HomeMy WebLinkAboutContract 64119Iese No. 64119
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: Barksdale Park Dam Rehabilitation
Design -Project No. 103992.
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 $248,470.00 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 Ill
Term
Time is of the essence. Unless otherwise terminated pursuant to Article VI. D.
herein, this Agreement shall be for a term beginning upon the effective date, as described
below, and shall continue until the expiration of the funds or completion of the subject
matter contemplated herein pursuant to the schedule, whichever occurs first. Unless
specifically otherwise amended, the original term shall not exceed five years from the
original effective date.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: August 18, 2025
Page 1 of 14
Barksdale Park Dam Rehabilitation Design
CPN 103992
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 Barksdale Park Dam Rehabilitation Design
Standard Agreement for Engineering Related Design Services CPN 103992
Revised Date: August 18, 2025
Page 2 of 14
(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 Barksdale Park Dam Rehabilitation Design
Standard Agreement for Engineering Related Design Services CPN 103992
Revised Date: August 18, 2025
Page 3 of 14
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 Barksdale Park Dam Rehabilitation Design
Standard Agreement for Engineering Related Design Services CPN 103992
Revised Date: August 18, 2025
Page 4 of 14
Record Drawings
J.
Record drawings, if required, will be prepared, in part, on the basis of
information compiled and furnished by others, and may not always represent
the exact location, type of various components, or exact manner in which the
PROJECT was finally constructed. The ENGINEER is not responsible for any
errors or omissions in the information from others that is incorporated into the
record drawings.
Right to Audit
(1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years
after final payment under this contract, have access to and the right to
examine and photocopy any directly pertinent books, documents, papers and
records of the ENGINEER involving transactions relating to this contract.
ENGINEER agrees that the CITY shall have access during normal working
hours to all necessary ENGINEER facilities and shall be provided adequate
and appropriate work space in order to conduct audits in compliance with the
provisions of this section. The CITY shall give ENGINEER reasonable
advance notice of intended audits.
(2) ENGINEER further agrees to include in all its subconsultant agreements
hereunder a provision to the effect that the subconsultant agrees that the CITY
shall, until the expiration of five (5) years after final payment under the
subcontract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of such
subconsultant, involving transactions to the subcontract, and further, that the
CITY shall have access during normal working hours to all subconsultant
facilities, and shall be provided adequate and appropriate work space, in order
to conduct audits in compliance with the provisions of this article together with
subsection (3) hereof. CITY shall give subconsultant reasonable advance
notice of intended audits.
(3) ENGINEER and subconsultant agree to reproduce such documents as may
be requested by the CITY. The CITY agrees to reimburse ENGINEER for the
cost of hard copies at the rate published in the Texas Administrative Code in
effect as of the time copying is performed.
K. INSURANCE
Engineer shall not commence work
obtained all insurance required under
such insurance.
under this Agreement until it has
Attachment F and City has approved
L. Independent Consultant
City of Fort Worth, Texas Barksdale Park Dam Rehabilitation Design
Standard Agreement for Engineering Related Design Services CPN 103992
Revised Date: August 18, 2025
Page 5 of 14
The ENGINEER agrees to perform all services as an independent consultant
and not as a subcontractor, agent, or employee of the CITY. The doctrine
of respondeat superior shall not apply.
M. Disclosure
The ENGINEER acknowledges to the CITY that it has made full disclosure in
writing of any existing conflicts of interest or potential conflicts of interest,
including personal financial interest, direct or indirect, in property abutting the
proposed PROJECT and business relationships with abutting property cities.
The ENGINEER further acknowledges that it will make disclosure in writing of
any conflicts of interest that develop subsequent to the signing of this contract
and prior to final payment under the contract.
N. Asbestos or Hazardous Substances
(1) If asbestos or hazardous substances in any form are encountered or
suspected, the ENGINEER will stop its own work in the affected portions
of the PROJECT to permit testing and evaluation.
(2) If asbestos or other hazardous substances are suspected, the CITY may
request the ENGINEER to assist in obtaining the services of a qualified
subcontractor to manage the remediation activities of the PROJECT.
O. Permitting Authorities - Design Changes
If permitting authorities require design changes so as to comply with published
design criteria and/or current engineering practice standards which the
ENGINEER should have been aware of at the time this Agreement was
executed, the ENGINEER shall revise plans and specifications, as required,
at its own cost and expense. However, if design changes are required due to
the changes in the permitting authorities' published design criteria and/or
practice standards criteria which are published after the date of this
Agreement which the ENGINEER could not have been reasonably aware of,
the ENGINEER shall notify the CITY of such changes and an adjustment in
compensation will be made through an amendment to this AGREEMENT.
P. Schedule
ENGINEER shall manage the PROJECT in accordance with the schedule
developed per Attachment D to this AGREEMENT.
Article V
Obligations of the City
City of Fort Worth, Texas Barksdale Park Dam Rehabilitation Design
Standard Agreement for Engineering Related Design Services CPN 103992
Revised Date: August 18, 2025
Page 6 of 14
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
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
City of Fort Worth, Texas Barksdale Park Dam Rehabilitation Design
Standard Agreement for Engineering Related Design Services CPN 103992
Revised Date: August 18, 2025
Page 7 of 14
claims by third parties or employees of City, City hereby releases
ENGINEER from any damage or liability related to the presence of such
materials.
G.
I:A
(1)
(2) The release required above shall not apply in the event the discharge,
release or escape of hazardous substances, contaminants, or asbestos is
a result of ENGINEER's negligence or if ENGINEER brings such
hazardous substance, contaminant or asbestos onto the project.
Contractor Indemnification
The CITY agrees to include in all construction contracts the provisions of
Article IV.E. regarding the ENGINEER's Personnel at the construction site,
and provisions providing for contractor indemnification of the CITY and the
ENGINEER for contractor's negligence.
Contractor Claims and Third-Party Beneficiaries
The CITY agrees to include the following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractors, subcontractors and equipment and materials
suppliers on the PROJECT, or their sureties, shall maintain
no direct action against the ENGINEER, its officers,
employees, and subcontractors, for any claim arising out of,
in connection with, or resulting from the engineering services
performed. Only the CITY will be the beneficiary of any
undertaking by the ENGINEER."
�2)
This AGREEMENT gives no rights or benefits to anyone other than the CITY
and the ENGINEER and there are no third-party beneficiaries.
