attend. The ENGINEER shall summarize the
CITY's and Tarrant County's comments from the field visit and submit this
information to the CITY in writing.
City of Fort Worth, Texas Page 7 of 18
Attachment A
Revision Date: 05.23.2024
Page 7 of 18
FORT WORTHo
DELIVERABLES
A. Preliminary Design drawings and specifications including QC/QA documentation
B. Geotechnical Report
C. Opinion of probable construction cost (OPCC)
TAS K 4.
A. FINAL DESIGN
• Prepare final construction plans and specifications.
• Prepare bid form for the traffic related items and drainage items (if needed).
• Prepare detailed traffic control plans for the connection and improvements along SH
199.
• The construction plans will consist of the following sheets:
• Index
• General Notes
• Project Control
• Typical Sections
• Roadway Plan and Profile Sheet
• Driveway Plan and Profile Sheets
• Cross Sections
• Pavement Markings and Signage
• Illumination Sheets
• Traffic Signal Layouts — SH 199
• Traffic Control Sheets — SH 199
• Temporary Erosion Control Sheets
• Drainage Area Map
• Drainage Calculations Sheets
• Cross Culvert Sheets
• Stormwater Quality Details
• Standard Details
Prepare Bid Listing for the following scope elements:
• Pavement Markings and Signage
• Illumination
• Traffic Signal Layouts — SH 199
• Traffic Control— SH 199
• Cross Culverts (if needed)
ASSUMPTIONS
• Tarrant County will construct the roadway and grading. The following elements will be
included with the water and sanitary sewer package. The project will be bid into separate
units per type of work such as: Traffic Signal, Illumination, Signing and Marking, Storm
Drain.
City of Fort Worth, Texas Page 8 of 18
Attachment A
Revision Date: 05.23.2024
Page 8 of 18
FORT WORTHo
• Pavement Markings and Signage
• Illumination
• Traffic Signal Layouts — SH 199
• Traffic Control Plan — SH 199
• The following scope elements will be provided under the water and sanitary sewer
relocation plans (separate contract):
• Right-of-Way and Easement Layout Sheets (included in separate contract)
• Subsurface Utility Engineering (SUE) Plan Sheets
• Utility Clearance
• Environmental Permitting
DELIVERABLES
• A PDF created from design CAD drawings and CAD files will be uploaded to the project
folder in City's document management system (eBuilder).
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
6.1. Construction Support
• The ENGINEER shall attend the pre-construction conference.
• The ENGINEER shall conduct up to five (5) periodic site visits during the duration
of construction. The ENGINEER will prepare or collaborate with the CITY PM on a
Construction Progress Report using the CITY's standard format and upload in the
City's document management system (eBuilder).
The ENGINEER shall review six (6) shop drawings, samples and other submittals
submitted by the contractor for general conformance with the design concepts and
general compliance with the requirements of the contract for construction. Such
review shall not relieve the Contractor from its responsibility for perFormance in
accordance with the contract for construction, nor is such review a guarantee that
the work covered by the shop drawings, samples and submittals is free of errors,
inconsistencies or omissions. The ENGINEER shall log and track all shop
drawings, samples and other submittals in the City's document management
system (eBuilder).
• ENGINEER shall review material substitution requests, issue a recommendation
and incorporate approved substitutions into the Record Drawings.
As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, respond to Request for Information (RFI)
from the contractor, review change orders, and make recommendations as to the
acceptability of the work. The ENGINEER will meet with the Project Delivery
Team and Contractor on-site to review any field changes. The ENGINEER has
budgeted for three (3) RFIs.
City of Fort Worth, Texas Page 9 of 18
Attachment A
Revision Date: 05.23.2024
Page 9 of 18
FORT WORTHo
• The ENGINEER shall attend the "Final" project walk through and assist with
preparation of final punch list.
6.2 Record Drawings
• The ENGINEER shall prepare record drawings from information provided by the
CITY depicting any changes made to the Final Drawings during construction.
Information provided by the CITY may include, but is not limited to the following:
o As-Built Survey provided by the contractor, which includes vertical and
horizontal coordinates of all water, sewer and storm drain assets, and in
accordance with the Construction (As-Built) Survey Specification.
ENGINEER shall verify accuracy of the data provided by contractor and
conformance with requirements.
o Red-Line Markups from the Contractor
o Red-Line Markups from City Inspector
o Approved Substitutions
The ENGINEER shall modify the Final Drawings electronically and shall place a
stamp on the plans indicating that they represent Record Drawings of the project
as constructed. The stamp shall be signed and dated by the ENGINEER and
shall be placed on each plan sheet, whether there are any revisions on the sheet
or not. Each sheet shall clearly indicate all changes which apply to that sheet by
clouding and numbering, or other suitable means.
• The following disclaimer shall be included with the Record Drawing stamp:
These Record Drawings were prepared using information
provided by ofhers and represent the as consfructed
conditions to the extent that documented changes were
provided for recording. The ENGINEER assumes no liability
for undocumented changes and certifies only thaf the
documented changes are accurately depicted on these
drawings.
The ENGINEER shall submit a set of sealed Final Drawings, modified and
stamped as Record Drawings, in Adobe Acrobat PDF format (version 6.0 or
higher). The set must include the cover sheet bearing City official signatures.
The ENGINEER may keep copies of the information provided by the CITY for
their files, but all original red-lined drawings shall be returned to the CITY with
the digital files.
• There shall be one (1) PDF file and one (1) CAD file for the TPW plan set and a
separate PDF and CAD file for the Water plan set, if required. Each PDF file
shall contain all associated sheets of the particular plan set. Sinaular PDF files
for each sheet of a alan set will not be accepted. PDF files shall conform to
naming conventions as follows:
I. TPW file name example —"W-1956_org47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_org" designating the file is
of an original plan set, "47" shall be the total number of sheets in this file.
City of Fort Worth, Texas Page 10 of 18
Attachment A
Revision Date: 05.23.2024
Page 10 of 18
FORT WORTHo
Example: W-0053_org3.pdf and K-0320_org5.pdf
II. Water and Sewer file name example —"X-35667_org36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "_org"
designating the file is of an original plan set, "36" shall be the total number of
sheets in this file.
Example: X-12755_org18.pdf
Both PDF files shall be uploaded to the project's Record Drawing folder in the City's
document management system (eBuilder).
For information on the proper manner to submit Record Drawing files and to obtain
a file number for the project, the ENGINEER should coordinate with the City
project manager. File numbers will not be issued to a project unless the
appropriate project numbers and fund codes have been assigned and are in the
Department of Transportation and Public Works database.
ASSUMPTIONS
• Five (5) site visits are assumed.
• Six (6) submittal reviews are assumed.
• Three (3) RFI's are assumed.
DELIVERABLES
A. Response to Contractor's Request for Information
D. Review of Change Orders
E. Review of shop drawings
G. Record Drawings in electronic format
City of Fort Worth, Texas Page 11 of 18
Attachment A
Revision Date: 05.23.2024
Page 11 of 18
FORT WORTHo
TASK 8. SURVEY
ENGINEER will provide survey support as follows.
8.1. Design Survey
• ENGINEER will utilize survey completed for the water line and sewer line
relocation project.
ENGINEER will perForm field surveys to collect additional survey needed for the
access road connection to Jacksboro Highway and connection road to University
Drive. The field surveys will collect horizontal and vertical elevations and other
information needed by ENGINEER in design and preparation of plans for the
project. Information gathered during the survey shall include topographic data,
elevations of all sanitary and adjacent storm sewers, rim/invert elevations,
location of buried utilities, structures, trees (measure caliper, identify overall
canopy, and have qualified arborist identify species of trees), and other features
relevant to the final plan sheets. Existing drainage at intersections will be verified
by field surveys. Spot elevations will be shown on intersection layouts with cross
slope to fit intersecting grade lines. 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.
DELIVERABLES
A. Drawing of the project layout with dimensions and coordinate list.
City of Fort Worth, Texas Page 12 of 18
Attachment A
Revision Date: 05.23.2024
Page 12 of 18
FORT WORTHo
TASK 9. PERMITTING.
ENGINEER will provide permitting support for the CITY to obtain any and all agreements
and/or permits normally required for a project of this size and type, as follows:
9.1 Floodplain Services
• ENGINEER will research and make efforts to gather the current and applicable
information from the Federal Emergency Management Agency (FEMA) and data
from current floodplain studies from the CITY and USACE to evaluate the storm
water existing conditions. Collect the available hydraulics and hydrology (H&H)
models for the area from the City of Fort Worth and USACE.
• Six HEC-RAS model updates will be included as follows:
o Update Fort Worth Central City CDC HEC-RAS Model — Post Project
o Update CDC Model
o FEMA Model — Four (4) Scenarios
■ Effective Flows Pre Project Model
■ Effective Flows Post Project Model
■ Preliminary — Revised Existing Pre- Project Model
■ Preliminary Proposed Model
ENGINEER will prepare a hydrologic study to determine the runoff patterns of the
existing site. This study will be used to determine the existing, proposed, and
ultimate flows through the proposed project site. The ENGINEERwill delineate
existing condition drainage areas for the site. The drainage area delineations will
be based on record plans provided by the CITY, available on-ground topographic
information, and available aerial topographic information. Existing condition land
uses will be based on aerial photography and CITY zoning.
ENGINEER will prepare a conceptual drainage analysis to determine the
elevation of the proposed roadway profile of the access road as well as required
cross culverts. Up to four (4) profile revisions with cross culverts revisions are
assumed. Each option will be modeled to ensure no increase in the water
surface elevations.
ENGINEER will modify the drainage analysis as required to reflect preferred
roadway profile and culvert crossings.
The following submittals are assumed:
o Preparation of one (1) drainage study for submittal to the CITY and
FEMA. A revised existing, proposed and ultimate conditions model will
also be prepared. The study will include drainage area maps, hydraulic
workmaps, modeling output, models, tables, roadway and storm drain
sheets, and other exhibits. The intent of the drainage study is to
demonstrate there are no increases in the water surface elevations.
o Update the Central City Model and prepare drainage area maps,
hydraulic workmaps, modeling output, models, tables and other exhibits
to submit to the CITY and USACE.
City of Fort Worth, Texas Page 13 of 18
Attachment A
Revision Date: 05.23.2024
Page 13 of 18
FORT WORTHo
o Update the CDC Model and prepare drainage area maps, hydraulic
workmaps, modeling output, models, tables and other exhibits to submit
to the CITY.
• Valley storage calculations will be completed for the CDC model
• Up to two (2) rounds of comments for each submittal are assumed.
• Conduct up to four (4) meetings with the City, USACE and//or FEMA to discuss
the drainage model results. Document each meeting with an agenda and
meeting notes.
• 9.2 Texas Department of Transportation (TxDOT) Local On System Agreement (LOSA)
• The ENGINEER will assist with preparing the LOSA agreement as requested by
TxDOT for the approval of the intersection improvements. The following tasks are
anticipated for the execution of LOSA agreement:
• Prepare and submit Project Initiation Form;
• Prepare and submit CSJ request Form; and
• Prepare information for LOSA Execution such as: Scope of Work, schedule, project
location map and conceptual level cost estimate.
• Attend up to three (3) meetings with TxDOT as needed.
• Address up to two (2) rounds of comments from TxDOT on the plans.
DELIVERABLES
A. Model outputs, workmaps, tables
B. Drainage Study Report
C. Copies of Approved Permits
D. Meeting agenda and notes.
City of Fort Worth, Texas Page 14 of 18
Attachment A
Revision Date: 05.23.2024
Page 14 of 18
FORT WORTHo
TASK 10. QUALITY CONTROL / QUALITY ASSURANCE
ENGINEER to provide to the City a 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 inconsistencies, the CITY may
cease its review and return the submittal to the ENGINEER immediately for appropriate
action. No additional time will be granted.
10.1. QC/QA of Survey
• 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.
10.2. QC/QA of Design Documentation
• ENGINEER shall perform a QC/QA review of all documents being submitted for
review at all stages of the design including the 30%, 60%, and 90% and Final
Document design review submittals. QA should be performed by an individual
within the firm who is not on the design team.
ENGINEER is to acknowledge that each item on the Detailed Checklist has been
included by checking "done" on the checklist. If a particular checklist item is not
applicable, this should be indicated by checking "N/A". If an entire checklist is
not applicable, this should be indicated by checking every item on the list as
"N/A" and still included with the submittal. The ENGINEER shall use the Detailed
Checklist provided by CITY.
