HomeMy WebLinkAboutContract 64131City of Fort Worth, Texas Greenbriar Park Dam Rehabilitation (Project No. 104590)
Standard Agreement for Engineering Related Design Services Northwest CP Loughridge Dam (Project No. 106326)
Revised Date: August 18, 2025
Page 1 of 15
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL
SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality
("CITY"), and Freese and Nichols, Inc., authorized to do business in Texas, ("ENGINEER"),
for a PROJECT generally described as: Greenbriar Park Dam Rehabilitation (Project No.
104950) and Northwest CP Loughridge Dam (Project No. 106326).
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 $519,039.00 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 Greenbriar Park Dam Rehabilitation (Project No. 104590)
Standard Agreement for Engineering Related Design Services Northwest CP Loughridge Dam (Project No. 106326)
Revised Date: August 18, 2025
Page 2 of 15
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.
(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
City of Fort Worth, Texas Greenbriar Park Dam Rehabilitation (Project No. 104590)
Standard Agreement for Engineering Related Design Services Northwest CP Loughridge Dam (Project No. 106326)
Revised Date: August 18, 2025
Page 3 of 15
observations, exploration, and investigations have been made.
Because of the inherent uncertainties in subsurface evaluations,
changed or unanticipated underground conditions may occur that could
affect the total PROJECT cost and/or execution. These conditions and
cost/execution effects are not the responsibility of the ENGINEER.
E. Preparation of Engineering Drawings
The ENGINEER will provide to the CITY the original drawings of all plans in
ink on reproducible mylar sheets and electronic files in .pdf format, or as
otherwise approved by CITY, which shall become the property of the CITY.
CITY may use such drawings in any manner it desires; provided, however,
that the ENGINEER shall not be liable for the use of such drawings for any
project other than the PROJECT described herein.
F. Engineer's Personnel at Construction Site
(1) The presence or duties of the ENGINEER's personnel at a construction site,
whether as on-site representatives or otherwise, do not make the ENGINEER
or its personnel in any way responsible for those duties that belong to the
CITY and/or the CITY's construction contractors or other entities, and do not
relieve the construction contractors or any other entity of their obligations,
duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for
coordinating and completing all portions of the construction work in
accordance with the contract documents and any health or safety precautions
required by such construction work. The ENGINEER and its personnel have
no authority to exercise any control over any construction contractor or other
entity or their employees in connection with their work or any health or safety
precautions.
(2) Except to the extent of specific site visits expressly detailed and set forth in
Attachment A, the ENGINEER or its personnel shall have no obligation or
responsibility to visit the construction site to become familiar with the progress
or quality of the completed work on the PROJECT or to determine, in general,
if the work on the PROJECT is being performed in a manner indicating that
the PROJECT, when completed, will be in accordance with the contract
documents, nor shall anything in the contract documents or this
AGREEMENT between CITY and ENGINEER be construed as requiring
ENGINEER to make exhaustive or continuous on-site inspections to discover
latent defects in the work or otherwise check the quality or quantity of the work
on the PROJECT. If the ENGINEER makes on-site observation(s) of a
deviation from the contract documents, the ENGINEER shall inform the CITY.
City of Fort Worth, Texas Greenbriar Park Dam Rehabilitation (Project No. 104590)
Standard Agreement for Engineering Related Design Services Northwest CP Loughridge Dam (Project No. 106326)
Revised Date: August 18, 2025
Page 4 of 15
(3) When professional certification of performance or characteristics of materials,
systems or equipment is reasonably required to perform the services set forth
in the Scope of Services, the ENGINEER shall be entitled to rely upon such
certification to establish materials, systems or equipment and performance
criteria to be required in the contract documents.
G. Opinions of Probable Cost, Financial Considerations, and Schedules
(1) The ENGINEER shall provide opinions of probable costs based on the
current available information at the time of preparation, in accordance
with Attachment A.
(2) In providing opinions of cost, financial analyses, economic feasibility
projections, and schedules for the PROJECT, the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation
or maintenance costs; competitive bidding procedures and market
conditions; time or quality of performance by third parties; quality, type,
management, or direction of operating personnel; and other economic
and operational factors that may materially affect the ultimate PROJECT
cost or schedule. Therefore, the ENGINEER makes no warranty that
the CITY's actual PROJECT costs, financial aspects, economic
feasibility, or schedules will not vary from the ENGINEER's opinions,
analyses, projections, or estimates.
H. Construction Progress Payments
Recommendations by the ENGINEER to the CITY for periodic construction
progress payments to the construction contractor will be based on the
ENGINEER's knowledge, information, and belief from selective sampling and
observation that the work has progressed to the point indicated. Such
recommendations do not represent that continuous or detailed examinations
have been made by the ENGINEER to ascertain that the construction
contractor has completed the work in exact accordance with the contract
documents; that the final work will be acceptable in all respects; that the
ENGINEER has made an examination to ascertain how or for what purpose
the construction contractor has used the moneys paid; that title to any of the
work, materials, or equipment has passed to the CITY free and clear of liens,
claims, security interests, or encumbrances; or that there are no other matters
at issue between the CITY and the construction contractor that affect the
amount that should be paid.
City of Fort Worth, Texas Greenbriar Park Dam Rehabilitation (Project No. 104590)
Standard Agreement for Engineering Related Design Services Northwest CP Loughridge Dam (Project No. 106326)
Revised Date: August 18, 2025
Page 5 of 15
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.
City of Fort Worth, Texas Greenbriar Park Dam Rehabilitation (Project No. 104590)
Standard Agreement for Engineering Related Design Services Northwest CP Loughridge Dam (Project No. 106326)
Revised Date: August 18, 2025
Page 6 of 15
L. Independent Consultant
The ENGINEER agrees to perform all services as an independent consultant
and not as a subcontractor, agent, or employee of the CITY. The doctrine
of respondeat superior shall not apply.
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.
City of Fort Worth, Texas Greenbriar Park Dam Rehabilitation (Project No. 104590)
Standard Agreement for Engineering Related Design Services Northwest CP Loughridge Dam (Project No. 106326)
Revised Date: August 18, 2025
Page 7 of 15
Article V
Obligations of the City
A. City-Furnished Data
ENGINEER may rely upon the accuracy, timeliness, and completeness of the
information provided by the CITY.
B. Access to Facilities and Property
The CITY will make its facilities accessible to the ENGINEER as required for
the ENGINEER's performance of its services. The CITY will perform, at no
cost to the ENGINEER, such tests of equipment, machinery, pipelines, and
other components of the CITY's facilities as may be required in connection
with the ENGINEER's services. The CITY will be responsible for all acts of the
CITY's personnel.
C. Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services, the CITY will obtain,
arrange, and pay for all advertisements for bids; permits and licenses required
by local, state, or federal authorities; and land, easements, rights-of-way, and
access necessary for the ENGINEER's services or PROJECT construction.
D. Timely Review
The CITY will examine the ENGINEER's studies, reports, sketches, drawings,
specifications, proposals, and other documents; obtain advice of an attorney,
insurance counselor, accountant, auditor, bond and financial advisors, and
other consultants as the CITY deems appropriate; and render in writing
decisions required by the CITY in a timely manner in accordance with the
project schedule prepared in accordance with Attachment D.
E. Prompt Notice
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
City of Fort Worth, Texas Greenbriar Park Dam Rehabilitation (Project No. 104590)
Standard Agreement for Engineering Related Design Services Northwest CP Loughridge Dam (Project No. 106326)
Revised Date: August 18, 2025
Page 8 of 15
role in the generation, treatment, storage, or disposition of such
materials. In consideration of the associated risks that may give rise to
claims by third parties or employees of City, City hereby releases
ENGINEER from any damage or liability related to the presence of such
materials.
(2) The release required above shall not apply in the event the discharge,
release or escape of hazardous substances, contaminants, or asbestos is
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
City of Fort Worth, Texas Greenbriar Park Dam Rehabilitation (Project No. 104590)
Standard Agreement for Engineering Related Design Services Northwest CP Loughridge Dam (Project No. 106326)
Revised Date: August 18, 2025
Page 9 of 15
requests such services of the ENGINEER, this AGREEMENT shall be
amended or a separate agreement will be negotiated between the parties.
J. Changes
The CITY may make or approve changes within the general Scope of
Services in this AGREEMENT. If such changes affect the ENGINEER's cost
of or time required for performance of the services, an equitable adjustment
will be made through an amendment to this AGREEMENT with appropriate
CITY approval.
Article VI
General Legal Provisions
A. Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT upon
receipt of a written Notice to Proceed from the CITY.
B. Reuse of Project Documents
All designs, drawings, specifications, documents, and other work products of
the ENGINEER, whether in hard copy or in electronic form, are instruments
of service for this PROJECT, whether the PROJECT is completed or not.
