HomeMy WebLinkAbout064558 - Construction-Related - Contract - Baird, Hampton & Brown, Inc.CSC No. 64558
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL
SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home-rule
municipality ("CITY"), and Baird, Hampton & Brown, Inc., authorized to
do business in Texas, ("ENGINEER"), for a PROJECT generally described as:
FY25 Three Parks: Bridge, Erosion & Parking Project— Project No. 105873.
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 $280,905.00 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
Standard Agreement for Engineering Related Design Services
Revised Date: August 18, 2025
Page 1 of 15
FY25 Bridge, Erosion & Parking Project
CPN 105873
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Article IV
Obligations of the Engineer
A.
B.
C.
�
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.
Standard of Care
(1) with the professional skill and care ordinarily provided by competent
engineers practicing under the same or similar circumstances and
professional license; and
The ENGINEER shall perForm its services:
(2) as expeditiously as is prudent considering the ordinary professional
skill and care of a competent engineer.
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.
Subsurface Investigations
(1) The ENGINEER shall advise the CITY with regard to the necessity for
subcontract work such as special surveys, tests, test borings, or other
subsurface investigations in connection with design and engineering
work to be perFormed hereunder. The ENGINEER shall also advise the
CITY concerning the results of same. Such surveys, tests, and
investigations shall be furnished by the CITY, unless otherwise
specified in Attachment A.
(2) In soils, foundation, groundwater, and other subsurface investigations,
City of Fort Worth, Texas FY25 Bridge, Erosion & Parking Project
Standard Agreement for Engineering Related Design Services CPN 105873
Revised Date: August 18, 2025
Page 2 of 15
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
deviation from the contract documents, the ENGINEER shall inform the CITY.
City of Fort Worth, Texas FY25 Bridge, Erosion & Parking Project
Standard Agreement for Engineering Related Design Services CPN 105873
Revised Date: August 18, 2025
Page 3 of 15
(3) When professional certification of performance or characteristics of materials,
systems or equipment is reasonably required to perform the services set forth
in the Scope of Services, the ENGINEER shall be entitled to rely upon such
certification to establish materials, systems or equipment and performance
criteria to be required in the contract documents.
G. Opinions of Probable Cost, Financial Considerations, and Schedules
(1) The ENGINEER shall provide opinions of probable costs based on the
current available information at the time of preparation, in accordance
with Attachment A.
(2) In providing opinions of cost, financial analyses, economic feasibility
projections, and schedules for the PROJECT, the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation
or maintenance costs; competitive bidding procedures and market
conditions; time or quality of perFormance by third parties; quality, type,
management, or direction of operating personnel; and other economic
and operational factors that may materially affect the ultimate PROJECT
cost or schedule. Therefore, the ENGINEER makes no warranty that
the CITY's actual PROJECT costs, financial aspects, economic
feasibility, or schedules will not vary from the ENGINEER's opinions,
analyses, projections, or estimates.
H. Construction Progress Payments
Recommendations by the ENGINEER to the CITY for periodic construction
progress payments to the construction contractor will be based on the
ENGINEER's knowledge, information, and belief from selective sampling and
observation that the work has progressed to the point indicated. Such
recommendations do not represent that continuous or detailed examinations
have been made by the ENGINEER to ascertain that the construction
contractor has completed the work in exact accordance with the contract
documents; that the final work will be acceptable in all respects; that the
ENGINEER has made an examination to ascertain how or for what purpose
the construction contractor has used the moneys paid; that title to any of the
work, materials, or equipment has passed to the CITY free and clear of liens,
claims, security interests, or encumbrances; or that there are no other matters
at issue between the CITY and the construction contractor that affect the
amount that should be paid.
I. Record Drawings
City of Fort Worth, Texas FY25 Bridge, Erosion & Parking Project
Standard Agreement for Engineering Related Design Services CPN 105873
Revised Date: August 18, 2025
Page 4 of 15
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 FY25 Bridge, Erosion & Parking Project
Standard Agreement for Engineering Related Design Services CPN 105873
Revised Date: August 18, 2025
Page 5 of 15
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 FY25 Bridge, Erosion & Parking Project
Standard Agreement for Engineering Related Design Services CPN 105873
Revised Date: August 18, 2025
Page 6 of 15
A. City-Furnished Data
ENGINEER may rely upon the accuracy, timeliness, and completeness of the
information provided by the CITY.
B. Access to Facilities and Property
The CITY will make its facilities accessible to the ENGINEER as required for
the ENGINEER's performance of its services. The CITY will perform, at no
cost to the ENGINEER, such tests of equipment, machinery, pipelines, and
other components of the CITY's facilities as may be required in connection
with the ENGINEER's services. The CITY will be responsible for all acts of the
CITY's personnel.
C. Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services, the CITY will obtain,
arrange, and pay for all advertisements for bids; permits and licenses required
by local, state, or federal authorities; and land, easements, rights-of-way, and
access necessary for the ENGINEER's services or PROJECT construction.
D. Timely Review
The CITY will examine the ENGINEER's studies, reports, sketches, drawings,
specifications, proposals, and other documents; obtain advice of an attorney,
insurance counselor, accountant, auditor, bond and financial advisors, and
other consultants as the CITY deems appropriate; and render in writing
decisions required by the CITY in a timely manner in accordance with the
project schedule prepared in accordance with Attachment D.
E. Prompt Notice
The CITY will give prompt written notice to the ENGINEER whenever CITY
observes or becomes aware of any development that affects the scope or
timing of the ENGINEER's services or of any defect in the work of the
ENGINEER or construction contractors.
F. Asbestos or Hazardous Substances Release.
(1) CITY acknowledges ENGINEER will perForm part of the work at CITY's
facilities that may contain hazardous materials, including asbestos
containing materials, or conditions, and that ENGINEER had no prior
role in the generation, treatment, storage, or disposition of such
materials. In consideration of the associated risks that may give rise to
claims by third parties or employees of City, City hereby releases
City of Fort Worth, Texas FY25 Bridge, Erosion & Parking Project
Standard Agreement for Engineering Related Design Services CPN 105873
Revised Date: August 18, 2025
Page 7 of 15
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 FY25 Bridge, Erosion & Parking Project
Standard Agreement for Engineering Related Design Services CPN 105873
Revised Date: August 18, 2025
Page 8 of 15
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.
b.) by either the CITY or the ENGINEER for cause if either party fails
City of Fort Worth, Texas FY25 Bridge, Erosion & Parking Project
Standard Agreement for Engineering Related Design Services CPN 105873
Revised Date: August 18, 2025
Page 9 of 15
substantially to perform through no fault of the other and the
nonperforming party does not commence correction of such
nonperformance within 5 days' written notice or thereafter fails to
diligently complete the correction.
(2) If this AGREEMENT is terminated for the convenience of the City, the
ENGINEER will be paid for termination expenses as follows:
a.) Reasonable cost of reproduction or electronic storage of partial or
complete studies, plans, specifications or other forms of ENGINEER'S
work product;
b.) The reasonable time requirements for the ENGINEER'S personnel to
document the work underway at the time of the CITY'S termination for
convenience so that the work effort is suitable for long time storage.
(3) Prior to proceeding with termination services, the ENGINEER will
submit to the CITY an itemized statement of all projected termination
expenses. The CITY'S approval shall be obtained in writing prior to
proceeding with termination services.
E. Suspension, Delay, or Interruption to Work
The CITY may suspend, delay, or interrupt the services of the ENGINEER for
the convenience of the CITY. In the event of such suspension, delay, or
interruption, an equitable adjustment in the PROJECT's schedule,
commitment and cost of the ENGINEER's personnel and subcontractors, and
ENGINEER's compensation will be made.
F. Indemnification
The ENGINEER shall indemnify or hold harmless the CITY against
liability for any damage committed by the ENGINEER or ENGINEER's
agent, consultant under contract, or another entity over which the
ENGINEER exercises control to the extent that the damage is caused by
or resulting from an act of negligence, intentional tort, intellectual
property infringement, or failure to pay a subcontractor or supplier. CITY
is entitled to recover its reasonable attorney's fees in proportion to the
ENGINEER's liability.
G. Assignment
ENGINEER shall not assign all or any part of this AGREEMENT without the
prior written consent of CITY.
City of Fort Worth, Texas FY25 Bridge, Erosion & Parking Project
Standard Agreement for Engineering Related Design Services CPN 105873
Revised Date: August 18, 2025
Page 10 of 15
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 FY25 Bridge, Erosion & Parking Project
Standard Agreement for Engineering Related Design Services CPN 105873
Revised Date: August 18, 2025
Page 11 of 15
ENGINEER shall verify the identity and employment eligibility of its
employees who perform work under this Agreement, including completing
the Employment Eligibility Verification Form (I-9). Upon request by CITY,
ENGINEER shall provide CITY with copies of all I-9 forms and supporting
eligibility documentation for each employee who performs work under this
Agreement. ENGINEER shall adhere to all Federal and State laws as well
as establish appropriate procedures and controls so that no services will be
performed by any ENGINEER employee who is not legally eligible to
perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD
CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES
DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER,
ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR
LICENSEES. CITY, upon written notice to ENGINEER, shall have the right
to immediately terminate this Agreement for violations of this provision by
ENGINEER.
M. Prohibition On Contracts With Companies Boycotting Israel
ENGINEER unless a sole proprietor, acknowledges that in accordance with
Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or
more full time-employees and the contract value is $100,000 or more, the
City is prohibited from entering into a contract with a company for goods or
services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel
during the term of the contract. The terms "boycott Israel" and "company"
shall have the meanings ascribed to those terms in Section 808.001 of the
Texas Government Code. By signing this contract, ENGINEER certifies
that ENGINEER'S signature provides written verification to the City
that if Chapter 2271, Texas Government Code applies, ENGINEER: (1)
does not boycott Israel; and (2) will not boycott Israel during the term
of the contract.
N. Prohibition on Boycotting Energy Companies
ENGINEER acknowledges that in accordance with Chapter 2276 of the
Texas Government Code, the CITY is prohibited from entering into a
contract for goods or services that has a value of $100,000 or more, which
will be paid wholly or partly from public funds of the City, with a company
(with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy
companies; and (2) will not boycott energy companies during the term of
the contract. The terms "boycott energy company" and "company" have the
meaning ascribed to those terms by Chapter 2276 of the Texas Government
City of Fort Worth, Texas FY25 Bridge, Erosion & Parking Project
Standard Agreement for Engineering Related Design Services CPN 105873
Revised Date: August 18, 2025
Page 12 of 15
Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, ENGINEER
certifies that ENGINEER's signature provides written verification to
the CITY that ENGINEER: (1) does not boycott energy companies; and
(2) will not boycott energy companies during the term of this
Agreement.
O. Prohibition on Discrimination Against Firearm and Ammunition
Industries
ENGINEER acknowledges that except as otherwise provided by Chapter
2274 of the Texas Government Code, the CITY is prohibited from entering
into a contract for goods or services that has a value of $100,000 or more
which will be paid wholly or partly from public funds of the City, with a
company (with 10 or more full-time employees) unless the contract contains
a written verification from the company that it: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or
firearm trade association; and (2) will not discriminate during the term of the
contract against a firearm entity or firearm trade association. The terms
"discriminate," "firearm entity" and "firearm trade association" have the
meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is
applicable to this Agreement, by signing this Agreement, ENGINEER
certifies that ENGINEER's signature provides written verification to the
CITY that ENGINEER: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate against a firearm entity or
firearm trade association during the term of this Agreement.
