HomeMy WebLinkAbout064570 - Construction-Related - Contract - LandDesign, Inc.CSC No. 64570
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 LandDesign, Inc., authorized to do business in Texas,
("ENGINEER"), for a PROJECT generally described as: Evans Plaza Improvements —
Project No. 104508.
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 $193,300.00 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
QFFICIAL RECORD
CITY SECRETARY
Evans Plaza Improvements
CPN 104508
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 Evans Plaza Improvements
Standard Agreement for Engineering Related Design Services CPN 104508
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 Evans Plaza Improvements
Standard Agreement for Engineering Related Design Services CPN 104508
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 Evans Plaza Improvements
Standard Agreement for Engineering Related Design Services CPN 104508
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 Evans Plaza Improvements
Standard Agreement for Engineering Related Design Services CPN 104508
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 Evans Plaza Improvements
Standard Agreement for Engineering Related Design Services CPN 104508
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 Evans Plaza Improvements
Standard Agreement for Engineering Related Design Services CPN 104508
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 Evans Plaza Improvements
Standard Agreement for Engineering Related Design Services CPN 104508
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 Evans Plaza Improvements
Standard Agreement for Engineering Related Design Services CPN 104508
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 Evans Plaza Improvements
Standard Agreement for Engineering Related Design Services CPN 104508
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 Evans Plaza Improvements
Standard Agreement for Engineering Related Design Services CPN 104508
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 Evans Plaza Improvements
Standard Agreement for Engineering Related Design Services CPN 104508
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 Evans Plaza Improvements
Standard Agreement for Engineering Related Design Services CPN 104508
Revised Date: August 18, 2025
Page 13 of 15
subscribed by the City's designated Assistant City Manager.
BY:
CITY OF FORT WORTH
D�na Bur�l�dof-F
Dana Burghdoff (Jan 15, 2026�3�:55:52 CST)
Dana Burghdoff
Assistant City Manager
Date:
AT ST: �
Jannette Goodall
City Secretary
a��
4poRr nna
a o��°° °� � ad
}{ � ���, e'�° �9ad
�-�` a�a � �a-�d
Pv8 °=d
PPp'f �oo �° �`c
aaIln nEXA?44p
BY:
ENGINEER
LandDesign, Inc.
.
Het K�n rick (Dec 19, 2025 14:49:18 CST)
Heth Kendrick
Partner
Date:
APPROVAL RECOMMENDED:
�Y
By: S�
Lew 5�
Director, Park & Recreation Department ��`'M�E,hany
APPROVED AS TO FORM AND LEGALITY
By:
���k�'��
D�����c�J��5k2026 16:51:56 CST)
Sr. Assistant City Attorney
Contract Compliance Manager:
M&C No.: 25-0949
M&C Date: 9/30/2025
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.
. ��,���!,�� �FFICIAL RECORD
J sica Alvarado CITY SECRETARY
Park Planner FT. WORTH, TX
City of Fort Worth, Texas Evan Plaza Improvements
Standard Agreement for Engineering Related Design Services CPN 104508
Revised Date: August 18, 2025
Page 14 of 15
10/1 /25, 10:05 AM
ACITY COUNCIL AGEND
FC� RT �r'�'0 RT H
�~
Create New From This M&C
DATE: 9/30/2025 REFERENCE NO.: �`*M&C 25-0949 LOG NAME: 80EVANS PLAZA
CODE: C TYPE: CONSENT PUBLIC HEARING: NO
SUBJECT: (CD 8) Authorize Execution of an Engineering Agreement with LandDesign, Inc. in the
Amount of $193,300.00 for Evans Plaza Improvements Project
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of an Engineering Agreement with LandDesign, Inc. in the amount of
$193,300.00 for Evans Plaza Improvements Project (City Project No. 104508); and
2. Amend the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize an engineering
agreement with LandDesign, Inc. (LandDesign) in the amount of $193,300.00 for Evans Plaza
Improvements Project (City Project No. 104508).
