HomeMy WebLinkAboutContract 63256CSC No. 63256
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 Westwood Professional Services, Inc., authorized to do business in Texas,
("ENGINEER"), for a PROJECT generally described as: Northside IV Elevated Storage
Tank 30" Water Transmission Main Extension — Project No. 106202.
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 $173,000.00 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: 12-08-2023
Page 1 of 15
Northside IV Elevated Storage Tank 30" Water Transmission Main Extension
106202
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Article IV
Obligations of the Engineer
A. 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.
B. 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 Northside IV Elevated Storage Tank 30" Water Transmission Main Extension
Standard Agreement for Engineering Related Design Services 106202
Revised Date: 12-08-2023
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. 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.
F. 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 Northside IV Elevated Storage Tank 30" Water Transmission Main Extension
Standard Agreement for Engineering Related Design Services 106202
Revised Date: 12-08-2023
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 Northside IV Elevated Storage Tank 30" Water Transmission Main Extension
Standard Agreement for Engineering Related Design Services 106202
Revised Date: 12-08-2023
Page 4 of 15
Record Drawings
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.
J. Business Equity Participation
City has goals for the full and equitable participation of minority business
and/or women business enterprises in City contracts greater than
$100,000. In accordance with the City's Business Equity Ordinance No.
25165-10-2021 (as codified in Chapter 20, Article X of the City's Code of
Ordinances, as amended, and any relevant policy or guidance documents),
Engineer acknowledges the MBE and WBE goals established for this
Agreement and its execution of this Agreement is Engineer's written
commitment to meet the prescribed MBE and WBE participation goals. Any
misrepresentation of facts (other than a negligent misrepresentation) and/or
the commission of fraud by the Engineer may result in the termination of this
Agreement and debarment from participating in City contracts for a period of
time of not less than three (3) years.
K. 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
City of Fort Worth, Texas Northside IV Elevated Storage Tank 30" Water Transmission Main Extension
Standard Agreement for Engineering Related Design Services 106202
Revised Date: 12-08-2023
Page 5 of 15
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.
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.
M. Independent Consultant
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 respondent superior shall not apply.
N. 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.
O. 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.
P. 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,
City of Fort Worth, Texas Northside IV Elevated Storage Tank 30" Water Transmission Main Extension
Standard Agreement for Engineering Related Design Services 106202
Revised Date: 12-08-2023
Page 6 of 15
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.
Q. Schedule
ENGINEER shall manage the PROJECT in accordance with the schedule
developed per Attachment D to this AGREEMENT.
Article V
Obligations of the City
A. City -Furnished Data
ENGINEER may rely upon the accuracy, timeliness, and completeness of the
information provided by the CITY.
B. 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.
C. 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.
D. 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.
City of Fort Worth, Texas Northside IV Elevated Storage Tank 30" Water Transmission Main Extension
Standard Agreement for Engineering Related Design Services 106202
Revised Date: 12-08-2023
Page 7 of 15
E. 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.
F. 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
claims by third parties or employees of City, City hereby releases
ENGINEER from any damage or liability related to the presence of such
materials.
(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.
G. 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.
H. Contractor Claims and Third -Party Beneficiaries
(1) 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.
City of Fort Worth, Texas Northside IV Elevated Storage Tank 30" Water Transmission Main Extension
Standard Agreement for Engineering Related Design Services 106202
Revised Date: 12-08-2023
Page 8 of 15
(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
The Scope of Services does not include costs of the ENGINEER for required
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.
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. Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT upon
receipt of a written Notice to Proceed from the CITY.
B. Reuse of Project 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
own the final designs, drawings, specifications and documents.
City of Fort Worth, Texas Northside IV Elevated Storage Tank 30" Water Transmission Main Extension
Standard Agreement for Engineering Related Design Services 106202
Revised Date: 12-08-2023
Page 9 of 15
C. 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.
D. Termination
(1) This AGREEMENT may be terminated
a.) by the City for its convenience upon 30 days' written notice to
ENGINEER.
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) 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.
E. 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,
City of Fort Worth, Texas Northside IV Elevated Storage Tank 30" Water Transmission Main Extension
Standard Agreement for Engineering Related Design Services 106202
Revised Date: 12-08-2023
Page 10 of 15
commitment and cost of the ENGINEER's personnel and subcontractors, and
ENGINEER's compensation will be made.
F. 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.
G. Assignment
ENGINEER shall not assign all or any part of this AGREEMENT without the
prior written consent of CITY.
H. 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.
J. 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
City of Fort Worth, Texas Northside IV Elevated Storage Tank 30" Water Transmission Main Extension
Standard Agreement for Engineering Related Design Services 106202
Revised Date: 12-08-2023
Page 11 of 15
claims or liability arising out of the violation of any such order, law,
ordinance, or regulation, whether it be by itself or its employees.
K. Contract Construction/No Waiver
The parties acknowledge that each Party and, if it so chooses, its counsel,
have reviewed and revised Agreement and that the normal rule of contract
construction, to the effect that any ambiguities are to be resolved against
the drafting party, must not be employed in the interpretation of Agreement
or any amendments or exhibits hereto.
The failure of CITY or 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
future occasion.
L. Immigration Nationality Act
ENGINEER shall verify the identity and employment eligibility of its
employees who perform work under this Agreement, including completing
the Employment Eligibility Verification Form (1-9). Upon request by CITY,
ENGINEER shall provide CITY with copies of all 1-9 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. 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"
City of Fort Worth, Texas Northside IV Elevated Storage Tank 30" Water Transmission Main Extension
Standard Agreement for Engineering Related Design Services 106202
Revised Date: 12-08-2023
Page 12 of 15
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.
N. 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
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
City of Fort Worth, Texas Northside IV Elevated Storage Tank 30" Water Transmission Main Extension
Standard Agreement for Engineering Related Design Services 106202
Revised Date: 12-08-2023
Page 13 of 15
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 Northside IV Elevated Storage Tank 30" Water Transmission Main Extension
Standard Agreement for Engineering Related Design Services 106202
Revised Date: 12-08-2023
Page 14 of 15
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
op�
Jesica McEachern
Assistant City Manager
44�o a
Date:05/09/2025
a FOR>�aa
09
p-OF°°°
�o
PVa aSd
ATTEST:
C`R, /�
�IIL �'EXA5o4.y
Il�n4Uo��
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
C&4�4 rider
By: Christopher Haider (Apr 29, 2025 14:57 CDT)
Christopher Harder, P.E.