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, which supersedes all prior written or oral understandings, and may only be
changed by a written amendment executed by both parties. This AGREEMENT may be
executed in one or more counterparts and each counterpart shall, for all purposes, be
deemed an original, but all such counterparts shall together constitute but one and the
same instrument.
The following attachments and schedules are hereby made a part of this AGREEMENT:
Attachment A- Scope of Services
Attachment B - Compensation
Attachment C- Amendments to Standard Agreement for Engineering Services
Attachment D - Project Schedule
Attachment E - Location Map
Attachment F — Insurance Requirements
Duly executed by each party's designated representative to be effective on the date
City of Fort Worth, Texas FY25 Bridge, Erosion & Parking Project
Standard Agreement for Engineering Related Design Services CPN 105873
Revised Date: August 18, 2025
Page 13 of 15
subscribed by the City's designated Assistant City Manager.
BY:
CITY OF FORT WORTH
Dana Burghdoff (Jan 13, 2026 15: 4 CST)
Dana Burghdoff
Assistant City Manager
Date:
ATTEST: �
���
oF FOpT �da
aFe� �9dp
�o
� PPA °��+` �
°oa nezosq4dd
Jannette Goodall
City Secretary
BY:
ENGINEER
Baird, Hampton & Brown, Inc.
Austin B ir (Dec 17, 2025 15:44:07 CST)
Austin Baird
Principal
Date:
C��J�tah CGcav�a
APPROVAL RECOMMENDED:
By:
Dav wis
Director, Park & Recreation Department
�
��
SP
s�
J�MCElhany
APPROVED AS TO FORM AND LEGALITY
�������
B�� L}Q�I�l.$ald[l�(i(ddaCS_, LULb 1GSL:StS l.J I�
LJU �I 5 VV C51 K
Sr. Assistant City Attorney
Contract Compliance Manager:
M&C No.: 25-1131
M&C Date: 12/9/2025
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.
� .A�U-��i�e
Je ica Alvarado
Park Planner
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: August 18, 2025
Page 14 of 15
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FY25 Bridge, Erosion & Parking Project
CPN 105873
12/9/25, 3:40 PM
ACITY COUNCIL AGEND
Create New From This M&C
DATE:
CODE:
12/9/2025 REFERENCE
N O..
C TYPE:
M&C Review
**M&C 25- LOG NAME:
1131
80THREE PARKS: ED
COLLETT, SANDY LANE,
HARMON FIELD PARK
PUBLIC
CONSENT HEARING: NO
FC� RT �r'�'0 RT H
�~
SUBJECT: (CD 3, CD 5 and CD 8) Authorize Execution of an Engineering Agreement with Baird
Hampton & Brown, Inc. in the Amount of $280,905.00 for Fiscal Year 25 Bridge Erosion &
Parking Project, Adopt Appropriation Ordinances, and Amend the Fiscal Years 2026-
2030 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of an engineering agreement with Baird, Hampton & Brown, Inc. in the
amount of $280,905.00 for Fiscal Year 25 Bridge Erosion & Parking project (City Project No.
105873);
2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations
in the PARD Dedication Fees Fund by increasing estimated receipts and appropriations in the
PARD Maintenance & Replacement Programmable project (City Programmable No. P00133) in
the amount of $175,000.00 and by decreasing the PARD Studies Programmable project (City
Project No. P00119) by the same amount for the purpose of funding Fiscal Year 25 Bridge
Erosion & Parking project (City Project No. 105873);
3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations
in the General Capital Projects Fund by increasing estimated receipts and appropriations in
the PARD Maintenance & Replacement Programmable project (City Programmable No.
P00133) in the amount of $300,000.00 and by decreasing the PARD New Enhancements
Programmable project (City Project No. P00132) by the same amount for the purpose of
funding Fiscal Year 25 Bridge Erosion & Parking project (City Project No. 105873); and
4. Amend the Fiscal Years 2026-2030 Capital Improvement Program.
DISCUSSION:
The purpose of the Mayor and Council Communication (M&C) is to authorize an engineering
agreement with Baird, Hampton and Brown, Inc. (BHB) in the amount of $280,905.00 for the Fiscal
Year (FY) 25 Bridge Erosion & Parking project.
The purpose of this project is to conduct engineering studies, including erosion control studies and
pedestrian bridge improvements for Ed Collett Park; stream and bank stabilization for Sandy Lane
Park; and parking lot improvements in the form of parking islands, wheel stops, and striping for
Harmon Field Park.
Funding for this project was not included in the FY 2026-2030 Capital Improvement Program due to
the timing required to coordinate engineering services. The action in this M&C will amend the
FY2026-2030 Capital Improvement Program as approved in connection with Ordinance 27979-09-
2025, Section 8 Capital Improvements.
Funding is budgeted in the PARD Dedication Fees Fund and the General Capital Projects Fund for
the Park & Recreation Department for the purpose of funding the FY2025 Bridge Erosion & Parking
project.
Ed Collett Park is located in COUNCIL DISTRICT 3.
Sandy Lane Park is located in COUNCIL DISTRICT 5.
apps.cfwnet.org/cou ncil_packeUmc_review.asp? I D=33992&councildate=12/9/2025 1/2
12/9/25, 3:40 PM M&C Review
Harmon Field Park is located in COUNCIL DISTRICT 8.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are currently available in the PARD Studies project within
the PARD Dedication Fees Fund and in the PARD New Enhancements project within the General
Capital Projects Fund and upon approval of the above recommendations and adoption of the
attached appropriation ordinances, funds will be available in the PARD Dedication Fees Fund and the
General Capital Projects Fund for the FY2025 Bridge Erosion & Parking project to support execution
of the agreement. Prior to an expenditure being incurred, the Park & Recreation Department has the
responsibility of verifying the availability of funds.
TO
I Fund
FROM
I Fund
Department Account Project � Program Activity Budget Reference #
ID ID Year (Chartfield 2)
Department � Account Project Program Activity Budget Reference #
ID , ID Year (Chartfield 2)
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
Dana Burghdoff (8018)
Dave Lewis (5717)
Joel McElhany (5745)
Amount
Amount
ATTACHMENTS
08 - BHB Form 1295 2025-1354637.pdf (CFW Internal)
80THREE PARKS ED COLLETT SANDY LANE HARMON FIELD PARK.xlsx (CFW Internal)
80THREE PARKS ED COLLETT. SANDY LANE. HARMON FIELD PARK funds avail.docx (CFW Internal)
Ed Collett Map.pdf (CFW Internal)
Entit�ilnformation 20250917-032646 BHB.pdf (CFW Internal)
Harmon Park Map.pdf (CFW Internal)
ORD.APP 80THREEPARKS ED COLLETT. SANDY LANE. HARMON FIELD PARK 30100 A026(R3).docx (Public)
ORD.APP 80THREEPARKS ED COLLETT. SANDY LANE. HARMON FIELD PARK 30110 A026(R2).docx (Public)
Sandy Lane Map.pdf (CFW Internal)
apps.cfwnet.org/council_packet/mc_review.asp?ID=33992&councildate=12/9/2025 2/2
FORT WORTH�
ATTACHMENT "A"
Scope for Enaineerina Desian Related Services for Park Improvements
The scope set forth herein defines the work to be performed by the ENGINEER in
completing the project. Both the CITY and ENGINEER have attempted to clearly define the
work to be performed and address the needs of the Project.
OBJECTIVE
The objective of the Engineering Improvements at 3 Parks (Ed Collet Park, Sandy Lane
Park, Harmon Field Park) is to provide improvements to each of the parks as follows:
Ed Collet Park (CPN 106181) is to provide engineering analysis and design for a new pre-
engineered pedestrian bridge crossing to connect the adjacent residential community to the
existing park space, including required flood studies and permitting assistance for
construction within the regulatory floodplain.
Sandy Lane Park (CPN 105873) is to provide engineering analysis and design to mitigate
bank erosion along the creek throughout the park, including a drainage assessment of the
site facilities. As well as required flood studies and permitting assistance for construction
within the regulatory floodplain.
Harmon Field Park (CPN 160182) to provide engineering design for parking lot
improvements to discourage misuse of the parking lot. Improvements may include wheel
stops, parking islands that will be suitable in deterring inappropriate behavior on site.
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%)
T�I� �. �ii-! Dh�co Cor�iinoc
�I���Ts#x'"�^+''�n Ph�o co��
Task 7. Survey
Task 8. Permitting
Task 9. Additional Services
City of Fort Worth, Texas Page 1 of 24
Attachment A
Revision Date: 05.23.2024
Page 1 of 24
FORT WORTH�
TASK 1. DESIGN MANAGEMENT.
ENGINEER will manage the work outlined in this scope to ensure efficient and effective use
of ENGINEER's and CITY's time and resources. ENGINEER will manage change,
communicate effectively, coordinate internally and externally as needed, and proactively
address issues with the CITY's Project Manager and others as necessary to make progress
on the work.
1.1. Managing the Team:
• Lead, manage and direct design team activities
• Ensure Quality Control / Quality Assurance (QC/QA) is practiced in performance
of the work.
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting:
• Attend a pre-design project kickoff ineeting with CITY staff to confirm and clarify
scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Conduct review meetings with the CITY at the end of each design phase
• Conduct QC/QA reviews and document those activities.
• 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.
• Complete Monthly M/WBE Report Form and Final Summary Payment Report
Form at the end of the project.
• 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
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
City of Fort Worth, Texas Page 2 of 24
Attachment A
Revision Date: 05.23.2024
Page 2 of 24
FORT` WORTH�
information identifying the name of the company and the company
representative.
ASSUMPTIONS
• One (1) pre-design project kickoff/chartering meeting
• Three (3) plan review meetings
• All submittals to the City shall be Quality checked prior to submission.
• Project design phase is anticipated to take Twelve (12) months.
• Project construction phase is anticipated to take Six (6) months.
DELIVERABLES
A. Meeting summaries with action items
B. QC/QA documentation
C. Baseline design schedule
D. Monthly Schedule updates with schedule narrative describing any current or
anticipated schedule changes
E. Monthly invoices
F. Final Summary Payment Report Form
City of Fort Worth, Texas Page 3 of 24
Attachment A
Revision Date: 05.23.2024
Page 3 of 24
FORT WORTH�
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.
• The data collection efforts will also include conducting special coordination
meetings with affected property owners and businesses as necessary to develop
utility re-routing plans where necessary.
2.2. Geotechnicallnvestigation
Soil investigations, including field and laboratory tests, borings, related
engineering analysis and recommendations for determining soil conditions will be
made. In addition to the above investigations, borings and appropriate field and
laboratory analysis will be made at reasonable intervals throughout the projects
scope for the use in designing the bridge replacement as well as for the
Contractor's use in determining soil conditions for preparing bids and a Trench
Safety Plan.
• The study shall include recommendations regarding excavation requirements,
structural foundation systems, retaining wall lateral loads, slope stability analysis
and identify existing groundwater elevation at each boring.
2.3. Engineering Design Report
To ensure adherence to project scope, that design approach is in line with project
objectives, and to obtain concurrence on development of the conceptual layout,
ENGINEER shall prepare and submit a design report in the format provided by the
CITY prior to developing conceptual plans. The CITY shall review and provide
feedback on the report prior to ENGINEER starting the conceptual design.