Reuse, change, or alteration by the CITY or by others acting through or on
behalf of the CITY of any such instruments of service without the written
permission of the ENGINEER will be at the CITY's sole risk. The CITY shall
own the final designs, drawings, specifications and documents.
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
City of Fort Worth, Texas Greenbriar Park Dam Rehabilitation (Project No. 104590)
Standard Agreement for Engineering Related Design Services Northwest CP Loughridge Dam (Project No. 106326)
Revised Date: August 18, 2025
Page 10 of 15
ENGINEER.
b.) by either the CITY or the ENGINEER for cause if either party fails
substantially to perform through no fault of the other and the
nonperforming party does not commence correction of such
nonperformance within 5 days written notice or thereafter fails to
diligently complete the correction.
(2) If this AGREEMENT is terminated for the convenience of the City, the
ENGINEER will be paid for termination expenses as follows:
a.) Reasonable cost of reproduction or electronic storage of partial or
complete studies, plans, specifications or other forms of ENGINEER'S
work product;
b.) The reasonable time requirements for the ENGINEER'S personnel to
document the work underway at the time of the CITY'S termination for
convenience so that the work effort is suitable for long time storage.
(3) Prior to proceeding with termination services, the ENGINEER will
submit to the CITY an itemized statement of all projected termination
expenses. The CITY'S approval shall be obtained in writing prior to
proceeding with termination services.
E. Suspension, Delay, or Interruption to Work
The CITY may suspend, delay, or interrupt the services of the ENGINEER for
the convenience of the CITY. In the event of such suspension, delay, or
interruption, an equitable adjustment in the PROJECT's schedule,
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
City of Fort Worth, Texas Greenbriar Park Dam Rehabilitation (Project No. 104590)
Standard Agreement for Engineering Related Design Services Northwest CP Loughridge Dam (Project No. 106326)
Revised Date: August 18, 2025
Page 11 of 15
G. Assignment
ENGINEER shall not assign all or any part of this AGREEMENT without the
prior written consent of CITY.
H. Jurisdiction
The law of the State of Texas shall govern the validity of this AGREEMENT,
its interpretation and performance, and any other claims related to it. The
venue for any litigation related to this AGREEMENT shall be Tarrant County,
Texas.
I. Severability and Survival
If any of the provisions contained in this AGREEMENT are held for any reason
to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality,
or unenforceability will not affect any other provision, and this AGREEMENT
shall be construed as if such invalid, illegal, or unenforceable provision had
never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I.
shall survive termination of this AGREEMENT for any cause.
J. Observe and Comply
ENGINEER shall at all times observe and comply with all federal and State
laws and regulations and with all City ordinances and regulations which in any
way affect this AGREEMENT and the work hereunder, and shall observe and
comply with all orders, laws ordinances and regulations which may exist or
may be enacted later by governing bodies having jurisdiction or authority for
such enactment. No plea of misunderstanding or ignorance thereof shall be
considered. ENGINEER agrees to defend, indemnify and hold harmless
CITY and all of its officers, agents and employees from and against all
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
City of Fort Worth, Texas Greenbriar Park Dam Rehabilitation (Project No. 104590)
Standard Agreement for Engineering Related Design Services Northwest CP Loughridge Dam (Project No. 106326)
Revised Date: August 18, 2025
Page 12 of 15
insist upon appropriate performance or to assert any such right on any
future occasion.
L. Immigration Nationality Act
ENGINEER shall verify the identity and employment eligibility of its
employees who perform work under this Agreement, including completing
the Employment Eligibility Verification Form (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
City of Fort Worth, Texas Greenbriar Park Dam Rehabilitation (Project No. 104590)
Standard Agreement for Engineering Related Design Services Northwest CP Loughridge Dam (Project No. 106326)
Revised Date: August 18, 2025
Page 13 of 15
(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.
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 ENGINE 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
Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager.
BY: CITY OF FORT WORTH
Dana Burghdoff Assistant City Manager
Date: --------
ATTEST:
ri� Jannette Goodall City Secretary
APPROVAL RECOMMENDED:
By: /)tu�Dave Lewis Director, Park & Recreation
APPROVED AS TO FORM AND LEGALITY
� By: Douglas Black (Oct 14, 202513:04:35 CDT) Douglas W Black Sr. Assistant City Attorney
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: August 18, 2025
Page 14 of 15
BY: ENGINEER Freese and Nichols, Inc.
Murphy H. Parks, P.E. Principal and Vice-President
Date: -------------
SP
SP
M&C No.: 25-0906
M&C Date: 9/16/2025
Greenbriar Park Dam Rehabilitation (Project No. 104590)
Northwest CP -Loughridge Dam (Project No. 106326)
City of Fort Worth, Texas Greenbriar Park Dam Rehabilitation (Project No. 104590)
Standard Agreement for Engineering Related Design Services Northwest CP Loughridge Dam (Project No. 106326)
Revised Date: August 18, 2025
Page 15 of 15
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.
______________________________
Ahana Basnet
Shield Engineering Group, PLLC Capital Delivery Division
9/22/25, 10:20 AM
CITY COUNCIL AGENDA
Create New From This M8�C
F��T��o�7��
-��-
REFERENCE **M&C 25- 8080GREENBRIAR PARK DAM
DATE: 9/16/2025 NO.: 0906 LOG NAME: AND NORTHWEST COMMUNITY
PARK LOUGHRIDG
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (CD 7, CD 9 and CD 10) Authorize Execution of an Engineering Agreement with Freese
and Nichols, Inc., in the Amount of $519,039.00 for Engineering Related Professional
Services for the Design of Dam Repairs at Greenbriar Park and Northwest Community
Park, Adopt Appropriation Ordinance, and Amend the Fiscal Years 2025-2029 Capital
Improvement Program (2022 Bond Program)
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of an engineering agreement with Freese and Nichols, Inc., in the
amount of $519,039.00 for engineering related professional services for the design of dam
repairs at Greenbriar Park (City Project No. 104950) and Northwest Community Park (City
Project No. 106326);
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations
in the PARD Dedication Fees Fund in the amount of $200,000.00, from available development
fees within the Neighborhood Unit 6-06 project (City Project No. UN8055) for the purpose of
funding the Northwest CP-Loughridge Dam project (City Project No. 106326); and
3. Amend the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
The purpose of this Mayor & Council Communication (M&C) is to authorize execution of an
engineering agreement with Freese and Nichols, Inc., in an amount up to $519,039.00 for design and
the preparation of construction documents for Greenbriar Park Dam and Northwest Community Park
Loughridge Dam (Loughridge Dam) projects.
The City's Transportation and Public Works Department — Stormwater Management Division
conducted a city-wide Emergency Action Plan update for all dams registered with the Texas
Commission for Environmental Quality, which included a breach analysis. Based on the analysis,
Greenbriar Park Dam and Loughridge Dam failed to meet necessary Probable Maximum Flood
standards, thus received a failing rating.
Due to its proximity to critical infrastructure and the increased risk to public safety, the dams'
rehabilitation has been prioritized in future planning and construction efforts.
The FY25 Greenbriar Park Drainage Project is included in the 2022 Bond Program. The City's
Extendable Commercial Paper (M&C 22-0607; Ordinance 25675-08-2022) provides liquidity to support
the appropriation. Available resources will be used for interim progress payments until debt is issued.
Once debt associated with a project is sold, debt proceeds will reimburse the interim financing source
in accordance with the statement expressing official Intent to Reimburse that was adopted as part of
the ordinance canvassing the bond election (Ordinance 25515-05-2022).
Funding for Loughridge Dam was not included in the FY2025-2029 Capital Improvement Program.
The action in this M&C will amend the FY2025-2029 Capital Improvement Program as approved in
connection with Ordinance 27107-09-2024, Section 8 Capital Improvements.
Funding is available in the Neighborhood Unit 6-06 project within the PARD Dedication Fees Fund for
the purpose of funding Loughridge Dam projects; and in the 2022 Bond Program Fund for the purpose
M&C Review
apps.cfwnet.org/council_packet/mc_review.asp?ID=33766&councildate=9/16/2025 1 /2
9/22/25, 10:20 AM M&C Review
of funding the FY25 Greenbriar Park Drainage project, as appropriated.
Northwest Community Park - Loughridge Dam is located in COUNCIL DISTRICTS 7& 10 and
Greenbriar Park Dam is located in COUNCIL DISTRICT 9.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Neighborhood Park Unit 6-
06 project within the PARD Dedication Fees Fund and the FY25 Greenbriar Park Drainage project
within the 2022 Bond Program Fund and upon approval of the above recommendations and adoption
of the attached appropriation ordinance, funds will be available in the PARD Dedication Fees Fund for
the Northwest CP - Loughridge Dam project to support the above recommendation and execution of
the agreement. Prior to any expenditure being incurred, the Park & Recreation Department has the
responsibility of verifying the availability of funds.