(3) The CITY will include in each agreement it enters into with any other entity or
person regarding the PROJECT a provision that such entity or person shall
have no third-party beneficiary rights under this Agreement.
(4)
L�
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.
City of Fort Worth, Texas Barksdale Park Dam Rehabilitation Design
Standard Agreement for Engineering Related Design Services CPN 103992
Revised Date: August 18, 2025
Page 8 of 14
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.
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.
City of Fort Worth, Texas Barksdale Park Dam Rehabilitation Design
Standard Agreement for Engineering Related Design Services CPN 103992
Revised Date: August 18, 2025
Page 9 of 14
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,
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.
City of Fort Worth, Texas Barksdale Park Dam Rehabilitation Design
Standard Agreement for Engineering Related Design Services CPN 103992
Revised Date: August 18, 2025
Page 10 of 14
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
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
City of Fort Worth, Texas Barksdale Park Dam Rehabilitation Design
Standard Agreement for Engineering Related Design Services CPN 103992
Revised Date: August 18, 2025
Page 11 of 14
ENGINEER shall verify the identity and employment eligibility of its
employees who perform work under this Agreement, including completing
the Employment Eligibility Verification Form (I-9). Upon request by CITY,
ENGINEER shall provide CITY with copies of all I-9 forms and supporting
eligibility documentation for each employee who performs work under this
Agreement. ENGINEER shall adhere to all Federal and State laws as well
as establish appropriate procedures and controls so that no services will be
performed by any ENGINEER employee who is not legally eligible to
perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD
CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES
DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER,
ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR
LICENSEES. CITY, upon written notice to ENGINEER, shall have the right
to immediately terminate this Agreement for violations of this provision by
ENGINEER.
M. Prohibition On Contracts With Companies Boycotting Israel
ENGINEER unless a sole proprietor, acknowledges that in accordance with
Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or
more full time-employees and the contract value is $100,000 or more, the
City is prohibited from entering into a contract with a company for goods or
services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel
during the term of the contract. The terms "boycott Israel" and "company"
shall have the meanings ascribed to those terms in Section 808.001 of the
Texas Government Code. By signing this contract, ENGINEER certifies
that ENGINEER'S signature provides written verification to the City
that if Chapter 2271, Texas Government Code applies, ENGINEER: (1)
does not boycott Israel; and (2) will not boycott Israel during the term
of the contract.
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
City of Fort Worth, Texas Barksdale Park Dam Rehabilitation Design
Standard Agreement for Engineering Related Design Services CPN 103992
Revised Date: August 18, 2025
Page 12 of 14
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
CITYthat ENGINEER: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate against a firearm entity or
firearm trade association during the term of this Agreement.
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, which supersedes all prior written or oral understandings, and may only be
changed by a written amendment executed by both parties. This AGREEMENT may be
executed in one or more counterparts and each counterpart shall, for all purposes, be
deemed an original, but all such counterparts shall together constitute but one and the
same instrument.
The following attachments and schedules are hereby made a part of this AGREEMENT:
Attachment A- Scope of Services
Attachment B - Compensation
Attachment C- Amendments to Standard Agreement for Engineering Services
Attachment D - Project Schedule
Attachment E - Location Map
Attachment F — Insurance Requirements
City of Fort Worth, Texas Barksdale Park Dam Rehabilitation Design
Standard Agreement for Engineering Related Design Services CPN 103992
Revised Date: August 18, 2025
Page 13 of 14
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 Burghdoff Assistant City Manager
Date: ---------
ATTEST:
r1� Jannette Goodall City Secretary
APPROVAL RECOMMENDED:
By: {»t�
Dave Lewis Director, Park & Recreation Department
APPROVED AS TO FORM AND LEGALITY
-� By: Douglas Black {Oct 8, 202s 10:so:20 CDT) Douglas W Black Sr. Assistant City Attorney
Contract Compliance Manager:
BY: ENGINEER Westwood Professional Services, Inc.
Brian O'Neill, PE, CFM Vice President, Public Infrastructure
Date: -------------
M&C No. : 25-0907
M&C Date: 9/16/2025
By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements.
Ahana Basnet
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: August 18, 2025
Page 14 of 14
Barksdale Park Dam Rehabilitation Design
CPN 103992
9/22/25, 9:19 AM
CITY COUNCIL AGENDA
Create New From This M8�C
DATE: 9/16/2025 REFERENCE NO.: **M&C 25-
0907
CODE:
SUBJECT:
M&C Review
F��T�'�o�7��
-�y-
LOG NAME: $OBARKSDALE DAM
REPAIRS
C TYPE: CONSENT PUBLIC NO
HEARING:
(CD 10) Authorize Execution of an Engineering Agreement with Westwood Professional
Services, Inc., in the Amount of $248,470.00 for Engineering Related Professional
Services for the Design of Dam Repairs at Barksdale Park, Adopt Appropriation
Ordinance, and Amend the 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 $248,470.00 for engineering related professional services for the design of
dam repairs at Barksdale Park (City Project No.103992);
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations
in the PARD Dedication Fees Fund in the amount of $50,000.00, from available development
fees in the Neighborhood Park Unit 6-34 project (City Project No. UN8195); and
3. Amend the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
The purpose of this Mayor & Council Communication (M&C) is to authorize execution of an
engineering agreement with Westwood Professional Services, Inc., in the amount of $248,470.00 for
the design and preparation of construction documents for dam repairs at Barksdale Park.
The Barksdale Park dam is located at the northeast quadrant of Heritage Trace Parkway and North
Riverside Drive in Fort Worth. The dam is an earthen embankment approximately 8 feet high, 10 feet
wide at the crest, and 500 feet long. An eroding earthen spillway is located at the west end of the
dam, discharging into a channel that reconnects with a creek downstream.
Geotechnical and drainage studies have identified issues with seepage at the downstream toe,
resulting in wet and unstable ground conditions and shallow landslides. These conditions not only
affect park usability but also pose a potential risk of dam failure. The City of Fort Worth has initiated a
rehabilitation project to address these concerns, which includes designing improvements to control
seepage, stabilize the embankment, and replace the spillway with a concrete structure.
The action in this M&C will amend the FY2025-2029 Capital Improvement Program as approved in
connection with Ordinance 27107-09-2024, Section 8 Capital Improvements.