City of Fort Worth, Texas Page 4 of 24
Attachment A
Revision Date: 05.23.2024
Page 4 of 24
FORT` WORTH�
The Conceptual Design Package shall include the following
• Conceptual cover and index of sheets including project limits, area location map
and beginning and end station limits.
• Quantity Summary page and each design sheet shall include a quantity take off
table.
• Conceptual iSWM Checklist in accordance with the current CITY iSWM Criteria
Manual for Site Development and Construction
• PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table
• Proposed typical sections of the sidewalk and bridge to be constructed which
outline the proposed improvements. Typical sections shall include proposed walk
and bridge widths.
• Conceptual improvements including:
• Ed Collet Park:
• Pedestrian bridge improvements including: performance basis of design
for pedestrian bridge, detailed design of retaining walls and abutments.
Please note that at this time we are proposing to provide structural
engineering in support of a pre-engineered bridge system, which will
include basis of design parameters and performance requirements
including clear span and width, as well as aesthetic elements of the
proposed installation.
• Sidewalk improvements and adjustments
• Stream improvements
• Site and grading plans
• Sandy Lane Park
• Stream improvements
• Bank stabilizations plans
• Site and grading plans
• Harmon Field Park
• Parking lot improvements including parking landscape islands, wheel
stops and striping
• Site and grading plans
• Documentation of key design decisions.
• Estimates of probable construction cost.
ASSUMPTIONS
City of Fort Worth, Texas Page 5 of 24
Attachment A
Revision Date: 05.23.2024
Page 5 of 24
FORT WORTH�
• All stormwater calculations and design shall conform to the CITY's current iSWM
Criteria Manual for Site Development and Construction.(2) sets of 11 "x17" size
plans will be delivered for the 30% design.
• PDF files created from design CAD drawings will be uploaded to the designated
project folder in the City's document management system (eBuilder).
ENGINEER will not proceed with Preliminary Design activities without written
approval by the CITY of the Conceptual Design Package.
DELIVERABLES
A. Conceptual Design Report
B. Conceptual Design Package
C. Geotechnical Report
D. Utility Conflict Plan PDF and Utility Conflict Table
City of Fort Worth, Texas Page 6 of 24
Attachment A
Revision Date: 05.23.2024
Page 6 of 24
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.
• Utility Conflict Matrix
• Preliminary iSWM Checklist in accordance with the current CITY iSWM Criteria
Manual for Site Development and Construction.
• 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, 5/8" 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
(i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the
East end of radius at the Southeast corner of North Side Drive and North Main
Street).
• Updated typical section sheets.
• Updated site improvement plans
• Updated structural engineering plans
• Updated stream improvements plans
• Preliminary construction details including, cart paths paving sections, bridge
abutment, retaining walls, railing, slope reinforcements and stream
improvements, etc..
• 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. Constructability Review
• Prior or posterior to the 60 percent review meeting with the CITY, the ENGINEER
shall schedule and attend a project site visit with the CITY Project Manager and
Construction personnel to walk the project. The ENGINEER shall summarize the
CITY's comments from the field visit and submit this information to the CITY in
writing.
ASSUMPTIONS
• Two (2) sets of 11 "x17" size plans will be delivered for the 60% design for review
coordination.
City of Fort Worth, Texas Page 7 of 24
Attachment A
Revision Date: 05.23.2024
Page 7 of 24
FORT WORTH�
• One (1) set of the Project Manual (Contract and Specifications) will be delivered
for the 60% design.
• 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.
■ The Project Manual (Contract and Specifications)
■ All other submitted documents and checklists
• The CITY's front end and technical specifications will be used. The ENGINEER
shall supplement the technical specifications if needed.
• ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans.
DELIVERABLES
A. Preliminary Design drawings and specifications including QA/QC documentation
B. Utility Conflict Coordination Package
C. Opinion of probable construction cost (OPCC)
City of Fort Worth, Texas Page 8 of 24
Attachment A
Revision Date: 05.23.2024
Page 8 of 24
FORT` WORTH�
TASK 4.
A. 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)
B. FINAL CONSTRUCTION DOCUMENTS (100 PERCENT).
• Following a 90% construction plan review meeting with the CITY, the ENGINEER shall
submit Final 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.
• Drainage Study checklist in accordance with the current iSWM Criteria Manual for Site
Development and Construction.
• A Quantity Summary page will be included in both the 90% and 100°/o design plans.
Each design sheet of the plans shall also include a quantity take off table.
• The ENGINEER shall submit an estimate of probable construction cost (OPCC)
ASSUMPTIONS
• Two (2) sets of 11 "x17" 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 and CAD files for the 90% Design and will
be uploaded to the project folder 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°/o Design package.
• A PDF created from design CAD drawings and CAD 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.
City of Fort Worth, Texas Page 9 of 24
Attachment A
Revision Date: 05.23.2024
Page 9 of 24
FORT` WORTH�
B. 100% construction plans and Project Manual including QC/QA documentation.
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.
City of Fort Worth, Texas Page 10 of 24
Attachment A
Revision Date: 05.23.2024
Page 10 of 24
FORT WORTH�
TASK 5. BID PHASE SERVICES.
,
no r��ro �r h�i ol� o4i�io �7 �i v � I%`InIC� �eiill ciir�r�r�r4 �ho
�r� c �nit pri�Ee„�,-ac��ne�r��a �er� � � �a�,�
r��nc�r� in4ir�ri r�r�ni �rom�r�+ �h�no �,f +ho r�r�ion� oc fr�ll��eic
�.'�. �Ird Ciir�nr�r4 Tho �n���NGGR rhs�le�� sll plsns sn�' nr�ri�r�n4 rd�ni�mor��c �ri4� 4ho
� �nt mununomori4 c�ic�4om /oQ� �il`Jor\ f�r ron�rlJc..
� Dr���1����1 � d in s sin�lo DIiC filo in oR� iilr�or oc �eioll oc
ini-li�ii`J� ��I filoc �c� ro`r� �iroi-! �� ho ir�nl� �i-loi-! in �ho i`i4�i°c r�r�n� �romor�} r��rF�l
e
R r,vvnn'r�
� Qii-! Dr�n�c�l lil+n� �mon4 .,f +ho i`�ri4r�n4 lJr+n� ,,,-,Dntc c�hsll h��..
fr�rmo4 r�f filor�omo ov4oriciOn °�.1���".
Ulllt Drino Drnnnc�l �nr+i imori4c �ro 4� ho i+ro�4o�7 i �#ili�irin }ho nifi� anit pri�e
�incop ,
\A/��ne�� }o }hn+ 'll h 1�4or! �r�r! n�nfirr� �ror! c
e�4�«�,-�ae-pe�.��-�„��,,,�r��� that all pa�
�ro n�mr�lo4o �nlJ 4hO �ummary ���^rLc�hoo+/c\ ir� 4ho ��i�rl�hnnl� `Jo#�il �n�7
oi i��mo�inollv c� �mmori�o 4ho 4r�4olc fr�m �ho iricor4o.� ��nit Pri�a�
��n� �mon4 �.�r.rLc,hoo+c
t I-I .r.n � ��� niC:r}�'.nomor�i c�ic�om
(oC2i�ilrlorl ir� 4�ni� fOrmS��, DI'lC .�Y,.-! (`/�I'1 filoc��hT D�Tn�ncic4 �f �r�o filo
nf +hrn�rrc-cTniTi Nlc�n a�
�
� Th�oInCC� 1�iill n��ri-!ir»#o �.�i+h +ho ��A 4� rocr��r�i-! 4� \/or�i-!�r I'licn��cci�r�c�
�C � icri io Di ihlin in / �7 rdo\ ��ih non ccor�i iri R ro Tho
.. Qllmv.��ac-r-aAn� �v2$-Z-� �iva7-ac�T2l�Trccewvr��rrv6 rc—rnc
CAI(�InICCQ �eiill r�r��iir�o 4onhriinol iritorr�ro�oiir�r� �f 4ho nr�r��ron4 hirJ rJr�n�imor��c
�r�lJ ��iill nror��ro r�r�r��coi-! rocr��r�coc 4� �II hi`Ji-!or°c n��oc4i�ric �n`J rolv�,flot� in th�
iv r"'rn-rvTavaLi `�cra : nT�� � rl -i-v �i-�v�t Pc-tltlitrE$ 4r. � n�i ti-rttil,�iiy���vr� �� r•l�rv�'aii
WJ' � �� ��� � o
� /�44orird 4ho r�ro_hirl nr�nfororin� in oupp�"� ^f +ho ('`ITV
� /�cc�c-+ +ho vlTl/ In �Jo4orminiriry 4ho n� ��lifin�4i�nc �r�`J �nnA��+�l-�II4`. �f r�r�cr�on�i�io
-r �
���ro, ��b , � o�:ppli�
f�-Ytt�� .1ub.1:�} Qt� �� 'llln�nio`J 'r� 4ho n�n4r�n4
�r�n� �mon4c' 4ho CAI('_InCC� �e�ill o�7�iico �ho �ITY � ta�e--aee�N �l ����+'`�F
r.l4ornr.�o m�+4irl�� �rl`J on� �ir�mor�4 r�r�r��cofJ h�i hilJ`Jorc.
� Qo�iio�ei oll mo�oriolc ronoi�iorJ frr�m hilJrlorc/r�rr�ri�c�� �U��� �ho i'I��
e���t#� ,r�--�„�T�ee�e��' ��°��rt�ce^�^��ce�f all �ubmitt�d
mo�oriolc ic �� ho � irilr�orlorl in4� �ho rirr�ion+'c RiIJ Qoci il�c f�IrJor r�ri +ho ('`i+.�'c
��nt man."..`��mon4 c�ic4om /oQ� �illJor\
/�f4or 4ho hir! �r�onir�ry CAIl� CC� nf F, f� �II c�o#c �
, I�l��. . � ' inimum plsno, E
�If�`cr�o co4c orirl 'i n�r�ioc .,f +ho n�nf�rmor�l Dr�ion4 �/��nLl�l I.`�.
City of Fort Worth, Texas Page 11 of 24
Attachment A
Revision Date: 05.23.2024
Page 11 of 24
FORT` WORTH�
. ,,. .,
� Tho r�r�ion4 �niill ho hilJ �nl�i �rino �n`J ���i�ri-!o`J #� �r�o n�n4r�n4�r
r�l�#f�rm Q�nfiro
e •
� i��nc�r� in4i�ri �7r�n� imori�c �eiill n�f ho ririr��olJ h�i +ho rITY sn
r�� �rnh�c�o h�i r�l�r� h�llJorc� �n`J/�r lvi�ion 4� r�l�n �iio��iirilr r��mc
/�II r�r�n� �romon4 m�4ori�lc ��iill ho ��r�l��lJorJ #� 4ho ('`i4�i°c r�r�n� �romor�t r�l��f�m
� �
Rr�rifiro oc ��ioll oc oRi iil�7or
vvrnr-c� av�rcnzr�.�anac� .
r�-c. f-Fl�ca�iuu
B. Pc�. .�rmrn-mrr .�iirl��i�r� �f ��ei�r�7 �c rpai�����-�nrvJcGt
.�.�
v�v•, nvrr."r�r�rciE�8�21��5-� E6R�8K�2E�
City of Fort Worth, Texas Page 12 of 24
Attachment A
Revision Date: 05.23.2024
Page 12 of 24
FORT WORTH�
TASK 6. CONSTRUCTION PHASE SERVICES.