Evans Plaza is a 0.79-acre neighborhood park located at the 1000 block of Evans Avenue and the
800 block of Missouri Avenue. It is situated in the Historic Southside and the Evans & Rosedale
Urban Village, just south of downtown Fort Worth. The City has invested over $30 million in the area's
infrastructure, redevelopment, and planning efforts since the 1990s.
In August 2024, the City announced that Royal Capital would be the master developer of the Evans &
Rosedale redevelopment project. The Milwaukee-based company was selected from eleven
proposals, reviewed by a committee composed of City staff and representatives from the Historic
Southside Neighborhood Association.
The intent of this project is to revitalize Evans Plaza by creating a walkable, urban neighborhood park
for residents of the Evans & Rosedale neighborhood and the surrounding Historic Southside as part
of the overall redevelopment goals. The park will host a variety of programs including but not limited:
providing a larger, more functional space for events and activities; showcasing art and preserving the
history and spirit of the neighborhood; and ensuring the long-term preservation of the existing plaza.
The appropriations for this project were authorized on M&C 23-0461 dated June 13, 2023 as shown
on the table below.
Fund Name Authority Amount
(30107) HUD 108 Loan Fund M&C 23- $739,665.94
0461
(31001) Grants Capital Projects Federal M&C 23-
Fund 0461
$517,930.34
Tota I
M&C Review
$1,257,596.28
Revenue has already been received from available funds remaining and interest earned.
Evans Plaza is located in COUNCIL DISTRICT 8.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated, in the Grants Cap Projects Federal Fund, to support the approval of the above
apps.cfwnet.org/cou ncil_packeUmc_review.asp? I D=33810&councildate=9/30/2025 1/2
10/1 /25, 10:05 AM M&C Review
recommendations and execution of an Engineering Agreement. Prior to any expenditure being
incurred, the Park & Recreation Department and Neighborhood Services Department have the
responsibility to validate the availability of funds.
TO
I Fund Department I Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program � Activity Budget Reference #
ID ID Year (Chartfield 2)
Submitted for City Manager's Office by_ Dana Burghdoff (8018)
Originating Department Head: Dave Lewis (5717)
Additional Information Contact: Joel McElhany (5745)
ATTACHMENTS
104508 31001 Funds Availabilitv 8.14.25.pnq (CFW Internal)
Entitvinformation 20250523-022318.pdf (CFW Internal)
Evans Plaza Proiect Location.pdf (Public)
FID Table - LandDesian.xlsx (CFW Internal)
Form 1295 Certificate 101372672 Evans Plaza Proiect.pdf (CFW Internal)
Amount
apps.cfwnet.org/cou ncil_packeUmc_review.asp? I D=33810&councildate=9/30/2025 2/2
Attachment A
Scope of Services
Part 1. PROJECT DESCRIPTION
The Evans Rosedale Park is a.79-acre Neighborhood Park located at the 1000 block of Evans
Avenue and 800 block of Missouri Avenue within the Evans Rosedale Business and Cultural
District.
On June 6, 2023, the CITY Council approved the Economic Development Initiative Grant Funds
for a total of $1,152,790.14 for the rehabilitation of the Evans Rosedale Park located in Council
District 8.
The Intent of the design of the park land site is to create an urban, walkable, neighborhood park
for the local residents living in the Evans Rosedale neighborhood and surrounding Historical
South Side Neighborhood. The goals are to: 1) create a walkable urban park; 2) provide the
neighborhood with a larger, more useful space to hold neighborhood events and activities
(festivals, holiday celebrations, farmers markets, music, and food); 3) showcase art and
preserve history to reflect the neighborhood spirit and historical events; and 4) ensure the
longterm preservation of the existing plaza.
Anticipated pre-design service scope will include:
0 Coordination with public agencies and real estate developers.
0 Public meeting and public engagement.
0 Evans Plaza Park Site Analysis and Schematic Design package.
0 Evans Plaza Park Design Development and Construction Document package.
0 Evans Plaza Park Bid Assistance and Construction Administration.
0 Evans Plaza Park Bid Package and Construction Specifications.
Part 2. SERVICES OVERVIEW
Professional services provided by the CONSULTANT in the project shall include following items:
1. Coordination with Public Agencies and Real Estate Developer
CONSULTANT shall perform the following tasks:
A. Attend up to three (3) project coordination meetings with the Real Estate Developer,
City of Fort Worth Park & Recreation Department (PARD), Transportation & Public
Works Department (TPW) and Neighborhood Services Department (NSD). Each
meeting will last around thirty (30) minutes.
