HomeMy WebLinkAboutContract 63925CSC No. 63925
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 Freese and Nichols, Inc., authorized to do business in Texas, ("ENGINEER"),
for a PROJECT generally described as: Fort Worth Water Gardens — Project No. 104751.
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 $693,078.00 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: June 13, 2025
Page 1 of 15
Fort Worth Water Gardens
104751
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.
(2) In soils, foundation, groundwater, and other subsurface investigations,
City of Fort Worth, Texas Fort Worth Water Gardens
Standard Agreement for Engineering Related Design Services 104751
Revised Date: June 13, 2025
Page 2 of 15
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
deviation from the contract documents, the ENGINEER shall inform the CITY.
City of Fort Worth, Texas Fort Worth Water Gardens
Standard Agreement for Engineering Related Design Services 104751
Revised Date: June 13, 2025
Page 3 of 15
(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.
I. Record Drawings
City of Fort Worth, Texas Fort Worth Water Gardens
Standard Agreement for Engineering Related Design Services 104751
Revised Date: June 13, 2025
Page 4 of 15
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.
City has goals for the full d equitable n Trtinina+inn of minority hi isinesy
andler wernon buoiness enterp in City Go„traGtS greator then
nnordanoe with y's Ri isiness Equity Ordinanne Aln
fl . I n a ��,��T�,-r-t�--r�+t��T., ��
25165 1 (1_2021 ( Goodified in Chapter�0 rtiGle Y�of the City's Code of
Ordona C � IQ',C,^cm'I ended and nary relevant p0liGy OF g. iidanno rinni imeRtS)
Engineer aGi�'jlty�t/��wledges�/�t� _MRFn rnr� \/\a / m�oaallsi established for this
Aggre..emertand its exeGUtieR of tR1is Agreement io En '
commitment to nroSGribe l BE and \JPF— parti"inatinn goals.A
misrepresentation of fasts (ethor than a negligent misrepresentation) andior
the commission of fraud by the Engineer may result in the-tsrmir.0on of this
Agreement and debarment from pQrtinipating in City nontrants for a neried of
time of tt1ccr_ th&n 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
subsection (3) hereof. CITY shall give subconsultant reasonable advance
City of Fort Worth, Texas Fort Worth Water Gardens
Standard Agreement for Engineering Related Design Services 104751
Revised Date: June 13, 2025
Page 5 of 15
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 respondeat 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,
at its own cost and expense. However, if design changes are required due to
City of Fort Worth, Texas Fort Worth Water Gardens
Standard Agreement for Engineering Related Design Services 104751
Revised Date: June 13, 2025
Page 6 of 15
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.
E. Prompt Notice
City of Fort Worth, Texas Fort Worth Water Gardens
Standard Agreement for Engineering Related Design Services 104751
Revised Date: June 13, 2025
Page 7 of 15
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.
(3) The CITY will include in each agreement it enters into with any other entity or
City of Fort Worth, Texas Fort Worth Water Gardens
Standard Agreement for Engineering Related Design Services 104751
Revised Date: June 13, 2025
Page 8 of 15
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.
I. 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 Fort Worth Water Gardens
Standard Agreement for Engineering Related Design Services 104751
Revised Date: June 13, 2025
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 Fort Worth Water Gardens
Standard Agreement for Engineering Related Design Services 104751
Revised Date: June 13, 2025
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 orsupplier. 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.
I. 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 Fort Worth Water Gardens
Standard Agreement for Engineering Related Design Services 104751
Revised Date: June 13, 2025
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 Fort Worth Water Gardens
Standard Agreement for Engineering Related Design Services 104751
Revised Date: June 13, 2025
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 Fort Worth Water Gardens
Standard Agreement for Engineering Related Design Services 104751
Revised Date: June 13, 2025
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
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
Dana sL ►r hdoff
Dana Burghdoff (Sep 6, 20251✓
Dana Burghdoff
Assistant City Manager
Date: 09/06/2025
�FOAT�
ATTEST:
=o
I Opa ��n o5�
V
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
By: 49V fo.,
Dave Lewis
Director, Park & Recreation
BY:
ENGINEER
Freese and Nichols, INC.
W&ffn y
Wendy Bonneau(Aug 19, 2025 13:29:07 CDT)
Wendy Shabay Bonneau
Vice President
Date: 08/19/2025
J lhcElhany Sa JY
APPROVED AS TO FORM AND LEGALITY
City of Fort Worth, Texas Fort Worth Water Gardens
Standard Agreement for Engineering Related Design Services 104751
Revised Date: June 13, 2025
Page 14 of 15
Douglas Black (Sep 5, 2025 17:03:44 CDT)
By.
Douglas W Black
Sr. Assistant City Attorney
Contract Compliance Manager:
M&C No.: 25-0481
M&C Date: 6-10-2025
By signing, I acknowledge that I am the person responsible for the monitoring and
administration of this contract, including ensuring all performance and reporting
requirements.