Funding is budgeted in the Neighborhood Park Unit 6-34 project within the PARD Dedication Fees
Fund for the purpose of funding the Barksdale Dam project, as appropriated.
Barksdale Park is located in COUNCIL DISTRICT 10.
apps.cfwnet.org/council_packet/mc review.asp?ID=33767&councildate=9/16/2025 1/2
9/22/25, 9:19 AM
FISCAL INFORMATION/CERTIFICATION:
M&C Review
The Director of Finance certifies that funds are currently available in the Neighborhood Park Unit 6-
34 project within the PARD Dedication Fees Fund and upon approval of the above recommendations
and adoption of the attached appropriation ordinance, funds will be available in the PARD Dedication
Fees Fund for the FY22 Barksdale Dam Repairs project to support the approval of the above
recommendations and execution of the agreement. Prior to an expenditure being incurred, the Park &
Recreation Department has the responsibility of verifying the availability of funds..
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year Chartfield 2
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year Chartfield 2
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
Dana Burghdoff (8018)
Dave Lewis (5717)
Joel McElhany (5745)
2025-07-21 City of Fort Worth 1295 Form.pdf (CFW Internal)
80BARKSDALE DAM REPAIRS funds availability,pdf (CFW Internal)
80BARKSDALE DAM REPAIRS.xlsx (CFW Internal)
ORD.APP 806ARKSDALE DAM REPAIRS A025(r2).(Rev8.28.25).docx (Public)
Project Location.pdf (Public)
apps.cfwnet.org/council_packet/mc review.asp?ID=33767&councildate=9/16/2025 2/2
ATTACHMENT A to Agreement between
the City of Fort Worth, Texas ("CITY") and
Westwood Professional Services, Inc.,
("ENGINEER") for Consulting Services
ATTACHMENT `A' — SCOPE OF SERVICES
BARKSDALE PARK DAM REHABILITATION DESIGN
PROJECT DESCRIPTION:
The Barksdale Park Dam has had a Geotechnical Under Seepage Control Study and
Drainage and Erosion Study which have identified deficiencies with the Dam and have
provided recommendations for controlling embankment seepage, stabilizing the Dam and
spillway paving. The City of Fort Worth Parks and Recreation Department (CITY) has
requested that Westwood Professional Services, Inc. (ENGINEER) submit this proposal
for the Barksdale Park Dam Rehabilitation Design. The project consists of the
development of design and construction documents for the Barksdale Park Dam
(PROJECT). There have been previous studies that have identified that the dam is
showing signs of seepage and potential risks to failure of the dam. The project includes
design and preparation of construction documents, field survey, geotechnical analysis,
environmental permitting assistance, bid and construction phase assistance.
BASIC SERVICES:
A. Proiect Manaqement. Coordination & Data Collection
Manage the Team:
• Lead, manage and direct design team activities for dam rehabilitation
analysis, preparation of construction documents, field survey,
geotechnical analysis, environmental permitting assistance, bid and
construction phase assistance
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Allocate team resources
Communications and Reporting:
• Attend a pre-design project kickoff meeting with CITY staff to confirm
and clarify scope, understand CITY objectives, and ensure
economical and functional designs that meet CITY requirements.
• Attend the following meetings with the CITY to review project,
schedule, deliverable, status reporting, community communication,
and the construction.
■ One (1) project kick-off meeting.
■ Three (3) drawing deliverables review meetings (60%, 90%
and 100%).
■ One (1) meeting with affected property owners (MAPO) by
mail.
9/17/2025 Page 2
ATTACHMENT A to Agreement between
the City of Fort Worth, Texas ("CITY") and
Westwood Professional Services, Inc.,
("ENGINEER") for Consulting Services
■ One (1) constructability review meeting in the field after 60%
plans.
• Prepare and submit monthly invoices in the format acceptable to the
CITY.
• Prepare and submit monthly progress reports.
• Prepare and submit baseline Project Schedule initially and Project
Schedule updates.
• 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.
• ENGINEER will coordinate and facilitate coordination tasks with the
CITY, Partner, Administrator, and other entities as necessary,
including but not limited to, NCTCOG, TxDOT, utility companies, and
local stakeholders. Attend up to five (5) agency coordination
meetings with the CITY, NCTCOG, TxDOT, utility companies
and local stakeholders.
• 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.
• Data Collection:
• Perform field visit to Barksdale Park Dam to observe and photograph
existing conditions.
• ENGINEER will hold project kickoff meeting with CITY to confirm
project scope, schedule and deliverables.
• CITY to provide available plat, easement, aerial photography,
existing drainage plan studies, existing utility as built plans, proposed
park improvements, available GIS information, previous studies and
supporting hydrologic and hydraulic models for the tributary to
Whites Branch (WB-1).
• The ENGINEER will
• In addition to data obtained from the CITY, ENGINEER will research
proposed improvements in conjunction with any other planned future
improvements known by the CITY that may influence the project.
• The ENGINEER will identify and seek to obtain data for existing
conditions that may impact the project including but not limited to;
utilities, agencies (TxDOT, TCEQ and USACE), Master Plans, and
property ownership as available from the Tax Assessor's office.
9/17/2025 Page 3
ATTACHMENT A to Agreement between
the City of Fort Worth, Texas ("CITY") and
Westwood Professional Services, Inc.,
("ENGINEER") for Consulting Services
Utility Coordination:
• The ENGINEER will consult with the CITY, public 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.
• ENGINEER will attend a utility coordination meeting with the CITY
and major franchise utilities in the field to determine potential utility
constraints, relocation options and costs for capital improvement
design as directed by the CITY.
B. Preliminary 60% Desiqn Plans -
Prepare and submit 60% design/construction documents for design phase
services, improvements to the CITY for review. These documents shall
incorporate CITY comments and input from the previous review of project data
and existing site conditions. ENGINEER's design plans shall be suitable for use
in 22-inch x 34-inch and 11-inch x 17-inch format with black and white line work
and with screened-back black and white (gray-tone) aerial photo background
in the overall site plan. ENGINEER shall provide CITY with PDF files at each
milestone submittal, three (3) hardcopies (1 full-size and 2 half-size for plan
sets) and CAD files at final construction set submittal. ENGINEER shall, at
request of CITY, transmit to CITY electronic copies of ENGINEER work product
components including data, photos, images, text, designs, and cost opinions
for project-related use by CITY including project budgeting and project
coordination/communication.