Director, Water Department
APPROVED FORM AND LEGALITY
By: Douglas Black (Mav 2- 2025 08:16 CDT)
Douglas W Black
Sr. Assistant City Attorney
Contract Compliance Manager-
BY:
ENGINEER
Westwood Professional Services, Inc.
i
Brian O'Neill, P.E., CFM
Senior Director, Public Infrastruture
Date- April 29, 2025
M&C No.: 25-0329
M&C Date: April 22nd, 2025
Form 1295 No.: 2025-1282977
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. Digitally signed by Bijay Upreti
DN: C=US,
Bijay Upreti CN-131jay Uprtfortworthtexas.gov,
Date: 2025.04.29 13:43:35-05'00'
Bijay Upreti, P.E.
Project Manager
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Northside IV Elevated Storage Tank 30" Water Transmission Main Extension
Standard Agreement for Engineering Related Design Services 106202
Revised Date: 12-08-2023
Page 15 of 15
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK- 30" WATER TRANSMISSION MAIN EXTENSION
CITY PROJECT NO.: 106202
ATTACHMENT A
Scope for Engineering Design Related Services for Water and/or Sanitary Sewer
Improvements
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK - 30" WATER TRANSMISSION MAIN
EXTENSION
CITY PROJECT NO.: 106202
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.
WORK TO BE PERFORMED
Task 1. Design Management
Task 2. Conceptual Design
Task 3. Preliminary Design
Task 4. Final Design
Task 5. Bid Phase Services
Task 6. Construction Phase Services
Task 7. ROW/Easement Services
Task 8. Survey and Subsurface Utility Engineering Services
Task 9. Plan Submittal Checklists
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,
■ coordinate internally and externally as needed, and
■ proactively address issues with the CITY's Project Manager and others as
necessary to make progress on the work.
1.1. Managing the Team
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 14
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK- 30" WATER TRANSMISSION MAIN EXTENSION
CITY PROJECT NO.: 106202
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. Invoice
submittal shall also include LOE spreadsheet with corresponding amounts shown and
percent complete for each task.
• Prepare and submit monthly progress reports 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.
• Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at
the end of the project
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure, and provide and obtain information needed to prepare the
design
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements are
appropriately reflected in the designs. ENGINEER shall work with regulatory
authorities to obtain approval of the designs, and make changes necessary to meet
their requirements, as part of the design scope.
• Personnel and Vehicle Identification: When conducting site visits to the project
location, the ENGINEER or any of its sub -consultants shall carry readily visible
information identifying the name of the company and the company representative.
ASSUMPTIONS
• 8 MWBE reports will be prepared
• 4 meetings with city staff
• 8 monthly water department progress reports will be prepared
• 8 monthly project schedule updates will be prepared
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Baseline design schedule
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 14
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK- 30" WATER TRANSMISSION MAIN EXTENSION
CITY PROJECT NO.: 106202
E. Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes
F. Monthly M/WBE Report Form and Final Summary Payment Report Form
G. Plan Submittal Checklists (See Task 9)
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.
• 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.
2.2. Geotechnical Investigations
• 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.
2.3. The Conceptual Design Package shall include the following:
• Cover Sheet
• Graphic exhibits and written summary of alternative design concepts considered,
strengths and weaknesses of each, and the rationale for selecting the
recommended design concept.
• Plan and profile of the proposed water with locations of fire hydrants, water
service lines and meter boxes, gate valves, isolation valves, manholes, etc.
• Plan and profile of the future ROW and water alignment. The ROW schematic
will only be performed for the 30% submittal.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 14
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK- 30" WATER TRANSMISSION MAIN EXTENSION
CITY PROJECT NO.: 106202
• Proposed phasing of any water work that is included in this project documented
in both the project schedule and narrative form.
• Documentation of key design decisions.
• Estimates of probable construction cost.
ASSUMPTIONS
• 3 copies of the conceptual design package (30% design) will be delivered.
Report shall be letter sized and comb- bound with a clear plastic cover. Drawings
will be 11"x17" size fold outs bound in the report
• Concept Design Report will be uploaded to the designated project folder in e-
Builder.
• ENGINEER shall prepare the meeting minutes of the Concept Review meeting
and revise the report, if needed.
• ENGINEER shall not proceed with Preliminary Design activities without obtaining
written approval by the CITY of the Conceptual Design Package.
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 Project Control Sheet, showing all Control Points, used or set while gathering
data. Generally on a scale of not less than 1:400. The following information shall
be indicated for each Control Point: Identified (existing City Monument #8901, PK
Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system,
and a referred bearing base. Z coordinate on City Datum only; descriptive location
(i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the
East end of radius at the Southeast corner of North Side Drive and North Main
Street).
• Overall project easement lavout sheet(s) with property owner information.
• Overall proiect water 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.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 4 of 14
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK- 30" WATER TRANSMISSION MAIN EXTENSION
CITY PROJECT NO.: 106202
• Overall water 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.
• Bearinas qiven on all proposed centerlines, or baselines.
• Station equations relating utilities to paving, when appropriate.
• Plan and profile sheets which show the following: proposed water 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 ENGINEER will prepare standard and special detail sheets for water line
installation 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.
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.
• The ENGINEER shall upload PDF file of the approved preliminary plan set to the
designated project folder in e-Builder for forwarding to all utility companies which
have facilities within the limits of the project. The PDF files should be created
directly from the CAD files.
3.4. Traffic Control Plan
• Traffic control plans are not expected to be needed for the proposed
improvements.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 5 of 14
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK- 30" WATER TRANSMISSION MAIN EXTENSION
CITY PROJECT NO.: 106202
ASSUMPTIONS
• 0 public meeting(s) will be conducted or attended during the preliminary
design phase.
• Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an
additional 0 project specific traffic control sheets will be developed.
• 2 sets of 11"x17" size plans will be delivered for the Constructability
Review.
• 2 sets of 11"x17" size plans will be delivered for the Preliminary Design
(60% design).
• 2 sets of specifications will be delivered for the Preliminary Design (60%
design).
• PDF files created from design CAD drawings will be uploaded to the designated
project folder in e-Builder.
