HomeMy WebLinkAboutContract 64118City of Fort Worth, Texas Pharr Street Storm Drain
Standard Agreement for Engineering Related Design Services City Project Number 105550
Revised Date: August 18, 2025
Page 1 of 14
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: Pharr Street Storm Drain Project
No. 105550.
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 $298,270.00 as set
forth in Attachment B. Payment shall be considered full compensation for all labor
(including all benefits, overhead and markups), materials, supplies, and equipment
necessary to complete the Services.
Engineer shall provide monthly invoices to City. The Engineer shall provide the City
sufficient documentation, including but not limited to meeting the requirements set forth in
Attachment D to this AGREEMENT, to reasonably substantiate the invoices.
Payments for services rendered shall be made in accordance with the Texas
Prompt Payment Act (Texas Government Code Ch. 2251).
Acceptance by Engineer of said payment shall release City from all claims or
liabilities under this Agreement for anything related to, performed, or furnished in
connection with the Services for which payment is made, including any act or omission of
City in connection with such Services.
Article III
Term
Time is of the essence. Unless otherwise terminated pursuant to Article VI. D.
herein, this Agreement shall be for a term beginning upon the effective date, as described
below, and shall continue until the expiration of the funds or completion of the subject
matter contemplated herein pursuant to the schedule, whichever occurs first. Unless
specifically otherwise amended, the original term shall not exceed five years from the
original effective date.
City of Fort Worth, Texas Pharr Street Storm Drain
Standard Agreement for Engineering Related Design Services City Project Number 105550
Revised Date: August 18, 2025
Page 2 of 14
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.
(1) The ENGINEER and CITY shall agree upon the
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 Pharr Street Storm Drain
Standard Agreement for Engineering Related Design Services City Project Number 105550
Revised Date: August 18, 2025
Page 3 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 Pharr Street Storm Drain
Standard Agreement for Engineering Related Design Services City Project Number 105550
Revised Date: August 18, 2025
Page 4 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 Pharr Street Storm Drain
Standard Agreement for Engineering Related Design Services City Project Number 105550
Revised Date: August 18, 2025
Page 5 of 14
I. Record Drawings
Record drawings, if required, will be prepared, in part, on the basis of
information compiled and furnished by others, and may not always represent
the exact location, type of various components, or exact manner in which the
PROJECT was finally constructed. The ENGINEER is not responsible for any
errors or omissions in the information from others that is incorporated into the
record drawings.
J. 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 under this Agreement until it has
obtained all insurance required under Attachment F and City has approved
such insurance.
L. Independent Consultant
City of Fort Worth, Texas Pharr Street Storm Drain
Standard Agreement for Engineering Related Design Services City Project Number 105550
Revised Date: August 18, 2025
Page 6 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 Pharr Street Storm Drain
Standard Agreement for Engineering Related Design Services City Project Number 105550
Revised Date: August 18, 2025
Page 7 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 Pharr Street Storm Drain
Standard Agreement for Engineering Related Design Services City Project Number 105550
Revised Date: August 18, 2025
Page 8 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.
(2) The release required above shall not apply in the event the discharge,
release or escape of hazardous substances, contaminants, or asbestos is
hazardous substance, contaminant or asbestos onto the project.
G. Contractor Indemnification
The CITY agrees to include in all construction contracts the provisions of
Article IV.E. regarding the ENGINEER's Personnel at the construction site,
and provisions providing for contractor indemnification of the CITY and the
ENGINEER for contractor's negligence.
H. Contractor Claims and Third-Party Beneficiaries
(1) The CITY agrees to include the following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractors, subcontractors and equipment and materials
suppliers on the PROJECT, or their sureties, shall maintain
no direct action against the ENGINEER, its officers,
employees, and subcontractors, for any claim arising out of,
in connection with, or resulting from the engineering services
performed. Only the CITY will be the beneficiary of any
undertaking by the ENGINEER."
(2) This AGREEMENT gives no rights or benefits to anyone other than the CITY
and the ENGINEER and there are no third-party beneficiaries.
(3) The CITY will include in each agreement it enters into with any other entity or
person regarding the PROJECT a provision that such entity or person shall
have no third-party beneficiary rights under this Agreement.
(4) Nothing contained in this Section H. shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER.
I. Litigation Assistance
The Scope of Services does not include costs of the ENGINEER for required
or requested assistance to support, prepare, document, bring, defend, or
assist in litigation undertaken or defended by the CITY. In the event CITY
requests such services of the ENGINEER, this AGREEMENT shall be
amended or a separate agreement will be negotiated between the parties.
City of Fort Worth, Texas Pharr Street Storm Drain
Standard Agreement for Engineering Related Design Services City Project Number 105550
Revised Date: August 18, 2025
Page 9 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 Pharr Street Storm Drain
Standard Agreement for Engineering Related Design Services City Project Number 105550
Revised Date: August 18, 2025
Page 10 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
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
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 Pharr Street Storm Drain
Standard Agreement for Engineering Related Design Services City Project Number 105550
Revised Date: August 18, 2025
Page 11 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.
I. Severability and Survival
If any of the provisions contained in this AGREEMENT are held for any reason
to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality,
or unenforceability will not affect any other provision, and this AGREEMENT
shall be construed as if such invalid, illegal, or unenforceable provision had
never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I.
shall survive termination of this AGREEMENT for any cause.
J. Observe and Comply
ENGINEER shall at all times observe and comply with all federal and State
laws and regulations and with all City ordinances and regulations which in any
way affect this AGREEMENT and the work hereunder, and shall observe and
comply with all orders, laws ordinances and regulations which may exist or
may be enacted later by governing bodies having jurisdiction or authority for
such enactment. No plea of misunderstanding or ignorance thereof shall be
considered. ENGINEER agrees to defend, indemnify and hold harmless
CITY and all of its officers, agents and employees from and against all
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 or ENGINEER
insist upon appropriate performance or to assert any such right on any
future occasion.
L.Immigration Nationality Act
City of Fort Worth, Texas Pharr Street Storm Drain
Standard Agreement for Engineering Related Design Services City Project Number 105550
Revised Date: August 18, 2025
Page 12 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
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
shall have the meanings ascribed to those terms in Section 808.001 of the
Texas Government Code. By signing this contract, ENGINEER certifies
that 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.
City of Fort Worth, Texas Pharr Street Storm Drain
Standard Agreement for Engineering Related Design Services City Project Number 105550
Revised Date: August 18, 2025
Page 13 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 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
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 signature provides written verification to the
CITY that ENGINEER: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate against a firearm entity or
firearm trade association during the term of this Agreement.
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, which supersedes all prior written or oral understandings, and may only be
changed by a written amendment executed by both parties. This AGREEMENT may be
executed in one or more counterparts and each counterpart shall, for all purposes, be
deemed an original, but all such counterparts shall together constitute but one and the
same instrument.
The following attachments and schedules are hereby made a part of this AGREEMENT:
Attachment A - Scope of Services
Attachment B - Compensation
Attachment C - Amendments to Standard Agreement for Engineering Services
Attachment D - Project Schedule
Attachment E - Location Map
Attachment F Insurance Requirements
City of Fort Worth, Texas Pharr Street Storm Drain
Standard Agreement for Engineering Related Design Services City Project Number 105550
Revised Date: August 18, 2025
Page 14 of 14
effective on the date
.
BY:
CITY OF FORT WORTH
BY:
ENGINEER
Jesica McEachern
Assistant City Manager
Date:__________________
Westwood Professional Services, Inc.
Brian D. O Neill, PE, CFM
Vice President, Public Infrastructure
Date:____________________________
ATTEST:
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
By:
Lauren Prieur
Director, Transportation & Public Works
APPROVED AS TO FORM AND LEGALITY
By:
Douglas W Black
Sr. Assistant City Attorney
M&C No.:_______________________
M&C Date:______________________
Contract Compliance Manager:
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.
_______________________________
Berton F. Guidry, Jr., PE, CFM
Project Manager
City of Fort Worth, Texas Page 1 of 31
Attachment A
Revision Date. 05.23.2024
Page 1 of 31
Stormwater
Scope for Engineering Design Related Services for Storm Water Improvements
The scope set forth herein defines the work to be performed by the ENGINEER in
completing the project. Both the CITY and ENGINEER have attempted to clearly define the
work to be performed and address the needs of the Project.
is expanded to include any sub-consultant, including surveyor, employed or contracted by
the ENGINEER.
OBJECTIVE
The City has identified void risks under Pharr Street and Gilvin Street pavement due to
deficiencies in the stormwater pipe joints and trench backfill. The trench backfill has
infiltrated into the deficient pipe joints, causing material loss along the pipe and potential
voids under the pavement. The objective of this project is to remove the existing stormwater
pipes and replace them with the same-sized pipes and trench embedment meeting current
city design criteria. Due to the poor condition of the existing roadway pavement, the
pavement will be replaced at locations where the stormwater pipes are being replaced, and
aging water and sewer lines will also be replaced. The overall project objective is to mitigate
the risk of sinkholes due to potential voids under the pavement and to replace the aging and
deteriorated city infrastructure.
WORK TO BE PERFORMED
Task 1. Design Management
Task 2. Conceptual Design (30%)
Task 3. Preliminary Design (60%)
Task 4. Final Design (90% and 100%)
Task 5. Bid Phase Services
Task 6. Construction Phase Services
Task 7. ROW/Easement Services
Task 8. Survey and Subsurface Utility Engineering Services
Task 9. Permitting
Task 10. Quality Control/ Quality Assurance
City of Fort Worth, Texas Page 2 of 31
Attachment A
Revision Date. 05.23.2024
Page 2 of 31
TASK 1. DESIGN MANAGEMENT.
ENGINEER will manage the work outlined in this scope to ensure efficient and effective use
communicate effectively, coordinate internally and externally as needed, and proactively
on the work.
1.1. Managing the Team:
Lead, manage and direct design team activities
Ensure Quality Control / Quality Assurance (QC/QA) is practiced in performance
of the work. Refer to Task 10 for further details.
Communicate internally among team members
Task and allocate team resources
1.2. Communications and Reporting:
Attend a pre-design project kickoff/charter meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
Attend one (1) constructability review meeting with CITY representatives,
including Traffic Management, at the 60% submittal milestone
Conduct and document bi-weekly project update meetings with CITY Project
Manager
Conduct review meetings with the CITY at the end of each design phase
Conduct QC/QA reviews and document those activities. Refer to Task 10 for
further details
Prepare invoices, in accordance with Attachment B to this Standard Agreement
and submit monthly in the format requested by the CITY. Multi-month billing is
not allowed. Months in which no work is being invoiced shall require submission
of a $0.00 invoice. With the invoices, prepare and submit monthly Project Status
Reports in the format provided by the Transportation and Public Works
Department.
Prepare and submit baseline Project Schedule initially, and Project Schedule
updates with a schedule narrative monthly, as required in Attachment D to this
Standard Agreement
Engineer Project Schedule. This PROJECT requires a Tier 3 schedule as
Prepare and submit a preliminary Project Risk Register. Review Project Risk
Register periodically with CITY Project Manager and make recommendations to
mitigate, accept, or remove risks.
Complete Monthly M/WBE Report Form and Final Summary Payment Report
Form at the end of the project.
City of Fort Worth, Texas Page 3 of 31
Attachment A
Revision Date. 05.23.2024
Page 3 of 31
Coordinate with other agencies and entities as necessary to design the proposed
infrastructure and provide and obtain information needed to prepare the design.
With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements
are appropriately reflected in the designs. ENGINEER shall work with regulatory
authorities to obtain approval of the designs, and make changes necessary to
meet their requirements, as part of the design scope.
Personnel and Vehicle Identification: When conducting site visits to the project
location, the ENGINEER or any of its sub-consultants shall carry readily visible
information identifying the name of the company and the company
representative.