TO
CFund Department
ID
Account Project
ID
FROM
Fund Department Account Project
ID ID
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
Program I Activity I Budget � Reference #
_ Year (Chartfield 2)
Program I Activity I Budget Reference #
Year (Chartfield 2;
Dana Burghdoff (8018)
Dave Lewis (5717)
Joel McElhany (5745)
ATTACHMENTS
104950 Project Location Greenbriar Park dam.pdf (Public)
1295 Form.pdf (CFW Internal)
80GREENBRIAR PARK DAM AND LOUGHRIDGE LAKE DAM funds availability,pdf (CFW Internal)
80GREENBRIAR PARK DAM AND LOUGHRIDGE LAKE DAM.xlsx (CFW Internal)
ORD.APP 80GREENBRIAR PARK DAM AND LOUGHRIDGE LAKE DAM A025(r2).docx (Public)
Project Location Loughridge Lake Dam 106326.pdf (Public)
Amount
Amount
apps.cfwnet.org/council_packet/mc_review.asp?ID=33766&councildate=9/16/2025 2/2
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 1 of 15
Scope for Engineering Related Services
Unit 1 - Greenbriar Park Dam Rehabilitation
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
Greenbriar Park Dam (TX09625) impounds water (Greenbriar Park Lake) on a tributary of
Sycamore Creek (FEMA identifies this as Stream Sc6) in Fort Worth, Texas. The current
per TCEQ size classification. Per TCEQ hazard classification, the dam is currently listed as
a significant hazard, but the latest breach analysis, performed by FNI in September 2024,
indicates that the dam may qualify as high hazard. A 2024 assessment of the dam,
performed by Freese and Nichols and documented in their January 2025 Greenbriar Park
Dam Preliminary Assessment Report, also noted several dam components that needed
repair, including the spillway, spillway conduit, the auxiliary spillway, and the upstream
slope.
The scope presented herein is intended for the rehabilitation of the Greenbriar Park Dam
required to address deficient conditions in order to improve dam safety and meet hydraulic
Rehabilitation
improvements include upstream slope armoring, auxiliary spillway replacement, principal
spillway modifications, and downstream overtopping protection, as identified in the
Greenbriar Park Dam Preliminary Assessment Report.
WORK TO BE PERFORMED
Design Phase
Task 1. Project Management
Task 2. Field Investigation
Task 3. Geotechnical Analysis
Task 4. H&H Analysis
Task 5. Design Documents
Task 6. Environmental Services
Bid Phase
Task 7. Bid Phase Services
Construction Phase
Task 8. Construction Phase Services
Optional Services
Task 9. Additional Services as Directed by the City
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 2 of 15
TASK 1. PROJECT MANAGEMENT.
ENGINEER will perform Project Management Services outlined in this scope during the
project which is estimated to be ten (10) months for design and bid phase and six (6)
months for construction.
1.1. Attend one (1) kickoff meeting (two-hour duration) with CITY staff to review project
scope, schedule, status reporting, communications, schedule, and deliverables for
the project. Participate in virtual monthly project coordination meetings with CITY
staff as specified in the following tasks.
1.2. Perform internal project setup and coordination, including project kickoff meetings
and maintaining project schedule. Provide monthly status reports and invoices (in
accordance with Attachment B) with backup documentation for the duration of the
project.
1.3.senior
quality review processes.
ASSUMPTIONS
A. Ten (10) month duration for design
B. Six (6) month duration for construction
C. One (1) design kickoff meeting with CITY staff
D. One (1) internal kickoff meeting with design staff
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly status reports
TASK 2. FIELD INVESTIGATION
2.1. Topographic Services
1. Obtain the services of a subconsultant to conduct a topographic survey of the dam
and adjacent downstream areas within the City
2. If applicable, re-establish dam, spillway, or channel centerlines shown on the
historical documentation.
3. Establish horizontal and vertical control for all project areas. The horizontal control
shall be NAD83. Set at least three (3) temporary benchmarks at the dam site, placed
at locations where they will not be impacted during construction. The temporary
benchmarks will be referenced to the NAVD88 vertical datum.
4. Provide a topography survey within the approximate 2.5-acre area of interest along
the embankment and downstream channel (see attached aerial for reference). The
topographic survey shall include existing features such as structures, pavements,
erosion protection, utilities, water valves, water meters, storm & sewer manholes,
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 3 of 15
inlets, storm drain outfalls, tops and toes of slope, power poles, signs, tree lines and
other visible features. No individual trees will be collected, unless larger than 6-inch
caliper. Trees within 50 feet of the project area will be tagged by a Certified Arborist,
and the tree types will be added to the survey.
5. Survey will include detail of the following locations:
a. Embankments; Top of bank and toe of slope for any embankments, berms or
dikes. Obtain sufficient points at the edge of the crest to accurately define the
slope and rounding of the shoulders. Ground shot sections across
tation or more frequently as needed to
capture any changes in slope/grade, slope failures, or erosion features.
b. Inlet/intake structure(s); detail the extents of the top of structures, orifice
plates, low-flow ports, overflow weir, and invert of inlet riser structure. Provide
figure/sketch(s) to detail hidden linework (not seen from above) and any
variations from as-built information.
c. Outfall structure(s); Extents, top, bottom, slopes, and flowline invert, be sure
to provide outfall size/type/materials. Include size, material/inverts for any
other drains/pipe penetrations entering outfall structure. Provide
figure/sketch(s) to detail hidden linework (not seen from above) and any
variations from as-built information.
d. Excavated earth channel(s); Capture points to accurately represent crest(s),
channel bottom, side slopes and as needed to identify any slope failures or
eroded areas.
e. Spillway structures and erosion protection; capture additional points within
spillway structure footprint at a minimum of 10-foot by 10-foot grid and for a
minimum of 200-feet into the downstream channel (or to limits of survey,
whichever is greater).
6. Provide signed and sealed final topographic survey in PDF and CAD (3D Surface)
format (22 x 34) that includes all survey notes, date of field survey, figures/sketches
of structures (if applicable), property ownership, and coordinate system/datum
information (horizontal/vertical) and combined grid-to-surface/surface-to-grid scaling
factors. Provide north arrow oriented to true north, and magnetic declination at the
time of survey. Any externally referenced data sources should be dated and notated
in the survey. Topographic contour data shall be accurate to 1-foot intervals.
DELIVERABLES
A. Topographic survey data
TASK 3. GEOTECHNICAL ANALYSIS
3.1. Perform geotechnical engineering analysis for design development and for inclusion
in the Design Report, which will include the following:
1. Discussion of subsurface conditions and soil properties indicated by the previous
field and laboratory work, and the implications for design.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 4 of 15
2. Seepage and slope stability analysis for different loading conditions (end of
construction, steady-state seepage, and rapid drawdown) for existing and proposed
conditions. One maximum section through the dam embankment will be analyzed.
Shear strength parameters for the materials encountered will be determined based
on soil classification testing, published correlations, and engineering judgment.
3. Develop filter design to mitigate potential piping due to seepage around the spillway
conduit or through the embankment areas immediately adjacent to the spillway
conduit.
DELIVERABLES
A. Draft Geotechnical Investigation Report (PDF format) to be appended to the
Design Report.
B. Final Geotechnical Investigation Report (PDF format) to be appended to the
Design Report.
TASK 4. H&H ANALYSIS
4.1 Data Collection
1. Survey data collected from Task 2A will be used to support the modeling and design.
4.2 Hydrologic and Hydraulic Analysis
1. Update rating curves using survey data of the principal spillway and auxiliary spillway
structures. Perform a computational fluid dynamic (CFD) model of the existing
principal spillway to evaluate the discharge capacity, and use a spreadsheet method
to develop a full rating curve based on the CFD modeling.
2. Re-evaluate elevation-storage curve for the reservoir using the topographic survey
data collected in Task 2A.
3. Using the current probable maximum flood (PMF) models, develop a HEC-HMS
model for frequency flood analysis for the 2-year to the 500-year storms. Adjust
hydrologic parameters (curve number, lag time, imperviousness percentage) as
appropriate for frequency storm analysis.
4. Perform WinDam erodibility analysis to assist in the determination of the required
extents of overtopping protection.
5. Update the breach analysis and the inundation maps, for proposed conditions, by
updating the existing models developed for the 2024 Greenbriar Park Dam breach
analysis.
4.3 Sizing and Design Support
1. Size drop inlet and conduit for principal spillway replacement, meeting floodplain
requirements to not increase peak discharge downstream when modeling the 100-
year storm. Perform comparison between existing and proposed conditions for the 2-
year storm to the 500-year storm, as well as in the design storm.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 5 of 15
2. Perform CFD modeling to evaluate discharge through the principal spillway structure
in proposed conditions. Develop a full rating curve based on the CFD model using
traditional spreadsheet methods.