• The CITY's front end and technical specifications will be used. The ENGINEER
shall supplement the technical specifications if needed.
• 0 sets of size drawings will be delivered for Utility Clearance.
• ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans.
• ENGINEER will coordinate with adjacent Alpha Ranch development design for
location of proposed valves, connections, etc.
DELIVERABLES
A. Preliminary Design drawings and specifications
B. Storm Water Pollution Prevention Plan
C. Estimates of probable construction cost
D. Data Base listing names and addresses of residents and businesses affected by
the project.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 6 of 14
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK- 30" WATER TRANSMISSION MAIN EXTENSION
CITY PROJECT NO.: 106202
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. The Engineer will prepare the iSWM
Construction Plan according to the current CITY iSWM Criteria Manual for Site
Development and Construction which will be incorporated into the SWPPP by the
contractor.
• Draft Final plans (90%) and specifications shall be submitted to CITY per the approved
Project Schedule. A pdf copy of all standards referenced in the project manual shall be
saved on e-Builder prior to advertisement to be used for future reference.
• 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.
ASSUMPTIONS
• _2_ sets of 11 "x17" size drawings and 1 sets of 22"x34" size
drawings and 1 specifications 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 e-Builder.
• 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 and project manual will be created from design CAD
drawings and will be uploaded to the project folder in e-Builder.
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.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 7 of 14
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK- 30" WATER TRANSMISSION MAIN EXTENSION
CITY PROJECT NO.: 106202
TASK 5. BID PHASE SERVICES.
ENGINEER will support the bid phase of the project as follows.
5.1. Bid Support
• The ENGINEER shall upload all plans and contract documents onto e-Builder for
access to potential bidders.
• Contract documents shall be uploaded in a .xIs file.
• Plan Sets are to be uploaded to e-Builder in .pdf format. The .pdf will consist
of one file of the entire plan set.
• The ENGINEER shall sell contract documents and maintain a plan holders list on
e-Builder from documents sold and from Contractor's uploaded Plan Holder
Registrations in E-Builder.
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 E-Builder 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 E-Builder 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.
• 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. 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 for each sheet
of a plan set will not be accepted.
PDF files shall be uploaded to the project's Final Drawing folder in E-Builder.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 8 of 14
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK- 30" WATER TRANSMISSION MAIN EXTENSION
CITY PROJECT NO.: 106202
ASSUMPTIONS
• The project will be bid only once and awarded to one contractor.
• 3 sets of construction documents will be sold to and made available on E-
Builder for plan holders and/or given to plan viewing rooms.
• 5 sets of 11 "xl7" size and 6 sets of 22"x34" size
drawings plans and 5 specifications (conformed, if applicable) will be
delivered to the CITY.
• PDF files will be uploaded to E-Builder.
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
• 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.
• The ENGINEER shall review concrete and soil compaction test reports and
compare to the project specifications.
• 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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 9 of 14
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK- 30" WATER TRANSMISSION MAIN EXTENSION
CITY PROJECT NO.: 106202
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 a set of sealed Final Drawings, modified and
stamped as Record Drawings, on mylar 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 with the mylars.
2) Record Drawings shall also be submitted in Adobe Acrobat PDF format (version
6.0 or higher) format. There shall be one (1) PDF file. PDF file shall contain all
associated sheets of the particular plan set. Singular PDF files for each sheet
of a plan set will not be accepted.
PDF files shall be uploaded to the project's Record Drawings folder in E-Builder.
ASSUMPTIONS
• 2 RFI's are assumed.
• 1 Change Orders are assumed
• One copy of full size (22"x34") mylars will be delivered to the CITY.
DELIVERABLES
A. Public meeting exhibits
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 10 of 14
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK- 30" WATER TRANSMISSION MAIN EXTENSION
CITY PROJECT NO.: 106202
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 on Mylar
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. 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 e-Builder site.
7.3. 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 e-Builder site.
ASSUMPTIONS
4 Easements or right-of-way documents will be necessary (2 water & 2 electrical).
0 Temporary right -of -entry documents will be necessary.
• 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,
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 11 of 14
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK- 30" WATER TRANSMISSION MAIN EXTENSION
CITY PROJECT NO.: 106202
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. Easement exhibits and meets and bounds provided on CITY forms.
B. Temporary Right of Entry Letters
TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
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 have qualified arborist
identify species of trees), and other features relevant to the final plan sheets. Existing
drainage at intersections will be verified by field surveys. Spot elevations will be shown on
intersection layouts with cross slope to fit intersecting grade lines.
• The minimum survey information to be provided on the plans shall include the following:
— A Project Control Sheet, showing ALL Control Points, used or set while gathering data.
Generally on a scale of not less than 1:400:
— The following information about each Control Point;
a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base.
Z coordinate on CITY Datum only.
C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North
Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main
Street).
— Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate
system, as the Control.
— No less than two horizontal bench marks, per line or location.
— Bearings given on all proposed centerlines, or baselines.
— Station equations relating utilities to paving, when appropriate.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 12 of 14
ATTACHMENT
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK- 30" WATER TRANSMISSION MAIN EXTENSION
CITY PROJECT NO.: 106202
8.2. Temporary Right of Entry Preparation and Submittal
• 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 e-Builder site.
ASSUMPTIONS
• Topographic survey at intersection will include no more than 100 ft. in each direction.
DELIVERABLES
• Copies of field survey data and notes signed and sealed by a licensed surveyor.
• Drawing of the project layout with dimensions and coordinate list.
TASK 9. 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 Control Control Control
Attachment "A" Signal Storm Storm Lights /Sewer Engineering 30% 60% 90%
Type (Submit All Water Water (Submit (Submit Submit All
@ 30%) 30% 60% All All (
30%% 60%)) @ 60%)
Street X X X X X. X
Storm Water X X
Water / Sewer X
*If included in street project
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 13 of 14
Required for all work in City
ROW
X X X
X X X
X X X
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK- 30" WATER TRANSMISSION MAIN EXTENSION
CITY PROJECT NO.: 106202
Additional Services not included in the existina Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
• Negotiation of easements or property acquisition 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
• Design phase public meetings
• 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 submitting for permits (ie.TxDOT, railroad, etc...)
• Services related to Subsurface Utility Engineering Levels B, C or D
• 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.
