Loading...
HomeMy WebLinkAboutContract 64129City of Fort Worth, Texas Professional Engineering and Design Services Standard Agreement for Engineering Related Design Services 104410 Revised Date: August 18, 2025 Page 1 of 14 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality ("CITY"), and Westwood Professional Services, Inc., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Professional Engineering and Design Services – Project No.104410. 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 $98,442 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 Professional Engineering and Design Services Standard Agreement for Engineering Related Design Services 104410 Revised Date: August 18, 2025 Page 2 of 14 Article IV Obligations of the Engineer A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The ENGINEER shall perform its services: (1) with the professional skill and care ordinarily provided by competent engineers practicing under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. C. Designation of Engineer’s Personnel (1) The ENGINEER and CITY shall agree upon the designation of the ENGINEER’s “Project Manager” prior to starting work on contract. (2) ENGINEER shall inform CITY in writing of a proposed change to their designated project manager prior to making the change or immediately upon receiving notification that the designated project manager is separating employment with the ENGINEER. (3) ENGINEER shall provide resumes to the CITY of the proposed replacement project manager(s), who shall have similar qualifications and experience as the outgoing person, for review and approval. D. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. City of Fort Worth, Texas Professional Engineering and Design Services Standard Agreement for Engineering Related Design Services 104410 Revised Date: August 18, 2025 Page 3 of 14 (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. E. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. F. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the contract documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the contract documents, nor shall anything in the contract documents or this AGREEMENT between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a City of Fort Worth, Texas Professional Engineering and Design Services Standard Agreement for Engineering Related Design Services 104410 Revised Date: August 18, 2025 Page 4 of 14 deviation from the contract documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the contract documents. G. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. H. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the contract documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are no other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. City of Fort Worth, Texas Professional Engineering and Design Services Standard Agreement for Engineering Related Design Services 104410 Revised Date: August 18, 2025 Page 5 of 14 I. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to reproduce such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of hard copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE Engineer shall not commence work under this Agreement until it has obtained all insurance required under Attachment F and City has approved such insurance. L. Independent Consultant City of Fort Worth, Texas Professional Engineering and Design Services Standard Agreement for Engineering Related Design Services 104410 Revised Date: August 18, 2025 Page 6 of 14 The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior shall not apply. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City City of Fort Worth, Texas Professional Engineering and Design Services Standard Agreement for Engineering Related Design Services 104410 Revised Date: August 18, 2025 Page 7 of 14 A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to City of Fort Worth, Texas Professional Engineering and Design Services Standard Agreement for Engineering Related Design Services 104410 Revised Date: August 18, 2025 Page 8 of 14 claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER’s negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at the construction site, and provisions providing for contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. City of Fort Worth, Texas Professional Engineering and Design Services Standard Agreement for Engineering Related Design Services 104410 Revised Date: August 18, 2025 Page 9 of 14 J. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure CITY and ENGINEER shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. D. Termination (1) This AGREEMENT may be terminated a.) by the City for its convenience upon 30 days' written notice to ENGINEER. City of Fort Worth, Texas Professional Engineering and Design Services Standard Agreement for Engineering Related Design Services 104410 Revised Date: August 18, 2025 Page 10 of 14 b.) by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days’ written notice or thereafter fails to diligently complete the correction. