HomeMy WebLinkAbout061520-R1A1 - General - Contract - Westwood Professional Services, Inc.Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728
City Secretary Contract No.
61520-R1A]
FIRST RENEWAL AND AMENDMENT OF CITY SECRETARY
CONTRACT NO. 61520, A NON-EXCLUSIVE PROFESSIONAL
ENGINEERING SERVICES AGREEMENT BETWEEN THE CITY OF
FORT WORTH AND WESTWOOD PROFESSIONAL SERVICES, INC.
This FIRST RENEWAL AND AMENDMENT OF CITY SECRETARY
CONTRACT NO. 61520 ("First Renewal and Amendment"), is made and entered into by and
between the City of Fort Worth, a home-rule municipal corporation of the State of Texas ("City"),
acting by and through its duly authorized Assistant City Manager, and Westwood Professional
Services, Inc., a Texas corporation ("Engineer"), acting by and through its duly authorized
representative.
WHEREAS, on June 7, 2024, the City and Engineer entered into a Non-Exclusive
Professional Engineering Services Agreement for the City's Small-Scale Infrastructure Program,
City Secretary Contract Number 61520 ("Agreement"); and
WHEREAS, the Agreement provides for a one-year Initial Term with four optional one-
year Renewal Terms; and
WHEREAS, Exhibit B to the Agreement provided the Engineer's compensation rates for
engineering services for the Term beginning under the Agreement; and
WHEREAS, the Agreement provides that the total amount of all Task Orders issued to
Engineer and to other engineering services providers participating in the Program shall not exceed
Two Million Dollars ($2,000,000.00) for the Initial Term or any Renewal Term; and
WHEREAS, the City and Engineer desire to renew and extend the Agreement for the first
one-year Renewal Term; and
WHEREAS, the City and Engineer desire to adopt a new hourly rate schedule to replace
the FEE SCHEDULE FOR PUBLIC INFRASTRUCTURE SERVICES 2024 — South Price
Schedule attached as Exhibit B to the Original Agreement;
NOW, THEREFORE, in consideration of the mutual covenants and agreements
contained herein, City and Engineer do mutually covenant and agree to renew, amend, and extend
the Agreement as follows:
1.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 4
FIRST RENEWAL AND AMENDMENT OF CITY SECRETARY CONTRACT NO. 61520,
A NON-EXCLUSIVE PROFESSIONAL ENGINEERING SERVICES AGREEMENT
BETWEEN THE CITY OF FORT WORTH AND WESTWOOD PROFESSIONAL SERVICES,
INS.
Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728
City Secretary Contract No.
61520-R1A]
City and Engineer agree to renew and extend the Agreement for the first one-year Renewal
Term, effective beginning on June 8, 2025 and expiring on June 7, 2026.
2.
Exhibit B to the Agreement shall be amended by attaching Exhibit B 1—"FEE
SCHEDULE FOR PUBLIC INFRASTRUCTURE SERVICES 2025 — South" ("Exhibit B-
1"), which is attached hereto and which shall be effective throughout this first Renewal Term;
3.
a. All terms and conditions of the Agreement that are not expressly amended pursuant
to this First Renewal and Amendment shall remain in full force and effect.
b. All terms in this First Renewal and Amendment that are capitalized but not defined
shall have the meanings assigned to those terms in the Agreement.
IN WITNESS WHEREOF, the parties have executed this First Renewal and Amendment
to be effective as of June 8, 2025.
CITY OF FORT WORTH
.�
Jesica L. McEachern
Assistant City Manager
O1/09/2026
Date:
Recommended by:
�����
Dalton Harrell (Jen 8, 2026162429 CST)
D.J. Harrell, Director
Development Services Department
APPROVED AS TO FORM AND LEGALITY:
Stephen Hi�s (Ja� 1023:58 CST)
Stephen M. Hines
Senior Assistant City Attorney
ENGINEER
WESTWOOD PROFESSIONAL
SERVICES, INC.