ENGINEER will deliver design drawings and OPCC documents at 60%,
90% and 100% milestones, and specifications at 60%, 90% and 100%
milestone to the CITY on the dates set before on project schedule.
ENGINEER's Preliminary 60% design construction drawings will include:
• Cover sheet (1 sheet)
• General notes sheet (1 sheet)
• Preliminary Summary of quantities sheet (1 sheet)
• Overall site plan (with key map and references to plan sheets as noted
below, (1 sheet)
• Protected tree removal and site demolition plans (protected tree removal
schedules and tree protection fence location; as described above, number
of sheets per item as required for scalable legibility in half-size sheet
format).
9/17/2025 Page 4
ATTACHMENT A to Agreement between
the City of Fort Worth, Texas ("CITY") and
Westwood Professional Services, Inc.,
("ENGINEER") for Consulting Services
• Layout and materials plans (trail center line station number coordinate point
schedule, locations of other improvements, materials call out, general
dimensions of improvements and landscape buffers).
• Grading plans (1-foot interval contour lines showing grading of trail,
shoulder, and affected areas; spot elevations at critical places such as top
of retaining wall) (only apply to 60%, 90% and 100%).
• Planting plans (complete description of new plant materials, including
names, locations, quantities, and sizes at installation, heights, spread, and
spacing.
• Erosion control plans.
• 911 Location Signs: ENGINEER shall design the 911 signs based on the
standards provided by CITY.
• ENGINEER shall also show the location of the signs on the plans and
provide the coordinate points of signs in a schedule. 911 signs should be
located along the entire length of the trail at 1/4-mile intervals (Only apply
to 60%, 90% and 100%).
ENGINEER's construction drawings shall include:
• Street address, and lot and block description, date, scale, north point, and
the names, addresses, and telephone numbers (if readily available) of each
property owner and the person preparing the plan.
• Approximate centerlines of existing water courses and the location of the
floodplain; the approximate location of significant drainage features; and the
location of existing and proposed streets and alleys, driveways, and
sidewalks on or adjacent to the lot if applicable.
• Location of centerlines of overhead and underground utility lines within and
adjacent to the site, and the location of all utilities, utility easements,
including the location of utility poles, generators, and equipment.
• Construction-site temporary elements plan (access points, circulation routes,
equipment and material storage locations, and project sign locations, only
apply to 60%, 90% and 100%).
• Technical specifications for all site improvements (Only apply to 60%, 90%
and 100%).
• Coordinate and schedule a plan review meeting with City Floodplain
Engineer and TPW Storm Water
o Drainage plan review
o Floodplain impact determination
o Permitting requirements defined
• Attend a meeting with the CITY to discuss CITY review comments regarding
the 60% submittal and obtain CITY input prior to the ENGINEER's
preparation of 90% construction documents.
9/17/2025 Page 5
ATTACHMENT A to Agreement between
the City of Fort Worth, Texas ("CITY") and
Westwood Professional Services, Inc.,
("ENGINEER") for Consulting Services
C. 90% Desiqn Plans and Specifications - Upon acceptance of preliminary plans by
the CITY, the Engineer shall prepare 90% design plans and specifications.
• ENGINEER will prepare and submit 90% design documents for all design
phase services Assessment to the CITY for review, incorporating previous
CITY review comments and input.
• An updated OPCC will be prepared
• 90% design/construction documents will be required for:
• Design/construction plans
• Anticipated technical specifications (approximated final copies)
• Attend a meeting with the CITY to discuss CITY review comments
regarding the 90% submittal and obtain CITY input prior to
ENGINEER's preparation of 100% final construction documents.
• Apply for and obtain Floodplain Development Permit and all
necessary storm water data that may be required for contractor site
development or building permit application.
• Final plans shall be consistent with previous sections and shall include:
Right-of-way plans and documents, final construction plans, erosion control,
bid proposal and special specifications as required. An updated 90%
design OPCC for proposed capital improvements will be submitted.
• The ENGINEER will perform QA/QC and constructability review of final
plans.
D. Final 100% Desian Plans and Specifications - Upon acceptance of preliminary
plans by the CITY, the Engineer shall prepare and submit Final 100% design
plans and specifications.
• Prepare and submit 100% preliminary-final design documents for design
phase services Assessment to the CITY for review, incorporating previous
CITY review comments and input.
• An updated Final 100% OPCC will be prepared
• 100% preliminary-final design documents required, will be:
a. Mylar cover sheet (template to be supplied by CITY)
b. design/construction plans
c. final technical specifications (considered ready for bidding documents)
• Incorporate any remaining comments and input from CITY regarding the
100% preliminary-final submittal prior to ENGINEER's submittal of final
sealed and signed construction documents for bidding advertisement by
CITY.
• The ENGINEER will perform QA/QC and constructability review of final
plans.
E. Bid Phase —
• Upon the completion of final construction documents, ENGINEER shall
process to assist CITY in the selection of qualified contractor to complete the
project. ENGINEER's tasks are as follows:
• Attend pre-bid meeting in support of the CITY;
9/17/2025 Page 6
ATTACHMENT A to Agreement between
the City of Fort Worth, Texas ("CITY") and
Westwood Professional Services, Inc.,
("ENGINEER") for Consulting Services
• Prepare and submit written responses to bidder requests for information
(RFI's). Preparation of any addenda to the Contract Documents as may be
required during the bidding process;
• Evaluation and assessment of bids and prepare the bid tabs and signed bid
set design documents for all improvements to CITY for bidding
advertisement, incorporating previous CITY review comments and input.
These improvements shall include all of the elements from the previous task.
• Bidding design/construction documents shall include the following:
a. Sealed design/construction plans
b. Sealed page for final technical specifications
c. Detailed OPCC for all planned improvements
F. Construction Phase Assistance — The ENGINEER shall:
• Attend the pre-construction conference for the project.
• Review product submittals and shop drawings
• Consult with and advise the CITY on design and/or construction changes, if
necessary.
• Attend on-site construction coordination/status meetings as requested by
the CITY during the construction phase of the project. Anticipated to be one
(1) per month for a maximum of five (5). ENGINEER shall provide a written
report for each site visit.
• Participate in final walk-through, keep notes, and provide a punch list of
construction items requiring corrective action prior to the contractor's final
pay request and CITY's acceptance.
• Not provide resident representation on the construction site.
• Prepare as-built drawings of constructed capital improvements.
