HomeMy WebLinkAbout064831 - Construction-Related - Contract - Shield Engineering Group, PLLCCSC No. 64831
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL
SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality
("CITY"), and Shield Engineering Group, PLLC., authorized to do business in Texas,
("ENGINEER"), for a PROJECT generally described as: Cast Iron Water Main
Replacements-Downtown Fort Worth Area, Part 3— Project No. 105779.
Article I
Scope of Services
The Scope of Services is set forth in Attachment A. Negotiated changes to this
Agreement, if any, are included in Attachment C.
Article II
Compensation
The ENGINEER's compensation shall be in the amount up to $1,250,477.00 as set
forth in Attachment B. Payment shall be considered full compensation for all labor
(including all benefits, overhead and markups), materials, supplies, and equipment
necessary to complete the Services.
Engineer shall provide monthly invoices to City. The Engineer shall provide the City
sufficient documentation, including but not limited to meeting the requirements set forth in
Attachment D to this AGREEMENT, to reasonably substantiate the invoices.
Payments for services rendered shall be made in accordance with the Texas
Prompt Payment Act (Texas Government Code Ch. 2251).
Acceptance by Engineer of said payment shall release City from all claims or
liabilities under this Agreement for anything related to, perFormed, or furnished in
connection with the Services for which payment is made, including any act or omission of
City in connection with such Services.
Article III
Term
Time is of the essence. Unless otherwise terminated pursuant to Article VI. D.
herein, this Agreement shall be for a term beginning upon the effective date, as described
below, and shall continue until the expiration of the funds or completion of the subject
matter contemplated herein pursuant to the schedule, whichever occurs first. Unless
specifically otherwise amended, the original term shall not exceed five years from the
original effective date.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: August 18, 2025
Page 1 of 15
Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
105779
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Article IV
Obligations of the Engineer
A.
B.
General
The ENGINEER will serve as the CITY's professional engineering
representative under this Agreement, providing professional engineering
consultation and advice and furnishing customary services incidental thereto.
Standard of Care
The ENGINEER shall perform its services:
(1) with the professional skill and care ordinarily provided by competent
engineers practicing under the same or similar circumstances and
professional license; and
(2) as expeditiously as is prudent considering the ordinary professional
skill and care of a competent engineer.
C. Designation of Engineer's Personnel
(1) The ENGINEER and CITY shall agree upon the
designation of the ENGINEER's "Project Manager" prior to starting work on
contract.
(2) ENGINEER shall inform CITY in writing of a proposed
change to their designated project manager prior to making the change or
immediately upon receiving notification that the designated project manager
is separating employment with the ENGINEER.
(3) ENGINEER shall provide resumes to the CITY of the
proposed replacement project manager(s), who shall have similar
qualifications and experience as the outgoing person, for review and
approval.
D. Subsurface Investigations
(1) The ENGINEER shall advise the CITY with regard to the necessity for
subcontract work such as special surveys, tests, test borings, or other
subsurface investigations in connection with design and engineering
work to be performed hereunder. The ENGINEER shall also advise the
CITY concerning the results of same. Such surveys, tests, and
investigations shall be furnished by the CITY, unless otherwise
specified in Attachment A.
City of Fort Worth, Texas Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
Standard Agreement for Engineering Related Design Services 105779
Revised Date: August 18, 2025
Page 2 of 15
(2) In soils, foundation, groundwater, and other subsurface investigations,
the actual characteristics may vary significantly between successive
test points and sample intervals and at locations other than where
observations, exploration, and investigations have been made.
Because of the inherent uncertainties in subsurface evaluations,
changed or unanticipated underground conditions may occur that could
affect the total PROJECT cost and/or execution. These conditions and
cost/execution effects are not the responsibility of the ENGINEER.
E.
F
Preparation of Engineering Drawings
The ENGINEER will provide to the CITY the original drawings of all plans in
ink on reproducible mylar sheets and electronic files in .pdf format, or as
otherwise approved by CITY, which shall become the property of the CITY.
CITY may use such drawings in any manner it desires; provided, however,
that the ENGINEER shall not be liable for the use of such drawings for any
project other than the PROJECT described herein.
Engineer's Personnel at Construction Site
(1) The presence or duties of the ENGINEER's personnel at a construction site,
whether as on-site representatives or otherwise, do not make the ENGINEER
or its personnel in any way responsible for those duties that belong to the
CITY and/or the CITY's construction contractors or other entities, and do not
relieve the construction contractors or any other entity of their obligations,
duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for
coordinating and completing all portions of the construction work in
accordance with the contract documents and any health or safety precautions
required by such construction work. The ENGINEER and its personnel have
no authority to exercise any control over any construction contractor or other
entity or their employees in connection with their work or any health or safety
precautions.
(2) Except to the extent of specific site visits expressly detailed and set forth in
Attachment A, the ENGINEER or its personnel shall have no obligation or
responsibility to visit the construction site to become familiar with the progress
or quality of the completed work on the PROJECT or to determine, in general,
if the work on the PROJECT is being performed in a manner indicating that
the PROJECT, when completed, will be in accordance with the contract
documents, nor shall anything in the contract documents or this
AGREEMENT between CITY and ENGINEER be construed as requiring
ENGINEER to make exhaustive or continuous on-site inspections to discover
latent defects in the work or otherwise check the quality or quantity of the work
on the PROJECT. If the ENGINEER makes on-site observation(s) of a
City of Fort Worth, Texas Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
Standard Agreement for Engineering Related Design Services 105779
Revised Date: August 18, 2025
Page 3 of 15
deviation from the contract documents, the ENGINEER shall inform the CITY.
(3) When professional certification of performance or characteristics of materials,
systems or equipment is reasonably required to perform the services set forth
in the Scope of Services, the ENGINEER shall be entitled to rely upon such
certification to establish materials, systems or equipment and performance
criteria to be required in the contract documents.
G.
Opinions of Probable Cost, Financial Considerations, and Schedules
(1) The ENGINEER shall provide opinions of probable costs based on the
current available information at the time of preparation, in accordance
with Attachment A.
(2) In providing opinions of cost, financial analyses, economic feasibility
projections, and schedules for the PROJECT, the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation
or maintenance costs; competitive bidding procedures and market
conditions; time or quality of performance by third parties; quality, type,
management, or direction of operating personnel; and other economic
and operational factors that may materially affect the ultimate PROJECT
cost or schedule. Therefore, the ENGINEER makes no warranty that
the CITY's actual PROJECT costs, financial aspects, economic
feasibility, or schedules will not vary from the ENGINEER's opinions,
analyses, projections, or estimates.
H.
Construction Progress Payments
Recommendations by the ENGINEER to the CITY for periodic construction
progress payments to the construction contractor will be based on the
ENGINEER's knowledge, information, and belief from selective sampling and
observation that the work has progressed to the point indicated. Such
recommendations do not represent that continuous or detailed examinations
have been made by the ENGINEER to ascertain that the construction
contractor has completed the work in exact accordance with the contract
documents; that the final work will be acceptable in all respects; that the
ENGINEER has made an examination to ascertain how or for what purpose
the construction contractor has used the moneys paid; that title to any of the
work, materials, or equipment has passed to the CITY free and clear of liens,
claims, security interests, or encumbrances; or that there are no other matters
at issue between the CITY and the construction contractor that affect the
amount that should be paid.
City of Fort Worth, Texas Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
Standard Agreement for Engineering Related Design Services 105779
Revised Date: August 18, 2025
Page 4 of 15
Record Drawings
J.
Record drawings, if required, will be prepared, in part, on the basis of
information compiled and furnished by others, and may not always represent
the exact location, type of various components, or exact manner in which the
PROJECT was finally constructed. The ENGINEER is not responsible for any
errors or omissions in the information from others that is incorporated into the
record drawings.
Right to Audit
(1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years
after final payment under this contract, have access to and the right to
examine and photocopy any directly pertinent books, documents, papers and
records of the ENGINEER involving transactions relating to this contract.
ENGINEER agrees that the CITY shall have access during normal working
hours to all necessary ENGINEER facilities and shall be provided adequate
and appropriate work space in order to conduct audits in compliance with the
provisions of this section. The CITY shall give ENGINEER reasonable
advance notice of intended audits.
(2) ENGINEER further agrees to include in all its subconsultant agreements
hereunder a provision to the effect that the subconsultant agrees that the CITY
shall, until the expiration of five (5) years after final payment under the
subcontract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of such
subconsultant, involving transactions to the subcontract, and further, that the
CITY shall have access during normal working hours to all subconsultant
facilities, and shall be provided adequate and appropriate work space, in order
to conduct audits in compliance with the provisions of this article together with
subsection (3) hereof. CITY shall give subconsultant reasonable advance
notice of intended audits.
(3) ENGINEER and subconsultant agree to reproduce such documents as may
be requested by the CITY. The CITY agrees to reimburse ENGINEER for the
cost of hard copies at the rate published in the Texas Administrative Code in
effect as of the time copying is performed.
K.
L
INSURANCE
Engineer shall not commence work under this Agreement until it has
obtained all insurance required under Attachment F and City has approved
such insurance.
Independent Consultant
City of Fort Worth, Texas Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
Standard Agreement for Engineering Related Design Services 105779
Revised Date: August 18, 2025
Page 5 of 15
The ENGINEER agrees to perform all services as an independent consultant
and not as a subcontractor, agent, or employee of the CITY. The doctrine
of respondeat superior shall not apply.
M. Disclosure
The ENGINEER acknowledges to the CITY that it has made full disclosure in
writing of any existing conflicts of interest or potential conflicts of interest,
including personal financial interest, direct or indirect, in property abutting the
proposed PROJECT and business relationships with abutting property cities.
The ENGINEER further acknowledges that it will make disclosure in writing of
any conflicts of interest that develop subsequent to the signing of this contract
and prior to final payment under the contract.
N. Asbestos or Hazardous Substances
(1) If asbestos or hazardous substances in any form are encountered or
suspected, the ENGINEER will stop its own work in the affected portions
of the PROJECT to permit testing and evaluation.
(2) If asbestos or other hazardous substances are suspected, the CITY may
request the ENGINEER to assist in obtaining the services of a qualified
subcontractor to manage the remediation activities of the PROJECT.
O. Permitting Authorities - Design Changes
If permitting authorities require design changes so as to comply with published
design criteria and/or current engineering practice standards which the
ENGINEER should have been aware of at the time this Agreement was
executed, the ENGINEER shall revise plans and specifications, as required,
at its own cost and expense. However, if design changes are required due to
the changes in the permitting authorities' published design criteria and/or
practice standards criteria which are published after the date of this
Agreement which the ENGINEER could not have been reasonably aware of,
the ENGINEER shall notify the CITY of such changes and an adjustment in
compensation will be made through an amendment to this AGREEMENT.
P. Schedule
ENGINEER shall manage the PROJECT in accordance with the schedule
developed per Attachment D to this AGREEMENT.
Article V
Obligations of the City
City of Fort Worth, Texas Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
Standard Agreement for Engineering Related Design Services 105779
Revised Date: August 18, 2025
Page 6 of 15
A.
B.
C.
�
E.
F.
City-Furnished Data
ENGINEER may rely upon the accuracy, timeliness, and completeness of the
information provided by the CITY.
Access to Facilities and Property
The CITY will make its facilities accessible to the ENGINEER as required for
the ENGINEER's performance of its services. The CITY will perform, at no
cost to the ENGINEER, such tests of equipment, machinery, pipelines, and
other components of the CITY's facilities as may be required in connection
with the ENGINEER's services. The CITY will be responsible for all acts of the
CITY's personnel.
Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services, the CITY will obtain,
arrange, and pay for all advertisements for bids; permits and licenses required
by local, state, or federal authorities; and land, easements, rights-of-way, and
access necessary for the ENGINEER's services or PROJECT construction.
Timely Review
The CITY will examine the ENGINEER's studies, reports, sketches, drawings,
specifications, proposals, and other documents; obtain advice of an attorney,
insurance counselor, accountant, auditor, bond and financial advisors, and
other consultants as the CITY deems appropriate; and render in writing
decisions required by the CITY in a timely manner in accordance with the
project schedule prepared in accordance with Attachment D.
Prompt Notice
The CITY will give prompt written notice to the ENGINEER whenever CITY
observes or becomes aware of any development that affects the scope or
timing of the ENGINEER's services or of any defect in the work of the
ENGINEER or construction contractors.
Asbestos or Hazardous Substances Release.
(1) CITY acknowledges ENGINEER will perForm part of the work at CITY's
facilities that may contain hazardous materials, including asbestos
containing materials, or conditions, and that ENGINEER had no prior
role in the generation, treatment, storage, or disposition of such
materials. In consideration of the associated risks that may give rise to
City of Fort Worth, Texas Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
Standard Agreement for Engineering Related Design Services 105779
Revised Date: August 18, 2025
Page 7 of 15
claims by third parties or employees of City, City hereby releases
ENGINEER from any damage or liability related to the presence of such
materials.
G
H.
(1)
(2) The release required above shall not apply in the event the discharge,
release or escape of hazardous substances, contaminants, or asbestos is
a result of ENGINEER's negligence or if ENGINEER brings such
hazardous substance, contaminant or asbestos onto the project.
Contractor Indemnification
The CITY agrees to include in all construction contracts the provisions of
Article IV.E. regarding the ENGINEER's Personnel at the construction site,
and provisions providing for contractor indemnification of the CITY and the
ENGINEER for contractor's negligence.
Contractor Claims and Third-Party Beneficiaries
The CITY agrees to include the following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractors, subcontractors and equipment and materials
suppliers on the PROJECT, or their sureties, shall maintain
no direct action against the ENGINEER, its officers,
employees, and subcontractors, for any claim arising out of,
in connection with, or resulting from the engineering services
performed. Only the CITY will be the beneficiary of any
undertaking by the ENGINEER."
�2)
This AGREEMENT gives no rights or benefits to anyone other than the CITY
and the ENGINEER and there are no third-party beneficiaries.
(3) The CITY will include in each agreement it enters into with any other entity or
person regarding the PROJECT a provision that such entity or person shall
have no third-party beneficiary rights under this Agreement.
(4)
�
Nothing contained in this Section H. shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER.
Litigation Assistance
he cope of e vices does not include costs of the ENGINEER fo equi ed
or requested assistance to support, prepare, document, bring, defend, or
assist in litigation undertaken or defended by the CITY. In the event CITY
requests such services of the ENGINEER, this AGREEMENT shall be
amended or a separate agreement will be negotiated between the parties.
City of Fort Worth, Texas Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
Standard Agreement for Engineering Related Design Services 105779
Revised Date: August 18, 2025
Page 8 of 15
J.
Changes
The CITY may make or approve changes within the general Scope of
Services in this AGREEMENT. If such changes affect the ENGINEER's cost
of or time required for performance of the services, an equitable adjustment
will be made through an amendment to this AGREEMENT with appropriate
CITY approval.
Article VI
General Legal Provisions
A.
B.
C.
�
Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT upon
receipt of a written Notice to Proceed from the CITY.
Reuse of Project Documents
own the final designs, drawings, specifications and documents.
All designs, drawings, specifications, documents, and other work products of
the ENGINEER, whether in hard copy or in electronic form, are instruments
of service for this PROJECT, whether the PROJECT is completed or not.
Reuse, change, or alteration by the CITY or by others acting through or on
behalf of the CITY of any such instruments of service without the written
permission of the ENGINEER will be at the CITY's sole risk. The CITY shall
Force Majeure
CITY and ENGINEER shall exercise their best efforts to meet their
respective duties and obligations as set forth in this Agreement, but shall
not be held liable for any delay or omission in performance due to force
majeure or other causes beyond their reasonable control, including, but not
limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters,
epidemics/pandemics, wars, riots, material or labor restrictions by any
governmental authority and/or any other similar causes.
Termination
(1) This AGREEMENT may be terminated
a.) by the City for its convenience upon 30 days' written notice to
ENGINEER.
City of Fort Worth, Texas Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
Standard Agreement for Engineering Related Design Services 105779
Revised Date: August 18, 2025
Page 9 of 15
b.) by either the CITY or the ENGINEER for cause if either party fails
substantially to perform through no fault of the other and the
nonperforming party does not commence correction of such
nonperformance within 5 days' written notice or thereafter fails to
diligently complete the correction.
�2)
E.
F
G.
If this AGREEMENT is terminated for the convenience of the City, the
ENGINEER will be paid for termination expenses as follows:
a.) Reasonable cost of reproduction or electronic storage of partial or
complete studies, plans, specifications or other forms of ENGINEER'S
work product;
b.) The reasonable time requirements for the ENGINEER'S personnel to
document the work underway at the time of the CITY'S termination for
convenience so that the work effort is suitable for long time storage.
(3) Prior to proceeding with termination services, the ENGINEER will
submit to the CITY an itemized statement of all projected termination
expenses. The CITY'S approval shall be obtained in writing prior to
proceeding with termination services.
Suspension, Delay, or Interruption to Work
The CITY may suspend, delay, or interrupt the services of the ENGINEER for
the convenience of the CITY. In the event of such suspension, delay, or
interruption, an equitable adjustment in the PROJECT's schedule,
commitment and cost of the ENGINEER's personnel and subcontractors, and
ENGINEER's compensation will be made.
Indemnification
The ENGINEER shall indemnify or hold harmless the CITY against
liability for any damage committed by the ENGINEER or ENGINEER's
agent, consultant under contract, or another entity over which the
ENGINEER exercises control to the extent that the damage is caused by
or resulting from an act of negligence, intentional tort, intellectual
property infringement, or failure to pay a subcontractor or supplier. CITY
is entitled to recover its reasonable attorney's fees in proportion to the
ENGINEER's liability.
Assignment
ENGINEER shall not assign all or any part of this AGREEMENT without the
prior written consent of CITY.
City of Fort Worth, Texas Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
Standard Agreement for Engineering Related Design Services 105779
Revised Date: August 18, 2025
Page 10 of 15
H.
J.
�
L.
Jurisdiction
The law of the State of Texas shall govern the validity of this AGREEMENT,
its interpretation and performance, and any other claims related to it. The
venue for any litigation related to this AGREEMENT shall be Tarrant County,
Texas.
Severability and Survival
If any of the provisions contained in this AGREEMENT are held for any reason
to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality,
or unenforceability will not affect any other provision, and this AGREEMENT
shall be construed as if such invalid, illegal, or unenforceable provision had
never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I.
shall survive termination of this AGREEMENT for any cause.
Observe and Comply
ENGINEER shall at all times observe and comply with all federal and State
laws and regulations and with all City ordinances and regulations which in any
way affect this AGREEMENT and the work hereunder, and shall observe and
comply with all orders, laws ordinances and regulations which may exist or
may be enacted later by governing bodies having jurisdiction or authority for
such enactment. No plea of misunderstanding or ignorance thereof shall be
considered. ENGINEER agrees to defend, indemnify and hold harmless
CITY and all of its officers, agents and employees from and against all
claims or liability arising out of the violation of any such order, law,
ordinance, or regulation, whether it be by itself or its employees.
Contract Construction/No Waiver
The parties acknowledge that each Party and, if it so chooses, its counsel,
have reviewed and revised Agreement and that the normal rule of contract
construction, to the effect that any ambiguities are to be resolved against
the drafting party, must not be employed in the interpretation of Agreement
or any amendments or exhibits hereto.
future occasion.
The failure of CITY or ENGINEER to insist upon the perFormance of any
term or provision of this Agreement or to exercise any right granted herein
shall not constitute a waiver of CITY's or ENGINEER's respective right to
insist upon appropriate performance or to assert any such right on any
Immigration Nationality Act
City of Fort Worth, Texas Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
Standard Agreement for Engineering Related Design Services 105779
Revised Date: August 18, 2025
Page 11 of 15
ENGINEER shall verify the identity and employment eligibility of its
employees who perform work under this Agreement, including completing
the Employment Eligibility Verification Form (I-9). Upon request by CITY,
ENGINEER shall provide CITY with copies of all I-9 forms and supporting
eligibility documentation for each employee who performs work under this
Agreement. ENGINEER shall adhere to all Federal and State laws as well
as establish appropriate procedures and controls so that no services will be
perFormed by any ENGINEER employee who is not legally eligible to
perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD
CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES
DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER,
ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR
LICENSEES. CITY, upon written notice to ENGINEER, shall have the right
to immediately terminate this Agreement for violations of this provision by
ENGINEER.
M
N
Prohibition On Contracts With Companies Boycotting Israel
ENGINEER unless a sole proprietor, acknowledges that in accordance with
Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or
more full time-employees and the contract value is $100,000 or more, the
City is prohibited from entering into a contract with a company for goods or
services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel
during the term of the contract. The terms "boycott Israel" and "company"
shall have the meanings ascribed to those terms in Section 808.001 of the
Texas Government Code. By signing this contract, ENGINEER certifies
that ENGINEER'S signature provides written verification to the City
that if Chapter 2271, Texas Government Code applies, ENGINEER: (1)
does not boycott Israel; and (2) will not boycott Israel during the term
of the contract.
Prohibition on Boycotting Energy Companies
ENGINEER acknowledges that in accordance with Chapter 2276 of the
Texas Government Code, the CITY is prohibited from entering into a
contract for goods or services that has a value of $100,000 or more, which
will be paid wholly or partly from public funds of the City, with a company
(with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy
companies; and (2) will not boycott energy companies during the term of
the contract. The terms "boycott energy company" and "company" have the
City of Fort Worth, Texas Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
Standard Agreement for Engineering Related Design Services 105779
Revised Date: August 18, 2025
Page 12 of 15
meaning ascribed to those terms by Chapter 2276 of the Texas Government
Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, ENGINEER
certifies that ENGINEER's signature provides written verification to
the CITY that ENGINEER: (1) does not boycott energy companies; and
(2) will not boycott energy companies during the term of this
Agreement.
O. Prohibition on Discrimination Against Firearm and Ammunition
Industries
ENGINEER acknowledges that except as otherwise provided by Chapter
2274 of the Texas Government Code, the CITY is prohibited from entering
into a contract for goods or services that has a value of $100,000 or more
which will be paid wholly or partly from public funds of the City, with a
company (with 10 or more full-time employees) unless the contract contains
a written verification from the company that it: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or
firearm trade association; and (2) will not discriminate during the term of the
contract against a firearm entity or firearm trade association. The terms
"discriminate," "firearm entity" and "firearm trade association" have the
meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is
applicable to this Agreement, by signing this Agreement, ENGINEER
certifies that ENGINEER's signature provides written verification to the
CITY that ENGINEER: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate against a firearm entity or
firearm trade association during the term of this Agreement.
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, which supersedes all prior written or oral understandings, and may only be
changed by a written amendment executed by both parties. This AGREEMENT may be
executed in one or more counterparts and each counterpart shall, for all purposes, be
deemed an original, but all such counterparts shall together constitute but one and the
same instrument.
