HomeMy WebLinkAbout064594 - General - Contract - 360 Clarus LLCCSC No. 64594
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR GENERAL PROFESSIONAL SERVICES
This agreement ("Agreement") is between the City of Fort Worth, a Texas home-rule
municipality ("City"), and 360 Clarus LLC, authorized to do business in Texas ("Consultant"),
for a project generally described as: Stormwater Management Staff Augmentation ("Project").
Article I
Scope of Services
(1) Consultant hereby agrees to perform professional services as set forth in this
Agreement and the Scope of Services, attached hereto as Attachment "A"
("Services"). These Services shall be performed in connection with the Project.
(2) Additional services, if any, will be memorialized by an amendment to this Agreement.
(3) All reports, whether partial or complete, prepared under this Agreement, including
any original drawings or documents, whether furnished by City, its officers, agents,
employees, consultants, or contractors, or prepared by Consultant, shall be or
become the property of City, and shall be furnished to the City, prior to or at the time
such services are completed, or upon termination or expiration of Agreement.
Article II
Compensation
Consultant shall be compensated an amount up to $200,000.00 ("Contract Amount") in
accordance with the Fee Schedule shown 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.
Consultant shall provide monthly invoices to City. Payments for services rendered shall be
made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch.
2251).
Acceptance by Consultant 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
The term of this Agreement shall commence on the Effective Date and expire on September
30th, 2026, unless terminated earlier in accordance with the terms of this Agreement. ("Initial
Term"). Upon expiration of the Initial Term, City, in its sole discretion, will have the option to
City of Fort Worth, Texas
Standard Agreement for Professional Services
Revision Date: August 18, 2025
Page 1 of 9
Stormwater Management Services
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
renew this Agreement for up to three (3) additional one (1) year terms, each a"Renewal Term,"
herein.
Article IV
Independent Contractor
Consultant shall operate hereunder as an independent contractor and not as an officer, agent,
servant, or employee of City. Consultant shall have exclusive control of and the exclusive right
to control the details of the work to be performed hereunder and of all persons performing
same, and shall be solely responsible for the acts and omissions of its officers, agents,
employees, contractors and subcontractors. The doctrine of respondeat superior shall not
apply as between City and Consultant, its officers, agents, employees, contractors, and
subcontractors, and nothing herein shall be construed as creating a partnership or joint venture
between City and Consultant.
Article V
Professional Competence
Work performed by Consultant shall comply in all aspects with all applicable local, state and
federal laws and with all applicable, standards, codes, rules and/or regulations promulgated
by local, state and national boards, bureaus and agencies. Approval to proceed by City of
Consultant's work or work product shall not constitute or be deemed to be a release of the
responsibility and liability of Consultant or its officers, agents, employees, contractors and
subcontractors for the accuracy and competency of its performance of the Services.
Article VI
Indemnification
CONSULTANT, AT NO COST TO THE CITY, AGREES TO INDEMNIFYAND HOLD CITY,
ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY
AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND,
INCLUD/NG, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS
(INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY
RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT
MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY CONSULTANT'S BREACH
OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY
NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT,
ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER
THAN THE CITI� OR SUBCONTRACTORS RELATED TO THE PERFORMANCE OR
NON-PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY
TERMINATION OR EXPIRATION OF THIS AGREEMENT.
City of Fort Worth, Texas Stormwater Management Services
Standard Agreement for Professional Services
Revision Date: August 18, 2025
Page 2 of 9
Article VII
Insurance
Consultant shall not commence work under this Agreement until it has obtained all insurance
required under Attachment F and City has approved such insurance.
Article VIII
Force Majeure
City and Consultant 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.
Article IX
Transfer or Assignment
Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest
in this Agreement without prior written consent of City.
Article X
Termination of Contract
(1) City may terminate this Agreement for convenience by providing written notice to
Consultant at least 30-days prior to the date of termination, unless Consultant agrees
in writing to an earlier termination date.
(2) Either City or Consultant may terminate this Agreement for cause if either party fails
to substantially perform, through no fault of the other and the nonperforming party
does not commence correction of such nonperformance within 5 days after receipt of
written notice or thereafter fails to diligently pursue the correction to completion.
(3) If City chooses to terminate this Agreement, upon receipt of notice of termination by
Consultant, Consultant shall discontinue Services on the date such termination is
effective. City shall compensate Consultant for such services rendered based upon
Article II of this Agreement and in accordance with Exhibit "B".