Included in this item:
• Determine and certify substantial completion. Sign and seal Construction
Completion Certification.
Not included in this item:
• Submission of plans, specifications or review fees to a Registered
Accessibility Specialist (RAS) to be reviewed in accordance with the Texas
Accessibility Standards (TAS).
G. Topographic Survev - ENGINEER will perform an on the ground survey of
approximately 3.0 acres of the Barksdale Park Dam and Barksdale Park under
the direct supervision of a Registered Professional Land Surveyor. The
ENGINEER will provide a Topographic Survey, which includes the area
encompassing the design work. The proposed topographic survey will include
all areas that are anticipated to be included in the construction document work.
The topographic survey will include the locations and elevations of the above-
ground features such as streets, trails and walks, fences, light poles, drainage
features, readily visible utility components, etc.
9/17/2025 Page 7
ATTACHMENT A to Agreement between
the City of Fort Worth, Texas ("CITY") and
Westwood Professional Services, Inc.,
("ENGINEER") for Consulting Services
Included in this item:
• Research the subject property and all adjoining properties and obtain copies
of plats, easements, and deeds. Prepare a working sketch to locate property
corners and establish existing boundary/right-of-way/easement lines.
• Location of permanent improvements on, and immediately adjacent to, the
site.
• Establish horizontal control for the project utilizing GPS RTK methodology.
Horizontal control will be referenced to the Texas State Plane Coordinate
System, NAD-82 (2011), North Central Zone (4202), and scaled to surface
using a surface adjustment factor of 1.00012.
•"Establish vertical control for the project employing differential level loops.
Vertical control will be based on GPS derived ellipsoid heights utilizing
Geoid18 and adjusted to NAVD 88 elevations. Approximately four (4)
benchmarks will be established along the project corridor.
• Approximately fifteen (15) control points will be established along the project
corridor.
• Spot elevations on a 50-foot grid.
• Contours on one-foot intervals.
• A list of trees within 50 feet of the construction area.
• Locations, common name and trunk diameter of trees over 6-inches in
caliper or the outline of heavily wooded areas.
• Location of visible utilities and appurtenances.
• Identification and call out of all existing utilities within project limits.
• Location and sizes of underground utilities based on available record
information.
• Engineer will graphically plot, if any, the Special Flood Hazard Area from
the Flood Insurance Rate Map (FIRM), published by Federal Emergency
Management Agency (FEMA), for this area.
• Graphical depiction of site boundaries adjacent to the survey area based
upon the current deed or plat. If the site is platted, we will graphically show
easements defined on the plat. This depiction is approximate and the work
does not include boundary research or review of found monumentation.
• Sheet format: 22x34 sheets at appropriate scale
• Submit survey in PDF and CAD format
Not included in this item:
• Trees less than 6-inches in diameter.
• Tree locations and identification in heavily wooded areas.
• Boundary surveying.
• Research or review of easements that may affect the subject tract.
• Subsurface utility engineering services.
• Location of irrigation control valves.
9/17/2025 Page 8
ATTACHMENT A to Agreement between
the City of Fort Worth, Texas ("CITY") and
Westwood Professional Services, Inc.,
("ENGINEER") for Consulting Services
H. Permittinq
• Preparation of Floodplain Development Permit (FDP)
Reimbursable Expenses
Included in this item are usual and customary expenses normally incurred during
this type of project. These could include travel expenses, courier delivery
charges, overnight delivery charges, copies of deeds, copies of existing plans
and/or maps, photocopies, printing and reproduction (either in-house or by
reproduction company). Application, review and filing fees are not included in
this item. A copy of our "Standard Billing Rates for In-House Reimbursable
Charges" is attached for your reference.
OPTIONAL SERVICES (IF NEEDED WITH WRITTEN APPROVAL FROM CITY AND
ENGINEER):
J. Geotechnical Services:
Through a qualified subcontractor, ENGINEER shall:
• Update the geotechnical analysis report performed during the study phase
of this project and obtain any additional geotechnical information needed
for design of proposed capital improvements.
• Provide recommendations regarding earthwork and construction
considerations for proposed capital improvements based on geotechnical
analyses.
K. Environmental Permittina Assistance:
Environmental permitting tasks will be performed with the intent of ineeting
regulatory agency requirements while minimizing permitting and mitigation
costs. ENGINEER shall:
• Perform cultural resources pedestrian survey, reporting and coordination
with the Texas Historical Commission (THC) for project site and adjacent
Barksdale Park site.
• Perform jurisdictional Waters of the United States delineation.
• Prepare US Army Corps of Engineers (USACE) Section 404 Nationwide
Permit application for (NWP) 43 — Stormwater Management Facilities, if
necessary, for proposed improvements.
• Coordinate with USACE for NWP verification, if necessary or as directed by
the CITY.
• Prepare a brief inemo-style report with exhibits summarizing our findings.
The memo report will document ESAs in or around the Project, as well as
the potential for presence of T&E species.
9/17/2025 Page 9
ATTACHMENT A to t�greement between
the City of Fort Worth, Texas ("CITY") and
Westwood Professional Services, Inc.,
("ENGINEER") for Consulting Services
COMPENSATION:
Basic Services
A. Project Management, Coordination & Data Collection
B. Preliminary 60% Design Plans
C. 90% Design Plans and Specifications
D. Final 100% Design Plans and Specifications
E. Bid Phase
F. Construction Phase Assistance
G. Topographic Survey
H. Permitting
I. Reimbursable Expenses
SUBTOTAL BASIC SERVICES:
$26,035.00
$50,000.00
$45,750.00
$40,530.00
$6,585 .00
$13,020.00
$14,000.00
$3, 520 .00
5 030 .00
$204,470.00
Special Services (optional, if required, directed by CITY)
J. Geotechnical Services $11,000.00
K. Environmental Permitting Assistance 33 000.00
SUBTOTAL OPTIONAL SERVICES: $44,000.00
GRAND TOTAL BASIC AND SPECIAL SERVICES: $248,470.00
Services not included in this contract:
• TDLR/TAS/RAS permitting or associafed fees
• Construction inspection services
• Public hearings or City Council/Commission meetings, above what is outlined in
scope
• FEMA CLOMR/LOMR permitting submittals or associated fees
• TCEQ application submittals or associafed fees
• Phase II Environmental Site Assessments or additiona/ environmental permitting
assistance beyond the scope of services in this contract
• Aquatic Resource Relocation P/an request to the Texas Parks & Wi/dlife
Department (TPWD)
END OF ATTACHMENT `A'
9/17/2025 Page 10
ATTACHMENT B
COMPENSATION
Design Services for
Barksdale Park Dam Rehabilitation Design
City Project No. 103992
Lump Sum Project
I. Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $248,470.00
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
Parks and Community Services Department monthly progress reports and
schedules in the format required by the City.