ASSUMPTIONS
One (1) pre-design project kickoff/chartering meeting
One (1) constructability review meeting during design
Sixteen (16) bi-weekly project update meetings during the design phase
At least three (2) plan review meetings
All submittals to the City shall be Quality checked prior to submission.
Project design phase is anticipated to take eight (8) months.
Project construction phase is anticipated to take eight (8) months.
Twelve (12) monthly updates of Project Status Reports, DVIN forms, Opinion of
Probable Construction Cost (OPCC), and project Schedule.
DELIVERABLES
A. Meeting summaries with action items
B. QC/QA documentation
C. Baseline design schedule
D. Preliminary Project Risk Register,
E. Monthly Schedule updates with schedule narrative describing any current or
anticipated schedule changes
F. Monthly Project Status Reports
G. OPCC updates with milestone submittals and when new cost figures are
available
H. Plan Submittal Checklists (See Task 10)
I. Monthly invoices
J. Monthly DVIN Report Form and Final Summary Payment Report Form
City of Fort Worth, Texas Page 4 of 31
Attachment A
Revision Date. 05.23.2024
Page 4 of 31
TASK 2. CONCEPTUAL DESIGN (30 PERCENT).
The Conceptual Design shall be submitted to CITY per the approved Project Schedule.
The purpose of the conceptual design is for the ENGINEER to identify, develop,
communicate through the defined deliverables, and recommend the design concept that
concept. ENGINEER will utilize concepts and criteria contained in the current CITY
Stormwater Criteria Manual for conceptual planning and design.
To expedite the project design schedule, the Conceptual Design shall not include submittal
of plans, specifications and estimates to the City. ENGINEER will communicate design
concepts by providing conceptual exhibits to the City Project Manager, as needed to
establish the design.
ENGINEER will develop the conceptual design of the infrastructure as follows.
2.1. Data Collection
In addition to data obtained from the CITY, ENGINEER will research and make
efforts to obtain pertinent information to aid in coordinating the proposed
improvements with any planned future improvements that may influence the
project. ENGINEER will also identify and seek to obtain data for existing
conditions that may impact the project, including utilities, agencies (TxDOT and
railroads), City Master Plans, and property ownership as available from the Tax
Assessor's office.
The ENGINEER will consu
Department, Water Department, and other CITY departments, public utilities,
private utilities, private utilities and government agencies to determine the
approximate location of the above and underground utilities and other facilities
(current and future) that have an impact or influence on the project.
The data collection efforts will also include conducting special coordination
meetings with affected property owners and businesses to develop sewer re-
routing plans where necessary.
2.2. Drainage Computations
Stormwater calculations will not be provided by ENGINEER. Storm improvements
are to replace existing system with same size and grade as existing conditions.
ENGINEER will delineate the watershed based on contour data and field
verification and document existing street, right-of-way and storm drain capacities
for the subject site. A drainage area map will be drawn at maximum 1" = 200'
scale from available 2-foot contour data with the contours labeled. Data source
and year will be provided by the CITY. Calculations regarding street and right-of-
way capacities and design discharges (5-year and 100-year frequencies) at
selected critical locations will be provided. Other frequencies as required by
criteria may be appropriate for outfalls and sensitive locations. Capacities of
existing storm drain will be calculated and shown. All calculations shall conform
to CITY criteria delineated in the current CITY Stormwater Criteria Manual. All
locations in the project area where 100-year runoff exceeds available storm drain
and right-of-way capacities shall be clearly identified. The ENGINEER's
City of Fort Worth, Texas Page 5 of 31
Attachment A
Revision Date. 05.23.2024
Page 5 of 31
responsibility includes recommendations for improvements to the existing system
as deemed reasonable and consistent with CITY standards.
2.3. Subsurface Utility Engineering
Provide Subsurface Utility Engineering (SUE) per Task 8.
2.4. Utility Clearance
ENGINEER will develop the design of CITY facilities to avoid or minimize
conflicts with existing utilities, and where known and possible consider potential
future utilities in designs. Where conflicts cannot be avoided, coordination of
Utility Conflicts will begin at the Conceptual Design phase.
In the case of a public utility conflict, the ENGINEER will design CITY facilities to
avoid or minimize conflicts with existing utilities, and where known and possible
consider potential future utilities in designs.
In the case of a private Utility Conflict, the ENGINEER will provide a PDF set of
plans with the utility conflicts highlighted and a Utility Conflicts Table of those
conflicts to be included in a Utility Clearance Letter for coordination. The
ENGINEER may need to coordinate directly with the private utility provider if that
The ENGINEER shall upload a PDF file of the CITY- approved conceptual plan
set to the designated project folder in the ument management system
(eBuilder) for forwarding to all utility companies which have facilities within the
limits of the project. The PDF file should be created directly from the CAD files.
2.5. Engineering Design Report
Stormwater calculations will not be provided by ENGINEER. Storm improvements
are to replace existing system with same size and grade as existing conditions.
To ensure adherence to project scope, that design approach is in line with project
objectives, and to obtain concurrence on development of the conceptual layout,
ENGINEER shall prepare and submit a design report in the format provided by the
CITY prior to developing conceptual plans. The CITY shall review and provide
feedback on the report prior to ENGINEER starting the conceptual design.
2.6. The Conceptual Design Package shall include the following:
To expedite the project design schedule, the Conceptual Design shall not include
submittal of plans, specifications and estimates to the City. ENGINEER will
communicate design concepts by providing conceptual exhibits to the City Project
Manager, as needed to establish the design.
City of Fort Worth, Texas Page 6 of 31
Attachment A
Revision Date. 05.23.2024
Page 6 of 31
Preliminary cover and index of sheets including project limits, area location map
and beginning and end station limits.
Quantity Summary page and each design sheet shall include a quantity take off
standard tabular format.
In accordance with the current Stormwater Criteria Manual, include
documentation that the proposed storm water project will not impact upstream
and downstream properties.
standard tabular format.
SUE Plan sheets sealed by a licensed professional engineer registered in the
State of Texas.
PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table
Horizontal alignment (excluding profiles) of proposed stormwater improvements,
including existing lot layout, streets, street right-of-way, proposed easements,
and existing utilities gathered during the SUE within the project limits.
Proposed phasing of water, sanitary sewer, street and drainage work
documented in both the project schedule and narrative form.
Existing typical sections of the roadway are to be constructed along with
proposed typical sections that outline the proposed improvements. Typical
sections shall include existing and proposed ROW, existing and proposed lane
widths and direction arrows, existing and proposed curbs, sidewalks, and
retaining walls.
Conceptual plan and profile sheets showing existing and proposed horizontal
roadway alignments, existing and proposed ROW, existing and proposed
sidewalks and driveways, proposed lane dimensions and lane arrows, existing
drainage structures, city owned and franchise utilities, and existing roadway
vertical alignments (profiles).
Documentation of key design decisions.
Estimates of probable construction cost.
ASSUMPTIONS
All stormwater calculations and design shall conform to the CITY's current
Stromwater Criteria Manual.
The SUE and SUE plan sheets shall be in accordance with CI/ASCE 38-02.
DWF files created from design CAD drawings will be uploaded to the designated
project folder in eBuilder
PDF files created from design CAD drawings will be uploaded to the designated
City of Fort Worth, Texas Page 7 of 31
Attachment A
Revision Date. 05.23.2024
Page 7 of 31
ENGINEER will not proceed with Preliminary Design activities without written
approval by the CITY of the Conceptual Design Package.
ENGINEER will not provide stormwater calculations. Storm improvements
are to replace the existing system with one of the same size and grade as the
existing conditions.
DELIVERABLES
A. Exhibits to illustrate design concepts as needed to discuss with the City and
establish agreement on concepts needed to proceed to Preliminary Design.
B. Conceptual Design Report
C. Conceptual Design Package
D. ROW and Easement needs (M&B)
E. Utility Conflict Plan PDF and Utility Conflict Table
City of Fort Worth, Texas Page 8 of 31
Attachment A
Revision Date. 05.23.2024
Page 8 of 31
TASK 3. PRELIMINARY DESIGN (60 PERCENT).
Preliminary plans and specifications shall be submitted to CITY per the approved Project
Schedule.
ENGINEER will develop the preliminary design of the infrastructure as follows.
3.1. The Preliminary Design Drawings and Specifications shall include the following:
Preliminary cover and index of sheets including project limits, area location map
and beginning and end station limits.
SUE Plan sheets sealed by a licensed professional engineer registered in the
State of Texas.
Utility Conflict Matrix
Quantity Summary sheet with quantity summaries for each design sheet and total
quantities.
Traffic Control Plan including all construction signage and pavement markings
which will be in accordance with the latest edition of the Texas Manual on Uniform
Traffic Control Devices.
A Project Control Sheet, showing all Control Points, used or set while gathering
data. Generally, on a scale of not less than 1:400. The following information shall
be indicated for each Control Point: Identified (existing City Monument #8901, PK
Nail,
and a referred bearing base. Z coordinate on City Datum only; descriptive location
(i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the
East end of radius at the Southeast corner of North Side Drive and North Main
Street).
Existing and proposed typical section sheets.
Project demolition, removal and adjustment plan sheets.
Roadway plan and profile sheets displaying existing curb profiles and projected
profiles where existing curbs are not present. Pavement is proposed to be
reconstructed to the same lines and grades as existing and redesign is not included
in this scope.
No less than two benchmarks per plan / profile sheet.
Bearings given on all proposed centerlines, or baselines.
Station equations relating utilities to paving, when appropriate.
Preliminary roadway details to include curbs, curb expansion joints, driveways,
sidewalks, pavement, streetlights, traffic signals and all applicable utility details.
Storm drain layout sheets showing location and size of all inlets, manholes, junction
boxes, culverts and piping to include storm drain profiles showing existing and
proposed flow lines, flows, lengths and slopes of pipe, top of ground profile over
pipe and connections to existing or proposed storm sewer systems.
City of Fort Worth, Texas Page 9 of 31
Attachment A
Revision Date. 05.23.2024
Page 9 of 31
The ENGINEER will prepare standard and special detail sheets that are not
already included in the C
details between various parts of the project, tunneling details, boring and jacking
details, waterline relocations, details unique to the construction of the project,
trenchless details, and special service lateral reconnections.
Prepare separate drawings for water and/or sanitary sewer mains including an
overall water and overall sanitary sewer layout sheet, plan and profile drawings,
and abandonment/demolition drawings.
Overall project water and/or sanitary sewer layout sheets. The water layout sheet
shall identify the proposed water main improvement/ existing water mains in the
vicinity and all water appurtenances along with pressure plane boundaries, water
tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall
identify the proposed sewer main improvements/existing sewer mains and all
sewer appurtenances in the vicinity.
Plan and profile sheets which show the following: proposed water and/or sanitary
sewer plan/profile and recommended pipe size, fire hydrants, water service lines
and meter boxes, gate valves, isolation valves, manholes, existing meter numbers
and sizes that are to be replaced, existing sample locations, existing fire line
locations, existing utilities and utility easements, and all pertinent information
needed to construct the project. Legal description (Lot Nos., Block Nos., and
Addition Names) along with property ownership shall be provided on the plan view.
The ENGINEER shall make provisions for reconnecting all identifiable water and/or
wastewater service lines which connect directly to any main being replaced,
including replacement of existing service lines within City right-of-way or utility
easement. When the existing alignment of a water and sanitary sewer main or
lateral is changed, provisions will be made in the final plans and/or specifications
by the ENGINEER to relocate all service lines which are connected to the existing
main and connect said service lines to the relocated main.
