HomeMy WebLinkAbout064418 - Construction-Related - Contract - Kimley-Horn and Associates, Inc.CSC No. 64418
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL
SERVICES
ThisAGREEMENT is between the City of Fort Worth, a Texas home -rule municipality
("CITY"), and Kimley-Horn and Associates, Inc., authorized to do business in Texas,
("ENGINEER"), for a PROJECT generally described as: Panther Island Canal Bridges
Phase 1 — Project No. 106351.
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 $590,200.00 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 OFFICIAL RECORD Panther Island Canal Bridges Phase 1
Standard Agreement for Engineering Related Design Services CITY SECRETARY CPN 106351
Revised Date: August 18, 2025
Page 1 of 14 FT. WORTH, TX
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 Panther Island Canal Bridges Phase 1
Standard Agreement for Engineering Related Design Services CPN 106351
Revised Date: August 18, 2025
Page 2 of 14
(2) In soils, foundation, groundwater, and other subsurface investigations,
the actual characteristics may vary significantly between successive
test points and sample intervals and at locations other than where
observations, exploration, and investigations have been made.
Because of the inherent uncertainties in subsurface evaluations,
changed or unanticipated underground conditions may occur that could
affect the total PROJECT cost and/or execution. These conditions and
cost/execution effects are not the responsibility of the ENGINEER.
E. Preparation of Engineering Drawings
The ENGINEER will provide to the CITY the original drawings of all plans in
ink on reproducible mylar sheets and electronic files in .pdf format, or as
otherwise approved by CITY, which shall become the property of the CITY.
CITY may use such drawings in any manner it desires; provided, however,
that the ENGINEER shall not be liable for the use of such drawings for any
project other than the PROJECT described herein.
F. Engineer's Personnel at Construction Site
(1) The presence or duties of the ENGINEER's personnel at a construction site,
whether as on -site representatives or otherwise, do not make the ENGINEER
or its personnel in any way responsible for those duties that belong to the
CITY and/or the CITY's construction contractors or other entities, and do not
relieve the construction contractors or any other entity of their obligations,
duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for
coordinating and completing all portions of the construction work in
accordance with the contract documents and any health or safety precautions
required by such construction work. The ENGINEER and its personnel have
no authority to exercise any control over any construction contractor or other
entity or their employees in connection with their work or any health or safety
precautions.
(2) Except to the extent of specific site visits expressly detailed and set forth in
Attachment A, the ENGINEER or its personnel shall have no obligation or
responsibility to visit the construction site to become familiar with the progress
or quality of the completed work on the PROJECT or to determine, in general,
if the work on the PROJECT is being performed in a manner indicating that
the PROJECT, when completed, will be in accordance with the contract
documents, nor shall anything in the contract documents or this
AGREEMENT between CITY and ENGINEER be construed as requiring
ENGINEER to make exhaustive or continuous on -site inspections to discover
latent defects in the work or otherwise check the quality or quantity of the work
on the PROJECT. If the ENGINEER makes on -site observation(s) of a
City of Fort Worth, Texas Panther Island Canal Bridges Phase 1
Standard Agreement for Engineering Related Design Services CPN 106351
Revised Date: August 18, 2025
Page 3 of 14
deviation from the contract documents, the ENGINEER shall inform the CITY.
(3) When professional certification of performance or characteristics of materials,
systems or equipment is reasonably required to perform the services set forth
in the Scope of Services, the ENGINEER shall be entitled to rely upon such
certification to establish materials, systems or equipment and performance
criteria to be required in the contract documents.
G. Opinions of Probable Cost, Financial Considerations, and Schedules
(1) The ENGINEER shall provide opinions of probable costs based on the
current available information at the time of preparation, in accordance
with Attachment A.
(2) In providing opinions of cost, financial analyses, economic feasibility
projections, and schedules for the PROJECT, the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation
or maintenance costs; competitive bidding procedures and market
conditions; time or quality of performance by third parties; quality, type,
management, or direction of operating personnel; and other economic
and operational factors that may materially affect the ultimate PROJECT
cost or schedule. Therefore, the ENGINEER makes no warranty that
the CITY's actual PROJECT costs, financial aspects, economic
feasibility, or schedules will not vary from the ENGINEER's opinions,
analyses, projections, or estimates.
H. Construction Progress Payments
Recommendations by the ENGINEER to the CITY for periodic construction
progress payments to the construction contractor will be based on the
ENGINEER's knowledge, information, and belief from selective sampling and
observation that the work has progressed to the point indicated. Such
recommendations do not represent that continuous or detailed examinations
have been made by the ENGINEER to ascertain that the construction
contractor has completed the work in exact accordance with the contract
documents; that the final work will be acceptable in all respects; that the
ENGINEER has made an examination to ascertain how or for what purpose
the construction contractor has used the moneys paid; that title to any of the
work, materials, or equipment has passed to the CITY free and clear of liens,
claims, security interests, or encumbrances; or that there are no other matters
at issue between the CITY and the construction contractor that affect the
amount that should be paid.
City of Fort Worth, Texas Panther Island Canal Bridges Phase 1
Standard Agreement for Engineering Related Design Services CPN 106351
Revised Date: August 18, 2025
Page 4 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
Standard Agreement for Engineering Related Design Services
Revised Date: August 18, 2025
Page 5 of 14
Panther Island Canal Bridges Phase 1
CPN 106351
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 Panther Island Canal Bridges Phase 1
Standard Agreement for Engineering Related Design Services CPN 106351
Revised Date: August 18, 2025
Page 6 of 14
A. City-Fumished 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 CITYwill 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 Panther Island Canal Bridges Phase 1
Standard Agreement for Engineering Related Design Services CPN 106351
Revised Date: August 18, 2025
Page 7 of 14
claims by third parties or employees of City, City hereby releases
ENGINEER from any damage or liability related to the presence of such
materials.
(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 Panther Island Canal Bridges Phase 1
Standard Agreement for Engineering Related Design Services CPN 106351
Revised Date: August 18, 2025
Page 8 of 14
J. Changes
The CITY may make or approve changes within the general Scope of
Services in this AGREEMENT. If such changes affect the ENGINEER's cost
of or time required for performance of the services, an equitable adjustment
will be made through an amendment to this AGREEMENT with appropriate
CITY approval.
Article VI
General Legal Provisions
A. Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT upon
receipt of a written Notice to Proceed from the CITY.
B. Reuse of Project Documents
All designs, drawings, specifications, documents, and other work products of
the ENGINEER, whether in hard copy or in electronic form, are instruments
of service for this PROJECT, whether the PROJECT is completed or not.
Reuse, change, or alteration by the CITY or by others acting through or on
behalf of the CITY of any such instruments of service without the written
permission of the ENGINEER will be at the CITY's sole risk. The CITY shall
own the final designs, drawings, specifications and documents.
C. Force Majeure
CITY and ENGINEER shall exercise their best efforts to meet their
respective duties and obligations as set forth in this Agreement, but shall
not be held liable for any delay or omission in performance due to force
majeure or other causes beyond their reasonable control, including, but not
limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters,
epidemics/pandemics, wars, riots, material or labor restrictions by any
governmental authority and/or any other similar causes.
D. Termination
(1) This AGREEMENT may be terminated
a.) by the City for its convenience upon 30 days' written notice to
ENGINEER.
City of Fort Worth, Texas Panther Island Canal Bridges Phase 1
Standard Agreement for Engineering Related Design Services CPN 106351
Revised Date: August 18, 2025
Page 9 of 14
b.) by either the CITY or the ENGINEER for cause if either party fails
substantially to perform through no fault of the other and the
nonperforming party does not commence correction of such
nonperformance within 5 days' written notice or thereafter fails to
diligently complete the correction.
(2) If this AGREEMENT is terminated for the convenience of the City, the
ENGINEERwill be paid fortermination 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 Panther Island Canal Bridges Phase 1
Standard Agreement for Engineering Related Design Services CPN 106351
Revised Date: August 18, 2025
Page 10 of 14
H. Jurisdiction
The law of the State of Texas shall govern the validity of this AGREEMENT,
its interpretation and performance, and any other claims related to it. The
venue for any litigation related to this AGREEMENT shall be Tarrant County,
Texas.
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 Panther Island Canal Bridges Phase 1
Standard Agreement for Engineering Related Design Services CPN 106351
Revised Date: August 18, 2025
Page 11 of 14
ENGINEER shall verify the identity and employment eligibility of its
employees who perform work under this Agreement, including completing
the Employment Eligibility Verification Form (1-9). Upon request by CITY,
ENGINEER shall provide CITY with copies of all 1-9 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 Panther Island Canal Bridges Phase 1
Standard Agreement for Engineering Related Design Services CPN 106351
Revised Date: August 18, 2025
Page 12 of 14
meaning ascribed to those terms by Chapter 2276 of the Texas Government
Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, ENGINEER
certifies that ENGINEER's signature provides written verification to
the CITY that ENGINEER: (1) does not boycott energy companies; and
(2) will not boycott energy companies during the term of this
Agreement.
O. Prohibition on Discrimination Against Firearm and Ammunition
Industries
ENGINEER acknowledges that except as otherwise provided by Chapter
2274 of the Texas Government Code, the CITY is prohibited from entering
into a contract for goods or services that has a value of $100,000 or more
which will be paid wholly or partly from public funds of the City, with a
company (with 10 or more full-time employees) unless the contract contains
a written verification from the company that it: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or
firearm trade association, and (2) will not discriminate during the term of the
contract against a firearm entity or firearm trade association. The terms
"discriminate," "firearm entity" and "firearm trade association" have the
meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is
applicable to this Agreement, by signing this Agreement, ENGINEER
certifies that ENGINEER's signature provides written verification to the
CITY that ENGINEER: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate against a firearm entity or
firearm trade association during the term of this Agreement.
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, which supersedes all prior written or oral understandings, and may only be
changed by a written amendment executed by both parties. This AGREEMENT may be
executed in one or more counterparts and each counterpart shall, for all purposes, be
deemed an original, but all such counterparts shall together constitute but one and the
same instrument.
The following attachments and schedules are hereby made a part of this AGREEMENT:
Attachment A - Scope of Services
Attachment B - Compensation
Attachment C - Amendments to Standard Agreement for Engineering Services
Attachment D - Project Schedule
Attachment E - Location Map
Attachment F — Insurance Requirements
City of Fort Worth, Texas Panther Island Canal Bridges Phase 1
Standard Agreement for Engineering Related Design Services CPN 106351
Revised Date: August 18, 2025
Page 13 of 14
Duly executed by each party's designated representative to be effective on the date
subscribed by the City's designated Assistant City Manager.
BY:
CITY OF FORT WORTH
Jesica McEachem
Assistant City Manager
Date: 12/05/2025
ATTEST:
� ana
Jan nette Goodall
&v
City Secretary
04Qq 0000�
APPROVAL RECOMMENDED:
d°..,..7..:�
By.