• Geotechnical investigation and TV inspection related to the project as requested by the
CITY
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 14 of 14
ATTACHMENT B
COMPENSATION
Design Services for
Northside IV Elevated Storage Tank — 30" Water Transmission Main Extension
City Project No. 106202
Lump Sum Project
I. Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $173,000.00 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.
II. 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 III. 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
PMO Official Release Date: 8.09.2012
Page 1 of 3
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility
Prime Consultant
Westwood Professional Project Management, Design,
Services, Inc. Bidding Assistance and
_Construction Phase
Proposed MBE/SBE Sub -Consultants
Yellow Rose Mapping, Design Survey and Easement
LLC Documents
Non-MBE/SBE Consultants
Project Number & Name
Northside IV Elevated Storage Tank —
30" Water Transmission Main Extension
City MBE/SBE Goal = 12.31%
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 2 of 3
TOTAL
Fee Amount I %
$ 136, 000.00 78.6
$ 37,000.00 21.4
$ 173,000.00 100%
Total Fee MBE/SBE Fee MBE/SBE
$ 173,000.00 $ 37,000.00 21.4 %
Consultant Committed Goal = 13%
119
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
PMO Official Release Date: 8.09.2012
Page 3 of 3
AN
Professional Services Invoice Project Manager: IBij-Y,Preti Summary
Project: INS IV EST — 30" Water Transmission Main Extension
City Project #: I I
City Sec Number: I supplier Instructions:
Fill in green cells including Invoice Number, From and To Dates and the included worksheets.
Company Name: IWe—ood Professional Services, Inc.
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
Supplier's PM:
email:
Supplier Invoice #:
Office Address 4060 .,ant hvm Road, Fon Wonh, Tx 7610s
Payment Request #:
Telephone:
817-412-7155
Service Date:From
Fax:
817-412a156
Service Date:To
Invoice Date:
Remit Address: 7557 Rambler Road, Ste 1400. Dallas, Tx 75231
Agreement
LTD
Agreement Amendment Amount to
Completed Percent ($) Invoiced Current Remaining
Sheet FID and Work Type Description
Amount Amount Date
Amount Spent Previously Invoice Balance
30-Design Water Design
$173,000.00 $173, 000.Dq
$173,00000
30 - Design
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Totals This Invoice $173,000.02 $173.000.00 $173.000.00
Overall Percentage Spent:
Professional Services Invoice Project Manager: Bijay upreti
Project: NS IV EST — 30" Water Transmission Main Exter
City Project p:
Work Type Desc: Water Desi n supplier Instructions:
FID:
City Sec Number: Fill in green cells including Percent complete and Invoiced Previously Quankies
Purchase Order: OIL]When your Invoice is complete, save and close, start Buusaw and Add your invoice to the
Consultant loltler within Project's folder.
Company Name: Westwood Pmlesalonal S.,
Supplier's PM:
Supplier Invoice p:
Payment Request p:
Service Date:From
Service Date:To
Invoice Date:
Pay Items
Description
30 - Design
email:
Office Address: 4060 Bryant Irvin Road, Forl Worth, Tx 76109
Telephone: 617-412-7155
Fax: 617-412-7156
Remit 7657 Rambler Road, Ste. 1400, Dallas, Tx 76231
Agreement LTD
Agreement Amendment Amendment Amount to Completed
Amount Number Amount Date Amount
$173,000.00 $173, 000 CC
Percent ($)Invoiced
Spent Previously
Current Remaining
Invoice Balance
$173,000.00
Totals This Unit: $173.000.00 $173.000.00 $173.000.00
Overall Percentage Spent:
EXHIBIT B-2
Level of Effort Spreadsheet
TASKIHOUR BREAKDOWN
Design Services for
Northside IV Elevated
Storage Tank —30" Water Transmission Main Extension
City Project No. 106202
1
Labor M1 1
ouEfr
1 Expense
Task Np.
Task Description
pnncE30Uf
J
Mana
Encineer f
CADD f Atlminisha[ive TotaOl La[borl Eubconsultant
Reproduerr—lhonJ—M
Ix. neat TeTotalb
Rz y
33J
Ji
E20 J $16UJ
EeUJ E10 MWBEE JNon-MW SEJ Marku
� Fees/Permit
I r M1N€'I �SNS
�
1J�
11
6
II IIIii
IIIii 1 $6.22¢ li li
E3
E80 �
$6.62o
1
1.1.2
; €'I.n
i6
$3.01
$�
$3,..
12
Communications antl Re
Ie�i
1 1.21
1 1.2.2
Pre-Desipn Coordinabo
Desgns bellne Resewkeep as
J
JJ
$23
$
sx0
$30!
$l
$530
$23.
1 1.2.3
prepare Baseline Schedule
$2
$
$230
Prepare MonthN Progress Reports wM
1.2.4
Schedule
/
$1.38
$$..
1 1.2.5
Prepare MonthN MBEISBE Reports
i
$
s"
$;
$fi90
120
pgfs� ual Deaipn l3aFerceMl
3'/ ]/1
9� d $29.32` is t6
$Q
$3�Q
I
$301
129.fi20
2.1
$42
$0
$4200
2 2
2.2.1
on 44QQ I Deswn Package
Cover,hee[
I
1 f
{f J
J $gf�l
830 (il
$30
$390
2.2.2
ExhibdsandrSu.—n Jy
Future Water and KC1VJ
21
1/f� 3((((((
4(f $10,96(f
I
$ I
$10,960
2.2.3
Pljanmentl$chematic
2
J
12 3
50 $11.Sfi
$
$11,860
2.2.4
Gonstru Estimate
SN_'ll
$221
(_yl'll
$
$2210
�A3.1
6r6 rRyyion
Pre�li'm nervl3eDsmin / Pcercentl
V
0
1E
d 8
126 $41A E E
$
1'JIIII
s304
$306
$41.380
1 3.1.1
3.1.2
Cover
Qv "Water Layypp��ut
J $
L4f $4.1
$3011
$3$o
$
5390
E4.160
1 3.1.3
and PIanIP% le Sheets
ll
4ly 8
10� $30.84
$
$30.840
$$Hgaen
1
$2'S
$
E2.520
1 3.1.5
I:onsWCWion Esfmate
JJ�
5
$' 21
$ y
E2 260
1 3.2
UOlity Clearance
/
I
G
E1.260
0
1yly
Lr ntl a �''1�
Final Drafl I90%) Constru4ion Flans and
1
3 4
0 s21.06 $ $
8
$3
$30
521.361r
1 4.1
$pea/Ifcafons
4
J
20 30
40 $13.029
$30q
$300
$13,320
1100%1
15 1�/
$6.1]
$111.