3. Determine design velocities and required extent of overtopping protection on the
embankment using a CFD model.
4.4 Floodplain Evaluation
This scope assumes that the proposed dam rehabilitation does not cause any
adverse impact to water surface elevations when compared to corrected effective
models.
1. Coordinate with FEMA or local floodplain management to obtain the effective
hydrologic and hydraulic models for the unnamed tributary (Stream SC-6) to
Sycamore Creek which Greenbriar Dam flows into.
2. Create duplicate effective model to recreate the Base Flood Elevations (BFEs) to
within +/-0.5-foot of the effective BFEs.
3. Create corrected effective model. This includes potential revisions to drainage area
delineations, lumped parameter hydrologic values, addition/removal/modification of
cross sections, bridges and/or culvert structures, modifications to roughness values,
adjustments to applied flows.
4. Create post project model incorporate the proposed project into the models. Water
surface elevations comparisons will be made between the proposed conditions runs
against the corrected effective models for storm events up to and including the 100-
year event, consistent with the events modeled in the local flood insurance study
(FIS).
5. Coordination and permitting.
a. Coordinate a pre-application meeting with the City of Fort Worth City
Floodplain Engineer and TPW Stormwater to review the drainage plan and to
determine the floodplain impact and resulting permitting requirements.
b. Apply for and obtain Floodplain Development Permit and all necessary storm
water data that may be required for contractor site development or building
permit application. This includes the necessary documentation and
deliverables to be submitted as part of the application.
c. Respond to comments and make updates as part of the application process.
TASK 5. DESIGN DOCUMENTS
5.1 Construction Drawings
1. Prepare drawings in AutoCAD to depict the size, type, configuration, and requirements
for the dam rehabilitation, using sheet format provided by the CITY. Repairs include
upstream slope armoring, auxiliary spillway replacement, principal spillway
modifications, and downstream overtopping protection, as identified in the January
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 6 of 15
2025 Greenbriar Park Dam Preliminary Assessment Report. Drawings will be based
on the survey of the immediate project area provided by a subconsultant. Address
CITY comments for each submittal. Coordinate drawings with the technical
specifications so that items of work and materials are covered in the specifications and
compatible with notes on the drawings.
2.-inch x 34-inch and 11-inch
x 17-inch format with black and white line work and with screened-back black and
white (gray-tone) aerial photo background in the overall site plan.
3. ENGINEER shall provide CITY with PDF files at each milestone submittal, three (3)
hard-copies (1 full-size and 2 half-size for plan sets) and CAD files at final construction
set submittal.
4. ENGINEER shall, at request of CITY, transmit to CITY electronic copies of ENGINEER
work product components including data, photos, images, text, designs, and cost
opinions for project-related use by CITY including project budgeting and project
coordination/communication.
5. After each milestone review, ENGINEER shall update design drawings and OPCC
incorporating input from CITY and TxDOT and provide formal response to the
comment for CITY record.
6. For 60%, 90% and 100% Construction Documents,
drawings will consist of the following sheets, in order shown below:
sheet)
and tree protection fence location; as described above (number of sheets per item
as required for scalable legibility in half-size sheet format).
schedule, locations of other improvements, materials call out, general dimensions of
improvements and landscape buffers).
-foot interval contour lines showing grading of trail, shoulder, and
affected areas; spot elevations at critical places such as top of retaining wall) (only
apply to 60%, 90% and 100%).
locations, quantities, and sizes at installation, heights, spread, and spacing.
DELIVERABLES
A. 60%, 90%, and 100% (TCEQ) level drawings, provided in electronic format (PDF).
B. 100% Issued for Bid (IFB) level drawings provided in electronic format (PDF and
CAD).
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 7 of 15
5.2 Front End and Technical Specifications
1. Revise the C S standard front-end documents (Division 00 and 01) and prepare
will be prepared in conjunction with the construction drawings being advanced to the
60%, 90%, and 100% design level.
DELIVERABLES
A. 60% Submittal: Table of contents, a copy of FNI standard, unedited versions of the
technical specifications at the 60% submittal. Documents will be provided in
electronic format (PDF).
B. Draft front-end revisions and technical specifications at the 90% submittal.
Documents will be provided in electronic format (PDF).
C. Signed and sealed 100% level front-end and technical specifications. Documents
will be provided in electronic format (PDF).
5.3 Opinion of Probable Construction Costs (OPCC) and Construction Schedule
1. Prepare bid schedule of construction items.
2. Calculate and estimate quantities based on drawings and prepare unit pricing based
3. Prepare an OPCC in general conformance with a Class 3 estimate as described by
AACE International cost estimating guidelines.
4. Estimate construction project duration and prepare construction schedule based on
anticipated work items.
DELIVERABLES
A. OPCC at 60%, 90%, and 100% level, provided in electronic format (PDF).
B. Construction schedule at 90% and 100% level, provided in electronic format (PDF).
5.4 Design Report
1. Prepare a report that summarizes the design objective, criteria, assumptions, analysis,
results, and design decisions. Draft design reports will be prepared with the 60% and
90% submittals. Final version of the design report will be provided with the 100%
submittal.
DELIVERABLES
A. 60%, 90%, and 100% level design report (Draft and Final). Document will be
provided in electronic format (PDF).
5.5 Client Review Meetings
1. Coordinate and schedule a plan review meeting with the City Floodplain Engineer and
TPW Stormwater to review the drainage plan, determine the floodplain impact, and
define permitting requirements.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 8 of 15
2. Participate in up to two (2) virtual review meetings with CITY to review comments
regarding the 60% and 90% design document submittals.
5.6 TCEQ Dam Safety Review
1. Prepare and submit drawings, specifications, design report and TCEQ forms on behalf
of the CITY for review and approval at the 100% design level.
2. Participate in up to one (1) virtual meeting with TCEQ to review comments regarding
3. For documents submitted to TCEQ for review, comments will be addressed, and
documents finalized within one (1) month of receipt of comments from TCEQ. If TCEQ
review extends beyond the estimated three (3) month timeframe, additional time may
be required for addressing comments due to project staff availability. In this case, an
updated plan and schedule will be communicated to the CITY upon receipt of TCEQ
comments.
DELIVERABLES
A. Submit documents for TCEQ review in conjunction with the 100% design
package.
5.7 Issue For Bid (IFB) Design
1. Address any regulatory comments or final comments from the CITY. Prepare IFB
contract documents, including front-end documents, technical specifications, and
drawings, into a contract bid document. Bidding design/construction documents shall
include the following:
a. Sealed design drawings
b. Sealed technical specifications
2. Submit electronic copies (PDF) of the contract documents to the CITY.
DELIVERABLES
A. Contract documents IFB design for use by the CITY to secure competitive bids
for the work by a qualified contractor.
Design and construction deliverables will be uploaded to the Unity Construct (E-builder)
project folders created by the CITY at 60%, 90%, 100%, and IFB.
TASK 6. ENVIRONMENTAL SERVICES
6.1 Tree Survey
1. An FNI Certified Arborist and environmental scientist will conduct a tree survey of the
requirements. All trees six-inches diameter at breast height (DBH) and larger will be
tagged with a unique identification number and DBH, species, and general condition
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 9 of 15
data will be recorded. Location data will be collected with a global position system
(GPS) unit capable of sub-meter accuracy.
DELIVERABLES
A. A spreadsheet with the relevant survey information and tree location shapefile data
will be provided to the City and construction contractor for the Tree Removal Permit
Application.
6.2 Aquatic Organism Relocation
1. The unnamed tributary to Sycamore Creek which forms Greenbriar Lake is an
unclassified waterbody, however for the purposes of the aquatic relocation task, it
would be considered a Group 5 stream under the 2024 Mussel Sampling Protocol from
TPWD/USFWS. The protocol calls for a 5 person-hour qualitative survey in Greenbriar
Lake and downstream, if applicable. The survey area, including buffers, will be divided
into 5 sampling reaches and sampling will continue until all areas have been surveyed.
At the end of each 1 person-hour search period, collected live mussels will be placed
in mesh bags and held underwater until the end of the survey. Following the search
period, mussels will be identified, enumerated, and representative photos will be taken
of each species. The survey is expected to be completed in one day. At the end of the
search period, any live mussels collected will be carried in mesh bags to the relocation
site and placed in areas with suitable substrate and habitat. Water quality
measurements, including dissolved oxygen, will be taken with a deployable sonde at
both the recovery and relocation areas.
2. FNI will develop an Aquatic Resource Relocation Plan (ARRP), an approved
stocking/relocation permit, and a one-day field survey and relocation for mussels. If
fish relocation is required from dewatering through the use of a cofferdam, the scope
includes an additional day to relocate fish from behind the coffer dam, if needed.
Coordination with Texas Parks and Wildlife (TPWD) for permitting and final report
submittal/acceptance is included and final report submittal/acceptance is included.