Lauren Prieur
Director, Transportation & Public Works
APPROVED AS TO FORM AND LEGALITY
By: aaw.�.����,s�.�
Douglas W Black
Sr. Assistant City Attorney
Contract Compliance Manager:
BY:
ENGINEER
IGmley-Horn and Associates, Inc.
X U" j
Scott Arnold
Vice President
Date: 11/17/2025
K;zI3 N
M&C Date: 9/30/25
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.
84(ttanr Dgrak
Brittany Darrah
Engineer In Training
OFFICIAL RECORD
cydPAg m tftra Paanarbiaaa ca,eianagaa PNaaat
Rwitl Agre"ust 1, 2W5 erbg Rel9atl Oea®n 5ervioBn CITY SECRETARY CPN 1g5951
Ravimtl Oeb: luguat tg, 1045
PaW 14 m 14 1 FT. WORTH, TX
ATTACHMENT "All
Scope for Engineering Design Related Services for Arterial 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
Construction plans for the Panther Island Calhoun Street and N. Commerce Street bridges
over the proposed Tarrant Regional Water District (TRWD) Panther Island Canal C project
that is located between NE 0 Street and NE 5° street. The project also includes the
designs for the roadway transitions from the canal bridges to the existing roadway and storm
water systems.
The scope will consist of project management, preliminary and final design plans for bridge
and roadway transitions, specifications, opinion of probable construction costs, permitting,
bidding phase services, and construction phase services.
WORK TO BE PERFORMED
Task 1. Design Management
Task 2. Conceptual Design (30%)
Task 3. Preliminary Design (60%)
Task 4. Final Design (90% and 100%)
Task 5. Bid Phase Services
Task 8. Construction Phase Services
Task 7. ROW/Easement Services
Task 8. Survey and Subsurface Utility Engineering Services
Task 9. Permitting
Task 10. Quality Control/ Quality Assurance
cgaFcrtv ,•� Page 1 of 27
AI@N to
Rev Dde: 0523.=4
Pget dv
FORT WORTH
TASKI. 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 I Quality Assurance (QCIQA) is practiced in performance
of the work. Refer to Task 10 for further details.
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting:
• Attend a pre -design project kickoff/charter meeting with Project Delivery Team
(PDT) to confirm and clarify scope and understand objectives. The PDT will
consist of the CITY staff and TRWD
• Conduct and document up to six (6) monthly meetings with Project Delivery
Team.
• Conduct and document up tofour(4) coordination meetings with other CITY
departments.
• Conduct review meetings with the Project Delivery Team at the end of 60% and
90%design submittals.
• Conduct QCIQA reviews and document those activities. Refer to Task 10 for
further details
• Prepare invoices, in accordance with Attachment B to this Standard Agreement
and submit monthly in the format requested by the CITY. Multi -month billing is
not allowed. Months in which no work is being invoiced shall require submission
of a $0.00 invoice. Prepare and submit monthly Project Status Reports in the
format provided by the Transportation and Public Works Department.
• Prepare and submit baseline Project Schedule initially, and Project Schedule
updates with a schedule narrative monthly, as required in Attachment D to this
Standard Agreement in compliance with the City's Specification 00 31 15 entitled
Engineer Project Schedule. This PROJECT requires a Tier 3 schedule as
defined in the City's Specification 00 31 15 entitled Engineer Project Schedule.
• 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.
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements
are appropriately reflected in the designs. ENGINEER shall work with regulatory
cy w ron wo,m, Texas Page 2 OF 27
AftMmenrA
Revlaon Die: 05.23.2024
Paige 2 a 27
Foe_ T�WORTH
authorities to obtain approval of the designs, and make changes necessary to
meet their requirements, as part of the design scope.
• Personnel and Vehicle Identification: When conducting site visits to the project
location, the ENGINEER or any of its sub -consultants shall carry readily visible
information identifying the name of the company and the company
representative.
ASSUMPTIONS
• Six (6) monthly project update meetings during design phase
• Four (4) coordination meetings with CITY departments
• Up to two (2) plan review meetings
• All submittals to the City shall be Quality checked prior to submission.
• Project design phase is anticipated to take seven (7) months.
DELIVERABLES
A. Meeting summaries with action items
B. QCIQA documentation
C. Baseline design schedule
D. Monthly Project Status Reports
E. OPCC updates with milestone submittals and when new cost figures are
available
F. Plan Submittal Checklists (See Task 10)
G. Monthly invoices
City aron Wo , re ee Page 3 of 27
Att4 to
Re iam Dde:4523.=4
Pepe3d27
TASK 2. CONCEPTUAL DESIGN (30 PERCENT).
The Conceptual Design shall be submitted to CITY per the approved Project Schedule.
The purpose of the conceptual design is for the ENGINEER to identify, develop,
communicate through the defined deliverables, and recommend the design concept that
successfully addresses the design problem, and to obtain the CITY's endorsement of this
concept.
ENGINEER will develop the conceptual design of the infrastructure as follows.
2.1. Data Collection
• In addition to data obtained from the CITY, ENGINEER will research and make
efforts to obtain pertinent information to aid in 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.
2.2. Subsurface Utility Engineering
• Subsurface Utility Engineering (SUE) to be provided per task 8 under Panther
Island Sewer Collector (CPN 105247) for Calhoun St and Water and Sanitary
Sewer Replacement Contract 2023 WSM-W (CPN 105559) for Commerce St.
Up to two (2) additional level A testholes will be included as apart of this contract.
2.3. Utility Clearance
• Franchise Utility Coordination will be performed by the CITY.
• ENGINEER will develop the design of CITY facilities to avoid or minimize
conflicts with existing utilities, and where known and possible consider potential
future utilities in designs. Where conflicts cannot be avoided, coordination of
Utility Conflicts will begin at the Conceptual Design phase.
• In the case of a public utility conflict, the ENGINEER will design CITY facilities to
avoid or minimize conflicts with existing utilities, and where known and possible
consider potential future utilities in designs.
• In the case of a private Utility Conflict, the ENGINEER will provide a PDF set of
plans with the utility conflicts highlighted and a Utility Conflicts Table of those
conflicts to be included in a Utility Clearance Letter for coordination. The
ENGINEER may need to coordinate directly with the private utility provider if that
provider needs to undertake design to adjust their utility's location.
• The ENGINEER shall upload a PDF file of the CITY- approved conceptual plan
set to the designated project folder in the City's document management system
Cry n rot wont, Twes Page 4 of 27
A�menrA
Rwelon Diee5.33.M24
PWe4 0 2
Foe_ T�WORTH
(eBuilder) for forwarding to all utility companies which have facilities within the
limits of the project. The PDF file should be created directly from the CAD files.
ASSUMPTIONS
• ENGINEER will not submit any deliverables as apart of the Conceptual Design
Package.
DELIVERABLES
A. None
city anon Wa , re ee Page 5 of 27
Atte to
Re iam Dale: 4523.=4
Pepe 3of 27
FORT_\WORTH
TASK 3. PRELIMINARY DESIGN (60 PERCENT). •
Preliminary plans and specifications shall be submitted to CITY per the approved Project
Schedule.
ENGINEER will develop the preliminary design of the infrastructure as follows.
3.1. The Preliminary Design Drawings and Specifications shall include the following:
• Preliminary cover and index of sheets including project limits, area location map
and beginning and end station limits.
• General Notes.
• A Project Control Sheet, showing all Control Points, used or set while gathering
data. Generally on a scale of not less than 1:400. The following information shall
be indicated for each Control Point: Identified (existing City Monument#8901, PK
Nail, 5)6" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system,
and a referred bearing base. Z coordinate on City Datum only; descriptive location
(.e. set in the centedine of the inlet in the South curb line of North Side Drive at the
East end of radius at the Southeast comer of North Side Drive and North Main
Street).
• Removal plan sheets.
• Existing and proposed typical section sheets.
• Roadway plan and profile sheets for Calhoun St and N Commerce St between NE
0 and NE 5^ street including the roadway, sidewalk, curb and gutter, and
additional paving information. A transition on each side of the bridge is assumed.
The roadway limits will extend from the southern curb return at the NE 5^ Street
intersection to the northern curb return at the NE 0 Street intersection. This scope
does not include the designs at the street intersections.
• Roadway plan and profile sheets will display station and coordinate data for all
horizontal alignment P.C.'s, P.T.'s, P.I.'s; station and elevation data of all
vertical profile P.C.'s, P.T.'s, P.I.'s, low points, and high points; lengths of
vertical curves, grades, K values, e, and vertical clearances where required.
• No less than two bench marks per plan/profile sheet
• Bearings given on all proposed centedines, or baselines.
• Station equations relating utilities to paving and bridge elements, when appropriate
• Preliminary roadway details to include pavement, sidewalks, curb and gutter, and
all applicable utility details.
• ENGINEER will delineate the watershed based on contour data and field
verification and document existing street, right-of-way and storm drain capacities
for the subject site. A drainage area map will be drawn at maximum 1" = 200'
scale from available 2-foot contour data with the contours labeled. Data source
and year will be provided by the CITY. Calculations regarding street and right-of-
way capacities and design discharges (5-year and 100-year frequencies) at
selected critical locations will be provided. Other frequencies as required by
iSWM criteria may be appropriate for outfells and sensitive locations. Capacities
agerreew�J, Page 6 of 27
AWii to
Rwia Die: 06232024
Pge6ery
FOR_ T�WORTH..
of existing storm drain will be calculated and shown. All calculations shall
conform to CITY criteria delineated in the CITY's currant iSWM Criteria Manual
for Site Development and Construction. All locations in the project area where
100-year runoff exceeds available storm drain and right-of-way capacities shall
be clearly identified. The ENGINEER'S responsibility includes recommendations
for improvements of the existing system as deemed reasonable and consistent
with CITY standards.
• The storm drain system will be based on the Final Drainage Study for the
Construction of the Panther Island Canals B Phase II, C Phase II, and D Phase II
that is currently under review by the City of Fort North. Storm drain layout sheets
will show location and size of all inlets, manholes, junction boxes, culverts and
piping to include storm drain profiles showing existing and proposed Flow lines,
flows, lengths and slopes of pipe, top of ground profile over pipe and connections
to existing or proposed storm sewer systems. The storm drain improvements will
be within the limits of the roadway improvements. Based on the overall Panther
Island improvements schedule, the TRWD canals will be constructed prior to the
bridge and roadway improvements and will include the storm drain connections to
the canal system.
• Stormwater quality treatment measures and BMP worksheet as required in the
TRWD Water Quality Guidance Manual. Stormwater quality treatment measures
may include bioretention basins, bioswales, and/or pervious pavers.
• Evaluate curbless street and drainage options on Calhoun St. The intent is to
capture runoff in a valley gutter and drain to a bulbout with curb inlet at the
intersections of NE 0 and NE 5° streets.
• Preliminary signing and pavement marking plan sheets.
• Traffic control detour plan sheets.
• Preliminary bridge layout and typical section sheets.
• Preliminary bridge foundation detail sheets.
• Preliminary bridge abutment detail sheets.