B. Communicate regularly by phone and email with CITY staff.
C. Attend a pre-development review meeting with the CITY to review site plan, obtain
preliminary comments from staff, and to discuss the permit process for the proposed
improvements.
D. Provide necessary documentation support by grant requirement.
2. Public Meeting and Public Engagement
CONSULTANT shall perForm the following tasks:
A. The CONSULTANT will participate in one (1) public meeting, facilitated by CITY staff,
before commencing the Schematic Design phase. These meetings will serve as
platforms to gather community input and insights regarding park facilities. The
CONSULTANT will also be responsible for creating the required presentation materials
and an online survey accessible through the CITY's website.
B. After the Schematic Design phase, the CONSULTANT will participate in one (1) public
meeting, organized by CITY staff, to gather input from citizens about Schematic Design
outcome. The CONSULTANT will be responsible for creating the necessary presentation
materials and boards for these post-design meetings.
3. Data Review/Site Visit/ Base Map/Site Analysis
CONSULTANT shall perForm the following tasks:
A. Gather and review available project data relevant to the project site as necessary for
coordination and development of the project. Relevant project data includes, but not
limited to, the following:
1. Google Earth aerial photography and mapping.
2. NCTCOG topography.
3. Texas statewide environmental/historic/cultural resource data.
4. FEMA Flood plain data.
5. Electric utilities, gas lines, water/wastewater, and other information.
6. Coordination with Stormwater Engineers to include information on underground storm
water detention tanks and maintenance.
B. The CONSULTANT shall coordinate one (1) site visit with the CITY to discuss the project
area, discuss overall vision and intent for the site, observe and photographically
document existing conditions as necessary for completion of the project. The
CONSULTANT has estimated a total of three (3) hours for travel to and from the site and
the site visit with one (1) Designer and one (1) Senior Designer.
C. The CONSULTANT shall work with Subconsultant land survey information to create
project base maps including but not limited to boundary verification, topographic and
utility survey. Obtain available record drawings for adjacent public infrastructure.
CONSULTANT shall review the site access for the property and contact local private
utility providers to confirm who serves the property. Obtain available record drawings for
adjacent public infrastructure.
4. Schematic Site Design Package
CONSULTANT shall perForm the following tasks:
A. Based upon data gathered and input received in previous tasks, prepare a preliminary
site design package. The preliminary site plan shall be in full-color for public meeting
presentation, and shall include project name, list of existing and proposed design
elements with labels, north arrow, scale, date, CITY name and logo, and
CONSULTANT's name and logo. The preliminary site design package shall include color
rendering site plans, planting material presentation, major sections, two (2) three-
dimensional (3D) perspectives and other necessary details. Drawings should be suitable
for clear readable use in both 22-inch x 34-inch (full-size) and 11-inch x 17-inch (half
size) format.
B. CONSULTANT shall review CITY development standards and ordinances, fire
department access requirements. CONSULTANT shall review available boundary and
topographic survey information to identify existing easements and other constraints.
CONSULTANT shall review setbacks from adjacent properties and right of ways, review
any required utility setbacks.
C. CONSULTANT shall create preliminary sketches for on-site grading, drainage and utilities
based on finalizing conceptual site plans. The formal CITY drainage analysis and study
will not be required. If it is necessary, then these services would be an additional service.
D. CONSULTANT shall propose the site design elements that are compatible with project
budget and help CITY to perForm value engineering effort if proposed design exceeds
project budget. Following comments provided by CITY and public meetings, prepare a
final updated Schematic Design package.
E. CONSULTANT shall, at the request of CITY, transmit to CITY electronic copies of
CONSULTANT work product components including but not limited to data, photos,
images, text, designs, etc. for project-related use by CITY.