The following shall be applicable at all locations where it is necessary to relocate or
reroute the existing private sanitary sewer service line due to the abandonment or
realignment of the existing public sanitary sewer lateral or main: The CITY shall
furnish the ENGINEER with a sample format of how the sewer service line
reroute/relocation should be designed and submitted for construction. During
design survey, if a rod can be inserted through the cleanout to the bottom of the
service line, the ENGINEER will obtain the flow line elevation and design the
service line prior to advertising the project for bid. If the service flow line
information cannot be obtained during design survey, the ENGINEER shall delay
the design of the sewer service line until after a Quality Level A Subsurface Utility
Engineering (SUE investigation has been performed). The Level A SUE will be
performed; (1) by the ENGINEER if included in the fee proposal; or (2) by the CITY
prior to bidding if the CITY determines that it is needed for satisfactory completion
of the design; or (3) by the Contractor after the project has been bid, by means of a
bid item to that effect. In all options, the ENGINEER shall propose appropriate de-
hole locations in the project and collect flow line elevation and other applicable
information of the sewer service line. The ENGINEER shall use this information to
provide the design for the sanitary sewer service line to be rerouted or relocated.
City of Fort Worth, Texas Page 10 of 31
Attachment A
Revision Date. 05.23.2024
Page 10 of 31
Proposed phasing of water, sanitary sewer, street and drainage work documented
in both the project schedule and narrative.
Documentation of key design decisions.
Estimates of probable construction cost (OPCC). This estimate shall use
standard CITY or TxDOT bid items, as applicable.
Station equations relating utilities to paving, when appropriate.
3.2. Geotechnical Investigation/Pavement Design
Soil investigations, including field and laboratory tests, borings, related
engineering analysis and recommendations for determining soil conditions will be
made. In addition to the above investigations, borings and appropriate field and
laboratory analysis will be made at reasonable intervals along the project
bids and a Trench Safety Plan.
The ENGINEER shall prepare a detailed geotechnical engineering study and
pavement design in conformance with the City of Fort Worth Pavement Design
Standards Manual, 2015. The study shall include recommendations regarding
utility trenching and identify existing groundwater elevation at each boring.
3.3. Constructability Review
Prior or posterior to the 60 percent review meeting with the CITY, the ENGINEER
shall schedule and attend a project site visit with the CITY Project Manager and
Construction personnel to walk the project. The ENGINEER shall summarize the
writing.
Stormwater Department Review Meeting: Prior to the 60 percent review meeting
with the City, the ENGINEER shall schedule and attend a team review meeting
with the Stormwater Department via Teams. ENGINEER shall summarize
meeting discussion items and submit to the City in writing.
3.5. Community Meeting
After the preliminary plans have been reviewed and approved by the CITY, the
ENGINEER will prepare project exhibits, assist the project manager in preparing a
presentation of the most appropriate format (most usually in Power Point), and
attend one (1) community meeting to help explain the proposed project to residents.
The CITY shall select a suitable location, time, and date. The Engineer needs to
coordinate with project manager to format the mailing list of all affected
property owners.
3.6. Utility Clearance
tation and Public Works
Department, Water Department, and other CITY departments, public utilities,
private utilities, and government agencies to determine the approximate location
City of Fort Worth, Texas Page 11 of 31
Attachment A
Revision Date. 05.23.2024
Page 11 of 31
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.
Where conflicts cannot be avoided, coordination of Utility Conflicts will be
identified at the Conceptual phase and begin at the Preliminary Design phase.
In the case of a private Utility Conflict, the ENGINEER shall upload a set of plans
in PDF format with the utility conflicts highlighted and a Utility Conflicts Table of
those conflicts eBuilder). The PDF
file should be created directly from the CAD files. At each design milestone, the
City PM will issue a Utility Clearance Letter to be accompanied by said plans and
table to all utility companies which have facilities within the limits of the project for
coordination The ENGINEER may need to coordinate directly with the private
utility provider if that provider needs to undertake design to adj
location.
ENGINEER to obtain utility As-built plans and/or do field visits to confirm
relocation is complete and that the utility has been relocated in accordance with
the plans and the project needs, report any discrepancies found, and provide
documentation to support findings.
ENGINEER to upload all utility As-built plans management
system (eBuilder)
ASSUMPTIONS
Stormwater calculations will not be provided by ENGINEER. Storm
improvements are to replace existing system with same size and grade as
existing conditions.
Pavement is not being redesigned but will be reconstructed to the same lines and
grades. A proposed profile, intersection grading, jointing plan, or cross sections
are not included in this scope.
The SUE and SUE plan sheets shall be in accordance with CI/ASCE 38-02.
City shall obtain cores of existing pavement to determine existing pavement
sections.
Proposed pavement sections shall meet the minimum City criteria for Industrial
areas.
Two (2) sets of 11"x17" size plans will be delivered for the 60% design for review
coordination.
One (1) set of the Project Manual (Contract and Specifications) will be delivered
for the 60% design.
The following shall be uploaded to the designated project folder in
document management system (eBuilder):
Single PDF file created from design CAD drawings.
City of Fort Worth, Texas Page 12 of 31
Attachment A
Revision Date. 05.23.2024
Page 12 of 31
The Project Manual (Contract and Specifications)
All other submitted documents and checklists
Opinion of Construction Cost
shall supplement the technical specifications if needed.
One (1) Public Meeting is assumed.
ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans.
DELIVERABLES
A. Preliminary Design drawings and specifications including QC/QA documentation
B. Utility Conflict Coordination Package
C. Geotechnical Report
D. Opinion of probable construction cost (OPCC)
E. Community Meeting exhibits
F. Documentation of key decisions (Project Decision Log)
G. Risk Register Document
City of Fort Worth, Texas Page 13 of 31
Attachment A
Revision Date. 05.23.2024
Page 13 of 31
TASK 4.
A. FINAL DESIGN (90 PERCENT)
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as
follows:
Final draft construction plans (90%) and Project Manual shall be submitted to CITY per
the approved Project Schedule.
The ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a
Utility Conflicts Table of those conflicts to be included in the Utility Clearance Letter to be
issued by the City PM.
The ENGINEER shall submit an estimate or opinion of probable construction cost
(OPCC)
After the 90% plans have been reviewed and approved by the CITY, the ENGINEER will
update project exhibits, assist the project manager in preparing a presentation of the
most appropriate format (most usually in Power Point), and attend one (1) community
meeting to help explain the proposed project to residents. The CITY shall select a
suitable location, time and date. The Engineer needs to coordinate with the City's project
manager to format the mailing list of all affected property owners.
B. FINAL CONSTRUCTION DOCUMENTS (100 PERCENT).
Following a 90% construction plan review meeting with the CITY, the ENGINEER shall
submit Final Plans (100%) to the CITY per the approved Project Schedule. Each plan
sheet shall be stamped, dated, and signed by the ENGINEER registered in State of
Texas.
A Quantity Summary page will be included in both the 90% and 100% design plans.
Each design sheet of the plans shall also include a quantity take off table.
The ENGINEER shall submit an estimate of probable construction cost (OPCC)
ASSUMPTIONS
Two (2) sets of 11"x17" size drawings and one ( 1) set of the Project Manual will be
delivered for the 90% Design package.
A PDF created from design CAD drawings and CAD files for the 90% Design and will be
uploaded to the project folder in the City's document management system (eBuilder).
One ( 1) sets of 11"x17" size drawings and one ( 1) set of specifications will be delivered
for the 100% Design package.
A PDF created from design CAD drawings and CAD files for the 100% Design will be
uploaded to the project folder in City's document management system (eBuilder).
City Standard specification will be used for all standard bid items. Non-standard
specifications will be provided by the ENGINEER.DELIVERABLES
City of Fort Worth, Texas Page 14 of 31
Attachment A
Revision Date. 05.23.2024
Page 14 of 31
A. 90% construction plans and specifications including QC/QA documentation.
B. Utility relocation package.
C. Updated Exhibits for Community Meeting
D. 100% construction plans and Project Manual including QC/QA documentation.
E. Detailed estimates of probable construction costs including summaries of bid items and
standard bid items and format, as applicable
F. Cover sheet in PDF format for the signatures of authorized CITY officials.
G. Risk Register Document
H. Decision Log
City of Fort Worth, Texas Page 15 of 31
Attachment A
Revision Date. 05.23.2024
Page 15 of 31
TASK 5. BID PHASE SERVICES.
The CITY reserves the right to deliver the project by bidding it, issuing a work order out of an
existing a unit price contract or by alternative delivery. ENGINEER will support the
construction procurement phase of the project as follows.
5.1. Bid Support
The ENGINEER shall upload all plans and contract documents onto
document management system (eBuilder) for records.
Project Manual shall be uploaded in a single PDF file in eBuilder as well as
individual files as required to be included in
Bonfire.
Bid Proposal Document of the Contract documents shall be uploaded in a file
.
Unit Price Proposal documents are to be created utilizing
tool only and combined in a specified spreadsheet workbook, Bid Proposal
Worksheet Template, that will be populated and configured so that all pages
are complete and the Summary Worksheet(s) in the workbook detail and
automatically summarize the totals from the inserted Unit Price Proposal
document worksheets.
Plan Sets are to be uploaded to
(eBuilder) in two formats, PDF and CAD files. The PDF will consist of one file
of the entire plan set.
The ENGINEER will coordinate with the PM to respond to Vendor Discussions
(RFI) and issue Public Notices (addenda) when necessary, in Bonfire. The
ENGINEER will provide technical interpretation of the contract bid documents
and will prepare proposed responses to all bidder s questions and requests in the
form of addenda. The ENGINEER will coordinate with the City PM to upload all
approved addenda onto Bonfire and eBuilder.
Attend the pre-bid conference in support of the CITY.
Assist the CITY in determining the qualifications and acceptability of prospective
contractors, subcontractors, and suppliers.
When substitution prior to award of contracts is allowed in the contract
documents, the ENGINEER will advise the CITY as to the acceptability of
alternate materials and equipment proposed by bidders.
Review all materials received from bidders/proposers, assist the CITY in
evaluating them, and recommend the award of the contract. A copy of all
submitted materials will ults folder on the
tem (eBuilder).
Incorporate all addenda into the contract documents and issue conformed sets.
After the bid opening, ENGINEER will provide at least 5 full sets of plans, 5 half-
City of Fort Worth, Texas Page 16 of 31
Attachment A
Revision Date. 05.23.2024
Page 16 of 31
size sets and 2 copies of the conformed Project Manual set incorporating all
approved addenda.
ASSUMPTIONS
The project will be bid only once and awarded to one contractor.
Construction documents will only be made available on procurement
platform, Bonfire.
Construction documents will not be printed by the CITY and made available for
purchase by plan holders and/or given to plan viewing rooms.
All procurement materials will be uploaded to procurement platform,
Bonfire, and eBuilder.
DELIVERABLES
A. Addenda
B. Recommendation of award as required per project
C. Construction documents (conformed)
City of Fort Worth, Texas Page 17 of 31
Attachment A
Revision Date. 05.23.2024
Page 17 of 31
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
6.1. Construction Support
The ENGINEER shall attend the pre-construction conference.
After the pre-construction conference, the ENGINEER shall provide project
exhibits and attend one (1) public meeting to help explain the proposed project to
residents. The CITY shall select a suitable location or media and mail notices to
the nearby residents and other stakeholders.
The ENGINEER shall conduct periodic site visits as needed during the duration of
construction. The ENGINEER will prepare or collaborate with the CITY PM on a
Construction Progress Re
eBuilder).
The ENGINEER shall review shop drawings, samples and other submittals
submitted by the contractor for general conformance with the design concepts and
general compliance with the requirements of the contract for construction. Such
review shall not relieve the Contractor from its responsibility for performance in
accordance with the contract for construction, nor is such review a guarantee that
the work covered by the shop drawings, samples and submittals is free of errors,
inconsistencies or omissions. The ENGINEER shall log and track all shop
drawings, samples and other submittals in
system (eBuilder).
ENGINEER shall review material substitution requests, issue a recommendation
and incorporate approved substitutions into the Record Drawings.