The following attachments and schedules are hereby made a part of this AGREEMENT:
Attachment A- Scope of Services
Attachment B - Compensation
Attachment C- Amendments to Standard Agreement for Engineering Services
Attachment D - Project Schedule
Attachment E - Location Map
Attachment F — Insurance Requirements
City of Fort Worth, Texas Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
Standard Agreement for Engineering Related Design Services 105779
Revised Date: August 18, 2025
Page 13 of 15
Docusign Envelope ID: 3C16B05F-94A7-4768-959B-006FA998834D
Duly executed by each party's designated representative to be effective on the date
subscribed by the City's designated Assistant City Manager.
BY:
CITY OF FORT WORTH
;
Jesica McEachern
Assistant City Manager
Date: 03�04�2�26
ATTE T: �
Jannette Goodall
City Secretary
i
�. � i.
APPROVAL RECOMMENDED:
CGIY(JtO,�GIeY ffGtY�%Y
B\!: Chnstopher HardAr (Feb 23. 2026 13�.S4-S6 CST)
7
Chris Harder, P.E.
Director, Water Department
BY:
ENGINEER
Shield Engineering Group, PLLC
�Slpned by:
� �� �
` r�y�Hn w i ruaw.-.
�ovvnn
o,d� FORrIlIlBa
a� ° �� °°�`L�O�
0
o�o �o''-�o Date:
dvo g=4
o�a * o0 0 o*�a
°Qa� nEXA5o4p
APPROVED AS TO FORM AND LEGALITY
���
B�/; Douglas Black (Feb 25. 2026 17:15:49 CST)
Douglas W Black
Sr. Assistant City Attorney
Contract Compliance Manager:
2/18/2026 � 2:40 PM CST
M&C No.: 25-0892
M&C Date: September 16, 2025
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.
( �"�� `�
Cla Torrance, P.E.
Pro ct Manager
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: August 18, 2025
Page 14 of 15
Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
105779
�FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
Standard Agreement for Engineering Related Design Services 105779
Revised Date: August 18, 2025
Page 15 of 15
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
ATTACHMENT A
Scope for Enqineerinq Desiqn Related Services for Water and/or Sanitary Sewer Improvements
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
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.
Downtown CI W& SS Replacements
Street Council Limits Lateral/Mai Water/Sewer Water Prop. Sanitary Prop. Exist Water/
District n Number Map No Repl Water Sewer Sewer Sewer Size
(LF) Size Repl Size &
(in) (�F) (in) Comments
Grove St CD-9 Midblock X-14452 2048-392 136 8 6" CI W
to E 8th St
E 7th St - L-1124 2048-392 677 8 6" VC and
E 5th St Unknown SS
Jones St CD-9 E 8th St - X-0 2048-392, 953 8 8" CI W
E 4th St 2048-396
E 6th St - L-2692*, L- 2048-392 6" VC and
E 5th St 1124, L-8 760 8 Unknown
E 7th St - X-17252 2048-392 18 8 6" PVC W
Calhoun St CD-9
Commerce St CD-9
E 6th St
Midblock
E 7th St - X-17252
E 6th St
Midblock
E 9th St - X-0
E 5th St
E 9th St - X-0
E 4th St
E 9th St - X-13692, D-
E 5th St 100*
Midblock
from E 7th
St-E6th L2
St
2048-392 18 8
2048-392 1037 8
2048-392 1254 12
2048-392
2048-392
3" PVC W
6" CI W
12" CI W
1040 21 21" VC SS
225 8 6 Unknown
SS
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 24
Street
Main St
Houston St
Council
District
W 8th St, 14323
W 7th St -
W 4th St
W 7th St - X-14584, 2048-392
W 6th St DSL-23
Midblock X-00025, L- 2048-392
W 6th St - 25
W 4th St
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
Limits Lateral/Main Water/Sewer Water Prop. Sanitary Prop. Exist Water/
Number Map No Repl Water Sewer Sewer Sewer Size
(LF) Size Repl Size &
(in) (�F) (in) Comments
CD-9 9th St - X � 2048-392 1308 12 10" CI W
4th St
6th St - DSL-6, DSL- 8 8" Unknown
4th St 28 380 SS
CD-9 W 9th St - X-16964 X- 2048-392 1067 8 8" CI W
Throckmorton CD-9 W 7th St - L-593 2048-392
St W 6th St
Taylor St CD-9 W 5th St 5-16158 2048-392
Lamar St
Burnett St
9th St
W 7th St - X-0 2048-392 233 8
W 6th St
W 7th St - X-0 2048-392 1816 12
W3rdSt
CD-9 W 5th St - X-16964 2048-392 520 8
W 3rd St
W Sth St X-23771 2048-392 23 8
CD-9 W6th St - X-0 2048-392 743 8
W 3rd St
W Sth St - L-29, L-28 2048-392
W 4th St
CD-9 Commerce X-09770 2048-392 517 12
St - 12
Houston
St
245 8 8 Unknown
SS
535 10 10" CI SS
339 8 8" CONC SS
30 8 8" VC SS
8" CI W
12"CI W
6" CI W
6" DI W
8" CI W
308 8 8" VC SS
12" CI W
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 24
Street Council Limits
District
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
Lateral/Main Water/Sewer Water Prop. Sanitary Prop. Exist Water/
Number Map No Repl Water Sewer Sewer Sewer Size &
(LF) Size Repl Size Comments
(in) (LF) (in)
8th St CD-9 Commerce St X-09077 2048-392 1406 16 16" CI W
- E of BNSF
ROW
Throckmorton X-0 2048-392 240
St - Houston
St
Houston St - L-57, L-105, 2048-392
Jones St L-107
Houston St L-9351 2048-392
7th St CD-9 2048-392
Grove St - X-0 92
Jones St
Main St - X-21054 2048-392 158
Midblock (W)
Midblock (E) - X-0 2048-392 131
Houston St
Main St - X-21054 2048-392 4
Midblock (W)
Commerce St M-33, M-34 2048-392
- Calhoun St
Throckmorton M-33, L-108 2048-392
St - Houston
St
Houston St M-33* 2048-392
6th St CD-9 Grove St - X-0 2048-392 53
Jones St
Grove St - 2048-392
Commerce St X-0 688
Calhoun St X-23674 2048-392 42
Commerce St 2048-392
- Lamar St X-0 1336
La ma r St - X_p 2048-392 267
Cherry St
Main St - 2048-392
Midblock (W) X-15344,
DSL-31
Midblock (E) - 2048-392
Throckmorton X-15344,
St DSL-31
Throckmorton L_938 2048-392
St - Taylor St
E3
8
12
8
12
8
12
12
16
18
16
6" CI W
1287 8 8" VC and CI SS
120 8 6" Unknown SS
2��
GALVANIZED
W
12" PVC W
6" CI W
10" PVC W
267 18 18" VC SS
492 8 8" VC SS
24
122
112
10 10" VC SS
6" CI W
10"CIW
10"DIW
16"CIW
18"CIW
8 8" UNKNOWN
SS
8 8" CI SS
160 g 8" VC SS
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
Council
Street District Limits
5th St CD-9 Jones St -
Calhoun St
Burnett St -
Lamar St
Main St
Prop.
Water Prop. Sanitary Sewer Exist Water/
Lateral/Main Water/Sewer Repl Water Sewer Size Sewer Size &
Number Map No (LF) Size (in) Repl (LF) (in) Comments
2048-392 2"
X-0 130 8 GALVANIZED
W
2048-392 2"
X-0 130 8 Galvanized
W
X-0 2048-392 120 8 6" CI W
2048-392 10"
Comerce St - X-14323, 1382 10 UNKNOWN
Burnett St DSL-5R* SS
Burnett St X-14370, L- 2048-392 88 8 8" VC SS
10200*
Main St DSL-5R* 2048-392 129 10 10" VC SS
Lamar St X-06863, 2048-392 3 8 6" VC SS
L6863
4th St CD-9 Houston St - 2048-392 239 8 6" CI W
Throckmorton X-0
St
Burnett St X-0
Burnett St - L-28, L-54
Lamar St
Throckmorton
St - Lamar St L-27
2048-392
2048-392
2048-392
250 8
424 8
530 8
Total Water Total
(LF) 14929 Sewer 9893
(LF)
Total
Total Profiled 9893
Profiled 8796 Sewer
Water (LF) (�F)
Z��
Galvanized
W
6"ClandVC
SS
8" VC SS
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 4 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
WORK TO BE PERFORMED
Task 1
Task 2
Task 3
Task 4
Task 5
Task 6
Task 7
Design Management
Conceptual Design
Preliminary Design
Final Design
Bid Phase Services
Construction Phase Services
ROW/Easement Services
Task 8. Survey
Task 9 Permitting
Task 10 Additional City Directed Services
TASK 1. DESIGN MANAGEMENT.
ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and
resources.
ENGINEER shall manage change,
■ communicate effectively,
1.1.
■ 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.
Managing the Team
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
1.2.
Communications and Reporting
• Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Conduct review meetings with the CITY at the end of each design phase
• Prepare invoices and submit monthly in the format requested by the CITY.
• Prepare and submit monthly progress reports (assumes 12 months) in the format
provided by the Water 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 and according to the City of Fort Worth's Schedule Guidance Document.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 5 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
• Coordinate with the following agencies and entities, Fort Worth TPW , Fort Worth
Development Services and Fort Worth Water Department Field Operations for the
design of the proposed infrastructure, and provide and obtain information needed to
prepare the design. It is the ENGINEER's understanding that coordination with other
agencies and entities will be provided by the CITY.
• Personnel and Vehicle Identification: When conducting site visits to the project
location, the ENGINEER or any of its sub-consultants shall carry readily visible
information identifying the name of the company and the company representative.
• 1.3. Plan Submittal Checklists
• Engineer shall complete and submit Plan Submittal Checklists in accordance with the
following table:
• PLAN SUBMITTAL CHECKLIST REQUIREMENTS
Traffic Traffic Traffic
Traffic Street Water Traffic Con�trol Con�trol Con�trol
Attachment "A" Signal Storm Storm Lights /Sewer Engineering 30 /0 60 /0 90 /o
Type (Submit All Water Water (Submit (Submit �Submit All
@ 30%) 30% 60% All @ All @ �p 60%)
30% 60%) Required for all work in City
ROW
Street X
Storm Water
Water / Sewer
X X X X` X
X X
X
X X
X X
X X
X
• *If included in street project
ASSUMPTIONS
• No Monthly MWBE or SBE reports will be prepared
• 4 design submittal review meetings with city water department staff
• 12 monthly water department progress reports will be prepared
• 12 monthly project schedule updates will be prepared
• 2 pre-design coordination meetings with city staff
• 2 meetings with city transportation and public works staff
• 2 meetings with city development services staff
• 2 meetings with city water field operations department
X
X
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 6 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
• Additional meetings not discussed in this section, if necessary, can be provided
on an hourly basis
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Baseline design schedule
E. Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes
F. Plan Submittal Checklists (See Task 1.3)
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
■ Study the project,
■ Identify and develop alternatives that enhance the system
■ Present (through the defined deliverables) these alternatives to the CITY
■ Recommend the alternatives that successfully addresses the design problem, and
■ Obtain the CITY's endorsement of this concept.
ENGINEER will develop the conceptual design of the infrastructure as follows.
2.1. Data Collection
• In addition to data obtained from the CITY, ENGINEER will research proposed
improvements in conjunction with any other planned future improvements that
may influence the project. Any proposed improvements developed by either city
or private entities after the execution of this agreement will not be included. If
additional improvements must be considered that alter the design or
implementation of the proposed project, they can be added as additional
services.