City of Fort Worth, Texas
Attachment B
Revised Date: 08/18/2025
Page 1 of 3
B-1
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility
Prime Consultant
Westwood Professional Dam Rehabilitation Design
Services, Inc. Engineering
Proposed Sub-Consultants
Yellow Rose Mapping, Topographic Field Survey
LLC.
Terracon Geotechnical Engineering
TOTAL
Fee Amount %
$223,470.00 90.0%
$14,000.00 5.6%
$11,000.00 4.4%
$248,470.00 100%
Pro'ect Number & Name Total Fee Sub Fee
CPN 103992 — Barksdale Dam $248,470.00 $25,000.00
Rehabilitation Desi n
City of Fort Worth, Texas
Attachment B
Revised Date: OS/18/2025
Page 2 of 3
�
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth, Texas
Attachment B
Revised Date: 08/18/2025
Page 3 of 3
B-3
0
0
c
n
v
�
v
N
�
�
�
E
,�^
V/
N
O
.�
2
N
e
d
c
�
N
m
t
0
m
u
'o
>
e
�
0
a
9
a
Q
m
m
�
N
m
Y
m
w
0
�
a.
c m
a .o
m '�
w y
� m
m 'o
nL
E a
o e
u L
�q !.
m ;
V �
O m
> 9
c ,�
� c
o ;a,
T �
e �
L e
3 U
N Iq
N Iq
� . �
Q = Q
� d �r
'�p L1 d .. •£
WOFIL Q'
�
N
L
�
�
v �
_ �
�0` �
/ �
_ �
� (�
V Y �(4
• � m �
�
�a
� �
. N � �
N � �O
O Oa
L L �
aa�
d
a
E
�
2
�
N
�
�
�
c
N
�'
2
d
�
c
0
y
N
O
a`
E
!0
Z
�+
C
a
�
0
�
m � � �
� � �
� � �
� � � � � �
��«E
0
���ui'~ti
«
H5a `° `° �
� � � � �
N N� N N y
d U Cl V
• Q Q T � � � O
7 7 l0 Q/ G1 %
rn rn a �n rn �
C
d
a
�
d
�
{Q
r+
o �
o d
q L
� Qi
N a
R
N
0
0
0
a
e
N
N
V
�O
>
C
N
t
H
N
lC
O
H
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Barksdale Park Dam Rehabilitation Design
City Project No. 103992
No change to the Standard Agreement
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of 1
FORT WORTH
ATTACHMENT u D�
PROJECT SCHEDULE
A. ENGINEER Project Schedule Development
ENGINEER shall prepare a project schedule for the services to be provided in fulfilling
the requirements of the Agreement and encompassing the Scope of Work defined in
Attachment A to the Agreement.
ENGINEER shall prepare and maintain project schedule throughout the life of the project
as defined in the Agreement in compliance with the City's Specification 00 31 15 entitled
Engineer Project Schedule.
ENGINEER's project schedule will follow the Critical Path Methodology (CPM) for
planned sequencing of the work activity and timing of the work.
B. Schedule � Tier° Selection
City has identified three "Tier" levels for project schedules as defined in City's
Specification 00 31 15, to align with the size and complexity of the project as a basis for
schedule development. City's Project Manager will determine the "Tier" level for the
ENGINEER's project schedule as part of the negotiation of the Agreement.
C. Project Baseline Schedule
ENGINEER will produce an initial project schedule and submit as a"baseline" for review
and acceptance by City's Project Manager as defined in City's Specification 00 31 15
which will be referred to as the Project Baseline Schedule. Updates to the baseline
schedule follow the requirements of City's Specification 00 31 15.
D. Project Progress Schedule
ENGINEER will provide to the City, monthly updates to their project schedule indicating
progress of the Work in compliance with the requirements of City's Specification 00 31
15 and said schedule will be referred to as the Project Progress Schedule.
E. Master Project Schedule
City will develop and maintain a master project schedule for the overall project.
ENGINEER's project baseline and progress schedule submittals will be an integral part
of the development and updating process of City's Master Project Schedule.
City of Fort Worth, Texas
Attachment D
Revision Date: 07.20.2018
Page 1 of 1
ATTACHMENT E to Agreement between
the City of Fort Worth, Texas ("CITY") and
Westwood Professional Services, Inc.,
("ENGINEER") for Consulting Services
EXHIBIT E— PROJECT LOCATION MAP
BARKSDALE PARK DAM REHABILITATION DESIGN
9/17/2025 Page 13
� �� � � . . A - + 1
� � '� ,� '11 . ` ', .
� ij � � * I� �' �, �
• • �. ;� . , -
- , ., ' � � - * �: " ! �
.,.�T� .� • ���� � • . • ( 1
� � � }� • � � 1 , ��. F � . � �,
♦ . � , _...� . r '`� , �
� ` � , r !r' �c f _
�,,� � i;. ��� �. � : • _
� y. , , ,
�.. �`"� �� u' - � �'y'�� ,",
,1 ` , . .� - � �
•. V v..� � ' _
` ��,.�.��r., ► � �j. ��- � • . � i � / ._ -�
'IN:AIIUI � � � R . � � . j . ,� .
� � , ;�,� .,�Z � �� _. �1 a , Y, rl_�J
�. � +'� "�,�„A � � M . . . o . - - � _ i - � �
; ";v!!+� * ^ . r ��� � ' � ��N'
� �1 ♦ . . �^,.�, � < � ���; ! �
.� ,�i� �~�,����.�,,':
� r„ �
,� ., ~ �
? '� � � � ? � � r��
r r � �
� � � .� � ��� . :. . �. a!�► ,� I� ,�1� ,.� -
-.� » Vr�,��"r' ' `1�;, ,rr�m, , � ,. .• � ��
' " � � � �0. � � , �' � °�, ' ,,•� .