ICC� �iill c�� �r�r��r+ 4ho n�r�c�r� �n�i o �f 4ho r�r�ion4 �c f�ll���ic
I���.. � on phao„ .
o.T!'^�a�Ron ✓.�ppa�
� Th�41nCC� ohall att��� }ho r�ro_n�r�c�4n�n}inr� n�rifororino.
� Th��InCC� `Jh.S'.�� c��� �ua�p .�i�r�����\:r� V�l.`�. n��rdorl rli irinry 4ho rd� ir�4ir�r� r�f
n`+ric#r� �n#i�n. Tho CAI%'I��C� ��iill r�ror��ro �r n�ll�h�r�4o �.�i+h +ho (''ITV D�A nn �
(`.,.,c+r� �n+i.,., Dr.,r.roc.c. �or,"r+ � �cir,lr +ho !`ITY'o �tan��ormat an
�r�+ ���.tnomon+ c�ic+om /oRi iilrlor\
� Th��I�CC� ohall r., ' �, oampl�c ��nor �ubmitta!-s
r+o '4h r 'r 4c .,f +ho nl+n4r�n r n�r�c nti�r� C� �nh
��io m p I i a n���}G��u'rr���r�--v�--crr�cvrnrac cvrrs�l ccTvr .rvcrcrr
ro�iio�ei choll r��4 rolio�io 4ho (�`�r�4ron4�r fr�m i4c rocr��noibilit�� f�r riorfr�rmonno in
onn�rrlonno �.�i+h 4ho n�n4ron� f�r n�nc4ri in4ir�n r�r�r ic ci inh ro�iio�ei ���;�rcnt�
,
t#��„�ee4e�c�d�."� c"^^ �'���°,�^�o, osmpl4s-ar�d oubmittslo io fr�� ^f�-�,�
��^^^c�c+�^^��c ^� ^�^�cc��rl�. Th�-€Pl�ll���o �hall I�a�lc all oh�
�a�ir�g�, oampl�c ��n�r oubmittcl� in th �n* mc�n���
�.,�+o.,, ion� ��i,�o,-�
��vII�CC� Or1SII r�"'���ai1141I ;J,,�%c4i�i i�i�n rorvi ioc4c icci �o o ron�mmon�oii�ri
��� . ,
� ��.,�b�t�t� �4��r�c in�� #ho �on�rlJ I'lr��eiinlvc.
� /�c rorviioc4ord h�i�ho �ITY, tll�--€�c3II�CC� Oh��l rirr��ii�7o r�onocc�r�i ir�iornroi�iir�r�c
�rifJ nl�rifin�4i�r�c �f n�n4r�n+ lJnni �mon4c rocr��nlJ 4� �olr� �oc4 f�r Irif�rm�4i�n /C?CI\
e
fr�m tho nr�nironi�r ro�iio�ei nhonrvo r�rrlorc on�7 moLo ron�mmonr�oii�ns a� ta�e
e e
o �1�I%`IAIC� �eiill m �eii4h +ho Dr�i � I�1 �i �
,QEe . ����_ �,,,-„Tee� eE� �er
��m an�' �^^+r.,,.+„r �r� ci4o 4� ro�iio��i �n�i fioli-! nh�r�rroc
� Th��InCC� �hSII S�k}:.1 ��CIIISI�� pr^��^+ �eiolL �hr�i inh orir�l occic� �eii�h
r�ror��r�4i�n �f firi�l r�� �rinh lic#
� � oo..,,,-,� nr�,.,�„n�
� Th�oInCC� �hsll pr��^'ro ron�r`J `Jr��niinlrc� fr�m ir�f�rm�4i�r� r�r��ii`Jo`J h�i #ho
('`ITV rJonin+ir,n �n�i nh�r�ivoc m�rdo 4� �hrJ CInSI I'lr.�'.�eiinnc rdi irinrY n�nc4ri in4i�n.
�'ITY msy�d�, but io n`�+ limi4ord �r� tho f�ll��eiinn•
�—tt.� 1��.A��t `b�.�j r�ro�i r�r��iilJorJ h�i 4ho nr�r�ir�n+�r �eihinh innl� irdoc �ior�in�l �rird
e
hr�`���+�nrlJin�4oc �f �II �ni��or c�o��ior �r�r! �+orm �rain unco4c �nlJ in
�nn�ri-l�nno �.�i+h +ho (''�nc4r� �n4i�r� �n� Built) ✓.�r�•��� Cr�onifin�ti�r�.
�"�n!��� 9ha
r��nf�rmonno �eii�h rorv� �iromoriic
e ���'_' �^� nt�erlcups fr
-_ „
: --
..
City of Fort Worth, Texas Page 13 of 24
Attachment A
Revision Date: 05.23.2024
Page 13 of 24
FORT WORTH�
� Tho CAI%`IAICC� OhQ�I mr��Th,r� CInS'.I I'lr.�'.�niirinc olon�r�riinolhi orirl choll rilono 0
� � �. . � ...
c+�m� "� plan� in�+Ea�ir-►g that th��� ror�rocor�4 �on�rlJ I'lr���iinlvc �f 4ho r�r�ion#
�.� �'�r'ci .�. Tm�' ��.'m�' ,%1C�� k'� cinnorJ �nr! rl�4orJ h�i 4ho CAI('_InCC� arr�
ch�ll ho r�l�noi-! �ri o� 004 ho r 4h �ro �n�i ro�iici�nc �n c�hoo4
o p sn o ccrwiTc L T cvr.rrvrr.rvrr ccc
„r .,.,+ C�nh �hoot �hall ol���'„ �^�'�^�+� �" ^"�^^�c �•,"�oh apply�o that oh�j�
Els�g�d n�mb���^^�,,, ,�- ^� "� vii:c�"I� m�T
� Tho f�ll��eiinn rlicnloim�r shsll b� �nnli i�7o�7 �e�i+h +ho �on�rr�I Iiro�eiir�ry ctcm��
-_ .
. , -
Tho �nir_i ICC� ,,,�+ �o+ „f o..io �•
��.. 0 Q 9.�.' i�.,rcTscc-vr§vc„c . 11�,5' `. ,
c4�mr�o`J �c �on�r`J I'lr��niir�lrc ir� Arlwh� Awr�wh�� �IIC Fwrrv��� /�i�reiwr� C. A �r
e •
kFi�"er`.��ot m�.�t in"li ��70 �ho nr��ior choo+ hoorir,n i`i4�i �ffiniol cirYr�o�i iroc
Thc� GAI(�IAICC� Lo�n n�r�ioc �f 4ho inf�rm�4i�r� r�rr��iii-!or! h�i +ho i`ITV f�r
,�,�-�o„-.��.. may
}hr�-rcii�irfl�, but all �ri`rin�l ro`J IiriolJ i-lr��niirirvc ch�ll ho ro4� �rnoi-! +� �ho i`ITV �niith
+ho r�lini+ol filoc
��TL ��II �j'o �r�o /� \ Dr1C filo �nrJ `+r�o /1 \(`/�I'l filo f�r 4ho TD\A/ r�l�r� co+ �ni-! �
C .J !'`/�fl filo f�r �ho \A/o� r�o4 if r i i�r o C
��� � sn � �,�n ..�Teq� . �o i ?
�s�ntain a�' """nni�+o�-! choo+c, .,f +ho r+�r+ioular plan o�+. Ci.�.r.�.l�.- DI1C F:I•,�
fi+r� ,,1., �+hei+� i+f � r+l�r� e�4 �uill r+i+� l., i+ �n ,,,,1 DI'lC filn r I/+nnfnrm 4�
rvr� Gy-I�ri c cc-�-rnTrvr-pra�E��Cq�vr�Tr /v �� � cvnrvnnzv
r»minn nr�ri�iori4i�no � fa�4e��
I TI71A/ filo nomo omnlo �� �IAC.G �r 7 r�rlf» �� �IAC.G» 4ho
r-� T--m�rmrrr��Xvmp*� �v •-r. per� �C.� �v��S�rrc
�c���m� n�mb�r �h�oinorJ fr�m �ho �ITY �� ^rn» �7ocinno�inn 4ho filo ic
� ,
e�a+�--s�iginal plsn o,"'" �hsll b��otal numb�� ^��ot� in th;c�
� .. . .
Il.�ier��Cve�sr� filo n�mo ��mr�l��� '�C�`�L: r�rlP� ��ih��Y_
V .�Q�VYiT
�ti'„ i� tho ���,nno,� f,�o n:�mb�r� ^�;,�ed f����JTI�, «_�
�s+g;At+��e-#;�e-ic ^f�����l--�a���e��f'i" ohall b���tsl numb�-e#
�k►eot� in thio fil�
C..�o: `C 1??���#
Q�4h DI'1C filec choll ho i inl�orlorl �� 4ho rirr�iont'c Qonr�rr� Iiro�eiinry fr�IrJor iri +ho !"`i+.�'c
�ee�nt msnwry�mon4 cvc+om /oQ� �il�7or\
�r msnn�� oubmit �o^^r,� nr.,,.,;rn f,�o� .,r,� +„ „h+�;h
o filo ni �mhor fr�r 4ho nr�ion� 4ho C1�I%'I ICC� r�i i1�7 n��rr�irio+o �.�i+h +ho !"`i+.�
� ��. . `.�
�sje�t msns��r Cilo rii imhorc �eiill rir�� ho icci �ord 4� � r�rr�ion4 i irilocc 4ho
ot numb�rc �nlJ f� �nlJ n�lJoc h��io hoor� �ccilrnorJ �r�lJ �ro in 4ho
r,o.,.,�+.,,or+ �f Trsnop ���k�;.��
. ,�• .,
City of Fort Worth, Texas Page 14 of 24
Attachment A
Revision Date: 05.23.2024
Page 14 of 24
FORT WORTH�
� (lrio /'1 \ �ro i`�nc4r� �n4i�n 11Aoo}ir�� io a�um�
� Throo /2\ c�i�o �iici4c� �r�. �u���
� Civ /G:\ ci ihmi4+ol ro�iio�eic orC ���1mq�
���{21 �C�'� crc �.�m�
t 1
� T�ei� ('�\ i`honrYo /lrrJorc ori+ �vJ�m�
����'� l Cln�+..l `A/��IL�h�r�� �rvl� �e�i+h D� ir�nhlic4 n�- n��'n�Ftir ���
� � ,.� ���„
/� �ocr��nco �� ('`�r�#r�n4nr'c �olv� �oc4 f�r Ir�f�rm�4i�ri
R �o�iio��i .,f !''h.�.,.�.o (lrrlorc.
�.
����� i �f ch�r� `Jr��niir�rrc
B. C?on�ri-! lir��niinrrc in olon4r�nin f�rm��
City of Fort Worth, Texas Page 15 of 24
Attachment A
Revision Date: 05.23.2024
Page 15 of 24
FORT WORTH�
TASK 7. SURVEY.
ENGINEER will provide survey support as follows.