As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, respond to Request for Information (RFI)
from the contractor, review change orders, and make recommendations as to the
acceptability of the work. The ENGINEER will meet with the Project Delivery
Team and Contractor on-site to review any field changes.
The ENGINEER shall
preparation of final punch list.
6.2 Record Drawings
The ENGINEER shall prepare record drawings from information provided by the
CITY depicting any changes made to the Final Drawings during construction.
Information provided by the CITY may include, but is not limited to the following:
o As-Built Survey provided by the contractor, which includes vertical and
horizontal coordinates of all water, sewer and storm drain assets, and in
accordance with the Construction (As-Built) Survey Specification.
ENGINEER shall verify accuracy of the data provided by contractor and
conformance with requirements.
o Red-Line Markups from the Contractor
o Red-Line Markups from City Inspector
City of Fort Worth, Texas Page 18 of 31
Attachment A
Revision Date. 05.23.2024
Page 18 of 31
o Approved Substitutions
The ENGINEER shall modify the Final Drawings electronically and shall place a
stamp on the plans indicating that they represent Record Drawings of the project
as constructed. The stamp shall be signed and dated by the ENGINEER and
shall be placed on each plan sheet, whether there are any revisions on the sheet
or not. Each sheet shall clearly indicate all changes which apply to that sheet by
clouding and numbering, or other suitable means.
The following disclaimer shall be included with the Record Drawing stamp:
These Record Drawings were prepared using information
provided by others and represent the as constructed
conditions to the extent that documented changes were
provided for recording. The ENGINEER assumes no liability
for undocumented changes and certifies only that the
documented changes are accurately depicted on these
drawings.
The ENGINEER shall submit a set of sealed Final Drawings, modified and
stamped as Record Drawings, in Adobe Acrobat PDF format (version 6.0 or
higher). The set must include the cover sheet bearing City official signatures.
The ENGINEER may keep copies of the information provided by the CITY for
their files, but all original red-lined drawings shall be returned to the CITY with
the digital files.
There shall be one (1) PDF file and one (1) CAD file for the TPW plan set and a
separate PDF and CAD file for the Water plan set, if required. Each PDF file
shall contain all associated sheets of the particular plan set. Singular PDF files
for each sheet of a plan set will not be accepted. PDF files shall conform to
naming conventions as follows:
I. TPW file name example - where - is the
assigned file number obtained from the CITY, designating the file is
of an original plan set, shall be the total number of sheets in this file.
Example: W-0053_org3.pdf and K-0320_org5.pdf
II. Water and Sewer file name example - where -
is the assigned file number obtained from the CITY,
designating the file is of an original plan set, shall be the total number of
sheets in this file.
Example: X-12755_org18.pdf
Both PDF files
document management system (eBuilder).
For information on the proper manner to submit Record Drawing files and to obtain
a file number for the project, the ENGINEER should coordinate with the City
project manager. File numbers will not be issued to a project unless the
appropriate project numbers and fund codes have been assigned and are in the
Department of Transportation and Public Works database.
City of Fort Worth, Texas Page 19 of 31
Attachment A
Revision Date. 05.23.2024
Page 19 of 31
ASSUMPTIONS
One (1) Pre-Construction Community Meeting is assumed.
Eight (8) site visits are assumed.
Ten (10) submittal reviews are assumed.
Eight (8) RFl's are assumed.
Two (2) Change Orders are assumed.
DELIVERABLES
A. Update Community meeting exhibits
C. Information
D. Review of Change Orders
E. Review of shop drawings
F. Record Drawings in electronic format
City of Fort Worth, Texas Page 20 of 31
Attachment A
Revision Date. 05.23.2024
Page 20 of 31
TASK 7. ROW/EASEMENT SERVICES.
ENGINEER will support and perform activities related to ROW and land as outlined below,
per scoping direction and gu
7.1. Right-of-Way Research
The ENGINEER shall determine rights-of-way and easement needs for
construction of the project. Required temporary and permanent easements will
be identified based on available information and recommendations will be made
for approval by the CITY.
7.2. Right-of-Way/Easement Preparation and Submittal.
The ENGINEER shall prepare documents to be used to obtain right-of-way and
permanent and/or temporary easements required to construct the improvements.
The ENGINEER shall prepare a ROW and Easement parcel reference map
showing and designating all land interests for project. The map shall be revised
as necessary throughout the land acquisition process.
The documentation shall be provided in conformance with the checklists and
templates available on the eBuilder)
Project Resources folder.
When required, ENGINEER shall provide a Schedule B Analysis in conformance
with Real Estate requirements.
7.3. Right-of-Way/Easement Acquisition Services.
The ENGINEER shall procure appraisal services by licensed appraisers for all land
interests in the project.
The ENGINEER shall issue offer letters to property owners and negotiate land right
costs.
All work shall be conducted in coordination with the City project manager, the
Property Management Department, and in conformance with the Texas Property
Code Chapter 21 Eminent Domain guidelines to allow the City to exercise eminent
domain should it be necessary.
Should the City decide to proceed with eminent domain, the ENGINEER will provide
all documentation to support the legal process, provide any additional support, and
may be required to be an
7.4. Temporary Right of Entry Preparation and Submittal
Prior to construction, the ENGINEER should coordinate with the City project
manager to identify all needed Temporary Right of Entries from landowners. It is
assumed that letters will only be required for land owners adjacent to
construction or who are directly affected by the project and no easement is
required to enter their property.
The documentation shall be provided in conformance with the checklists and
templates available on the eBuilder)
Project Resources folder.
City of Fort Worth, Texas Page 21 of 31
Attachment A
Revision Date. 05.23.2024
Page 21 of 31
ASSUMPTIONS
General requirements:
Contact name and mailing address for the landowner
Title policy for each permanent easement
Title search through a search company (i.e. Hollerbach or TDI) verifying
ownership for each TCE
Engagement and provision of an appraisal for each take from a Texas-
registered appraisal firm.
Signed and notarized easements with exhibits.
Copy of offer letter indicating agreed upon compensation
Entity research, including providing signing authority verification for a
corporate landowner
Contact log of communication with the landowner
Signed W 9 from landowner
Eminent Domain requirements:
Critical for an eminent domain proceeding is as follows and shall be the
responsibility of the acquisition agent:
Appraisal of the take less than 1 year old
Initial offer and final offer letters (IOL 30-day period, FOL 14-day period)
Proof of the provision of Texas Landowners Bill of Rights to the landowner in
both offer letters (City Fort Worth sends offer letters via registered mail)
Title work identifying any other entities on the property that need to be served
as part of eminent domain proceedings. (Schedule B analysis of Title
Commitment)
Contact log of all contact and negotiations with landowner and/or their
representative.
DELIVERABLES
A. XXX (X) Easement exhibits and meets and bounds provided on CITY forms.
B. ROW and Easement parcel map
C. XXX (X) Temporary Right of Entry cover letters
City of Fort Worth, Texas Page 22 of 31
Attachment A
Revision Date. 05.23.2024
Page 22 of 31
D. XXX (X) Temporary Right of Entry documents
E. If applicable, Eminent Domain support documents
City of Fort Worth, Texas Page 23 of 31
Attachment A
Revision Date. 05.23.2024
Page 23 of 31
TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
ENGINEER will provide survey support as follows.
8.1. Design Survey
ENGINEER will perform field surveys to collect horizontal and vertical elevations
and other information needed by ENGINEER in design and preparation of plans
for the project. Information gathered during the survey shall include topographic
data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations,
location of buried utilities, structures, trees (measure caliper, identify overall
canopy, and have qualified arborist identify species of trees), and other features
relevant to the final plan sheets. Existing drainage at intersections will be verified
by field surveys. Spot elevations will be shown on intersection layouts with cross
slope to fit intersecting grade lines.
Right-of-Way research includes review of property/right-of-way records based on
current internet-based Tarrant Appraisal District (TAD) information available at
the start of the project and tied to available on-ground property information (i.e.
iron rods, fences, stakes, etc.).
The minimum survey information to be provided on the plans shall include the
following:
A Project Control Sheet, showing ALL Control Points, used or set while
gathering data. Generally, on a scale of not less than 1:400:
The following information about each Control Point;
a. Identified (Existing. CITY Monumen
b. X, Y and Z Coordinates, in an identified coordinate system, and a
referred bearing base. Z coordinate on CITY Datum only.
c. Descriptive Location (Ex. Set in the centerline of the inlet in the South
curb line of North Side Drive at the East end of radius at the Southeast
corner of North Side Drive and North Main Street).
same coordinate system, as the Control.
No less than two horizontal bench marks, per line or location.
Bearings given on all proposed centerlines, or baselines.
Station equations relating utilities to paving, when appropriate.
8.2. Temporary Right of Entry Preparation and Submittal
The documentation shall be provided in conformance with the checklists and
templates available on the resources
folder.
8.3. Subsurface Utility Engineering
Provide Subsurface Utility Engineering (SUE) to Quality Level D, C, B, and A, as
described below. The SUE shall be performed in accordance with CI/ASCE 38-02.
City of Fort Worth, Texas Page 24 of 31
Attachment A
Revision Date. 05.23.2024
Page 24 of 31
Quality Level D
Conduct appropriate investigations (e.g., owner records, County/CITY records,
personal interviews, visual inspections, etc.), to help identify utility owners that
may have facilities within the project limits or that may be affected by the project.
drawings, permit records, field notes, geographic information system data, oral
histories, etc.) on the existence and approximate location of existing involved
utilities.
Review records for: evidence or indication of additional available records;
duplicate or conflicting information; need for clarification.
Develop SUE plan sheets and transfer information on all involved utilities to
appropriate design plan sheets, electronic files, and/or other documents as
required. Exercise professional judgment to resolve conflicting information. For
information depicted, indicate: utility type and ownership; date of depiction;
quality level(s); end points of any utility data; line status (e.g., active, abandoned,
out of service); line size and condition; number of jointly buried cables; and
encasement.
Quality Level C (includes tasks as described for Quality Level D)
Identify surface features, from project topographic data and from field
observations, that are surface appurtenances of subsurface utilities.
Include survey and correlation of aerial or ground-mounted utility facilities in
Quality Level C tasks.
Survey surface features of subsurface utility facilities or systems, if such features
have not already been surveyed by a professional surveyor. If previously
surveyed, check survey data for accuracy and completeness.
The survey shall also include (in addition to subsurface utility features visible at
the ground surface): determination of invert elevations of any manholes and
vaults; sketches showing interior dimensions and line connections of such
manholes and vaults; any surface markings denoting subsurface utilities,
furnished by utility owners for design purposes.
Exercise professional judgment to correlate data from different sources, and to
resolve conflicting information.
Update (or prepare) plan sheets, electronic files, and/or other documents to
reflect the integration of Quality Level D and Quality Level C information.
Recommend follow-up investigations (e.g., additional surveys, consultation with
utility owners, etc.) as may be needed to further resolve discrepancies.
Provide Quality Level C to identify overhead utilities on the project and provide
the overhead utility information on the SUE plan sheets.
City of Fort Worth, Texas Page 25 of 31
Attachment A
Revision Date. 05.23.2024
Page 25 of 31
Level B (includes tasks as described for Quality Level C)
Select and apply appropriate surface geophysical method(s) to search for and
detect subsurface utilities within the project limits, and/or to trace a particular
utility line or system.
Based on an interpretation of data, mark the indications of utilities on the ground
surface for subsequent survey. Utilize paint or other method acceptable for
marking of lines.
Unless otherwise directed, mark centerline of single-conduit lines, and outside
edges of multi-conduit systems.
Resolve differences between designated utilities and utility records and surveyed
appurtenances.
Recommend additional measures to resolve differences if they still exist.
Recommendations may include additional or different surface geophysical
methods, exploratory excavation, or upgrade to Quality Level A data.
As an alternative to the physical marking of lines, the ENGINEER may, with
er means of data collection, storage, retrieval, and
survey control.
Level A
Expose and locate utilities at specific locations where conflicts may occur.