Seth Henry
Landscape Architect
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Fort Worth Water Gardens
Standard Agreement for Engineering Related Design Services 104751
Revised Date: June 13, 2025
Page 15 of 15
M&C Review
Page 1 of 2
CITY COUNCIL AGENDA
Create New From This M&C
Official site of the City of Fort Worth, Texas
FoR� VV�
REFERENCE **M&C 25- 80WATER GARDENS
DATE: 6/10/2025 NO.: 0481 LOG NAME: RENOVATION DESIGN
SERVICES
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (CD 9) Authorize Execution of an Engineering Agreement with Freese and Nichols, Inc.,
in an Amount Up to $693,078.00 for Preparation of Construction
Documents for Renovations to the Fort Worth Water Gardens (2022 Bond Program)
RECOMMENDATION:
It is recommended that the City Council authorize execution of a standard engineering agreement
with Freese and Nichols, Inc., in an amount up to $693,078.00 for preparation of construction
documents for renovations to the Fort Worth Water Gardens (City Project No. 104751).
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize the execution of
a standard engineering agreement with Freese and Nichols, Inc., in an amount up to $693,078.00, for
design services to address various repairs and improvements needed for the renovation of the Fort
Worth Water Gardens.
In preparation for the 2022 Bond Program, the Park & Recreation Department (PARD) issued a
request for qualifications (RFQ) for professional services related to civil, planning, facility and park
development. As a result of this RFQ, a pool of 22 professional service firms was created. Freese &
Nichols, Inc., with their previous experience in Water Gardens projects, was selected as the most
qualified firm to undertake this project.
The scope will include improvement or replacement of aging infrastructure, including pipes, pump
systems, electrical, lighting, operating system software, and concrete paving for the 50-year-old
Water Gardens as part of the 2022 Bond Program.
The Fort Worth Water Gardens, a distinguished 4.3-acre urban park situated just south of the Fort
Worth Convention Center, was designed by renowned architects Philip Johnson and John Burgee
and completed in 1974.
On March 19, 2024, the City Council authorized a professional service agreement with Freese and
Nichols, Inc., for professional services associated with the renovation of the Fort Worth Convention
Center (City Secretary No. 61306, M&C 24-0230); included in the scope was an assessment
report for the Fort Worth Water Gardens. On November 20, 2024, Amendment No. 1 was
administratively executed for investigative research on the history of design and construction
improvements at the Water Gardens, along with evaluations of existing lighting conditions, to be
included along with the overall site assessment report.
Funding is budgeted in the 2022 Bond Program Fund in the amount of $6,500,000.00 for renovations
at the Fort Worth Water Gardens (22 Bond Water Garden project).
This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP)
(M&C 22-0607; Ordinance 25675-08-2022) provides liquidity to support the appropriation. Available
resources will be used to actually make any interim progress payments until debt is issued. Once
debt associated with a project is sold, debt proceeds will reimburse the interim financing source in
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=33342&councildate=6/10/2O25 6/24/2025
M&C Review
Page 2 of 2
accordance with the statement expressing official Intent to Reimburse that was adopted as part of the
ordinance canvassing the bond election (Ordinance 25515-05-2022).
The Business Equity Division placed a 4.90\% business equity goal on this solicitation/contract.
Freese and Nichols, Inc., will be exceeding the goal at 21.14\%, meeting the City's Business Equity
Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division.
The Fort Worth Water Gardens is located in Council District 9.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated, in the 2022 Bond Program Fund for the 22 Bond Water Garden project to support the
approval of the above recommendation and execution of the agreement. Prior to any expenditure
being incurred, the Park and Recreation Department has the responsibility to validate the availability
of funds.
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID I Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
Submitted for Citv Manager's Office bv: Dana Burghdoff (8018)
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
Dave Lewis (5717)
Joel McElhany (5745)
25-104751(AE Water Garden Desicin)CM-NS.pdf (CFW Internal)
80WATER GARDENS RENOVATION DESIGN SERVICES FID TABLE.xlsx (CFW Internal)
Form 1295 Certificate 101326926 Fort Worth.odf (CFW Internal)
Funds Available 02.docx (CFW Internal)
MAP -WATER GARDENS. PDF (CFW Internal)
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=33342&councildate=6/10/2O25 6/24/2025
Attachment A
Scope of Services
PROJECT UNDERSTANDING
Freese and Nichols, Inc. (FNI) understands that the purpose of the Fort Worth Water Gardens
Renovation Design project is to provide engineering services for the design and construction phases of
improvements to the Active pool water feature and pump room #1.
The scope of services and fees will be defined based on the available funding of approximately $3.73
million (2022 allocation) for construction. The improvements included in this Phase 1 renovation project
were evaluated as part of the assessment report issued by FNI on November 21, 2024, specifically under
Cost Package B. For details regarding the project area, boundaries, and coverage, refer to Attachment E.