The report will be drafted after the surveys and will be provided to the City for review
and comment. The final report, addressing edits, will be delivered to the City and
copies will be sent to TPWD after final approval.
DELIVERABLES
A. TPWD approval of an ARRP, receipt of a TPWD stocking/relocation permit,
mussel/fish recovery and relocation field surveys, and a final report. The final
report will include:
Results from the mussel recovery and relocation (sampling methods and
personnel, numbers and sizes mussel species and voucher photographs of
each species)
In-situ water quality parameter collection
Map(s) showing sampling and relocation sites
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 10 of 15
TASK 7. BID PHASE SERVICES
7.1 The CITY will advertise and post bid documents online.
7.2
7.3 Assist the CITY in conducting a pre-bid conference. Attend the tour of the project site
after the pre-bid conference.
7.4 Assist the CITY with bid analysis, bid tabulation, and bid award recommendation.
7.5 Assist the CITY in the preparation of Construction Contract Documents for
construction contracts.
1. Provide five (5) sets of Construction Contract Documents which include information
from the apparent low bidders bid documents, legal documents, and addenda bound
in the documents for execution by the CITY and construction contractor.
2. Provide the CITY with the five (5) copies of these documents for use during
construction. Additional sets of documents can be provided as an Additional Service.
TASK 8. CONSTRUCTION PHASE SERVICES
General Representation
In performing these services, it is understood that FNI does not guarantee the Contractor's
performance, nor is FNI responsible for the supervision of the Contractor's operation and
employees. FNI shall not be responsible for the means, methods, techniques, sequences or
procedures of construction selected by the Contractor, or any safety precautions and
programs relating in any way to the condition of the premises, the work of the Contractor or
any Subcontractor. FNI shall not be responsible for the acts or omissions of any person
(except its own employees or agents) at the Project site or otherwise performing any of the
work of the Project.
CITY agrees to include
provisions in the General Conditions that require Contractor to include FNI: (1) as an additional
insured and in any waiver of subrogation rights with respect to such liability insurance
purchased and maintained by Contractor for the Proj
indemnification provisions where the CITY is named as an indemnified party.
8.1 Attend one (1) pre-construction meeting in support of the city.
8.2 Participate in bi-weekly online meetings (up to 30 minutes) during construction.
8.3 Please include following information:
8.4 Establish communication procedures with the CITY and Contractor. Submit monthly
reports of construction progress to the CITY and TCEQ Dam Safety. Reports will
describe construction progress in general terms and summarize project costs, cash
flow, construction schedule and pending and approved contract modifications.
8.5 Review shop drawings (up to 5) and as they relate to the
overall site development and general conformance of the design as set forth by the
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 11 of 15
contract documents. Assist in the review of substitutions, contractor schedule reports
and pay requests.
8.6 The ENGINEER shall make 3 to 5 visits to the construction site (as distinguished
from the continuous services of a Resident Project Representative) to observe the
progress and the quality of work and to attempt to determine in general if the work is
proceeding in accordance with the Construction Contract Documents. The
ENGINEER will produce a written report for each visit and will report any observed
defects or deficiencies in the work to the CITY. Visits to the site in excess of the
specified number are an Additional Service.
1.
work but will be limited to spot checking and similar methods of general
observation. Based on the site visits, ENGINEER will evaluate whether
Documents and keep the CITY informed of the general progress of the work.
2. ENGINEER will not supervise, direct, or control contractor s work, and will not
have authority to stop the work or responsibility for the means, methods,
techniques, equipment choice and use, schedules, or procedures of construction
selected by contractor, for safety programs incident to contractor's work, or for
failure of contractor to comply with laws.
3.
responsibility for Contractor's failure to perform in accordance with the Contract
Documents.
4. ENGINEER is not responsible for any duties assigned to it in the construction
contract that are not expressly provided for in this Agreement
8.7 Interpret the drawings and specifications for the CITY and Contractor(s).
Investigations, analyses, and studies requested by the Contractor(s) and approved
by the CITY, for substitutions of equipment and/or materials or deviations from the
drawings and specifications is an additional service.
8.8 Conduct, in company with the CITY
conformance with the design concept of the Project and general compliance with the
Construction Contract Documents. Participate in an initial walk-through and prepare
a list of deficiencies to be corrected by the contractor before recommendation of final
payment . Participate in a final walk-through and review and
comment on the certificate of completion and the recommendation for final payment
to the Contractor(s). Visiting the site to review completed work in excess of two (2)
trips are an Additional Service.
8.9 Prepare Record Drawings from the information furnished by construction
Contractor(s) and the CITY, reflecting changes made to the Final Drawings during
during construction. The following information shall be provided by the CITY:
1. As-Built Survey
2. Red-Line Markups from Contractor
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 12 of 15
3. Red-Line Markups from City Inspector
4. Copies of Approved Change Orders
5. Approved Substitutions
8.10 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.
1. The following disclaimer shall be included with the Record Drawing stamp:
a. 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
8.11 Submit a set of sealed Final Drawings, modified, and stamped as Record Drawings.
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.
1. Record Drawings shall also be submitted in both Adobe Acrobat PDF format
format and DWG format. There shall be one (1) PDF file and one (1) DWG file for
the plan set. Each PDF and DWG file shall contain all associated sheets of the
particular plan set.
ASSUMPTIONS
DELIVERABLES
A.
B. Review of shop drawings
C. Final Punch List items
D. PDF copy and DWG file of Record Drawings
TASK 9. ADDITIONAL SERVICES AS DIRECTED BY THE CITY
Engineer will complete additional tasks not defined in the above scope, as directed in writing
by the City. The tasks will be performed for a fee agreed upon by the City and Engineer at the
time of authorization. Should the required scope of work exceed $30,672, Engineer will submit
a request to cover the additional work required.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 13 of 15
9.1 Environmental Permitting services as directed by the City, up to $30,672.
(PARD) proposes to rehabilitate the Greenbriar Park Dam, including upstream
armoring, auxiliary spillway repair, spillway reconstruction, and downstream
armoring. The dam impounds an unnamed tributary of Sycamore Creek to form
Greenbriar Lake, which would likely be considered a water of the U.S. Therefore, any
proposed discharge of fill material into the pond would be subject to Section 404 of
inion, the proposed dam rehabilitation activities
could be authorized under a Nationwide Permit (NWP) with the submittal of a
preconstruction notification (PCN) to the U.S. Army Corps of Engineers (USACE).
1. Review Existing Information - FNI will compile readily available existing information
and prepare maps of the proposed project area in preparation for a pedestrian
survey. The types of information that will be gathered will include U.S. Geological
Survey (USGS) 7.5-minute topographic maps, U.S. Fish and Wildlife Service
(USFWS) National Wetlands Inventory (NWI) maps, Natural Resources
Conservation Service (NRCS) soils maps, as well as recent and historical aerial
photographs of the proposed project area.
2. Conduct Site Visit FNI scientists will conduct a site visit to make observations
within the proposed project limits to document existing conditions. The presence
and locations of potential waters of the U.S., including wetlands, and potential
threatened/endangered species habitat will be identified within the proposed project
limits. This task includes conducting detailed wetland delineations, if necessary,
and identification and delineation of ordinary high-water mark(s) (OHWM) within the
limits of investigation for the proposed project. The site visit will also include a
conditional assessment of streams and wetlands, if identified, following the Texas
Rapid Assessment Method (TXRAM) 2.0.
3. Pre-Application Meeting with USACE - Following the pedestrian survey, prepare for
and attend a Pre-application Meeting with the Fort Worth District USACE. The
purpose of the meeting will be to describe the proposed project and proposed
permitting approach to obtain Section 404 permit authorization. For this scope of
services, it has been assumed that the Pre-application meeting will be conducted
by conference call, or virtually via Teams, Webex, or another virtual platform. This
task does not include on-site or in-person meetings with Fort Worth District USACE
staff.
4. Waters of the U.S. Delineation Report FNI scientists will prepare a delineation
report in accordance with USACE guidance to document the types and boundaries
of potential waters of the U.S. within the project area. The delineation report will
include preparation of the required data forms, maps, and our opinion on the
jurisdictional status of the waterbodies identified. The delineation report will also
include the TXRAM data and forms.
5. Texas Historic Commission Coordination - Projects sponsored by public entities
that affect a cumulative area greater than five acres or that disturb more than 5,000
cubic yards require advance consultation with the Texas Historical Commission
(THC) according to Section 191.0525 (d) of the Antiquities Code of Texas. Also, a
Section 404 permit requires compliance with Section 106 of the National Historic
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 14 of 15
review of the project area and supervise the preparation of a coordination letter
including maps and a project description requesting a review by the THC. This task
does not include conducting a cultural resources survey; however, one can be
regulatory archeologist regarding Section 106.