• A Comment Resolution Log must be used to document conflicting comments
between reviewers and to highlight comments made by the CITY that the
ENGINEER is not incorporating into the design documents along with the
associated explanation. The ENGINEER shall use the Comment Resolution Log
provided by CITY.
• The documentation of a QC/QA review includes (1) a copy of the color-coded,
original marked-up document (or "check print") developed during the QA
checking process and/or review forms which sequentially list documents and
associated comments; and (2) a summary list of the findings of the QC effort.
• Evidence of the QC/QA review will be required to accompany all submittals.
Documentation shall include, but is not limited to, the following items:
City of Fort Worth, Texas Page 15 of 18
Attachment A
Revision Date: 05.23.2024
Page 15 of 18
FORT WORTHo
- 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
City of Fort Worth, Texas Page 16 of 18
Attachment A
Revision Date: 05.23.2024
Page 16 of 18
FORT WORTHo
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" Si nal Storm Storm Lights /Sewer En ineerin 30% o 0
g Water Water (Submit (Submit g g 60 /0 90 /o
Type (Submat All 30% 60% All @ All @ (Submit All
@ 30 /o) 30% 60%) @ 60%) Required foROalNwork in City
Street X X X X X* X X X
Storm Water X X X X X
Water / Sewer X X X X
*If included in street project
City of Fort Worth, Texas Page 17 of 18
Attachment A
Revision Date: 05.23.2024
Page 17 of 18
FORT WORTHo
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existina Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are perFormed. These additional services include the following:
• Negotiation of easements or property acquisition, unless included as part of Section 7.
• Services related to disputes over pre-qualification, bid protests, bid rejection and re-
bidding of the contract for construction.
• Administration of the construction contract and inspection services
• PerFormance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of God.
• Services related to warranty claims, enforcement and inspection after final completion.
• Services to support, prepare, document, bring, defend, 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.
• Services associated with a borrow site.
• Construction Survey or Staking.
• Bid Phase Services.
• Subsurface Utility Engineering.
• Franchise Utility Coordination.
• Environmental Permitting.
City of Fort Worth, Texas Page 18 of 18
Attachment A
Revision Date: 05.23.2024
Page 18 of 18
Task No.
1.1
1.2
12.1
122
12.3
1.2.4
12.5
1.3
1.3.1
1.3.2
1.3.3
1.3.4
1.4
1.4.1
1.42
1.4.3
1.4.4
1.4.5
1.5
3.0
4.0
6.0
Task Description
Kick-aff Meetings (1)
Regular Period Meetings
Monthly City Progress Meetings
Semi-monthly TRWD PDT Meetings
Monthly Franchise Utility Meetings
Monthly TRWD/City PM Progress Meetin
Quarterty USACE Coordination Meetings
City Reporting
Prepare Monthly Progress Reports
Monthly Schedule Update
M/WBE Reporting
Invoicing
TRWD Program Reporting
Project Cost Monthly Update
Monthly City Actuals
Monthly Contracted & Reimbursement
Tracking
Yearly TRWD Request for Reimbursemei
Quarterly CIP Coordination
Quarterly TRWD Schedule Review
Coordination with other Citv Consultants
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Program Management
City Project No. 104484
Labor(hours) Expense
Total
Project Project Technical TotalLabor Subconsultant Travel/ Task Sub
Principal Manager Engineer EIT Support Admin Cost Reproduction / Expense Total
Cost Markup Cost
Rate $370.00 $350.00 $295.00 $245.00 $150.00 $145.00 Fees / Permitting
0 219 142 46 0 11 $132,000 $0 $0 $3,000 $3,000 $135,Oi
2 2 4 2 $2,600 $0 $2,6i
$0 $0
24 12 12 $14,900 $0 $14,9i
48 48 $31,000 $0 $31,Oi
12 $4,200 $0 $4,2i
gs 24 $8,400 $0 $8,4i
9 5 $4,700 $0 $4,7i
$0 $1,500 $1,500 $1,Si
9 9 $4,500 $0 $4,Si
9 $3.200 $0 $3.2i
��
�
�
1 �
�
�
�
■������
������-
1------
■������
������-
1------
•������
�������
$1,500
$7
$0
$0
0
01 0
11/17/2025
Page 1 of 22
Task No.
.0
1.0
er
Task Description
on
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Program Management
City Project No. 104484
Labor(hours) Expense
Total
Project Project Technical TotalLabor Subconsultant Travel/ Task Sub
Principal Manager Engineer EIT Support '�'dmin Cost Reproduction / Expense Total
Cost Markup Cost
Rate $370.00 $350.00 $295.00 $245.00 $150.00 $145.00 Fees / Permitting
0 0 D 0 0 0 $0 $0 $0 $0 $0 .
`':����
1----
■����
�����
11/17/2025
Percent Budget
Complete Remaining
Totals: $135,000 $0.00 0.00%
Descriptian
Design
Total
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
Water Line Footage 100 50%
Sewer Line Footage 100 50 %
200 100%
(A) Total Fee $135,000
(B) Survey Fee $0
(C) Total Fee (-) survey Fee $135,000
Water Fee (50 % of C) Sewer Fee (50 % of C)+
$67,500.00 $67,500.00 +
WP Water Sewer
30 $67,500.00 $67,500.00
$135,000.00
Water Sewer
FWCC $67,500.00 $67,500.00
Non-FWCC $0.00 $0.00
Total $67,500.00 $67,500.00
Total �
$135,000.00 �
$0.00 �
$135,000.00 �
$0� $0� $0
Project Summa
Total Hours 418
Total Labor $132,000
Total Expense $3,000
Page 2 of 22
Task No. Task Description
Rate
1.0 Not included in this contract
1.1 lVlanaging the Team
2.0 Conceptual Design (30 % )
2.1 Not included in this contract
3.0 �reliminary Design (60%)
3.1 Not included in this contract
4.0 Final Design (90% and 100%)
4.1 Part 2B
4.1.1 Site Visit
4.1.2 City Coordination
4.1.3 TRWD Coordination
4.1.4 Abandonment plan
4.2 Part 2C 90% Design Drawings
4.2.1 Cover
4.2.2 Sheet Index and General Notes
4.2.3 Park Land Conversion
4.2.4 Control and Benchmarks
4.2.5 Construction Access (1)
4.2.6 Overall Existing Map (SS) (1)
4.2.7 Abandonment (SS) (4)
4.2.8 Standard Details
4.2.9 Project Spec. Details
4.2.10 Trail Detour Plan (4)
4.2.12 90% Project Manual
4.2.13 Quantities/OPCC
4.2.15 Review with City/Meeting Notes
4.2.16 Review with TRWD/Meeting Notes
4.2.17 Site Visit
4.2.18 Review 90 % City Design Comments
4.3 100 % Design Drawings
4.3.1 100 % OPCC
4.32 100 % Project Manual
4.3.3 Deliverables
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Parts 2B & 2C Ham Branch Abandonments
City Project No. 104484
Labor(hours) Expense
Total
Project Project Technical Total Labor Subconsultant Travel / Task Sub
Principal Manager Engineer EIT Support Admin Cost Reproduction / Expense Total
Cost Markup Cost
$370.00 $350.00 $295.00 $245.00 $150.00 $145.00 Fees / Permitting
0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
1
2
2
2
'0�
�-
'0�
1-
0�
5
1
1
1
1
1
1
16
2
4
8
15
2
2
2
2
4
4
24
8
4
8
1
1
1
S
2
1
4
2
1
1
2
1
2
4
2
1 1
1 1
4 4
1 1
6 6 18
2
2
2
"r`ri�zr��,
Percent Budget
Complete Remaining
Page 3 of 22
Task No.
�
6.1
62
7.1
8.1
Task Description
:rvices
n this c
Construction Support
Attend Preconstruction Conference
Attend Public Meeting
Prepare exhibits (1)
Pre-Con Meeting
On-Site Observations (1/2/1/mo @ 2hrs)
Progress Meetings (1hr/mtg, 2mtg/mo)
Shop Drawing Review (4)
Review Materials Testing Reports
RFIs (2)
Change Orders (1)
Final Walkthrough
Punch List
Follow Up Walkthrough
Record Drawings
Revisions
Deliverables
n
n
CRy of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
Rate
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Parts 2B & 2C Ham Branch Abandonments
City Project No. 104484
Labor(
Principal Project Project
Manager Engineer
1
1
1
2
4
4
2
2
4
2
2
1
2
2
1
1
1
2
8
4
6
2
6
4
2
2
2
4
Total
Technical Total Labor Subconsultant Travel / Task Sub
EIT Admin Expense
Support Cost Cost I Markup Reproduction I Cost Total
�245.00 $150.00 $145.00 Fees I Permitting
1
1
2
2
4
4
4
6
6
4
2
2
2
4
2
"r`ri�zr��,
Page 4 of 22
Task No. Task Description
9.0 Yermitting
9.1 TRWD/USACE
9.2 PARD
EXHIBIT B-2 11/17/2025
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Parts 2B & 2C Ham Branch Abandonments
City Project No. 104484
Labor( ours) Expense
Total
Project Project Technical TotalLabor Subconsultant Travell Task Sub Percent Budget
Principal EIT Admin Expense
Manager Engineer Support Cost Cost I Markup Reproduction / Cost Total Complete Remaining
Rate $370.00 $350.00 $295.00 $245.00 $150.00 $145.00 Fees I Permitting
6 6 6
6 6 6
$5
$0 $94,900
Totals: 94,900 0.00 0.00%
Description
uesign
Total
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
� Water Line Footage � 0%
I Sewer Line Footage 350� 100 %
350 100%
(A) Total Fee $94,900
(B) Survey Fee $0
(C) Total Fee (-) survey Fee $94,900
� Water Fee (0 % of C) Sewer Fee (100 % of C)
� $0.00 $94,900.00
WP Water Sewer
30 $0.00 $94,900.00
$94,900.00
� Water Sewer Total
� FWCC $0.00 $47,450.00 $47,450.00
� Non-FWCC $0.00 $47,450.00 $47,450.00
� Total $0.00 $94,900.00 $94,900.00
Project Summa
Total Hours 368
Total Labor $94,900
Total Expense $0
Page 5 of 22
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Part 5 Beach 54-inch Water Line
City Project No. 104484
2
Labor( ours) Expense
Total
Task Description Project Project Technical Total Labor Subconsultant Travel / Task Sub Percent Budget
Task No. Principal EIT Admin Expense
Manager Engineer Support Cost Reproduction / Total Complete Remaining
Cost IMarkup� Cost
Rate $370.00 $350.00 $295.00 $245.00 $150.00 $145.00 I Fees / Permitting
1.0 Design Management
1.1 Not included in this contract
2.0 Conceptual Design (30 % )
2.1 Data Collection
City Record Drawings
2.2 Conceptual Design Package
Exhibits (1"=40') Plan View (-4 Sheets)
Site Visit
OPCC/Quantities
3.0 IPreliminary Design (60%)
3.1 Preliminary Design Drawings
3.1.1 Cover
3.12 Sheet Index and General Notes
3.1.3 Shutdown & Phasing Notes
3.1.4 Control and Benchmarks
3.1.5 Overall Loc & Prop Sht Ref (1)
3.1.6 Overall Existing Map (W&SS) (2)
3.1.7 Abandonment (W) (1)
3.1.8 Prop Easement Layout (1)
3.1.9 Ex. And Prop Easement Layout (1)
3.1.10 Prop Plan & Prof (4)
3.1.11 Standard Details
3.1.12 Specifications
3.1.13 QA/QC and Revisions
32 Geotechnical
3.3 Tunneling
3.4 Cathodic Protection Study
3.5 BFV Vault Design
3.6 Constructability Review
3.7 Utility Clearance
3.8 OPCC
3.9 Deliverables
3.10 Review with City/Meeting Notes
3.11 Review with TRWD/Meeting Notes
CRy of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
4 12
2 2
1 2
"r`ri�zr��,
��I
� � I
Page 6 of 22
Task No. Task Description
Rate
4.0 Final Design (90% and 100%)
4.1 Final Design
4.2 90% Design Drawings
4.2.1 Cover
4.2.2 Sheet Index and General Notes
4.2.3 Shutdown & Phasing Notes
4.2.4 Control and Benchmarks
4.2.5 Overall Loc & Prop Sht Ref (1)
4.2.6 Overall Existing Map (W&SS) (2)
4.2.7 Abandonment (W) (1)
4.2.8 Prop Easement Layout (1)
4.2.9 Ex. And Prop Easement Layout (1)
4.2.10 Prop Plan & Prof (4)
Restraint Length (DI/Conc/Steel)
Pipe Calcs
4.2.11 Standard Details
4.2.12 Project Spec. Details
4.2.12.1 Water Line Connections
4.2.13 Surtace Repair (1)
4.2.14 Traffic Control Plans (2)
4.2.15 Cathodic Protedion Coordiantion
4.2.16 Erosion Control and Details
4.2.17 90 % Project Manual
4.2.17.1 Division 00
4.2.17.2 Division 01
4.2.17.3 Divisions 20-49
4.2.17.4 Non-Std. Specs
4.2.17.5 Appendix
4.2.18 Quantities/OPCC
4.2.19 QA/QC and Revisions
4.2.20 Deliverables
4.2.21 Public Meeting Prep/Exhibits
4.2.22 Review with City/Meeting Notes
4.2.23 Review with TRWD/Meeting Notes
4.2.24 Construdion Plan Review (1)
CRy of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Part 5 Beach 54-inch Water Line
City Project No. 104484
Labor(hours) Expense
Total
Project Project Technical Total Labor Subconsultant Travel / Task Sub
Principal Manager Engineer E�T Support Admin Cost Reproduction / Expense Total
Cost Markup Cost
$370.00 $350.00 $295.00 $245.00 $150.00 $145.00 Fees / Permitting
0 34 65 119 0 2 $62.100 $0 $0 $500 $500 $62.601
1
1 1
1 1 1
1 1
1 1
1 1
1 1
1 1 2
4 8 24
2 4 4
2 6 6
2 8
1 2 4
1 4 8
2 2
1 2 2
2 2
1 2 2
1 2 2
1 2 2
2 2 2
2 2 2
1 1 2
1 1
2 2 2
1 1 2
1 1 2
"r`ri�zr��,
Percent Budget
Complete Remaining
-- I
Page 7 of 22
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Part 5 Beach 54-inch Water Line
City Project No. 104484
"r`ri�zr��,
Labor(hours) Expense
Total
Task Description Project Project Technical Total Labor Subconsultant Travel / Task Sub Percent Budget
Task No. Principal Manager Engineer E�T Support Admin Cost Reproduction / Expense Total Complete Remaining
Cost Markup Cost
Rate 370 00 350 295 45 00 15 145 00 Fees / Permitting
$ . $ .00 $ .00 $2 . $ 0.00 $ .