5. Design Development
The CONSULTANT shall further develop the Final Schematic Design site plan to create a
Design Development package but not yet developed enough for construction. During the Design
Development phase, the Consultant shall work collaboratively with the CITY and Subconsultant
design team (see section 8 below) to create a coordinated set of documents which adequately
accounts for the irrigation, structural, and MEP design of the various site amenities and features.
The Design Development phase shall include the following:
A. Preliminary layout plans include streetscapes, schedule of pavement materials within
the Scope of Services areas, and general amenity element/layout locations.
Confirmation of setbacks, easement locations and other site constraints that could
impact the layout.
B. Preliminary schedule of plant materials and design to indicate location of trees, shrubs,
groundcovers and turF areas only.
C. Preliminary construction details.
D. Preparation of preliminary utility layout for the site including utility connections to existing
or proposed public utility lines. This plan shall include preliminary storm drainage and
water layouts and preliminary pipe sizes. CONSULTANT has assumed that sanitary
sewer services will not be required for the proposed improvements.
E. Preparation of a preliminary site grading plan based upon the new topographic survey,
depicting existing and proposed contours. PerForm a preliminary earthwork cut/fill
analysis to determine overall grading balance, following with preliminary fine grading
plans. This shall include coordination with existing site drainage to identify appropriate
vertical relationships of site and program elements.
F. Contact the utility providers and coordinate the relocation of the existing utility poles and
associated aerial facilities. Proposed utility poles relocation will be designed by the
private utility providers and shown on the Civil site plan. Civil plans will reflect proposed
pole locations as provided by others. CONSULTANT has assumed no underground
private utilities will be relocated.
G. Revisions of the Design Development plans based on comments from regulatory
agencies and the design team.
H. Coordination of fire access to the project and fire hydrant coverage with CITY Fire
Marshal.
All lighting/photometric design, MEP (wiring, connections, etc.), structural design, and
irrigation design shall be provided by a Subconsultant to the CONSULTANT (see section
8 below).
J. Opinion of probable construction cost (OPCC).
At the conclusion of the Design Development phase, CONSULTANT shall make one (1)
submittal to the CITY in the Design Development phase. Any revisions desired by the CITY or
required to meet the project budget shall be incorporated into the Construction Document phase.
The Design Development phase is anticipated to require eight to twelve (8-12) weeks, exclusive
of CITY review and input and any reviews, changes, or other input from regulatory authorities.
6. Construction Documents
The CONSULTANT shall further refine and develop the Design Development package to
incorporate all relevant CITY feedback, incorporating all comments into a Construction
Document package. The Construction Document package shall consist of drawings and plan
specifications setting forth in detail the requirements for construction of all site improvements
provided under this agreement.
The Construction Documents phase shall include the following:
A. Final planting plan and schedule of all areas.
B. Final grading plan includes any walls added under this scope.
C. Prepare storm drainage design, including all necessary calculations, in accordance with
local regulations. CONSULTANT has assumed that storm water quality will not be
required.
D. Prepare erosion control plan and Stormwater Narrative plans per CITY requirements to
be used in the formal Storm Water Pollution Prevention Plan (SWPPP) that
CONSULTANT has assumed will be prepared by others.
E. Irrigation water service plan, which will include design of the on-site water service
connections for irrigation. Final water service meter sizes will be determined by the
irrigation designer's specifications.
F. Complete site construction details for all hardscape, paving, walls, steps, ramps, etc.
Structural engineering shall be by a subconsultant to the CONSULTANT (see section 8
below).
G. All lighting/photometric design, MEP (wiring, connections, etc.), structural design, and
irrigation design shall be by a Subconsultant to the CONSULTANT (see section 8 below).
H. All necessary material specifications.
I. Construction Document submittals shall be made at 50%, 90% and 100% completion.
Construction Documents shall be complete set in order to convey coordination between
all proposed improvements within the Project area.
J. Opinion of probable construction cost (OPCC).
Deliverables:
A. Demolition Plan which includes the proposed overhead pole relocations provided by
private utility providers.