��` � � 1' � f 9 � �•� { , ��`�"'CJ
�, i ;: , `,� .. �. , _ , �� ,} � - �
� ,,� ti -�,, � i � � � �
� I� ^ t ��,�. ����� ,. �, �"'
i Il 4 � r a' +!,' �+ � �?�
1 ,,
r � � � � � � � � '' �� ' w
�* : ' ! , � � + � � � . -�
� .IA -Y�e r ti '�r 1 „ r f � j�.�
+• �
, � . . . - ♦. � - � M. � ,4, � T � � i �
� `.� "V LM1�f141�1'l�il�ihl v _ � , �y � Y
ti. % aP
�! � � : �'' � ; � i ,
1�. , �� , y�, _ ` ..� . =�-h -.. � ' �{�._ . ,y T � -
�� � � '�` � �� ' � �I�x �� : �
, s ''�i, � �► �. •
� �� �- 1 � ��• ' o `F_�` � � � }
� � r+,t 1�'< 1 iR � . �. � e ' . .-��Iri t� ,�a,� . � � � ' w. � , C-�
� . . . �p - �--_ _ ` .� � ti '�' � �'�
�� ' .�"!' � '�Ba ksdale P.ark Dam � d" , � � �
- • . ��y� . ,
� �' �; . ,� � •.��,
� ,��, -,e � ��,� � ,�
. , ., � � � Q . � � i � �. � �� : �_ �.. .�
� �R �.+��:� , �� .� ' ♦ y . ♦
�a7 �.. � � �
, � CI ♦ � ` i • M N � -Vp�
, � '� i ' � � � �
ti �
. , � ,��� { �� �' a ♦ Y ,�" � � ♦ � �� /
� .: a �� ..� � � • �` .
1 + _ ' � � '`'� � � ' V ��
r . . p ' ♦ M l! � ; '� . .
- . .3. . �' � .
� t ,-" � . � � , 1 �,k .. �. , y'y
• `y . / � �
. _ `•� � � � - . � �. �'��
r� � '• �• �. _
!-'�; : � � �, 1 �
i' � � 1 � r �i � �� � ' �
.. - , �i� .
� - t / ✓ -
.,: �.+ , `� � -•r �-3 , � l'_ r I��! � 4` - +► . . ' � . . � .. ► , ��
�w�� { �� �� � 1
X� . � _ -. • �-. � 0 /y� -
� � y • " _ 1�'" '-�f�,` t ^ � � ,, � � � ��
�' � V�� �'�1 ��
.��i i, / �� � . .t�
a �: - �.� � ,' 1i .�� � .. ,'t! r � , C �
' � �. ,
�e �� { ` � � ., ,� `� y1 �
� ! - � . .
o � i _ x� i � _ . � �� � ♦ �� , f
!i . , � .. ,, ' �
� l , R. , �r . '�. •�,. � ! �
C N TY MAP N.T.S. N KEY TO FEATURES AttBCillll@Ilt E BaYI(SCIBI@ PBPI( Dalll
� A � ProjectArea Rehabilitation Design
0 125 250
T r Location Map
� Feet
� � 1 inch = 250 Feet Fort Worth, Tarrant County, Texas
� m Spatial Reference
z Name: NAD 1983 StatePlane
� Westwood
z Texas North Central FIPS 4202
Feet
May 27, 2025 Datum: North American 1983
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 liabilityorcommercial 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 Requiremerits 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 Requiremerits 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 consentto alternative coverage maintained through insurance
pools or risk retention groups. Dedicated financial resources orletters of credit
may also be acceptable to City.
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.
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.
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 Requiremerits Page 3 of 3
Rev. 5.04.21
Attachment Code: D583373 Certificate ID: 22412238
CNA CNA PARAMOUNT
BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -
WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE ENDORSEMENT
POLICY NO: 7011509284
EFFECTIVE DATE: 11I1I2024
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 oP' 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: 22412238
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.
VIII. 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)
Attachment Code: D583373 Certificate ID: 22412238
CNA PARAMOUNT
Amendment - Additional Insured Limit Provisions
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
It is understood and agreed as follows:
When the Named Insured agrees in a written contract to make another entity an Additional Insured, and to
carry particular limits of liability insurance, and
• The minimum limit of insurance the written contract requires the Named Insured to carry is lower than the
limit of insurance otherwise provided by this Policy; and
• The written contract does not specify a limit of liability for insurance that applies excess of this Policy,
then provisions in this Policy's Additional Insured endorsements that cap the limits available to such
Additional Insureds to no more than the amount specified by the written contract continue to apply. In all
other instances, however, such provisions in all Additional Insured endorsements attached to this policy do
not apply, and are hereby rendered null and void. In no event, however, will the limits of insurance available
under this Policy to an Additional Insured be higher than the limits available to the Named Insured.
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.
Page 1 of 1
Policy No: 7011509284
Form Number: CNA91567XX 03-18
Effective Date: 11 /1 /2024
Insured Name: PACHECO KOCH CONSULTING ENGINEERS, LLC
Copyright CNA All Rights Reserved.
Attachment Code: D583373 Certificate ID: 22412238
Business Auto Policy
roiicy tnqorsement
B. Transfer Of Rights Of Recovery Against Others To Us
The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To
Us:
We waive any right of recovery we may have, because of payments we make for injury or damage,
against any person or organization for whom or which you are required by written contract or
agreement to obtain this waiver from us.
This injury or damage must arise out of your activities under a contract with that person or
organization.
You must agree to that requirement prior to an accident or loss.
Form No: CNA63359XX (04-2012)
Policy No: 7011509298
EFF Date: 11/1/2024
Attachment Code: D583373 Certificate ID: 22412238
CNA PARAMOUNT
Architects, Engineers and Surveyors General Liability
Extension Endorsement
26. WAIVER OF SUBROGATION - BLANKET
Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to
add the following:
The Insurer waives any right of recovery the Insurer may have against any person or organization because of
payments the Insurer makes for injury or damage arising out of:
1. the Named Insured's ongoing operations; or
2. your work included in the products-completed operations hazard.
However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in
a written contract or written agreement, and only if such contract or agreement:
1. is in effect or becomes effective during the term of this Coverage Part; and
2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to
CNA74858XX (1-15) Policy No: 7011509284
Endorsement No 7
The Continental Insurance Co. Effective Date: 11/1/2024
Insured Name: PACHECO KOCH CONSULTING ENGINEERS, LLC
Copy CNA All rights Reserved. Includes copyrighted material of Insurance Services Office., Inc with its permission.