4.2.25 Review 90 % City Design Comments $0
4.3 100% Design Drawings 4 4 20 $7,500
4.3.1 100% OPCC 1 1 2 $1,200
4.3.2 100 % Project Manual 2 4 8 $3,900
4.3.3 �eliverables 1 1 2 2 $1,500
5.0 Bid Phase Services
5.1 Bid Support
5.1.1 Upload Plans to Trimble
5.12 Print Hardcopies (6)
5.1.3 Maintain Plan holders List
5.1.4 Answer/Respond to Bidding Questions
5.1.5 Issue Addenda
5.1.6 Prepare for and Attend Pre-Bid Meeting
5.1.6.1 Tabulate bids and review
5.1.7 Recommend/References
5.1.8 Precertification Requirements
5,2 Final Design Drawings
6.0 Construction Phase Services
6.1 Construction Support
Attend Preconstrudion Conference
Attend Public Meeting
Prepare exhibits (2)
On-Site Observations (1/2/1/mo @ 2hrs)
Progress Meetings (1hr/mtg, 4mtg/mo)
Shop Drawing Review (50)
Review Materials Testing Reports
RFIs (10)
Change Orders (1)
Final Walkthrough
Punch List
Follow Up Walkthrough
RPR Coordination (8hr/day, 3 day/wk 6 mo)
6.2 Record Drawings
Revisions
Deliverables
�Ry of Fort Worth,iexas
Attachment B- Leeel of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
2
2
4 4
2 2
2 4
2
2 6 8
$1,000 $50
$0
Page 8 of 22
Task No.
7.0
7.1
7.2
7.2.1
7.22
7.3
7.4
7.4.1
8.0
8.1
8.2
8.3
9.0
9.1
9.1.1
9.1 2
9.1.3
9.2
9.3
9.4
9.5
9.5.1
Task Description
EXHIBIT B-2 11/17/2025
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Part 5 Beach 54-inch Water Line
City Project No. 104484
Labor( ours) Expense
Total
Project Project Technical TotalLabor Subconsultant Travell Task Sub Percent Budget
Principal Manager Engineer E�T Support Admin Cost Reproduction / Expense Total Complete Remaining
Cost Markup� Cost
Rate $370.00 $350.00 $295.00 $245.00 $150.00 $145.00 Fees / Permitting
0 7 26 22 0 0 $15,700 $18,300 $915 $0 $19,215 $34,915
ROW Research
ROW/Easement Preparation/Submittal
Permanent (5)
Temporary (5)
Temporary Right of Entry (See Task 8.1)
Coordination with Real Property
Aerial Exhibits (1)
Survey and SUE Services
Design Survey
Temporary Right of Entry
Subsurface Utility Excavation (2 holes, Level
Permitting
TRWD/USACE
Preliminary 60 %
Final 90 %
Final 100%
Oncor Coordination
Texas Historic Commision
Floodplain Development Permit
PARD Permitting / Coordinaiton
Tree Survev / Stakina Easements
2
1 1 2
1 1 2
5 20 10
2 8
4 6 7
2 4 4
1
2
2
2
4
5
2
5
2
4
4
4
4
8
4
20
10
12
6
4
8
20
10
40
30
$9,000 $450
$9,000 $450
$300 $15
$1
$1
1
1,715 $0 $35,965 $40,965
$915 $19,215 $22,115
$0 $300
$800 $16,750 $18,550
1,770 $0 $37,210 $95,010
$35,440 $1,770
0
0.00 0.00%
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
Page 9 of 22
Task No. Task Description
Description
Design
Total
CRy of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Part 5 Beach 54-inch Water Line
City Project No. 104484
Labor( ours) Expense
Total
Project Project Technical Total Labor Subconsultant Travel / Task Sub
Principal EIT Admin Expense
Manager Engineer Support Cost Reproduction / Total
Cost IMarkup� Cost
Rate $370.00 $350.00 $295.00 $245.00 $150.00 $145.00 I Fees / Permitting
` Water Line Footage 1,610 100%
` Sewer Line Footage 0 0%
1,610 100%
(A) Total Fee $338,890
(B) Survey Fee $40,965
(C) Total Fee (-) survey Fee $297,925
`Water Fee (100 % of C) Sewer Fee (0 % of C)�
` $297,925.00 $0.00 �
WP Water Sewer
30 $338,890 $0.00
$338,890
Water Sewer
FWCC $203,334.00 $0.00
Non-FWCC $135,556.00 $0.00
Total $338,890.00 $0.00
Total �
$203,334.00 �
$135,556.00 �
$338,890.00 �
Project Summa
Total Hours 712
Tota� Labor $199,200
Total Expense $139,690
"r`ri�zr��,
Percent Budget
Complete Remaining
Page 10 of 22
Task No.
1.0
1.1
2.0
2.1
3.0
3.1
4.0
4.1
5.0
5.1
6.0
6.1
6.2
Task Description
Design Management (24 Months Design)
Not included in this contract
Conceptual Design (30%) _
Not included in this contract
Preliminary Design (60 % �
Tlot included in this contract
�inal Design (90 % and 100%)
Tlot included in this contract
Bid Phase Services
Not included in this contract
Construction Phase Services
CansVuction Support
Attend Preconstrudion Conference
Attend Public Meeting
Prepare exhibits (2)
On-Site Observations (1/1/1/mo @ 2hrs)
Progress Meetings (1 hr/mtg, 1 mtg/mo)
Shop Drawing Review (50)
Review Materials Testing Reports
RFIs (10)
Change Orders (1)
Final Walkthrough
Punch List
Follow Up Walkthrough
RPR Coordination (additional 12 months)
Redesign
Record Drawings
Revisions
Deliverables
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 5.09.2012
Rate
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Part 74 Bypass Channel Segment C Sanitary Sewer Relocations
City Project No. 104484
Labor(hours) Expense
11 /17/2025
Total
Project Project Technical TotalLabor Subconsultant Travel/ Task Sub Percent Budget
Principal �n,�,�e ���;Mee. EIT c„���H Admin �. oe�.�a„ .; �, Expense T.�
Complete Remaining
Page 11 of 22
Task No.
7.0
7.1
7.2
8.0
9.0
Task Description
ROW/Easement Services
ROW Research
Easement Preparation
5urvey and SUE Services
Tlot included in this contract
�ermitting
Not included in this contract
i
EXHIBIT B-2 11/17/2025
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Part 74 Bypass Channel Segment C Sanitary Sewer Relocations
City Project No. 104484
Labor(hours) Expense
Total
Project Project Technical TotalLabor Subconsultant Travel/ Task Sub Percent Budget
Principal EIT Admin Expense
Manager Engineer Support Cost Cost I Markup Reproduction / Cost Total Complete Remaining
Rate �370_00 �350.00 5295_00 Q245_DO �150_00 5145.00 Fees / Permitting
21 41 4
Totals: $322,925 $0.00 0.00%
Descriptian
Design
Total
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 5.09.2012
IWater Line Footage 0 0%
Sewer Line Footage 5,795 100 %
5, 795 100 %
(A) Total Fee $322,925
(B) Survey Fee $0
(C) Total Fee (-) survey Fee $322,925
I Water Fee (0 % of C) 1 Sewer Fee (100 % of C)�
$0.00 I $322,925.00 �
WP Water Sewer
30 $0.00 $322,925.00
$322,925.00
Water Sewer
FWCC $0.00 $322,925.00
Non-FWCC $0.00 $0.00
Total $0.00 $322,925.00
$3,600� $180
Project Summa
Total Hours 1,274
Total Labor $281,100
Total Expense $41,825
Total
$322,925.00
$0.00
$322,925.00
Page 12 of 22
Task No. Task Description
�
��
2.1
3.1 Not included in this contract
4.0 Final Design (90% and 100 %)
4.1 Preliminary Design (60 % ) Comments
4.2 90% DesignDrawings
42.1 Cover
42.2 Sheet Index and General Notes
4.2.3 Shutdown & Phasing Notes
4.2.4 Control and Benchmarks
4.2.5 Overall Loc & Prop Sht Ref (W&SS) (3)
4.2.6 Overall Existing Map (W&SS) (4)
4.2.7 Abandonment (W) (1)
4.2.8 Prop Easement Layout (1)
4.2.9 Easement Vacations (1)
4.2.10 Prop Water Plan & Prof (11)
Restraint Length (DI/Conc/Steel)
Prop SS Plan & Prof (4)
Utility adjustements
4.2.11 Standard Details
4.2.12 Project Spec. Details
4.2.12.1 Water Line Connections
4.2.12.2 Junction Structures Structure (3)
4.2.12.3 Odor Control
4.2.13 Surtace Repair (0)
4.2.14 Traffic Control Plans (10)
4.2.14 Traffic Control Details (15)
4.2.14 Trail Detour Plan (0)
G�y of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Part 24 University Water and Sanitary Sewer Lines
City Project No. 104484
Labor( ours) Expe se
Total
Project Project Technical Total Labor Subconsultant Travel / Task Sub
Principal Manager Engineer EIT Support Admin Cost Reproduction / Expense Total
Cost Markup� Cost
Rate $370.00 $350.00 $295.00 $245.00 $150.00 $145.00 Fees / Permitting
0 0 0 0 0 0 $0 $0 $0 $0 $0 $0,
5
6
2
2
2
4
4
2
3
10
1
2� 166
8 6
2
12 40
8
8
4 8
4
4 4
40 100
4 8
$125,000 $6,250
$14,000 $700
0
r�r`ri�zr��,
Page 13 of 22
Task No. Task Description
4.2.15 Cathodic Protedion Study
42.16 Erosion Control and Details
42.17 90% ProjectManual
4.2.17.1 Division 00
4.2.17.2 Division 01
4.2.17.3 Divisions 20-49
4.2.17.4 Non-Std. Specs
4.2.17.5 Appendix
4.2.17.6 Roadway
4.2.18 Quantities/OPCC
4.2.19 QA/QC and Revisions
42.20 Deliverables
42.21 Public Meeting Prep/Exhibits
USACE Public meeting
4.2.22 Review with City/Meeting Notes
4.2.23 Review with TRWD/Meeting Notes
42.24 Construction Plan Review (1)
4.2.25 Review 90% City Design Comments
4.3 100 % Design Drawings
4.3.1 100 % OPCC
4.3.2 100% Project Manual
4.3.3 Deliverables
5.0 Bid Phase Services
5.1 Bid Support
5.1.1 Upload Plans to Trimble
5.1.2 Print Hardcopies (6)
5.1.3 Maintain Plan holders List
5.1.4 Answer/Respond to Bidding Questions
5.1.5 Issue Addenda
5.1.6 Prepare for and Attend Pre-Bid Meeting
5.1.6.1 Tabulate bids and review
5.1.7 Recommend/References
5.1.8 Precertification Requirements
52 Final Design Drawings
6.0 Construction Phase Services
G�y of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Part 24 University Water and Sanitary Sewer Lines
City Project No. 104484
Labor (hours) Expense
Total
Project Project Technical Total Labor Subconsultant Travel / Task Sub
Principal Manager Engineer EIT Support Admin Cost Reproduction / Expense Total
Cost Markup Cost
Rate $370.00 $350.00 $295.00 $245.00 $150.00 $145.00 Fees / Permitting
1 2 $1,000 $0 $1,000.