$6 170
d.3
ConsEuction�Pstinmates lYJ`%alnd
�0
jU
�d pWn�aaPPe
tl
11I U
$3.23J4 s s
$
$
$
s3.23'
1 5.1.1
un1 Documenh to eBudd,r
{Jf
$201]I
$
$200
1 5.1.2
Issue Addenda
{J
&
$1..a.'�'1
$
$1.e30
5.1.3
Tabulate —and Rammmend Award
9 $60q
$0
$600
52
Issue Contormance Documents
1
9 $.9
$0
$600•
Cdy of Fod W—, Tesas
ALachmem B- Level of Old Supplement
Typidl Water and Sewer Replacement
FWWrR M-1 Releasef te. S.092012
3/1$I2025
competed
Amount I
Complete0 I PreviouslyE
I Invome
I Bud
$
Y/I
4/I
$ E6.620�
$y/I
O's9/i $
-
$ 3.og0.09
530.00
690.00
230.00
$
0° $
-
$ 1.380.00
0 E
-
$ 690A0
200.00
8
0 8
-
$ 390A0
01 $
$ 10.g80A0
$
0
11.860.00
I
0
$/1.$80
$ 390.00
$ 4.160.00
0(
$ 2.52oA0
8
0°/�E
-
$ z21o.00
0%%�� $
$ 1.260.00
$
0°.
$ $21.360
$OI
0°x-I13.320.00
17
$�
p°al s
-
$tefi
s�
o^ai/
$3.23.230
te3o.a62DD.00
10,71 M
3IW-5
EXHIBIT B-2
Level of Effort Spreadsheet
TASKIHOUR BREAKDOWN
Design Services for
Northside IV Elevated Storage Tank —30" Water Transmission Main Extension
City Project No. 106202
I Water Line Footage
4,2001 100%
I To 1.1 3173,000.09
I Sever Line Footage
0 0%
4,200 100%
I Propct Summary
(
1 753
IA�ate,Fee /I100%oflCle
Setw $Fe0((O%of Cl
1 Total LabaO// E130.BT0
1 31 T3.U00.00
SO.9
1 TotalF�neE� U2.13D
1 MBEISBE Subw0sultan/J 33 w
N.,EISBE Sub—ul:,n W
1 10% SO M-L^� E3.700
MBEISBE Parti .tt 21A%
1 TOfaIPr0lect Go 3173.000.00
Coy of Fo0 W—, Teaas
AltachmeM B-Level of EHOH Supplement
Typidl Water and Seater Replacement
FW WrR final R.W. fhte. e.03 2012 Page 2 of 2
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Northside IV Elevated Storage Tank — 30" Water Transmission Main Extension
City Project No. 106202
None
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of 1
ATTACHMENT D
NORTHSIDE IV ELEVATES STORAGE TANK - 301N WATER TRANSMISSION MAIN EXTENSION
CIN Project No. 106202
ID
Task Name ARMty Duration Stan (Finish
ID
qtr 3, M25 okr 2 5 art, 126 Igtr 2, 2a2s� M
cv,
1
NS IV EST- 301N WATER TRANSMISSION EXTENSION(CPN106202) 287 days Tue 4/29/25 Wed 6/3/26
V
2
Design Engineer Agreement Wdays �Y1on 5/12/25 Fri 5/23/25
r1
3
Award Design Agreement '3000 'D days Man 5/12/25 Mon 5/12/25
5/12
4
Execute Contract Documents 5010 10 days Mon 5/12/25 'Fri 5123/25
5
Issue Nonce to Proceed - Engineer -,040 `0 days Fn 5/23/25 iri 5/23/25
♦ 5/23
6
Conceptual Design (30%) 41 days Mon 5/12/25 Mon 7/7/25
I
,
7
Design Kick-off Melling days li days Fri 5/23/25 Fri 5/23/25
I / 5/23
8
Sue Survey 5105 25 days Mon 5/12/25 Fn 6/13/25
9
Prepare Canceputal Design Drawings & Documents �3110 10 days `Mon 6/16/25 Fn 6/27/25
10
Submit Conceptual Plans '3120 'D days Fri 6/27/25 Fri 6/27/25
R7
it
Review Conceptual Plans(CFW) 5130 5days Man 6/30/25 Fri]/4/25
12
Incorporate Comments and Submit Revised Conceptual Drawings'3140 0days �-n 7/4/25 Fn 714/25
7/4
13
Peer Review Meeting/Design Review Meeting (Technical) SI50 1day �4on 7/7/25 Mon 717/25
17/7
14
Conceptual Design Complete '3170'i days Mon 7/7/25 Mon 7/7/25
15
Preliminary Design(60%) 30days Tue7/8/25 Mon 8/18/25
1 ,
16
Prepare Preli minary Plans and Specifations '3200 10days Tue]/8/25 Mon]/21/25
17
Submit Preliminary Plans to Utilities, ROW, Traffic, Park, �3210 '-, days 'Mon 7/21/25 Mon 7/21/25
7/21
Stormwater, Water
18
Submit Plans and Specs to ROW & Utilities �3215 1day Tue 7/22/25 Tue 7/22/25
19
Review Preliminary Plans and Specifications(CFW) '9220 Stlays Tue 7/22/25 Mon 7/28/25
20
Hold Public Meeting -Design V30 15 days Tue 7/29/25 Mon 8/18/25
21
Preliminary Design Review Meeting '3240 1day iue 7/29/25 Tue]/29/25
Tj
22
Prelimmary Design Complete �3260 ii days Tue 7/29/25 Tue 7/29/25
♦; 7/29
23
Final Design (90%) i5 days Wed 7/30/25 Tue 9116/25
J
24
Prepare 90% Final Plans and 5300 5days Wed]/30/25 Tue B/5/25
25
uion5
90%Final Plan and Specrfia[uon ion Submittal 5310 Odays iue 8/5/25 Tue 8/5/25
26
Review Final Plans and Specifiations(CFW) 5320'Sdays Wed 8/6/25 Tue 8/12/25
27
Hold Project Meeting '3325 5days Wed 8/13/25 Tue 8/19/25
28
Incorporate FinalComments and Submit Revised Final Plans and 5330 10 days Wed 8/13/25 Tue 8126/25
Specifications
29
Approve Final Plans and Specifications and Route for Signatures '3340 —,days Wed 8/27/25 Tue 9/2/25
30
Final Design Complete '3350 'D days Tue 9/2/25 Tue 9/2/25
912
31
Establish MBE Goal For Construction CDMrett 5370 ;days Wed 9/3/25 Tue 919125
32