• Preliminary bridge framing sheets.
• Preliminary bridge span sheets.
• Preliminary girder design.
• Documentation of key design decisions.
• Estimates of probable construction cost (OPCC). This estimate shall use
standard CITY or TxDOT bid items, as applicable.
3.2. Geotechnical Investigation/Pavement Design
• Soil investigations, including field and laboratory tests, borings, related
engineering analysis and recommendations fordetermining soil conditions will be
made. In addition to the above investigations, borings and appropriate field and
laboratory analysis will be made at reasonable intervals along the project
city dFc vMnh,•� Page 7of 27
AWii to
Rev O e: U623.024
Pepe 7 of 27
alignment forthe Contractors use in determining soil conditions forpreparing
bids and a Trench Safety Plan.
• The ENGINEER shall prepare a detailed geotechnicel engineering study and
pavement design in conformance with the City of Fort Worth Pavement Design
Standards Manual, 2015. The study shall include recommendations regarding
pavement design, subgrade treatment, utility trenching, drilled shaft design
parameters for bridge foundations, and identify existing groundwater elevation at
each boring.
3.3. Constructability Review
• Prior or posterior to the 50 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
PDT comments from the field visit and submit this information to the CITY in
writing.
3.4. Community Meeting
Afterthe preliminary plans have been reviewed and approved by the CITY, the
ENGINEER will prepare project exhibits, assist the project manager in preparing a
presentation of the most appropriate format (most usually in Power Point), and
attend one (1) community meeting to help explain the proposed project to residents.
The CITY shall select a suitable location, time and date. The Engineer needs to
coordinate with the City's project manager to format the mailing list of all affected
property owners.
3.5. Utility Clearance
• The ENGINEER will consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY departments, public utilities,
private utilities, and government agencies to determine the approximate location
of above and underground utilities, and other facilities (current and future) that
have an impact or influence on the project. ENGINEER will design CITY facilities
to avoid or minimize conflicts with existing utilities, and, where known and
possible, consider potential future utilities in designs.
• Where conflicts cannot be avoided, coordination of Utility Conflicts will be
identified at the Conceptual phase and begin at the Preliminary Design phase.
In the case of a private Utility Conflict, the ENGINEER shall upload a set of plans
in PDF format with the utility conflicts highlighted and a Utility Conflicts Table of
those conflicts in the City's document management system (eBuilder). The PDF
file should be created directly from the CAD files. At each design milestone, the
City PM will issue a Utility Clearance Letterto be accompanied by said plans and
table to all utility companies which have facilities within the limits of the project for
coordination The ENGINEER may need to coordinate directly with the private
utility provider if that provider needs to undertake design to adjust their utility's
location.
cuyorFort Mdh, •tee Page 8 or 27
Attetl, to
Re icon D e: 0523.=4
Pepe 8 M27
• ENGINEER to obtain utility As -built plans and/or do field visits to confirm
relocation is complete and that the utility has been relocated in accordance with
the plans and the project needs, report any discrepancies found, and provide
documentation to support findings.
• ENGINEER to upload all utility As -built plans in the City's document management
system (eBuilder)
ASSUMPTIONS
• Remove and replace 3 existing inlets and propose 2 new inlets on Commerce St.
• Remove and replace 2 existing inlets and propose 2 inlets on Calhoun St.
• Franchise Utility Coordination will be performed by the CITY.
• Two (2) sets of 11 "x17" size plans will be delivered for the 60% design for review
coordination.
• The following shall be uploaded to the designated project folder in the City's
document management system (eBuilder):
• Single PDF file created from design CAD drawings.
• All other submitted documents and checIdists
• ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans.
DELIVERABLES
A. Preliminary Design drawings including QC/QA documentation
B. Geotechnical Report
C. Opinion of probable construction cost (OPCC)
D. Utility Conflict Table
agaP•rtw •we Page 9 of 27
AWii to
Rev'a OVe: U623.=4
P%e9erV
FOR_ T� H.,
TASK 4.
4.1. FINAL DESIGN (90 PERCENT)
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as
follows:
• Final draft construction plans (90%) and Project Manual shall be submitted to CITY per
the approved Project Schedule.
• The ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a
Utility Conflicts Table of those conflicts to be included in the Utility Clearance Letter to be
issued by the City PM.
• The ENGINEER shall submit an estimate or opinion of probable construction cost
(OPCC)
4.2. FINAL CONSTRUCTION DOCUMENTS (100 PERCENT).
• Following a 90% construction plan review meeting with the CITY, the ENGINEER shall
submit Fined Plans (100%) to the CITY per the approved Project Schedule. Each plan
sheet shall be stamped, dated, and signed by the ENGINEER registered in State of
Texas.
• A Quantity Summary page will be included in both the 90% and 100%design plans.
Each design sheet of the plans shall also include a quantity take oft table.
• The ENGINEER shall submitan estimate of probable construction cost (OPCC)
ASSUMPTIONS
• The CITY's front end and technical specifications will be used. The ENGINEER shall
supplement the technical specifications if needed.
• Two (2) sets of 11 °x171 size drawings and one (1) set of the Project Manual will be
delivered for the 90% Design package.
• A PDF created from design CAD drawings for the 90% Design and will be uploaded to
the projectfolder in the City's document management system (eBuilder).
• One (1) sets of 11 °x17' size drawings and one (1) set of specifications will be delivered
for the 100% Design package.
• A PDF created from design CAD drawings and CAD files will be uploaded to the project
folder in City's document management system (eBuilder).
DELIVERABLES
A. 90% construction plans and specifications including QC/QA documentation.
B. 100%construction plans and Project Manual including QC/QA documentation.
agaFort w .Tw Page 10 of 27
AWii to
Rev DVe: 0623.2024
Pqe 10•t27
Foe_ T�WIoRTH
C. Detailed estimates of probable construction costs including summaries of bid items and
quantities using the CITY's or TxDOT's standard bid items and format, as applicable
D. Cover sheet in PDF format for the signatures of authorized CITY officials.
E. Utility Conflict Table
city anon Wa , T• Page 11 of 27
AtteC,mmtA
Re iam Dde: 0523.2026
Ppe 11 IN27
TASKS. BID PHASE SERVICES.
The CITY reserves the right to deliver the project by bidding it, issuing a work order out of an
existing a unit price contract or by alternative delivery. ENGINEER will support the
construction procurement phase of the project as follows.
5.1. Bid Support
• The ENGINEER shall upload all plans and contract documents onto the City's
document management system (eBuilder) for records.
• Project Manual shall be uploaded in a single PDF file in eBuilder as well as
individual files as required to be included in the City's procurement portal,
Bonfire.
• Bid Proposal Document of the Contract documents shall be uploaded in a file
format of filename extension ".xis".
• Unit Price Proposal documents are to be created utilizing the city's unit price
tool only and combined in a specified spreadsheet workbook, Bid Proposal
Worksheet Template, that will be populated and configured so that all pages
are complete and the Summary Worksheet(s) in the workbook detail and
automatically summarize the totals from the inserted Unit Price Proposal
document worksheets.
• Plan Sets are to be uploaded to the City's document management system
(eBuilder) in two formats, PDF and CAD files. The PDF will consist of one file
of the entire plan set.
• The ENGINEER will coordinate with the PM to respond to Vendor Discussions
(RFI) and issue Public Notices (addenda) when necessary in Bonfire. The
ENGINEER will provide technical interpretation of the contract bid documents
and will prepare proposed responses to all bidder's questions and requests in the
forth of addenda. The ENGINEER will coordinate with the City PM to upload all
approved addenda onto Bonfire as well as eBuilder.
• Attend the pre -bid conference in support of the CITY.
• Assist the CITY in determining the qualifications and acceptability of prospective
contractors, subcontractors, and suppliers.
• When substitution prior to award of contracts is allowed in the contract
documents, the ENGINEER will advise the CITY as to the acceptability of
alternate materials and equipment proposed by bidders.
• Review all materials received from bidders/proposers, assist the CITY in
evaluating them, and recommend award of the contract. A copy of all submitted
materials is to be uploaded into the project's Bid Results folder on the City's
document management system (eBuilder)
• Incorporate all addenda into the contract documents and issue conformed sets.
After the bid opening, ENGINEER will provide a minimum of 5 full sets of plans, 5
half-size sets and 2 copies of the conformed Project Manual set incorporating all
approved addenda.
cuyorFort w ,T• Page 12 or 27
Atl mwtA
Rev Dde: 0529.M24
Ppe 12 d27
Foe_ T�WoRTH
ASSUMPTIONS
• The project will be bid only once and awarded to one contractor.
• Construction documents will only be made available on the City's procurement
platform, Bonfire.
• Construction documents will not be printed by the CITY and made available for
purchase by plan holders and/or given to plan viewing rooms.
• All procurement materials will be uploaded to the City's procurement platfom,
Bonfire, as well as eBuilder.
DELIVERABLES
A. Addenda
B. Recommendation of award as required per project
C. Construction documents (conformed)
Cny aron Wa r Page 13 of 27
Atter to
Re iam Dde: 0523.2020
Ppe 13 d2]
Foe_ T�WIoRTH
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
6.1. Construction Support
• The ENGINEER shall attend the pre -construction conference.
• After the pre -construction conference, the ENGINEER shall provide project
exhibits and attend one (1) public meeting to help explain the proposed project to
residents. The CITY shall select a suitable location or media and mail notices to
the nearby residents and other stakeholders.
• The ENGINEER shall conduct periodic site visits as needed during the duration of
construction. The ENGINEER will prepare or collaborate with the CITY PM on a
Construction Progress Report using the CITY's standard format and upload in the
City's document management system (eBuilder).
• The ENGINEER shall review shop drawings, samples and other submittals
submitted by the contractor for general conformance with the design concepts and
general compliance with the requirements of the contract for construction. Such
review shall not relieve the Contractor from its responsibility for performance in
accordance with the contract for construction, nor is such review a guarantee that
the work covered by the shop drawings, samples and submittals is free of errors,
inconsistencies or omissions. The ENGINEER shall log and track all shop
drawings, samples and other submittals in the City's document management
system (eBuilder).
• ENGINEER shall review material substitution requests, issue a recommendation
and incorporate approved substitutions into the Record Drawings.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, respond to Request for Information (RFI)
from the contractor, review change orders, and make recommendations as to the
acceptability of the work. The ENGINEER will meet with the Project Delivery
Team and Contractor on -site to review any field changes.
• The ENGINEER shall attend the "Final" project walk through and assist with
preparation of final punch list.
6.2 Record Drawings
• The ENGINEER shall prepare record drawings from information provided by the
CITY depicting any changes made to the Final Drawings during construction.
Information provided by the CITY may include, but is not limited to the following:
o As -Built Survey provided by the contractor, which includes vertical and
horizontal coordinates of all water, sewer and storm drain assets, and in
accordance with the Construction (As -Built) Survey Specification.