• The ENGINEER will also identify and seek to obtain data for existing conditions
that may impact the project including but not limited to; utilities, agencies (TxDOT
and railroads), City Master Plans, and property ownership as available from the
Tax Assessor's office.
• The data collection efforts will also include conducting special coordination
meetings with affected property owners and businesses as necessary to develop
sewer re-routing plans. The ENGINEER will make the initial contact with affected
property owners and businesses to gather necessary information; however, if the
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 7 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
ENGINEER is unable to obtain the required information, It is assumed the CITY
will handle further coordination.
The ENGINEER will obtain meter size from City GIS data and will survey the site
for visible meters within City right-of-way. The ENGINEER will make the initial
contact with affected property owners and businesses to gather necessary meter
numbers or sizes for each meter and FDC connections, meters, etc. that are not
visible from the city streets including but not limited to connections internal to the
existing structures. If the ENGINEER is unable to obtain the required information,
is assumed the CITY will handle further coordination & data collection efforts.
2.2. Pre-Design Site Walk
The ENGINEER shall visit the project site and assess existing visible infrastructure
elements and site characteristics, including existing utility appurtenances, roadway
features, and other critical infrastructure items. The ENGINEER will identify
potential constraints, opportunities, or issues early in the process, ensuring that
proposed improvements can be effectively planned and designed with a clear
understanding of existing field conditions. It is assumed that the engineer will not
locate any meters, FDC connections, etc. that are not visible from the city streets
including but not limited to connections internal to the existing structures.
2.3. Historic Assesment
The ENGINEER shall consult relevant available desktop-level datasets to assess
the project's potential for impacting significant historical properties. This will include
a review of National Register of Historic Places (NRHP) databases, Texas
Historical Commission (THC) databases, and modern and historic-age maps and
aerial photographs. The ENGINEER will assemble all data into GIS layers for
review and analysis. It is assumed that no coordination with City Historic
Commission will be included as part of this task.
2.4. Fire Line Reconnection
The ENGINEER shall visit the project site and shall identify fire line locations for
reconnection. It is assumed that the engineer will not locate Fire Line and Fire
Department Connections that are not visible from the city streets including but not
limited to connections internal to the existing structures.
2.5. The Conceptual Design Package shall include the following:
• Cover Sheet
• Conceptual Design Drawings will show alternative design concepts considered
on a scale of not less than 1:40.
• Documentation of key design decisions.
• Estimates of probable construction cost.
2.6. Utility Clearance Matrix
• The ENGINEER shall provide a Utility Clearance Matrix Identifying all existing
utilities in the project vicinity potentially affected by the proposed improvements. It
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 8 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
is assumed that the engineer will only identify utilities marked in the field by utility
locater. Any existing utilities not identified by field utility locating company will not
be the responsibility of the ENGINEER.
ASSUMPTIONS
• 0 Geotechnical borings are expected for this project.
• 1 copy of the conceptual design package (30% design) will be delivered in
PDF format.
• PDF files created from design CAD drawings will be uploaded to the designated
project folder in Trimble. ENGINEER shall prepare the meeting minutes of the
Concept Review meeting, if needed.
• ENGINEER shall not proceed with Preliminary Design activities without obtaining
written approval by the CITY of the Conceptual Design Package.
• ENGINEER shall not proceed with Preliminary Design activities without written
approval by the CITY that all 30% review comments have been supplied to the
ENGINEER and that the ENGINEER may proceed with Preliminary Design.
ENGINEER will make one 30% submittal and address CITY 30% Comments with
the 60% submittal
DELIVERABLES
A. Conceptual Design Package
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. Development of Preliminary Design Drawings and Specifications shall include the
following:
• Cover Sheet
• A Proiect 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).Project Control sheet will be limited to one (1) sheet.
• Overall proiect easement lavout sheet(s) with property owner information.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 9 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
Overall proiect water and/or sanitary sewer lavout sheets. The water layout sheet
shall identify the proposed water main improvement/ existing water mains in the
vicinity and all water appurtenances along with pressure plane boundaries, water
tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall
identify the proposed sewer main improvement/existing sewer mains and all
sewer appurtenances in the vicinity. The overall project water and sanitary sewer
layouts shall be limited to one (1) sheet each on a scale of no less than 1:150.
• Overall water and/or sanitary sewer abandonment sheet.
• Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc.,
in the same coordinate system as the Control Points.
• Bench marks per 1,000 ft of plan/profile sheet — two or more.
• Station eauations relating utilities to paving, when appropriate.
• Plan and profile sheets which show the following: proposed water and/or sanitary
sewer plan/profile and recommended pipe size, fire hydrants, water service lines
and meter boxes, gate valves, isolation valves, manholes, existing meter
numbers and sizes that are to be replaced, existing sample locations, existing fire
line locations, existing utilities and utility easements, and all pertinent information
needed to construct the project. Legal description (Lot Nos., Block Nos., and
Addition Names) along with property ownership shall be provided on the plan
view. The plan and profile sheets will be on a scale not less than 1:40. Profiles
will be provided for all sewer mains and only for proposed water mains greater
than or equal to 12".
The ENGINEER shall make provisions for reconnecting all identifiable water and/or
wastewater service lines visible from the right-of-way which connect directly to any
main being replaced, including replacement of existing service lines within City
right-of-way or utility easement. When the existing alignment of a water and
sanitary sewer main or lateral is changed, provisions will be made in the final plans
and/or specifications by the ENGINEER to relocate all service lines which are
connected to the existing main and connect said service lines to the relocated
main.
The following shall be applicable at all locations where it is necessary to relocate or
reroute the existing private sanitary sewer service line due to the abandonment or
realignment of the existing public sanitary sewer lateral or main: The CITY shall
furnish the ENGINEER with a sample format of how the sewer service line
reroute/relocation should be designed and submitted for construction. During
design survey, if a rod can be inserted through the cleanout to the bottom of the
service line, the ENGINEER will obtain the flow line elevation and design the
service line prior to advertising the project for bid. If the service flow line
information cannot be obtained during design survey, the ENGINEER shall delay
the design of the sewer service line until after a Quality Level A Subsurface Utility
Engineering (SUE investigation has been performed). The Level A SUE will be
performed; (1) by the ENGINEER if included in the fee proposal; or (2) by the CITY
prior to bidding if the CITY determines that it is needed for satisfactory completion
of the design; or (3) by the Contractor after the project has been bid, by means of a
bid item to that effect. In all options, the ENGINEER shall propose appropriate de-
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 10 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
hole locations in the project and collect flow line elevation and other applicable
information of the sewer service line. The ENGINEER shall use this information to
provide the design for the sanitary sewer service line to be rerouted or relocated. It
is assumed no reroutes will be necessary, if reroute design is necessary these can
be provided as additional services. Provide map showing location of new manhole
construction at the end of existing sewer segments, 90 degree bends, or tee
connections. Site survey or specific design plans for manhole construction is not
included as part of the scope. The contract documents shall specify that it is the
Contractor's responsibility to coordinate utility location, etc. manhole construction.
• Modified standard details or special specifications are not anticipated under this
task, if modified standard details and or special specifications are necessary these
can be provided as additional services.
3.2. Constructability Review
• Prior 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. The ENGINEER shall summarize the
CITY's comments from the field visit and submit this information to the CITY in
writing.
3.3. Utility Clearance
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. ENGINEER
will design CITY facilities to avoid or minimize conflicts with existing utilities, and
where known and possible consider potential future utilities in designs.
3.4. Water Sequencing Plans and Coordination
The ENGINEER will analyze Traffic Systems, TPW Pavement Replacement
Data, Development Services related development projects, Downtown Fort
Worth Scheduled Events to come up with Phasing Plan for the water and
sanitary sewer replacements. Two (2) meetings with development services and
TPW will be necessary. It is understood the ENGINEER and CITY will work to
minimize repetitive meetings and compile information from all parties in a timely
manner.
• Coordinate and work with Water Department Field Operations Group to
determine valves closure impact and find out best sequencing plan to replace
water lines and minimize impacts.
Coordinate and work with Water Department Field Operations Group and Fire
Department to best provide temporary water service and fire service in the
project area.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 11 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
• Conduct three (3) review meetings with the CITY Water Department Field
Operations. It is understood the ENGINEER and CITY will work to minimize
repetitive meetings and compile information from all parties in a timely manner.
• Conduct up to two (2) review meetings with Fire Department.
3.5. Sewer Bypass Pumping Plan
• The ENGINEER will produce up to four (4) sheets of the sewer bypass plan,
analyze existing sewer flows, and produce a plan to maintain continuous sanitary
sewer service during construction activities. The plan identifies flows, routing and
connection points required to isolate the work area while preventing service
disruption.
3.6. Overall Paving Plan
• The ENGINEER will produce one (1) Overall Paving Plan identifying the general
limits and method of pavement rehabilitation. The plan shall identifyproposed
milling/pulverization and overlay limits. It is assumed no typical sections or
pavement design will be provided under this scope.
• Striping plans to be provided by the CITY.
3.7. Utility Clearance Matrix
The ENGINEER shall provide a Utility Clearance Matrix Identifying all existing
utilities in the project vicinity potentially affected by the proposed improvements. It
is assumed that the engineer will only identify utilities marked in the field by utility
locater. Any existing utilities not identified by field utility locating company will not
be the responsibility of the ENGINEER.
ASSUMPTIONS
• 1_ public meeting(s) will be conducted or attended during the preliminary
design phase.
•_0_ borings at an average bore depth of _0_ feet each will be provided.
• Detailed traffic control plans and traffic sequencing plans will be produced by the
contractor at time of construction. Only standard CITY traffic control details on
unsealed sheets will be included in the plan set for reference by the contractor.
Any additional plan sheets required beyond this can be done as additional
services.
• 1 sets of 11"x17" size plans in PDF format will be delivered for
the Constructability Review.
• 1 sets of 11 "x17" size plans in PDF format will be delivered for
the Preliminary Design (60% design).
• 1 sets of specifications in PDF format will be delivered for the Preliminary
Design (60% design).
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 12 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
• PDF files created from design CAD drawings will be uploaded to the designated
project folder in Trimble.
• The CITY's front end and technical specifications will be used. The ENGINEER
shall supplement the technical specifications if needed.
• 1_ sets of 11"x17" size drawings will be delivered for Utility
Clearance.
• ENGINEER shall not proceed with Final Design activities without written approval
by the CITY that all 60% review comments have been supplied to the
ENGINEER and that the ENGINEER may proceed with Final Design.
ENGINEER will make one 60% submittal and address CITY 60% Comments with
the 90% submittal.
• ENGINEER will include water profiles for main lines equal to and greater than
12".
• Additional profiles not identified in the above task can be provided as additional
services.
• Reroute design for services not identified in the above task can be provided as
additional services.
• Detailed Phasing or Traffic control plans will not be provided under this task.
• Partial Specification book to be provided limited to coversheet and table of
contents under this task.
• Modified standard details or special specifications are not included under this task.
DELIVERABLES
A. Preliminary Design drawings and specifications
B. Utility Clearance Matrix
C. Estimates of probable construction cost
D. Data Base listing names and addresses of residents and businesses affected by
the project.
TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS
(100 PERCENT).
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as
follows:
• For projects that disturb an area greater than one (1) acre, the Contractor will be
responsible for preparing and submitting the Storm Water Pollution Prevention Plan
(SWPPP) with appropriate regulatory agencies.
• Draft Final plans (90%) and specifications shall be submitted to CITY per the approved
Project Schedule.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 13 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
• Following a 90% construction plan review meeting with the CITY, the ENGINEER shall
submit Construction Documents (100%) to the CITY per the approved Project Schedule.
Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in
State of Texas.
• The ENGINEER shall submit a final design estimate of probable construction cost with
both the 90% and 100% design packages. This estimate shall use ONLY standard CITY
bid items.
• Modified standard details or special specifications are not anticipated under this task, if
modified standard details and or special specifications are necessary these can be
provided as additional services.
ASSUMPTIONS
• 1 sets of 11"x17" size drawings in PDF format and 1_ sets of
22"x34" size drawings and `1_ specifications in PDF format will be
delivered for the 90% Design package.
• A PDF file for the 90% Design will be created from design CAD drawings and will be
uploaded to the project folder in Trimble.
• 1 sets of 11"x17" size drawings and _1_ specifications will be
delivered for the 100% Design package.
• A PDF file for the 100% Design will be created from design CAD drawings and will
be uploaded to the project folder in Trimble.
• ENGINEER shall not proceed with 100% Final Design activities without written
approval by the CITY that all 90% review comments have been supplied to the
ENGINEER and that the ENGINEER may proceed with 100% Final Design.
ENGINEER will make one 90% submittal and address CITY 90% Comments with the
100% submittal. If additional comments are made after the 100% signed and sealed
plans are delivered, these can be done as additional services.
• Modified standard details or special specifications are not included under this task.
DELIVERABLES
A. 90% construction plans and specifications.
B. 100% construction plans and specifications.
C. Detailed estimates of probable construction costs including summaries of bid items
and quantities using the CITY's standard bid items and format.
D. Utility Clearance Matrix
TASK 5. BID PHASE SERVICES.
ENGINEER will support the bid phase of the project as follows.
5.1. Bid Support
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 14 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
The ENGINEER shall upload all plans and contract documents onto Trimble for
access to potential bidders
• Contract documents shall be uploaded in a.xls file.
Unit Price Proposal documents are to be created utilizing CFW Bidtools only
and combined in a specified spreadsheet workbook, Bid Proposal Worksheet
Template, and will be populated and configured so that all pages are
complete and the Summary Worksheet(s) in the workbook detail and
automatically summarize the totals from the inserted Unit Price Proposal
document worksheets.
• Plan Sets are to be uploaded to Trimble as a.pdf . The .pdf will consist
ofindividual files,. one for each plan sheet, and will be numbered and named
in a manner similar to that of the plan set index.
• The ENGINEER shall sell contract documents and maintain a plan holders list on
Buzzsaw from documents sold and from Contractor's uploaded Plan Holder
Registrations in Trimble.
The ENGINEER will develop and implement procedures for receiving and
answering bidders' questions and requests for additional information. The
procedures shall include a log of all significant bidders questions and requests
and the response thereto. The log shall be housed and maintained in the
project's Buzzsaw folder titled Request for Information. The ENGINEER will
provide technical interpretation of the contract bid documents and will prepare
proposed responses to all bidders questions and requests, in the form of
addenda. The ENGINEER shall upload all approved addenda onto Trimble and
mail addenda to all plan holders.
• Attend the prebid conference in support of the CITY.
• Assist the CITY in determining the qualifications and acceptability of prospective
contractors, subcontractors, and suppliers.
• When substitution prior to award of contracts is allowed in the contract
documents, the ENGINEER will advise the CITY as to the acceptability of
alternate materials and equipment proposed by bidders.
• Tabulate and review all bids received for the construction project, assist the CITY
in evaluating bids, and recommend award of the contract. A copy of the Bid
Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only
are to be uploaded into the project's Bid Results folder on Trimble.
• Incorporate all addenda into the contract documents and issue conformed sets.
5.2 Final Design Drawings
1) Final Design Drawings shall be submitted in Adobe Acrobat PDF format
(version 6.0 or higher) format. There shall be one (1) PDF file for the Water
plan set. Each PDF file shall be created from the original CAD drawing files and
shall contain all associated sheets of the particular plan set. Sinqular PDF files
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 15 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
for each sheet of a plan set will not be accepted. PDF files shall conform to
naming conventions as follows:
I. TPW file name example —"W-1956_org47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_org" designating the file is
of an original plan set, "47" shall be the total number of sheets in this file.
Example: W-0053_org3.pdf and K-0320_org5.pdf
II. Water and Sewer file name example —"X-35667_org36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "_org"
designating the file is of an original plan set, "36" shall be the total number of
sheets in this file.
Example: X-12755_org18.pdf
PDF file shall be uploaded to the project's Final Drawing folder in Trimble.
ASSUMPTIONS
• The project will be bid only once and awarded to one contractor.
• 1 sets of construction documents will be made available on Trimble for
plan holders and/or given to plan viewing rooms.
• 5 sets of 11"x17" size and 5 sets of 22"x34" size
drawings plans and 3_ specifications (conformed, if applicable) will be
delivered to the CITY.
• PDF and DWG files will be uploaded to Trimble.
DELIVERABLES
A. Addenda
B. Bid tabulations
C. CFW Data Spreadsheet
D. Recommendation of award
E. Construction documents (conformed, if applicable)
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
6.1 Construction Support
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 16 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
• The ENGINEER shall attend the preconstruction conference.
• After the pre-construction conference, the ENGINEER shall provide project
exhibits and attend public meeting to help explain the proposed project to
residents. The CITY shall select a suitable location and mail the invitation letters
to the affected customers.
• The ENGINEER shall visit the project site at requested intervals as construction
proceeds to observe and report on progress.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, review change orders, and make
recommendations as to the acceptability of the work.
• 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.
The following information shall be provided by the CITY:
o As-Built Survey
o Red-Line Markups from Contractor
o Red-Line Markups from City Inspector
o Copies of Approved Change Orders
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:
o These Record Drawings were prepared using information provided by
others and represent the as constructed conditions to the extent that
documented changes were provided for recording. The ENGINEER
assumes no liability for undocumented changes and certifies only that the
documented changes are accurately depicted on these drawings.
• The ENGINEER shall submit an Electronic set of sealed Final Drawings,
modified and stamped as Record Drawings, for record storage. 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.
Record Drawings shall also be submitted in Adobe Acrobat PDF format (version 6.0
or higher) format. There shall be one (1) PDF file for the Water plan set. Each PDF
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 17 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
file shall contain all associated sheets of the particular plan set. Sinqular PDF files
for each sheet of a plan set will not be accepted. A PDF file shall be uploaded to
the project's Record Drawings folder in Trimble.
ASSUMPTIONS
• 5 RFI's are assumed.
• _1_ Change Orders are assumed
• Any additional RFI's required not identified above can be provided as additional
services.
• 24 one (1) hour site visits during construction phase
DELIVERABLES
A. Public meeting exhibits
B. Response to Contractor's Request for Information
C. Review of Change Orders
D. Review of shop drawings
E. Final Punch List items
F. Record Drawings
TASK 7. ROW/EASEMENT SERVICES.
ENGINEER will support and perform activities related to ROW and land as outlined below,
per scoping direction and guidance from the CITY's Project Manager.
7.1. Right-of-Way Research
• The ENGINEER shall determine rights-of-way, easements needs for construction
of the project. Required temporary and permanent easements will be identified
based on available information and recommendations will be made for approval
by the CITY.
7.2. Temporary Right of Entry Preparation and Submittal
• Prior to construction, the ENGINEER shall prepare and submit Temporary Right
of Entry documents for landowners to CITY PM for real property acquisition. It is
assumed that letters will only be required for land owners adjacent to temporary
construction easements or who are directly affected by the project and no
easement is required to enter their property.
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY's Trimble site.
ASSUMPTIONS
•_0_ Temporary right-of-entry documents will be necessary.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 18 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
Right-of-Way research and mapping includes review of property/right-of-way
records based on current internet based Tarrant Appraisal District (TAD)
information available at the start of the project and available on-ground property
information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain
of title research, parent track research, additional research for easements not
included in the TAD, right-of-way takings, easement vacations and
abandonments, right-of-way vacations, and street closures.
DELIVERABLES
A. N/A
TASK 8. SURVEY
ENGINEER will provide survey support as follows.
8.1. Design Survey
ENGINEER will perform field surveys to collect horizontal and vertical elevations
and other information needed by ENGINEER in design and preparation of plans
for the project. Information gathered during the survey shall include topographic
data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations,
location of buried utilities, structures, trees (measure caliper, identify overall
canopy), and other features relevant to the final plan sheets.
• 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.
8.2. Temporary Right of Entry Preparation and Submittal
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 19 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
• Prior to entering property, the ENGINEER shall prepare and submit Temporary
Right of Entry for landowners to CITY PM.
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY's eBuilder site.
ASSUMPTIONS
• Design survey at intersections will include no more than 100 ft. in each direction.
Design Survey will be limited to outside of buildings.
• Traffic control flagman will be provided for field topographic survey.
• ENGINEER understands that no permitting or traffic control devices will be
required and have not been provided in this Task.
• Temporary right of entries are not anticipated for this Task.
• No special coordination, access arrangements, or training with external entities,
businesses, or third parties will be required to perform the field topographic
survey. Should such coordination or training be necessary these services can be
provided as additional services.
DELIVERABLES
A. Copies of field survey data and notes.
TASK 9. PERMITTING
9.1. TxDOT Utility Permitting & Coordination
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with TxDOT authorities such that their regulatory requirements are
appropriately reflected in the designs. ENGINEER shall work with regulatory
authorities to obtain up to one (1) permit approval of the designs, and make changes
necessary to meet their requirements, as part of the design scope.
9.2. Trinity Railway Express Permitting & Coordination
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with Trinity Railway Express authorities such that their regulatory
requirements are appropriately reflected in the designs. ENGINEER shall work with
regulatory authorities to obtain up to one (1) permit approval of the designs, and make
changes necessary to meet their requirements, as part of the design scope.
9.3. BNSF Railroad Permitting & Coordination
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 20 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with BNSF Railroad authorities such that their regulatory requirements
are appropriately reflected in the designs. ENGINEER shall work with regulatory
authorities to obtain up to one (1) permit approval of the designs, and make changes
necessary to meet their requirements, as part of the design scope.
9.4. Union Pacific Railroad Permitting & Coordination
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with Union Pacific Railroad authorities such that their regulatory
requirements are appropriately reflected in the designs. ENGINEER shall work with
regulatory authorities to obtain up to one (1) permit approval of the designs, and make
changes necessary to meet their requirements, as part of the design scope.
9.5. Gas Permitting & Coordination
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with up to two Gas Owner authorities such that their regulatory
requirements are appropriately reflected in the designs. ENGINEER shall work with
regulatory authorities to obtain up to two (2) permit approvals of the designs, and
make changes necessary to meet their requirements, as part of the design scope.
ASSUMPTIONS
• ENGINEER assumes no additional exhibits or plan sheets will be required for
obtaining the permits. If necessary, these can be provided as additional services.
TASK 10. Additional City Directed Services
10.1. Additional City Directed Services
• ENGINEER will complete additional Tasks not defined in the above scope, as
directed in writing by the City. The tasks will be performed for a fee agreed upon
by the City and Engineer at the time of authorization. Should the required scope
of work exceed $30,000, Engineer will submit a request to cover the additional
work required.
10.2. Sub Surface Utility Engineering — Level A Test Holes (Up to 15)
• ENGINEER shall advise the CITY of test borings and other subsurface
investigations that may be needed for the project. If the CITY determines that
such borings or investigations are needed, then the ENGINEER shall work with
the CITY and CITY's geotechnical consultant to draw up specifications for such
testing program. The cost of such testing will be paid for by the CITY.