6. Preconstruction Notification FNI will prepare the draft Nationwide Permit PCN in
accordance with requirements of NWP General Condition 32. The draft PCN will be
NWP PCN form, design plans, and other required supporting documentation. The
to the USACE Fort Worth District. FNI will address up to two rounds of USACE
comments/requests for additional information or clarification. Additional requests by
the USACE for site visits, preparation of a compensatory mitigation plan,
preparation of a TXRAM technical memorandum, consultation with other resource
agencies, or excessive requests for additional information resulting in expenditures
.
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 CITY
ENGINEER as a result of any material change to the Scope of the Project shall be
agreed upon in writing by both parties before the services are performed. These
additional services include the following:
Visits to the site in excess of the number of trips included under Basic Services.
Perform detailed structural inspections.
Perform risk assessments.
GIS mapping services or assistance with these services.
Field layouts or furnishing of construction line and grade surveys.
Making property, boundary and right-of-way surveys, preparation of easement and
deed descriptions, including title search and examination of deed records.
Providing shop, mill, or laboratory inspections or materials and equipment outside of
the budgetary hours established above for the on-site representatives. Cost for
retaining an independent testing laboratory for conducting quality assurance testing to
verify Contractor quality control testing. Specialty observation for factory inspection of
manufactured components designated by the CITY .
Prepare a CLOMR report outlining the modeling methodologies, changes between the
duplicate, corrected, and proposed conditions modeling, water surface elevation
comparison tables, and flow change tables.
Appearing before regulatory agencies or courts as an expert witness in any litigation
with third parties or condemnation proceedings arising from the development or
construction of the Project, including the preparation of engineering data and reports
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 15 of 15
for assistance to the CITY. Performing extensive, non-routine investigations, studies
and analyses of substitutions of materials or equipment or deviations from the plans
and specifications.
Assisting the CITY with, preparing for, or appearing at litigation, mediations,
arbitration, dispute review boards, or other legal or administrative proceedings in the
defense or prosecution of proceedings in connection with the Project.
Additional services that are required to comply with local, State or Federal regulations
that become effective after the date of this Agreement.
Additional services required as a result of the failure of the Contractor to complete the
work for any reason within the contract time.
Traffic control plan(s) if required for the construction of the project.
Preparation of a compensatory mitigation plan.
Preparation of a formal written request for USACE authorization under a letter of
permission procedure.
Mitigation monitoring if required by permit conditions.
Coordination of a public hearing to support the Individual Permit effort if required.
General Land Office easements.
Texas Parks & Wildlife Department Sand and Gravel Permit.
U. S. Fish and Wildlife Service coordination under Section 7 of the Endangered
Species Act.
Presence/absence surveys for federally listed threatened/endangered species.
Preparation of a City Forestry or Urban Forestry Tree Removal Application
Cultural resources/archaeology survey
Stream assessment.
Clean Water Act Section 404 Individual Permit
Section 404 Mitigation Plan
Phase I or Phase II Environmental Site Assessment.
Any other environmental services not listed in the above scope of work
Additional field investigations or analysis required to respond to public or regulatory
agency comments.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 1 of 4
Unit 2 Northwest CP - Loughridge Dam
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
Northwest CP - Loughridge Dam (TX00786) is a small-size, high hazard dam regulated by
the Texas Commission on Environmental Quality (TCEQ). The ENGINEER completed a
hydrologic assessment and breach analysis of the dam in 2024 and determined that the
dam is required to safely pass 75 percent of the Probable Maximum Flood (PMF). However,
in its current configuration, Northwest CP - Loughridge Dam is capable of passing 19.5
percent of the PMF and is thus considered hydraulically inadequate.
The scope presented herein is intended to perform an alternatives analysis to develop
rehabilitation concepts that allow the dam to safety pass the required 75 percent of the
Probable Maximum Flood (PMF). The rehabilitation is envisioned to be a phased approach,
as described below:
Phase I Alternative Analysis:Detailed topographic survey and a desktop analysis
intended to develop up to three (3) conceptual alternatives to upgrade the dam to
meet design flood requirements.
Phase II Design Services:Additional analysis / investigations of the selected
alternative (Phase I) that may include the following: geotechnical site investigation
(borings), slope stability analysis, seepage analysis, site civil layout design, and
other analyses deemed necessary. Preparation of construction drawings and
specifications suitable for procuring the services of a qualified contractor.
Phase III Construction Management:Construction management and inspection
services, if requested.
At this time, only tasks related to Phase I Alternatives Analysis are detailed in the following
scope items and associated proposed fee (Attachment B). Future phases will be negotiated
as the project progresses and upon CITY direction.
WORK TO BE PERFORMED
Task 1. Project Management
Task 2. Topographic Survey
Task 3. Alternatives Analysis
TASK 1. PROJECT MANAGEMENT.
ENGINEER will perform Project Management Services outlined in this scope during the
project which is estimated to be nine (9) months.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 2 of 4
1.1. Perform internal project setup and coordination, including project kickoff meetings
and maintaining project schedule. Provide monthly status reports and invoices with
backup documentation for the duration of the project. The assumed project duration
is nine (9) months.
1.2. Participate in project coordination meetings with CITY, via Microsoft TEAMS, as
specified in the following tasks.
1.3.
quality review processes.
1.4. Coordinate subconsultant survey included in this scope of work.
ASSUMPTIONS
A. Eight (8) month duration for Phase I Alternatives Analysis
B. One (1) design kickoff meeting with CITY staff
C. One (1) internal kickoff meeting with ENGINEER staff
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly status reports
TASK 2. TOPOGRAPHIC SURVEY
2.1. Obtain the services of a subconsultant to conduct a topographic survey and
subsurface utility exploration (SUE) of the dam and adjacent downstream areas with
the CITY property boundaries.
2.2. Perform a topographic survey to include spot elevations, tops and toes of slopes,
grade breaks, existing spillway, conduits, and other surface features to define the
area. Horizontal values will be based on Texas State Plane Coordinate System,
North American Datum of 1983, North Central Zone (4202) and scaled to surface.
The vertical values will be based on GPS derived ellipsoid heights and adjusted to
North American Vertical Datum of 1988 (NAVD88) elevations using Geoid 12A. No
bathymetric survey is included as part of this contract.
2.3. Perform Level B SUE survey for underground utilities within the topographic survey
extents.
DELIVERABLES
A. Topographic survey and SUE data
TASK 3. ALTERNATIVES ANALYSIS
The purpose of this task will be to evaluate conceptual rehabilitation alternatives to bring the
dam into compliance with TCEQ regulations. This task will not constitute final design and will
be suitable for construction of the proposed modifications. Upon selection of a preferred
alternative, a registered professional engineer with dam safety experience must be engaged
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 3 of 4
to complete the design, prepare construction drawings, and prepare construction
specifications. Any proposed modifications to the dam must be reviewed and approved by
TCEQ prior to construction.
3.1. Perform up to a half-day site visit to visually observe the existing conditions of the
dam and any topographic or property constraints in the immediate area of the dam.
The site visit will not constitute a dam safety inspection and is only intended to help
inform the development of rehabilitation alternatives.
3.2. Generate precipitation depths based on NOAA Atlas 14, Volume 11 for flood
frequency events ranging from 2-year (50% ACE) to 500-year (0.2% ACE)
recurrence intervals. Storm durations are assumed to be 24 hours and will be
distributed based on a balanced frequency approach.
3.3.
flood performance against frequency events ranging from 2-year (50% ACE) to 500-
year (0.2% ACE) recurrent intervals. Flood performance will be expressed based on
critical exceedance events, such as auxiliary spillway engagement or dam
overtopping, as appropriate. This information will be key to sizing the proposed
alternatives.
3.4. Evaluate up to three (3) rehabilitation alternatives to increase spillway and/or
reservoir capacity to meet the required design flood, as defined by TCEQ under TAC
§ 299.15. Alternatives will be developed related to modifying the spillway structure,
raising the top of dam elevation via earth embankment raise or parapet wall
extension, increasing spillway capacity, or some combination thereof.
3.5. Provide planning-level opinions of probable construction costs (OPCC) for the three
(3) conceptual alternatives, developed in general accordance with AACE
classification guidelines (Class 4/5). These estimates will be intended for
comparative decision-making purposes only and may differ from the actual
construction costs following future detailed design.
3.6. Furnish one (1) digital (PDF) copy of a draft technical memorandum discussing the
conceptual spillway sizing alternatives, along with the planning-level OPCC,
incorporate the comments and furnish one (1) digital (PDF) copy of the final
memorandum to the CITY.
ASSUMPTIONS
A. Attend one (1) virtual (Microsoft TEAMS) meeting with CITY staff to review
comments on the draft technical memorandum.