ENGINEER shall verify accuracy of the data provided by contractor and
conformance with requirements.
o Red -Line Markups from the Contractor
City or FoRw .Tema Page 14 or 27
A�to
Re icon Dde: 06232024
Pepe 10 d27
FORT W�OR�TH
o Red -Line Markups from City Inspector
o Approved Substitutions
• The ENGINEER shall modify the Final Drawings electronically and shall place a
stamp on the plans indicating that they represent Record Drawings of the project
as constructed. The stamp shall be signed and dated by the ENGINEER and
shall be placed on each plan sheet, whether there are any revisions on the sheet
or not. Each sheet shall clearly indicate all changes which apply to that sheet by
clouding and numbering, or other suitable means.
• The following disclaimer shall be included with the Record Drawing stamp:
These Record Drawings were prepared using information
provided by others and represent the as constructed
conditions to the extent that documented changes were
provided for recording. The ENGINEER assumes no liability
for undocumented changes and certifres only that the
documented changes are accurately depicted on these
drawings.
• The ENGINEER shall submit a set of sealed Final Drawings, modified and
stamped as Record Drawings, in Adobe Acrobat PDF format (version 6.0 or
higher). The set must include the cover sheet bearing City official signatures.
The ENGINEER may keep copies of the information provided by the CITY for
their files, but all original red -lined drawings shall be returned to the CITY with
the digital files.
• There shall be one (1) PDF file and one (1) CAD file for the TPW plan set and a
separate PDF and CAD file for the Water plan set, if required. Each PDF file
shall contain all associated sheets of the particular plan set. Singular PDF flies
for each sheet of a plan set will not be accepted. POF files shall conform to
naming conventions as follows:
I. TPW file name example — "W-1956_org47.pdf' where "W-7956" is the
assigned file number obtained from the CITY, "_org" designating the file is
of an original plan set, "47" shall be the total number of sheets in this file.
Example: W-0053_org3.pdf and K-0320_org5.pdf
It. Water and Sewer file name example — "X-35667_org36.pdf' where 'i
35667" is the assigned file number obtained from the CITY, "_org"
designating the file is of an original plan set, "36" shall be the total number of
sheets in this file.
Example: X-12755_orglB.pdf
Both PDF files shall be uploaded to the project's Record Drawing folder in the City's
document management system (eBuilder).
For information on the proper manner to submit Record Drawing files and to obtain
a file number for the project, the ENGINEER should coordinate with the City
project manager. File numbers will not be issued to a project unless the
appropriate project numbers and fund codes have been assigned and are in the
Department of Transportation and Public Works database.
Cry m Fon worm, Texas Page 15 of 27
AtaMmemA
Reason Dme: 05.23.2024
Pape 15 0 27
Foe_�ORTH
ASSUMPTIONS
• One (1) Pre -Construction Community Meeting is assumed.
• Five (5) site visits are assumed.
• Twenty (20) submittal reviews are assumed.
• Eight (8) RFI's are assumed.
DELIVERABLES
A. Response to Contractor's Request for Information
B. Review of Change Orders
C. Review of shop drawings
D. Record Drawings in electronicformat
cny anon Wa Je Page 16 of 27
At mmtA
Re iam Dale: 0523.2026
Pepe 18d2]
FORT WORTH
TASK 7. ROWIEASEMENT SERVICES.
ENGINEER will support and perform activities related to ROW and land as outlined below,
per scoping direction and guidance from the CITY§ Project Manager.
7.1. Right -of -Way Research
• The ENGINEER shall determine rights -of -way and easement needs for
construction of the project. Required temporary and permanent easements will
be identified based on available information and recommendations will be made
for approval by the CITY.
7.2. Right-of-Way/Easement Preparation and Submittal.
• The ENGINEER shall prepare documents to be used to obtain right-of-way and
permanent and/or temporary easements required to construct the improvements.
• The ENGINEER shall prepare a ROW and Easement parcel reference map
showing and designating all land interests for project. The map shall be revised
as necessary throughout the land acquisition process.
• The documentation shall be provided in conformance with the checklists and
templates available on the City's document management system (eBuilder)
Project Resources folder.
• Men required, ENGINEER shall provide a Schedule B Analysis in conformance
with Real Estate requirements.
7.3. Right-of-Way/Easement Acquisition Services.
• The ENGINEER shall procure appraisal services by licensed appraisers for all land
interests in the project
• The ENGINEER shall issue offer letters to property owners and negotiate land right
costs.
• All work shall be conducted in coordination with the City's project manager, the City's
Property Management Department, and in conformance with the Texas Property
Code Chapter 21 Eminent Domain guidelines to allow the City to exercise eminent
domain should it be necessary.
• Should the City decide to proceed with eminent domain, the ENGINEER will provide
all documentation to support the legal process, provide any additional support, and
may be required to be an expert witness at the Land Commissioner's Hearing.
7.4. Temporary Right of Entry Preparation and Submittal
• Prior to construction, the ENGINEER should coordinate with the City project
manager to identify all needed Temporary Right of Entries from landowners. It is
assumed that letters will only be required for land owners adjacent to
construction or who are directly affected by the project and no easement is
required to enter their property.
• The documentation shall be provided in conformance with the checklists and
templates available on the City's document management system (eBuilder)
Project Resources folder.
cuyaroaw ,T� Page 17 of 27
AtteM to
Re icon D9e: 0023.M4
Pepe 17 &27
ASSUMPTIONS
• Right -of -Way research includes review of property/right-of-way records based on
current internet based Tarrant Appraisal District (TAD) information available at
the start of the Project and available on -around property information (i.e. iron
rods fences stakes etc.l. It does not include effort for chain of title research,
parent track research, additional research for easements not included in the TAD
records, right-of-way takings, easement vacations and abandonments, right-of-
way vacations, and street closures.
• General requirements:
• Contact name and mailing address for the landowner
• Title policy for each permanent easement
• Title search through an search company (i.e. Hollerbach or TDI) verifying
ownership for each TCE
• Engagement and provision of an appraisal for each take from a Texas
registered appraisal firth.
• Signed and notarized easements with exhibits.
• Copy of offer letter indication agreed upon compensation
• Entity research including providing signing authority verification for a
corporate landowner
• Contact log of communication with the landowner
• Signed W 9 from landowner
• Eminent Domain requirements:
Critical for an eminent domain proceeding is as follows and shall be the
responsibility of the acquisition agent:
• Appraisal of the take less than 1 year old
• Initial offer and final offer letters (IOL 30-day period, FOL 14-day period)
• Proof of the provision of Texas Landowners Bill of Rights to the landowner in
both offer letters (City Fort Worth sends offer letters via registered mail)
• Title work identifying any other entities on the property that need to be served
as part of eminent domain proceedings. (Schedule B analysis of Title
Commitment)
• Contact log of all contact and negotiations with landowner and/or their
representative.
cy m For Wo,m, Texas Page 18 of 27
AtaTmemA
Revlaon Date: 05.23.2024
Pape 18 0 27
FORT WORTH
DELIVERABLES
A. Upon authorization from the CITY, ENGINEER will prepare up to eight (8)
temporary construction easement exhibits and meets and bounds provided on
CITY forms.
B. ROW and Easement parcel map
C. Two (2) Temporary Right of Entry cover letters
D. Two (2) Temporary Right of Entry documents
E. If applicable, Eminent Domain support documents
Cny anon Wan, r Page 19 of 27
Atter to
Re iam Dde:4523.=4
Ppe 19 d27
FoRi Woflm
TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
Survey and SUE to be provided under Panther Island Sewer Collector (CPN 105247) for
Calhoun St and Water and Sanitary Sewer Replacement Contract 2023 WSM-W (CPN
105559) for Commerce St.
ENGINEER will provide survey support as follows.
8.2. Temporary Right of Entry Preparation and Submittal
• The documentation shall be provided in conformance with the checklists and
templates available on the City's document management system resources
folder.
8.3. Subsurface Utility Engineering
Provide Subsurface Utility Engineering (SUE) to Quality Level D, C, B, and A, as
described below. The SUE shall be performed in accordance with Cl/ASCE 38-02.
Up to two (2) additional level A test holes will be included in this contract.
Quality Level D
• Conduct appropriate investigations (e.g., owner records, County/CITY records,
personal interviews, visual inspections, etc.), to help identify utility owners that
may have facilities within the project limits or that may be affected by the project.
• 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/orother documents as
required. Exercise professional judgment to resolve conflicting information. For
information depicted, indicate: utility type and ownership; date of depiction;
quality level(s); end points of any utility data; line status (e.g., active, abandoned,
out of service); line size and condition; number of jointly buried cables; and
encasement.
Quality Level C flncludes tasks as described for Quality Level D)
• Identify surface features, from project topographic data and from field
observations, that are surface appurtenances of subsurface utilities.
• Include survey and correlation of aerial or ground -mounted utility facilities in
Quality Level C tasks.
cry w Fon Wo,m, Tees Page 20 of 27
AnemmemA
Rwison Die: 05.23.2024
Pepe 20 0 27
• 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 Quality Level M
• Select and apply appropriate surface geophysical methods) 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 singleconduit lines, and outside
edges of multiconduit systems.
• Resolve differences between designated utilities and utility records and surveyed
appurtenances.
• Recommend additional measures to resolve differences if they still exist.
Recommendations may include additional or different surface geophysical
methods, exploratory excavation, or upgrade to Quality Level A data.
• As an alternative to the physical marking of lines, the ENGINEER may, with
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
• Expose and locate utilities at specific locations where conflicts may occur.
Tie horizontal and vertical location of utility to survey control.
• Provide utility size and configuration.
City w ron wo,m, Texas Page 21 of 27
Ata ,menrA
Revlaon Die: 05.23.2024
Paige 210 27
FORT WORTH.,
• 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
Upon authorization from the CITY, ENGINEER will perform up to two (2) Level A test
holes are included. Level A test hole information to be provided:
1. Prior to design, to supplement the design survey
2. Prior to construction, at critical locations, to confirm franchise utility conflict has
been in fact cleared.
DELIVERABLES
A. Drawing of the project layout with dimensions and coordinate list.
B. SUE plan drawings sealed by a professional engineer registered in the State of
Texas.
City er FoR W . Tmme Page 22 of 27
Atl mwtA
Rev DVe:6623.=4
Pge"dV
FORT W� oRTH
TASK 9. 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:
9.2 Texas Department of Licensing and Regulation (TDLR)
• Identify and analyze the requirements of the Texas Architectural Barriers Act,
Chapter 88 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.
9.4 FHWA Bridge Registration
• The ENGINEER will coordinate with TxDOT to issue a National Bridge Inventory
(NBI) number for each bridge structure after the start of construction.
• Prepare calculation package and other necessary documentation for TxDOT to
issue NBI numbers.
DELIVERABLES
A. Copies of Approved Permits
B. Meeting agenda and notes.
cy w Fon worm, Texas Page 23 of 27
Ata TmenrA
Revlaon Die: 05.23.2024
Pale 23 0 27
FOR1T W�ORTFi..