Tie horizontal and vertical location of utility to survey control.
Provide utility size and configuration.
Provide paving thickness and type, where applicable.
Provide general soil type and site conditions and such other pertinent information
as is reasonably ascertainable from each test hole site.
ASSUMPTIONS
1. If Level A test holes are requested, they will be provided prior to construction, at
critical locations, to confirm franchise utility conflict has been in fact cleared.
2. Prior to design, to supplement the design survey
3. Prior to construction, at critical locations, to confirm franchise utility conflict has
been in fact cleared.
DELIVERABLES
A. Drawing of the project layout with dimensions and coordinate list.
B. SUE plan drawings sealed by a professional engineer registered in the State of
Texas.
City of Fort Worth, Texas Page 26 of 31
Attachment A
Revision Date. 05.23.2024
Page 26 of 31
TASK 9. PERMITTING.
ENGINEERS will provide permitting support for the CITY to obtain any and all agreements
and/or permits normally required for a project of this size and type, as follows:
9.1 Texas Department of Transportation (TxDOT) Permit
Meet, negotiate and coordinate to obtain approval of the agency issuing the
agreement and/or permits.
Completing all forms/applications necessary.
Submitting forms/applications for CITY and TxDOT review
Submitting revised forms for agency review
Responding to agency comments and requests
9.2. Railroad Permit
Meet, negotiate and coordinate to obtain approval of the agency issuing the
agreement and/or permits.
Completing all forms/applications necessary.
Submitting forms/applications for CITY review
Submitting revised forms for agency review
Responding to agency comments and requests
9.3 Texas Department of Licensing and Regulation (TDLR)
Identify and analyze the requirements of the Texas Architectural Barriers Act,
Chapter 68 Texas Administrative Code, and become familiar with the
governmental authorities having jurisdiction to approve the design of the Project.
ENGINEER is responsible for providing plans that are in compliance with TDLR
requirements.
Submit construction documents to the TDLR
Completing all TDLR forms/applications necessary
Obtain the Notice of Substantial Compliance from the TDLR
Request an inspection from TDLR or a TDLR locally approved Registered
Accessibility Specialist no later than 30 calendar days after construction
substantial completion. Advise the CITY in writing of the results of the inspection.
Responding to agency comments and requests
All costs associated with TDLR plan review and inspections are to be paid by the
ENGINEER during the course of the project.
City of Fort Worth, Texas Page 27 of 31
Attachment A
Revision Date. 05.23.2024
Page 27 of 31
9.4 Storm Water Pollution Prevention Plan
For projects that disturb an area greater than one (1) acre, the Contractor will be
responsible for preparing and submitting the Storm Water Pollution Prevention Plan
(SWPPP) with appropriate regulatory agencies. The Engineer will prepare the
Construction Plan according to the current CITY Stormwater Criteria Manual, which
the contractor will incorporate into the SWPPP.
9.5 Environmental Services [provide a detailed scope if US Army Corp of Engineers
Section 404 Nationwide Permit or individual permit is required]
Negotiating and coordinating to obtain approval of the agency issuing the
agreement and/or permits.
Completing all forms/applications necessary.
Submitting forms/applications for CITY review
Submitting revised forms for agency review
Responding to agency comments and requests
9.6 Floodplain Services
Meet, negotiate and coordinate to obtain approval of the agency issuing the
agreement and/or permits.
Completing all forms/applications necessary.
Submitting forms/applications for CITY review
Submitting revised forms for agency review
Responding to agency comments and requests
9.7 Tree Removal Permit
ENGINEER shall coordinate with the City Forester in the Park and Recreation
Department (PARD), submit and obtain approval of a Tree Removal Permit when
required.
Respond to department comments and requests for additional information.
ASSUMPTIONS
Permit preparation will begin after approval of the Conceptual Design.
Two (2) meetings are assumed with TxDOT for the permitting.
Any fees due to the railroad for reviews will be paid for by the City.
DELIVERABLES
A. Copies of Permit Applications
B. Copies of Approved Permits
City of Fort Worth, Texas Page 28 of 31
Attachment A
Revision Date. 05.23.2024
Page 28 of 31
TASK 10. QUALITY CONTROL / QUALITY ASSURANCE
ENGINEER to provide to the City a Quality Control/ Quality Assurance Plan (QC/QA Plan)
incorporated into the calculations, plans, specifications, and estimates.
ENGINEER is responsible for and shall coordinate all subconsultant activity to include
quality and consistency of plans.
If, at any time, during the course of reviewing a submittal of any item it becomes apparent to
the CITY that the submittal contains errors, omissions, and inconsistencies, the CITY may
cease its review and return the submittal to the ENGINEER immediately for appropriate
action. No additional time will be granted.
10.1. QC/QA of Survey and SUE Data
all procedures, field surveys, data, and products prior to delivery to the CITY. The
Assurance review of the survey and/or subsurface utility engineering (SUE) work
performed by other surveyors and SUE providers.
information provided has undergone a Quality Control/ Quality Assurance
process.
letter that the SUE information provided has undergone a Quality Control/ Quality
Assurance process.
10.2. QC/QA of Design Documentation
ENGINEER shall perform a QC/QA review of all documents being submitted for
review at all stages of the design including the 30%, 60%, and 90% and Final
Document design review submittals. QA should be performed by an individual
within the firm who is not on the design team.
ENGINEER is to acknowledge that each item on the Detailed Checklist has been
If a particular checklist item is not
If an entire checklist is
not applicable, this should be indicated by checking every item on the list as
submittal. The ENGINEER shall use the Detailed
Checklist provided by CITY.
A Comment Resolution Log must be used to document conflicting comments
between reviewers and to highlight comments made by the CITY that the
ENGINEER is not incorporating into the design documents along with the
associated explanation. The ENGINEER shall use the Comment Resolution Log
provided by CITY.
The documentation of a QC/QA review includes (1) a copy of the color-coded,
original marked- during the QA
checking process and/or review forms which sequentially list documents and
associated comments; and (2) a summary list of the findings of the QC effort.
City of Fort Worth, Texas Page 29 of 31
Attachment A
Revision Date. 05.23.2024
Page 29 of 31
Evidence of the QC/QA review will be required to accompany all submittals.
Documentation shall include, but is not limited to, the following items:
- PDF of the completed Detailed Checklists
If any of the above information is missing, is incomplete or if any comments are
not adequately addressed; the CITY may contact the ENGINEER and request
the missing information. If the ENGINEER does not respond to the request
within 24 hours, the CITY shall reject the submittal. No additional time will be
granted to the design schedule for a returned submittal. ENGINEER shall plan to
recover the lost time with future project milestones remaining unchanged.
If the ENGINEER has not adequately addressed the comments, the submittal
shall be rejected and returned to the ENGINEER immediately to address the
issues.
ASSUMPTIONS
All submittals to the City will be Quality checked prior to submission.
A PDF of the QC/QA documentation will be uploaded to the project folder in the
eBuilder).
DELIVERABLES
QC/QA documentation
a. Comment Resolution Log
b. Summary of the QC effort findings
City of Fort Worth, Texas Page 30 of 31
Attachment A
Revision Date. 05.23.2024
Page 30 of 31
TASK 10. PLAN SUBMITTAL CHECKLISTS
Engineer shall complete and submit Plan Submittal Checklists in accordance with the
following table:
PLAN SUBMITTAL CHECKLIST REQUIREMENTS
Type
Traffic
Signal
(Submit All
@ 30%)
Storm
Water
30%
Storm
Water
60%
Street
Lights
(Submit
All @
30%
Water
/Sewer
(Submit
All @
60%)
Traffic
Engineering
(Submit All
@ 60%)
Traffic
Control
30%
Traffic
Control
60%
Traffic
Control
90%
Required for all work in City
ROW
Street
X
X* X
X X
Storm Water
X
X X
Water / Sewer X
X X
*If included in street project
City of Fort Worth, Texas Page 31 of 31
Attachment A
Revision Date. 05.23.2024
Page 31 of 31
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existing Scope of Services CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
Negotiation of easements or property acquisition, unless included as part of Section 7.
Services related to disputes over pre-qualification, bid protests, bid rejection and re-
bidding of the contract for construction.
Administration of the construction contract and inspection services
Performance of materials testing or specialty testing services.
Services necessary due to the default of the Contractor.
Services related to damages caused by fire, flood, earthquake or other acts of God.
Services related to warranty claims, enforcement and inspection after final completion.
Services to support, prepare, document, bring, defend, or assist in litigation
undertaken or defended by the CITY.
Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
Level A and/or Level B SUE services.
ATTACHMENT B
COMPENSATION
Design Services for
Pharr Street Storm Drain
City Project No. 105550
Lump Sum Project for Design
Hourly for Construction Support Services
Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $258,270, plus a
maximum $40,000 for additional services, for a not-to-exceed amount of $298,270,
as summarized in Exhibit B-1 - Engineer Invoice and Section IV - Summary of Total
Project Fees. The total not-to-exceed amount 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
Transportation and Public Works Department and Water Department monthly
progress reports and schedules in the format required by the City.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 1 of 3
Pharr Street Storm Drain
City Project Number 105550
�
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility
Prime Consultant
Westwood Professional Project Management,
Services, Inc. Preliminary Design, Final
Design, Bid Phase, and
Construction Phase Services
Proposed MWBE Sub-Consultants
Yellow Rose Mapping Topographic survey and
LLC subsurface utility engineering
Hanna Surveying and Civil Engineering Services,
Engineering, LLC Sanitary Sewer Design
Non-MWBE Consultants
TOTAL
Fee Amount %
$ 238,617 80.00
$ 31,190 10.45
$ 28,463 9.54
$ 298,270 100%
Pro'ect Number & Name Total Fee MWBE Fee MWBE %
Pharr Street Storm Drain
$ 298,270 $ 59,653 20.00%
City MWBE Goal = 10.99%
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 2 of 3
Consultant Committed Goal = 14.00%
Pharr Street Storm Drain
City Project Number 105550
�
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: 12/9/2022
Page 3 of 3
Pharr Street Storm Drain
City Project Number 105550
�
L
�
�
�
�
N
C
.�
�
�
�
L
`�^
�.l VJ
,O �
i
c �'
N�
Qi L O
� � �
•� � O
� LL r
N
�
�
O �
u
.N � �
N V �O
O �O a
L V .�r
aa�
E
Z
U
.o
�
rn
c
'6
3
� U
O C
_ V�
U �
� d
U
N
C y
W
W `p�
a c
� _
N IL
w
L
O
W
V
O
>
C
7
O
T
9
9
Q
C
A
3
m
N
m
r
�
�
�
O
U
�.
�v
�9
>w
N �
i d
°' 'o
aa
E
O C
U L
N,
N 3
U �
� 9
C �
� �
T �
c �
d c
r
3�
d
c
d
U
)
N
N
O
�
0
a`
d
�
Z
c�
v
N
�
U
N
�
R
Z
T
�
�6
a
�
0
U
�C G!
'O C
Q O
_ � L
a
� � � X
aEiOF�i
E
�
a
�
0
�
c
L
N
C
O
�t # E
O
V 7 lL H
a°>aa,��v
� � � 0 0 O
N N C G! G! y
� V V U
C C � � � O
7 7 ITO N N�
v>v>av>v>5
O
0
�
N
m
N
�
d
Q
�
d
�
R
.r
o �
� �
N L
� d
� a
R
�
i
O
O
r
�
N
d
c�
�o
>
c
N
L
H
N
R
�
�
�
C O
� �
� �
O p
E �
`o d
� E
N 3
N Z
� �
� o
L a
a a
U
�
U
a
c7
LL
c
m
ar
c
�
.`
a
0
a
.'
d c
q T
� a
_ Q
� y
o �
� 3
a m
a q
a H
'o m
c t
a �
m
:= o
a �
� a �
o m y
U p
" q �
u �
a" °'
� a 'o
� E a`
9 y C
� t
o c d ��
D N .O 4
� u �
c w
'^ � -«
c L � �
� � � 3
c c
- a
6 � t C
Vl LL � U
C
.�
�
�
y o
��
•� N
� �
� ��"
N � 0 3
f.1 � N �
��Lu�O
N a � �
�
Ip � y ..