CSignetl by
71B791D32fiBA455...
Brian O'Neill, P.E., CFM
Vice President, Public Infrastructure
Date:
10/30/2025
Page 2 of 4
FIRST RENEWAL AND AMENDMENT OF CITY SECRETARY CONTRACT NO. 61520,
A NON-EXCLUSIVE PROFESSIONAL ENGINEERING SERVICES AGREEMENT
BETWEEN THE CITY OF FORT WORTH AND WESTWOOD PROFESSIONAL SERVICES,
INS.
Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728
City Secretary Contract No.
M&C: 24-0187
Form 1295: N/A
ATTEST
<�z�n,n.c-�e /� �
1
Jannette S. Goodall
City Secretary
61520-R1A]
4 ��a�� Contract Compliance Manager:
OF F�Rt�pd
�� o oo��o� By signing, I acknowledge that I am the person
°a�o °_° responsible for the monitoring and administration
p���a °°° °°� a� of this contract including ensuring all
Ilb�FXA5o4 '
no 0
performance and reporting requirements.
�C�eiQJLC� �CLt/L'62
l%
Tablisha Taylor
Acting Contract Services Administrator
�FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 3 of 4
FIRST RENEWAL AND AMENDMENT OF CITY SECRETARY CONTRACT NO. 61520,
A NON-EXCLUSIVE PROFESSIONAL ENGINEERING SERVICES AGREEMENT
BETWEEN THE CITY OF FORT WORTH AND WESTWOOD PROFESSIONAL SERVICES,
INS.
Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728
City Secretary Contract No.
EXHIBIT B-1
2025-2026 Labor Category Rate Schedule
61520-R1A]
B-1. FEE SCHEDULE FOR PUBLIC INFRASTRUCTURE SERVICES 2025 — South
See attached.
Page 4 of 4
FIRST RENEWAL AND AMENDMENT OF CITY SECRETARY CONTRACT NO. 61520,
A NON-EXCLUSIVE PROFESSIONAL ENGINEERING SERVICES AGREEMENT
BETWEEN THE CITY OF FORT WORTH AND WESTWOOD PROFESSIONAL SERVICES,
INS.
Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728
Westwood
FEE SCHEDULE FOR PUBLIC INFRASTRUCTURE SERVICES
2025 — South
The following is the fee schedule for all work performed under an hourly agreement.
Classification
Hourly Rate
SurveyTech I .................................................................................................................................. $i3o
SurveyTech II ................................................................................................................................. $i45
SurveyTechIII ................................................................................................................................$i65
SurveyTech IV ............................................................................................................................... $i8o
SurveyTech V ................................................................................................................................. $200
SurveyTech VI ............................................................................................................................... $220
SurveyField I ................................................................................................................................... $80
SurveyField II .................................................................................................................................. $95
SurveyField III ............................................................................................................................... $ii5
SurveyField N ................................................................................................................................ $i35
SurveyField V .................................................................................................................................$i�o
SurveyField VI ................................................................................................................................ $i75
SurveyField VII ..............................................................................................................................$i85
GraduateSurveyor I ....................................................................................................................... $i5o
GraduateSurveyor II ......................................................................................................................$i65
GraduateSurveyor III .................................................................................................................... $i8o
SurveyorI ....................................................................................................................................... $205
SurveyorII .......................................................................................................................................$2i5
SurveyorIII .................................................................................................................................... $225
SurveyorIV ..................................................................................................................................... $240
SurveyorV ...................................................................................................................................... $255
SurveyorVI ..................................................................................................................................... $2�0
EngineeringTechnician I .............................................................................................................. $i3o
EngineeringTechnician II ..............................................................................................................$i45
Engineering Technician III ............................................................................................................ $i55
EngineeringTechnician IV .............................................................................................................$i�o
EngineeringTechnician V ..............................................................................................................$i85
EngineeringTechnician VI .............................................................................................................$i95
Engineering Technician VII .......................................................................................................... $2io
GraduateEngineer I ....................................................................................................................... $i55
GraduateEngineer II ......................................................................................................................$i�o
GraduateEngineer III ....................................................................................................................$i85
GraduateEngineer IV .....................................................................................................................$i95
EngineerI .......................................................................................................................................$200
EngineerII .......................................................................................................................................$2i5
