Loading...
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)