$0 $0 $0,
12 24 $11.300 $0 $11.300,
4
1
1
4
4
2
2
4
1
2
1
4
4
2
2
2
4
4
4
2
2
4
2
4
2
21
2
2
5
4
2
2
2 4
4
0
n
$500 $25
$7,200 $360
$1,900 $95
$1,000 $50
$1,900 $95
$1
r�r`ri�zr��,
Percent Budget
Complete Remaining
��i
�� I
��
Page 14 of 22
Task No.
6.1
6.2
7.1
7.2
7.2.1
7.2.2
7.2.3
72.4
72.5
7.3
7.4
7.4.1
S.1
Task Description
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Part 24 University Water and Sanitary Sewer Lines
City Project No. 104484
Labor (hours) Exprise
Total
Project Project Technical Total Labor Subconsultant Travel / Task Sub
Principal Manager Engineer EIT Support Admin Cost Reproduction / Expense Total
Cost Markup Cost
Rate $370.00 $350.00 $295.00 $245.00 $150.00 $145.00 Fees / Permitting
Construction Support
Attend Preconstruction Conference
Attend Public Meeting
Prepare exhibits (2)
On-Site Observations (1/2/1/mo @ 2hrs)
Progress Meetings (1hr/mtg, 4mtg/mo)
Shop Drawing Review (50)
Review Materials Testing Reports
RFIs (10)
Change Orders (1)
Final Walkthrough
Punch List
Follow Up Walkthrough
RPR Coordination (8hr/day, 3 day/wk 12 mo)
Record Drawings
Revisions
Deliverables
ROW Research
ROW/Easement Preparation/Submittal
Permanent (2)
Tem porary (11)
Vacation (1)
ROW Documents (7)
Emergency Access Easement (1)
Temporary Right of Entry (See Task 8.1)
Coordination with Real Property
Aerial Exhibits (1)
2 4 6
11 22 44
1 2 3
14 21 28
1 2 3
6 6 6
1 2
2 4 4
2 4 4
1
$3,000 $150
$55
Survey
CRy of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
$40,320� $2,015
1
"r`ri�zr��,
Page 15 of 22
Task No.
9.1
9.1.1
9.1.1
9.1.2
9.1.3
9.2
9.2.1
9.2.2
9.3
9.4
9.5
Task Description
Permitting
TRWD/USACE
Conceptual 30 %
Preliminary 60 %
Final 90 %
Final 100 %
Park Land Conversion
Tree Survey
Stake Easements
TxDOT Permit
Floodplain Development Permit
Texas Historic Commision
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Part 24 University Water and Sanitary Sewer Lines
City Project No. 104484
Labor( ours) Expense
Total
Project Project Technical Total Labor Subconsultant Travel / Task Sub
Principal EIT Admin Expense
Manager Engineer Support Cost Cost Markup Reproduction / Cost Total
Rate $370.00 $350.00 $295.00 $245.00 $150.00 $145.00 I Fees / Permitting
$2,000 $100
2 10 6
2 10 6
5 15 40
2 2
2 8 12
2 4 10
5 8 20
100� $5,000 $250
$35,440 $1,775
"r`ri�zr��,
Percent Budget
Complete Remaining
$249,650 $478,450.00
Totals: $478,450.00 $0.00 0.00°/
Description
Design
Total
CRy of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
IWater Line Footage 7,900 76 %
Sewer Line Footage 2,500 24 %
1 Q400 100 %
(A) Total Fee $478,450
(B) Survey Fee $45;235
(C) Total Fee (-) survey Fee $433,215
I Water Fee (76 % of C) I Sewer Fee (24 % of C)
$329,243.00 $103,972.00
WP Water Sewer
30 $363,622.00 $114,828.00
$478,450.00
Water Sewer
FWCC $236,355.00 $114,828.00
Non-FWCC $127,267.00 $0.00
Total $363,622.00 $114,828.00
$2,100
6,000
$0
Total
$351,183.00
$127,267.00
$478,450.00
Project Summary
Total Hours $805.00
Total Labor $228,800.00
Total Expense $249,650.00
Page 16 of 22
Task No.
1.0
3.0
3.1
32
3.3
4.0
42
Task Description
Design Management
ic - ee ing
Coord Meetings (8)
Stakeholder Meetings (6)
Meetings - Agentla, Notes
Plan Review Meetings (2)
Invoicing
Admin
General Coordination
Conceptual Design (30°/ )
Data Collection
Traffic Analysis /Signal Warrant Study
Conceptual Layout Updates
Preliminary Design (60 % )
Preliminary Design Drawings
General Notes/Index
Project Control
Typical Sections
Roadway P&P
Profile Revisions based on H&H Task 9.1
Design Coordination with FWSSR and La Pulga
Cross Sections/Ditch Design
Drainage Area Map
H&H Calcs
Culvert Design
Stormwater Quality BMP Worksheet
Signing and Marking
Illumination
Traffic Signal at SH 199
SH 1991ntersection Modifications
OPCC
QC
Address Comments
Geotech Report
Site Visit/Constructability Review
Final Design (100%)
100 % Design Drawings
Finalize Roadway
Finalize Grading/Drainage
Finalize Traffic Signal
Finalize Illumination
EXHIBIT B-2 11/17/2025
Level of Effort Spreadsheet - DRAFT
TASK/HOUR BREAKDOWN
Design Services for
FWCC Part 24 Access Road
City Project No. 104484
Labor( ours) Expense
Senior project Project Total Labor Subconsultant Trevel / Percent Budget
Senior PM Project Manager Engineer EIT II Admin Cost Reproduction / Total Expense Cost Task Sub Total Complete Remaining
Engineer Cost Markup
.te $316.00 $296.00 $256.00 $221.00 $176.00 $120.00 Fees I Permitting
45 20 4 42 4 35 $35,700 $0 $0 $0 $0 $35,700
4 4 4 4 4 $5,100 $0 $5,100
8 16 $6,100 $0 $6,100
6 6 6 $5,000 $0 $5,000
6 6 12 $6,400 $0 $6,400
4 4 4 $3,400 $0 $3,400
7 15 $4,100 $0 $4,100
20 $2,400 $0 $2,400
10 $3,200 $0 $3,200
8
1
1
2
6
4
2
4
2
4
2
1
1
6 16
8 20
4 8
1
8 4
4
5
2
2 4
2
2
40 50
8 24
82 272
2 2
2 4
4 6
24 50
10 16
4 4
16 16
12 20
12
12 8
4 8
S 10
30
30 50
20 20
6 10
8 14
4
4 4
06 190
16 36
4 16
20 30
4 8
�
�
i�
$12,000 $1,200
100
800
500
�
1
Page 17 of 22
Task No.
6.0
S.0
8.1
s.o
9.1
EXHIBIT B-2
Level of Effort Spreadsheet - DRAFT
TASK/HOUR BREAKDOWN
Design Services for
FWCC Part 24 Access Road
City Project No. 104484
11/17/2025
Labor(hours) Expense
Task Description Senior project Project TotalLabor Subconsultant Travel/ percent Budget
Senior PM Project Manager Engineer EIT II Admin Cost Reproduction / Total Expense Cost Task Sub Total Complete Remaining
Engineer Cost Markup
Rate $316.00 $296.00 $256.00 $221.00 $176.00 $120.00 Fees I Permitting
Traffic Control - TxDOT Connection
Stormwater Quality
Details
Specifications and Bid Form
Quantities
QC
Address Comments
Coord with Adjacent Development
Site Visit
-Construction Phase Services
Pre-Con
Site Visits (5) /Meetings
Submittal Review (6)
RFI (3)
Final Walk Thru
Record Drawings
5urvey and SUE Services i
Design Survey
Permitting
Floodplain Services
Central City Models
Update Central City Models - Post Project
Workmaps/Exhibits
Tables/Model Output
Address USACE and City Comments (2)
CDC Model
Update CDC Models - Post Project
Workmaps/Exhibits
City Submittal
Valley Storage
QC
One (1) Round of Comments
FEMA
4 Scenarios
Effedive Flows/ Pre Model
Effective Flows/ Post Model
Preliminary-Revised Ex/Pre Project
Preliminary Proposed
Workmaps/Exhibits
Tables/Model Output
Report
� �� ]
�
Page 18 of 22
Task No. Task Description
QC
Address USACE and City Comments (2)
Attend up to faur (4) Meetings
Meeting Notes
92 TxDOT LOSA
Forms
Meetings with TxDOT (2)
Address Comments( 2 rounds)
EXHIBIT B-2
Level of Effort Spreadsheet - DRAFT
TASK/HOUR BREAKDOWN
Design Services for
FWCC Part 24 Access Road
City Project No. 104484
Labor (hours)
Senior project Project Total Labor
Senior PM Project Manager Engineer EIT II Admin Cost
Engineer
Rate $316.00 $296.00 $256.00 $221.00 $176.00 $120.00
2 2 $1,3(
6 40 40 $17,8(
8 10 5 $5,7(
1 5 $1,5(
4 10 $3,5(
4 6 $2,6(
4 12 40 $11,0(
(A) Total Fee
(B) Survey Fee
(C) Total Fee (-) survey Fee
FWCC
Non-FWCC
Total
$479,500
$15,900
$463,600
Water
$0.00
$0.00
$0.00
Sewer Roadway
$0.00 $479,500.00
$0.00 $0.00
$0.00 $479,500.00
Expens�
Subconsultant Travel/
Cost Markup Reproduction /
Fees I Permitting
Total
$479,500.00
$0.00
$479,500.00
11/17/2025
Total Expense Cost Task Sub Total Percent Budget
Complete Remaining
1
$ 30,800.00 $ 479,50D.00
Totals: $479,500 $0.00 0.00%
Project Summary
Total Hours 2,056
Total Labor $448,700
Total Expense $30,800
Page 19 of 22
1/21/2026
(A) TotalFee $64,000
(B) Survey Fee $0
(C) Total Fee (-) survey Fee $64,000
Water Sewer Roadway
FWCC $0.00 $0.00 $0.00
Non-FWCC $0.00 $0.00 $64,000.00
Total $0.00 $0.00 $64,000.00
Total
$0.00
$64,000.00
$64,000.00
Totals: $64,000 $0.00 0.00%
Project Summary
Total Hours 28S
TotalLabor $64,000
Total Expense $0
Page 1 of 1
EXHIBIT B-2
Level of Effort Spreadsheet - DRAFT
TASK/HOUR BREAKDOWN
Design Services for
USACE Rockwood Park and University Drive Option 3 Betterment Rockwood Lane Sidewalk
City Project No. 104484
1/21/2026
(A) TotalFee $35,000
(B) Survey Fee $0
(C) Total Fee (-) survey Fee $35,000
Water Sewer Roadway
FWCC $0.00 $0.00 $0.00
Non-FWCC $0.00 $0.00 $35,000.00
Total $0.00 $0.00 $35,000.00
Total
$0.00
$35,000.00
$35,000.00
Totals: $35,000 $0.00 0.00%
Project Summary
Total Hours 14S
Total Labor $32,200
Total Expense $2,500
Page 1 of 1
EXHIBIT B-2
Level of Effort Spreadsheet - DRAFT
TASK/HOUR BREAKDOWN
Design Services for
USACE Rockwood Park and University Drive Option 4 Betterment Signal Light Foundations and Conduit
City Project No. 104484
Percent Budget
Complete Remaining
EXHIBIT B-2 1/21/2026
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Sum
City Project No. 104484
Labor(hours) Expense
Total
Task Description Project Project Technical Total Labor Subconsultant Travel I Task Sub Percent Budget
Task No. Principal Manager Engineer EIT Support Admin Cost Reproduction / Expense Total Complete Remaining
Cost Markup I Cost
Rate Fees / Pemtitting
1.0 Design Management 45 239 146 88 4 46 $167,700 $0 $0 $3,000 $3,000 $170,700
Program Management 0 219 142 46 0 11 $132,000 $0 $0 $3:000 $3,000 $135,000
Part 2 Ham Branch 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 5 Beach 54-inch Water Line 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 13 Bypass Channel Segment D 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 14 Bypass Channel Segment C 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 24 University 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 24 University Access Road 45 20 4 42 4 35 $35,700 $0 $0 $0 $0 $35,700