TASK 10. QUALITY CONTROL / QUALITY ASSURANCE
ENGINEER to provide to the City a Quality Controll Quality Assurance Plan (QC/QA Plan)
outlining the ENGINEER's method of ensuring the highest levels of design and accuracy are
incorporated into the calculations, plans, specifications, and estimates.
ENGINEER is responsible for and shall coordinate all subconsultant activity to include
quality and consistency of plans.
If, at any time, during the course of reviewing a submittal of any item it becomes apparent to
the CITY that the submittal contains errors, omissions, and inconsistencies, the CITY may
cease its review and return the submittal to the ENGINEER immediately for appropriate
action. No additional time will be granted.
10.1. QC/QA of Survey and SUE Data
• The ENGINEER's Surveyor shall perform Quality Controll Quality Assurance on
all procedures, field surveys, data, and products prior to delivery to the CITY. The
CITY may also require the ENGINEER's Surveyor to perform a Quality
Assurance review of the survey and/or subsurface utility engineering (SUE) work
performed by other surveyors and SUE providers.
• ENGINEER's Surveyor shall certify in writing via a letter that the survey
information provided has undergone a Quality Controll Quality Assurance
process.
• ENGINEER's Subsurface Utility Engineering provider shall certify in writing via a
letter that the SUE information provided has undergone a Quality Controll Quality
Assurance process.
10.2. QC/QA of Design Documentation
• ENGINEER shall perform a QC/QA review of all documents being submitted for
review at all stages of the design including the 30%, 60%, and 90% and Final
Document design review submittals. QA should be performed by an individual
within the firm who is not on the design team.
• ENGINEER is to acknowledge that each item on the Detailed Checklist has been
included by checking "done" on the checklist. If a particular checklist item is not
applicable, this should be indicated by checking "N/A". If an entire checklist is
not applicable, this should be indicated by checking every item on the list as
"N/A" and still included with the submittal. The ENGINEER shall use the Detailed
Checklist provided by CITY.
• A Comment Resolution Log must be used to document conflicting comments
between reviewers and to highlight comments made by the PDT that the
ENGINEER is not incorporating into the design documents along with the
associated explanation. The ENGINEER shall use the Comment Resolution Log
provided by CITY.
• The documentation of a QC/QA review includes (1) a copy of the color -coded,
original marked -up document (or "check print") developed during the QA
cuyorrortw .Tie Page 24 or 27
AtteN to
Re icon D e: 0623M4
Pepe 24 d27
FORT WORTH.
checking process and/or review forms which sequentially list documents and
associated comments; and (2) a summary list of the findings of the QC effort.
• Evidence of the QC/QA review will be required to accompany all submittals.
Documentation shall include, but is not limited to, the following items:
PDF of the completed Detailed Checklists
• If any of the above information is missing, is incomplete a if any comments are
not adequately addressed; the CITY may contact the ENGINEER and request
the missing information. If the ENGINEER does not respond to the request
within 24 hours, the CITY shall reject the submittal. No additional time will be
granted to the design schedule for a returned submittal. ENGINEER shall plan to
recover the lost time with future project milestones remaining unchanged.
• If the ENGINEER has not adequately addressed the comments, the submittal
shall be rejected and returned to the ENGINEER immediately to address the
issues.
ASSUMPTIONS
• All submittals to the City will be Quality checked prior to submission.
• A PDF of the QC/QA documentation will be uploaded to the project folder in the
City s document management system (eBuiloer).
DELIVERABLES
QC/QA documentation
a. Comment Resolution Log
b. Summary of the QC effort findings
cy w Fon wo,m, Teas Page 25 or 27
ABC memA
Revlaon Die: 05.33.=4
PWe35M37
TASK 10. PLAN SUBMITTAL CHECKLISTS
Engineer shall complete and submit Plan Submittal Checldists in accordance with the
following table:
PLAN SUBMITTAL CHECKLIST REQUIREMENTS
AtlaCrmeM'R
Type
Traffic
Signal
(Submit All
�30%)
om
BlWrer
30%
Slam
Water
w%
Street
Liglta
(Submit
All@
33%
Winer
/Serer
(Submit
All@
W%)
Traffic
Engineering
(Submitll
All
@W%)
Traffic
Catlrol
3a%
Traffic
Control
Sa%
Traffic
Cartrol
ga%
Requirel for allxrork in City
ROW
Street
X
X
X
X•
X
X
X
Slam Water
X
X
X
X
X
Water/Serer
X
X
X
X
'If included in street project
City w Fon Worm, Texas Page 26 of 27
Atatt ni
Revision Date: 05.23.2024
Pape 28 0 27
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'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 in writing by both parties
before the services are performed. These additional services include the following:
• Negotiation of easements or property acquisition, unless included as part of Section 7
• Services related to disputes over pre -qualification, bid protests, bid rejection and re-
bidding of the contract for construction.
• Administration of the construction contract and inspection services
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of God.
• Services related to warranty claims, enforcement and inspection after final completion.
• Services to support, prepare, document, bring, defend, a assist in litigation
undertaken or defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
Cry w Fon wo,m, Texas Page 27 of 27
Ata ,menrA
Revlaon Die: 05.23.2024
Pepe V 0 27
ATTACHMENT B
COMPENSATION
Design Services for
Panther Island Canal Bridges
City Project No. 106351
Lump Sum Project
I. Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $590,200.00 as
summarized in Exhibit B-1 — Engineer Invoice and Section IV — Summary of Total
Project Fees. The total lump sum fee shall be considered full compensation for
the services described in Attachment A, including all labor materials, supplies, and
equipment necessary to deliver the services.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-1, Progress Reports as required in item III. of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
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 1 of 3
M
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm
Primary Responsibility
Fee Amount
%
Kimley-Horn
Engineering Services
$556,750.00
94.3%
Proposed Sub -Consultants
CMJ Engineering
Geotechnical Engineering
$24,000
4.1 %
Yellow Rose
SUE
$8,200
1.4%
GAP Consultants, Inc.
TDLR Inspection
$1,250
0.2%
TOTAL
$590,200.00
100%
Project Number & Name
Total Fee
Sub-
Consultant Fee
Sub %
106351 — Panther Island Canal Bridges
$590,200.00
$33,450.00
5.7%
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 2 of 3
AM
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 3 of 3
M
Professional Services Invoice Patent Manager: ayes La..a Summary
Project Panther Island Canal Bridges Phase 1
City Project a: JIMad0l
City Sae Num dar: 0
Company Name: Ind
Suppliers PM:
Supplier Invoice m:
Payment Request a:
Service Date: From
Service Date: To
Invoice Date:
appa Yeaumas:
FIII In new Win Including lnMee NunaaFrom and To Byes and tre Included Wei
Whin Yaw Invoke b mnpltl ad" and elms, aryl Bmw' and Add pu InMce M Ne
CamrlM Mbr MNn RgxlY Mbr.
mall: Rnn.tnuailpndrJivnwn
office AtltlmSa Rm N. �V � Brea am,RMabar Tx TBI®
Telephone: WR4T61T]l
Fax 99a]5dm0
Remit Addnu roam BStae Omer, TamT]%toe
Agreement Amendment
Sheet FlD and Work Type Description Amount Amount
Agreement
Amountb
Deb
LTD
Eosin
Amount
Percent
spent
nillnvoiced
Previously
Current
Invoice
Remaining
Balance
yori
I womom
tell
1M=
anoni
deri
wan ]
wan a
wan a
wan e
wan n
Toaale This Invoice Woman naamaat
Overall Percentage Spent:
wo.anp
EXHIBIT B
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Panther Island - Calhoun St and N. Commerce St Bridges over Canal C
City Proiect No. 106351
10114/2025
Task No.
Task Description
Labor (hours)
Total Labor
Cost
Expense
Total Expense
Cost
Task Sub Total
Senior PM
Senior
Project
Engineer
Project
Manager
Project
Engineer
EIT III
EIT II
Admin
Subconsultant
Travel /
Reproduction /
Fees / Permitting
Amount
Name
Markup
Rate
$316.00
$296.00
$256.00
$221.00
$188.00
$176.00
$120.00
1.0
Design Management
32
0
25
25
21
0
3
$30,200
$0
$0
$0
$0
$0
$30,200
1.1
1 General Coordination
7
7
7
1 $5,600
$0
$5,600
1.2
Kick -Off Meeting
4
1 4
4
6
$4,300
1
$0
$4,300
Monthly Meetings 6
6
6
6
9
$6,500
$0
$6,500
City Department Meetings (4)
4
4
4
6
$4,300
$0
$4,300
Plan Review Meetings (2)
4
4
4
$3,200
$0
$3,200
Invoicing
7
14
$3,900
$0
$3,900
Admin
20
$2 400
$0
$2 400
2.0
Conceptual Design 30%)
4
0
0
10
0
12
0
$5 800
$0
$0
$0
$0
$0
$5,800
2.1
Data Collection
Data Collection/Record Drawings
2
2
$800
$0
$800
Coordination
4
4
$2,200
$0
$2,200
Existing Utilities & Identify Conflicts
2
10
$2,300
$0
$2,300
Design Decision Log
2
$500
$0
$500
$0
$0
$0
3.0
Preliminary Design 60%
30
0
84
203
225
694
2
$243,000
$24,000
$0
$2,400
$1,500
$27,900
$270,900
3.1
Preliminary Design Drawings
Cover/General Notes/Index
1
5
$1,200
$0
$1,200
Project Control
1
5
$1,200
$0
$1,200
Existing and Proposed Typical Sections
1
15
$2,900
$0
$2,900
Roadway Removals
2
15
$3,100
$0
$3,100
Roadway P&P
4
20
40
$12,800
$0
$12,800
Cross Sections
2
40
8
$10,900
$0
$10,900
Drainage Area Map
15
15
$6,000
$0
$6,000
Runoff Calcs, Inlet Capacity & Storm Drain Calcs
15
4
$4,100
$0
$4,100
Storm Plan and Profile
4
20
40
$12,800
$0
$12,800
Stormwater Quality BMP Worksheet
4
4i
$1,600
$0
$1,600
Water Quality Treatment
2
10
$2,900
$0
$2,900
Utility Conflicts (2)
2
5
10
$3,500
$0
$3,500
Signing and Marking
15
$2,700
$0
$2,700
TCP - Detour Route
1
4
4
$2,000
$0
$2,000
Erosion Control
1
1
6
$1,300
$0
$1,300
Grading
2
15
$4,000
$0
$4,000
Curbless Street Eval
4
20
$5,700
$0
$5,700
Details
10
$1,800
$0
$1,800
Calhoun Street Bridge
Bridge Layout
1
2
10
20
$6,300
$0
$6,300
Calculate Bridge Geometry Control Points
1
4
12
$3,200
$0
$3,200
Bridge Typical Section
3
6
12
$4,100
$0
$4,100
Bridge Quantities Summary Sheet
1
1
2
$800
$0
$800
Calculate Bridge Quantities
2
4
8
$2,700
1 $0
$2,700
Foundation Layout
2
4
12
$3,400
$0
$3,400
Locate and Develop Soil Borings Sheets
2
4
16
$4,100
$0
$4,100
Abutment Plan Sheets
1
12
24
$6,800
$0
$6,800
Abutment Design Calculations
6
12
4
$4,500
$0
$4,500
Abutment Detail Sheets
2
12
24
$7,000
$0
$7,000
Framing Plan Sheets
1
2
12
$2,800
$0
$2,800
Design Beams & Prepare Beam Design Tables
2
4
8
$2,7001
$0
$2,700
Page 1 of 4
EXHIBIT B
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Panther Island - Calhoun St and N. Commerce St Bridges over Canal C
Citv Protect No. 106351
10/14/2025
Task No.