Article XI
Right to Audit
(1) Consultant agrees that City shall, until the expiration of three (3) years after final
payment under Agreement, have access to and the right to examine any directly
pertinent books, documents, papers and records of Consultant involving transactions
relating to Agreement. Consultant agrees that City shall have access during normal
City of Fort Worth, Texas Stormwater Management Services
Standard Agreement for Professional Services
Revision Date: August 18, 2025
Page 3 of 9
working hours to all necessary facilities and shall be provided adequate and appropriate
workspace in order to conduct audits in compliance with the provisions of this section.
City shall give Consultant reasonable advance notice of intended audits.
(2) Consultant further agrees to include in all its subcontracts hereunder, a provision to
the effect that the subcontractor agrees that City shall, until the expiration of three (3)
years after final payment under the subcontract, have access to and the right to
examine any directly pertinent books, documents, papers and records of such
subcontractor(s), involving transactions to the subcontract, and further, that City shall
have access during normal working hours to all subcontractor facilities, and shall be
provided adequate and appropriate work space in order to conduct audits in
compliance with the provisions of this article. City shall give Consultant and any
subcontractor reasonable advance notice of intended audit.
(3) Consultant and subcontractor(s) agree to photocopy such documents as may be
requested by City. City agrees to reimburse Consultant for the cost of copies at the rate
published in the Texas Administrative Code in effect as of the time copying is perFormed.
Article XII
Observe and Comply
Consultant shall at all times observe and comply with all federal, state, and local laws and
regulations and with all City ordinances and regulations which in any way affect 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. Consultant 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 or its
subcontractor(s).
Article XIII
Immigration Nationality Act
Consultant shall verify the identity and employment eligibility of its employees and
employees of all subcontractor(s) who perform work under Agreement, including completing
the Employment Eligibility Verification Form (I-9). Upon request by City, Consultant shall
provide City with copies of all I-9 forms and supporting eligibility documentation for each
employee who performs work under Agreement. Consultant 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 Consultant employee who is not legally eligible to perform such
services. CONSULTANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM
ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS
PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES,
City of Fort Worth, Texas Stormwater Management Services
Standard Agreement for Professional Services
Revision Date: August 18, 2025
Page 4 of 9
SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Consultant,
shall have the right to immediately terminate Agreement for violations of this provision by
Consultant.
Article XIV
Venue and Jurisdiction
If any action, whether real or asserted, at law or in equity, arises on the basis of any provision
of Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas
or the United States District Court for the Northern District of Texas — Fort Worth Division.
Agreement shall be construed in accordance with the laws of the State of Texas.
Article XV
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 Consultant 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 Consultant's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
Article XVI
Severability
The provisions of Agreement are severable, and if any word, phrase, clause, sentence,
paragraph, section or other part of Agreement or the application thereof to any person or
circumstance shall ever be held by any court of competent jurisdiction to be invalid or
unconstitutional for any reason, the remainder of Agreement and the application of such
word, phrase, clause, sentence, paragraph, section, or other part of Agreement to other
persons or circumstances shall not be affected thereby and Agreement shall be construed
as if such invalid or unconstitutional portion had never been contained therein.
Article XVII
Notices
Notices regarding Articles IX or X are to be provided to the other Party by hand-delivery or
via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the
address of the other Party shown below:
City of Fort Worth, Texas Stormwater Management Services
Standard Agreement for Professional Services
Revision Date: August 18, 2025
Page 5 of 9
City of Fort Worth
Attn: Lisa Biggs, PE, CFM
Stormwater Management
100 Fort Worth Trail
Fort Worth, Texas 76102
Consultant:
360 Clarus LLC
Attn: Michael Crenshaw, PE, CFM
4660 Cedarview Drive
Fort Worth, Texas 76123
All other notices may be provided as described above or via electronic means.
Article XVIII
Prohibition On Contracts With Companies Boycotting Israel
Consultant, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Consultant 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, Consultant certifies that Consultant's signature provides written verification
to the City that if Chapter 2271, Texas Government Code applies, Consultant: (1) does
not boycott Israel; and (2) will not boycott Israel during the term of the contract.
City of Fort Worth, Texas Stormwater Management Services
Standard Agreement for Professional Services
Revision Date: August 18, 2025
Page 6 of 9
Article XIX
Prohibition on Boycotting Energy Companies
Consultant 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 Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Consultant certifies that
Consultant's signature provides written verification to the City that Consultant: (1)
does not boycott energy companies; and (2) will not boycott energy companies
during the term of this Agreement.