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Reasonable cost of reproduction or electronic storage of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) The reasonable time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all projected termination expenses. The CITY'S approval shall be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification The ENGINEER shall indemnify or hold harmless the CITY against liability for any damage committed by the ENGINEER or ENGINEER’s agent, consultant under contract, or another entity over which the ENGINEER exercises control to the extent that the damage is caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney’s fees in proportion to the ENGINEER’s liability. G. Assignment ENGINEER shall not assign all or any part of this AGREEMENT without the prior written consent of CITY. City of Fort Worth, Texas Professional Engineering and Design Services Standard Agreement for Engineering Related Design Services 104410 Revised Date: August 18, 2025 Page 11 of 14 H. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. I. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. J. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. K.Contract Construction/No Waiver The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed and revised Agreement and that the normal rule of contract construction, to the effect that any ambiguities are to be resolved against the drafting party, must not be employed in the interpretation of Agreement or any amendments or exhibits hereto. The failure of CITY or ENGINEER to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of CITY’s or ENGINEER’s respective right to insist upon appropriate performance or to assert any such right on any future occasion. L.Immigration Nationality Act City of Fort Worth, Texas Professional Engineering and Design Services Standard Agreement for Engineering Related Design Services 104410 Revised Date: August 18, 2025 Page 12 of 14 ENGINEER shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by CITY, ENGINEER shall provide CITY with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. ENGINEER shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any ENGINEER employee who is not legally eligible to perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER, ENGINEER’S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ENGINEER, shall have the right to immediately terminate this Agreement for violations of this provision by ENGINEER. M.Prohibition On Contracts With Companies Boycotting Israel ENGINEER unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, ENGINEER certifies that ENGINEER’S signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. N.Prohibition on Boycotting Energy Companies ENGINEER acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the CITY is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms “boycott energy company” and “company” have the City of Fort Worth, Texas Professional Engineering and Design Services Standard Agreement for Engineering Related Design Services 104410 Revised Date: August 18, 2025 Page 13 of 14 meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, ENGINEER certifies that ENGINEER’s signature provides written verification to the CITY that ENGINEER: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. O.Prohibition on Discrimination Against Firearm and Ammunition Industries ENGINEER acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the CITY is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms “discriminate,” “firearm entity” and “firearm trade association” have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, ENGINEER certifies that ENGINEER’s signature provides written verification to the CITY that ENGINEER: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or 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 � Jesica McEachern Assistant City Manager Date: 10/13/2025 ATTEST: r1� Jannette Goodall City Secretary APPROVAL RECOMMENDED: �z..... By: ''"''° ?ci,u, [Oct6, 2025 09il4i42 CDT) Lauren Prieur Director, Transportation & Public Works APPROVED AS TO FORM AND LEGALITY ·fJUlat:..By: Douc.las Blac� !Oct Ii. 2025 15:29:46 CDT1 Douglas W Black Sr. Assistant City Attorney Contract Compliance Manager: BY: ENGINEER Westwood Professional Services, Inc. Christopher J. Cha, P.E. Director, Public Infrastructure Date: September 24, 2025 M&C No.: M&C Date: 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. "j\9s'f�/ Sagar Medisetty, P.E. Engineering Manager (Traffic) City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services Revised Date: August 18, 2025 Page 14 of 14 Professional Engineering and Design Services 104410 ATTACHMENT A FORTWORTH�:, SCOPE OF SERVICES Scope for Enqineerinq Desiqn Related Services for Intersection Improvements The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE The objective of the FM 1220 at Golf Club Drive Highway Safety Improvement Project (HSIP) is project is to improve safety of the intersection by providing a NEW TRAFFIC SIGNAL, ADA COMPLIANT PEDESTRIAN INFRASTRUCTURE, INTERSECTION SAFETY LIGHTING, EXTEND SB APPROACH RAISED MEDIAN, REFRESH PAVEMENT MARKINGS, ADD PEDESTRIAN CROSSINGS WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design (30%) Task 3. Preliminary Design (60%) Task 4. Final Design (90% and 100%) Task 5. Survey and Subsurface Utility Engineering Services Task 