7.1. Boundary Survey
• The ENGINEER shall determine the existing property boundaries, adjacent
rights-of-ways, and easements. To ensure that adequate space within the
existing entitled land is available for the proposed 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 Design Survey
ENGINEER will perform field surveys to collect horizontal and vertical elevations
and other information needed by ENGINEER in design and preparation of plans
for the project. Information gathered during the survey shall include topographic
data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations,
location of buried utilities, structures, trees (measure caliper, identify overall
canopy, and have qualified arborist identify species of trees), and other features
relevant to the final plan sheets. Existing drainage at intersections will be verified
by field surveys. Spot elevations will be shown on intersection layouts with cross
slope to fit intersecting grade lines.
• The minimum survey information to be provided on the plans shall include the
following:
— 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 about each Control Point;
a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate system, and a
referred bearing base. Z coordinate on CITY Datum only.
c. Descriptive Location (Ex. Set in the centerline of the inlet in the South
curb line of North Side Drive at the East end of radius at the Southeast
corner of North Side Drive and North Main Street).
— Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the
same coordinate system, as the Control.
— No less than two horizontal bench marks, per line or location.
— Bearings given on all proposed centerlines, or baselines.
— Station equations relating utilities to paving, when appropriate.
7.3 Subsurface Utility Engineering
Provide SubsurFace Utility Engineering (SUE) to Quality Level D, C, 8, and A, as
described below. The SUE shall be perFormed in accordance with Cl/ASCE 38-02.
City of Fort Worth, Texas Page 16 of 24
Attachment A
Revision Date: 05.23.2024
Page 16 of 24
FORT WORTH�
Qualitv Level D
• Conduct appropriate investigations (e.g., owner records, County/CITY records,
personal interviews, visual inspections, etc.), to help identify utility owners that
may have facilities within the project limits or that may be affected by the project.
• Collect applicable records (e.g., utility owner base maps, "as built" or record
drawings, permit records, field notes, geographic information system data, oral
histories, etc.) on the existence and approximate location of existing involved
utilities.
• Review records for: evidence or indication of additional available records;
duplicate or conflicting information; need for clarification.
• Develop SUE plan sheets and transfer information on all involved utilities to
appropriate design plan sheets, electronic files, and/or other documents as
required. Exercise professional judgment to resolve conflicting information. For
information depicted, indicate: utility type and ownership; date of depiction;
quality level(s); end points of any utility data; line status (e.g., active, abandoned,
out of service); line size and condition; number of jointly buried cables; and
encasement.
Qualitv Level C(includes tasks as described for Qualitv Level D)
• Identify surface features, from project topographic data and from field
observations, that are surface appurtenances of subsurFace utilities.
• Include survey and correlation of aerial or ground-mounted utility facilities in
Quality Level C tasks.
• Survey surFace features of subsurFace utility facilities or systems, if such features
have not already been surveyed by a professional surveyor. If previously
surveyed, check survey data for accuracy and completeness.
• The survey shall also include (in addition to subsurface utility features visible at
the ground surFace): determination of invert elevations of any manholes and
vaults; sketches showing interior dimensions and line connections of such
manholes and vaults; any surface markings denoting subsurface utilities,
furnished by utility owners for design purposes.
• Exercise professional judgment to correlate data from different sources, and to
resolve conflicting information.
• Update (or prepare) plan sheets, electronic files, and/or other documents to
reflect the integration of Quality Level D and Quality Level C information.
• Recommend follow-up investigations (e.g., additional surveys, consultation with
utility owners, etc.) as may be needed to further resolve discrepancies.
• Provide Quality Level C to identify overhead utilities on the project and provide
the overhead utility information on the SUE plan sheets.
Level B(includes tasks as described for Qualitv Level C)
City of Fort Worth, Texas Page 17 of 24
Attachment A
Revision Date: 05.23.2024
Page 17 of 24
FORT WORTH�
• Select and apply appropriate surface geophysical method(s) to search for and
detect subsurFace utilities within the project limits, and/or to trace a particular
utility line or system.
• Based on an interpretation of data, mark the indications of utilities on the ground
surface for subsequent survey. Utilize paint or other method acceptable for
marking of lines.
• Unless otherwise directed, mark centerline of single-conduit lines, and outside
edges of multi-conduit systems.
• Resolve differences between designated utilities and utility records and surveyed
appurtenances.
• Recommend additional measures to resolve differences if they still exist.
Recommendations may include additional or different surface geophysical
methods, exploratory excavation, or upgrade to Quality Level A data.
• 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.
ASSUMPTIONS
Boundary research includes reviews of property/right-of-way records based on
current internet-based Tarrant Appraisal District (TAD) information available at
the start of the proiect and available on-qround propertv information (i.e. iron
rods, fences, stakes, etc.). 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.
• Park boundaries will be provided for Ed Collet and Sandy Lane Park
• TxDOT Right-of-way line will be established for Harmon Field Park, with interior
lot lines being provided per Tarrant Appraisal District parcel data.
• Design survey shall be completed prior to design
• Topographic design surveys throughout the project limits will be collected using
traditional on the ground methods.
• Temporary right of entry letters have been excluded as the project as currently
planned is fully within the property limits of Fort Worth Parks and Recreation
property.
• Permanent easements have been excluded as the project as currently planned is
fully within the property limits of Fort Worth Parks and Recreation property.
• SUE Services are limited to Level D, C, and B within Ed Collet Park.
City of Fort Worth, Texas Page 18 of 24
Attachment A
Revision Date: 05.23.2024
Page 18 of 24
FORT WORTH�
DELIVERABLES
A. Boundary and Easement parcel map
B. Drawing of the project layout with dimensions and coordinate list.
C. SUE plan drawings sealed by a professional engineer registered in the State of
Texas.
City of Fort Worth, Texas Page 19 of 24
Attachment A
Revision Date: 05.23.2024
Page 19 of 24
FORT WORTH�
TASK 8. 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
8.1 Texas Department of Licensing and Regulation (TDLR)
• Identify and analyze the requirements of the Texas Architectural Barriers Act,
Chapter 68 Texas Administrative Code, and become familiar with the
governmental authorities having jurisdiction to approve the design of the Project.
• ENGINEER is responsible for providing plans that are in compliance with TDLR
requirements.
• Submit construction documents to the TDLR
• Completing all TDLR forms/applications necessary
• Obtain the Notice of Substantial Compliance from the TDLR
• Request an inspection from TDLR or a TDLR locally approved Registered
Accessibility Specialist no later than 30 calendar days after construction
substantial completion. Advise the CITY in writing of the results of the inspection.
• Responding to agency comments and requests
• All costs associated with TDLR plan review and inspections are to be paid by the
ENGINEER during the course of the project.
8.2 Storm Water Pollution Prevention Plan
For projects that disturb an area greater than one (1) acre, the Contractor will be
responsible for preparing and submitting the Storm Water Pollution Prevention
Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare
the iSWM Construction Plan according to the current CITY iSWM Criteria Manual
for Site Development and Construction which will be incorporated into the
SWPPP by the contractor.
8.3 Environmental Services
• 8.3.1 — Waters of the United States Delineation
Provide professional services to delineate all waters of the United States, including
wetlands, within the project site. A professional wetland ecologist will delineate the
jurisdictional limits of the streams based on 33 Code of Federal Regulations (CFR)
328.3[e] and delineate the jurisdictional limits of any wetlands based on the 1987
USACE Wetland Delineation Manual and the Regional Supplement to the Corps of
Engineers Wetland Delineation Manual: Great Plains Region (Version 2.0), and any
current Regulatory Guidance Letters. The boundaries of all of these water features
identified in the field will be recorded with a Global Positioning System (GPS) that is
capable of sub-meter accuracy. After the delineation is completed, a digital map of
these waters of the United States will be provided for planning, impact calculation,
and illustration purposes. This delineation will be provided so that it may be utilized in
the engineering plans to avoid and minimize impacts to waters of the United States (if
any are present on the site). The deliverable for this task is a delineation report that
includes methods, results, and conclusions, along with the necessary data forms,
City of Fort Worth, Texas Page 20 of 24
Attachment A
Revision Date: 05.23.2024
Page 20 of 24
FORT` WORTH�
photographs, maps, and a delineation map. The conclusion of this report will detail
why any water features on the site are or are not considered waters of the United
States.
8.4 Floodplain Services
8.4.1 Flood Study
• A flood study will be prepared to adequately model the effects of the
proposed project to the existing stream and floodplain.
• The flood study will include effective, corrected effective (should it be
determined that existing effective model needs revisions), pre-project and
proposed conditions hydraulic models in support of regulatory authority
review and approvals.
• The flood study is intended to utilize the existing effective hydrology
associated with the current effective hydraulic models. Revised hydrology is
not included in this scope of work.
8.5 Flood Plain Development Permit
• Meet, negotiate and coordinate to obtain approval of the agency issuing the
agreement and/or permits.
• Completing all forms/applications necessary.
• Submitting forms/applications for CITY review
• Submitting revised forms for agency review
• Responding to agency comments and requests
ASSUMPTIONS
• Effective floodplain models will be provided by City of Fort Worth
• Flood study does not include revised hydrology and is intended to utilize the
existing hydrology contained within the effective models.
• CLOMR/LOMR services are excluded from this scope of work.
• Flood Plain Development Permit Fees are excluded from this scope of work.
• Permit preparation will begin after approval of the Conceptual Design.
• 2 meetings are assumed with Citv of Fort Worth Floodplain Department for the
Floodplain Development permit.
DELIVERABLES
A. Copies of the Flood Study
B. Copies of Permit Applications
C. Copies of Approved Permits
City of Fort Worth, Texas Page 21 of 24
Attachment A
Revision Date: 05.23.2024
Page 21 of 24
FORT WORTH�
City of Fort Worth, Texas Page 22 of 24
Attachment A
Revision Date: 05.23.2024
Page 22 of 24
FORT` WORTH�
TASK 9. ADDITIONAL SERVICES
ENGINEER will provide project support as follows.
9.1 Section 404 / Nation Wide Permit Assessment
Provide professional services utilizing the previously provided delineation to evaluate
the proposed site plan to determine compliance with Section 404 of the CWA,
specifically the NWP program. The proposed project will be evaluated to assess the
impacts the project has in waters of the United States to determine the USACE's
scope and type of permit necessary for the impacts. The project team will document
the NWP terms and conditions, General Conditions, and Fort Worth District Regional
Conditions for the applicable permit. Finally, the project team will document how the
proposed project complies with each of these conditions. The project team will
summarize the delineation, impact assessment, permit conditions, and if applicable,
compliance in a brief letter report.
9.2 Additional Services
This task establishes a budgetary item for additional services should they
become necessary either due to additional efforts on tasks defined within the
scope that exceed the project assumptions or items that are defined as
additional services not currently included but which may become necessary
during the course of the project. Prior to beginning any efforts within this
budgetary item a sub-task scope and fee will be prepared and submitted to the
city for review and approval.
ASSUMPTIONS
• Flood Plain Development Permit Fees are excluded from this scope of work.
• Permit preparation will begin after approval of the Conceptual Design should
it become required.
2 meetings are assumed with City of Fort Worth Floodplain Department for the
Floodplain Development permit should it become required.
DELIVERABLES
A. Copies of Permit Applications
B. Copies of Approved Permits
City of Fort Worth, Texas Page 23 of 24
Attachment A
Revision Date: 05.23.2024
Page 23 of 24
FORT` WORTH�
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existinq Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon 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:
• Bid Phase services
• Construction Phase Services
• Negotiation of rights-of-entry, easements or property acquisition
• Encroachment Agreement preparation, submittal fees and negotiation
• CLOMR/LOMR preparation and submittal services
• Park Conversion Services
• Waters of the US mitigation fees
• USACE Floodplain Coordination services
• SUE services at Sandy Lane and Harmon Field Parks
• SUE Level `A' services at Ed Collett Park
• Public Meetings have been excluded from this scope of work
• 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 submitting for permits other than those specifically listed above
(ie. TxDOT, railroad, etc...)