Article XX
Prohibition on Discrimination Against Firearm and Ammunition Industries
Consultant 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, Consultant certifies that Consultant's signature provides
written verification to the City that Consultant: (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.
Article XXI
Headings
The headings contained herein are for the convenience in reference and are not intended to
define or limit the scope of any provision of Agreement.
City of Fort Worth, Texas Stormwater Management Services
Standard Agreement for Professional Services
Revision Date: August 18, 2025
Page 7 of 9
Article XXI
Attachments, Schedules and Counterparts
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 Agreement:
Attachment A- Scope of Services
Attachment B - Compensation
Attachment C- Changes to Agreement
Attachment D - Project Schedule
Attachment E - Location Map
Attachment F - Insurance Requirements
Duly executed by each party's designated representative to be effective on the date subscribed
by the City's designated Assistant City Manager.
BY:
CITY OF FORT WORTH
�����--�
Jesica McEachern
Assistant City Manager
Date: 0l/22/2026
ATTEST
� � `��
L
P o� Fon°T h°°a
A � �pdd
��`o qG
OV8 oe=G
pPa*^�a vo°*d
Qano aEXPS.o,.d
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
B"• LaurenPrieur �20251� 0:03:32CST)
7
Lauren Prieur
Director, Transportation & Public Works
BY:
CONSULTANT
360 Clarus LLC
�!� c� ��,
Michael Crenshaw
Manager
12/22/2025
Date:
APPROVED AS TO FORM AND LEGALITY
M&c IVo.: 25-11aA
���
Douglas 61ack (Jan 9, 20261623:58 CST)
Y�
���, �. ' h �
Douglas W Black
Sr. Assistant Ciiy Attarney
C�]��[�1,1�:7xd�7:��7
C� � �'�'i xy:� � �_l:�'1
FT. WORTH, TX
City of FoR WoRh, Texas
Standard Agreement for Professional Services
Revision Date: August 1 S, 2025
Page 8 of 9
Stormwater Managemerrt Services
Contract Compliance Manager:
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.
s�� ���
Lisa Biggs, PE, CFM
TPW Stormwater Management
Floodplain Administrator
Engineering Manager
City of Fort Worth, Texas Stormwater Management Services
Standard Agreement for Professional Services
Revision Date: August 18, 2025
Page 9 of 9
ATTACHMENT "A"
Scope of Work
Stormwater Management Staff Augmentation
City Project No.
The scope set forth herein defines the work to be performed by the ENGINEER in
completing the task descriptions below. Both the CITY and ENGINEER have attempted to
clearly define the work to be performed. Under this scope, " ENGINEER" is expanded to
include any sub- consultant, including surveyor, employed or contracted by the ENGINEER.
Under this scope, "CITY" is expanded to include the City of Fort Worth Project Manager and/
or their representatives or designees.
OBJECTIVE
The objective of the work to be performed under this Agreement is to provide stormwater
management staff augmentation for various tasks as defined in the list of work items
identified in the section below. The goals and objectives of each task will be identified for
each assignment under this agreement.
A. This contract provides professional services through a number of assignments on an
as-needed basis. Some of these tasks may be urgent in nature and a rapid response
capability is required.
B. These services may include, but are not limited to, the following:
1. Technical Proiect Manaaement
• Scope and level of effort reviews — Provide technical assistance and project
management assistance for project development, public infrastructure
reviews, and associated tasks typical of City project management and
study reviews.
• Technical Studies - Participate in technical studies and provide feedback
regarding study goals and scope from a technical perspective. Provide
technical review assistance and feedback regarding expected deliverables.
Meetings are typically held at the 30%, 60% and 90% study milestones.
These meetings might include City staff, consultants, and/or outside
agencies such as adjacent cities, counties, the USACE, etc.
• Technical Reviews - Review study deliverables including study data,
models, reports, and digital data. Deliverables will be reviewed at project
submittal milestones, typically 30%, 60% and 90%. Reviews will include
documenting technical modeling comments related to current City
established modeling standards. Reports and digital data will be reviewed
for consistency and completeness.