6. Permitting City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 16 FORT WORTH�;, TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team: • Lead, manage and direct design team activities • Ensure Quality Control / Quality Assurance (QC/QA) is practiced in perFormance of the work. • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting: • Attend a pre-design project kickoff/charter meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY and TxDOT requirements. • Attend one (1) field meetings with CITY representatives after 30% plan has been reviewed. • Conduct review meetings with the CITY and TxDOT on need basis at the end of each design phase. Maximum Three (3) meetings. • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. Please include tasks completed summary for that billing period. • Prepare and submit monthly Project Status Reports in the format provided by the respective Transportation and Public Works Department. • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. ASSUMPTIONS • One (1) pre-design project kickoff/chartering meeting • One (1) field review meeting • The 90% submittal required for the City and 95% submittal required for TxDOT will be the same submittal and will be labeled "95% submittal" on documents. • Up to three (3) plan review comments resolution meetings (60%, 90%/95%, and 100%). If there are no critical review comments, meeting can be cancelled and just share the review comments resolution spread sheet. • Plan review meetings will be conducted by City staff to include TxDOT staff comments. City of Fort Worth, Texas Page 2 of 16 Attachment A PMO Release Date: 02.06.2015 Page 2 of 16 FORT WORTH� • All submittals to the City will be Quality checked prior to submission. • Project design phase is anticipated to take maximum (12) months including environmental clearance and ROW acquisition. DELIVERABLES A. Baseline design schedule B. Monthly invoices City of Fort Worth, Texas Page 3 of 16 Attachment A PMO Release Date: 02.06.2015 Page 3 of 16 FORT WORTH� TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY and TxDOT per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to obtain the CITY's endorsement and TxDOT's approval of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • CITY shall collect and provide turning movement counts and any traffic study required for the project. In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. 2.2. Subsurface Utility Engineering Provide SubsurFace Utility Engineering (SUE) per Task 8. 2.3. Utility Clearance • ENGINEER will develop the design of CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. Where conflicts cannot be avoided, coordination of Utility Conflicts will begin at the Conceptual Design phase. • In the case of a public utility conflict, the ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • In the case of a private Utility Conflict, the ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts to be included in a Utility Clearance Letter for coordination. The ENGINEER may need to coordination directly with the private utility provider if that provider needs to undertake design to adjust their utility's location. City of Fort Worth, Texas Page 4 of 16 Attachment A PMO Release Date: 02.06.2015 Page 4 of 16 FORT WORTH� • The ENGINEER shall upload a PDF file of the approved preliminary plan set to the designated project folder in the City's document management system (BIM 360) for forwarding to all utility companies which have facilities within the limits of the project. The PDF file should be created directly from the CAD files. 2.4 The Conceptual Design Package shall include the following: Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. • TxDOT Project Summary Sheets that include TxDOT item numbers and estimated quantities. • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. • Conceptual plan and profile sheets showing existing and proposed horizontal roadway alignments, existing and proposed ROW, existing and proposed sidewalks and driveways, proposed lane dimensions and lane arrows, existing drainage structures, and city owned and franchise utilities. • Traffic signal existing conditions and removals layout sheet. • Traffic signal proposed conditions layout sheet showing the location of proposed signal poles and mast arms, ground boxes, controller cabinet, preliminary ADA ramps and electrical service meter. • Documentation of key design decisions. • Estimates of probable construction cost. ASSUMPTIONS • PDF files created from design CAD drawings will be uploaded to the designated project folder in the City's document management system (BIM 360). ENGINEER shall not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. • ENGINEER will provide TxDOT submittal files/copies in format and quantity requested by TxDOT Project Manager. DELIVERABLES A. Conceptual Design Package B. Opinion of probably construction cost (OPCC). City of Fort Worth, Texas Page 5 of 16 Attachment A PMO Release Date: 02.06.2015 Page 5 of 16 FORT WORTH� TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans, specifications, and estimates (PS&E) package shall be submitted to CITY and TxDOT per the approved Project Schedule. ENGINEER will develop the PS&E as follows. 