• Services related to Survey Construction Staking
• Services related to damages caused by fire, flood, earthquake or other acts of God.
• Services related to warranty claims, enforcement and inspection after final
completion.
• Services to support, prepare, document, bring, defend, or assist in litigation
undertaken or defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
City of Fort Worth, Texas Page 24 of 24
Attachment A
Revision Date: 05.23.2024
Page 24 of 24
ATTACHMENT B
COMPENSATION
Design Services for
Park Improvement to Ed Collet, Sandy Lane & Harmon Field Parks
City Project No. 105873, 106181, 106182
Lump Sum Project
Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $ 280,905.00 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.
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
Water Department monthly progress reports and schedules in the format
required by the City.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 1 of 3
�
ATTACHMENT B
COMPENSATION
IV.
Summary of Total Project Fees
Firm I Primary Responsibility
Prime Consultant
Baird, Hampton & Civil, Structural Engineering
Brown, Inc Land Surveying
Proposed Sub-Consultants
Geotex Engineering Geotechnical Engineering
Yellow Rose Mapping Subsurface Utility Engineering
BDA Associates TDLR Services
Fee Amount I %
$258,00.00 I 91.85%
$12,700.00 4.52°/a I
$5,200.00 1.85% �
$5,000.00 1.78°/a I
TOTAL $ 280,905.00 100%
Project Number & Name
Park Improvements to Ed Collet, Sandy Lane & Harmon
Field Parks City Project No. 105873, 106181, 106182
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 2 of 3
Total Fee
$ 280,905.00
�
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
PMO Official Release Date: 8.09.2012
Page 3 of 3
�
Professional Services Invoice ProjectManager: IJessicaAlvarado � Summary
Project: Park Improvement to Ed Collet, Sandy Lane & Harmon Field Parks
City Project #: 105873, 106181, 106182 �
City Sec Number:
COmpany Name: IBaird, Hampton & Brown, Inc.
Supplier's PM: austin Baird, Pe
Supplier Invoice #: 2025.�13.000-xxx
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Sheet
Work Type 1
Work Type 2
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Supplier Instructions:
Fill in green cells including Invoice Number, From and To Dates and the included worksheets.
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within ProjecYs folder.
@I11811: abaird bhbinc.com
OffICB Addl'CSS: 3801 William D Tate, Suite 500, Gra evine, TX 76051
TBIBph011e: 517-251-8550
Fax:
RCII'llt AddPBSS: 6300 Rid lea Place, Suite 700, Fort Worth, TX 76116
FID and Work Type Description
Park Improvements
Totals This Invoice
Agreement Amendment
Amount Amount
$250,905.00
Agreement LTD
Amount to Completed
Date Amount
$280,905.00
Percent ($) Invoiced Current Remaining
Spent Previously Invoice Balance
$280,905.00
$280.905.00
$280.905.00
$280.905.00
Overall Percentage Spent:
Professional Services Invoice ProjectManager: JessicaAlvarado
Project: Park Improvement to Ed Collet, Sandy Lane & H<
City Project #: 105873, 106181, 106182
Work Type Desc: Park Im rovements Supplier Instructions:
FID:
Cl�y S@C NUlllb@f: Fill in green cells including Percent Complete and Invoiced Previously Quanities
PUfCh85@ OI'd@I': When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
COmpany Name' Baird, Hampton & Brown, Inc.
Supplier's PM: nuscin eaird, PE
Supplier Invoice #: zozs.�ts.000-xxx
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Pay Items
Description
30 - Desiqn
Totals This Unit
@fllall: abaird@bhbinc.com
OfflCe Addfe55: 3801 William D Tate, Suite 500, Grapevine, TX 76051
Telephone: sn-zsi-assa
Fax:
Remlk 6300 Ridglea Place, Suite 700, Fort Worth, TX 76116
Agreement LTD
Agreement Amendment Amendment Amount to Completed Percent ($) Invoiced Current
Amount Number Amount Date Amount Sqent Previously Invoice
$280,905.00 $28Q905.00
$280,905.00
$280.905.00
Overall Percentage Spent:
Remaining
Balance
$280,905.00
$280,905.00
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Park Improvement to Ed Collet, Sandy Lane 8� Harmon Field Parks
City Project No. 105873, 106181, 106182
Labor hours Expense
Task No.
1.0
1.1
1.1.1
1.2
1.2.1
1.2.2
12.3
12.4
2.0
2.1
22
22.1
22.2
2.3
2.3.1
2.3.2
2.3.3
2.4
3.0
3.1
3.1.1
3.1.2
3.1.3
3.1.4
3.1.5
32
4.0
4.1
4.1.1
4.1.2
4.1.3
4.2
4.2.1
4.2.2
42.3
4.3
4.4
5.0
Task Description
Prqect Management
Managing the Team
QAIQC
CoJpm nic�tions an Reportin_q
Pre-�esign C;oor ination Mee4ing (1 Ea)
Design Submittal Review Meetings (3 Ea)
Prepare Baseline Schedule
Prepare Monthly Schedule Updates (12 Ea)
Conce�tual Design (30-Percent)
Data (,ollection
Geotechnical Investigation (GeoTex Engineering)
Ed Collet Park
Sandy Lane Park
Conceptual Desi n Package
Ed Collet Par�
Sandy Lane Park
Harmon Field Park
Construction Estimate
Preliminar� Design J60 Percent)
Preliminary besign Flackage
Ed Collet Park
Sandy Lane Park
Harmon Field Park
Specifications
Construction Estimate
Constructability Review (3 Total - 1 per Park)
Final Design
Final Draft (90%) Construction Plans and Specifications
Ed Collet Park
Sandy Lane Park
Harmon Field Park
Final (100 % ) Plans and Specifications
Ed Collel Park
Sandy Lane Park
Harmon Field Park
Project Decision Logs (90 % and 100 %)
Construction Estimates (90 % and 100 % )
Bid Phase
Director Project Project EIT CADD RPLS Survey Field pdmin. Total Labor Total Expense Task Sub Total
Many� r E p1neer Tech Survey inq Cost Subconsultant Travel Reproduction Cost
Rate $325 $2Z5 $790 $725 $125 $190 $95 $205 $85
20 16 15 0 0 0 0 0 0 $12,950 $0 $0 $0 $0 $12,950
15 $4,875 $0 $4,875
2 2 $1,100 $0 $1,100
9 9 $3,735 $0 $3,735
1 2 $77�� $0 $775
2 3 6 $2,465 $0 $2,465
3 24 62 88 0 0 0 0 0 $29,155 $12,700 $0 $0 $72,700 $41,855
4 4 4 $2,160 $0 $2,160
$0 $0 $0
1 1 2 $665 $6,350 $6,350 $7,015
1 1 2 $665 $6,350 $6,350 $7,015
$0 $0 $0
1 6 20 32 $9,475 $0 $9,475
1 4 16 24 $7,265 $0 $7,265
4 12 16 $5,180 $0 $5,180
1 4 8 8 $3,745 $0 $3,745
3 42 82 130 0 0 0 0 0 $42,255 $0 $0 $0 $0 $42,255
$0 $0
1 16 24 48 $14,485 $0 $14,485
1 8 24 40 $11,685 $0 $11,685
4 16 24 $6,940 $0 $6,940
1 4 4 4 $2,485 $0 $2,485
4 8 8 $3,420 $0 $3,420
6 6 6 $3,240 $0 $3,240
2 42 90 162 0 0 0 0 0 $47,450 $0 $0 $0 $0 $47,450
$0 $0 $0
1 12 20 40 $11,825 $0 $11,825
10 16 40 $1Q290 $0 $10,290
6 12 20 $6,130 $0 $6,130
$0 $0 $0
4 12 24 $6,180 $0 $6,180
1 4 12 24 $6,505 $0 $6,505
2 8 8 $2,970 $0 $2,970
2 4 $1,210 $0 $1,210
2 6 6 $2,340 $0 $2,340
0 0 0 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Cily of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FW WTR Offcial Release Date: 8.09.2012
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Park Improvement to Ed Collet, Sandy Lane 8� Harmon Field Parks
City Project No. 105873, 106181, 106182
Labor hours Expense
Task No. Task Description
6.0 Construction Phase Services
7.0 Survey
7.1 Boundary Survey
7.1.1 Ed Collet Park
7.1.2 Sandy Lane Park
7.1.3 Harmon Field Park
7.2 Design Survey
72.1 Ed Collet Park
72.2 Sandy Lane Park
72.3 Harmon Field Park
7.3 Subsurtace Utility Enpineerinq (Yellow Rose)
7.3.1 SUE Level B(Ed Coffet)
S.0 Permitting
8.1 TDLR
82 SWPPP
8.3 Environmental Services
8.3.ia Waters of the US Delineation (Ed Collet)
8.3.ib Waters of the US Delineation (Sandy Lane)
S.4 Floodplain Services
8.4.ia Flood Study (Ed Collet)
8.4.ib Flood Study (Sandy Lane)
8.5 Floodplain Development 4�ermit
8.5.ia Floodplain Development Permit (Ed Collet)
8.5.1b Floodplain Development Permit (Sandy Lane)
9.0 Additional Services
9.1 Nationwide Permit Assistance
9.1.1 Nationwide Permit Assistance (Ed Collet)
9.1.2 Nationwide Permit Assistance (Sandy Lane)
g.2 AddRional Services
Director Project Project EIT CADD RPLS Survey Field pdmin. Total Labor Total Expense Task Sub Total
Many� r E p1neer Tech Survey inq Cost Subconsultant Travel Reproduction Cost
Rate $325 $2Z5 $790 $725 $125 $190 $95 $205 $85
0 0 0 0 0 0 0 0 0 $0 $0 $0 $0 $0 $(
1 7 5 16 0 50 92 133 0 $50,355 $5,200 $0 $0 $5,200 $55,55?
$0 $0 $C
1 2 8 12 10 $5,185 $0 $5,18�
1 2 12 12 10 $5,945 $0 $5,94`
1 2 8 S 4 $3,705 $0 $3,70:
$0 $0 $C
1 1 4 9 27 45 $14,550 $0 $14,55C
1 4 9 27 54 $16,070 $0 $16,WC
1 1 4 4 6 10 $4,295 $0 $4,29`
1 2 $605 $5,200 $5,200 $5,80:
4 57 104 124 0 0 0 0 0 $49,385 $5,000 $0 $0 $5,000 $54,38?
2 4 $1,210 $5,000 $5,000 $6,21L
3 6 12 $3,315 $0 $3,31`
1 8 12 16 $6,405 $0 $6,40:
8 12 16 $6,080 $0 $6,08C
1 16 32 40 $15,005 $0 $15,00�
1 16 32 40 $15,005 $0 $15,00`.
1 2 3 $1,345 $0 $1,34`.
2 3 $1,020 $0 $1,02C
1 12 24 0 0 0 0 0 0 $22,585 $0 $0 $0 $0 $22,58°
1 6 12 $3,955 $0 $3,95`.