• Proiect Approach and Coordination - Provide oversight to ensure
consistent approach and coordination across stormwater studies. Studies
should utilize existing available technical data and seek to inform future
capital decisions and budget efforts.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 1 of 2
2. Model Library and Data Standards
• Model Library — Coordinate with city staff regarding a model library for open
channel studies, complex urban stormdrain system models, specifically for
models developed using InfoWorks and XPSWMM (two-dimensional
models) and future updates.
• Develoa Model Data Standards — Advise and assist city staff in the
development of modeling standards to be used by consultants that prepare
models for complex urban stormdrain analysis.
• Model Uadate Process - Coordinate process to update stormwater models
in ICM and provide QAQC of updated models.
• QA/QC Standards — coordinate standards for model data, detail and
submittal quality.
3. Stormwater Technical Reaorts and Models
• Technical Reports — Assist city staff in the evaluation of model reports and
study data submissions relating to the existing or proposed private & public
infrastructure plans.
• Model Checklists — Assist city staff in the development of various guidance
and checklists to assist in establishing consistent review standards.
Guidance and checklists will be utilized by City staff to aid in the review of
models and reports. These are not expected to be specific for each
software, but generally applicable to modeling tasks and deliverables.
Checklists could include evaluation of the following:
i. Data Collection
ii. Hydrologic Modeling Parameters
iii. Hydraulic Modeling
1. 1-Dimensional Modeling (steady and unsteady)
2. 2-Dimensional Modeling
iv. Floodplain Mapping
v. Report
vi. Digital Data
• Flood Risk Models — Assist city staff in the development, review and
management of flood risk model development, reports, deliverables and
publishing. This includes the development and review of potential high
water area models and mapping, web presentation of flood risk data
products.
4. Modelina Standards
• GIS Data - Develop modeling standards in conjunction with GIS data
delivery requirements for models and modeling data or results.
• Phases of Modelina - Modeling standards for the various phases of effort
should be considered (existing conditions, proposed alternatives, pre-CIP
evaluation, final-CIP proposed conditions)
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 2 of 4
5. Stormwater GIS Data Interaction & Standards
• Studv Data Interaction & Standards — Coordinate with City Stormwater GIS
for revision, incorporation or updates to stormwater related GIS data, study
data development and study data delivery.
• Data Delivery — Define the required GIS data layers that should be
submitted by consultants performing studies for the City and develop a
template geodatabase schema that the consultants can use for data
delivery.
• GIS Data Feedback — Develop a workflow that defines how consultants
should submit feedback to the City for identified issues found in the source
data provided by the City at the beginning of a new stormwater study, this
workflow will include requirements for timely identification of errors so that
the City can update their baseline GIS dataset.
6. Trainina and Workshops
• Develoa Trainina Material - Develop training material to aid city staff in the
review of complex urban flood modeling software to be used in a training
workshop for city staff.
• Conduct Traininq - Conduct training sessions (number to be determined)
with city staff on basic model principles and basic review of InfoWorks and
XPSWMM models.
• Staaes of Trainina — It may be of interest to prepare two levels of materials
for Stage 1 training (basics) and Stage 2 training for more advanced issues.
7. Floodplain & Stormwater Staff Direct Assistance
• Direct Staff Assistance — Provide direct staff assistance to Floodplain and
Stormwater staff for areas of model development, project management,
development review, project development, and technical reviews.
C. Assignments will be initiated by the CITY and may include all or a portion of the
services listed above.
WORK TO BE PERFORMED
Because of great variation in the type of tasks, the scope of work for each individual
assignment will be determined independently. Authorization to proceed is given by signature
of the City's Project Manager.
Compensation is based on time and materials using the rate sheet provided as
Attachment "B" to this contract.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 3 of 4
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existina 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:
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
Attachment A
PMO Release Date: 07/23/2012
Page 4 of 4
ATTACHMENT B
COMPENSATION
Design Services for
Stormwater Management Staff Augmentation
City Project No.
Time and Materials with Rate Schedule Project
I. Compensation
A. The ENGINEER shall be compensated for personnel time, non-labor expenses,
and subcontract expenses in performing services enumerated in Attachment A as
follows:
i. Personnel Time. Personnel time shall be compensated based upon hours
worked directly in perForming the PROJECT multiplied by the appropriate Labor
Cateaory Rate for the ENGINEER's team member performing the work.
Labor Cateaory Rate as presented in the rate schedule table below is the rate for
each labor category performing the work and includes all direct salaries, overhead,
and profit.