DELIVERABLES
A. Draft technical memorandum (PDF).
B. Final technical memorandum (PDF).
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 4 of 4
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 CITY
of any material change to the Scope of the Project shall be agreed upon in writing by both
parties before the services are performed. These additional services include the following:
Visits to the site in excess of the number of trips included under Basic Services.
Appearing before regulatory agencies or courts as an expert witness in any litigation
with third parties or condemnation proceedings arising from the development or
construction of the Project, including preparation of engineering data and reports for
assistance to the CITY.
Detailed structural or dam safety inspections.
Detailed design for any dam or spillway modification.
Bid phase services.
Construction phase services.
Perform risk assessments.
Environmental permitting services.
Tree surveys.
Geotechnical investigations, studies, or reports.
GIS mapping services or assistance with these services.
Field layouts or furnishing of construction line and grade surveys.
Making property, boundary and right-of-way surveys, preparation of easement and
deed descriptions, including title search and examination of deed records.
Prepare a CLOMR report outlining the modeling methodologies, changes between the
duplicate, corrected, and proposed conditions modeling, water surface elevation
comparison tables, and flow change tables.
Additional services that are required to comply with local, State or Federal regulations
that become effective after the date of this Agreement.
Additional field investigations or analysis required to respond to public or regulatory
agency comments.
City of Fort Worth, Texas
Attachment B
Revised Date: 08/18/2025
Page 1 of 3
B-1
ATTACHMENT B
COMPENSATION
Compensation
The ENGINEER shall be compensated a total lump sum fee of $0 as
summarized in Exhibit B-1 Engineer Invoice and Section IV Summary of Total
Project Fees. The total lump sum fee shall be considered full compensation for
the services described in Attachment A, including all labor materials, supplies, and
equipment necessary to deliver the services.
The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
Method of Payment
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.
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
Wo
The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
Progress Reports
The ENGINEER shall prepare and submit to the designated representative of the
Parks and Planning Department monthly progress reports and schedules in the
format required by the City.
ATTACHMENT B
COMPENSATION
City of Fort Worth, Texas
Attachment B
Revised Date: 08/18/2025
Page 2 of 3
B-2
IV. Summary of Total Project Fees
Firm Primary Responsibility Fee Amount %
Prime Consultant
Freese and Nichols,
Inc.
Greenbriar Park Dam
Rehabilitation $370,100.00 %
Proposed Sub-Consultants
Survey $00
TOTAL $100%
Project Number & Name Total Fee Sub Fee
104950 Greenbriar Park Dam Rehabilitation $.00 $
-1
ENGINEER INVOICE
(Supplement to Attachment B)
City of Fort Worth, Texas
Attachment B
Revised Date: 08/18/2025
Page 3 of 3
B-3
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
�
�
�
�
7
N
N �
N �
m �
N �
c �
� �
� �
Q �
7
`w
J
� I
= a
� U
U �//
d a�
'� �
a y
0
Z
m
c
O
�
s
L
a�
�
� @ �
V � N
�O Y co
� O
� � �
N �4 �
m
N � �
V a� �
•� � O
d �
�
!4
�
O �
u
�N .i.i y
u� �.i o
O �O a
V V �
aa�
E
Z
d
U
.�
c
�
� U
O C
_ V�
U �
� d
U
N
C y
w
W `p�
a �
� _
fn IL
�
0
w
u
.0
7
T
�
�
a
A
3
�
N
m'
r
�
�
�
U
�.
�v
�9
>w
��
:: w
� �o
aa
E
o c
U L
N,
N 3
U �
� 9
C �
� �
T �
�„
d�
r
3�
�
�;
0
Z
`m
d
�
Z
c�
v
N
�
U
ui
�
R
Z
T
�
m
a
�
0
U
� v �
v c -a
_ ar Q Q
.���X E
aEiOF�i �
d
m
�
�
�
# E
�;� o
c�,1 3 lL H
a°>aa,��v
� � � 0 0 O
a a`_,=vv„
� V V U
C C � � � O
3 3 ITO G/ G/ �
v>v>av>v>5
� o
C N
� = o
.� � �
� m �
C �
N V
� ;
7 �
U —
y >'
u �
� o
C >
_ y
� a`
C =
d �
� Q
d N
a
�
� �
� _
� a o
J � �
o a
v
�r
a� .. o
E � � a�
� O
a � ❑ �
aa �
C
N �
� �
� O
c �
a Q
E
Q
O
� �+ W
� = O
7 �
y O
`I � �
aa�
c
0
G.
�L
r.i
N
d
�
d
Q
�
Y
O
� U
� �
� c
0 m
w
lL p
m
�
C
W
� N M O N�p
�, c c c c c c
G1 F F F F F F
G% Y Y Y Y Y Y
� � � � � � �
0
m
0
m
�
vj
c
m
Q
�
d
�1
R
.r
o �
0
�
M L
O �
�' a
�
� —
�
a�
9
0
O
m
�
�i
�,
�
�
�O
>
C
N
i
H
N
io
`�
r
0
a
.'
d c
q T
� a
� Q
�9
o �
� 3
a m
a H
a H
'o m
> t
� c
f6 c '"
� := o
� a �
� a �
� o m y
.` V o
i `C ; '-
� ��
� `�a
m p a d 'o
°' Ea`
m J c
1 9 y C
N ^ � L
a U "_, "__ a'�
� D N .O 4
j� (n � V >
c w
C � C -
� � _ a � c
c L
� L = rn>`3
c c
'� � n '- ^' c
a O Vl LL� U
�
�
.�
�
(6
L
N
�
C y
V
�`
m
�
G1��c
C� f6 c� rn
•O ^ � � _
� '•� � � -
N � � = Z
Qi � � N
(i � ln C
•� L 0 � �
��w �
� �
p � � � � Z
ZO T
•y V � a c+w R
w •� d~ Nt �
� ` �
O O« o o«� O
d di�3LLc�a U
0
N
�
u p�j y r
'" v �n v�
°1 n n
� � n �
� N _. _.
N
W
'6 W
'O C
aL
_vQ
m � w x
w O � LL
�
� �
#k «k E
N
� m ° o
� LL F
a i m ui ui ui
h � � 0 0 �
i �
W W� W W d
- v u u �
c a �,�Z �Z 'o
3 7 10 W W�
� � a � � C
�
=-�o
:_ � �;
R W o
E R ai
�m�
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
E � � °�
m � io 0
N O p m
Q Q
c
°� c
� �
C �
�a
Q
�
d�
Da
c �
£ Z
Q
C
N � O
7 rn
N O ,�
Q Q �n
O
.y
❑
N
�
r
R �
�
C
d
G
N
d
�
�
C
o y
o `
o GI
us �
N
>
�
0
�C
�
N
's
H
N
Y
�
�
�
�
d3`u
Rg�
a��
m�oy'`,
ws:a
i�����
�=
�;
=;x
�aa
�
E
R
O
a Z °'
w
t O c
L
rs Y m
3
a
0
y � J
rma
w o � V
m W � �
a=
s �r�i�r
W J H 2
�I�II�
E
40
�m_
LL�O
U¢a
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of 1
CHANGES AND AMENDMENTS TO STANDARD
AGREEMENT
Design Services for
Greenbriar Park Dam Rehabilitation
No amendments proposed.
City of Fort Worth, Texas
Attachment D
Revision Date: 07.20.2018
Page 1 of 3
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 entitled
Engineer Project Schedule.
ENGINEER
planned sequencing of the work activity and timing of the work.
B. Schedule Tier Selection
Specification 00 31 15, to align with the size and complexity of the project as a basis for
vel for the
ENGINEER project schedule as part of the negotiation of the Agreement.
C. Project Baseline Schedule
ENGINEER
Specification 00 31 15
which will be referred to as the Project Baseline Schedule. Updates to the baseline
schedule follow the requirements of
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 tion 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 project baseline and progress schedule submittals will be an integral part
of the development and updating chedule.
City of Fort Worth, Texas
Attachment D
PMO Release Date: 02.15.2011
Page 2 of 3
Project Schedule
Unit 1 Greenbriar Park Dam Rehabilitation (CPN 104950)
Project Phase Anticipated Start Anticipated Duration Anticipated
Completion
Project Kickoff and
Initial Coordination 10/13/2025 7 calendar days 10/20/2025
Tree Survey 10/13/2025 60 calendar days 12/12/2025
Aquatic Resource
Relocation Plan 8/25/2025 90 calendar days 11/23/2025
Geotechnical Analysis 12/12/2025 45 calendar days 1/26/2026
Environmental
Permitting 10/13/2025 300 calendar days* 8/9/2026
60% Design 10/20/2025 137 calendar days 3/6/2026
City Review 60%
Design 3/6/2026 14 calendar days 3/20/2026
90% Design 3/20/2026 56 calendar days 5/15/2026
City Review 90%
Design 5/15/2026 14 calendar days 5/29/2026
100% IFC 5/29/2026 21 calendar days 6/19/2026
City Review 100% IFC 6/19/2026 14 calendar days 7/3/2026
Notes: * Permitting may take up to 300 calendar days.