B. Engineered Site Plan per local requirements. Site horizontal control plan of all areas
within the Scope of Services areas.
C. Final layout/dimension control plan with dimensions suitable for staking plan by others.
D. Final planting plans for all areas.
E. Final fine grading plans of all areas.
F. Final site details.
G. Final irrigation plans and details.
H. Preparation of site clearing and grading specifications based upon the recommendations
in the geotechnical report provided by CLIENT. These specifications will be defined on
the plan set. Preparation of a specification book based on design and appropriate CITY
standard details will be referenced. The plans will also reference appropriate CITY
specifications and standards for construction.
I. Structural engineering for walls, special structures, etc. shall be by others.
J. Provide Construction Documents for permitting submittal in an Adobe PDF format.
Revise plans per regulatory review comments for final approvals.
K. Preparation of Bid Package Document to assist the CITY with bid analysis, bid tabulation
and bid award recommendation.
7. Construction Administration
Upon CITY request, the CONSULTANT may perform the following Construction Administration
services:
A. The CONSULTANT shall attend one (1) pre-bid meeting to answer questions and shall
issue addenda in response to bidder inquiries through the CITY.
B. Shall be the interpreter of the requirements of the Contract Documents. The
CONSULTANT shall render opinions on all claims of the CITY or Contractor relating to
the execution and progress of the work.
C. Shall recommend the rejection of work that does not conform to the Contract Documents.
D. Shall review shop drawings, samples and other submissions of the Contractor only for
conformance with plans, details and specifications. This review shall apply to irrigation
plans and details. Shall coordinate with the CITY to make final finish and color selections
for site materials.
E. Respond to Requests for Information (RFIs) and/or field construction issues on behalf of
the CITY in a timely manner.
F. Review and approve/disapprove contractor change orders or requests for additional
work.
G. If requested by the CITY, the CONSULTANT shall coordinate two (2) site walks (one (1)
of which shall be at the conclusion of construction) and provide a punch list to the CITY.
The CONSULTANT shall use PlanGrid for documentation and preparation of all site walk
reports. The CONSULTANT has estimated a total of twelve (12) hours for travel to and
from the site, the site walk, and the preparation of the punch list.
H. Additional visits to the Project site, consisting of site visits, additional site walks and
punch lists, meetings with the CITY and design team, and site meetings with City of Fort
Worth staff shall be billed as an additional expense as noted in Exhibit B.
The CONSULTANT shall not be responsible for the acts or omissions of the Contractor,
any Subcontractor performing any of the work.
8. Subconsultant Services Required
CONSULTANT anticipates the following services will be provided as part of this contract for the
completion of Construction Documents:
A. Land Survey information including ALTA/NSPS Land Title Survey, Topographic & Utility
Survey and Tree survey shall be provided by Land Survey. The Site Land Survey shall be
a Subconsultant to the CONSULTANT.
B. Irrigation Design
Irrigation Design for the Project area shall be provided by Irrigation Designs (the "Irrigation
Designer"). The Irrigation Designer's scope of work includes review of irrigation product
submittals, irrigation specifications, and review of contractor submittals, response to RFIs
and all coordination, no onsite meetings. The CONSULTANT shall ensure the Irrigation
Design is coordinated with the design of the final landscape plan.
C. Site Structural Engineering
The Structural Engineer shall be a Subconsultant to the CONSULTANT to provide signed
and sealed structural design drawings for site structures including, but not limited to
retaining wall, light footing, trellis and other designed structure footing.
D. Site MEP Engineering
The site MEP engineer shall be a Subconsultant to the CONSULTANT and provide signed
and sealed construction drawings for site mechanical, electrical and plumbing designs.
E. TAS Review Service
The Construction Document drawings will be reviewed and approved by a TAS (Texas
Accessibility Standards) reviewer. After construction is completed, the TAS reviewer will
conduct a site inspection to ensure compliance. The TAS reviewer shall be a
Subconsultant to the CONSULTANT.