10.4. Construction Sequencing Plan
• The ENGINEER will evaluate bus routes, pedestrian detour requirements,
downtown valet services in coordination with Traffic Systems, Development
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 21 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
Services, and scheduled Downtown Fort Worth events. Based on this evaluation,
the ENGINEER will develop a comprehensive Construction Sequencing Plan and
associated Traffic Control Plans to support water and sanitary sewer
replacement activities.
10.5. Water Meter Vault Details, Relocations and Reconnections
The ENGINEER will prepare standard and special detail sheets for water line
installation and sewer rehabilitation or replacement that are not already included in
the D-section of the CITY's specifications. These may included connection details
between various parts of the project, tunneling details, boring and jacking details,
waterline relocations, details unique to the construction of the project, trenchless
details, and special service lateral reconnections.
10.6. Right-of-Way/Easement Preparation and Submittal
• The ENGINEER shall prepare documents to be used to obtain right-of-way and
permanent and/or temporary easements required to construct the improvements.
• The ENGINEER shall submit the right-of-way and/or easement documents to
CITY PM for real property acquisition
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY's eBuilder site.
10.7. Temporary Construction Easement Preparation and Submittal
• The ENGINEER shall prepare documents to be used to obtain right-of-way and
permanent and/or temporary easements required to construct the improvements.
• The ENGINEER shall submit the right-of-way and/or easement documents to
CITY PM for real property acquisition
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY's eBuilder site.
ASSUMPTIONS
• ENGINEER understands that easements will be prepared without the benefit of title
commitment.
• ENGINEER understands that any updates to easements due to title or ownership
changes subsequent to the original easement delivery will be considered additional
services not covered under this task.
DELIVERABLES
26 Right-of-Way/Easement documents will be necessary.
16 Temporary Construction Easement documents will be necessary.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 22 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existinq 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 including temporary right-of-
entries.
• Services related to development of the CITY's project financing and/or budget.
• Services related to disputes over pre-qualification, bid protests, bid rejection and
re-bidding of the contract for construction.
• Construction management and inspection services
• Periodic site visits during construction phase not identified in the tasks above.
• Design phase public meetings not identified in the tasks above.
• 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 related to Survey Construction Staking
• Services related to acquiring real property including but not limited to easements,
right-of-way, and/or temporary right-of-entries.
• Services to support, prepare, document, bring, defend, or assist in litigation
undertaken or defended by the CITY.
• Construction Shop drawing review, samples and other submittals submitted by the
contractor.
• Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
• Services related to Subsurface Utility Engineering Levels A, B, C or D
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 23 of 24
ATTACHMENT A
DESIGN SERVICES FOR
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA, PART 3
CITY PROJECT NO.: 105779
• Services related to Construction Sequencing Plan
• Services related to Water meter Vault Details, Relocations and Reconnections.
• Services related to Right-of-Way and Easement preparation and submittal.
• Services related to Temporary Construction Easement preparation and submittal.
• Profiles for water mains smaller than 12".
• Profiles for Water and Sewer services.
• Detailed Phasing or Traffic control plans.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 24 of 24
ATTACHMENT B COMPENSATION
Design Services for
CAST IRON WATER MAIN REPLACMENTS-DOWNTOWN FORT WORTH, PART 3
City Project No. 105779
Lump Sum Project
Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $1,250,477.00 as
summarized in Exhibit B-1 — Engineer Invoice and Section IV — Summary of Total
Project Fees. The total lump sum fee shall be considered full compensation for
the services described in Attachment A, including all labor materials, supplies, and
equipment necessary to deliver the services.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
Method of Payment
A. Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-1, Progress Reports as required in item I II. of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Water Department monthly progress reports and schedules in the format required
by the City.
City of Fort Worth, Texas
Attachment B
Revised Date: 08/18/2025
Page 1 of 3
�
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility Fee Amount
Prime Consultant Design, Survey, ROW/easements,
Permitting $927,589.00
Proposed Sub-Consultants
Visintainer Engineering Project Management, QA/QC
PLLC
Jupitex Fire Lines, Design Review,
Sequencing, Permitting
Rios Group SUE (Additional City-Directed
Services)
Historic Assessment
ERG
Falkofske Structural Support- Large
Water Vaults (Additional City-
Directed Services)
Falcon Reproduction
$121,380.00
$87,357.00
$62,250.00
$4,901.00
$43,950.00
%
74.2%
9.7%
6.9%
4.9%
0.5%
3.5%
$3,050.00 0.3%
TOTAL $
Project Number & Name
Downtown CI Water & Sanitary Sewer $
Replacements CPN 105779
City of Fort Worth, Texas
Attachment B
Revised Date: 08/18/2025
Page 2 of 3
Total Fee
1,250,477.00
100%
Sub Fee
$ 322,888.00
�
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth, Texas
Attachment B
Revised Date: 08/18/2025
Page 3 of 3
�
Professional Services Invoice Project nnanayer: IClayton Torrance, PE � Summary
Project: CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA PART 3
City Project #: 705779 �
City Sec Number:
(`,Orppany Narpg: IShield Engineering Group, PLLC
Supplie�'s PM: Jean-MarieAlexander
Supplier Invoice #: 2o2a�sa.ot-oi
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Sheet
Work Type 1
Work Type 2
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Supplier Instructions:
Fill in green cells including Invoice Number, From and To Dates and the included worksheets.
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within ProjecYs folder.
email: �accountino(cr�shield-enoineerina.corci
OffICC Addf055�1600 W 7th Streel, Ste 400, Fort Worth, TX 76102 �
Telephone: �at�-ato-osss �
Fax: I I
R01771t Addl'CSS:�ACH/PO Box 470636, Fort Worth, TX 76147 �
FID and Work Type Description
Water Design
Sanitary Sewer Design
Totals This Invoice
Agreement LTD
Agreement Amendment Amount to Completed
Amount Amount Date Amount
$786,251.00 $786,251.00
$464,226.00 $464,226.00
$1.250.477.00 $1.250.477.00
Percent ($) Invoiced Current
Spent Previously Invoice
Remaining
Balance
$786,251.00
$464,226.00
$1.250.477.00
Overall Percentage Spent:
Professional Services Invoice ProjectManager. ClaytonTorrance,PE
PPOj@Ct: CAST IRON WATER MAIN REPLACEMENTS-DO TO FORT WO TH AREA PART 3
City Project #: 105779
Work Type Desc: I Water Design I Supplier Instructions:
FID: I I
C11y SBC NUlllb@f: Fill in green cells including Percent Complete and Invoiced Previously Quanities
Purchase Order: I � When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within ProjecPs folder.
(�`Ompany Name: Shield Engineering Group, PLLC
Suppllef'SPM: Jean-MarieAlexander
Supplier Invoice #: 2024165.01-01
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Pay Items
Description
30 - Water Desipn
Totals This Unit:
Bf11811: accounting@shield-engineering.com
Offlce AddfBSS: 1600 W 7th Street, Ste 40Q Fort Worth, TX 76102
Telephone: a��-ato-osss
Fax:
Remit ACH/PO Box 470636, Fort Worth, TX 76747
Agreement LTD
Agreement Amendment Amendment Amount to Completed Percent ($) Invoiced Current
Amount Number Amount Date Amount Spent Previously Invoice
$786,251.00 $786,251.00
$786,251.00
$786.251.00
Overall Percentage Spent:
Remaining
Balance
$786,251.00
$786,251.00
Professional Services Invoice ProjectManager: ClaytonTorrance,PE
PI'Oj@Ct: CAST IRON WATER MAIN REPLACEMENTS-DO TO FORT WO TH AREA PART 3
City Project #: 105779
Work Type Desc: Sanitary Sewer Design � Supplier Instructions:
FID: I
Clty S@C NufllbBf: Fill in green cells including Percent Complete and Invoiced Previously Quanities
Purchase Order: � � When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within ProjecYs folder.
COmpany Nyme: Shield Engineering Group, PLLC
Supplief'S PM: Jean-MarieAlexander
Supplier Invoice #: zozaiss.oi-oi
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Pay Items
Description
30 - Sewer Desiqn
Totals This Unit
Bf11211: accounting@shield-engineering.com
Office Address: isoo w �m streec, ste aoo, Fort worm, rx �sioz
Telephone: st�-sio-osss
Fax:
Remit ACH/PO Box 470636, Fort Worth, TX 76147
Agreement LTD
Agreement Amendment Amendment Amountto Completed
Amount Number Amount Date Amount
$asa,22s.00 $asa,22s.00
$464 226.00
$464 226.00
Overall Percentage Spent:
