Loading...
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.