City of Fort Worth, Texas
Attachment D
PMO Release Date: 02.15.2011
Page 3 of 3
Unit 2 Northwest CP Loughridge Dam (CPN 106326)
Project Phase Anticipated Start Anticipated
Duration
Anticipated
Completion
Project Kickoff and
Initial Coordination 10/13/2025 25 calendar
days 11/7/2025
Topographic Survey 11/10/2025 32 calendar
days 12/12/2025
H&H Sizing of
Alternatives 12/15/2025 46 calendar
days 1/30/2026
Update Hydrologic
Models 2/2/2026 25 calendar
days 2/27/2026
OPCC and Civil Design
Analysis 3/2/2026 46 calendar
days 4/17/2026
Prepare Draft Tech
Memo 4/20/2026 32 calendar
days 5/22/2026
City Review Meeting 5/26/2026 10 calendar
days 6/5/2026
Submit Final Tech
Memo 6/8/2026 11 calendar
days 6/19/2026
' F'.�: �:Si_ '}tEY.
' r ES-nTES
i - - -'i
.� —�
Eayl� '
� hhountain
I PAi21{ CL��
„ I .
UMM�RFIELCS
E��tE RAf�CN � ��.
�i vv��'IloY: ii I' _
�, 'N8t2�� _
� -- _ s �u�!-�,I_ .. - - - �...3 ' --
_ =.=i UCL ��" — — h«orti� � - �
��;r% � R?cnland I�tfs:.
L- =v �r � . .r�M1 � � � `-
LskeV`.�:,ft�:� R"c!r�ar�d�='Is!� i'-}
':�r�vo��n Pa�k �;ar,�c�r,� � -- —
=� _ � alt��' Ci#'r
�� ���� bV�r�':� �:� = I�':+a,�ti': _ � — _��.
�A
,4 V�LH�4E � ic7 P
T. �
� , � � 0 i�ti .� . a
R:�wer Oaks ' �'
�� �� �
'F+y'I'��:E' 4�'��°�,ri0'=}! � , .
� ��tt���,��,� �w� ��= F�rt 1�V�r�h � --�
..��
15=j �"�'-_�.-4
s4 E57 :,c
. •'c�JO'h'9ROOR 'i
.- .-_. -�.=_...--- - —���,For�l��orf17 �o�a II I
, _ -__r.ir. �� � ' S�O� 5 }-�:
•RI�J"a_er'SHILLS _-� '� ., •oi���
- � .�.,_,i
+ k� �I� -- - '
LAKE GREENBRIAR
_ }� i" 5 r� �a .
;r .- -- -_ ��� DAM
i.�� u �� Q
� }- ,.SGU-� �:I_j° �
Fs��±Cf00�4 �!► -�.. — �
� ~ � ' -�'•�.`� ��
F �_�::-_ -` '"-Fare�st�Hifl� .
- -. '� , -;��
--.--.�, vrF�cwoo� :
� i, Kenn�da:e .
� '
� Lr�.`;dLER16GE
1 F.4R SDiITkV,'EST EY�ff1�l873
r r, ���
- - _ 'i
N Legend
/ � � Project Location
/i\
FNI PROJECT: OFF24OSO FREESE FORT WORTH, TEXAS
Fi�E' project Location Map ��°NICHOLS Greenbriar Park Dam Rehabilitation EXHIBIT
�°'TE' qpril 25, 2025
801CHERRYSTREET,�zBoo pROJECT LOCATION MAP E
PREPARED: RGS FORTWORTH,TX76102
�.;.
_=,,:�
_..y._
� h,�Four�ta;;-,
E��tE RAf�CN
�
_ ,-�;� _,-�
' _- _ �i-�,-
_ —.=iUCt
°5'� ?EEM
LOUGHRIDGE �
�`�- =�
LAKE DAM
v v ��'ll oY:
����, �
��
, ,
.--
�iOFt�3 —
land I�tfs:.
L _
�. _� �r � � ���: �
Lske V`.�:,ft�:.
':�r�vo��n Pa�k �;ar,�c�r,� � --
�_
�� ���� bV�r��:� �:� = I�;:+a,�ti': = �
�A
,4 V��H�4E I
T. �
'" 0 ,�ti
R:�wer Oaks �
� ��
'F+y'I'��:E' 4�'��°�,ri0'=}�
�PttiER1E"li 'YI 8�=
3�� �-�,� ,�,
� alt�..-' Ci#'r
_ - I��
�� �f, � � �
r�
_��
F�rt 1�V�r�h . .� .�� -
15=J �"�-_.*�- s4 E57 �
. •'c�JO'h'9ROOR C�
_ _. � Y.__+� _-_ -
.. � . .. . � . _.��_��i �
II
, _ -__r.ir. ��FDI��'�Of��l '00 � i 5�0�5
•RI�J"a_er'S HILLS
. . � �'"
1
_ } � i" 5 r�
ir .- -
.`- -
Fs��±Cf00�4
f;
m
�
�
r
��'
r,,t�
�
�
} �.
�
�
.�6j �.
I�
i ��'�'- 0
�� ''���OUiH HILLS �
+�' ' �--.� �
� �-�-=-v - - - �� � ���.
�' ��- -
F Eagecliff '�-Fare�st�H
'� l�i'�'ac8 ,
wF�Gwoo�
i�
�
Lr�.`;dLER16GE
F.4R SDiITkV,'EST
Everrnan
/
FNI PROJECT: OFF24OSO FREESE
Fi�E' project Location Map ��°NICHOLS
�°'TE' qpril 25, 2025
801 CHERRY STREET, #2800
PREPARED: RGS FORTWORTH,TX76102
�—r --.t� �
Kenn�da:e �
Legend
� Project Location
FORT WORTH, TEXAS
Northwest CP - Loughridge Dam EXHIBIT
PROJECT LOCATION MAP E
�
' PAi21{ CL��
`T�UMM�RFIELCS
�
iL�4 'i
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.
(check applicable)
and my date of birth is _______________________.
(state) (zip code) (country)
(year)(month)
_______, ______________, _________.
State of ________________, on the _____day of ___________, 20_____.
(city)
(Declarant)
Pam Fordtran February 12, 1962
800 N. Shoreline, Suite 1600N Corpus Christi TX 78401 USA
Nueces Texas 12th September 25
(check applicable)
and my date of birth is _______________________.
(state) (zip code) (country)
(year)(month)
_______, ______________, _________.
State of ________________, on the _____day of ___________, 20_____.
(city)
(Declarant)
Lisa Boggs April 18, 1958
800 N. Shoreline Boulevard, Suite 1600N Corpus Christi TX 78401 USA
Nueces Texas 30th September 25
Signature: s�zt,��
Email: Scott.Penn@fortworthtexas.gov
Signature: K����;� �B�
Signature: Z�"'a� ���n"��
L
Email: joel.mcelhany@fortworthtexas.gov
Signature: � u/�B�
Email: katherine.cenicola@fortworthtexas.gov Email: Elisa.Winterrowd@fortworthtexas.gov
�ORTWORTHo
Routing and Transmittal Slip
Park & Recreation
Department
DOCUMENT TITLE: professional Service Agreement
M&C: 25-0906 CPN:104950&106326 CSO: DOC#:
Date:
To: Name Department Iu�±:�!s Date Out
1. Ahana Basnet Contract Compliance manager .A 3
2. Murphy H. Parks Consult Lead Manager ���M�p
3. Jing Yang LA Manager ,�.
4. Scott Penn Sr Capital Project Manager. ,sp
5. Joel McElhany PARD Asst Director ,�
6. Dave Lewis PARD Director
7. Doug Black Sr Asst City Attorney on,�,.,=a,.,�k
8. Dana Burghdoff Asst City Manager ��
9. Katherine Cenicola Asst City Secretary Kc
10. Jannette Goodall City Secretary �Prc� �,. �
11. Allison Tidwell City Secretary Admin Asst �
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES �No NEXT DAY: ❑YES �No
ROUTING TO CSO: �YES ❑No
Action Repuired:
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs
Return to: Ahana.basnet(c�fortworth.com Ca11682-344-8082 with questions. Thank you!
City Secretary’s Office
Contract Routing & Transmittal Slip
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.
Contractor’s Name:
Subject of the Agreement:
M&C Approved by the Council? *Yes No
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes No
If so, provide the original contract number and the amendment number.
Is the Contract “Permanent”? *Yes No
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential?*Yes No If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: Expiration Date:
If different from the approval date. If applicable.
Is a 1295 Form required?* Yes No
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number:If applicable.
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes No
Contracts need to be routed for CSO processing in the following order:
(Approver)
Jannette S. Goodall (Signer)
Allison Tidwell (Form Filler)