Labor Category
Principal
Project Manager
Deputy Project Manager
Senior Professional Engineer
Junior Professional Engineer
Engineer-in-Training (EIT)
GIS/CADD Technician
Engineering Intern
Admin-Accounting-Clerical
2026 Rate
($/hour)
$250.00
$220.00
$210.00
$200.00
$180.00
$130.00
$130.00
$75.00
$90.00
2027 Rate
($/hour)
$260.00
$225.00
$215.00
$205.00
$185.00
$135.00
$135.00
$80.00
$95.00
ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct
Expenses at invoice or internal office cost.
Direct Expenses (non-labor) include, but are not limited to, mileage, travel and
lodging expenses, mail, supplies, printing and reproduction services, other direct
expenses associated with delivery of the work; plus applicable sales, use, value
added, business transfer, gross receipts, or other similar taxes.
iii. Subcontract Expenses. Subcontract expenses and outside services shall be
reimbursed at cost to ENGINEER plus a markup of ten percent (10%).
City of Fort Worth, Texas
Attachment B
Revised Date: 8/18/2025
Page 1 of 4
B-1
ATTACHMENT B
COMPENSATION
iv. Budgets. ENGINEER will make reasonable efforts to complete the work within
the budget and will keep the City informed of progress toward that end so that
the budget or work effort can be adjusted if found necessary.
ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be
adjusted, nor is the City obligated to pay ENGINEER beyond these limits.
If ENGINEER projects, in the course of providing the necessary services, that the
PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether
by change in scope of the project, increased costs or other conditions, the
ENGINEER shall immediately report such fact to the City and, if so instructed by the
City, shall suspend all work hereunder.
When any budget has been increased, ENGINEER's excess costs expended prior
to such increase will be allowable to the same extent as if such costs had been
incurred after the approved increase.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. The ENGINEER shall be paid by the City based upon an invoice created on the
basis of statements prepared from the books and records of account of the
ENGINEER, based on the actual hours and costs expended by the ENGINEER in
performing the work.
B. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
C. ENGINEER shall prepare and submit invoices in the format and including content
as presented in Exhibit B-1.
D. Payment of invoices will be subject to certification by the City that such work has
been performed.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Transportation and Public Works Department monthly progress reports and
schedules in the format required by the City.
City of Fort Worth, Texas
Attachment B
Revised Date: 8/18/2025
Page 2 of 4
B-2
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm
Prime Consultant
360 Clarus LLC
Primary Responsibility
Stormwater Management
Services
Proposed Sub-Consultants
Fee Amount %
$200,000.00 100%
TOTAL $200,000.00 100%
Project Number & Name
Stormwater Management Services
City of Fort Worth, Texas
Attachment B
Revised Date: 8/18/2025
Page 3 of 4
Total Fee Sub Fee �
$200,000.00 $0 �
B-3
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across desired work types and work phases.
Storrr�v�rater Ma�a�e�nent �erv�c�s - ��voice
360 ��ar�s, LL�
��fiel�ael Crens�x���-, P.E. c:��,. .�����y 1, ���e
FE*�� Cedar�en-I}rs�e IrIV�fOG Y 2�2$-1
FO7[ � O:T�1. I� '$l_'3 Cus��r Starrnwater Msnagemenl
$17-3f14-$950 po� FINQ2�4a004xxxxx
mwcrenshau��3�7.lar�s.com C:yCOa xxxxx
Pro�ec� x SGS�if�Ct
Sap��ir 36[Y$4
e�i ro aa�w P�;.;� Ja�vary 2026
Ciryr of Fort Worth
Aitn: Ms.iisa$igas.PE..CFM r.una 52Co�
100 �or V,'arth 7rail [aeo+ �2692A6
Fo�t 1�'iorh, T7C 7�8102 l��rnun� 5334s00
Canlrxl IO xx�uuR
Rr;���silrr� I`J ��U^.46 �•�
Pea}eah: S6ormurater h,lanagem�nt Serwioes
ra�k � Fku�. [wxrFl.r� 4^K,�-
1 I 4 Starrnweler Manaaemem 50.�4
Serxdc=es
�an4ract 3�qe� Scem�ea+r
Total P4 Amau�t y -
i 7otsl Fea Eame� $ -
Remsin�ng S -
I Peraent Used #i}IV+O'
` Peraent Remairrng �IV+Q!
" Pay�nerrt d�e u�on r��e€�t
City of Fort Worth, Texas
Attachment B
Revised Date: 8/18/2025
Page 4 of 4
Totel SO_ti4
I�voioe T�tal SO_�0
�alance Due' SO_UO
B-4
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Stormwater Management StaffAugmentation
City Project No.