F. Geotechnicallnvestigation
Geotechnical survey and a geotechnical report will be prepared for the site to provide
recommendations for subgrade preparation, foundation design, slab design, and other
related items. The Geotechnical Investigation team will serve as a Subconsultant to the
CONSULTANT.
Part 3. PROJECT SCHEDULE
The CITY anticipates the CONSULTANT to provide project schedule for discussion.
Part 4. CLARIFICATIONS AND EXCLUSIONS
Services and work products by CONSULTANT beyond those specifically described above are
not included in the project unless mutually agreed to by CITY and CONSULTANT in writing prior
to perFormance of such services.
Exclusions:
CONSULTANT will provide Additional Services not addressed in this Scope of Services as
requested and authorized by the CLIENT.
1. Change of Scope of Services.
2. Changes required due to contractor error during construction.
3. Revisions requested after CITY approval of the Design Development documents will be
considered an additional service.
4. CITY requested revisions to the plans after Permit Set approval from local jurisdiction.
5. Rezoning documentation and entitlements.
6. Submittals and coordination for tree removal permits.
7. Payment of permit review, processing, and impact fees, etc.
8. Construction negotiations, etc.
9. Wetland delineation, evaluation, survey or permitting with the US Army Corps of Engineers.
10. Environmental assessments, if required.
11. Urban Forestry plans and submittal.
12. Design of any off-site improvements to existing public infrastructure.
13. Capacity analysis/study for existing and proposed water, sanitary sewer, and storm drainage
facilities.
14. CITY related detention analysis and report.
15. Design of any detention facilities.
16. Coordination and/or design of offsite grading and drainage.
17. Assistance with acquiring or abandoning easements or rights-of-way, if required.
18. Soil borings including soft dig as necessary.
19. Condemnation maps/exhibits/plats.
20. Downstream drainage analysis/drainage study and report
21. Traffic impact analysis, traffic circulation study, and/or traffic signal plans.
22. Existing easement and/or Right-of-Way abandonment and coordination.
23. Site plan renderings, perspective renderings, or three-dimensional (3D) animations outside
of those listed within this contract.
24. Artwork, status, wayfinding, etc.
Attachment B
Compensation
The services described in Attachment A Scope of Services shall be provided for a total lump sum
fee of $193,300.00 (One Hundred Ninety-Three Thousand Three Hundred Dollars and no Cents).
The overall fee total shown shall not be exceeded without prior written authorization from the CITY.
Payment for the services described in Attachment A Scope of Services shall be invoiced to the
CITY on a monthly basis, based upon percentage completed for each task. Below is a fee
breakdown by task for the services described in Attachment A Scope of Services:
Evans Rosedale Park Improvements Plan
Professional Services
Task
1. Coordination with Public Agencies and Real Estate
Developer
2. Public Meeting and Public Engagement
3. Data Review/Site Visit/Base Map/Land Survey
(Subconsultant)
4. Schematic Site Design Package
5. Design Development
6. Construction Documents
7. Construction Administration
8. Bid Package Service and Specification
9. Irrigation Design (Sub-consultant)
10. Site MEP Engineering (Sub-consultant)
11. Structural Engineering (Sub-consultant)
12. TAS review and final inspection (Sub-consultant)
13. Geotechnical Investigation (Sub-consultant)
Fee
$ 4,000
$ 6,000
$ 4,800
$ 23,000
$ 44,000
$ 62,000
$ 14,500
$ 3, 500
$ 1,500
$ 15,000
$ 8,000
$ 2,000
$ 5,000
Total Fee for Services: $ 193,300
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Evans Plaza Improvements
City Project No. 104508
<No Change to Standard Agreement>
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of 1
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 the work activity and timing of the work.
B. Schedule "Tier" Selection
CITY has identified three (3) "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 Evans Rosedale Park
Standard Agreement for Engineering Related Design Services
Revised Date: 12-10-2025
Page 1 of 2
The ENGINEER will work in timely manner to meet the project delivery goals of the CITY.