Areas to be included:
A. Active pool improvements
1. Replace water features piping
2. New plaster (water proofing)
3. Replace water fountain lighting, conduits and wiring
4. Replace controls
5. Replace filtration
6. Replace water treatment system
B. Pump room #1 expansion
1. Expand existing pump room to include new separate chemical room and electrical
equipment room
2. Renovate existing restroom to be ADA compliant
3. Replace all water feature electrical equipment
4. Replace Motor Control Center (MCC) "MCC -A"
Replace water feature pumping system and associated piping
HVAC system improvements for pump room and electrical equipment room
Miscellaneous electrical improvements
C. Site general condition improvements (within project area)
1. Miscellaneous and supportive work necessary for the pump room #1 expansion, including:
i. Hardscape demolition and restoration
ii. Modification to drainage system
iii. Modification to trees/planters as needed to accommodate improvements.
The proposed improvements focus on the expansion of Pump Room #1, which serves the Active Pool.
These renovations are relatively self-contained, minimizing their impact on other options. Notably, they
do not require building Pump Room #3, thereby preserving the possibility of constructing a consolidated
pump room in the future. Additionally, these improvements avoid the removal of trees and the loss of
landscaping associated with expanding other pump rooms during the Phase 1 project. As a result, this
approach offers the greatest flexibility for future decisions regarding pump room expansion or
reconstruction. At 50 years old, many of the MEP components have reached the end of their useful life.
This project replaces those items while maintaining the design intent and feel of the original water
July 28, 2025
Page 1 of 5
Scope of Services
Water Gardens Renovation Design
gardens park. The project design covers the entire Active Pool area. While the OPCC value for this cost
package from the assessment report may exceed current funds available, bid options may be
incorporated into the design package if favorable bidding allows for more work to be awarded or if
additional funds are made available.
BASIC SERVICES
FNI will render professional services for the scope of work below:
A. Project Management
1. Attend project kick-off and monthly client meetings (PM — in person; other team members -
virtual)
2. Attend three (3) stakeholder meetings (PM — in person)
3. Provide corporate support and maintain periodic client communications.
4. Internal kickoff meeting and internal bi-weekly meetings (virtual)
5. Quality control and quality assurance reviews
6. Monthly status reports and invoicing
7. Maintain scope, budget, and project schedule.
B. For Areas A to C mentioned under the Project Understanding, design scope per discipline will
include the following tasks within the project area:
1. Architecture
a. Provide Code Review including local amendments and zoning, ADA compliance review
and inspection.
b. Collaborate with Structural, MEP and Pumps/Water features sub -consultant to create
3d Revit model for only the following areas (2 basic Revit 3D views will be provided for
detailed renderings):
i. Renovation of existing Active Pool
ii. Renovation of existing Pump Room #1
c. Create Site Plan for Active pool and Pump room #1 and Floor Plans, Sections and
Elevations for Pump room #1 within project area.
d. Provide Enlarged Plans, Interior Elevations, Schedules and Details.
e. Coordinate with Registered Accessibility Specialist (RAS) to register project with Texas
Department of Licensing and Regulation (TDLR); submit signed and sealed construction
documents to RAS for the required plan review.
2. Structural
a. Provide concrete design supporting the expansion of Pump Room #1
b. Provide details for repair of architectural concrete cracks and spalls within the Active
Pool and Pump Room #1 areas
3. Mechanical / Plumbing:
a. Provide design for the replacement of the mechanical system serving the Active Pool,
including:
i Replace water features piping
ii Design of chemical system controls
iii Design for HVAC replacement and improvement for the expanded pump room #1
iv Provide Hydraulic calculations
v Provide design for water feature supply/return piping within pump room #1
July 28, 2025
Page 2 of 5
Scope of Services
Water Gardens Renovation Design
vi Provide design for water feature pumps, filtration, and treatment system
vii Provide design for replacement of storm water discharge pumps to pump storm
water from sump at base of pump room #1 to storm sewer in street.
b. Provide plumbing design for the restroom in pump room #1
c. Replace drainage pumps
4. Electrical
a. Replace MCC -A with a switchboard and the replacement transformers, and panelboards
in Pump Room #1.
b. Provide Electrical power design for new pumps, water feature and chemical systems.
c. Provide Electrical design for general electrical needs in Pump Room #1, including interior
lighting, receptacles, and re -feeding from MCC -A.
d. Provide Electrical design to maintain electrical service to electrical systems outside of this
scope but served by "MCC -A" or Pump Room #1.
5. Landscape Architecture
a. Planter replacement / alteration for area impacted by pump room expansion
6. Civil
a. Storm drainage modification (near the pump room # 1 expansion area).
C. Provide specifications for each discipline listed above.
D. Provide Matterport scan for the project area.
E. Provide CMAR coordination and communication during design, bid, and construction phases.
F. Provide bid phase services including attendance of pre -bid conference, response to requests for
information (RFIs), and (1) pre -bid site visit.
G. Provide construction phase services including the following:
1. Attendance of pre -construction meeting (virtual).
2. Response to RFls.
3. Prepare Change Orders, Field Orders, PCMs if required.
4. Review of contractor submittals and shop drawings.
5. Attendance of construction progress/coordination meetings (bi-monthly).
6. Construction site visits/inspections, preparation of construction observation reports or
punch lists, and attendance of final walkthrough (total 3 site visits).
7. Provide record drawings based on red -lines maintained by contractor.
SPECIAL SERVICES
FNI shall not be responsible for providing any special services for this project unless requested by the City
of Fort Worth (CITY) and agreed to by CITY and FNI in writing prior to the performance of such services.