3.1. The Preliminary PS&E plans shall include the following as necessary: • Title Sheet & index sheet • Project Layout & Survey Control Sheets • General Notes • Project Summary Sheets • Traffic Control Details when typical are not applicable • Paving Improvements Layout • Showing north leg median extension • Barrier Free Ramp designs • Traffic Signal Existing Conditions and Removals • Proposed Traffic Signal Layout • Traffic Signal Equipment Detail • Traffic Signal Summary Charts • Pavement Marking & Signage Removal Plans • Proposed Pavement Marking & Signage Plans • Traffic Lighting Plans (if needed) • Erosion Control Plans • Applicable City/TxDOT Standard Details The PS&E package will also include: • Estimates of probable construction cost. • Forms required by TxDOT • Utility Clearance Package 3.3. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.5. Utility Clearance • ENGINEER will develop the design of CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. Where conflicts cannot be avoided, coordination of Utility Conflicts will be identified at the Conceptual phase and begin at the Preliminary Design phase. City of Fort Worth, Texas Page 6 of 16 Attachment A PMO Release Date: 02.06.2015 Page 6 of 16 FORT WORTH�;, • In the case of a public utility conflict, the ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. In the case of a private Utility Conflict, the ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts to be included in a Utility Clearance Letter for coordination at each design milestone. The ENGINEER may need to coordination directly with the private utility provider if that provider needs to undertake design to adjust their utility's location. • The ENGINEER shall upload a PDF file of the approved preliminary plan set to the designated project folder in the City's document management system (BIM 360) for forwarding to all utility companies which have facilities within the limits of the project. The PDF file should be created directly from the CAD files. • ENGINEER to obtain utility as-builts and/or do field visits to confirm relocation is complete and that the utility has been relocated in accordance with the plans, report any discrepancies found, and provide documentation to support findings. • ENGINEER to upload all utility as-builts in the City's document management system (BIM 360) ASSUMPTIONS • PDF files created from design CAD drawings will be uploaded to the designated project folder in the City's document management system (BIM 360). • All submitted documents and checklists will be uploaded to the designated project folder in the City's document management system (BIM 360). • ENGINEER will provide TxDOT submittal files/copies in format and quantity requested by TxDOT Project Manager. • TxDOT specifications and General Notes will be used and plans will be developed according to TxDOT standards. ENGINEER shall submit special specifications to TxDOT for approval if needed. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications including QC/QA documentation. B. Utility Conflict Coordination Package C. Estimates of probable construction cost D. TxDOT forms and documentation as required by TxDOT Project Manager City of Fort Worth, Texas Page 7 of 16 Attachment A PMO Release Date: 02.06.2015 Page 7 of 16 FORT WORTH� TASK 4. FINAL DESIGN (90 PERCENT CITY / 95 PERCENT TxDOT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). • Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Final draft construction plans (90%/95%) including specifications shall be submitted to CITY and TxDOT per the approved Project Schedule. • The ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts to be included in a Utility Clearance Letter for final coordination. • Following a 90%/95% construction plan review meeting with the CITY and TxDOT, the ENGINEER shall submit Final Plans (100%) to the CITY and TxDOT per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • Project Summary Sheets will be included in the 60%, 90%/95% and 100% design packages. • The ENGINEER shall submit an estimate of probable construction cost with the 60%, 90%/95% and 100% design packages. This estimate shall use standard TxDOT bid items. ASSUMPTIONS • A PDF file for the 90%/95% Design will be created from design CAD drawings and will be uploaded to the project folder in the City's document management system (BIM 360). • A PDF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in City's document management system (BIM 360). • ENGINEER will provide TxDOT submittal files/copies in format and quantity requested by TxDOT Project Manager for each submittal. DELIVERABLES A. 90%/95% construction plans and specifications including QC/QA documentation. B. Utility relocation documentation. C. 100% construction plans and specifications including QC/QA documentation. D. Detailed estimates of probable construction costs including summaries of bid items and quantities using TxDOT's standard bid items and format, as applicable E. Original 11 "x17" size cover mylar for the signatures of authorized CITY officials. F. TxDOT forms and documentation as required by TxDOT Project Manager City of Fort Worth, Texas Page 8 of 16 Attachment A PMO Release Date: 02.06.2015 Page 8 of 16 FORT WORTH� TASK 5. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 5.1. Design Survey • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project in accordance with TxDOT guidelines and to include the following effort:. — Obtain complete and accurate topographic information of the area along the proposed route. The survey will encompass the entire existing ROW and a maximum of 20 feet outside of the existing ROW. Topographic survey will be completed, and a digital terrain model prepared for use in engineering design. — Provide all field surveys necessary to determine the limits of existing right-of-way and/or easements. — Provide horizontal and vertical control monuments at approximately 500- foot intervals along the project route. - Design Survey limits will be as follows: General planimetric design survey up to 250 feet along the north leg, 580 feet along the west leg, and 525 feet along the south leg of the intersection showing cub lines, surface utilities, sidewalk, etc. Detailed topography shots will be collected within up to 50 feet (+/- 20 feet) of the curb return or median noses to accommodate the design of barrier free ramps, sidewalk transitions, and median extensions. Level C utility information will be collected and surveyed up to 50 feet from the curb returns. 5.2. Subsurface Utility Engineering Provide SubsurFace Utility Engineering (SUE) to Quality Level D, C, 8, and A, as described below. The SUE shall be performed in accordance with Cl/ASCE 38-02. Qualitv Level D • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as City of Fort Worth, Texas Page 9 of 16 Attachment A PMO Release Date: 02.06.2015 Page 9 of 16 FORT WORTH� required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Qualitv Level C(includes tasks as described for Qualitv Level D) • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. • Survey surface features of subsurface utility facilities or systems, if such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. • The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surFace markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Level B(includes tasks as described for Qualitv Level C) • Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. City of Fort Worth, Texas Page 10 of 16 Attachment A PMO Release Date: 02.06.2015 Page 10 of 16 FORT WORTH� • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. Level A(Not include in LOE) • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • Provide paving thickness and type, where applicable. • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. ASSUMPTIONS • Survey limits are: within the project intersection and 150' feet each direction along each street. • SUE is expected to be a 2-day level of effort. SUE extents will be limited to primarily cover the area of influence near the curb radii of the signalized intersection. DELIVERABLES A. Drawing of the project layout with dimensions and coordinate list. B. SUE plan drawings sealed by a professional engineer registered in the State of Texas. City of Fort Worth, Texas Page 11 of 16 Attachment A PMO Release Date: 02.06.2015 Page 11 of 16 FORT WORTH�;, TASK 6. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain any and all agreements and/or permits normally required for a project of this size and type, as follows 6.1 Texas Department of Licensing and Regulation (TDLR, Kinetic Access) • Identify and analyze the requirements of the Texas Architectural Barriers Act, Chapter 68 Texas Administrative Code, and become familiar with the governmental authorities having jurisdiction to approve the design of the Project. • ENGINEER is responsible for providing plans that are in compliance with TDLR requirements. • Submit construction documents to the TDLR • Completing all TDLR forms/applications necessary • Obtain the Notice of Substantial Compliance from the TDLR • Request an inspection from TDLR or a TDLR locally approved Registered Accessibility Specialist no later than 30 calendar days after construction substantial completion. Advise the CITY in writing of the results of the inspection. • Responding to agency comments and requests • All costs associated with TDLR plan review and inspections are to be paid by the ENGINEER during the course of the project. ASSUMPTIONS • TDLR Permit preparation will begin after approval of the 90%/95% Design. • ENGINEER will pay TDLR project registration, plan review, and final inspection costs. 