6 12 $3,630 $0 $3,63C
$75,000 $0 $15,OOC
Totals 34 200 382 520 0 0 $255,715 $22,900 $0 $0 $22,900 $278,615.00
Project Summary
Total Hours 1,136
TotalLabor $255,715
Total Expense, $22,900
J Subconsultant $22,900
10/ SubMarkup $2,290
SubParticipation 82%
Total Base Services $258,320.00
Total Additional Services $22,585.00
Total Project Cost $280,905.00
Cily of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FW WTR Offcial Release Date: 8.09.2012
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Park Improvements to Ed Collet, Sandy Lane & Harmon Field Parks
City Project No. 105873. 106181, 106182
• No Changes
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of 1
FORT WORTH
ATTACHMENT "D"
PROJECT SCHEDULE
A. ENGINEER Project Schedule Development
ENGINEER shall prepare a project schedule for the services to be provided in fulfilling
the requirements of the Agreement and encompassing the Scope of Work defined in
Attachment A to the Agreement.
ENGINEER shall prepare and maintain project schedule throughout the life of the project
as defined in the Agreement in compliance with the City's Specification 00 31 15 entitled
Engineer Project Schedule.
ENGINEER's project schedule will follow the Critical Path Methodology (CPM) for
planned sequencing of the work activity and timing of the work.
B. Schedule "Tier" Selection
City has identified three "Tier" levels for project schedules as defined in City's
Specification 00 31 15, to align with the size and complexity of the project as a basis for
schedule development. City's Project Manager will determine the "Tier" level for the
ENGINEER's project schedule as part of the negotiation of the Agreement.
C. Project Baseline Schedule
ENGINEER will produce an initial project schedule and submit as a"baseline" for review
and acceptance by City's Project Manager as defined in City's Specification 00 31 15
which will be referred to as the Project Baseline Schedule. Updates to the baseline
schedule follow the requirements of City's Specification 00 31 15.
D. Project Progress Schedule
ENGINEER will provide to the City, monthly updates to their project schedule indicating
progress of the Work in compliance with the requirements of City's Specification 00 31
15 and said schedule will be referred to as the Project Progress Schedule.
E. Master Project Schedule
City will develop and maintain a master project schedule for the overall project.
ENGINEER's project baseline and progress schedule submittals will be an integral part
of the development and updating process of City's Master Project Schedule.
City of Fort Worth, Texas
Attachment D
Revision Date: 07.20.2018
Page 1 of 1
���
I ��F.ii7.R,i4]
i Park Impravemenfs to Etl Callet, Santly Lane, Harman Fieltl Parks
2 Oesign
3 Pre-Engineering5ervices
4 ResearcM1 8 Oata Collec�ion
5 Oesign5urvey
6 SubsuAava Uti�iLy Fngineenng (i evel B)
� ..., a� ouna us oei�,�aexo�
8 Geo�ecM1nicallnves�iga�ion
9 Cons[ruclion Plans
10 ConcepWalOesign
11 Concap�ual Engineanng
12 Prepare Concepl DesiB� Raporl & OPC
13 SubmilGoncaplRepor�
10 Cily Review & Comment
15 Incorporate Concep� Review Commen�s 8 Subm�i� Revisetl
ifi �esign Review Meeling
1] ConceplDesignComplete
18 Prelim'inaryEngineering
19 Prepare Preliminary Conslruclion Plans
20 Prelim Conireot �ocs-, Specs & OPC
21 Submi�Prelim_Plans,Speos.&Es�ime�e
22 Cily Review & Cammen�
23 Incorporate Preliminary Review Commenls 8 Submit
Revised Praliminary Dasign Peckege
24 Preliminary Design Comple�e
25 Final Engineering
2fi Final Gons�ruction Plans (90%)
2] Conhac� �ocuments & SpecRications
28 Hubmi� Fnal Plans 6peoL8 Es�lme�e (90%J
29 Gi�yReview&Gammen�
30 Incorporate Final (90 % � Gomman�s antl Submi� Final
(100%) Plens end SpecRlcations
31 Approve Final Plans and Specifica�ion 8 Route for Signalui
32 Design Complete
33 Establish SBE Goal
34 Prepare Bitl Package
35 Permi[s
36 SWPPP
3] SWPPP-Preparation
38 SWPPP-SubmR
39 ReviewBApprove
40 Environmental Services
41 NaLonwitlePe�mil
42 NationwidePermilSubmh�al
C3 Review&Approvel
00 FloatlplainServices
05 Flood S�utly
48 Floodplain Oevalpoment Permi� Preparation
4] Floodplain Permil Submittal
48 Floodplain Permil Review 8 Npproval
C9 Conscruction
50 Bitl 8 Awartl Project
51 Advertisemen�Period
52 Pre-Bid Meeting
53 Issue Atldenda
SG BidOpening
55 Review 8ids - 8id TaOs 8 ConVactor Recommenda�ion
Sfi SBE Daoumentetion
5] M&C Process
58 Con�racl Execu�on
59 Construcl Park Improvemenls
fi0 Natice �a Proceetl
B� Pre-Cons�rua0on MeeGng
fi2 Canshuchon
fi3 Closeout
84 Accap�ance
BAIRD, HAMPTON 8 BROW N Sun 8/20/25
www.bnbinc com
Park Improvements to Ed Collet, Sandy Lane & Harmon Field Parks, CPN 105873, 106181, 106182
Dura�ion Stah Finish � % 202 202]
GomPle�f'N,Nov1ZI�39[IDec'251�AGJan'28,51Feb'26"11Mar'2I,I9AP;28�ft.iMllYltZ]�4_4�I]un'20'I�ft�'II�It�9�fiI�IA99'IZIl.4'i05I�1328[I�]I40ct'28I�51IHw'28,I,90ec�Iefll]�ItflZ]�G91Fab'2],1'HMar'2]'I�A6APr2],S,Mey,2],.9a Jun'2]n]I4
4lfitlays Mon1113135 Monfil3112] 0% 9 fi ] 14� 'I� tA P 5 A'I5� � 5 '19 'I '14� 5 fi ft �1'IH 5� ft'li ] J � �4� '11ft 9 fi fi 19�
2l1 tlays Mon 11I3135 Mon 9l]l26 0% ,
35 tlays Mon 1113125 Fri 12I19I25 0°/ , ,
10 days Mon 11/9/25 Fn 11/14/26 0°/
20 days Mon 11/10/ZS Fri 12/5/25 0%
i5daysMonit/t]/25 Fri12/5/25 0%
20 days Mon 11/10I25 Fri 12/5/25 0%
30 tlays Mon 11/10I25 Fn �2I18/25 0°/
201 tlays Mon 1211125 Mon 91]l26 0% ,
fii tlays Mon 1211125 Mon 2I2J126 0%
30 days Mon iZi/25 Fn 1/9/26 0%
10 days Mon 12/29/25 Fn 1/9/26 0%
Odays Friii9126 Fri�/9/26 0% 1l�
i6deys Moni/�2128 Fi�/d0/26 0%
10 tlays Mon Z2/2fi Fri Z13/26 0°/
1 day Mon 229/2fi Mon 2/23/26 0%
0 days Mon 2/23/26 Mon 2/23/26 0% 312�
65 tlays Tue 2120126 Mon 5I25126 0%
30 days Tue 2/24/26 Mon 4/6/28 0%
10 days Tue 4IJ126 Mon 0/20/26 0°0
0 days Mon 4/20128 Mon 0/20/28 0% C/2�
i5days Tua4/2VZfi MonS/11/26 0%
10 tlay5 Tue 5/12/26 Mon 5/26/26 0%
0 tlays Mon 5/25/28 Mon 5/25/28 0%
]5 tlays Tue Sl2fil2fi Mon 91]l26 0%
20 days Tue 5/2fi/2fi Mon fi/22/26 0%
10 deys Tue 6/23/28 Mon ]/6/26 0%
0 days Mon ]/B/26 Mon J/6128 0%
�5 days Tue ]/]l28 Mon ]/2]/26 0%
10 tlays Tue ]28/28 Mon 8/�0/29 0°/
10days TueB/11/26 MonB/24/26 0%
O deys Mon 8/24/26 Mon 8/20/28 0%
5 tlays Tue &25/2fi Mon 8/31/26 0%
10 days Tue 8125/2fi Mon 9/]/26 0%
1]6days Montllll]6 Mon9I1M26 0%
20tlays Mon51251f6 Mon6l3R126 0%
20 deys Tue 5/28/28 Mon 6/22/28 0%
0 deys Mon 5/25120 Man 5/25/28 0%
20 days Tue 5/28/28 Mon fi/22/28 0%
80 tlays Tue Sl2fil2fi Mon 9114126 0%
20 days Tue 5/26/26 Mon 6/22/26 0%
0 days Mon 6/22126 Mon 6/22/28 0%
60 days Tue 6/23/26 Mon 9/14/26 0°/
15fitlays Mon111113fi Mon8l1]l26 0%
20 days Mon 1/12128 Fn 2/B/26 0%
20 tlays Tue 5/28/28 Mon B/22/26 0°/
0 days Mon 6/2Z26 Mon 6/22/26 0%
40 days Tue B/23/28 Mon 8/1]/28 0%
205 tlays Tue 918�]6 Mon 6l]112] 0%
55 tlays Tue 91813fi Man 1113]l26 0%
20 days Tue 9/8128 Mon 10/5/28 0°/
1 tlay Tue B/22128 Tue 9/22/26 0%
0 days Tue B/29/2fi Tue 9/28/26 0%
0 days Mon 10/S128 Mon 10/5/26 0%
Sdeys Tue1N8/28Mon10/iZ26 0%
�Odays Tuei�l13/28 Mon�O/28/28 0%
20 tlays Tue 1�/2]/28 Mon � 1/2320 0%
15 days Tue 11/3/28 Mon 11/2326 0°/
150 tlays Mon 11123136 Mon 612112] 0%
0 days Mon 11/23/2fi Mon 11/23/26 0%
0 deys Mon 12(]/20 Man 12/]/28 0%
100 days Tue 1Z8/28 Mon 4/28/2] 0%
20 tlays Tue 4/2]/2] Mon 5/24/2] 0°/
20 days Tue 5/25/2] Mon fi/21/2] 0°/
��
� 6/22
�
� 6122
Task - Summary �1 Ex�ernal Milestone C Manual Task Manual5ummary ♦ Exlemal Tasks
Prqecl' Park ImOrovemenls (Ed Colle pro t Summa �1 Inaclive Milestone Ouration-onl
Date Sun 8/24/25 Split . le� �1' . Y •••••••••••••�••••• Slart-only ExlemalMiles�one
Milestone ♦ Extemal Tasks - Inaclive Summary ...... �........... Manual5ummary Rollup ♦ FinisM1vnry �� Progress
Page 1
12I]
oaaau�e F-
�
�
Attachment E1 - Project Location
Ed K Collett Park (CPN 106181)
Q � �� ��� �� � � � �� � � � ��� ��� �� ��_
;
,. �
�N � ����eF�ert � � ��.,,:: ,.�, ; � _ � -
� .p �t i�,,,r �"�� r� \ � , `� ��" ' `« �Y � � '!i. `"� 4 �t
�E��l�� ���r,. � . _�. , i. �, �-. . � `�t�� �:.. . " ' � � .,.\.; .