� � � � �
O
�p`
•y V �^ a ? w
G1 G> � h N R
p•paL ms
�
� �'`oo«�
d di�3LLi�a
�
a`
3
�
ui
�
l6
Z
T
C
16
Q
E
0
U
v
�
X
F
E r
« �
a r
O LL
3 v
3 �
� R i= n
C Z' N N
: m e e
c�o r' r'
o y � �
N
a
w
v ui
'O C
aL
_vQ
m � w x
w O � LL
n
H
C
a
'a
N
�
a
O
N
a
df # E
0
V � lL F
a i m ui ui ui
h c � � � �
i �
W W� W W d
- v u u �
c a �,�Z �Z 'o
3 � m m m >
mmamm�
� o
� U m
.� C �
R W y
E R
dm
�
c °�
m .'_'
� o
� >
U �
m -
U �
j O
C >
— y
ui a`
c «�
y c
U d
d N
a
�
� C
O d �
H c o
J � �
U a
c $
m
� C d °'-
a°�i 'o t0 "'
aa�^
C
� C
L �
C �
�a
Q
C
d �
Da
c �
E Z
Q
C
N C rn
7 m
N G �
Q Q �n
O
U
❑
N
�
r
R �
d
�C
�
N
's
�
N
lC
O
�
C
d
G
N
d
�
�
C
N
�
d
a
%a
N
�
�
��
00
E �
N �
�z'
�n -
aa
A
U
� o
E�
� �
�Z
� u
a a
U
�
U
a
Z
C!
�
r
m
a
c
rs
a
a`
L
O
.'
� c
'c 3
� �
d�
T -p
� �
O �
>
� R
a
a �
u
'o m
> .,
c �
,o "
ry '
0
a �
a
� c �
o m .o
U y �
a�
H �
a m "'
a °
c E a
a � c
�� � L
� y �v
O
•L � ) 9
« c �
c
= � p c
`a p� >. =
6 � C N
6 � v
t C
N IL � U
C
.�
�
� 3
y O u>
V �
�O �°
> � ��
C � y
N � c
d � o '°
�
V � N Y
�� t o m
� d � �
�
C N a d
p �pv =�o
•fA �% p � c.1 O
w •�a`~ int
�
Oi Oi�'OOL'7
aai,3LLc,a
�n
a`
�
�
N
�
lC
Z
T
C
lC
a
�
0
U
Y
�
x
F
o �
� �
ap =
5 -o
3 �
� Z � �
� m ry ry
'� � n n
; v m m
N
N
W
'6 N
'6 C
Q L
� W p.
i>
N 0 F LL
H
°c
a
a
w
3
�
�
.£
R'
a
ik .�. E
0
V 7 IL H
a >° d;3«';i
N C� 0 0 O
N w C W N y
.a.Q����
2 C T � � O
0 3 m a `m >
wmamw_=
C N �
C V
� m
R �0 �
E R�
dm
�
c °1
m !'
� o
3 �
U =
m —
u =
� o
c >
_ d
w a`
c �
u d
`m y
a
�
Y C
N
� p, O
J O Q
U
� Y
W
� C y �
W G � "
aa��
C
� C
� �
C �
�a
Q
C
d �
� s
c =N
� Z
Q
C
d c °
� � �
�
aa
0
.J
0
N
�
r
t0 �
a
��
_
�
C
N
N
a1
Y
�
�D (�?
�
a
IG
�
N
>
0
��
i-�
C
�
w
L
H
�
�
O
H
d Z
d �
L O
� �
�Y
L Q
� LL
� m
o �
W �
Q
O Y
d �
��
N �
U L
� �
d
N �
� �
� �
N .+
d a�
� L
fC �
3 �
E a
tn O O O O O O O O o O O N O�f1 � O O� O O O O� O� O tn O O U"1 O h O O �C1 O O O O O O
Y 00 (h (O tn a�' O O (O 1� � CJ fV O N I� M W O N CJ t0 O� I� ("1 � CJ O N �(O N N M W �T N O(O N(h
p f� V� 1� (O O (D (O V' M(O I� W O N W(D N Q� � I� (O M f� �� Qi C'1 0] �(O t") N a 7 �- 1� m(O I� C'J
�- N N � � N � O m� W N�� Q� (") M N� M (O O N(O � V ("1 �� N ��� � N
� � e»» »u� in i» �u> �ss ini» u> � en F» e��in» � sru3 eru3 u3 si �En » E»
�
�
Y
N
m
r
y N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
N O V3 EA EA ER fA H3 E9 E9 t9 E9 EA O O EA fA fA �(A 69 64 ER EA EA EA ER tH O O EA 69 69 T fH ER EA O EA O EA E9 EA
� M O O C'I ('') �") C'1
d � N N IA EA fA f9 EA
�' N tA EA
x a
W V
io
0
�
� o o � o 0 0 o rn o 0
� M(") O O M (") M M
�V dT V3 N N fA Hi N1 Vi f9
� fA ER
D
O
c
m
�
� � w w � �
m
�
m �
c ~
a
x
W m �» �» � w � �
c �
10 c
� o
c Z
0 0 0 0 0 0 0
U tR f9 fA M !A fH
a w
� m
� �
�
O O O O O O O O O O O O N O�� O O� O O O O�[1 O� O N O O LL'i O N O O � O O O O O O
O W M(O ��� O O(O 1� �(`') N EA N I� M OJ O W M(O QJ I� M�-- M O N � �(O M N M O� V N O(O N M
d 7 d' m I� (O O (O (O d' M CO I� 00 N OJ (O N m�fJ I� CO ("1 I� �� t0 O� .- (O � N 7 V' W I� (D (O I� (")
N fA � EA 69 ER EA EA ' ' EA EA fA EA
J Q fV N N O O� <O m M M N M (O O N(O a V' M c- N
� V3 U3 fA V3 EA Efi � H3 � EA U3 Ui � U) EA EA � EA V3 N� V3 ER Vi fR tA EA � EA EA V3
m U
O
H
tp � � m m m o 0 o w c�
� � � �
tCJ -
O ;°
T N
O •�
Z a
� a
� � O O � � W W M M N �' � �N N N N tV
�O �
a U �
w O M M W(O N tV '- a M O O N O V' oJ t0 �� � N O � (O
U �[i M M N N d M C
` � �
, W
a
_
Q O I� (+J V' t") N � CO OJ O a N� O N O� O OJ W N N fr a'- N 00 � � ��' t0
a O 1� N N M
J N � �
,� C
O '-
a` �
w
O a (O (O N CO N '7 d' N T W � t0 �(O � ��(1 � �[1 (O N � N b V' .- C'C � N V�-
� � N O O O
V � �
N �
O C
a` �
O h N N O M N � o 0
T
U � �
d U
O �
a`o
v
m
� L -O ^ N
C � � C
3 N C � N o O � �
� r � � C O O� � U
� � � � 0' N � (9 � � U N
C ��� N d' a' U U 'p a „ (Cp � � � C
� �� N� y W �« � N ry O �� o y U U
Of o U �
'� m � O m a� � � o L o 3 E 2 � rn°' �� d C
N C �' f0 a N p m M X f0 N �. �i Ul C 'C N N � p f/7 O OI
� C Ul -O C Q� w O� � N � OI '_' O (V OI "' O U N�` Ul
� v E� c`o �- n. � �.o o c : a� N> � o m o m o �
� f0 T T C J C O� ��p � � J E U N J E U D � a� � 3
� Gl QI � C O�.�y' L L �� C y'� N a��� N d C y o N C N �� E d n C� N>
I- E U. E c � � o m w � a �= o� � � W a � w � a cn � o> v
~ C N� � C O t] O O � O'y � � � O O KJ � C- G� O'N C C� N 'N � O C U���.
m��. m o� d�� �� m u'� m o n, � � � o�. c u o °� o o .� o 'C _o � c � o� �
o� cn o� m m a� � �. • �. m -o o in m
r'L �- ul >. `J `1 « N N tp � N Z�� t0 ' N O N� O y O d V' d d �
�(� �C N C � C � C� L J(n d U U � � U y(0 N Q 0 U d Q U U
u m E C7 E o �.m o. L n�o a+ U � �� �`� `9 u m a� a 2 2� U � �� � �;,��-�, � �' L n' m� a� ` 2 ac �c m E
41 (9 N a N Q� N V N� (.1 � N -_ N N N U C E N N� �� N f/1 � U N N a UJ �=A � N N N�� � j
a m � O' o d� � d cn d � o m° ��' o a�i ° T m � o o n =�� o � � a c � o �O o`� Q" o o Q Q d u7
a� c� c�oa a�c�c�n rarnc�c�a�t-ac� LLLL(nLL ac� mm c�c�
p � N � N CJ ��Cl t0 � N(") a� CO I� � N CJ �- N M�
Z N N N N N N �� �'- �- � � � �� � ��" �
Y � N � � N .- (") (`� (") M M(") �"1 N(") ��(O 1� � N M a � N�� �(D (O (O (O
� O�- O N N O M C'1 (") CJ ("J (") C'J O � a � a O� O(O
N
H N M V � �O
C O
� �
� O
`o m
� �
.. E
N J
� Z
(n U
� v
� O
L a
a T
U
N
� N
N
aO
�
V7 O
r �
� d
N W �
0
~ > m
L � N
� J �
0
3 m �
m
O N U
LL E O
OG
U
U Q d
d
d
L
N
�
R
L
'Q^
V!
�
0
w
0
�
>
d
J
0
r-
N �
U �
� �
N
� �
� y
� �
�UI �M+
d d
o `
L �+
w�
� L
c3 R
C �
La
O
�
�
O O O O O O O O O O O
N W CJ O � O� M C'1 M O M
� O N lIi 1� O f� N N t") O th
~ 6N9 �� � � s�9 �M � M(�V N
a � � �
� � �
�
Y
N
H
d O O O O O O O O h O
C ER fR fA n O r f9 ER � fA
a" � � � °°
W o �ss u3 en
U
A
O
H
� o o v� O
o � rn m
_ o
U M
3 �
L
O
a
v
�
w w w �»
m
>
m '�
N F-
C
m
x W � � � w
W m
C �
� C
j O
C Z
U U1 O �[J � N �M
? W� t� O I� 1�
N �� � � N
� tA V3 Vi
O O O O O O O O N O�
O W M O tH E9 69 M(+1 W O W
a O N �(1 tV N [t' O V
= N fA � ffl � 6N9 � N t`�'I
O
mU y��yj
0
O �
tn � � o o m
� > rn
O �
T N
O �
Z 9
� a
a� � N o 0 0
•O � N N N
Q � N
a` a
U
y O m O a0 0� c-
U � N
N � �
� w
0
t
� � N N O � V N
J N C �
Q ._
a` �
w
O O � N
M aj
u °' � m
v �
'o c
a`�
0 0 o m
�
U � �
d �
o a
a` o
°' a �
� � 3 0
(n N H
� a�
O` v, E �
� J J �
OI L
G C U � N
O cv c f0 Q
a U a F �
w ° � � Z
0 E o� N u�
Y O �
y o rn W N
F�- ~ � � aTi � �
� � � C Z � a
N 3�0 „�o �5 Q
� � a c U � F
a�i a�i �� 2�� � � p �?