CITY shall determine whether or not such services shall be considered 'contingency services' or'additional
services.'
1. Topographic survey
2. Boundary survey
July 28, 2025
Page 3 of 5
Scope of Services
Water Gardens Renovation Design
3. Subsurface utility exploration (SUE)
4. Geotechnical analysis
5. Subsurface pipe routing determination
6. Soil analysis or percolation testing
CLARIFICATIONS AND EXCLUSIONS
1. Basic Services shall not include any services or work products by FNI beyond those specifically
described above.
2. CITY shall provide review, coordination, and submittals related to historic resources and tree
preservation.
3. FNI will utilize and incorporate the data from previous projects performed by FNI at the Water
Gardens into this project.
4. Specific detailed technical site investigative services including but not limited to topographic survey,
subsurface utility exploration, geotechnical analysis, subsurface pipe routing determination, and soil
analysis or percolation testing which may be required for preparation of preliminary/final
construction documents are not included in Basic Services.
5. Bid Phase services beyond what is listed above (including but not limited to bid form or invitation
preparation, bidding advertisement and coordination, recommended bidder list,
review/evaluation/tabulation of bids, and bidder selection) are not included in Basic Services.
6. Construction Phase services beyond what is listed above (including but not limited to review of
construction sequencing and review of contractor pay requests) are not included in Basic Services.
7. Preparation of 3-D renderings, 3-D modeling, or 3-D visualization illustrations and/or videos beyond
what is listed above are not included in Basic Services.
8. Coordination by FNI with entities or agencies other than CITY Park & Recreation Department and
CMAR is not included in Basic Services.
9. The CITY will replace all light poles throughout the Water Gardens starting in December 2024. The
design of lighting improvements related to area lighting (non -water -feature -effect -related lighting),
acoustics, sound/audio/wifi/other technology delivery is not included in Basic Services.
10. Revisions to FNI's recommendations, designs, cost opinions, or other deliverables previously
reviewed and approved by CITY are not included in Basic Services.
11. Preparation, submittal, and/or coordination for regulatory review, processing, and/or approval of
engineering, transportation, planning/zoning studies is not included in Basic Services.
12. Replacement of site drainage and site general improvements are not included in Basic Services.
Storm water discharge pumps will be replaced in kind. No additional storm water filtration is
included.
13. Construction cost estimate is not included in Basic Services.
14. FNI will prepare the signed and sealed package for permit. FNI assumes that the City of Fort Worth —
Parks and Planning and CMAR will provide the assistance during the permitting process.
July 28, 2025
Page 4 of 5
Scope of Services
Water Gardens Renovation Design
15. This proposal is valid for 90 days.
DELIVERABLES
1. 30% Conceptual Design.
2. 90% design
3. 100% unsigned
4. 100% signed/sealed final design
All deliverables will be electronic version (PDF), and one hard copy (half size) of the signed and sealed final
design will be provided.
PROJECT SCHEDULE
FNI is authorized to commence work upon execution of the agreement and agrees to complete services
per the attached schedule.
FNI assumes two (2) weeks for CITY review on the 30% Conceptual Design, 90%, and 100% Design. FNI
will schedule and organize a review meeting(s) to discuss CITY's comments on the 30% Conceptual
Design, 90%, and 100% deliverables, respectively.
If CITY should take longer for the review and return of comments than the period scheduled, FNI's time
of performance shall be extended by the same number of calendar days, without additional cost to CITY.
COMPENSATION
The CITY shall pay FNI a lump sum amount of $693,078.00 (Six Hundred Ninety -Three Thousand, Seventy -
Eight dollars). FNI shall not perform any additional services for the CITY not specified unless the CITY
requests and approves in writing the additional costs for such services.
July 28, 2025
Page 5 of 5
ATTACHMENT B
COMPENSATION
Fort Worth Water Gardens
City Project No. 104751
Lump Sum Project
I. Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $693,078.00 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
Park & Recreation Department monthly progress reports and schedules in the
format required by the City.
City of Fort Worth, Texas
Attachment B - Compensation
2025 Fort Worth Water Gardens
Page 1 of 3
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm
Prime ENGINEER
Freese and Nichols, Inc.
Primary Responsibility
Design engineering
Proposed MWBE Sub-ENGINEERs
Greenscape Pump Survey
Services, Inc.
Project Number & Name
104751- Fort Worth Water Gardens
Gity ccl - 1mQ%
City of Fort Worth, Texas
Attachment B - Compensation
2025 Fort Worth Water Gardens
Page 2 of 3
TOTAL
Fee Amount %
$546,578 79%
$146,500 21 %
$ 693,078 100%
Total Fee �"`",.. BE MWBE %
$693,078 $-146,600 21 %
EN,Q,INEER Gemmotted GI - 2191e
LM
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.