<List any changes to the Standard Agreement>
None.
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of 1
FORTWORTH
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
ATTACHMENT "E"
PROJECT LOCATION MAP
APPLICABLE TO ALL COUNCIL DISTRICTS
City of Fort Worth, Texas
Attachment E
Drainage and Floodplain Review Services
Page 1 of 1
EXHIBIT F
CITY OF FORT WORTH
STANDARD INSURANCE REQUIREMENTS
(1) INSURANCE LIMITS
a. Commercial General Liability — Insured shall maintain commercial general
liability (CGL) and, if necessary, commercial umbrella insurance as follows:
$1,000,000 each occurrence
$2,000,000 aggregate
If such Commercial General Liability insurance contains a general aggregate
limit, it shall apply separately to this Project or location.
City shall be included as an additional insured with all rights of defense
under the CGL, using ISO additional insured endorsement or a
substitute providing equivalent coverage, and under the commercial
umbrella, if any. This insurance shall apply as primary insurance with
respect to any other insurance or self-insurance programs afforded to
City. The Commercial General Liability insurance policy shall have no
exclusions or endorsements that would alter or nullify:
premises/operations, products/completed operations, contractual,
personal injury, or advertising injury, which are normally contained
within the policy, unless City specifically approves such exclusions in
writing.
ii. Insured waives all rights against City and its agents, officers, directors
and employees for recovery of damages to the extent these damages
are covered bythe commercial general liabilityorcommercial umbrella
liability insurance maintained in accordance with Agreement.
b. Business Auto — Insured shall maintain business auto liability and, if
necessary, commercial umbrella liability insurance as follows:
$1,000,000 each accident (or reasonably equivalent limits
of coverage if written on a split limits basis).
Such insurance shall cover liability arising out of "any auto", including owned,
hired, and non-owned autos, when said vehicle is used in the course of Insured's
business and/or the Project. If Insured owns no vehicles, coverage for hired or
non-owned autos is acceptable.
Insured waives all rights against City and its agents, officers, directors and
employees for recovery of damages to the extent these damages are
covered by the business auto liability or commercial umbrella liability
insurance obtained by Insured pursuant to this Agreement or under any
applicable auto physical damage coverage.
CFW Standard Insurance Requiremer�s Page 1 of 3
Rev. 5.04.21
c. Workers' Compensation — Insured shall maintain workers compensation and
employer's liability insurance and, if necessary, commercial umbrella liabiliiy
insurance as follows:
Coverage A: statutory limits
Coverage B: $100,000 each accident
$500,000 disease - policy limit
$100,000 disease - each employee
Insured waives all rights against City and its agents, officers, directors and
employees for recovery of damages to the extent these damages are
covered by workers compensation and employer's liability or commercial
umbrella insurance obtained by Insured pursuant to this Agreement.
d. Professional Liability (Errors & Omissions) — Insured shall maintain
professional liability insurance as follows:
$1,000,000 - Each Claim Limit
$2,000,000 - Aggregate Limit
Professional Liability coverage may be provided through an e ndorsement to
the Commercial General Liability policy, or a separate policy specific to
Professional E&O. Either is acceptable if coverage meets all other
requirements. Coverage shall be written on a claims-made basis, and
maintained for the duration of the contractual agreement and for five (5) years
following completion of services provided. The policy shall contain a retroactive
date prior or equal to the Effective Date of the Agreement or the first date of
services to be performed, whichever is earlier. An annual certificate of insurance
shall be submitted to City to evidence coverage.
(2) GENERAL INSURANCE REQUIREMENTS
a. Certificates of insurance evidencing that Insured has obtained all required
insurance shall be attached to Agreement concurrent with its execution. Any
failure to attach the required insurance documentation hereto shall not
constitute a waiver of the insurance requirements.
b. Applicable policies shall be endorsed to name City as an Additional Insured,
as its interests may appear, and must afford the City the benefit of any
defense provided by the policy. The term City shall include its employees,
officers, officials, and agents as respects the contracted services. Applicable
policies shall each be endorsed with a waiver of subrogation in favor of City
with respect to the Project.