The understanding of the project timing is as follows:
APRIL 1, 2026 — APRIL 30, 2026 (approximatelv 4 weeks)
DATA REVIEW / SITE VISIT / BASE MAP
MAY 01, 2026 — MAY 14, 2026
1ST PUBLIC MEETING AND PUBLIC ENGAGEMENT
MAY 20, 2026 — JULY 01, 2026 (approximatelv 4 weeks + 2 weeks CITY review�
SCHEMATIC DESIGN
JULY 05, 2026 — JULY 20, 2026
2nd PUBLIC MEETING AND PUBLIC ENGAGEMENT
JULY 25, 2026 — SEPTEMBER 20, 2026 (approximatelv 6 weeks + 2 weeks CITY
review
DESIGN DEVELOPMENT
SEPTEMBER 25,2026 — DECEMBER 20,2026 (aaproximatelv 8 weeks + 4 weeks CITY
review)
CONSTRUCTION DOCUMENTS
JANUARY 01. 2027 — FEBURARY 05, 2027 (approximatelv 5 weeks)
BID PACKAGE SERVICE & SPECIFICATION
City of Fort Worth, Texas Evans Rosedale Park
Standard Agreement for Engineering Related Design Services
Revised Date: 12-10-2025
Page 2 of 2
ATTACHMENT E
1050 Evans Ave., Fort Worth, TX 76104
City Project No. 104508
� �� - ���
r 4 � �
i �
:
.-;:�;
_ ��I��
` ;J ,,
' I �I
�� � ' �k
.�...
� �r .
��
r�
~ �.�e
�r Y;:lr� '" .'. '!:
+1
�',,= v� : :"� Rw•
r.-�: ��- :
:e 1.` 7Y1!l:�
. ��. tyY {
� —t 't., 'I� � �" _ ;� .
,' _. �: at.#.i: �''`�
�e- r a��4-�:
�1g�-�Cyit',p�.�`•,
�A �• • _ ��
`,+ � _= W4;� r
�,
,
{, I � _ � +� ' � a
' '�
i � � � �+�� _ �
-� �' � i . � � ri �.
� r'I.[�FLCY�� �, . � :as. ., "6 .. . .
I � �iT' � � �, . � �,� I� r �1 � 4 _
,` 4�.+` "� ''" _.�� � �
�1 - � � i
� i � � _ . - � I��f ILs�� �'I � `
� 1 �r..�._ . � _'� ` — �
' 1 1� � F
. ' � , � _i ,.� �..
j � . � !� � _—� L� .,Y "'" w . r
,,�; : �' �� �
�• �` � � -- ° '� ,._ ��' ,� - � .
f x, � � �:.� ��. i ,
fr , , � �j,� ► � „ ��=�' �� � , �
; � �Y� � , •� ,�� ih r� �,�,1�.
I � �� i
.���; � `: —�W_r� d ES'
_ Y� i
� �;� �:..���•* �' . ` i �
; � ��' 3y�= ~� .' + '. '� � ' �
?: i,. � Y ,'w"'li', 6�� x . � � ` �( E ,�y,,t�=
� �"' ' _�� �=� `�
. : � �� �� �
� , --� ,� � � � .� �
� �� .
� � � �f.
_ `� �.
�'
� 1=i�
� ;. �
!� �
� ��
-{�
. �•f
i�
�k
��
��
t��
City of Fort Worth, Texas Evans Rosedale Park
Standard Agreement for Engineering Related Design Services
Revised Date: OS-09-2025
Page 1 of 1
a.� .
�z .
y, .
r. . r
_'i A I
�r
,
,
�
JrJ'� ��
C �_. .F a
� ,..�„� � . .,r � �, � . _ . �
�.�:. �.� � i�� ,
� .� . "
. � � � " .�, , � �
� ��, ° : �
� " ` �� s � r_ � � ��: �� _. ;
,
�; � . �'.. � �
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name
LandDesign, Inc.
Subject of the Agreement: EngineeringAgreement forthe Design of Evans Rosedale Plaza.
M&C Approved by the Council? * Yes ❑✓ No ❑
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No ❑✓
If �so, provide the original contract number and the amendment number.
Is the Contract "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. 104508
*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.