N/A
City of Fort Worth, Texas
Attachment B - Compensation
2025 Fort Worth Water Gardens
Page 3 of 3
LAM
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Fort Worth Water Gardens
City Project No. 104751
None
City of Fort Worth, Texas
Attachment C
2025 Fort Worth Water Gardens
Page 1 of 1
ATTACHMENT "D"
PROJECT SCHEDULE
Fort Worth Water Gardens
City Project No. 104751
The ENGINEER will work in timely manner to meet the project delivery goals of the City.
The understanding of the project timing is as follows:
As Attached
City of Fort Worth, Texas
Attachment D — Schedule of Services
2025 Fort Worth Water Gardens
Page 1 of 1
ID
Task
Name
e
Mode
(Task
(Duration
1
S
Fort Worth Water Gardens Renovation Design
840 days
2
-.
Proposal
195 days
3
Submit S&S Assessment Report
1 day
4
Request for Proposal
1 day
5
Prepare proposal
33 days
6
V
-,
Submit Proposal to City
0 days
7
City Review & Comment
5 days
8
-5
Submit Revised proposal
2 days
9
-,
Negotiations
5 days
10
V
m
City Council (Every Tuesday)
104 days
11
V
m
City Council (1/14/2025)
1 day
12
w
City Council (1/21/2025)
1 day
13
!
City Council (1/28/2025)
1 day
14
City Council (6/10/2025)
1 day
15
Contract prep by City
20 days
16
FNI review of contract
10 days
17
+
Contact signatures
27 days
18
Notice to Proceed for Design
1 day
19
+
Project Initiation
14 days
20
-.
Project setup
30 days
21
+
Internal Kickoff Meeting
1 day
22
-.
Review As built drawings and previous reports
2 days
23
+
Brainstorming session & setup background files
1 day
24
Coordinate/Plan initial site visit
2 days
25
-4
Site Visit & External kickoff meeting
1 day
26
-4
Conceptual Design
46 days
27
-4
Develop conceptual design
20 days
28
-4
Conceptual design inhouse QC
10 days
29
-4
Post to Bluebeam
1 day
30
iin
QC
5 days
31
n
Pick up comments
2 days
32
n
Backcheck
1 day
33
-.
Compile full deliverable
1 day
34
-.
Conceptual design to Client
1 day
35
+
Conceptual design Client Review Period
10 days
36
Schedule and Conduct conceptual design Review meeting
5 days
37
-4
Schedule conceptual design Review Meeting
5 days
38
-4
conceptual design Review Meeting
1 day
39
-4
90% Design
46 days
40
n
Prepare 90% design
20 days
41
-.
90% Inhouse QC
10 days
42
S
Post to Bluebeam
1 day
43
S
QC
5 days
44
Pick up comments
2 days
45
dr
R
Backcheck
1 day
Cnbcal Split
""""""'
Printed: Tue
8/19/25
Critical Split """""""""" Task Progress
12:31 PM
Critical Progress Manual Task
Task Start -only
C
Fort Worth Water Gardens Renovation Design
(Start
(Finish
I% Complete
Predecessors
]uarter 1st Quarter I2nd Quarter 13rd Quarter I4th Quarter 11st Quarter I2nd Quarter 3rd Quarter 4th Quarter ist Quarter I2nd Quarter I3rd Quart
Nov Dec lan Feb Mar Aor Mav
Jun Jul A_,,e Oc[ Nov Dec Jan Feb,Mar AmlMav lun l.1 Auo Seo 0c[ Nov Dec lan Feh Mar Aor Mav lun lul Auo
Thu 11/21/24
Fri 3/10/28
10%
Thu 11/21/24
Fri 8/29/25
75%
75%
Thu 11/21/24
Thu 11/21/24
100%
r1100%
Thu 11/21/24
Thu 11/21/24
100%
3
100%
Fri 11/22/24
Fri 1/10/25
100%
4
100%
Fri 1/10/25
Fri 1/10/25
100%
5
1/10
Tue 1/14/25
Mon 1/20/25
100%
6
11100%
100%
Tue 1/21/25
Wed 1/22/25
100%
7
Tue 1/14/25
Mon 1/20/25
100%
6
1 10CN
Tue 1/14/25
Tue 6/10/25
100%
100%
Tue 1/14/25
Tue 1/14/25
100%
100%
Tue 1/21/25
Tue 1/21/25
100%
100%
Tue 1/28/25
Tue 1/28/25
100%
100%
Tue 6/10/25
Tue 6/10/25
100%
100%
Wed 6/11/25
Wed 7/9/25
100%
14
10�
Thu 7/10/25
Wed 7/23/25
100%
15
MOT;
Thu 7/24/25
Fri 8/29/25
0%
16
%
Tue 9/9/25
Tue 9/9/25
0%
9,17FS+5 days
Wed 9/10/25
Mon 9/29/25
0%
0%
�%
Wed 9/10/25
Tue 9/23/25
0%
18
0%
Wed 9/24/25
Wed 9/24/25
0%
20
Thu 9/25/25
Fri 9/26/25
0%
21
y0_%
%
Fri 9/26/25