Task Description
Labor(hours)
Total Labor
Cost
Expense
Total Expense
Cost
Task Sub Total
Senior PM
Senior
Project
Engineer
Project
Manager
Project
Engineer
EIT III
EIT II
Admin
Subconsultant
Travel /
Reproduction /
Fees / Permitting
Amount
Name
Markup
Rate
$316.00
$296.00
$256.00
$221.00
$188.00
$176.00
$120.00
Bridge Load Rating
2
4
8
$2,700
$0
$2,700
Slab Detail Sheets
1
8
24
$6,000
$0
$6,000
Slab Design Calculations
6
12
4
$4,500
$0
$4,500
Incorporate Relevant TxDOT Standard Sheets
1
2
12
$2,800
$
$2,800
N Commerce Street Bridge
Bridge Layout
1
2
10
20
$6,300
$
$6,300
Calculate Bridge Geometry Control Points
1
4
12
$3,200
$0
$3,200
Bridge Typical Section
3
6
12
$4,100
$0
$4,100
Bridge Quantities Summary Sheet
1
1
2
$800
$0
$800
Calculate Bridge Quantities
2
4
8
$2,700
$0
$2,700
Foundation Layout
2
4
12
$3,400
$0
$3,400
Locate and Develop Soil Borings Sheets
2
4
16
$4,100
$0
$4,100
Abutment Plan Sheets
1
12
24
$6,800
$0
$6,800
Abutment Design Calculations
6
12
4
$4,500
$0
$4,500
Abutment Detail Sheets
2
12
24
$7,000
$0
$7,000
Framing Plan Sheets
1
2
12
$2,800
$0
$2,800
Design Beams & Prepare Beam Design Tables
2
4
8
$2,700
$0
$2,700
Bridge Load Rating
2
4
8
$2,700
$0
$2,700
Slab Detail Sheets
1
8
24
$6,000
$0
$6,000
Slab Design Calculations
6
12
4
$4,500
$0
$4,500
OPCC
1
4
6
35
$8,500
$0
$8,500
Internal60% QC
$0
$0
$0
Address Internal60% Comments
10
10
60
$14,700
$0
$14,700
60% Project Submittal
1
3
3
$1,600
$50
$500
$2,100
Design Criteria/Decision Log
1 2
2
$1,000
1
$0
$1,000
3.2
1 Geotech Report
4
4
$2,000
$24,000
CMJ
$2,400
$26,400
$28,400
3.3
Site Visit/Constructability Review
3
3
3
3
3
$3,500
$0
$3,500
3.4
Community Meeting (1)
$0
$0
$0
Exhibits
1 5
2
$1,200
1
$1,000
$1,000
$2,200
Meeting
3
5
3
3
3
$4,000
$0
$4,000
4.0
Final Design(90% and 100%)
12
0
77
81
135
442
10
$148,000
$0
$0� $0
$750
$750
$148,750
4.1
90% Design Drawings
Address City 60 % Comments
10
40
$9,300
$0
$9,300
Finalize Removals
1
8
$1,700
$0
$1,700
Finalize Paving
2
6
20
$5,500
$0
$5,500
Finalize Corridor Grading & Cross -Sections
1
5
15
$4,100
$0
$4,100
Finalize Drainage
2
15
30
$9,300
$0
$9,300
Finalize Signing and Markin
1
5
$1,200
$0
$1,200
Calhoun Street Bridge
Bridge Layout
1
2
2
4
$2,000
$0
$2,000
Finalize Bridge Geometry Control Points
1
2
4
$1,400
$0
$1,400
Bridge Typical Section
1
2
2
4
$2,000
$0
$2,000
Bridge Quantities Summary Sheet
1
21
2
$1,000
$0
$1,000
Finalize Bridge Quantities
1
4
2
$1,400
$0
$1,400
Foundation Layout
1
4
16
$3,900
$0
$3,900
Finalize Foundation Design
4
8
2
$2,900
$0
$2,900
Abutment Plan Sheets
1
4
12,
$3,200
$0
$3,200
Finalize Abutment Design Calculations
21
4
4
$2,000
$0
$2,000
Abutment Detail Sheets
1
4
12
$3,200
$0
$3,200
Page 2 of 4
EXHIBIT B
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Panther Island - Calhoun St and N. Commerce St Bridges over Canal C
Citv Protect No. 106351
10/14/2025
Task No.
Task Description
Labor(hours)
Total Labor
Cost
Expense
Total Expense
Cost
Task Sub Total
Senior PM
Senior
Project
Engineer
Project
Manager
Project
Engineer
EIT III
EIT II
Admin
Subconsultant
Travel /
Reproduction /
Fees / Permitting
Amount
Name
Markup
Rate
$316.00
$296.00
$256.00
$221.00
$188.00
$176.00
$120.00
Framing Plan Sheets
1
1
4
$1,200
$
$1,200
Finalize Beam Design
1
2
2
$1000
$
$1,000
Slab Detail Sheets
1
4
12
$3,200
$
$3,200
Finalize Slab Design Calculations
2
4
4
$2,000
$
$2,000
N Commerce Street Bridge
Bridge Layout
1
2
2
4
$2,000
$0
$2,000
Finalize Bride Geometry Control Points
1
2
4
$1,400
$0
$1,400
Bridge Typical Section
1
2
2
4
$2,000
$0
$2,000
Bridge Quantities Summary Sheet
1
2
2
$1,000
$0
$1,000
Finalize Bridge Quantities
1
4
2
$1,400
$0
$1,400
Foundation Layout
1
4
16
$3,900
$0
$3,900
Finalize Foundation Design
4
8
2
$2,900
1
$0
$2,900
Abutment Plan Sheets
1
4
12
$3,200
$0
$3,200
Finalize Abutment Design Calculations
2
4
4
$2,000
$0
$2,000
Abutment Detail Sheets
1
4
12
$3,200
$0
$3,200
Framing Plan Sheets
1
1
4
$1,200
$0
$1,200
Finalize Beam Design
1
2
2
$1,000
$0
$1,000
Slab Detail Sheets
1
4
12
$3,200
$0
$3,200
Finalize Slab Design Calculations
2
4
4
$2,000
$0
$2,000
Specifications and Bid Form
2
1 10
10
10
10
$8,500
$0
$8,500
Quantities
2
6
25
$6,000
$0
$6,000
Internal 90 % QC
$0
$0
$0
Address Internal 90% Comments
10
10
10
50
$15,500
$0
$15,500
90% Project Submittal
3
3
$1,200
$500
$500
$1,700
4.2
Address 90% City Comments
10
10
10
50
$15,500
$0
$15,500
Internal 100% QC
$0
$0
$0
Address Internal 100% Comments
5
5
5
25
$7,800
$0
$7,800
100% Submittal
1
3
3
1 $1,600
$250
$250
$1,850
$0
Site Visit
$0
$0
$0
5.0
Bid Phase Services
4
0
11
13
9
7
0
$10,100
$0
$0
$0
$1,250
$1,250
$11,353
Addenda
2
5
5
3
3
$4,200
$0
$4,200
Pre -Bid
2
2
2
$1,400
$0
$1,400
Bid Opening
2
$500
$0
$50
Constuction Contract & Conformance Documents
2
4
4
4
4
$4,000
I
$1,250
$1,250
$5,250
6.0
lConstruction Phase Services
20
0
80
131
89
0
2
$73 100
$0
$0
$0
$1,000
$1,000
$74,100
Construction Support
Precon Meeting
3
3
3
3
$3,000
$0
$3,000
E
]Community
Shop Drawing Review 20)
5
20
60
20
$23,800
$0
$23,800
RFI Responses (8)
2
32
20
8
$14,800
$0
$14,800
Site Visit and Final Walkthrough (5)
5
15
25
10
$12,900
$0
$12,900
Meeting (1)
$0
$0
$0
Exhibits
5
2
$1,200
$0
$1,200
Meeting
3
5
3
3
$3,500
$1,000
$1,000
$4,500
6.2
Record Drawings
2
5
20
40
$13,900
$0
$13,900
7.0
ROW/Easement Services
0
0
22
14
0
48
0
$17,300
$0
$0
$0
$
$0
$17,300
7.1
Right -of -Way Research
$0
$0
Metes & Bounds
$0
$0
$0
Page 3 of 4
EXHIBIT B
Level of Effort Spreadsheet
TASKMOUR BREAKDOWN
Design Services for
Panther Island - Calhoun St and N. Commerce St Bridges over Canal C
Citv Protect No. 106351
10/14/2025
Task No.