Percent ($) Invoiced Current
Spent Previously Invoice
Remaining
Balance
$asa,zzs.00
$464,226.00
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
CAST IRON WATER MAIN REPLACEMENTS-DOWNTOWN FORT WORTH AREA PART 3
City Project No. 105779
NONE
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of 1
ID Task Name Duration
� Project Planning 15 days
2 Program/Project Planning 15 days
3 Project Start 5 days
4 Planning 10 days
5 Project Agreement 297 days
( Project/Contract Agreement 220 days
7 Program/Project Contract Agreement 297 days
g M&C Process - Design 210 days
g Agreement Execution 87 days
10 Design 441 days
11 30% Conceptual Design 226 days
12 Issue Design Notice to Proceed 0 days
� 3 Design Survey 120 days
�4 Design Kick-off Meeting 1 day
15 Prepare Conceptual Design Drawings & Documen 110 days
16 Submit Conceptual Plans 1 day
17 Submit 30% Plans to ROW & Utiities 1 day
�$ Review Conceptual Plan (CFW) 15 days
� g 30% Plan Review Meeting 1 day
20 60% Preliminary Design 116 days
ATTACHMENT D
Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3 CPN 105779
Start Finish Predecessors 2025 2026
H2 H1 H2 H1
Mon 11/25/24 Fri 12/13/24 n
Mon 11/25/24 Fri 12/13/24 n
Mon 11/25/24 Fri 11/29/24 •
Mon 12/2/24 Fri 12/13/24 3 -
Mon 12/16/24 Tue 2/3/26 4 I �
Mon 12/16/24 Fri 10/17/25
Mon 12/16/24 Tue 2/3/26 I �
Mon 12/16/24 Fri 10/3/25 �
Mon 10/6/25 Tue 2/3/26 8 �
Mon 9/22/25 Mon 5/31/27 �
Mon 9/22/25 Mon 8/3/26 �
Wed 2/4/26 Wed 2/4/26 9 � Z/4
Mon 9/22/25 Fri 3/6/26 I
Thu 2/5/26 Thu 2/5/26 12 �
Fri 2/6/26 Thu 7/9/26 14 �
Fri7/10/26 Fri7/10/26 15
Mon 7/13/26 Mon 7/13/26 16
Mon 7/13/26 Fri 7/31/26 16
Mon 8/3/26 Mon 8/3/26 18
Tue 8/4/26 Tue 1/12/27
Task � ProjectSummary — ManualTask I
Project: CPN 105779 Baseline D spiic inaceive rask Duratiomonly
Date: Fri 1/23/26 Milestone ♦ Inactive Milestone Manual Summary Rollup
Summary I � Inactive Summary Manual Summary �
Page 1
� I Start-only L
— Finish-only ]
ExternalTasks
i Extemal Milestone
2027 2028 2029 2030
H2 H1 H2 H1 H2 I H1 H2 H1
�
�
�
�
�1
Deadline 1
Progress
Manual Progress
Shield Engineering Group
ID Task Name Duration
2� Prepare 60% Preliminary Plans and Specifications 90 days
22 60% Preliminary Plan and Specification Submittal 1 day
z3 Submit 60% Plans and Specs to ROW & Utilities 1 day
24 Review 60% Preliminary Plans and Specifications 15 days
(CFW)
25 Conduct Constructability Review (Walk Through) 5 days
zy Hold Public Meeting - Design 6 days
z7 60% Plan Review Meeting 1 day
zg 90% Final Design 104 days
Zg Final Design 1 day
30 Prepare 90% Final Plans and Specifications 65 days
3� 90% Final Plan and Specification Submittal 1 day
32 Submit 90% Plans and Specs to ROW & Utilities 1 day
33 Review 90% Final Plans and Specifications (CFW) 15 days
34 Hold Project Meeting 1 day
35 Incorporate Final Comments and Submit Final 20 days
Plans and Specifications
36 Approve Final Plans and Specifications and Route 5 days
forSignatures
37 Final Design Complete 1 day
3g Establish MBE Goal for Construction Contract 5 days
Task
Project: CPN 105779 Baseline D spiic
Date: Fri 1/23/26 Milestone
Summary
♦
i
ATTACHMENT D
Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3 CPN 105779
Start Finish Predecessors 2025 2026 I2027
H2 H1 H2 H1 I H2 H1
Tue 8/4/26 M on 12/7/26 19 �
Tue 12/8/26 Tue 12/8/26 21 �
Wed 12/9/26 Wed 12/9/26 22 �
Tue 12/8/26 Mon 12/28/26 21 �
Tue 12/29/26 Mon 1/4/27 24
Tue 1/5/27 Tue 1/12/27 25
Tue 1/5/27 Tue 1/5/27 25
Wed 1/6/27 Mon 5/31/27
Wed 1/6/27 Wed 1/6/27 27
Thu 1/7/27 Wed 4/7/27 29
Thu 4/8/27 Thu 4/8/27 30
Fri 4/9/27 Fri 4/9/27 31
Fri4/9/27 Thu 4/29/27 31
Mon 4/12/27 Mon 4/12/27 32
Mon 4/12/27 Fri 5/7/27 32
Mon 5/10/27 Fri 5/14/27 35
Mon 5/17/27 Mon 5/17/27 36
Mon 5/17/27 Fri 5/21/27 36
Project Summary
Inactive Task
Inactive Milestone
� Inactive Summary
ManualTask E
Duratiomonly
Manual Summary Rollup
Manual Summary �
Page 2
I Start-only
Finish-only
ExternalTasks
i Extemal Milestone
r1
�
�
�
T
�
�
2028 2029 2030
H2 H1 H2 I H1 H2 H1
Deadline
Progress
Manual Progress
Shield Engineering Group
Downtown Cast Iron Water & Sanitary Sewer Replacements
CPN 105779
ID Task Name Duration Start Finish Predecessors 2025
H2 H1
3g Prepare Bid Package 10 days Tue 5/18/27 Mon 5/31/27 37
40 Permits 199 days Tue 8/4/26 Fri 5/7/27
41 Identify Required Permits 5 days Tue 8/4/26 Mon 8/10/26 19
qZ Prepare Permits 10 days Fri4/9/27 Thu 4/22/27 31
43 RR Permitting - Submit, Review, Approve 0 days Thu 4/22/27 Thu 4/22/27 42
44 TxDOT Permitting - Submit, Review, Approve 0 days Thu 4/22/27 Thu 4/22/27 42
45 Gas Main Crossing Permits - Submit, Review, 0 days Thu 4/22/27 Thu 4/22/27 42
Approve
46 Review and Approve Permits 10 days Fri 4/23/27 Thu 5/6/27 45
47 Permits 1 day Fri 5/7/27 Fri 5/7/27 46
48 Environmental 42 days Tue S/4/26 Wed 9/30/26
49 Identify Environmental Issues 10 days Tue 8/4/26 Mon 8/17/26 19
50 Archaeological Investigation 20 days Tue 8/18/26 Mon 9/14/26 49
51 Review Investigation Findings 1 day Tue 9/15/26 Tue 9/15/26 50
52 Archaeological Retrenching (if necessary) 10 days Wed 9/16/26 Tue 9/29/26 51
53 Investigation Report Finalization 1 day Wed 9/30/26 Wed 9/30/26 52
55 Construction 540 days Tue 6/1/27 Mon 6/25/29
97 Closeout 72 days Tue 6/26/29 Wed 10/3/29 55
113 Acceptance 10 days Thu 10/18/29 Wed 10/31/29 SSF5+20 days
Task � Project Summary
Project: CPN 105779 Baseline D spiic inaccive Task
Date: Frl 1/23/26 Milestone ♦ Inactive Milestone
Summary i i Inactive Summary
�
Manual Task I
Duration-only
Manual Summary Rollup
Manual5ummary �
Page 3
2026
H2 H1
2027 2028
H2 H1 H2 H1
I�I
I
I Start-only L
Finisn-only J
ExternalTasks �
� External Milestone —
j 4/22
j 4/22
� 4/22
�
Deadline �l
Pragress
Manual Progress
2029 2030
H2 H1 H2 H1
�1
n
Shield Engineering Group
CKMEN� E �
��. � � 1��:.
TA :�a ''�. � ,�� ,,;,
V`� ; .
',r �`?�' +�,i '�"- . ��� � :,�
:�' +�; ,� �Q� ` . � �.1�
q . Q, � .�",� ' ��O�O _� ,X � e16,�.�
�� •:1,; ]` � �
% ,! � i�! �
� ������ �'� "��� �F �1�`'` �s,� � ������ � `�� � _
''' : r, ,� �1t�p�� t<'yc���f ' , � � �'4,1, ,y� �`� �` '��� ' � 5�� �� �:
� y!� � � / �,, g �•4 J+I. �:, 1'` � . Q,�,
� �'r �.. . '�`�:� ` � ���0�.► 3�.0 ;��yj �`� � �Qv ���}
q� _ �, t;�" �, �,� �,� �"� r,�' `o �� y �,�,� , � � � �.
a,� ��p� _` �;� _ ', ; . J . ,��f :,* , \ � ;, �M/+r�t
�'` ;,,���� � l f'� � b,c� �. '�� a.�. ;s� � v,, ,�ryV�,
'�'� � %: . ��N1y �Y, _ �:;�` 'b: .� i,.a`�l��C, :�� � �./ �� . sd �
, ` �.�. Q�� ' �et� '� �- � � � Y�` `.� ... �� /�°.
�� � . �� ���:� / !._' � �.
� ,
. =. �
. - �Q� ! . � a
e *� �s �..�' � / � ` T.x: ++�
��., ��� ♦ �e�/ . �F4�" • � � �� i +.�, .. *�� . Rr�S 7 � " �� ' ' k . .
' 6 � ,' ; ,'� JMr' , � �`�;.:..,�.�:�='� � � ' �
� ' �, ' g , "��
� ��y �� � ♦ �_ �� �.. I{'��. � . .. ��� '� . '� �
�Q,O �� # d � �'~��� \ �G ^� t\ � � � �� �.
��� i ```````� � i . r-! , � �`_� ��,'�j R�:°
�P�`T .�,. ;-. , ;;�,+ � c�'� ' ���,�C�`;;, �M' ' ` 5�
: ��, `i� �y � ,� � � ,��`�` . ,� _` �.�`Z` /%�
�, I. � ' ���% �' '',,�� �c. �� � `�. `"
�►'�` _ �, ,, ., � �;� p � Q c� ` 1 +� �.: � � \
� r ♦ . �` \� � �> x ��' ..yr� .. �y��. 4�� �G� �� '\ . �'" ��' ✓� �.� .. �� `��
'� ^� �"—' �� �� tt� �� y .�.� e�
�;r �� � ` - � - � 't :
'�' �j �� q`?`� 6�� �0 �i: i �'
,�, _ , 0 �c �, 'LF. ,�
a�.' - �f �c. q J' - i' �.. �^ �- '�
� . ,� lti s� . , ' >� � .. r . �
�'�� .. � "� `
� �� oG�� � z �'�'. - �� ,,
.� � � fi: �. ,�
��� 5'� � �'F
ti � 5 3y� 9�, � � rG �,�..�� �'
�,y: ,� � ,�Q- bq� tio 'y F� � 1. `� , � Q'i a�,:
ya ,� s�, � + oy
�.�tP;. �'.�,� �,s� - � � A , I
�� �r.� . wp / o�, o y.� ,�.� e��`' .�,� �,✓ ��,
�.,��<-`. � ".�'t � �, �3 ��% �,�'�' 'i.a ��' �i "�n
%`�, �.� • . �'G�2 9 O �q�o �, ����`�^' :,�� '�'' � �`` �,99 . �',ic
� .;,�` �� F y� �P�, 2 ° , „ ; � . `. � f � ""^;;..,_
,/�� s �,�� l � if'J, ��; r � '
� �, 93 �':�� �3 * � � ' �
1���/ ���. y,p . , � h�,s. � ,
,�1 � _ �' .
� �4 _ 'I�r1 � �%' � .�. : y' �� R , � r �� � . �� \,� . .
� �y���� ,� � ,��� . _�I �� � �� .,�a � ' � '� � ,
� �o '� /.� �p � � t
"�. � ,��� , d _ � /1�� cj f �' � �� ,'��
� ��• � a�.
� - ` �A ' �' �' �" � 4 •¢+r `�, µ O .� � • �
`�� �, � ,'!� � �-` �\ `
�.` s`��. r �.r , '+�� �. .i
'�� � • °k 4A A
� �
.:p �, � `
:� � , �, .o\ R . .
,h6`, Z N � 4� �,� �- '.,�� �' ��Q�"°r,�0.:•'
_ , . . �
`�.
O �. -..� _s� tt � �% � � � :. \
')tl� t� CL !� 1 �,� � . �r 'f� '.+
a � .�� ST � � /� � '9'•
� z, ' �, W�10TH � y k_ _ � .
� � � � ���
N � �-� : — "
W � `. t r`. r+.-� � \
z` 5���•� � __m..� � !, ��•
� , �`� � '",`�" � a{
�! O � .s��K
F4RT w°R�H°
�. '_ �", ` � . ,a9- �• • - A �� �� ,, ' •" �: :,}4��,;� .�c��'- , � � � , LEGEND
,� I' 4, �� •�" 95� � �d���`�, �'" ' � PROP SANITARY SEWER LINE
��"`'�� � �, . � pI t � E�¢ ti" � " � � REHABILITATION
� �r �*i .. . ,�r ' ;i'' ,,�' ,�-„ ��� �� ,�,•
✓y ` � `� ��" G2 %� 1+
� �,- �� � >;;. "� �'� � � � * , �` "� I� �, �5e�� � PROP WATER LINE REHABILITATION
, _,
<
, a�
�� � � %. SF �. - o� � a��� ,+'� q�'� .�., .
j s.. ' ,! S ��� 2 � t \�« �-'�t �.. \�
� �2 � � :,� �� �. , �� � �
T � h\ ' � , + �� � �C '� N� � � �j �
'�, ` ` � . � ' � �. .. � `�� � �/� ! ` ' . � �7
k � � �� �`Y \ .. . ♦ �� 4 \"- � .�'. , 4,�� � J` ��` .4.17"
��� � � � ` ' P'f�/' . }� . ti' � . % � � "- .-���
'!, ���� � �V 'TO . � . S,C " (�i�O � .. � � \
�- �
�o v� �i � v _ � �.`�� � � 'C
��yti�`•'„i'• �� ��'" ' S1 �' � � ` ,
� #e #'�'`' rT�" � "\ I'� �-k � � ��' � �T� �+r. ��:
� � �� E �
' _ �. f �, � � �'� • '- � ' `t'>. :.