�y�. . V. ; � „ j .ti . �.�, .. 1.: , X
� ' � � � � ; ,� , ��
..� .>�/� - s r.Q .
r �p � � }����� � h� :.�� I ��`
._ � ,. " -��..
��--- • - � t_�, • _ � t � � � e<��r r � -- 4
_
_
,, ' r �, . '" � e a � �V' �'
: I���k: t �' ..� . � '1 � !"'M� a� '�,��t }
,..1 �.� , \ �' a .�: �-
° �� �w�wit � [ �� � °K ,. �e . . i� ,. ";+�� �� � � �ti� �� �,
� . I � fq, �s�' . :l.'�� '� N�ti�.
��� � _ t�. � �� ,� ..y i E:�. �
:, � :.�,}"* °,' � .
R 4 � : . - � ��yl
-r =��.�` „Yr� ~ ,°4 ` �"� �•_
,; .
.
l
; _ , ,
��,''���JJ� '' D �a< '
_ }� _ .
� � .� �� � ,. ' �• ��:',i#,w . � -. ' � . � ��.� , . -� �' _ /
f<i.: .
.. .. , k : .;.
� 4
��� ,� �� i i. .,. . _ . '. .. �-. �.� ,.` <� i �
: ����� .�� f
��_ .. - . . � K� �
� � ...� �`�„ .+." .�. % �. �q � � �,"�// .
� . '.
_ . . � ' �,��. „ :4^J% ��?r�3' /� "r;
_ L ,-
.., ', ,. \ . � � r
t .�*r�,� �t j. � j � � R, .. \. {R r. ta ' .
3w •
. � '�
� . � J _. .:i �'�i?., _.. . . sn � � �'� � � -
.;� 3 ���; ' Q �*��Y � � ��Q ..1"� � ' /� � �/ �
,
/ � �
.a.c� � � , .' r., ��Ez`l , ;' _ �� �' r � , �
;
. .;��; ���
j ,
.,
.. .
= . ��G ' " -c�� Q-,J
-;� + , ,
,
- ; �
, ,s� i
, , _
� � �,�� : �. , �� ���
. , �.
.�
,
, � �� w a
� . . . , �.,�. . �
, ,
,� ,�.s' �. . - .
� _
-: t �- r - ' „
.._ ,' . - _
y
,� � o
�
,>- o
.,: : /, ,
, , ��;, ��'�, � `�y,;,' ` " ;„ ," � _ / ,./ , ; - � �
�: r
�,
,
�
, � ��\�. � . -" .r�.r" , r ' � � / ,
i �
�
<� � � , � �
��� � . ,
� , • '� _: �,e-'� :�� . � :- j , ��' , �; ;��0-
, . , �� - , , ,
^ /
, , � , �� "
.;=�-. - ; -� ,- - , -
-
�--�:. �, - ;
200
,1:,:: - a :�'' � �/
�� ,� _'.:, �\"\ �% �� ..• GRAPHICSGA�E::,"� gg�-.,,,
N
�.3[��c F1�OCF�"I#��T� �C;�[1. . _ .
"�;s;� i I W e e E
1
d�.Zae � f'O�::f � S
'�,laE�€�z�} '
Sagin��+v ��4fo.*d ��� � �� �'�
- E�L�.rkh f:ichlarx� Flills E>J
i
� 3�:� 1n14s�F�! liialt�o.'n Cir[j;', Fftisst
�:- �1
�;rx�er �4J�e45 �Br_ - _ _
��I
'J'if"II�� �£��PfT1�'�:t __ �,�-
Fc�rt.�+i��rth �� � q�l�nc�tc
- t PROJECT 4. D3I4tiF1]ft33cr�tOf1
- `LOCATION [�3f��f15 -
� ,___ : ��� MAPSC075T
�'r�'l �J � 3� �{
�oi�t Hill -
�cc-�nedalti BAIRD, HAMPTON & BROWN
�ue r.�z� n
�-_, engineering and surveying
�
.�{ � '� f��rdon
'�"��^'��Y �=• ��� 3801 William D. Tate Ave, Ste 500 Grapevine, TX 76051
�O 2025 Microsoft Corporetion �O 2025 T�fo�� ��y.}�
i mail@bhbinc.com • 817.251.8550 • bhbinc.com
V I C I N I TY MAP TBPELS Firm #44, #10011300, #10011302, #10194146
BHB Project No. 2025.713.000
(1" = 40,000')
�.�I� kAoe�r�#�,n
''`� l�
Azie �
Sag in��+v
N
KC;ler . _ .
W � � E
Cof:f S
'�,laE�€�z�} '
�� 4fo�d
E�L�.rkh f:ichlarx� Flills E>J
� 3-:� V�14s�F�! liialt�'re Cir�y? F-����t
za r -
�"���'�'�� PROJECT
'J'ihl#� 5£�IPJT��'�:t - - OCATION
��.-F jf�J�rth �, � �MAPSCO80C
I L . r r
�� rIC�IIIC�IL-
x.
= a3�W91�^:::=�tOf1
�� -: Ct3f��f15
i`,�� � f �I{
�
�oi �t��-lill
���. � �
�ue r.�z� n
Kc-�nedalc
f��rd on
Cc�ow�lfiy� � � _.. ,::,
�O 2025 Microsoft Corporetion �O 2025 T�fo�� �'�t.}� �
�
VICINITY MAP
(1" = 40,000')
��� �����
.
-
-
BAIRD, HAMPTON & BROWN
engineering and surveying
3801 William D. Tate Ave, Ste 500 Grapevine, TX 76051
mail@bhbinc.com • 817.251.8550 • bhbinc.com
TBPELS Firm #44, #10011300, #10011302, #10194146
BHB Project No. 2025.713.000
Attachment E2 - Project Location
Attachment E3 - Project Location
Harmon Field Park (CPN 106182)
; . �, .
�
, � � � il.. ,� ;,.,:,• ' � -
�'��,�r' ��I.� ..r� �,Q,j �� •� ` , �
, I' ` �'� �-a2t'.''4�" ' �`� .
/ . -
,
.
. .
. ,
� � ' .
�'� J r � f'�. : � , � �' � ' � -
,� �' r� ' � � ; �� ;�: .� � _ _ - _ ,
: ; >:• � � �.� � �
.�, � 4 � : �� v 'j' _�t±ri',��� �j4 _ .
: �. y ��, / � ! ;.` ; . i r� , ,y,- � � � '� .S ' __ ,
� ` � . �� �►': � � ; � � , � � � --
/�,` � �` � � Y ; ,� '0 � z ,� ., �'� � , � � >
'\ _ , . . �1 , Y.
, � �:,.,��Gr-", ,� _ �� � �1.''`'�"%,; ;ii
' • �e , ,!� x� � t �
, ; A,� n � { ' l
� �� � r �
._� �'. � r. � -
•;� . , . � � _*-
, i ; , 4l� f �+� ` *�. �'�,i � F- ��/%f}���i ^� � '+ -.
1 . .1 . ��� •� /.F � �H �i!
r � . . . . � � . . . �
,E, ih�'� ��\. Y� ; � ; � . �
�! � � . ' � �y ` � ,��}+ � � _ ^ �:
� c� . , ,�',!�p" . „�._
.._ �. " . h.,,
; >'o , ••,,. � �`�, -�'• . .,,,
<
7� �Y ���
�'� / . _ �. �'Y � �- ' ,,��
� '
„' � ' � �,.'.%, ' � i .; ` + �d `�-"�'
, � s% � Kf � y. ,'1�. �
. �� � t. f� � �
,'; � , W��o� � "1�,, "�i`
� � . � � � ��. �- ..,-.
� ,�, �'�l � � _
► �: � � �
^ � r a t
�rF e . �rj,� ■
{ \ �4� . a", ` .S .
'�i :
I'`
9 1
� ' � ,� � �, '`��� � �� �'t �'��� � 500 10
�
�
, �.
' ' � �— ! ����� /��'� \ GR PHI SCALE: 1' =500'
N
�.3[��c F1�OCF�"I#��T� �C;�[1. . _ .
"�;s;� i I W e e E
1
d�.Zae � f'O�::f � S
'�,laE�€�z�} '
Sagin��+v ��4fo.*d ��� � �� �'�
- E�L�.rkh f:ichlarx� Flills E>J
. i
� 3�:� 1nlQi'F3'! Irialto.^n Cir[j;', �`iSsSt
�;rx�er �,�Jae4s t;: r _ _
�:- �1
'i i
'J'ihI��ES��t�PfT��'�:t �C7f� ��'�'f�1f�t�'J _
�PROJECT ,j'' ���in�t�-
_ - LOCATION -
MAPSC063X _ �31�(�]���yCfi�tQjj -
- ___-- _ `�� ciardens
i*,���i�K
�oi�t Hill -
�cc-�nedalti BAIRD, HAMPTON & BROWN
�ue r.�z� n
�-_, engineering and surveying
�
.�{ � '� f��rdon
'�"��^'��Y �=• ��� 3801 William D. Tate Ave, Ste 500 Grapevine, TX 76051
�O 2025 Microsoft Corporetion �O 2025 T�fo�� �'�t.}� �
� mail@bhbinc.com • 817.251.8550 • bhbinc.com
V I C I N I TY MAP TBPELS Firm #44, #10011300, #10011302, #10194146
BHB Project No. 2025.713.000
(1" = 40,000')
CERTIFICATE OF INTERESTED PARTIES
Complete Nos. 1- 4 and 6 if there are interested parties.
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Baird, Hampton and Brown, Inc.
Fort Worth, TX United States
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Fort Worth Park and Recreation Department
Fort Worth, TX United States
g Provide the identification number used by the governmental entiry or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
CPN 106181, 105873 & 106182
Professional Engineering Services for Improvements of 3 Parks (Ed Collet Park, Sandy Lane Park, & Harmon Field Park)
Nature of interest
4
Name of Interested Party City, State, Country (place of business) (check applicable)
Controlling Intermediary
Randall, Kenneth Fort Worth, TX United States X
Strevey, Tracy
Watters, Richard
Nave, Shannon
Bost, lan
Baird, John Austin
Snyder, Jeremy
Wallace, Chad
LaCroix, Joseph
5 Check only if there is NO Interested Party.
6 UNSWORN DECLARATION
Mynameis John Austin Baird
�❑
Myaddressis3801 William D Tate, Ste 500
Fort Worth, TX United States
Weatherford, TX United States
Fort Worth, TX United States
Grapevine, TX United States
Fort Worth, TX United States
Fort Worth, TX United States
Fort Worth, TX United States
FORM 1295
1of1
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2025-1354637
Date Filed:
08/25/2025
Date Acknowledged:
X
X
X
X
X
X
X
X
, andmydateofbirthis
Grapevine TX 76051 , USA
(city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Tarrant counry, State of Texas , on the 11 day of March , 20 2 5
�' (month) (year)
i
�l
����;,��,;:��,, =
_���
� �Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.O.f10dOfd&
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name
Baird, Hampton & Brown, Inc. (BHB)
SUUJ eCt Of tlle AgPee111el1t: Engineering Studies on 3 Parks: Ed Collett (Bridge Study), Sandy Lane (Bank Erosion Control),
& Harmon Field (Parking lot improvements, wheel stops and landscape islands).
M&C Approved by the Council? * Yes 0 No ❑
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No ❑✓
If �so, provide the original contract number and the amendment number.
Is the Contract "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: 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. 105873
*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.