USACE RPUD Option 3 Betterment 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
USACE RPUD Option 4 Betterment 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
2.0 ConceptualDesign(30%) 4 8 37 70 74 0 $42,400 $3,000 $300 $0 $3,300 $45,700
Program Management 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 2 Ham Branch 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 5 Beach 54-inch Water Line 0 0 7 18 0 0 $6,500 $0 $0 $0 $0 $6,500
Part 13 Bypass Channel Segment D 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 14 Bypass Channel Segment C 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 24 University 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 24 University Access Road 4 S 30 52 74 0 $35,900 $3,000 $300 $0 $3,300 $39,200
USACE RPUD Option 3 Betterment 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
USACE RPUD Option 4 Betterment 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
3.0 Preliminary Design (60%) 91 110 116 280 325 0 $210,600 $56,930 $3,420 $0 $60,350 $270,950
Program Management 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 2 Ham Branch 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 5 Beach 54-inch Wate� Line 0 22 43 74 0 0 $39,400 $43,570 $2,180 $0 $45,750 $85,150
Part 13 Bypass Channel Segment D 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 14 Bypass Channel Segment C 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 24 University 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 24 University Access Road 57 52 2 182 272 0 $123,100 $12,000 $1,200 $0 $13,200 $136,300
USACE RPUD Option 3 Betterment 20 26 55 10 33 0 $32,000 $0 $0 $0 $0 $32,000
USACE RPUD Option 4 Betterment 14 10 16 14 20 0 $16,100 $1,360 $40 $0 $1,400 $17,500
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
Page 1 of 4
EXHIBIT B-2 1/21/2026
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Sum
City Project No. 104484
Labor(hours) Expense
Total
Task Description Project Project Technical Total Labor Subconsultant Travel I Task Sub Percent Budget
Task No. Principal Manager Engineer EIT Support Admin Cost Reproduction / Expense Total Complete Remaining
Cost Markup I Cost
Rate Fees / Pemtitting
4.0 Final Design (90 % and 100%) 76 197 316 471 336 2 $347,800 $141,360 $7,040 $500 $148,900 $496,700
Program Management 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 2 Ham Branch 0 34 28 56 93 0 $48,500 $0 $0 $0 $0 $48,500
Part 5 Beach 54-inch Water Line 0 34 65 119 0 2 $62,100 $0 $0 $500 $500 $62,600
Part 13 Bypass Channel Segment D 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 14 Bypass Channel Segment C 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 24 University 9 71 152 166 0 0 $114,600 $140,000 $7,000 $0 $147,000 $261,600
Part 24 University Access Road 33 22 0 106 190 0 $74,500 $0 $0 $0 $0 $74,500
USACE RPUD Option 3 Betterment 20 26 55 10 33 0 $32,000 $0 $0 $0 $0 $32,000
USACE RPUD Option 4 Betterment 14 10 16 14 20 0 $16,100 $1,360 $40 $0 $1,400 $17,500
5.0 Bid Phase Services 0 22 43 12 0 8 $24,800 $13,000 $650 $0 $13,650 $38,450
rogram Management 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 2 Ham Branch 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 5 Beach 54-inch Water Line 0 10 22 8 0 4 $12,700 $1,000 $50 $0 $1,050 $13,750
Part 13 Bypass Channel Segment D 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 14 Bypass Channel Segment C 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 24 University 0 12 21 4 0 4 $12,100 $12,000 $600 $0 $12,600 $24,700
Part 24 University Access Road 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
USACE RPUD Option 3 Betterment 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
USACE RPUD Option 4 Betterment 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
6.0 Construction Phase Services 14 176 331 354 624 0 $342,100 $36,230 $1,815 $0 $38,045 $380,145
Program Management 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 2 Ham Branch 0 30 45 46 0 0 $35,600 $0 $0 $0 $0 $35,600
Part 5 Beach 54-inch Water Line 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 13 Bypass Channel Segment D 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 14 Bypass Channel Segment C 4 140 248 248 624 0 $278,200 $36,230 $1,815 $0 $38,045 $316,245
Part 24 University 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Part 24 University Access Road 10 6 38 60 0 0 $28,300 $0 $0 $0 $0 $28,300
USACE RPUD Option 3 Betterment 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
USACE RPUD Option 4 Betterment 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
Page 2 of 4
Task No. Task Description
7.0 ROW/Easement Services
Part 2 Ham Branch
Part 5 Beach 54-inch Water Line
Part 13 Bypass Channel Segment D
Part 14 Bypass Channel Segment C
Part 24 University
Part 24 University Access Road
USACE RPUD Option 3 Betterment
USACE RPUD Ootion 4 Betterment
EXHIBIT B-2 1/21/2026
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Sum
City Project No. 104484
Labor(hours) Expense
Total
Project Project Technical Total Labor Subconsultant Travel I Task Sub Percent Budget
Principal Manager Engineer EIT Support Admin Cost Reproduction / Expense Total Complete Remaining
Cost I Markup I Cost
Rate � Fees / Pemtitting
0 0 0 0 0
0 7 26 22 0
0 0 0 0 0
0 2 4 4 0
0 35 58 92 0
0 0 0 0 0
0 0 0 0 0
0 0 0 0 0
$0 $0 $0
$15,700 $18,300 $915
$0 $0 $0
$2,900 $3,600 $180
$52,200 $3,000 $150
$0 $0 $0
$0 $0 $0
$19,215� $34,91
Part 2 Ham Branch
Part 5 Beach 54-inch Water Line
Part 13 Bypass Channel Segment D
Part 14 Bypass Channel Segment C
Part 24 University
Part 24 University Access Road
USACE RPUD Option 3 Betterment
USACE RPUD Ootion 4 Betterment
0 0 0 0 0
0 4 6 7 0
0 0 0 0 0
0 0 0 0 0
0 2 4 4 0
0 0 2 0 6
0 0 0 0 0
0 0 0 0 0
$0 $0 $0
$5,000 $34,250 $1,715
$0 $0 $0
$0 $0 $0
$2,900 $40,320 $2,015
$1,600 $13,000 $1,300
$0 $0 $0
$40
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
Page 3 of 4
Task No. Task Description
g,p Permitting
Program Management
Part 2 Ham Branch
Part 5 Beach 54-inch Water Line
Part 13 Bypass Channel Segment D
Part 14 Bypass Channel Segment C
Part 24 University
Part 24 University Access Road
USACE RPUD Option 3 Betterment
USACE RPUD Option 4 Betterment
EXHIBIT B-2 1/21/2026
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FWCC Sum
City Project No. 104484
Labor(hours) Expense
Total
Project Project Technical Total Labor Subconsultant Travel I Task Sub Percent Budget
Principal Manager Engineer EIT Support Admin Cost Reproduction / Expense Total Complete Remaining
Cost Markup I Cost
Rate Fees / Pemtitting
93 60 127 492 347 0 $265,200 $77,580 $3,595 $0 $81,775 $346,975
0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
0 12 12 12 0 0 $10,800 $0 $0 $0 $0 $10,800
0 24 58 130 0 0 $57,800 $35,440 $1,770 $0 $37,210 $95,010
0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
0 18 57 96 0 0 $47,000 $42,440 $2,125 $0 $44,565 $91,565
93 6 0 254 347 0 $149,600 $0 $0 $0 $0 $149,600
0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
I Water Line Footage 9,610� 52 %
` Sewer Line Footage 8,745� 48 %
18,355 100 %
(A) Total Fee $1,948,665
(B) Survey Fee $102,100
(B) Roadway Fee $463,600
(C) Total Fee (-) Survey and Roadway Fee $1,382,965
` Water Fee (66 % of C)1 Sewer Fee (34 % of C) �
` $694,668.00 I $589,297.00 �
Description WP Water I Sewer I
L7esign 30 $770,012.00 $600,153.00 �
Total $1,370,165.00 �
Water Sewer Roadway Total
FWCC $507,189.00 $552,703.00 $479,500.00 $1,539,392.00
Non-FWCC $262,823.00 $47,450.00 $99,000.00 $409,273.00
Total $770,012.00 $600,153.00 $578,500.00 $1,948,665.00
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
Totals: $1,948,665 $0.00 0.00%
Project Summa
Total Hours 6,069
Total Labor $1,480,900
Total Expense $467,765
Page 4 of 4
EXHIBIT B-3
Engineer's Opinion of Probable Construction Cost
Design Sevices for
Fort Worth Central City Water and Sanitary Sewer Relocations
City Project No. 104484
Kimley-Horn and Associates, Inc.
Client: City of Fort Worth
Project: FWCC Part 5- Beach Street Water Relocations
KHA No.: 061018052
`�Title:
Line No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Water Improvements - Total Project
Description
3311.1174 54" Concrete AWWA C303 Water Pipe (Restrained Joints)
3305.2012 54" Water Carrier Pipe
3305.1307 72" Tunnel Liner Plate By Other Than Open Cut
3311.0441 12" Water Pipe
3305.2004 12" Water Carrier Pipe
3305.1104 24" Casinq By Other Than Open Cut
3305.0109 Trench Safety _
3311.0021 C303 Fittinqs
3305.0103 Exploratory Excavation of Existing Utilities _
3312.0113 Connection to Existinq 54" Water Main
3312.0105 Connection to Existing 12" Water Main _
3312.5003 54" AW WA Butterfly Valve, w/ vault
0241.1214 54" WaterAbandonment Plug �
3312.3005 12" Gate Valve
3312.1005 6" Combination Air Valve Assembly for Water �
3312.6003 8" Blow Off Valve
3304.0002 Cathodic Protection �
0241.1001 Water Line Groutinq
3292.04 Seeding, Hydromulch
3125.0101 SWPPP >_ 1 acre
0171.0101 Construction Staking
0171.0102 As-Built Survey
3305.011 Utility Markers
3301.0002 Post-CCTV Inspection
3471.0001 Traffic Control -
3211.0112 6" Flexible Base, Type A, GR-1
3305.0113 Trench W ater Stops �
9999.0006 Construction Allowance
❑ Conceptual Design
❑� Preliminary Design
❑ Final Design
This total does not reflect engineering or technical services.
Spec. No.