Fri 9/26/25
0%
22FFJ+T,
%
Thu 9/25/25
Fri 9/26/25
0%
21
r10%
Mon 9/29/25
Mon 9/29/25
0%
24
0%
Tue 9/30/25
Thu 12/4/25
0%
0%
Tue 9/30/25
Mon 10/27/25
0%
25
0%
Tue 1O/28/25
Mon 11/10/25
0%
0%
Tue 10/28/25
Tue 10/28/25
0%
27
Wed 10/29/25
Tue 11/4/25
0%
29
yC
'%
Wed 11/5/25
Thu 11/6/25
0%
30
Fri 11/7/25
Fri 11/7/25
0%
31
^0%
J
Mon 11/10/25
Mon 11/10/25
0%
32
0%
Tue 11/11/25
Tue 11/11/25
0%
28
—0%
Wed 11/12/25
Tue 11/25/25
0%
34
- 0%
Wed 11/26/25
Thu 12/4/25
0%
0%
Wed 11/26/25
Thu 12/4/25
0%
35
%
Thu 12/4/25
Thu 12/4/25
0%
37FF
%
Fri 12/5/25
Wed 2/11/26
0%
0%
Fri 12/5/25
Mon 1/5/26
0%
36
0%
Tue 1/6/26
Tue 1/20/26
0%
0%
Tue 1/6/26
Tue 1/6/26
0%
40
hyC%
Wed 1/7/26
Tue 1/13/26
0%
42
+%
Wed 1/14/26
Thu 1/15/26
0%
43
�%
Fri 1/16/26
Fri 1/16/26
0%
44
D%
Fmish-only
7
Baseline Milestone
O
Manual Summary r -----1
Inactve Task
Duration -only
Milestone
♦
Project Summary r ----1
Inactive Milestone
Baseline
Summary Progress
External Tasks
Inactive Summary
Baseline Split
.......... ..........
Summary
r r
Ectemal Milestone ♦
Deadline a
Attachment D_Project Schedule.v04.mpp Page 1 of 2
ID
Task
Name
e
Mode
(Task
46 M.
-4
Compile full report
47 a:
-4
90%to Client
48
-4
90%Client Review Period
49
R
Schedule and Conduct 90%Review meeting
50
-4
Schedule 90% Review Meeting
51
R
90%Review Meeting
52
n
100% Design
53
n
Prepare 100% design
54
n
100% Inhouse QC
55
n
100% (unsigned) to Client
56
n
100% Client Review Period
57
-.
100% (unsigned) Review meeting
58
Prepare Final S&S design
59
+
Submit S&S design
60
-4
Bidding
61
-4
City Prep for bidding
62
-4
Advertise
63
-4
Issue For Bid
64
-4
Pre -Bid site visit(s)
65
%
Prepare bids
66
'4
Bids DUE
67
+
Evaluate Bids
68
n
City Award process and Council approval
69
n
NTP for Construction
70
-�
Construction
71
-.
Mobilize
72
+
Submittals
73
+
Construction
74
Substantial completion
75
-4
GRAND REOPENING
76
-4
Close Out
Critical
Printed: Tue 8/19/25 12:31 PM Critical Split """""""
Critical Progress
Task
Attachment D_Project Schedule.v04.mpp
Fort Worth Water Gardens Renovation Design
(Duration
(Start
(Finish
I%Complete
Predecessors
I2n1Quarter I3rd QuarteeuoavrteDec1:
eIJwSoQ
NJ6Mar A., M_IJun ul 01 NJ.
1 day
Tue 1/20/26
Tue 1/20/26
0%
45
1 day
Wed 1/21/26
Wed 1/21/26
0%
41
10 days
Thu 1/22/26
Wed 2/4/26
0%
47
5 days
Thu 2/5/26
Wed 2/11/26
0%
5 days
Thu 2/5/26
Wed 2/11/26
0%
48
1 day
Wed 2/11/26
Wed 2/11/26
0%
SOFF
43 days
Thu 2/12/26
Tue 4/14/26
0%
15 days
Thu 2/12/26
Thu 3/5/26
0%
49
30 days
Fri 3/6/26
Thu 3/19/26
0%
53
1 day
Fri 3/20/26
Fri 3/20/26
0%
54
30 days
Mon 3/23/26
Fri 4/3/26
0%
55
1 day
Mon 4/6/26
Mon 4/6/26
0%
56
5 days
Tue 4/7/26
Mon 4/13/26
0%
57
1 day
Tue 4/14/26
Tue 4/14/26
0%
58
85 days
Wed 4/15/26
Thu 8/13/26
0%
15 days
Wed 4/15/26
Tue 5/5/26
0%
59
10 days
Wed 5/6/26
Tue 5/19/26
0%
61
0 days
Tue 5/19/26
Tue 5/19/26
0%
62
5 days
Wed 5/20/26
Wed 5/27/26
0%
63
25 days
Wed 5/20/26
Wed 6/24/26
0%
63
0 days
Wed 6/24/26
Wed 6/24/26
0%
65
15 days
Thu 6/25/26
Thu 7/16/26
0%
66
20 days
Fri 7/17/26
Thu 8/13/26
0%
67
D days
Thu 8/13/26
Thu 8/13/26
0%
68
405 days
Fri 8/14/26
Fri 3/10/28
0%
15 days
Fri 8/14/26
Thu 9/3/26
0%
69
80 days
Fri 9/4/26
Fri 1/1/27
0%
71
360 days
Fri 9/4/26
Fri 1/28/28
0%
71
0 days
Fri 1/28/28
Fri 1/28/28
0%
73
0 days
Fri 1/28/28
Fri 1/28/28
0%
74
30 days
Mon 1/31/28
Fri 3/10/28
0%
75
Split ... """"""""'
Fmish-only
7
Baseline Mtlestone
O
Manual Summary Inactve Task
Task Progress
Duration -only
Milestone
♦
Project Summary Inactive Milestone
Manual Task
Baseline
Summary Progress
External Tasks Inactive Summary
Start -only E
Baseline Split
.......... ..........