Attachment Code: D583373 Certificate ID: 22412238
POLICY NUMBER: 7011509298
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CONTRACTORS EXTENDED COVERAGE ENDORSEMENT
- BUSINESS AUTO PLUS -
CNA63359XX
(Ed. 04/12)
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
I. LIABILITY COVERAGE A. Who Is An Insured
The following is added to Section II, Paragraph A.1., Who Is An Insured:
1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of
inception of this Coverage Form; provided that,
b. The insurance afforded by this provision A.1. does not apply to any such entity that is an 'insured' under any
other liability'policy' providing'auto' coverage.
2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture,
and over which you maintain majority ownership interest.
The insurance afforded by this provision A.2.:
a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this
Coverage Form, or the next anniversary of its inception date, whichever is earlier.
b. Does not apply to:
(1) 'Bodily injury' or 'property damage' caused by an 'accident' that occurred before you acquired or
formed the organization; or
(2) Any such organization that is an 'insured' under any other liability "policy" providing "auto' coverage.
3. Any person or organization that you are required by a written contract to name as an additional insured is an 'insured"
but only with respect to their legal liability for acts or omissions of a person, who qualifies as an 'insured" under Section II —
Who Is An Insured and for whom Liability Coverage is afforded under this policy. If required by written contract, this
insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured.
CNA63359XX
(Ed. 04/12)
Attachment Code: D583373 Certificate ID: 22412238
Workers Compensation And Employers Liability Insurance
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule.
This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule.
Schedule
Any Person or Organization on whose behalf you are required to obtain this waiver of our right to recover
from under a written contract or agreement.
The premium charge for the endorsement is reflected in the Schedule of Operations.
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 Policy Effective Date of said policy at the hour stated in said policy, unless another
effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy
unless another expiration date is shown below.
Form No: WC 00 03 13 (04-1984)
Endorsement Effective Date: 11/1/2024
Policy No: 7011509303 (AOS)
Attachment Code: D583373 Certificate ID: 22412238
CNA
Workers Compensation And Employers Liability Insurance
This endorsement changes the policy to which it is attached.
It is agreed that Part One - Workers' Compensation Insurance G. Recovery From Others and Part Two -
Employers' Liability Insurance H. Recovery From Others are amended by adding the following:
We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that
you perform work under a written contract that requires you to obtain this agreement from us.)
PREMIUM CHARGE - Refer to the Schedule of Operations
The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California
exposure. The amount is 2%.
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 Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement
Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below.
Form No: G-19160-B (11-1997) Policy No: 7018431689 (CA)
Policy Effective Date:11/1/2024
Endorsement No: 2; Page: 1 of 1 Policy Page: 32 of 46 Underwriting Company: Continental Casualty
Company, 151 N Franklin St, Chicago, IL 60606
O Copyright CNA All Rights Reserved.
Signature:
Email: Jing.Yang@fortworthtexas.gov
Signature:
Email: joel.mcelhany@fortworthtexas.gov
Signature:
Email: allison.tidwell@fortworthtexas.gov
Signature: �/� �G .
� ,4 �'���/
Email: Jing.Yang@fortworthtexas.gov
Signature:
Email: joel.mcelhany@fortworthtexas.gov
Signature:
Email: allison.tidwell@fortworthtexas.gov
Signature: �a. �`�n"��
C.�
Email: joel.mcelhany@fortworthtexas.gov
Signature:
Email: allison.tidwell@fortworthtexas.gov
Signature: � uJ�,a�
Signature: K�r���� �B�
Email: katherine.cenicola@fortworthtexas.gov
Email: Elisa.Winterrowd@fortworthtexas.gov
City Secretary’s Office
Contract Routing & Transmittal Slip
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.
Contractor’s Name:
Subject of the Agreement:
M&C Approved by the Council? *Yes No
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes No
If so, provide the original contract number and the amendment number.
Is the Contract “Permanent”? *Yes No
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential?*Yes No If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: Expiration Date:
If different from the approval date. If applicable.
Is a 1295 Form required?* Yes No
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number:If applicable.
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes No
Contracts need to be routed for CSO processing in the following order:
(Approver)
Jannette S. Goodall (Signer)
Allison Tidwell (Form Filler)
Permanent Contracts
Advanced Funding Agreements
Architect Service
Community Facilities
Completion Agreement
Construction Agreement
Credit Agreement/ Impact Fees
Crossing Agreement
Design Procurement
Development Agreement
Drainage Improvements
Economic Development
Engineering Services
Escrow Agreement
Interlocal Agreements
Lake Worth Sale
Maintenance Agreement/Storm Water
Parks/Improvement
Parks/Other Amenities
Parks/Play Equipment
Project Development
Property/Purchase (Property owned by the City)
Property/Sales (Property owned by the City)
Property/Transfers (Property owned by the City)
Public Art
Sanitary Sewer Main Replacements
Sanitary Sewer Rehabilitations
Settlements (Employees Only)
Streets/Maintenance
Streets/Redevelopment
Streets/Repairs
Streets/Traffic Signals
Structural Demolition (City owned properties)
Utility Relocation
Water Reclamation Facility
Water/Emergency Repair
Water/Interceptor
Water/Main Repairs
Water/Main Replacement
Water/Sanitary Sewer Rehabilitation
Water/Sewer Service
Water/Storage Tank
FORTWORTH�
Routing and Transmittal Slip
Park & Recreation
Department
DOCUMENT TITLE:_professional Service A�reement
M&C:25-0907 CPN: 103992 CSO: DOC#:
Date:
To: Name Department Initials Date Out
1. Ahana Basnet Contract Compliance manager ,�q g
2. Brian O'Neill Consult Lead Manager �
3. Jing Yang Sr Capital Project Manager. y
4. Joel McElhany PARD Asst Director -,� E,—
5. Dave Lewis PARD Director
6. Doug Black Sr Asst City Attorney -�.--.-
7. Dana Burghdoff Asst City Manager �
8. Katherine Cenicola Asst City Secretary Kc
9. Jannette Goodall City Secretary �ene�ooda„
10. Allison Tidwell City Secretary Admin Asst �'
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES �No NEXT DAY: ❑YES ❑No
ROUTING TO CSO: �YES ❑No
Action Reguired:_
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs
Return to: Ahana.basnet�fortworth.com Ca11682-344-8082 with questions. Thank you!