33 11 13
33 05 24
33 05 21
33 11 10, 33 11 12
33 05 24
33 05 22
33 05 10
33 11 13
33 05 30
33 12 25
33 12 25
33 12 21
02 41 14
33 12 20
33 12 30
33 12 60
330412
02 41 14
329213
31 25 00
01 70 00
01 70 00
33 05 26
33 01 31
34 71 13
32 11 23
33 05 15
00 00 00
Opinion of Probable Construction Cost
I Quantitv I
725
175
175
430
260
260
1155
1
4
2
1
1
2
2
1
1
1
520
5000
1
1
1
1
900
3
630
2
1
Subtotal:
Conting. (%,+/-)
�Total
Date: 7/30/2025
Prepared By: CPI
Checked Bv: CTD
Unit
LF
LF
LF
LF
LF
LF
LF
LS
EA
EA
EA
EA
EA
EA
EA
EA
LS
CY
SY
LS
LS
LS
LS
LF
MO
SY
EA
LS
Unit Price
$ 1,200
$ 800
$ 3,500
$ 250
$ 200
$ 750
$ 5
$ 200,000
$ 2,500
$ 75,000
$ 10,000
$ 325,000
$ 5,000
$ 8,000
$ 70,000
$ 35,000
$ 100,000
$ 320
$ 3
$ 20,000
$ 20,000
$ 20,000
$ 20,000
$ 3
$ 20,000
$ 40
$ 3,000
$ 250,000
30
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
I$
$
�� $
��
Cost 1
870,000 I
140,000 I
612,500 I
107,500 I
52,000 I
195,000 I
5,775 I
200,000 I
10,000 I
150,000 I
10,000 I
325,000 I
10,000 I
16,000 I
70,000 I
35,000 I
100,000 I
166,400 I
15,000 I
20,000 I
20,000 I
20,000 I
20,000 I
2,700 I
60,000 I
25,200 I
6,000 I
250,000
3,514,075
1,055,925
4,570,000
The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or
market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's
judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual
construction costs will not vary from its opinions of probable costs.
EXHIBIT B-3
Engineer's Opinion of Probable Construction Cost
Design Sevices for
Fort Worth Central City Water and Sanitary Sewer Relocations
City Project No. 104484
Kimley-Horn and Associates, Inc.
Client: City of Fort Worth
Project: FWCC Part 5- Beach Street Water Relocations
KHA No.: 061018052
`�Title:
Line No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Water Improvements - FWCC
Description
3311.1174 54" Concrete AWWA C303 Water Pipe (Restrained Joints)
3305.2012 54" Water Carrier Pipe
3305.1307 72" Tunnel Liner Plate By Other Than Open Cut
3311.0441 12" Water Pipe
3305.2004 12" Water Carrier Pipe
3305.1104 24" Casinq By Other Than Open Cut
3305.0109 Trench Safety �
3311.0021 C303 Fittinqs
3305.0103 Exploratory Excavation of Existing Utilities -
3312.0113 Connection to Existinq 54" Water Main
3312.0105 Connection to Existing 12" Water Main -
3312.5003 54" AW WA Butterfly Valve, w/ vault
0241.1214 54" WaterAbandonment Plug _
3312.3005 12" Gate Valve
3312.1005 6" Combination Air Valve Assembly for Water _
3312.6003 8" Blow Off Valve
3304.0002 Cathodic Protection �
0241.1001 Water Line Groutinq
3292.04 Seeding, Hydromulch
3125.0101 SWPPP >_ 1 acre
0171.0101 Construction Staking
0171.0102 As-Built Survey
3305.011 Utility Markers
3301.0002 Post-CCTV Inspection
3471.0001 Traffic Control
3211.0112 6" Flexible Base, Type A, GR-1
3305.0113 Trench W ater Stops
9999.0006 Construction Allowance
❑ Conceptual Design
❑� Preliminary Design
❑ Final Design
This total does not reflect engineering or technical services.
Spec. No.
33 11 13
33 05 24
33 05 21
33 11 10, 33 11 12
33 05 24
33 05 22
33 05 10
33 11 13
33 05 30
33 12 25
33 12 25
33 12 21
02 41 14
33 12 20
33 12 30
33 12 60
330412
02 41 14
329213
31 25 00
01 70 00
01 70 00
33 05 26
33 01 31
34 71 13
32 11 23
33 05 15
00 00 00
Opinion of Probable Construction Cost
Date: 7/30/2025
Prepared By: CPI
Checked Bv: CTD
I Quantitv I Unit
288 LF
175 LF
175 LF
0 LF
0 LF
0 LF
288 LF
1 LS
2 EA
2 EA
0 EA
1 EA
2 EA
0 EA
1 EA
1 EA
0.85 LS
260 CY
1000 SY
1 LS
1 LS
1 LS
1 LS
463 LF
3 MO
0 SY
2 EA
1 LS
Subtotal:
Conting. (%,+/-)
�Total
Unit Price
$ 1,200
$ 800
$ 3,500
$ 250
$ 200
$ 750
$ 5
$ 200,000
$ 2,500
$ 75,000
$ 10,000
$ 325,000
$ 5,000
$ 8,000
$ 70,000
$ 35,000
$ 100,000
$ 320
$ 3
$ 20,000
$ 20,000
$ 20,000
$ 20,000
$ 3
$ 20,000
$ 40
$ 3,000
$ 250,000
30
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
I$
$
�� $
��
Cost �r
345,600
140,000
612,500
1,440
170,000
5,000
150,000
325,000
10,000
70,000
35,000
85,000
83,200
3,000
20,000
20,000
20,000
20,000
1,389
60,000
6,000
250,000
2,433,129
736,871
3,170,000
The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or
market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's
judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual
construction costs will not vary from its opinions of probable costs.
EXHIBIT B-3
Engineer's Opinion of Probable Construction Cost
Design Sevices for
Fort Worth Central City Water and Sanitary Sewer Relocations
City Project No. 104484
Kimley-Horn and Associates, Inc.
Client: City of Fort Worth
Project: FWCC Part 5- Beach Street Water Relocations
KHA No.: 061018052
`�Title:
Line No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Water Improvements - non-FWCC
Description
3311.1174 54" Concrete AWWA C303 Water Pipe (Restrained Joints)
3305.2012 54" Water Carrier Pipe
3305.1307 72" Tunnel Liner Plate By Other Than Open Cut
3311.0441 12" Water Pipe
3305.2004 12" Water Carrier Pipe
3305.1104 24" Casinq By Other Than Open Cut
3305.0109 Trench Safety _
3311.0021 C303 Fittinqs
3305.0103 Exploratory Excavation of Existing Utilities _
3312.0113 Connection to Existinq 54" Water Main
3312.0105 Connection to Existing 12" Water Main _
3312.5003 54" AW WA Butterfly Valve, w/ vault
0241.1214 54" WaterAbandonment Plug �
3312.3005 12" Gate Valve
3312.1005 6" Combination Air Valve Assembly for Water �
3312.6003 8" Blow Off Valve
3304.0002 Cathodic Protection �
0241.1001 Water Line Groutinq
3292.04 Seeding, Hydromulch
3125.0101 SWPPP >_ 1 acre
0171.0101 Construction Staking
0171.0102 As-Built Survey
3305.011 Utility Markers
3301.0002 Post-CCTV Inspection
3471.0001 Traffic Control -
3211.0112 6" Flexible Base, Type A, GR-1
3305.0113 Trench W ater Stops �
9999.0006 Construction Allowance
❑ Conceptual Design
❑� Preliminary Design
❑ Final Design
This total does not reflect engineering or technical services.
Spec. No.
33 11 13
33 05 24
33 05 21
33 11 10, 33 11 12
33 05 24
33 05 22
33 05 10
33 11 13
33 05 30
33 12 25
33 12 25
33 12 21
02 41 14
33 12 20
33 12 30
33 12 60
330412
02 41 14
329213
31 25 00
01 70 00
01 70 00
33 05 26
33 01 31
34 71 13
32 11 23
33 05 15
00 00 00
Opinion of Probable Construction Cost
I Quantitv I
437
0
0
430
260
260
867
0
2
0
1
0
0
2
0
0
0.15
260
4000
0
0
0
0
437
0
630
0
0
Subtotal:
Conting. (%,+/-)
�Total
Date: 7/30/2025
Prepared By: CPI
Checked Bv: CTD
Unit
LF
LF
LF
LF
LF
LF
LF
LS
EA
EA
EA
EA
EA
EA
EA
EA
LS
CY
SY
LS
LS
LS
LS
LF
MO
SY
EA
LS
Unit Price
$ 1,200
$ 800
$ 3,500
$ 250
$ 200
$ 750
$ 5
$ 200,000
$ 2,500
$ 75,000
$ 10,000
$ 325,000
$ 5,000
$ 8,000
$ 70,000
$ 35,000
$ 100,000
$ 320
$ 3
$ 20,000
$ 20,000
$ 20,000
$ 20,000
$ 3
$ 20,000
$ 40
$ 3,000
$ 250,000
30
��
II Cost �
$ 524,400
$ -
$ -
$ 107,500
$ 52,000
$ 195,000
$ 4,335
$ 30,000
$ 5,000
$ -
$ 10,000
$ -
$ -
$ 16,000
$ -
$ -
$ 15,000
$ 83,200
$ 12,000
$ -
$ -
$ -
$ -
$ 1,311
$ -
$ 25,200
$ -
$ -
I$ 1,080,94b`
$ 329,054
�� $ 7,410,000
The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or
market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's
judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual
construction costs will not vary from its opinions of probable costs.
EXHIBIT B-3
Engineer's Opinion of Probable Construction Cost
Design Sevices for
Fort Workh Central City Water anci Sanitary Sewer Re�ocations
Ciky Project No. 1U4484
Kimley-Horn and Associates, Inc.
Client: City of Fort Worth
Project: FWCC Part 24 - University Drive - Water and Sanitary Sewer Relocations
KHA No.: 061018052
��Title: 60% Design Summary
�Project Description
Sanitary Sewer
FWCC Part 24 University Dr Sewer Line Improvements
Total Sanitary Sewer
Water
FWCC Part 24 University Dr Water Line Improvements
Non-FWCC Part 24 University Dr Water Line Improvements
Total Water
FWCC Cost
FWCC Part 24 University Dr Sewer Line Improvements
FWCC Part 24 University Dr Water Line Improvements
Total FWCC
Non-FWCC Cost
Non-FWCC Part 24 University Dr Water Line Improvements
Total Non-FWCC
❑ No Design Completed
❑✓ Preliminary Design
❑ Final Design
This total does not reflect engineering or technical services.
Opinion of Probable Construction Cost
Date:
Prepared By:
Checked By:
9/4/20251�
RJS
CTD
��
Total �
2,493 LF $4,170,000
$4,170,000
5,705 LF $4,233,000
2,324 LF $2,130,000
$6,363,000
Project Total $10.533.000
2,493 LF $4,170,000
5,705 LF $4,233,000
$8,403,000
2,324 LF $2,130,000
$2,130,000
Project Total $10.533.000
The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over
competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time
and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not
guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable costs.
K:\FT W_Utilities\061018052\U n iversity\W KS\O PCC\60 %\2025-09-04-OPCC_Part-24-U niversity_60 %
Kimley-Horn and Associates, Inc.
`IClient City of Fort Worth
Project: FWCC Part 24 - University Drive - Water and Sanitary Sewer Relocations
KHA No.: 061018052
`�Title: FWCC Part 24 University Dr Sewer Line Improvements
Line No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
20
21
22
23
24
25
26
27
28
29
30
31
32
33
❑
0
❑
Description
0241.2201 Remove 4' Sewer Manhole
0241.2001 Sanitary Line Grouting
0241.2105 12" Abandonment Plug
0241.2119 66" Abandonment Plug
3201.0121 4' Wide Asphalt Pvmt Repair, Arterial
3292.0400 Seeding, Hydromulch
3301.0001 Pre-CCTV Inspection
3301.0002 Post-CCTV Inspection
3301.0101 Manhole Vacuum Testing
3303.0001 Bypass Pumping
3305.0103 Exploratory Excavation of Existing Utilities
3305.0109 Trench Safety
3305.0112 Concrete Collar
3305.0116 Concrete Encasement for Utility Pipes
3305.1103 20" Casing By Other Than Open Cut
3305.1104 24" Casing By Other Than Open Cut
3305.3002 8" Sewer Carrier Pipe
3331.3101 4" Sewer Service
3331.3101 4" 2-Way Cleanout
3331.3105 4" Private Sewer Service
3331.3311 4" Sewer Service, Reconnection
3331.4115 8" Sewer Pipe
3331.4208 12" Sewer Pipe
3305.3004 12" Sewer Carrier Pipe
�
�
3331.4721 66" Fiberglass Sewer Pipe =
3305.3018 66" Sewer Carrier Pipe
3339.0001 Epoxy Manhole Liner �
3339.0002 Epoxy Structure Liner
3339.1001 4' Manhole
3339.1003 4' Extra Depth Manhole
3339.1103 5' Extra Depth Manhole
3339.1105 5' Type A Manhole
9999.0001 88" Casing By Other Than Open Cut
9999.0002 Sanitary Sewer Junction Structure A
9999.0002 Sanitary Sewer Junction Structure B
No Design Completed
Preliminary Design
Final Design
This total does not reflect engineering or technical services.