Summary
r
. Extemal Milestone ♦ Deadline a
Page 2 of 2
1
Sth Quarter ist Quarter I2nd Quarter I3rd Quart
]c[Nov Dec lan l Feh l Mar AorMavlun lul Auo 1'
0%
ATTACHMENT "E"
PROJECT LOCATION & MAP
Fort Worth Water Gardens
City Project No. 104751
The PROJECT is located in the southern end of Downtown Fort Worth adjacent to the
Convention Center. See attachment for more information.
City of Fort Worth, Texas
Attachment E — Project Location & Map
2025 Fort Worth Water Gardens
Page 1 of 1
10
Attachment C -Project Area and Scope Exhibit � � ' �• ��`p \ , .
CASCADE \ �
CENTER PLAZy Project Area
,
��' Mtn• / .. �
THEAERATION ` \
COOL THEACTNEYO9�. -•�`. '• /=,�
ss i
4 `\\\ �•' '
i
. ` �.'• \ 1 • 1 I THE
THGRO1 1/w P O
\�. I �• EQUIET PO wit CENTRAL SQUARE \� , •` /f
� •.I111 Lp' \
rp
THE MO GNTAIN = I / / a�i 5•(t� � •y'C
1
I1�'iFIESTAG
01 ` •\ ��\ �4
{.
.' ti_ =>.. rtr�.�. -A •" --+--•+�. � � -. �' - +�aca�.rlw.7�'s-.=�sxaw.w.
.w
LANCASTERAVE
I� 0 20' 40' 80'
SCALE IN FEET NORTH
EXHIBIT F
CITY OF FORT WORTH
STANDARD INSURANCE REQUIREMENTS
(1) INSURANCE LIMITS
a. Commercial General Liability — Insured shall maintain commercial general
liability (CGL) and, if necessary, commercial umbrella insurance as follows:
$1,000,000 each occurrence
$2,000,000 aggregate
If such Commercial General Liability insurance contains a general aggregate
limit, it shall apply separately to this Project or location.
City shall be included as an additional insured with all rights of defense
under the CGL, using ISO additional insured endorsement or a
substitute providing equivalent coverage, and under the commercial
umbrella, if any. This insurance shall apply as primary insurance with
respect to any other insurance or self-insurance programs afforded to
City. The Commercial General Liability insurance policy shall have no
exclusions or endorsements that would alter or nullify:
premises/operations, products/completed operations, contractual,
personal injury, or advertising injury, which are normally contained
within the policy, unless City specifically approves such exclusions in
writing.
ii. Insured waives all rights against City and its agents, officers, directors
and employees for recovery of damages to the extent these damages
are covered bythe commercial general liabilityor commercial umbrella
liability insurance maintained in accordance with Agreement.
b. Business Auto — Insured shall maintain business auto liability and, if
necessary, commercial umbrella liability insurance as follows:
$1,000,000 each accident (or reasonably equivalent limits
of coverage if written on a split limits basis).
Such insurance shall cover liability arising out of "any auto", including owned,
hired, and non -owned autos, when said vehicle is used in the course of Insured's
business and/or the Project. If Insured owns no vehicles, coverage for hired or
non -owned autos is acceptable.
Insured waives all rights against City and its agents, officers, directors and
employees for recovery of damages to the extent these damages are
covered by the business auto liability or commercial umbrella liability
insurance obtained by Insured pursuant to this Agreement or under any
applicable auto physical damage coverage.
CFW Standard Insurance Requirements Page 1 of 3
Rev. 5.04.21
C. Workers' Compensation — Insured shall maintain workers compensation and
employer's liability insurance and, if necessary, commercial umbrella liability
insurance as follows:
Coverage A: statutory limits
Coverage B: $100,000 each accident
$500,000 disease - policy limit
$100,000 disease - each employee
Insured waives all rights against City and its agents, officers, directors and
employees for recovery of damages to the extent these damages are
covered by workers compensation and employer's liability or commercial
umbrella insurance obtained by Insured pursuant to this Agreement.
d. Professional Liability (Errors & Omissions) — Insured shall maintain
professional liability insurance as follows:
$1,000,000 - Each Claim Limit
$2,000,000 - Aggregate Limit
Professional Liability coverage may be provided through an endorsement to
the Commercial General Liability policy, or a separate policy specific to
Professional E&O. Either is acceptable if coverage meets all other
requirements. Coverage shall be written on a claims -made basis, and
maintained for the duration of the contractual agreement and for five (5) years
following completion of services provided. The policy shall contain a retroactive
date prior or equal to the Effective Date of the Agreement or the first date of
services to be performed, whichever is earlier. An annual certificate of insurance
shall be submitted to City to evidence coverage.