��i�
� u'�o� a� r°-
a ��
�
Z � � �,
Y (D (O N � N �
N (O O W W O m
N
�-- 00 �
Lf�
N
O
N
M
N
O
a
`
`��
�a
/
C O
� �
� �
� O
E �-
o �
� �
N 7
N Z
(n U
� �
� O
L a
a T
U
N
� N
�
d N
�
� o
O �
� N
N W �
�
F N N
r � m
o �
�m
�
o��
� E O
O G
U
•-� '�' �
U Q d
PrincipalProject ManagerProject EngineerEIT CADD AdministrativeRate$290$230$200$150$125$85MWBENon-MWBE1.0Project Management8150000$5,770$0$0$0$387$387$6,1571.1Managing the Team1.1.1QA/QC8$2,320$387$387$2,7071.2Communications and Reporting1.2.1Pre-Design Coordination Meeting2$460$0$4601.2.2Design Submittal Review Meetings4$920$0$9201.2.3Prepare Baseline Schedule1$230$0$2301.2.4Prepare Monthly Progress Reports with Schedule4 $920 $0$9201.2.5Prepare Monthly MBE/SBE Reports4$9202.0Conceptual Design (30-Percent)01615350$8,055$0$0$0$0$0$8,0552.1Data Collection255$1,775$0$1,7752.2Exhibits and Summary141030$6,280$0$6,2803.0Preliminary Design (60 Percent)019.54258950$33,460$18,033$0$0$250$18,283$51,7433.1Preliminary Design Drawings$0$0$03.1.1Cover sheet1$125$0$1253.1.2General Notes11$275$0$2753.1.3Water and Sewer Key Maps2812$3,160$0$3,1603.1.5Water Plan Sheets381521$7,165$0$7,1653.1.6Sewer Plan & Profile Sheets$0$18,033$18,033$18,0333.1.9Construction Details120$2,730$0$2,7303.2Constructability Review$0$0$03.2Public Meeting12$630$250$250$8803.3Utility Clearance2.54$1,375$0$1,3753.4Traffic Control Plan1203040$13,730$0$13,7303.5Specifications86$3,040$0$3,0403.6Construction Estimate124$1,230$0$1,2304.0Final Design051314210$8,475$10,430$0$0$250$10,680$19,1554.1Final Draft (90%) Construction Plans and Specifications2 6 6 15 $4,435 $6,825 $250 $7,075$11,5104.2Final (100%) Plans and Specifications1346$2,180$3,605$3,605$5,7854.3Construction Estimates (90% and 100%)244$1,860$0$1,860Task No.Task DescriptionLabor (hours)Total Labor CostExpenseSubconsultantTravelReproductionTotal Expense CostTask Sub TotalEXHIBIT B-2Level of Effort SpreadsheetTASK/HOUR BREAKDOWNWater Department Design Services forPharr Street Storm DrainCity Project No. 105550City of Fort Worth, TexasAttachment B - Level of Effort SupplementTypical Water and Sewer ReplacementFWWTR Official Release Date: 8.09.2012Pharr Street Storm DrainCity Project Number 1055501 of 2
5.0Bid Phase0570121$4,135$0$0$0$90$90$4,2255.1Bid Support5.1.1Issue Addenda4412$3,220$90$90$3,3105.1.2Attend Pre-bid Conference11$430$0$4305.1.3Issue Conformed Contract Documents21$485$0$4856.0Construction Phase Services010100300$8,050$0$0$0$150$150$8,2006.1Construction Support44$1,7206.1.1Attend Preconstruction Conference1$230$150$150$3806.1.2Attend Public Meeting11$430$0$4306.1.3Site Visits44$1,7206.1.4Final Walk Through and Punch List1$2006.2Record Drawings/As Built30$3,750$0$3,7508.0Survey and SUE000000$0$15,440$0$0$0$15,440$15,4408.1Design Survey0$0$10,690$10,690$10,6908.2Level C/D SUE$0$4,750$4,750$4,7509.0Permitting0010000$2,000$0$0$0$0$0$2,0009.1Railroad10$2,000$0$2,000855.588871931$69,945$43,903$0$0$1,127$45,030$114,975.00$20,000$0$0$0$0$0$20,000.00$89,945$134,975.001,75052%1,62048%4333,370100%$89,945$45,030MBE/SBE Subconsultant$43,903Non-MBE/SBE Subconsultant$010%Sub Markup$4,390MBE/SBE Participation31.50%Total Project Cost$139,365.007274331,159$138,485$89,945$228,430$18,845$45,030$63,875MBE/SBE Subconsultant$15,750MBE/SBE Subconsultant$43,903MBE/SBE Subconsultant$59,653Non-MBE/SBE Subconsultant$0Non-MBE/SBE Subconsultant$0Non-MBE/SBE Subconsultant$010% Sub Markup$1,57510% Sub Markup$4,39010% Sub Markup$5,965MBE/SBE Participation9.91%MBE/SBE Participation31.50%MBE/SBE Participation20.00%Total Project Cost$158,905.00Total Project Cost$139,365.00Total Project Cost$298,270.00Total ExpenseStormwater Sub-TotalTotal LaborTotal ExpenseWater Sub-TotalTotal LaborTotal ExpenseTotal HoursTotal Project SummaryTotal LaborTotal HoursTotal HoursWater Fee (52% of C) Sewer Fee (48% of C)$72,470.00 $66,895.00Total Expense(A) Total Fee $139,365Sub-Total (Lump Sum)Water Line FootageProject SummarySewer Line FootageTotal HoursTotal LaborSub-Total (Additional Services As Directed By City)TotalCity of Fort Worth, TexasAttachment B - Level of Effort SupplementTypical Water and Sewer ReplacementFWWTR Official Release Date: 8.09.2012Pharr Street Storm DrainCity Project Number 1055502 of 2
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Pharr Street Storm Drain
City Project No. 105550
None
City of Fort Worth,
Attachment C
PMO Release Date
Page 1 of 1
Texas
05.19.2010
Pharr Street Storm Drain
City Project Number 105550
FORTWORTH
ATTACHMENT "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 Pharr Street Storm Drain
Attachment D City Project Number 105550
Revision Date: 07.20.2018
Page 1 of 1
�
a
O
�
�
a
� o
'ra ui
��
� O
O p
� �
N N
a--� �
N i
i �
� �
� V
�
�
�
�
H
i�
�
� � o
Y o
o � � �
I LL � 4) �
s � O A � �
� O �_ V �_
r � � 3 N u��
O � � 2� C\i
LL � � � -��
� �
O � +,�'+ +.�'+
3 +' V V _'
+,, lJ� _�___�
� �
d �
� �
� � -��
� �
o �
o �
3 r
� Vr�
r�
�
t
.�
LL
C
O
.�
�
7
�
�
�
� �n �n �n �n
� � � �fl �fl �fl N N N N
O N N � � N Ul Ul N N � � � �
� � � � N N � N N � � O I� O O
\ \ � \ \ Ol Ql N N r-I r-I
� \ N r-I \ \ \ \ \ \ \ O O .-\-� .-\-�
� � � � � � � rn rn rn rn � � � �
o � 3 3 0 0 0 0 0 0 0 0 0 0 0
� �i H H � � � � � � � � � � �
� � � N
� u) u) N ul N N \
i1'1 i1'1 �y �fl N N �fl \ N � � O
N �fl �fl N N � N \ \ N Q1 � � � r-I
� \ \ O M � i1 N N N \ �M � � .-\-I
� � � M r-I 00 \ \ \ \ Q1 \ O O �
� � � � L\f'1 l\p C � � � Ol � Ol c-I c-I �
O � � � � O � � � O
�L L L L L C L L L L C L L L C
LL �= �= �= �= C r r r r C r r r C
�
� h h h h h h h
� � � � � � � � � � � � � � �
"C �. (6 (6 (6 �. (6 �. �. (6 �. (6 �. (6 �.
^ fB � � � fB � fB fB � fB � fB � fB
1!1 � O O I� � u1 � � O � u1 � O �
r-I O � r-I M O r-I �11 �11 N O r-I �11 r-I O
W
N o 0
b�A � �
l0 Ol
d 3 qA o � ?) N
.� Z 'C � � � � � � �
i >' a1 OC � � OC � o 0
� � > � dA i o OC v o i o v � p
� 7 � v� � p � aJ p � � aJ � O
I 0 p N `� 0 � l0 � � � � Ol � � `�
{% � � Y i U 2� � � � U �2 � � c6
*' a � crs O a� �' a1 � O � a1 �
GJ O � Y � �, •� U ' j � �, ' j d ii
a� i � +' 4J i � � +� v � � +�
� �j v O � � � � � � � � � � N �
� L a--' Q tn v � � C � � � � � � �
Z � L 0 O � i � +' O O � � +' O � �
� s z I— � d cn U U l0 i..� c/ i U Ol i..� c/�
� a
� N m � �n �D I� oo rn � � � � � �
0
0 �
a,
�
�, ° v
� v .� �
� o
� � v N � a
� � � ` �
� � � � �
� �
°},' °' � :.� :.� o �o
; ; o v v a �
� �
— � �
a
�
0
� � �
� T � �
�
N � � ln ln =' C
o �
� � '+J > > ° t
v c � c c � �+
@ @ � @ @ � �
� � � � � N i..L
_ ♦ o
N
� �
� O
� � v
�
� � N H �
O � v v
� � V > >
Y *' a� � � v v
�O ro ro
H v�i � �n a c c
�r'i
N
\
�
�
m
�
�
�
v
�
�
� o
. u,
� �,
o �
��
i i
� �
� �
N �
v �
� Z
L
�
V1 V
� v
i •�
� �
i �
a
�
U
v
�
�
d
2501250
KEY TO FEATURES
DATUM
NAD 1983 TEXAS STATE PLANE
NORTH CENTRAL ZONE
4060 BRYANT IRVIN ROAD
FORT WORTH, TX 76109
T:817.412.7155
SCALE IN FEET
ATTACHMENT E
PROJECT LOCATION MAP
Pharr Street Storm Drain
August 13, 2024
PROPOSED STORM
PROPOSED SANITARY SEWER
PROPOSED WATER
PHARR STREET STORM DRAIN
CITY PROJECT NUMBER 105550
EXHIBIT F
CFW Standard Insurance Requirements Page 1 of 3
Rev. 5.04.21
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.
i. 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 by the commercial general liability or commercial umbrella
liability insurance maintained in accordance with Agreement.
b. Business Auto Insured shall maintain business auto liability and, if
necessary, commercial umbrella liability insurance as follows:
$1,000,000 each accident (or reasonably equivalent limits
of coverage if written on a split limits basis).
hired, and non-owned autos, when said vehicle is used in the course of
business and/or the Project. If Insured owns no vehicles, coverage for hired or
non-owned autos is acceptable.
Insured waives all rights against City and its agents, officers, directors and
employees for recovery of damages to the extent these damages are
covered by the business auto liability or commercial umbrella liability
insurance obtained by Insured pursuant to this Agreement or under any
applicable auto physical damage coverage.
CFW Standard Insurance Requirements Page 2 of 3
Rev. 5.04.21
c. 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
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. insurance policy(s) shall be endorsed to
provide that said insurance is primary protection and any self-funded or
CFW Standard Insurance Requirements Page 3 of 3
Rev. 5.04.21
commercial coverage maintained by City shall not be called upon to
contribute to loss recovery. liability shall not be limited to the
specified amounts of insurance required herein.
d.
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.
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 .
g. Any deductible or self-insured retention in excess of $25,000 that would
change or alter the requirements herein is subject to approval in writing by
City, if coverage is not provided on a first-dollar basis. City, at its sole
discretion, may consent to alternative coverage maintained through insurance
pools or risk retention groups. Dedicated financial resources or letters of credit
may also be acceptable to City.
h. In the course of the Agreement, Insured shall report, in a timely manner, to
City's Risk Management Department with additional notice to the Contract
Compliance Manager, any known loss or occurrence which could give rise
to a liability claim or lawsuit against City or which could result in a property
loss.
i. City shall be entitled, upon its request and without incurring expense, to
review 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 coincident with or prior to 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.
l. 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
Insured shall provide City with documentation thereof.