Spec
02 d1 14
02 41 14
02 41 14
02 41 14
32 01 17
32 92 13
33 01 31
33 01 30
33 03 10
33 01 31
33 05 30
33 05 10
33 05 17
33 05 10
33 05 22
33 05 22
33 05 24
33 31 50
33 31 12
33 31 50
33 31 50
33 11 1 Q 33 31 12, 33 31 20
33 11 10, 33 31 12, 33 31 20
33 05 24
33 31 13
33 05 24
33 05 24
33 39 60
33 39 10, 33 39 20
33 39 10, 33 39 20
33 39 10, 33 39 20
33 39 10, 33 39 20
00 00 00
33 39 21
33 05 22
Opinion of Probable Construction Cost
Date: 9/4I2025}�
Prepared By: RJS�
Checked By: CTD�
Quantity Unit
4 EA
440 CY
4 EA
2 LF
744 LF
2,141 SY
2,410 LF
2,493 LF
13 EA
1 LS
2 EA
1,846 LF
9 EA
4 CY
273 LF
155 LF
273 LF
5 EA
5 EA
41 LF
5 EA
40 LF
1,546 LF
155 LF
260 LF
219 LF
143 VF
1,420 SF
9 EA
90 VF
27 VF
2 EA
219 LF
1 EA
1 EA
Subtotal:
Continq. (%,+/-)
�Total
Unit Price
$2,000.(
$225.(
$1,500.(
$10,000.(
$100.(
$5.(
$12.(
$8.(
$250,000
$2,500
$10
$500
$150
$700
$1,000
$200
$1,250
$1,250
$1,550
$1,100
$500
$40
$7,500
$1,000
$500
$8,000
$3,300
$80,000
$50.000
30
Cost
$8,000
$99,000
$6,000
$20,000
$74,400
$10,705
$28,920
$19,944
$6,500
$250,000
$5,000
$18,460
$4,500
$525
$191,100
$155,000
$54,600
$6,250
$6,250
$2,050
$2,500
$8,800
$340,120
$77,500
$403,000
$240,900
$71,500
$56,800
$67,500
$89,500
$13,500
$16,000
$722,700
$80,000
$50.000
$3,207,524
$962,476
$4,170,000
The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or
market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's
judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual
construction costs will not vary from its opinions of probable costs.
K:\FTW_Utilities\061018052\University\W KS\OPCC\60 % \2025-09-04-OPCC_Part-24-University_60 %
Kimley-Horn and Associates, Inc.
`IClient City of Fort Worth
Project: FWCC Part 24 - University Drive - Water and Sanitary Sewer Relocations
KHA No.: 061018052
��Title:
Line No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
FWCC Part 24 University Dr Water Line Improvements
Descri ption
0241.0100 Remove Sidewalk
0241.0401 Remove Concrete Drive
0241.1001 Water Line Grouting _
0241.1118 4"-12" Pressure Plug
0241.1208 20" Water Abandonment Plug _
0241.1218 4"-12" WaterAbandonment Plug
0241.1300 Remove Concrete Curb & Gutter _
0241.1302 Remove 6" Water Valve
0241.1303 Remove 8" Water Valve _
0241.1353 Salvage 20" Water Valve
0241.1510 Salvage Fire Hydrant �
0241.1514 Salvage 2" Water Meter
3201.0121 4' Wide Asphalt Pvmt Repair, Arterial
3201.0122 5' Wide Asphalt Pvmt Repair, Arterial
3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial
3292.0400 Seeding, Hydromulch
3213.0301 4" Concrete Sidewalk
3213.0400 5" Concrete Driveway
3216.0101 6" Concrete Curb and Gutter *
3304.0002 Cathodic Protection
3305.0101 Fire Hydrant Stem Extension
3305.0103 Exploratory Excavation of Existing Utilities
3305.0109 Trench Safety
3305.1104 24" Casing By Other Than Open Cut
3305.1107 42" Casing By Other Than Open Cut
3305.2004 12" Water Carrier Pipe
3305.2007 24" Water Carrier Pipe '
3311.0001 Ductile Iron Water Fittings w/ Restraint
3311.0161 6" PVC Water Pipe a
3311.0242 8" Water Pipe, CSS Backfill
3311.0462 12" PVC Water Pipe, CSS Backfill �
3311.0644 24" Water Pipe (Restrained Joints)
3312.0001 Fire Hydrant �
3312.0107 Connection to Existing 20" Water Main
3312.0113 Connection to Existing 54" Water Main
3312.0117 Connection to Existing 4"-12" Water Main
3312.2201 2" Water Service, Meter Reconnection
3312.2203 2" Water Service
3312.3002 6" Gate Valve
3312.3003 8" Gate Valve
3312.3005 12" Gate Valve �
3312.3008 24" Gate Valve w/ Vault
3312.6002 6" Blow Off Valve
❑ No Design Completed
❑� Preliminary Design
❑ Final Design
This total does not reflect engineering or technical services.
�
�
�
`
r
�
�
�
�
�
�
�
�
Spec
02 d1 13
02 41 13
02 41 14
02 41 14
02 41 14
02 41 14
02 41 15
02 41 14
02 41 14
02 41 14
02 41 14
02 41 14
32 01 17
32 01 17
34 01 17
32 92 13
32 13 20
32 13 20
32 16 13
33 04 12
33 05 14
33 05 30
330510
33 05 22
33 05 22
33 05 24
33 05 24
33 11 11
33 11 12
33111Q331112
33 11 12
T
1
*
`
r
�
�
�
�
�
7
1
�
33 11 10, 33 11 12, 33 11 13, 33 11 14
33 12 40
33 12 25
33 12 25
33 12 25
� 331210 �
33 12 10
� 331220 �
33 12 20
. 331220 .
33 12 20
33 12 60
Opinion of Probable Construction Cost
� Quantity �
20
945
196
1
6
2
29
3
1
2
4
2
1,356
136
0
7,602
20
945
29
1
2
4
5,120
460
100
460
100
7
25
244
1, 865
� 3,011
2
1
1
2
2
2
2
2
5
4
1
Subtotal:
Continq. (%,
�Total
Date: 9/4I2025��
Prepared By: RJS
Checked By: CTD
Unit �
SF
SF
CY
EA
EA
EA
LF
EA
EA
EA
EA
EA
LF
LF
SY
SY
SF
SF
LF
LS
EA
EA
LF
LF
LF
LF
LF
TON
LF
LF
LF
LF
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
+/-1
Unit Price II
$4.56
$4.50
$350.00
$1, 500.00
$z,000.00
$700.00
$12.00
$850.00
$850.00
$2,300.00
$1, 750.00
$450.00
$90.00
$100.00
$175.00
$6.00
$25.00
$30.00
$50.00
$50,000.00
$550.00
$3,000.00
$12.00
$800.00
$900.00
$180.00
$300.00
$9, 500.00
$100.00
$200.00
$200.00
$500.00
$4, 500.00
$15, 000.00
$20,000.00
$3,000.00
$2,000.00
$1,750.00
$2,000.00
$3, 500.00
$3,000.00
$35,000.00
30
Cost
$90
$4,253
$68,600
$1,500
$12,000
$1,400
$348
$2,550
$850
$4,600
$7,000
$900
$122,040
$13, 600
$0
$45, 612
$500
$28,350
$1,450
$50,500
$1,100
$12,000
$61,440
$368,000
$90,000
$82,800
$30,000
$66,120
$2,500
$48,800
$373,000
$1,505,500
$9,000
$15, 000
$20,000
$6,000
$4,000
$3,500
$4,000
$7,000
$15, 000
$14Q000
$25,000
$3,25$,903
$977, 098
$4,233,000 ��
The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions.
Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional
familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable
costs.
K:\FTW_Utilities\061018052\University\W KS\OPCC\60 % \2025-09-04-OPCC_Part-24-University_60 %
Kimley-Horn and Associates, Inc.
Client: City of Fort Worth
Project: FWCC Part 24 - University Drive - Water and Sanitary Sewer Relocations
KHA No.: 061018052
`�Title: Non-FWCC Part 24 University Dr Water Line Improvements
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
3311.0241 8" Water Pipe
3311.0441 12" Water Pipe
3311.0541 16" Water Pipe
3311.0644 24" Water Pipe (Restrained Joints)
3305.2007 24" Water Carrier Pipe
3305.1107 42" Casing By Other Than Open Cut
3311.0001 Ductile Iron Water Fittings w/ Restraint
3312.0001 Fire Hydrant
3312.3002 6" Gate Valve
3312.3003 8" Gate Valve
3312.3005 12" Gate Valve
3312.3006 16" Gate Valve w/ Vault i
3312.3008 24" Gate Valve w/ Vault
0241.1001 Water Line Grouting -
0241.1302 Remove 6" Water Valve
0241.1303 Remove 8" Water Valve -
0241.1305 Remove 12" Water Valve
0241.1353 Salvage 20" Water Valve ,
0241.1354 Salvage 24" Water Valve
0241.1510 Salvage Fire Hydrant
3312.0106 Connection to Existing 16" Water Main
3312.0107 Connection to Existing 20" Water Main
3312.0108 Connection to Existing 24" Water Main
3312.0117 Connection to Existing 4"-12" Water Main
3201.0113 6' Wide Asphalt Pvmt Repair, Arterial
3305.0103 Exploratory Excavation of Existing Utilities
3305.0109 Trench Safetv
❑ No Design Completed
0 Preliminary Design
❑ Final Design
This total does not reflect engineering or technical services.
33111Q331112
33 11 10, 33 11 12
33111Q331112
33 11 10, 33 11 12, 33 11 13,
33 11 14
33 05 24
33 05 22
33 11 11
33 12 40
33 12 20
33 12 20
33 12 20
33 12 20
33 12 20
02 41 14
02 41 14
02 41 14
02 41 14
02 41 14
02 41 14
02 41 14
33 12 25
33 12 25
33 12 25
33 12 25
32 01 17
33 05 30
33 05 10
Opinion of Probable Construction Cost
Date: 9/4I2025�(
Prepared By: RJS �
Checked By: CTD;
293 LF
49 LF
86 LF
1,649 LF
140 LF
140 LF
12 TON
4 EA
4 EA
4 EA
1 EA
2 EA
2 EA
147 CY
5 EA
1 EA
1 EA
1 EA
1 EA
4 EA
1 EA
1 EA
1 EA
5 EA
1,953 LF
5 EA
1.953 LF
Subfotal:
Conting. ( % ,+/-)
�Total
$180
$10,000.00
$35,000.00
$300.00
$850.00
$850.00
$1,500.00
$2,300.00
$2, 500.00
$1, 750.00
$1 Q000.00
$15,000.00
$2Q000.00
$3,000.00
$50.00
$3,000.00
$12.00
30
$52,740
$11,025
$32,250
$824,500
$77,000
$126,000
$111,150
$18,000
$8,000
$14,000
$4,000
$20,000
$70,000
$43,971
$4,250
$850
$1,500
$2,300
$2,500
$7,000
$10,000
$15,000
$20,000
$15,000
$97,650
$15,000
$23,436
$1, �37,�22
$492,178
$2,130,000
The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market
conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a
design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual construction costs will not vary
from its opinions of probable costs.