(2) GENERAL INSURANCE REQUIREMENTS
a. Certificates of insurance evidencing that Insured has obtained all required
insurance shall be attached to Agreement concurrent with its execution. Any
failure to attach the required insurance documentation hereto shall not
constitute a waiver of the insurance requirements.
b. Applicable policies shall be endorsed to name City as an Additional Insured,
as its interests may appear, and must afford the City the benefit of any
defense provided by the policy. The term City shall include its employees,
officers, officials, and agents as respects the contracted services. Applicable
policies shall each be endorsed with a waiver of subrogation in favor of City
with respect to the Project.
c. Certificate(s) of insurance shall document that insurance coverage limits
specified in this Agreement are provided under applicable policies
documented thereon. Insured's insurance policy(s) shall be endorsed to
provide that said insurance is primary protection and any self -funded or
CFW Standard Insurance Requirements Page 2 of 3
Rev. 5.04.21
commercial coverage maintained by City shall not be called upon to
contribute to loss recovery. Insured's liability shall not be limited to the
specified amounts of insurance required herein.
d. Other than worker's compensation insurance, in lieu of traditional
insurance, City may consider alternative coverage or risk treatment
measures through insurance pools or risk retention groups. City must
approve in writing any alternative coverage for it to be accepted.
e. A minimum of thirty (30) days' notice of cancellation or material change in
coverage shall be provided to City. A ten (10) days' notice shall be acceptable
in the event of non-payment of premium.
f. Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A:VII or equivalent measure of financial strength
and solvency as determined by the City's Risk Management division.
g. Any deductible or self -insured retention in excess of $25,000 that would
change or alter the requirements herein is subject to approval in writing by
City, if coverage is not provided on a first -dollar basis. City, at its sole
discretion, may consent to alternative coverage maintained through insurance
pools or risk retention groups. Dedicated financial resources or letters of credit
may also be acceptable to City.
h. In the course of the Agreement, Insured shall report, in a timely manner, to
City's Risk Management Department with additional notice to the Contract
Compliance Manager, any known loss or occurrence which could give rise
to a liability claim or lawsuit against City or which could result in a property
loss.
i. City shall be entitled, upon its request and without incurring expense, to
review Insured's insurance policies including endorsements thereto and, at
City's discretion, Insured may be required to provide proof of insurance
premium payments.
j. Lines of coverage, other than Professional Liability, underwritten on a claims -
made basis, shall contain a retroactive date coincidentwith or priorto the date
of this Agreement. The certificate of insurance shall state both the retroactive
date and that the coverage is claims -made.
k. Coverages, whether written on an occurrence or claims -made basis, shall be
maintained without interruption nor restrictive modification or changes from
date of commencement of the Project until final payment and termination of
any coverage required to be maintained after final payments.
I. City shall not be responsible for the direct payment of any insurance
premiums required by Agreement.
m. Subcontractors of Insured shall be required by Insured to maintain the same
or reasonably equivalent insurance coverage as required for Insured. Upon
City's request, Insured shall provide City with documentation thereof.
CFW Standard Insurance Requirements Page 3 of 3
Rev. 5.04.21
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
Complete Nos. 1- 4 and 6 if there are interested parties.
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Freese and Nichols, Inc.
Fort Worth, TX United States
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Fort Worth
1of1
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2025-1271175
Date Filed:
02/18/2025
Date Acknowledged
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
Contract
FPS Water Gardens Renovation Design
4
Name of Interested Party
Reedy, Mike
Payne, Jeff
Hatley, Tricia
Greer, Alan
Chambers, Robert
Brown, Jessica
Archer, Charles
Coltharp, Brian
Pence, Bob
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is Stephanie Bedison
My address is 801 Cherry Street. Suite 2800
(street)
Nature of interest
City, State, Country (place of business)
(check applicable)
Controlling Intermediary
Houston, TX United States
X
Fort Worth, TX United States
X
Oklahoma City, OK United States
X
Fort Worth, TX United States
X
Fort Worth, TX United States
X
Fort Worth, TX United States X
Raleigh, NC United States X
Fort Worth, TX United States X
Fort Worth, TX United States X
and my date of birth is Tuly 19, 1977
Fort Worth TX 76102 . US
(city) (state) (zip code) (country)
declare under penalty of perjury that the foregoing is true and correct.
Executed in Tarrant County, State of Texas on the 18 day of February, 20 25
(month) (year)
Signature 4Fauthorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.0.5dd2ace2
FORT WORTH.
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Freese and Nichols, Inc.
Subject of the Agreement: Fort Worth Water Gardens
M&C Approved by the Council? * Yes 8 No ❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No 8
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes 8 No ❑
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: Expiration Date: NA
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes 8 No ❑
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: If applicable. 104751
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes 8 No ❑
Contracts need to be routed for CSO processing in the following order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.