6.2 Environmental Services (Berg Oliver) Environmental Documentation Standards Each environmental service provided by WPS must have a deliverable. Deliverables must summarize the methods used for the environmental services and the results achieved. The summary of results must be sufficiently detailed to provide satisfactory basis for thorough review by the CLIENT, FHWA, and (where applicable) other agencies with regulatory oversight. All deliverables must meet regulatory requirements for legal sufficiency and adhere to the requirements for reports enumerated in the CLIENT's National Environmental Policy Act of 1969 (NEPA) Memorandum of Understanding (MOU). A. Quality Assurance/Quality Control Review For each deliverable, WPS shall perform quality assurance quality control (QA/QC) reviews of environmental documents and on all supporting environmental documentation to determine whether documents conform with: City of Fort Worth, Texas Page 12 of 16 Attachment A PMO Release Date: 02.06.2015 Page 12 of 16 FORT WORTH� 1. Current Environmental Compliance Toolkit guidance, documentation requirements, and templates published by TxDOT's Environmental Affairs Division (ENV) and in effect as of the date of receipt of the documents or documentation to be reviewed; 2. Current CLIENT and federal laws, regulations, policies, guidance, agreements, and memoranda of understanding between the CLIENT and other CLIENT or federal agencies; and 3. Guidelines contained in Improving the Quality of Environmental Documents, A Report of the Joint AASHTO/ACEC Committee in Cooperation with the Federal Highway Administration (May 2006) for: a. Readability, and b. Use of evidence and data in documents to support conclusions. Upon request by the CLIENT, WPS shall provide documentation that the QA/QC reviews were performed by qualified staff. B. Deliverables must contain all data acquired during the environmental service and be written to be understood by the public in accordance with the TxDOT's Environmental Toolkit guidance, documentation standards, and current guidelines, policies, and procedures. C. Electronic versions of each deliverable must be written in software that is fully compatible with the software currently used by the CLIENT and provided in the native format of the document for future use by the CLIENT. WPS shall supplement all hard copy deliverables with electronic copies in searchable Adobe AcrobatT"' (.pdfl format, unless another format is specified. Each deliverable must be a single, searchable .pdf file that mirrors the layout and appearance of the physical deliverable. WPS shall deliver the electronic files on CD, DVD, or USB flash drive in both the document's native format and the PDF format. D. Submission of Deliverables 1. Deliverables must consist of documentation to support a categorical exclusion (CE) determination. Technical reports and documentation must be prepared to support the applicable environmental classification (e.g. CE). Additionally, an Open-Ended (d) list Categorical Exclusion Classification Request Form must be prepared to classify the project as an Open Ended (d) list CE, if needed. 2. All deliverables must comply with all applicable CLIENT and federal environmental laws, regulations, procedures, and TxDOT's Environmental Compliance Toolkits, documentation requirements, and templates. 3. On the cover page of any environmental documentation, WPS shall insert the following language in a way that is conspicuous to the reader or include it in a CE project record: City of Fort Worth, Texas Page 13 of 16 Attachment A PMO Release Date: 02.06.2015 Page 13 of 16 FORT WORTH� "The environmental review, consultation, and other actions required by applicable Federal environmental laws for this project are being, or have been, carried-out by TxDOT pursuant to 23 U.S.C. 327 and a Memorandum of Understanding dated December 9, 2019, and executed by FHWA and TxDOT." E. The CLIENT will provide the CLIENT's and other agency comments on draft deliverables to WPS. WPS shall revise the deliverable: 1. To include any CLIENT commitments, findings, agreements, or determinations (e.g., wetlands, endangered species consultation, Section 106, or Section 4(�), required for the transportation activity as specified by the CLIENT; 2. To incorporate the results of public involvement and agency coordination; 3. To reflect mitigation measures resulting from comments received or changes in the transportation activity; and 4. To include with the revised document a comment response form (matrix) in the format provided by the CLIENT. Environmental Technical Analyses and Documentation A. Definition of technical analyses and documentation for environmental services In general, technical analyses and documentation for environmental services might include a report, checklist, form, or analysis detailing resource-specific studies identified during the process of gathering data to make an environmental decision. The CLIENT may determine what technical reports and documentation are necessary for any given project. WPS shall prepare all technical reports and documentation for the CLIENT with sufficient detail and clarity to support environmental determinations. All technical reports must be compliant with TxDOT's Environmental Compliance Toolkits, documentation requirements, and templates. The environmental document must reference the technical reports. Environmental technical reports and documentation must include appropriate NEPA or federal regulatory language in addition to the purpose and methodology used in delivering the service. Technical reports and forms must use templates and documentation standards as applicable and include sufficient information to determine the significance of impacts. B. Minimum Deliverables: 1. Draft technical analyses and documentation 2. Final technical analyses documentation C. The exact environmental technical analyses and documentation must be determined at the work authorization level, but