EngineerIII .................................................................................................................................... $225
EngineerN ..................................................................................................................................... $235
EngineerV ...................................................................................................................................... $250
TBPLS Firm No. 10074302
westwoodps.com
(888) 937-5150
Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728
EngineerVI ..................................................................................................................................... $265
EngineerVII ................................................................................................................................... $285
Environmental Scientist I .............................................................................................................. $i3o
Environmental Scientist II ............................................................................................................ $i4o
Environmental Scientist III ........................................................................................................... $i6o
Environmental Scientist IV ........................................................................................................... $i8o
Environmental Scientist V ............................................................................................................ $i90
Environmental Scientist VI ........................................................................................................... $205
Environmental Scientist VII ......................................................................................................... $225
Environmental Scientist VIII ........................................................................................................ $245
EnvironmentalField I ..................................................................................................................... $go
EnvironmentalField II .................................................................................................................. $io5
EnvironmentalField III ................................................................................................................. $ii5
GISI ............................................................................................................................................ $io5
GISII .............................................................................................................................................$i25
GISIII .............................................................................................................................................$i45
GISIV .............................................................................................................................................$i65
GISV ............................................................................................................................................ $i8o
GISVI .............................................................................................................................................$i95
GISVII ............................................................................................................................................ $2io
GISVIII ................................................................................................................................ $225
Graduate Landscape Architect I ....................................................................................................$i25
Graduate Landscape Architect II .................................................................................................. $i4o
Graduate Landscape Architect III ................................................................................................ $i6o
LandscapeArchitect I ..................................................................................................................... $i55
LandscapeArchitect II ....................................................................................................................$i65
LandscapeArchitect III ................................................................................................................. $i8o
LandscapeArchitect IV .................................................................................................................$200
LandscapeArchitect V ................................................................................................................... $220
LandscapeArchitect VI ................................................................................................................. $240
AdminI ............................................................................................................................................. $90
AdminII ......................................................................................................................................... $ioo
AdminIII ......................................................................................................................................... $iio
AdminIV ......................................................................................................................................... $i25
AdminV .......................................................................................................................................... $i4o
ProjectManager I ......................................................................................................................... $ 205
ProjectManager II ........................................................................................................................ $ 220
ProjectManager III ....................................................................................................................... $ 235
ProjectManager IV ....................................................................................................................... $ 245
ProjectManager V ........................................................................................................................ $ 260
ProjectManager VI ....................................................................................................................... $ 280
ProjectManager VII ..................................................................................................................... $ 305
Westwood CurrentTM (Geospatial Project Management Tool) Setup and Licensing ....... $600.00+
Specialized Geospatial Equipment — Per Day Use ......................................... $200.00 —$3,000.00
Charges for Other Direct Costs, Outside Services, and facilities furnished by Westwood are
computed on the basis of actual cost plus i5 percent.