Prepare Bid Package 5380 S days 9/10/25 Tue 9/16/25
33
w `MWed
Roand Easements 185 days o. 7/7/25 Mon 3/23/26
/
34
Right of Way Start 40 li days Mon 7/7/25 Mon 7/7/25
+7/♦, 7
35
Prepare Easement Documents(Consultant ExhibRs) 4010 10 days Tue]/8/25 Mon]/21/25
36
Property Management Appraisal Process 4020 ZS days Tue 7/22/25 Mon 8/25/25
1
37
Easement Acquisition 12days Tue 8/26/25 Wed 9/10/25
38
Condemnanon(if Needed) ISO days Tue 8/26/25 Mon 3/23/26
39
Real Property Acquisnucn/Easement Complete 0days 9/10/25 Wed 9/10/25
♦�9b
40
'Mon
Permits ii days Men 7/21/25 Mon 7/21/25
4 7/21
61
Permit -Identification li days Mon 7/21/25 Mon 7/21/25
/ 7/21
a3
Permit- Review and Approve 5days Mon 7/21/25 Mon 7/21/25
4 7/21
44
Review and Approve Permits 5150 0days Mon 7/21/25 Mon]/21/25
/ 7/21
45
All Permits Approved 5160 '0 days "Mon 7/21/25 Mon 7/21/25
/7/21
46
Environmental "D days Fri 5/23/25 Fri 5/23/25
/5123
0
Identify Environmental Issues 5]00 ii days in 5/23/25 Fn 5/23/25
♦; 5/23
4Prepare
and Submit Environmental Site Assessment 5710 ii days 5n 5/23/25 5n 5/23/2S
♦`5/23
49
Review and Approve ESA Report -,720 ii days in 5/23/25 'Fri, 5123/25
♦5/25
50
Utility Relocation '96 days 'Men 6/30/25 Mon 10/27/25
,
51
Utility Relocation Coordination 21days Mon6/30/25 Mon]/28/25
52
Submit Cover Letter a nd 30% Drawings to Utility Coordinators'7010 Sdays Mon 6/30/25 Fri]/4/25
53
Submit 60% Design Drawings to Franchise Utiltues(CFW) '7020 5days iue]/22/25 Mon 7/28/25
54
Utility Clearance i0 days Tu.e 7/22/25 Mon 10/27/25
55
Utilities Start '7000 ii 'Mo
n on 7/28/25 Mon 7/28/25
♦ 7/28
56
Review 30%CFW Design Drawings and Respond to CFW(Utility)i030 46 days iue 7/22/25 Tue 9/23/25
57
Review 60%CFW Design Drawl ngs and Respond to CFW(Utility) 7040 15 days Tue]/22/25 Mon 8/31/2S
58
Prepare and Submit Relocation Design toCFW/Engineer(UtilRy)i050 15 days Tue 8/12/25 Mon 9/1/25
59
Review and Approve Utility Relocation Design(CFW/Engineer)'7060 10 days Tue 9/2/2S Mon 9/IS/2S
6o
Review 90% CFW Design Drawings and Respond to CFW (Utility) 7065 15 days Tue 9/16/25 Mon 10/6/25
Task — smmary — 1-1-Mll—I
opmoonbny
a— 1111*1y [ Em Mnaaro.v .......................
Data Tue
4/29/25
spit Pro Summary 11
Manualsumma
-up Fmnh-only ] D-1- 1 PI-1
Aenpne ♦ Inamve Tnk Manua, Task
MMual Sum ry
11 IN-1Task1 Cnn®j MarcualPrp—
Page 1
ID Task Name
Attmty Duration Stan Fnisti
ID
61 Revise U[dity Design and Get Approval (if Read(
7070 15 days Tue 10/7/25 Mon 30/27/25
62 Request Utility Relocation Permit from CFW(Utility(
7080 0days Mon 10/27/25 Mon 10/27/25
63 Issue Permit to Utility(CFW(
7090 Odays Mon 10/27/25 Mon 10/27/25
M Perform Relocation Construotion(Utility)
7100 0days Mon 10/27/25 Mon 10/27/25
65 Utility Cleaance(after ROW ifany)
7110 0days Mon 10/27/25 Mon 30/27/25
66 Utilities Cleared/Complete
7120 0days Mon 10/27/25 Mon 10/27/25
67 Construction
125 days Wed 9/27/25 Tue 3/10/26
68 Construction
8o 70 days Wed 12/3125 Tue 3/10/26
69 Bid and Award
55 days Wed 9/17/25 Tue 12/2/25
]0 gid and and
81 25 days Wed 9/17/25 Tue 10/21/25
71 Start Advertisement
8110 5days Wed 10/22/25 Tue 10/28/25
72 Award Construction Contract
8120 20 days Wed 10/21/15 Tue 11/25/25
73 Construction, Material Testing and Landscaping Execution
8360 1days Wed 11/26/25 Tue 12/2/25
74 Closeout
40 days Wetl 3/22/26 Tue S/5/26
75 Closeout
90 20 days Wed 3/11/26 Tue 4/7/26
76 As Built Plans
20 days Wed 4/8/26 Tue S/S/26
77 Receive As-Bulll Survey from Contractor
9100 5days Wetl 4/8/26 Tue 4/14/26
78 Engineer Prepare As -Built Plans
9400 15 days Wed 4/15/26 Tue 5/5/26
79 Engineer Letter of Map Revision(FEMA) Submittal(B regd(
9410 0days Tue 5/5/26 Tue 5/5/26
80 City Submit LOMR(if rend)
9420 0days Tue 5/5/26 Tue 5/5/26
81 Close Design Agreement
0 days Tue 5/5/26 Tue 5/5/26
ATTACHMFNT O
NORTHSIDE IV ELEVATES STORAGE
TANK - 30IN WATER TRANSMISSION MAIN EXTENSION
City Project No. 106202
Qb 12425
W 0.121
Mw lien liil
Alin <V Nry nor
♦1m/27
♦11om
_ ♦, ,0/2]
1,/27
♦ 1/2]
0
a: wmmay �� Iro nre �pelo�e - p �o�-pay s T m .-1, E ma M�Iaaro�p ♦ Irt-I split k a MI �- o mt s it Fm I
DMe: Tue 4/29/25 so .W, Fmis6-only ] Dea4lire 1 P,-,
ilenare ♦ Inamve Tazk Manaal cask Manual Sum ry �1 &remal casks Cnual M.—Pro—
Paget
ATTACHMENT E
ELEVATED STORAGE TANK
, t
r-
- I - 30-INCH WATER
MAIN EXTENSION
" A Alpha Ranch
VISTA
Phase 4
ADDN
.• . . . . . . . . .