can include: 1. Biological/Natural Resources Management Analvsis and Documentation City of Fort Worth, Texas Page 14 of 16 Attachment A PMO Release Date: 02.06.2015 Page 14 of 16 FORT WORTH� WPS shall provide environmental documentation, conduct field surveys, and provide analysis of biological natural resources for compliance with CLIENT and federal regulations as described in the Environmental Guide: Volume 2 Activity Instructions, http://ftp.dot.state.tx.us/pub/txdot-info/env/toolkit/060- 06-qui.pdf, and the associated forms, templates, and guidance found in the Natural Resources Toolkit, https://www.txdot.qov/inside- txdot/division/environmental/compliance-toolkits/natural-resources.html. The applicable natural resource studies must be determined at the work authorization level. In the case that field surveys are required, then WPS must contact ENV-NRM for clearance prior to starting work. ENV-NRM will verify that approved methods and appropriately permitted and experienced staff will be used. At the request of the CLIENT, WPS shall provide the following biological/natural resource analysis: a. Species Analysis Form, including: (1) Species Analysis Spreadsheet, which can include a habitat analysis for the entire project area, field surveys for protected species, and presence/absence surveys. (2) Species Analysis Form, which can include early coordination or administrative coordination with TPWD. (3) If applicable, TPWD Best Management Practices Form. ASSUMPTIONS • Environmental Services will be performed in accordance with TxDOT Fort Worth District policies and procedures. • If ROW or easements are required at any point, additional studies would be • Archeological ABS and Public Involvement will not be needed as a part of this contract. DELIVERABLES A. Copies of Permit Applications B. Copies of Approved Permits C. Copies of environmental documentation City of Fort Worth, Texas Page 15 of 16 Attachment A PMO Release Date: 02.06.2015 Page 15 of 16 FORT WORTH� ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existinq 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 — be sure to track changes. the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon — be sure to track changes. in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition. • ROW/Easement Services. • Level A SUE. • Grading plan • Services related to development of the CITY's project financing and/or budget. • Services related to the development and execution of a Local Project Advance Funding Agreement (LPAFA) with TxDOT. • Services related to meeting any TxDOT DBE/HUB goals are not included. This contract assumes that the ENGINEER is meeting the City of Fort Worth MWBE requirements. • Services related to disputes over pre-qualification, bid protests, bid rejection and re- bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth, Texas Page 16 of 16 Attachment A PMO Release Date: 02.06.2015 Page 16 of 16 ATTACHMENT B COMPENSATION Design Services for FM 1220 and Golf Club Drive Traffic Signal Design City Project No. 104410 Time and Materials with Rate Schedule Project Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Cateqory Rate for the ENGINEER's team member performing the work. Labor Cateaory Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category 2025 Rate $/hour PM VII Director $305.00 En ineer V Pro�ect Mana er $260.00 En ineer IV Pro�ect Mana er $250.00 En ineer III Pro�ect Mana er $235.00 En ineer II Pro�ect Mana er $225.00 En ineer I Pro�ect Mana er $200.00 Graduate En ineer II EIT $165.00 Graduate En ineer I EIT $155.00 Surve or IV $250.00 Surve or III $240.00 Surve Field Technician V $155.00 Surve Field Technician IV $140.00 Surve Field Technician III $125.00 Administrative Su ort $140.00 Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 1 of 4 � ATTACHMENT B COMPENSATION iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 2 of 4 � ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Prime Consultant Westwood Professional Project Management Services Engineering Design Design Survey Services SUE Subconsultant Yellow Rose Mapping Subconsultants Kinetic Access Berg Oliver SUE Services TDLR Environmental Services 10% Sub Markup TOTAL Fee Amount % $80,135.00 81.40% $7,950.00 8.08 % $1,600.00 $7,092.50 1.63% 7.20% $1, 664. 00 $98,442.00 1.69% 100% Project Number & Name Total Fee Subconsulant Subconsultant Fee % FM 1220 and Golf Club Drive $gg,442.00 $18,306.50 18.6% Traffic Si nal Desi n City MWBE Goal = N/A% City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 3 of 4 Consultant Committed Goal = N/A% � EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 4 of 4 : � � R �C G 7 N N N 0 � U � N � a� > 0 � � U � 0 a� � u 'o � > � c �4 � � y N y N V � o i � o yLL� N iv � � 'y Y u V1 ti ` O O a L L �` a a (� v E Z N a U 0 0 'o a a � m' 0 a_ �a > � a 'o E d u d 3 � 'aa c w o. 'm' � U ui E Z T i O. E O U � � E � o � a � 3 LL @J � 2 N m v w m q N y N N N N a`v a` a c a aL a _„a « •q u y � _ x � wOFii K � } Y } m' y � y o 'o 0 � � o 0 0 � � � � � � � i� i E �' 7 IL F a°>u6,ddd N � � Q Q R vd c a� w� a¢E>>'o O. Q T i 7 3 ia m W� rnmamrn5 m �d� .� �� c � �q R p� E R"' w m K C d y u � j � � U — � T V 7 � O C > � d w a' c � d � � Q 4 N 9 a�. C d � c o � E E o ¢ c.o, d E c d Q N 7 R m m o p.