westwoodps.com
TBPLS Firm No. 10074302 i888) 937-5150
Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 03/19/24
M&C FILE NUMBER: M&C 24-0187
LOG NAME: 06SSIP ENGINEERING CONTRACTS AND APPROPRIATION
SUBJECT
(ALL) Authorize Non-Exclusive Agreements with Baird Hampton & Brown, Inc.; Kimley Horn and
Associates, Inc.; Westwood Professional Services, Inc. dba Peloton Land Solutions, Inc., a
Wesfinrood Company; Shield Engineering Group, PLLC; and Simon Engineering & Consulting,
Inc. in a Combined Annual Amount Up to $2,000,000.00 for the Initial Term with Four One-Year
Renewal Options for the Development Services Department, Adopt Appropriation Ordinance, and
Amend the Fiscal Years 2024-2028 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize non-exclusive agreements with Baird Hampton & Brown, Inc.; Kimley Horn and
Associates, Inc.; Westwood Professional Services, Inc. dba Peloton Land Solutions, Inc., a
Westwood Company; Shield Engineering Group, PLLC; and Simon Engineering &
Consulting, Inc. in a combined annual amount up to $2,000,000.00 with four one-year renewal
options for engineering services for the Development Services Department's Small-Scale
Infrastructure Program;
2. Adopt the attached appropriation ordinance increasing estimated receipts and
appropriations in the General Capital Projects Fund in the amount up
to $14,700,000.00, subject to receipt of funds, for the purpose of funding the Small-Scale
Infrastructure Program programmable project (City Project No. P00151); and
3. Amend the Fiscal Years 2024-2028 Capital Improvement Program.
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize execution of
engineering agreements and appropriate funds necessary to start the Development Services
Department's Small-Scale Infrastructure Program (Program). The Program is being created to
provide engineering design and construction services for the installation of small-scale or infill
developer-led projects, including 800 feet or fewer of water, sewer, storm services, sidewalk and
four (4) or fewer pedestrian/streetlight installations. The engineering and construction cost will be
funded entirely by Developers.
The Development Services Department conducted a Request for Qualifications to establish a
standing list of qualified engineering firms which the Development Services Department will use to
provide engineering services for projects in the Small-Scale Infrastructure Program.
The Request for Qualifications was advertised in the Fort Worth Star-Telegram on September 21,
2022 and September 28, 2022. The City received fourteen (14) responses.
An evaluation panel consisting of representatives from the Development Services Department
Docusign Envelope ID: F5770079:044B-4940;9FB8-B5D9C34F5728 __f�OWICIg CI'It@I'la: �a� pl'Of2Ct UIICi@1"Stalldlllg
(30%); (b) project team and experience (45%); (c) related local projects (15%); and (d) readiness
to proceed (10%).
The scores are listed in the table below. No guarantee was made that a specific amount of
services would be requested.
Bidders
Evaluation Factors
a b c d Total
Score
Rank
Shield Engineering Group, 30 45 15 10 100 1
PLLC
Peloton Land Solution, Inc, a 30 45 15 10 100 2
Westwood Company
Baird, Hampton & Brown 30 44 15 10 99 3
Kimley Horn 30 42.5 15 10 97.5 4
Simon Engineering & 2g 44 14 10 97 5
Consulting, Inc.
LJA Engineering 29 44 14 9.5 96.5 6
Cobb Fendley 29 42.5 13.5 9.5 94.5 7
Mas Consulting Engineering 26 44 14.5 10 94.5 8
& Consulting Inc.
Multatech 27.5 42.5 15 9 94 9
Bartlett & West 26 45 10 7.5 88.5 10
James DeOtte Engineering, 30 40 10 7.5 87.5 11
Inc.
DEC Engineering Excellence 27.5 40 10 7.5 85 12
Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728
h� � Cu�� �u�, LLC uQ « o� u� ��, 22 5 40 11.5 9 83 13
RLG Consulting Engineers 12.5 45 14.5 9
After evaluation, the panel concluded that Baird Hampton & Brown, Inc.; Kimley Horn and
Associates, Inc.; Westwood Professional Services, Inc. dba Peloton Land Solutions, Inc., a
Wesfinrood Company; Shield Engineering Group, PLLC; and Simon Engineering & Consulting,
Inc are the most qualified engineering firms for the Program.
To facilitate the administration of the Small-Scale Infrastructure Program, the attached
appropriation ordinance is necessary. The ordinance appropriates the full projected annual amount
of up to $14,700,000.00 in the General Capital Projects Fund, subject to receipt of funds, for the
purpose of funding the Small-Scale Infrastructure Program programmable project (City Project No.