Task Description
Labor (hours)
Total Labor
Cost
Expense
Total Expense
Cost
Task Sub Total
Senior PM
Senior
Project
Engineer
Project
Manager
Project
Engineer
EIT III
EIT II
Admin
Subconsultant
Travel /
Reproduction /
Fees / Permitting
Amount
Name
Markup
Rate
$316.00
$296.00
$256.00
$221.00
$188.00
$176.00
$120.00
7.2 1
Right-of-Way/Easement Preparation and Submittal
ROW & Easement Parcel Map
2
2
4
$1,700
$
$1,700
Eight (8) Temporary Construction Easements
20
10
40
$14,400
$
$14,400
7.3
Right-of-Way/Easement Acquisition Services
$0
$
$0
7.4
Temporary Right of Entry Preparation and Submittal
2
4
$1,200
$0
$1,200
ROE Letters/Documents
$0
$0
$0
8.0
Survey and Subsurface Utility Engineering Services
0
0
1
2
4
0
0
$1,500
$8,200
$0
$820
$0
$9,020
$10 520
8.1
Test holes (2) (Level A)
1
2
4
$1,500
$8,200
Yellow Rose
$820
$9,020
$10,520
9.0
Permitting
0
4
6
10
241
0
0
$9,700
$1,250
$0
$130
$0
$1,380
$11,080
9.1
TxDOT LOSA
9.2
TDLR
$0
$0
$0
TDLR Plan Review and Final Walkthrough
4
4
$2,100
$1,250
GAP
$130
$1,380
$3,480
9.4
IFHWA Bridge Registration
Com lete TxDOT NBI Request Form
1
1
2
$900
$0
$900
Pre are Calculation Package
2
2
10
$2,900
$0
$2,900
N Commerce Street Bride
Complete TxDOT NBI Request Form
$0
1
1
2
$900
$0
$900
Pre are Calculation Package
2
2
10
$2,900
$
$2,900
10.0
Survey and Subsurface Utility Engineering Services
22
0
8
5
0
01
0
$10,200
$0
$0
$0
$0
$0
$10,200
10.1
QC/QA of Survey and SUE Data
2
2
$1,200
$0
$1,200
10.1
QC/QA of Design Documentation
20
6
5
$9,000
$0
$9,000
Subtotall
1241
4
314
494
507
12031
48
$548,900
$33 450
$0
$3,350
$4,5001
$41.300
$590,200
I Totals:) $590,200
Project Summary
Total Hours
2,694
Total Labor
$548,900
Total Expense
$41,300
Subconsultants
$33,450
Subconsutiants Participation
5.7
Page 4 of 4
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Panther Island Canal Bridges
City Project No. 106351
None
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page l of 1
KMDIey-Man
Qty Project No. 106351
Ramat Mint ute Mon lWas
Panther bland Canal Bddges
Phase 1 Sdcduk
D
TaM Nme
oaaeoi
an
Finn
va
Deea aaa
zcel
ices
mza ma
_
mimlere
I
a i
girl
i
Pan6nes Maafsal OragesObmel
g02daya
Fa 7As/25
Mm1A/a
a%
2
PmiealBoea ant
Nem
rpe 9130AS
Mal lx/v25
M
3
Amend Agreement -Desian
15 dais
Tue9A0/25
Mon 1W23125
D16
a
Agreement Faxution
Otlay
Mon 11/3125
Mon 1113125
396
3
11/3
5
- Design
123em
RI 7/14/25
MW4/6/26
0%
6
mcmcepNalOaigi
Aaay
Al 7A8/25
Weall/5/25
0%
T
Issue Des®n Notice b Prxoam
0tley
Mon 11/3/25
Mon 1113125
OM
A
11A
9
Design nckaH Meeting
0tlM
M71WB
FH711WB
OM
♦, TA
9
De98n5urvey
Ocay
Fr17jW25
Fa7/18n5
0M
8
♦TA
10
Prepare Cmcepmal Desian Drawings B cocumaRs
56tlM
Fv7jW25
Fa 1W3/25
0M
9
11
Submit Conceptual Fare
0dM
Fri 1013125
Fa 1013125
0M
10
0/3
12
Renew[oncep[ual Plam'
17tlM
Mon10/6/25
Tue30/28/25
OM
11
13
Fear Reviw Meeang/Cuman Revew Meeting (Technical)
1Ny
Wed 10/29/25
Wed 10INIM
0M
12
to
Marpaate Canmena and Submit Remsetl Conceptual Drawing
5tlM
Tbu30/30125
Wed1W25
0M
13
1s
Conceptual Desgn Complex
0tlM
Wed 1l/5/25
Wetl1l/5/25
0%
16
11A
16
60Mhtlminary0dpl
I16em
RI 7/181Z
RI12/26/Z
0%
17
Prepare 6096 Preliminary Plans and Slanifiaaons
56tlM
M7jW25
Fri 1013125
0M
9
10
HN6 Preliminary Plan and 5pecbixaon SubmMal
ONy
Fri 1013/25
Fri 1013125
0M
17
On
19
Submitnansamtl ecsWUt Iitim
0tlM
N10/3/25
Fri 1013125
0M
18
on
20
ReNew 0A6 Preliminary Pens and Specifications
17tlM
Mon10/6/25
Tue30/28/25
0M
19
21
Incorporate Canmena and Submit Rexztl Preliminary Ceapi
5tlM
Wed 10/29/25
Tue11/4/25
0M
20
Drawings
E
GMxM1nirallmestigtions/Powmen[ Design
AOtlM
Mon11/3/25
Fri 12/26/25
OM
A
a
Preliminary DesgnC Mete
0tlay
Toe 11/4125
Tuell/4/25
OM
21
11/4
N
90l Wei gtlgn
lflaay
Man 11NZ
Ifice 26
O%
E
Prepare 90M Final Plans and Specifications
Weals
Monll/3/25
Fa 1/23/26
0%
�♦1/33
lab
90M Final Man and 5pecificaton 5ubmilxl
Otlay
Fri 1/23/M
Fa 1/23/26
0%
25
P
Ramew 90M Heal Plan am Spetifinlon(Clw
17tlay
Monl/M/M
Tue2/17/26
0%
26
tl
2B
Holtlinject Meebg
1Ny
Wed 2/18A6
Wed 21WH
0%
27
H
Incorporate Final Cammena and Submit Final Plans and
16tlay
nu2/19126
no 3112126
0%
28
SperiMatons
30
Appwe FM& nansand Speafoa%onsantl Rautehr5®uxm
12tlay
Fri 3113/26
Mon 3130126
0%
29
31
peLpnCamplex
Otlrys
Mon 3/30126
Mon3A0/26
0%
30
3/30
T.k na.uwm.n
IcI
Fr..I T.a
— s ig
c unlre
CH Project
No. 1 M351
Ws ,,,.a i i i...,i i i.,,i i. inavTwv
oura^ury
-SOMEONE!=
laawM
3 mgar
NYmw ♦ MYn aimw
Mreal Summary e%p
ganln4
N,,,Ip r
ymirp 11 e,ma, rosy
4 I
Mnuly
1-1
ganlMYmw
Page 1
Kvnle3-2Mi
City Pmject Nm 106357
Panne Idand Cavil Bddgm Phase 1 Shceduk
Rgprt Pnm Dart Men ta/n/2s
o
TMk Nwle
Duration
awt
F6Mx
32
Prepare Bid Package
MN//Gxmnb/Rpeemnb RquMi
TRWO
6eith Kidwil
Nan Ventures, LLC
Panler Island Partnerts, LP
(MgN[tlm
(bnyduNonptlrMbemem
Rtlae2semem Penotl
Bid AtlVertimment
Ativertisemen[Periotl
HeNPresw Mee[ing
PreQwlifitatiemferCmdatta
BHOpening
Review Bitls- Bid Tabulations and Rktt Contractor
SBE Ncurontltlon
Mam CPretes
drmatt Fxauton
PTCmedu an ANNtln
(bnitruttlon CaNst
Notiato Proceed for Con4rution
Shoa Gawings
Pipe Promrement
Cnmduetion
Material Soil Testing
Inspection
neuut
MepYn2
5Ny
606yf
60 clays
60 clays
Wtlays
Wtlays
ultlays
allay
I5tlayS
0tlays
20 clays
ltlay
21 clays
5days
0tlays
3tlays
8tlay
20tlays
l6tlayS
16tlays
351tlary
0dws
Wtlays
21 clays
2M clays
2M clays
2M clays
Wdaris
Mdyf
Tue 313VM
Monll/3/25
Menll/3/25
Menll/3/25
Menll/3/25
Men 1113/25
Mon 1/4/22
Mm 1/4/22
Men 1/4/22
Mon 1/4/27
Men 1/4/2]
Men 2/1W
Tw 2AW
Tw 2AW
Tw 3AW
Wed 3/3/27
Mon3/8/D
Thu3/18M
Thu4/1%W
M5/2R2
Mm2/5/22
Mon]/3/2]
Men]/3/2]
Meng/27/27
Tw 10/26/27
Tw 10126M
Tw 10/26/27
Ne llnIX
Two 1215M
Men L/6/26 Og
Ml/23/M M
Fri 1123126 ft
Fri 1123126 ft
Fri 1123126 IN
Fri 1123126 IN
Mon l/I/M M
M3/5/22 M
M3/5/22 M
Men 1/4/9 M
Fri 1/29/27 04
Men2/IW M
TW3/1/2] Oa
Men2/BW M
Tw3/1/2T M
Fri 315M B%
WM3/12/22 M
WB1411422 M
18u 5/8/22 Ba
MS/2a/D M
Mad l WB@ M
Men7/5/9 M
Fri 9124/27 Oa
Man 10/25/27 M
Monll/6/28 M
Man 11/6/M M
Man 11/6/28 M
Mon 12/4/9 M
Mor UI/M 0a
31
32,33
al
42
a
a
M
46
AT
d8
49
50
50
53
54
55 _
55
55
$8
59
BBBM
BBBM
rk
rk
1/4
♦L
1/S
33
34
35
36
3T
38
39
a0
at
a3
43
Y
45
K
aT
aB
N
m
51
52
53
54
S
56
57
m
Be
01
Gty ProjM W. 106551
no,
wit
MFova ♦
s.nr.ry I1
Rqu4.msy P1
aatlnMYmw
a.n.wnl.yJ
I
M+Wnia
N,b
Manual ymoy RAp
M..ws.mr.y
Swtaa/ C darn
emrs 3 Na9rna
anarmuh - MM Fgat
Ban Haikma o
Pate 2
L• A
M
KCa
Begin Project
L
Attachment E
Panther Island Canal Bridges
r+
....' ItiI�� =w
--Project Location
Panther Island Canal Bridges
N Commerce St R N Calhoun St
tea"
End Project
Kimley»)Horn
FORTWORTH.
EXHIBIT F
CITY OF FORT WORTH,
STANDARD INSURANCE REQUIREMENTS,
(1) INSURANCE LIMITS
a. Commercial General Liability — Insured shall maintain commercial general
liability (CGL) and, if necessary, commercial umbrella insurance as follows:
$1,000,000 each occurrence
$2,000,000 aggregate
If such Commercial General Liability insurance contains a general aggregate
limit, it shall apply separately to this Project or location.
City shall be included as an additional insured with all rights of defense
under the CGL, using ISO additional insured endorsement or a
substitute providing equivalent coverage, and under the commercial
umbrella, if any. This insurance shall apply as primary insurance with
respect to any other insurance or self-insurance programs afforded to
City. The Commercial General Liability insurance policy shall have no
exclusions or endorsements that would alter or nullify:
premises/operations, products/completed operations, contractual,
personal injury, or advertising injury, which are normally contained
within the policy, unless City specifically approves such exclusions in
writing.
ii. Insured waives all rights against City and its agents, officers, directors
and employees for recovery of damages to the extent these damages
are covered 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).
Such insurance shall cover liability arising out of "any auto", including owned,
hired, and non -owned autos, when said vehicle is used in the course of Insured's
business and/or the Project. If Insured owns no vehicles, coverage for hired or
non -owned autos is acceptable.
Insured waives all rights against City and its agents, officers, directors and
employees for recovery of damages to the extent these damages are
covered by the business auto liability or commercial umbrella liability
insurance obtained by Insured pursuant to this Agreement or under any
applicable auto physical damage coverage.