� Qa � d� 'EO � c ° E a Q C d C m WO � aa C O U N 0 N H � Y '_ O o 3� �� �� �� o� LL � 0 U � � 0 �,>� N � r � r � r mxxxxxx � 3 3 3 3 3 3 N U O C N t H N � O F C N a N m � « c c�i N a � a� o' � } } C � � N ❑ � � 0 � p � � N � � m O F OO ~ � d LL a�+ ` � d � � 7 Z o � o Up c�'i � �` a .� � � d N c`,+ N '� N O � a v E O � O O 3 � � � d L L U U 3 � m m N N C C C C N N m C m � U � F N > ❑ a U 0 C� � N O N � LL a N � ce C � m c�".+ � '• N y '1 V aa � a N H a � d O G1 3 � m yh Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O av u> av u> av u> av u> av u> av u> av u> C 0 E a O O � 0 0 0 Q J :° 0 H O � O � N orn� Nc�o c0 O 01 � c0 � r r � �, .� �, � �+, � N U � � � @ U � o � S U 3 a N � �LO, o �Q Rx � O � �1 � S U �n a 0 lE O Q 3 � N c v C X w 0 Q C 0 z N ti 0 M � N n tD O �"1 � � V� W U O % Z N 2 � w � � J H O H 0 „ 'o O" � a o r a` R w � O 00 c Y cr" o� U j O v� c E a` - y 3 y O a C � LL3u C �7 .N N � � C �7 � U w m H � i � � 3 U 0 y C7 �� o � � m �o � N y�o u�a '` o LL � N N lC i.i y .. C a a a`+ p i6 0 ? �o O .N � '�o^ � ? w w �a`x ms u O O�`oo�g a`a`�3LLva z � � 3 E Z T C � 0 U � E � a � 3 ii �� Z N ' o Y X r a 3 � a a 'v� a ✓� N N ` L W � Q O 9 = a _d . 'R •`-' a ii E E � w m m m O F LL O: >>> i i i sss �� o00 ��� � � � � ii � E � V 3 LL F �'o a •• a > a „d, „d, „d, �C�GGO `m_ `m_ v m m m ¢¢E,ZZ� > > A a a N N a N N S m � � � 'e .c � � .q q � � A � N m �. C d y u � � � � U — d a U N O � � O C > � d u'. a` c � d � : o, a N a :% c ov� � E E U a C � W E � m � � : ° o � ¢a C � C a � 0 �a a C � � ,o a c � Ez a C � C m � � Qa 0 U v 0 N � N T o R a .� � N L F R O F c 6 N 01 R C C7 a � > � 0 � „ 'o m T O � a a` R w � O 00 c Y cr" o� U j O v� c E a` — y 3 v'oq c � LL3u C �7 .N N � � C �7 � U w � H � i � � 3 U 0 a� �7 �� o � � m �o � N y�o u�a '` o LL � N N lC i.i y .. C a a a`+ p i6 0 ? �o O .N � '�o^ � ? w w �a`x ms u O O�`oo�g a`a`�3LLva z � � 3 E Z T C � 0 U � E � a � 3 ii �� 2 N ' o Y X r a 3 � a a 'v� a ✓� N N � L W � Q O 9 = a _d . 'R •`-' a ii E E � w m m m O F LL O: >>> i i i sss �� o00 ��� � � � � ii � E � V 3 LL F �'o a •• a > a „d, „d, „d, �C�GGO `m_ `m_ v m m m ¢¢E,ZZ� > > A a a vi vr a vi vi � C N ,C � R A E R dm � c d y u � � � � U — d a U N O � � O C > � d u'. a` c � d � : o, a N a c m a � � E E U a C � W E � 01 �� oo" Q Q C � C a � 0 �a a C � � ,o a c � Ez a C d c � � Qa 0 U v 0 N � N T R a .� � N L F R O F c N 01 R C U a N � � C � .y N � m c z °1 d N w L 0 u � w � � Y y� � dQ a�F cw�d tn� > > om '- �v�o a w p m? `o i � U > N � � w Q � J F II C R O N N � LL E ry w '�' �°'o� ��— �m— LL E o =�� UQa ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for FM 1220 at Golf Club Drive Traffic Signal Design City Project No. 104410 No Changes were made to the Standard Agreement City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page 1 of 1 SCHEDULE PROVIDED BY CITY Attachment E Location Map AFA LongGen Attachment A Page 1 of 1 W. Bailey Boswell Rd FM 1220 at Golf Club Dr 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. �� , CERTIFICATE OF INTERESTED PARTIES FORM 129'rJ 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the ciry, state and country of the business entity's place Certificate Number: of business. 2025-1346986 Westwood Professional Services, Inc. Fort Worth, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 08/07/2025 being filed. City of Fort Worth, Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. Project No. 104410 Professional Engineering and Design Services Nature ofinterest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Westwood Buyer, Inc. Plano, TX United States X Tippie, Aaron J. Plano, TX United States X Powell, Bryan P. Plano, TX United States X Lannen, Eric Plano, TX United States X Bradbury, Jennifer Plano, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Brian D. O'Neill � and my date of birth is February 8, 1971 My aaaress �S 4060 Bryant Irvin Road Fort Worth ,Texas , 76109 , USA . (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Tarrant County, State of Texas , on the 7 day of August , 20 Z�J . (month) (year) �'�`t'/ Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commissfon www.ethicsstate.tx.us Version V4.1.O.t10dOtd8 FORT �VORTHo Routing and Transmittal Slip Transnortation & Public Works Deuartment DOCUMENT TITLE: Engineering Related Professional Services For: Westwood Professional Services, Project No. 104410 M&C: NA CPN: Inc.,Professional Engineering and Design Services CSn: nnr�• Date: v To: Name Department Initials Date Out 1. Sagar Medisetty TPW- Signature ""= 2. Anna Benavides TPW — Initials ^b9 3. Martin Phillips TPW- Initials �^^f, 4. Lauren Prieur TPW- Signature �- 5. Douglas Black Legal- Signature __ 6. Jesica McEachern ACM- Sib ature �:;,,, 7. Katherine Cenicola CSO — Initial K� 8. Jannette Goodall CSO-Signature � 9. Allison Tidwell CSO-Assign CSC � 10. Tabitha Giddings TPW-Admin 11. 10. DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the neYt steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES �No NEXT DAY: ❑YES �No ROUTING TO CSO: �YES ❑No Action Required: ❑ As Requested ❑ For Your Information � Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs 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)