Attachment Code: D583373 Certificate ID: 22438650
CNA CNA PARAMOUNT
BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -
WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE ENDORSEMENT
POLICY NO: 7011509284
EFFECTIVE DATE: 11/1/2024
FORM: CNA75079XX (3-22)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
It is understood and agreed as follows:
I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as
an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising
injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf:
A. In the performance of your ongoing operations subject to such written contract; or
B. In the performance of your work subject to such written contract, but only with respect to bodily injury or property damage
included in the products-completed operations hazard, and only if:
1. The written contract requires you to provide the additional insured such coverage; and
2. This Coverage Part provides such coverage; and
C. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with:
1. Coverage broader than what you are required to provide by the written contract; or
2. A higher limit of insurance than what you are required to provide by the written contract. Any coverage granted by this Paragraph I. shall
apply solely to the extent permissible by law.
II. If the written contract requires additional insured coverage under the 07-04 edition of CG2010 or CG2037, then paragraph I. above is deleted in its
entirety and replaced by the following:
WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an
additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury
caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf:
A. In the pefformance of your ongoing operations subject to such written contract; or
B. In the pefformance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the
products-completed operations hazard, and only if:
1. The written contract requires you to provide the additional insured such coverage; and
2. This Coverage Part provides such coverage.
III. But if the written contract requires:
A. Additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 1001 edition of CG2037; or
B. Additional insured coverage with "arising out of' language;
then paragraph I. above is deleted in its entirety and replaced by the following:
WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an
additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury
arising out of your work that is subject to such written contract.
IV. But if the written contract requires additional insured coverage to the greatest extent permissible by law, then paragraph I. above is deleted in its
entirety and replaced by the following:
V. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal
and advertising injury arising out of:
A. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including:
1. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or
drawings and specifications; and
Attachment Code: D583373 Certificate ID: 22438650
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: 1111/2024
FORM: CNA75079XX (3-22)
Attachment Code: D583373 Certificate ID: 22438650
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: WESTWOOD PROFESSIONAL SERVICES, INC.
Copyright CNA All Rights Reserved.
Attachment Code: D583373 Certificate ID: 22438650
Business Auto Policy
No�icy 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: 22438650
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: WESTWOOD PROFESSIONAL SERVICES, INC.
Copy CNA All rights Reserved. Includes copyrighted material of Insurance Services Office., Inc with its permission.
Attachment Code: D583373 Certificate ID: 22438650
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 'accidenY 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: 22438650
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: 22438650
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.
City of Fort Worth,
Mayor and
DATE: 09/16/25
Texas
Council Communication
M&C FILE NUMBER: M&C 25-0865
LOG NAME: 20SWM PHARR ST STORM DRAIN AND W/WW REPLACE-WESTWOOD DESIGN
SUBJECT
(CD 11) Authorize Execution of an Engineering Agreement with Wesfinrood Professional Services, Inc. in the Amount of $298,270.00 for Design of
the Pharr Street Storm Drain Project, Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to Fiscal Years 2025-2029
Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of an engineering agreement with Wesfinrood Professional Services, Inc. in the amount of $298,270.00 for design of the
Pharr Street Storm Drain project (City Project No. 105550);
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund
in the amount of $283,665.00, transferred from available PayGo funds in the Water and Sewer Fund, for the purpose of funding the Pharr
Street Storm Drain project (City Project No. 105550) to effect a portion of Water's Contribution to Fiscal Years 2025-2029 Capital
Improvement Program; and
3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Drainage Rev Bonds Series 2023 Fund,
by increasing estimated receipts and appropriations in the Pharr Street Storm Drain project (City Project No. 105550) in the amount of
$510,000.00 and decreasing estimated receipts and appropriations in the Stormdrain Pipe Rehab programmable project (City Project No.
P00114) by the same amount, for the purpose of converting to a static project; and
4. Amend the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
This Mayor and Council Communication (M&C) is to authorize execution of a contract with Wesfinrood Professional Services, Inc., which will
provide engineering and design services to replace the deteriorated stormwater, water, and sanitary sewer systems under Pharr and Gilvin
Streets. The roadway will be paved after the proposed improvements are completed.
In March 2024, the City repaired a sinkhole on Pharr Street and, upon doing so, discovered the need to replace the entire stormwater system
under Pharr and Gilvin Streets. The Transportation and Public Works Department, Stormwater Division will collaborate with the Water Department
to complete the replacements of the stormwater and water/sewer infrastructure.
In May 2021, the Transportation and Public Works Department (TPV�, Stormwater Management Division (SWMD), published a Request for
Qualifications (RFQ) for various engineering consulting services. Forty-five consultants responded to the RFQ for the project development and
design service area with Statements of Qualifications (SOQ). An evaluation team of three City staff subject matter experts from the SWMD of TPW
scored the SOQs based on company experience, prior projects, workload, and team experience. The City's Business Equity team also evaluated
the SOQ's. A pool of twenty-one consultants was selected based upon these scores to be matched with specific projects. Based on this scoring,
Westwood Professional Services, Inc. was selected as the most qualified consultant to perform development and design services for this project.
Westwood Professional Services, Inc., proposes to complete design and engineering services for a fee in the amount of $298,270.00; TPW
Stormwater will fund $158,905.00, and the Water Department will fund $139,365.00. The services provided will include data collection and design
for the replacement of water, sanitary sewer, and stormwater pipes, and the replacement of pavement on Pharr and Gilvin Streets in the affected
areas. Staff considers the fee to be fair and reasonable for the proposed scope of services. In addition; $214,300.00 (Stormwater: $70,000.00;
Water: $47,400.00; Sanitary Sewer: $96,900.00) is necessary for project management, permits, utility coordination, public meetings, and material
testing. This project will have no impact on the Transportation & Public Works Department or the Water DepartmenYs operating budgets when
completed. The sanitary sewer component of this project is part of the Sanitary Sewer Overflow Initiative Program of the Water Department.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY), instead of within the annual budget ordinance,
as projects commence, additional funding needs are identified, and to comply with bond covenants.
The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital
Improvement Program, as follows:
Capital Fund FY2025 CIP Budget Revised
Name Project Name Appropriations Authority Adjustment FY2025
Budget
002 - w&s
ects —
Pharr Street
Storm Drain - $0.00 This M&C $283,665.00 $28
CPN (105550)
Funding is budgeted in the Transfer to Water/Sewer account of the Water and Sewer operating budget for the purpose of funding the Pharr Street
Storm Drain project.
FY2025 — Water PAYGO Appropriations per City Ordinance 27107-09-2024
FY2025
Amended
PayGo (includes YTD PayGo FY2025
FY2025 Original any council Approved
Adopted PayGo actions for/Moved to Remaining
This M&C PayGo Balance
subsequent to Capital Projects
budget
adoption)
$92,597,771.00 $145,458,196.00 ($78,904,493.00) ($283,665.00) $66,270,038.00
Note: There may be other pending actions or recently approved actions that are not reflected in the table due to timing.
Fund Existing Additional project Total
Appropriations Appropriations
Drainage Rev Bonds
Series 2023 — Fund $510,000.00 $0.00 $510,000.00
52008
W&S Capital Projects $0.00 $283,665.00 $283,665.00
- Fund 56002
Project Total $782,000.00 $283,665.00 $1,065,665.00
Funding is budgeted in the Drainage Rev Bonds Series 2023 Fund for the TPW Department for the purpose of funding the Pharr Street Storm
Drain project, as appropriated.
Recommendation 3 will adjust appropriations befinreen Stormdrain Pipe Rehab programmable project (City Project No. P00114) and convert the
Pharr Street Storm Drain project (City Project No. 105550) into a static capital project. This action is needed as future funding for this project is
anticipated from other funding sources and the scope of this project differs from that of the current programmable project.
The project is located in COUNCIL DISTRICT 11.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Water & Sewer Fund and in the Pharr Street Storm Drain project within
the Drainage Rev Bonds Series 2023 Fund, and upon approval of the above recommendations and adoption of the attached appropriation
ordinances, funds will be available in the W&S Capital Projects and the Drainage Rev Bonds Series 2023 Funds for the Pharr Street Storm Drain
project to support the above recommendations and execution of the engineering agreement. Prior to any expenditure being incurred, the
Transportation & Public Works and Water Departments have the responsibility of verifying the availability of funds.
Submitted for City Manager's Office bk Jesica McEachern 5804
Originating Business Unit Head: Lauren Prieur 6035
Additional Information Contact: Thanaa Maksimos 2485
John Kasavich 8480
CERTIFICATE OF INTERESTED PARTIES
FORnn 1295
1of1
Complete Nos.1- 4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number:
of business. 2025-1338929
Westwood Professional Services, Inc.
Fort Worth, TX United States �ate Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 07/18/2025
being filed.
City of Fort Worth, Texas Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
CPN 105550
Civil Engineering Consulting Services associated with the Pharr Street Storm Drain Urgent Repair
Nature of interest
4
Name of Interested Party City, State, Country (place of business) (check applicable)
Controlling Intermediary
Westwood Buyer, Inc. Plano, TX United States X
Tippie, Aaron J. Plano, TX United States X
Powell, Bryan P. Plano, TX United States X
Lannen, Eric Plano, TX United States X
Bradbury, Jennifer Plano, TX United States X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is Brian D. O'Neill , and my date of birth is Fel�l"Ual"y $, 1971
My aaaress �S 4060 Brvant Irvin Road , Fort Worth ,Texas, 76109 , USA .
(city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Tarrant County, State of Texas , on the �$ day of �U�y , 20 2rj .
(month) (year)
r ��
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1A.t10dOtd8
FORTWORTH�
Routing and Transmittal Slip
Transportation & Public Works Department
DOCUMENT TITLE: Pharr Street Storm Drain — Consultant Contract
M&C: 25-0865 CPN: 105550 CSO: DOC#:
Date:
To: Name Departm Initials Date Out
ent
1. Berton Guidry, P.E. - Signature TPW � 10/02/25
Brian D. O'Neill, PE. CFM — Signature
2� brian.oneill(c�westwoodps.com Consultant � 10/02/25
3. Lissette Acevedo TPW � 10/03/25
4. Thanaa Maksimos TPW ,h',� 10/02/25
5. Patricia Wadsack TPW A/D pL'W' 10/03/25
6. Lauren Prieur TPW/Dir �� l0/03/25
7. Doug Black - Signature Legal � 10/08/25
8. Jesica McEachern - Signature CMO '� 10/13/25
9. Katherine Cenicola CSO � 10/13/25
10. Jannette Goodall - Signature CSO �� 10/13/25
11. Allison Tidwell CSO � 10/16/25
12. TPW SW CONTRACTS TPW
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all
City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, Jay will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES �No NEXT DAY: ❑YES �No
ROUTING TO CSO: �YES ❑No
Action Required:
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs
Return to: tpw sw contracts(a�fortworthtexas.�ov Ca11817-229-3283 with questions. Thank you!
FORTWORTH�
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Westwood Professional Services, Inc.
Subject of the Agreement: _The overall project objective is to mitigate the risk of sinkholes due to potential voids
under the pavement and to replace the aging and deteriorated city infrastructure.
M&C Approved by the Council? * Yes 8 No ❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No 8
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes 8 No ❑
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential? �Yes ❑ No 8 If only specific information is
Confidential, please list what information is Confidential and the page it is located.
1295 Form (page 76) is attached per lhe comment below, but please redact it from the CSO website. The Certificate of Insurance (page 65) is also confidential.
Effective Date:
If different from the approval date.
Expiration Date:
If applicable.
Is a 1295 Form required? * Yes 8 No ❑
*If so, please ensure it is attached to the appYoving M&C or attached to the contract.
Project Number: If applicable. 105550 ____ _
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes 8 No ❑
Contracts need to be routed for CSO �rocessing in the following order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.