CFW Standard Insurance Requirements Page 1 of 3
Rev. 5.04.21
c. Workers' Compensation —Insured shall maintain workers compensation and
employer's liability insurance and, if necessary, commercial umbrella liability
insurance as follows:
Coverage A: statutory limits
Coverage B: $100,000 each accident
$500,000 disease - policy limit
$100,000 disease - each employee
Insured waives all rights against City and its agents, officers, directors and
employees for recovery of damages to the extent these damages are
covered by workers compensation and employer's liability or commercial
umbrella insurance obtained by Insured pursuant to this Agreement.
d. Professional Liability (Errors & Omissions) — Insured shall maintain
professional liability insurance as follows:
$1,000,000 - Each Claim Limit
$2,000,000 - Aggregate Limit
Professional Liability coverage may be provided through an endorsement to
the Commercial General Liability policy, or a separate policy specific to
Professional E&O. Either is acceptable if coverage meets all other
requirements. Coverage shall be written on a claims -made basis, and
maintained for the duration of the contractual agreement and for five (5) years
following completion of services provided. The policy shall contain a retroactive
date prior or equal to the Effective Date of the Agreement or the first date of
services to be performed, whichever is earlier. An annual certificate of insurance
shall be submitted to City to evidence coverage.
(2) GENERAL INSURANCE REQUIREMENTS
a. Certificates of insurance evidencing that Insured has obtained all required
insurance shall be attached to Agreement concurrent with its execution. Any
failure to attach the required insurance documentation hereto shall not
constitute a waiver of the insurance requirements.
b. Applicable policies shall be endorsed to name City as an Additional Insured,
as its interests may appear, and must afford the City the benefit of any
defense provided by the policy. The term City shall include its employees,
officers, officials, and agents as respects the contracted services. Applicable
policies shall each be endorsed with a waiver of subrogation in favor of City
with respect to the Project.
c. Certificate(s) of insurance shall document that insurance coverage limits
specified in this Agreement are provided under applicable policies
documented thereon. Insured's insurance policy(s) shall be endorsed to
provide that said insurance is primary protection and any self -funded or
CFW Standard Insurance Requirements Page 2 of 3
Rev. 5.04.21
commercial coverage maintained by City shall not be called upon to
contribute to loss recovery. Insured's liability shall not be limited to the
specified amounts of insurance required herein.
d. Other than worker's compensation insurance, in lieu of traditional
insurance, City may consider alternative coverage or risk treatment
measures through insurance pools or risk retention groups. City must
approve in writing any alternative coverage for it to be accepted.
e. A minimum of thirty (30) days' notice of cancellation or material change in
coverage shall be provided to City. A ten (10) days' notice shall be acceptable
in the event of non-payment of premium.
f. Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A:VII or equivalent measure of financial strength
and solvency as determined by the City's Risk Management division.
g. Any deductible or self -insured retention in excess of $25,000 that would
change or alter the requirements herein is subject to approval in writing by
City, if coverage is not provided on a first -dollar basis. City, at its sole
discretion, may 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 Insured's insurance policies including endorsements thereto and, at
City's discretion, Insured may be required to provide proof of insurance
premium payments.
j. Lines of coverage, other than Professional Liability, underwritten on a claims -
made basis, shall contain a retroactive date coincidentwith or priorto the date
of this Agreement. The certificate of insurance shall state both the retroactive
date and that the coverage is claims -made.
k. Coverages, whether written on an occurrence or claims -made basis, shall be
maintained without interruption nor restrictive modification or changes from
date of commencement of the Project until final payment and termination of
any coverage required to be maintained after final payments.
I. City shall not be responsible for the direct payment of any insurance
premiums required by Agreement.
m. Subcontractors of Insured shall be required by Insured to maintain the same
or reasonably equivalent insurance coverage as required for Insured. Upon
City's request, Insured shall provide City with documentation thereof.
CFW Standard Insurance Requirements Page 3 of 3
Rev. 5.04.21
M&C Review Page I of 2
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA FARTor
Create New From This M&C
DATE: 9/30/2025 REFERENCE **M&C 25- LOG NAME: 202025 PANTHER ISLAND
NO.: 0928 CANAL BRIDGES PHASE 1
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (CD 2) Authorize Execution of an Engineering Agreement with Kimley-Horn and
Associates, Inc., in the Amount of $590,200.00 for the Design of Panther Island Bridges
Phase 1 Project Over the Proposed Tarrant Regional Water District Canal C
RECOMMENDATION:
It is recommended that the City Council authorize execution of an engineering agreement with
Kimley-Horn and Associates, Inc., in the amount of $590,200.00 for the design of Panther Island
Bridges Phase 1 project (Calhoun Street and N. Commerce Street) over the proposed Tarrant
Regional Water District Canal C (City Project No. 106351).
DISCUSSION -
This Mayor and Council Communication (M&C) is to authorize an engineering agreement with
Kimley-Horn and Associates, Inc., in the amount of $590,200.00 for the design of the Panther Island
bridges Phase 1 project over the proposed Tarrant Regional Water District Canal C (City Project No.
106351). The project scope includes the design of two new bridges over the proposed Tarrant
Regional Water District (TRWD) Panther Island Canal C, one at North Commerce Street and the
other at Calhoun Street, between NE 4th Street and NE 5th Street. The project also includes the
roadway transitions from the canal bridges to the existing intersections. The purpose of the project is
to advance the goals of Panther Island Vision 2.0 by providing new bridge crossings over the
proposed Canals, enhancing connectivity, and supporting future development in the area.
In April 2020, the Transportation and Public Works Department (TPW), Capital Delivery Division,
published a Request for Qualifications (RFQ) for various engineering consulting services. Category
10 — Bridge Design Task Order Contracts were utilized for this selection. An evaluation team of City
staff subject matter experts from the Capital Delivery Division of TPW scored the submitted
Statement of Qualifications (SOQ) based on company experience, prior projects, workload, and team
experience. A pool of five (5) firms was prequalified for Category 10 — Bridge Design. In May 2025,
TPW selected Kimley-Horn and Associates, Inc., as the most qualified consultant to provide
engineering services for this project.
In addition to the engineering services, available project funds totaling $3,129,070.00 will be used for
project management, real property acquisition, utility coordination, material testing, inspection, and
the City's local participation for construction.
Design is expected to start in September 2025 and be completed by May 2026.
Funding is budgeted in the General Capital Projects Fund for the TPW Department for the purpose of
funding the Panther Island Bridges Phase 1 project.
The project is located in COUNCIL DISTRICT 2.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated, in the General Capital Projects Fund for the Panther Island Bridges Phase 1 project to
support the above recommendation and execution of the contract. Prior to any expenditure being
http://apps.cfwnet.org/council_packet/mc_review.asp?ID 33788&councildate-9/30/2O25 11/17/2025
M&C Review
Page 2 of 2
incurred, the Transportation and Public Works Department has the responsibility to validate the
availability of funds.
TO
i Fund' Department Account Project Program Activity I Budget Reference # Amount
A.ID ID I Year I..._(Chartfield 2)
FROM
Fund' Department Account Project Program Activity Budget Reference # Amount
'
ID ID I Year I (Chartfield 2)
Submitted for City Manager's Office by: Jesica McEachern (5804)
Originating Department Head: Lauren Prieur (6035)
Additional Information Contact: Monty Hall (8662)
ATTACHMENTS
202025 PANTHER ISLAND CANAL BRIDGES PHASE 1 funds availability.pdf (CFW Internal)
Form 1295 Certificate.pdf (CFW Internal)
M&C Map CPN106351 Pantherlsland Canal Bridge Ph1.Pdf (Public)
MC FID 106351.xlsx (CFW Internal)
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=33 788&councildate=9/30/2O25 11 /17/2025
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1afl
Complete Nos. I. 4 aM 6 if there are interested! parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested! perdes.
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, stake and country of the business entity's place
of business.
2025-1351575
IGmley-Han and Associates, Inc.
Dallas, TX United States
Date Filed:
2 Name of governmental entry or slake agency that is a Party to the contract for vfiicll the form is
08/18/2025
being filed.
City Of Fort Worth
Date Ackrawdedged:
3 Provide vie identification number used by the governmenW entity or state agency to track or identify the contract, and provide a
description of vie services, goods, or other property to be provided under the cordracL
106351
Panther Island Canal Bridges Phase 1-Commerce & Calhoun
4 Name of Interested Party
City, Shke, country(place of business)
Nature of imerest
checks licatle
Controlling
Interco diary
Flanagan, Tammy
Dallas, TX United States
X
McEntee, David
Dallas, TX United States
X
Kell, Ashley
Dallas, TX United States
X
Mutti, Brent
Dallas, TX United States
X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is and my date of birth is
My address is USA
_IIL_,
(aN) (state) (zip cods) (moray)
I declare under penalty of pedury that the foregoing is hue aM correct.
Executed! in PALS County, State of Texas on the fair day of Auoust 20 25
(yew)
Signature authorized agent ofoontmcdlg business entity
(oeciarang
Forms provided by Texas Ethics Commission W .ethics.state.tcus Version V4.1.0.f10d6M8
Fox,:
Routing and Transmittal Slip
Transportation & Public Works,
Department
DOCUMENT TITLE: Panther Island Canal Bridges Phase 1—Professional Services
M&C: song CPN: 106351 CSO: DOCM
Date:
To:
Name
Department
Initials
Date Out
1.
Alexandra Ripley
TPW - initial
"`
11/21/2025
2.
Scott Arnold
Caasuftwt-sigaaune
11/17/2025
3.
Brittany Darrah
TPW - signature
11/17/2025
4.
Gregory Robbins
TPW - initial
11/24/2025
5.
Mary Hanna
TPW -initial
Mo
11/25/2025
6.
Patricia Wadsack
TPW -initial
PLW
11/25/2025
7.
Lauren Prieur
TPW - signature
so^—
11/26/2025
8.
Doug Black
Legal - signature
-&L.—
11/26/2025
9.
Jesica McEacherrt
CMO - signature
- a1A
12/05/2025
10.
Janette Goodall
CSO - signature
.fit
12/05/2025
11
TPW Contracts
TPW
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all
City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, Jay will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES ®No
RUSH: [DYES ®No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ®No
ROUTINGTOCSO: ®YES ❑No
Action Reanlred: ❑ Attach Signature, Initial and Notary Tabs
❑ As Requested
❑ For Your Information
® Signaturs/Routing and or Recording
❑ Comment
❑ File
Return To: TPWContractsaWonWorthTexas.gov atext 7233 for pick up when completed.
Thank you!
FORT WORTH,
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Kimley-Hom and Associates, Inc.
Subject of the Agreement: Professional Services Agreement for Panther Island Canal
Bridges Phase 1
M&C Approved by the Council? * Yes D(No ❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No X
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"9 *Yes X No ❑
If unsure, see back page for permanem contract listing.
Is this entire contract Confidential? *Yes ❑ No X Ifonly speck information is
Conftdendal, please list what information is Conftdemial and the page it is located
1795 Form - page 59
Effective Date: Expiration Date:
If different from the approval date. If applicable.
Is a 1295 Form required? *Yes XNo ❑
*Ifso, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: Ifapplicable. 106351
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number Yes X No ❑
Contracts need to be routed for CSO processing in the following order:
1. Katherine Cenicola (Approver)
2. Janette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and ifthe information is not provided the contract will be
returned to the department.