K:\FTW_Utilities\061018052\University\W KS\OPCC\60 % \2025-09-04-OPCC_Part-24-University_60 %
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, February 10, 2026 REFERENCE NO.: **M&C 26-0112
LOG NAME: 60FWCCWSSRA1-KHA
SUBJECT:
(CD 2, CD 8, CD 9 and CD 11) Authorize Execution of Amendment No. 1 in the Amount of $1,948,665.00 to
an Engineering Agreement with Kimley-Horn and Associates, Inc. for the Fort Worth Central City Water and
Sanitary Sewer Relocations Project, Adopt a Resolution Expressing Official Intent to Reimburse
Expenditures with Proceeds of Future Debt, Adopt Appropriation Ordinances to Effect a Portion of Water's
Contribution to the Fiscal Years 2026-2030 Capital Improvement Program and Amend Transportation and
Public Works Department's Fiscal Years 2026-2030 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of Amendment No. 1 to City Secretary Contract No. 61230 an Engineering
Agreement with Kimley-Horn and Associates, Inc., in the amount of $1,948,665.00 for construction
support services for the Fort Worth Central City Water and Sanitary Sewer Relocations project for a
revised contract amount of $4,396,765.00;
2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds
from future debt and/or annual payments from the Tarrant Regional Water District for the Fort Worth
Central City Water and Sewer Relocations project;
3. Adopt the attached appropriation ordinance adjusting appropriations in the Water & Sewer
Commercial Paper Fund by increasing appropriations in the Fort Worth Central City Water and
Sanitary Sewer Relocations (City Project No. 104484) in the amount of $1,059,892.00 and
decreasing appropriations in the Water & Sewer Commercial Paper project (City Project No.
UCMLPR) by the same amount;
4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the
General Capital Projects Fund by increasing estimated receipts and appropriations in Fort Worth
Central City Water and Sanitary Sewer Relocations project (City Project No. 104484) in the amount
of $628,500.00 and decreasing estimated receipts and appropriations in the Unspecified All-
Funds project (City Project No. UNSPEC) by the same amount;
5. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the
Water & Sewer Revenue Bonds Series 2023 Fund by increasing estimated receipts and
appropriations in the Fort Worth Central City Water and Sanitary Sewer Relocations project (City
Project No. 104484) in the amount of $430,273.00, and decreasing estimate receipts and
appropriations in the Commercial Paper project (City Project No. UCMLPR) by the same amount
and to effect a portion of Water's contribution to the Fiscal Year's 2026-2030 Capital Improvement
Program; and
6. Amend the Transportation & Public Works Contribution to the Fiscal Years 2026-2030 Capital
Improvement Program.
DISCUSSION:
On March 26, 2024, Mayor and Council Communication (M&C) 24-0256, the City Council authorized an
engineering agreement in the amount of $2,448,100.00 with Kimley-Horn and Associates, Inc., (City
Secretary Contract No. 61230) for the Fort Worth Central City Water and Sanitary Sewer Relocations
project.
Amendment No. 1 provides for the following: Water line relocations on Beach Street North of Trinity River
to avoid conflicts with the United States Army Corps of Engineers (USACE) Rockwood Park and Gateway
Oxbow Ecosystem Restoration project; Sanitary Sewer Relocations to avoid conflicts with USACE South
Bypass Channel project near Henderson Street and the West Fork Trinity River area north of downtown;
water and sanitary sewer relocations associated with the to avoid conflicts with USACE University Drive
project from Jacksboro Highway to Rockwood Park Drive north of the West Fork Trinity River; design of a
5 foot sidewalk on Rockwood Lane from University Drive to Rockwood Park and design of traffic signal
foundations and conduits at the N. University Drive/Rockwood Lane and N. University Drive/Rockwood
Park Drive intersections; additional project management and design for the access road to provide access
for vehicular traffic during the closure of University Drive during the USACE project. The Water
Department is responsible for the water and sanitary sewer relocations while the Transportation and
Public Works Department is responsible for the access road.
In addition to the amendment, $120,000.00 (Water: $70,000.00; Sewer: $50,000.00) is provided for
additional staff project costs and $50,000.00 (TPW) is provided for real property acquisition costs.
This project is anticipated to be repaid from a series of annual reimbursements from the Tarrant Regional
Water District (TRWD) as part of the Fort Worth Central City (FWCC) Water & Sewer Relocations project.
In the event any bond-eligible costs are not fully reimbursed by TRWD, those costs would be anticipated
to be included in a future revenue bond issue for the Water & Sewer Fund. Available cash within the Water
and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the
Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until the
debt is issued. Once payment is received from TRWD and/or debt associated with the unreimbursed
portions of this project is sold, those funds will be used to reimburse the Water and Sewer portfolio and the
City's portfolio in accordance with the attached reimbursement resolution. Under federal law, debt must be
issued within approximately three years in order for these expenses to be reimbursable. Adoption of the
attached resolution does not obligate the City to sell bonds but preserves the ability of the City to
reimburse itself from tax-exempt bond proceeds.
It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan
throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence,
additional funding needs are identified, and to comply with bond covenants.
Funding is budgeted in the W&S Commercial Paper project within the W&S Commercial Paper Fund, in
the Contract Street Maintenance Programmable project within the General Capital Projects Fund, and in
the Commercial Paper project within the W&S Revenue Bonds Series 2023 Fund for the purpose of
funding the Fort Worth Central City Water and Sanitary Sewer Relocations project.
Out of the $1,948,665.00 amount, $1,539,392.00 (Water: $507,189.00; Sewer $552,703.00; TPW:
$479,500.00) is considered Trinity River Vision (TRV) related work, which is eligible for funding from Tax
Increment Reinvestment Zone No. 9(TRVA TIF) pursuant to the TRVA Project Plan. Having met its $26.6
million commitment to the TRV Project, the City will be reimbursed the amount of $1,059,892.00 for the
water and sanitary sewer relocations by the Tarrant Regional Water District (TRWD), in accordance with
the provisions of the executed Interlocal Agreement between the City and the TRWD (City Secretary
Contract No. 43425, as amended). The FWCC Program Manager in the FW Lab Department will be
responsible for collecting the full reimbursement from TRWD at the end of each fiscal year.
Funding for the Fort Worth Central City Water and Sanitary Sewer Relocations are depicted below:
Fund
W&S
Commercial
Paper — Fund
56026
W&S Rev
Bonds Series
2023 — Fund
56021
Existing Additional � �
Appropriations , Appropriations Project Total*
$27,361,047.77
$0.00
$1,059,892.00 $28,420,939.77
$430,273.00 $430,273.00
W&S Capital
Projects — Fund $28,017,620.49 $0.00 $28,017,620.49
56002
General Capital
Projects — Fund
30100
Project Total
$0.00
II �55,378,668.26 �
$628,500.00 $628,500.00
$2,118,665.00�� $57,497,333.26�
*Numbers rounded for presentation purposes.
The project is located in COUNCIL DISTRICT 2 AND 9.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the Commercial Paper project within the W&S
Commercial Paper Fund, and the Commercial Paper project within the W&S Rev Bonds Series 2023
Fund, and the Contract Street Maintenance programmable project within the General Capital Projects
Fund and upon approval of the above recommendations and adoption of the attached appropriation
ordinance, funds will be available in the W&S Commercial Paper Fund and the W&S Rev Bonds Series
2023 Fund for the FWCC Water & Sewer Relocations project. Prior to an expenditure being incurred, the
Water and the Transportation and Public Works Departments have the responsibility of verifying the
availability of funds.
FUND IDENTIFIERS fFIDs).:
TO
Fundl Department �Accoun� Project Program�Activity Budget
ID � ID � Year
Reference # Amoun�
(Chartfield 2)
FROM
Fund Department ccoun Project Program ctivity Budget � Reference # moun
� ID � ID Year , (Chartfield 2) �
CERTIFICATIONS:
Submitted for City Manaqer's Office by:
Oriainatina Deaartment Head:
Additional Information Contact:
Jesica McEachern (5804)
Chris Harder (5020)
Bijay Upreti (8909)
ATTACHMENTS
1. 60FWCCWSSRA1-KHA FID TABLE (WCF 01.15.26).xlsx (CFW Internal)
2.60FWCCWSSRA1-KHA.bdf (Public)
3. 60FWCCWSSRA1-KHA FundsAvail.docx (CFW Internal)
4. Commercial Paner as of 12.23.2025.x1sx (CFW Internal)
5. Form 1295 Certificate 101435690.odf (CFW Internal)
6.ORD.APP 60FWCCWSSRA1-KHA 30100 A026(R4).docx (Public)
7.ORD.APP 60FWCCWSSRA1-KHA 56021 A026(R5).docx (Public)
8.ORD.APP 60FWCCWSSRA1-KHA 56026_A026(R3).docx (Public)
9. PBS CPN 104484.pdf (Public)
10. RESOLUTION - 60 FWCCWSSRA1-KHA- REIMBURSE EXPENDITURES.docx
(Public)
60FWCCWSSRAI - KHA FID TABLE
1 2 3 56026
1 2 3 56026
1 2 3 56026
1 & 5 56021
1 & 5 56021
1 & 5 56021
1 & 5 56021
1 & 5 56021
1 & 5 56021
1 & 4 30100
1 & 4 30100
1 & 4 30100
1 & 4 30100
0600430
0600430
0700430
0600430
0600430
0700430
0600430
0600430
0700430
0200431
0200431
0200431
0200431
1&4 30100
1&4 30100
4 30100
1 & 5 56021
1 & 5 56021
1 & 5 56021
1 & 2 56026
1 & 2 56026
1 & 5 56021
1 & 5 56021
5 56021
5 56021
1 & 4 30100
4 30100
0200431
0200431
0200431
0600430
0600430
0700430
0600430
0700430
0600430
0700430
0600430
0700430
0200431
0200431
UCMLPR
104484
104484
4905151 UCMLPR
4905151 104484
4905151 104484
UCMLPR
104484
104484
4910100 UNSPEC
4910100 104484
UNSPEC
104484
4910100 UNSPEC
4910100 104484
4910100 104484
4905151 UCMLPR
4905151 104484
4905151 104484
5330500 104484
5330500 104484
5330500 104484
5330500 104484
5110101 104484
5110101 104484
5330500 104484
5710100 104484
UNSPEC
002430
002480
UNSPEC
001730
001730
001730
001730
001730
001730
001730
001730
002430
002480
2026
2026
2026
2026
2026
2026
2026
2026
2026
2026
2026
2026
2026
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
($1,059,892.00)
$507,189.00
$552,703.00
($430,273.00)
$332,823.00
$97,450.00
($430,273.00)
$332,823.00
$97,450.00
($628,500.00)
$628,500.00
($628,500.00)
$628,500.00
($578,500.00)
($50,000.00)
$430,273.00
($332,823.00)
($97,450.00)
Increase TPW Funding
Increase TPW Funding
Increase TPW Funding
Increase TPW Fundin�
Increase TPW Funding
Increase TPW Funding
Increase TPW Funding
$507,189.00 Contract - FWCC Eligible
$552,703.00 Contract - FWCC Eligible
$262,823.00 Contract - non-FWCC
$47,450.00 Contract - non-FWCC
$70,000.00 Water Staff Cost
$50,000.00 Water Staff Cost
$578,500.00 Contract
$50,000.00 ROW/Easement
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.
Kimley-Horn and Associates, Inc.
Dallas, TX United States
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Fort Worth
FORM 1295
1 of 1
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2025-1370491
Date Filed:
09/30/2025
Date Acknowledged:
g Provide the identification number used by the governmental entity 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.
CPN 104484
Fort Worth Central City Water and Sanitary Sewer Relocations — Amendment 1, CPN 104484
Nature ofinterest
4
Name of Interested Party City, State, Country (place of business) (check applicable)
Controlling Intermediary
Flanagan, Tammy Dallas, TX United States X
McEntee, David
Keil, Ashley
Mutti, Brent
5 Check only if there is NO Interested Party.
6 UNSWORN DECLARATION
My name is Tyler Henrichs
I-
Dallas, TX United States
Dallas, TX United States
Dallas, TX United States
My address is 13455 Noel Rd> Two Galleria Tower, Suite 700 Dallas
�
X
X
. and my date of birth is �
(city)
, TX 75240 , USA
(state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Dallas County, State of Texas on the 30th day of September 20 25 .
Forms provided by Texas Ethics Commission
(month) (year)
� 7 / ��v�7i
Signature of authoriz�agent of contracting business entity
(Declarant)
www.ethics.state.tx.us Version V4.1.O.f10dOfd8
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Kimley-Horn and Associates, Inc.
Subject of the Agreement: Fort Worth Central City Water and Sanitary Sewer Relocation
M&C Approved by the Council? * Yes ❑✓ No ❑
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑✓ No ❑ 61230-A1
If �so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes 0 No ❑
If �unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: 2/10/2026 Expiration Date: N/A
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes ❑✓ No ❑
*If �so, please ensure it is attached to the approving M&C or attached to the contract.
Proj ect Number: If applicable. 104484
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes ❑✓ No ❑
Contracts need to be routed for CSO processin� in the followin� order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.