�N �G
►� y� �� � s� ��5 �t,
, � _�
**
� � ' ' �/,�
� T
� � � � � , �a 5� � ��� �z�s� � �
=;� � �, h�1 �� � s� -
�t. � ' � �� .
�� � ' � �
�, �'"
a' �. � , �.
� ��► °2 , , �
�� '� Fs �
/ �i �9���� �� � �
�i, 1%. ��i' ` � Q C'
�' ��'�' . 72. �� � ' 'C� '�/ � `��' �i.+ A�,. .
� "' � �� . NJ' ,�Y�S O�'`P� � _!��;`j�1' �!y • Xp � TPm , .
0
W STH ST , �' O�� �'�,�� . o� `� J,� �
i' �,�� 5� , J'�,` . 2 �l , . f.
� ' . �.. �` 9�N � '� � ��' , �� ' �i� �� .
p ,[� * � �• . - � \Y � � ` � ` � . �.,� ...��� ��� ��,\\�/�
_ '
� � SHIELD
W7THST� ��� � S _/ ���� � / , ENGINEERING
li� t___.__ . - S'� �� �4'C� � � � �
•�- � �,'�� . /r �
� � � ��Q/ � TBPELS ENG NEER NG MF-11039. SURVEVING p10193890
1 ' _ � � 1 . ! lt � . � „ O ��S'�
� i r,y � �, . . - � _ � - �'G � � � m � ������� �
I . � � ����� � � N
�� � a � � � � � � � i P°Z �� � 0� � � � PROJECT �
� �� s y�'..,. - �'I. � J� ��DO�����D�O�B� LOCATION 0 300 600
� • ' • - � O ��i ��
h ' . � �.���
O
� < O �
� . O \
w toTtt sT � ' w,� �O �O��a� �0� 000�� � GRAPHIC SCALE IN FEET
i�"'�� '� •.� e�� ,�• ���'�_ � o���.�E������ � 00 � �
" , , , � ���PJ� B� ��0�� �� D
� , j � -� � _ � 1 - F ��r „ � ,. ,, qi r . / � E �� �� � � �� ' � D� CITY OF FORT WORTH, TEXAS
a �� r � � � � • . i • :'►',' � "— z �! � . ` �����0���������O�S � O �
, a , , ���� i ��o❑�o� ���j���� �
, � �� J. i� 1 ��� � 1 `�y�:.l �"�""- � � � �. � �����������0 �� a e M �� CASTIRON WATER MAIN REPLACEMENTS-
° jr _ � � -� '� ��I � _ "� �����������e�� O �� O - � � DOWNTOWN FORT WORTH AREA PART 3
� � � _ . TEXASST � �� _ . � ��>• T ��� �D�aD�O De0 ��
:�� ► �,. ' --, � � _ � ����Bo�°�����o 00
'�: � '<''� ; s� ^ '' O 1-3� ATTACHMENT E
�' �� � . � �� _��� � ���� WLANCASTERAVE
. : I��_ �� �ti� �� � �
o �:■ •� ` �'" 1 !,. , .4 � � B .��t� !�y •'0� ` �/1� ��B my� ��� C oEsicNEo�.oc scn�E onrE�. EET.
' ' �, __ ,. : � J� ��1."f� �.�_ I� ez .' R �, _ .'.`1.:,- . +r \ e' �� /1�' / ����, �� ��V I �
^ �� oanwN zw I i= so I sePr zazs I sH i oF i
ATTACHMENT "F"
CERTIFICATE OF INSURANCE
Design Services for
Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
City Project No. 105779
City of Fort Worth, Texas
Attachment F
PMO Release Date: 05.19.2010
Page 1 of 1
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, September 16, 2025
LOG NAME: 60CIWMRDOWNTFWP3-SHIELD
REFERENCE NO.: **M&C 25-0892
SUBJECT:
(CD 9) Authorize Execution of an Engineering Agreement with Shield Engineering Group, PLLC. in the
Amount of $1,250,477.00 for the Cast Iron Water Main Replacements - Downtown Fort Worth Area, Part 3
Project and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to Fiscal Years 2025-
2029 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of an engineering agreement with Shield Engineering Group, PLLC. in the
amount of $1,250,477.00, for the Downtown Fort Worth, Small Diameter Cast Iron Replacements
Part 3 project; and
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $1,553,706.00 from available PayGo
residuals, for the Downtown Fort Worth, Small Diameter Cast Iron Replacements Part 3 project (City
Project No. 105779) to effect a portion of Water's contribution to Fiscal Years 2025-2029 Capital
Improvement Program.
DISCUSSION:
This Mayor and Council Communication (M&C) is to authorize the preparation of plans and specifications
for sanitary sewer and water main replacements on the following streets, and easements:
Street
Burnett Street
Lamar Street
Houston Street
Houston Street
Main Street
Commerce Street
Jones Street
W 4th Street
W 5th Street
W 5th Street
W 6th Street
W 7th Street
E 7th Street
From
W 3rd Street
W 3rd Street
W 4th Street
W $th Street
E 8th Street
W 4th Street
E 4th Street
Throckmorton
Street
Burnett Street
Calhoun Street
Cherry Street
Houston Street
Jones Street
To
� W 6th Street
W 5th Street
� W 7th Street
I W 9th Street
�
W 9th Street
W 9th Street
E 8th Street
' Houston
Street
Commerce
Street
� East 135 feet
Grove Street
I Main Street
�
East 110 feet
� Scope of
Work
� Water
Water
Water/Sewer �
Water
Water
Water/Sewer
Water/Sewer
Water
Sewer
I
� Water
Water/Sewer
Water
Water
E 8th Street
W 9th Street
Calhoun Street
Grove Street
Easement between
Throckmorton
Street and Houston
Street
Easement between
E 4th Street and E
5th Street
Jones Street
85 feet west of the
9th Street /
Houston Street
intersection
E 5th Street
E 8th Street
W 4th Street
Calhoun Street
Easement between
E 5th Street and E Jones Street
6th Street
Union Pacific
Railroad Water
Right-of-Way
Commerce Water
Street
E 9th Street � Water
North 140 � Water
feet
W 5th Street Sewer
Jones Street Sewer
Grove Street Sewer
In addition to the contract amount, $303,229.00 (Water: $193,786.00; Sewer: $109,443.00) is required for
project management, real property acquisition, utility coordination, and material testing. This project will
have no impact on the Water Department's operating budget when completed. The sewer component of
the project is part of the Water Department's Sanitary Sewer Overflow Initiative Program.
It is the practice of the Water Department to appropriate its 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. The actions in the M&C will appropriate funds in support of the Water's
portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program.
Funding is available in the Unspecified All-Funds project within the Water & Sewer Capital Projects Fund
for the purpose of funding the DtwnFWSmDia Cast — iron Rpl P3 project.
Appropriations for powntown Fort Worth Small Diameter Cast Iron Replacements Part 3, are as depicted
below:
Fund Existing � Additional project Total*
Appropriations Appropriations
W&S Capital
Projects - $0.00 $1,553,706.00 $1,553,706.00
Fund 56002
Project Total �� $0.00�� $1,553,706.00 �$1,553,706.00
*Numbers rounded for presentation purposes.
The project is located in COUNCIL DISTRICT 9.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Unspecified All-Funds project
within the W&S Projects Fund, and upon approval of the above recommendations and adoption of the
attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the
DtwnFW Sm Dia Cast—Iron Rpl P3 project to support the approval of the above recommendations
and execution of the engineering agreement. Prior to any expenditure being incurred, the Water
Department has the responsibility of verifying the availability of funds.
FUND IDENTIFIERS fFIDs),:
TO
Fund Department Account Project Program ctivity Budget � Reference # Amount
i ID , , ID � Year (Chartfield 2)
FROM
IFund Department Accoun Project Program ctivity Budget Reference # �Amount
ID ID Year � (Chartfield 2)
CERTIFICATIONS:
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
Jesica McEachern (5804)
Chris Harder (5020)
Clayton Torrance (8528)
ATTACHMENTS
1. 60CIWMRDOWNTFWP3-SHIELD FID Table (WCF 08.08.25).xlsx (CFW Internal)
2. 60CIWMRDOWNTFWP3-SHIELD funds avail.docx (CFW Internal)
3.60CIWMRDOWNTFWP3-SHIELD.pdf (Public)
4. Form 1295 - Citv of Fort Worth Downtown Cast .pdf (CFW Internal)
5. ORD.APP 60CIWMRDOWNTFWP3-SHIELD 56002 A025(r2) (1).docx (Public)
6. PBS CPN 105779.pdf (CFW Internal)
60CIWMRDOWNTFWP3-SHIELD
2
2
2
2
2
2
1
2
2
2
2
2
1
2
2
2
2
2
56002
56002
56002
56002
56002
56002
56002
56002
56002
56002
56002
56002
56002
56002
56002
56002
56002
56002
56002
0600430
0700430
0600430
0600430
0600430
0600430
0600430
0600430
0600430
0600430
0700430
0700430
0700430
0700430
0700430
0700430
0700430
0700430
4956001 105779
4956001 105779
4956001 U NSPEC
4956001 105779
5110101 105779
5550102 105779
5330500 105779
5310350 105779
5330500 105779
5310350 105779
4956001 105779
5110101 105779
5330500 105779
5710010 105779
5110101 105779
5330500 105779
5740010 105779
5310350 105779
2060000 105779
001730
001730
UNSPEC
001730
001730
001730
001730
001770
001784
001784
001730
001730
001730
001740
001740
001740
001780
001770
RETAIN
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
($980,037.00)
($573,669.00)
$1,553,706.00
($980,037.00)
$85,130.00 Water Staff Cost
$4,000.00 Public Outreach
$786,251.00 Contract
$2,500.00 Utility Coordination
$85,130.00 Soil Lab Consultant
$17,026.00 Soil Lab TPW Staff
($573,669.00)
$57,443.00 Water Staff Cost
$464,226.00 Contract
$30,000.00 Easement Acquisition
$10,000.00 Easement Acquisition
$5,000.00 Easement Acquisition
$5,000.00 Easement Acquisition
$2,000.00 Utility Coordination
Retainage Combo Code
2 56002 0600430 4956001 105779 2025 $980,037.00
2 56002 0600430 105779 2025 $980,037.00
2 56002 0700430 4956001 105779 2025 $573,669.00
2 56002 0700430 105779 2025 $573,669.00
Docusign Envelope ID: OF43164F-49D1-4CA3-86AF-813E20132F29
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.
Shield Engineering Group, PLLC
Fort Worth, 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:
2025-1345651
Date Filed:
08/05/2025
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 105779
Engineering Services - Downtown Cast Iron Water & SS Replacements
4
Name of Interested Party
Alexander, Jean Marie
Barnes, Craig
Hill, Ryan
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is Jean-Marie Alexander
My address is 8103 Shelton Drive
City, State, Country (place of business)
Fort Worth, TX United States
Fort Worth, TX United States
Fort Worth, TX United States
Nature ofinterest
(check applicable)
Controlling Intermediary
X
�
X
, and my date of birth is
, Fort Worth
(city)
TX , 76120 , USA
(state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Tarrant County, State of TexBs , on the 5th day of Auqust , 20 25
(month) (year)
Signed by:
�� � ` �
��f���3fi�2h�orized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.O.f10dOfd8
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Shield Engineering Group, PLLC
SubjeCt of the Agreement: Cast Iron Water Main Replacements-Downtown Fort Worth Area, Part 3
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 ❑✓
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: 9/16/2025 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. 105779
*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.