Renaissance
•
TND
■
■
■
■
■
■
•
ALPHA RANCH
U-J:ry
LU
■
LL, r",
■
RE
TA �
0
FUTURE
N
-0 *-� .
EAGLE PARKWAY
COMANCHERIA WAY
■
•
MUM
■
SENDERA
RANCH
•
NORTH
■
SENDERA RANCH
■
♦
NORTHSTAR
Na
FORT WORTH® ------
04,
ATTACHMENT E
PROJECT LOCATION MAP
NORTHSIDE IV ELEVATED STORAGE TANK - 30IN
WATER TRANSMISSION MAIN EXTENSION
CPN 106202
March 18, 2025
. -r-
FUTURE ELEVATED
STORAGE TANK
N
W-�
KEY TO FEATURES
PROJECT LIMITS
DATUM
NAD 1983 TEXAS STATE PLANE
NORTH CENTRAL ZONE
Westwood
30-INCH WATER
MAIN EXTENSION
Westwood Professional Services, Inc.
4060 BRYANT IRVIN ROAD
FORT WORTH, TX 76109
T:817.412.7155
1 FUTURE
COMANCHERIA WAY
Q�
w �IZ
� ml
LL a
0 750 1,500
SCALE IN FEET
ATTACHMENT 7"
CERTIFICATE OF INSURANCE
Northside IV Elevated Storage
Tank 30" Water Transmission Main Extension
City Project
No. 106202
City of Fort Worth, Texas
Attachment F
Attachment Code: D583373 Certificate ID: 21675163
CNA CNA PARAMOUNT
BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -
WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE ENDORSEMENT
POLICY NO: 7011509284
EFFECTIVE DATE: 11/1/2024
FORM: CNA75079XX (3-22)
This endorsement modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
It is understood and agreed as follows:
I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as
an additional insured on this Coverage Part, but only with respect to liability for bodily Injury, property damage or personal and advertising
injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf:
A. In the performance of your ongoing operations subject to such written contract; or
B. In the performance of your work subject to such written contract, but only with respect to bodily injury or property damage
included in the products -completed operations hazard, and only if:
1. The written contract requires you to provide the additional insured such coverage; and
2. This Coverage Part provides such coverage; and
C. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with:
1. Coverage broader than what you are required to provide by the written contract; or
2. A higher limit of insurance than what you are required to provide by the written contract. Any coverage granted by this Paragraph I. shall
apply solely to the extent permissible by law.
II. If the written contract requires additional insured coverage under the 07-04 edition of CG2010 or CG2037, then paragraph I. above is deleted in its
entirety and replaced by the following:
WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an
additional insured on this Coverage Part, but only with respect to liability for bodily Injury, property damage or personal and advertising injury
caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf:
A. In the performance of your ongoing operations subject to such written contract; or
B. In the performance of your work subject to such written contract, but only with respect to bodily injury or property damage Included in the
products -completed operations hazard, and only if:
1. The written contract requires you to provide the additional insured such coverage; and
2. This Coverage Part provides such coverage.
III. But if the written contract requires:
A. Additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 1001 edition of CG2037; or
B. Additional insured coverage with "arising out of language;
then paragraph I. above is deleted in its entirety and replaced by the following:
WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an
additional Insured on this Coverage Part, but only with respect to liability for bodily Injury, property damage or personal and advertising injury
arising out of your work that is subject to such written contract.
IV. But if the written contract requires additional insured coverage to the greatest extent permissible by law, then paragraph I. above is deleted in Its
entirety and replaced by the following:
V. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal
and advertising injury arising out of:
A. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including:
1. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or
drawings and specifications; and
Attachment Code: D583373 Certificate ID: 21675163
2. Supervisory, Inspection, architectural or engineering activities; or
B. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this
Coverage Part.
VI. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to
add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this Coverage Part:
Primary and Noncontributory Insurance
With respect to other Insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to
and will not seek contribution from such other Insurance, provided that a written contract requires the Insurance provided by this policy to be:
1. Primary and non-contributing with other insurance available to the additional Insured; or
2. Primary and to not seek contribution from any other Insurance available to the additional Insured. But except as specified above, this
insurance will be excess of all other Insurance available to the additional Insured.
VII. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is
amended as follows:
The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following:
Any additional insured pursuant to this endorsement will as soon as practicable:
1. Give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim;
2. Send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer In the investigation, defense, or settlement of
the claim; and
3. Make available any other Insurance, and endeavor to tender the defense and indemnity of any claim to any other Insurer or self -Insurer,
whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this
Insurance to be primary and non-contributory, this paragraph 3. does not apply to other insurance under which the additional insured is a
named Insured.
The Insurer has no duty to defend or Indemnify an additional Insured under this endorsement until the Insurer receives written notice of a claim from the
additional Insured.
Vill. Solely with respect to the Insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition:
Written contract means a written contract or written agreement that requires you to make a person or organization an additional Insured on this
Coverage Part, provided the contract or agreement:
A. Was executed prior to:
1. The bodily injury or property damage; or
2. The offense that caused the personal and advertising Injury;
for which the additional insured seeks coverage; and
B. is still In effect at the time of the bodily injury or property damage occurrence or personal and advertising Injury offense.
All other terms and conditions of the Policy remain unchanged.