P00151). Having a full year's appropriation authority will support awarding the current design and
engineering contracts as well as annual contracts for related construction services, which are
currently out for bid.
The appropriation is subject to receipt of funds from developers, which will prevent over spending
with movement of spending authority to a child project contingent on the actual receipt or availability
of funds, ensuring that it is tied to the funds received for each project. The authority granted by the
attached ordinance is subject to certain restrictions. Specifically, the total amount of all transfers
cannot exceed the annual appropriation for the programmable project, and each transfer is
contingent upon the receipt of funds from the developer. Given the mid-year start of the program,
it's projected that the actual receipts and appropriations for Fiscal Year 2024 will be in the
neighborhood of $7,375,000.00.
E:�il
14
Funding for this project was not included in the Fiscal Years 2024-2028 Capital Improvement
Program (CIP) because funding for the program had not been determined at the time of its
development. The actions in this M&C will amend the Fiscal Years 2024-2028 Capital Improvement
Program as approved in connection with Ordinance 26453-09-2023.
Fund
Name
Small-Scale
Infrastructure
Program -
City Project
No. P00151
FY 2024
Appropriations
�,� ��
Budget Change Revised
Authority Increase FY2024
Budget
This $14,700,000.00 $14,700,000.00
M&C
This task order contract will serve current and future capital projects as-needed, and a funds
availability verification will be performed by Development Services Contract Compliance Managers
prior to task order assignment.
FUNDING: The maximum combined annual amount allowed under these engineering and design
agreements will be $2,000,000.00; however, the actual amount used will be based on the needs of
the department and the available budget.
DVIN BE: Small Scale Infrastructure Program received a waiver for the Program as there will not
Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728 .�inance, Section 20-368 requirements.
�_ � .� ..__�. _..� . �..._.��.._.., .. _--- .._. ...__. _.
AGREEMENT TERMS: Upon City Council approval, the agreements shall begin upon execution
and expire one year from that date.
RENEWAL TERMS: The agreements may be renewed for four additional one-year terms. This
action does not require specific City Council approval provided that the City Council has
appropriated sufficient funds to satisfy the City's obligations during the renewal term.
ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made
by the City Manager to the amount allowed by relevant law and the Fort Worth City Code and does
not require specific City Council approval as long as sufficient funds have been appropriated.
Staff intends to go out to bid for the construction contractors in April 2024 and an M&C for the
selection of the contractors June 2024.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that upon approval of the above recommendations and adoption
of the attached appropriation ordinance, funds will be deposited into the General Capital Projects
Fund as appropriated for the Small-Scale Infrastructure Program programmable project. The
Development Services Department (and Financial Management Services) is responsible for the
collection and deposit of funds due to the City. Prior to any expense being incurred, the
Development Services Department also has the responsibility to validate the availability of funds.
Submitted for Citv Manaaer's Office bv: Dana Burghdoff 8018
Oriainatina Business Unit Head:
Additional Information Contact:
D.J. Harrell 8032
Ty Thompson 2120
Evelyn Roberts 7838
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: WESTWOOD PROFESSIONAL SERVICES, INC.
Subject of the Agreement: FIRST RENEWALAND AMENDMENT OF CITY SECRETARY
CONTRACT N0. 61520, A NON-EXCLUSIVE PROFESSIONAL
ENGINEERING SERVICES AGREEMENT BETWEEN THE CITY OF
FORT WORTH AND WESTWOOD PROFESSIONAL SERVICES, INC
M&C Approved by the Council? * Yes ❑✓ No ❑
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑✓ No ❑ CSC# 61520 R1 Al
If �so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes 0 No ❑
If �unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: June 8, 2025 Expiration Date:
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes ❑ No ❑✓
*If �so, please ensure it is attached to the approving M&C or attached to the contract.
Proj ect Number: If applicable.
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes ❑✓ No ❑
Contracts need to be routed for CSO processin� in the followin� order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.