This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective
date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said
Policy.
POLICY NO: 7011509284
EFFECTIVE DATE: 11/1/2024
FORM: CNA75079XX (3-22)
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, April 22, 2025 REFERENCE NO.: **M&C 25-0329
LOG NAME: 60NSIVEST30INWTMEXT-WESTWOOD
SUBJECT:
(CD 10 and Wise County) Authorize Execution of an Engineering Agreement with Westwood Professional
Services, Inc. in the Amount of $173,000.00 for the Northside IV Elevated Storage Tank — 30 Inch Water
Transmission Main Extension Project, Adopt Resolution Expressing Official Intent to Reimburse
Expenditures from Proceeds of Future Debt 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 Westwood Professional Services, Inc. in the
amount of $173,000.00 for the Northside IV Elevated Storage Tank — 30 inch Water Transmission
Main Extension project;
2. Adopt the attached resolution expressing Official Intent to Reimburse expenditures with proceeds of
future enterprise fund debt for the Northside IV Elevated Storage Tank — 30 inch Water
Transmission Main Extension project; and
3. Adopt the attached appropriation ordinance adjusting appropriations in the Water & Sewer
Commercial Paper Fund by increasing appropriations in the Northside IV Elevated Storage Tank —
30 inch Water Transmission Main Extension project (City Project No. 106202) in the amount of
$323,700.00 and decreasing appropriations in the Commercial Paper project (City Project No.
UCMLPR) by the same amount, to effect a portion of Water's contribution to the Fiscal Years 2025-
2029 Capital Improvement Program.
DISCUSSION:
This Mayor and Council Communication (M&C) is to authorize a contract with Westwood Professional
Services, Inc. in the amount of $173,000.00 for the preparation of plans and specifications for Northside IV
Elevated Storage Tank — 30 inch Water Transmission Main Extension project. The proposed project will
provide for the design of a 30-inch water main extension to deliver water to the Northside IV Elevated
Storage Tank that will be constructed by the Water Department at the southwest corner of the Alpha
Ranch property. The tank will provide capacity and delivery reliability in the Northside IV service area.
In addition to the contract amount, $150,700.00 is required for project management, real property
acquisitions, utility coordination, and material testing. This project will have no impact on the Water
Department's operating budget when completed.
Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation
authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim
financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds
will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the
attached reimbursement resolution. Under federal law, debt must be issued within approximately three
years in order for these expenses to be reimbursable. Adoption of the attached resolution does not
obligate the City to sell bonds, but preserves the ability of the City to reimburse itself from tax-exempt
bond proceeds.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY),
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, as
follows:
60NSIVEST30INWTMEXT-WESTWOOD
Capital Revised
Fund y
ppProject FY2025 CIP Authority Budget Change Name Appropriations (Increase/Decrease025
Name ) FY2FY2
Budget
Fund 106202-
56023 - NSIVEST-
W&S 30IN $0.00 This M&C $323,700.00 $323,700.00
Commercial WTM
Paper EXT
Funding is budgeted in the Commercial Paper project within the W&S Commercial Paper Fund for the
purpose of funding the NSIVEST-30IN WTM EXT project.
Funding for the NSIVEST-30IN WTM EXT project depicted below:
Fund Existing Additional Project
Appropriations Appropriations Total*
Fund 56023 -
W&S
Commercial $0.00 $323,700.00 $323,700.00
Paper
Project Total 1 $0.001 $323,700.00�1$323,700.00
BUSINESS EQUITY OFFICE: The Business Equity Division placed a 12.31 percent business equity goal
on this solicitation/contract. Westwood Professional Services, Inc., will be exceeding the goal at 21.39
percent, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by
the Business Equity Division.
The project is located in COUNCIL DISTRICT 10 and Wise County.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the Commercial Paper project within the W&S
Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached
appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the NSIVEST —
301N WTM EXT project to support the above recommendations and execution of the agreement. Prior to
any expenditure being incurred, the Water Department has the responsibility to validate the availability of
funds.
FUND IDENTIFIERS (FIDs):
TO
Fund Department Account Project Program'Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project ProgramActivity Budget Reference # Amount
ID ID Year (Chartfield 2)
CERTIFICATIONS:
Submitted for Citv Manager's Office by_ Jesica McEachern (5804)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: Bijay Upreti (8909)
ATTACHMENTS
1. 25-106202-Final-CC.pdf (CFW Internal)
2. 60NSIVEST301NWTMEXT-WESTWOOD FID Table (WCF 03.24.25).xlsx (CFW Internal)
3. 60NSIVEST301NWTMEXT-WESTWOOD funds avail.docx (CFW Internal)
4.60NSIVEST301NWTMEXTWESTWOOD.pdf (Public)
5. Commercial Paper Balance as of 03.24.25.xlsx (CFW Internal)
6. Form 1295.pdf (CFW Internal)
7. ORD.APP 60NSIVEST30INWTMEXT-WESTWOOD 56023 A025(r3).docx (Public)
8. PBS CPN 106202.pdf (CFW Internal)
9. Res. 60NSIVEST301NWTMEXT-WESTWOODAocx (Public)
10. SAM.aov search Westwood Professional Services.pdf (CFW Internal)
60NSIVEST30INWTMEXT-WESTWOOD FID TABLE
2 and
3) 56023
0600430
5110101
106202
001430
9999
$41,200.00
Water Staff Cost
2 and
3) 56023
0600430
5550102
106202
001430
9999
$4,000.00
Public Outreach
1
56023
0600430
5330500
106202
001430
9999
$173,000.00
Contract
2 and
3) 56023
0600430
5310350
106202
001470
9999
$4,000.00
Utility Coordination
2 and
3) 56023
0600430
5710010
106202
001440
9999
$40,000.00
Easement Acquisition
2 and
3) 56023
0600430
5110101
106202
001440
9999
$5,000.00
Easement Acquisition
2 and
3) 56023
0600430
5330500
106202
001440
9999
$2,500.00
Easement Acquisition
2 and
3) 56023
0600430
5740010
106202
001480
9999
$2,500.00
Easement Acquisition
2 and
3) 56023
0600430
5330500
106202
001484
9999
$35,020.00
Soil Lab Consultant
2 and
3) 56023
0600430
5310350
106202
001484
9999
$16,480.00
Soil Lab TPW Staff