c. Certificate(s) of insurance shall document that insurance coverage limits
specified in this Agreement are provided under applicable policies
documented thereon. Insured's insurance policy(s) shall be endorsed to
provide that said insurance is primary protection and any self-funded or
CFW Standard Insurance Requiremerits Page 2 of 3
Rev. 5.04.21
commercial coverage maintained by City shall not be called upon to
contribute to loss recovery. Insured's liability shall not be limited to the
specified amounts of insurance required herein.
d. Other than worker's compensation insurance, in lieu of traditional
insurance, City may consider alternative coverage or risk treatment
measures through insurance pools or risk retention groups. City must
approve in writing any alternative coverage for it to be accepted.
e. A minimum of thirty (30) days' notice of cancellation or material change in
coverage shall be provided to City. A ten (10) days' notice shall be acceptable
in the event of non-payment of premium.
f. Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A:VII or equivalent measure of financial strength
and solvency as determined by the City's Risk Management division.
g. Any deductible or self-insured retention in excess of $25,000 that would
change or alter the requirements herein is subject to approval in writing by
City, if coverage is not provided on a first-dollar basis. City, at its sole
discretion, may consentto alternative coverage maintained through insurance
pools or risk retention groups. Dedicated financial resources or letters of credit
may also be acceptable to City.
In the course of the Agreement, Insured shall report, in a timely manner, to
City's Risk Management Department with additional notice to the Contract
Compliance Manager, any known loss or occurrence which could give rise
to a liability claim or lawsuit against City or which could result in a properiy
loss.
City shall be entitled, upon its request and without incurring expense, to
review Insured's insurance policies including endorsements thereto and, at
City's discretion, Insured may be required to provide proof of insurance
premium payments.
j. Lines of coverage, other than Professional Liability, underwritten on a claims-
made basis, shall contain a retroactive date coincidentwith or priorto the date
of this Agreement. The certificate of insurance shall state both the retroactive
date and that the coverage is claims-made.
k. Coverages, whether written on an occurrence or claims-made basis, shall be
maintained without interruption nor restrictive modification or changes from
date of commencement of the Project until final payment and termination of
any coverage required to be maintained after final payments.
City shall not be responsible for the direct payment of any insurance
premiums required by Agreement.
m. Subcontractors of Insured shall be required by Insured to maintain the same
or reasonably equivalent insurance coverage as required for Insured. Upon
City's request, Insured shall provide City with documentation thereof.
CFW Standard Insurance Requiremerits Page 3 of 3
Rev. 5.04.21
12/11/25, 1:58 PM
CITY COUNCIL AGENDA
Create New From This M8�C
�f�RT �'4'ORTII
_���
REFERENCE **M&C 25- 20SW FY26 360 CLARUS
DATE: 12/9/2025 NO.: 1149 LOG NAME: STORMWATER MANAGEMENT
STAFF AUGMENTATION
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (ALL) Authorize Execution of a Professional Services Agreement with 360 Clarus LLC in
an Amount Up to $200,000.00 for Stormwater Management StaffAugmentation for Fiscal
Year 2026 with Three Renewal Options
RECOMMENDATION:
It is recommended that the City Council authorize execution of a Professional Services Agreement
with 360 Clarus LLC in an amount up to $200,000.00 for Stormwater Management staff augmentation
for Fiscal Year 2026 with three renewal options of the same amount.
DISCUSSION:
Approval of this Mayor and Council Communication (M&C) will authorize execution of a Professional
Services Agreement with 360 Clarus LLC to provide consulting services for Stormwater Management.
Services provided by 360 Clarus will include stormwater capital improvement planning, engineering
services, project management, fiscal and administrative support and site investigation services upon
request or when needed to understand site-specific conditions.
In June 2025, the Transportation and Public Works Department (TPW) Stormwater Division published
a Request for Qualifications (RFQ) for various engineering consulting services. Category F— Program
Management Team StaffAugmentation was utilized for this selection. Eleven consultants responded
to the RFQ for the Program Management Team StaffAugmentation area with Statements of
Qualifications (SOQ). An evaluation team of City staff subject matter experts from the Stormwater
Division of TPW scored the submitted SOQs based on company experience, prior projects, and team
expertise. Final scores for the engineering firms who responded are shown in the table below. 360
Clarus LLC was selected as the most qualified consultant to perform these services.
Engineering Firm
360 Clarus LLC
Huitt-Zollars, Inc.
Freese and Nichols, Inc.
HalffAssociates, Inc.
Kimley-Horn and Associates, Inc.
LJA Engineering
Neel Schaffer, Inc.
IMS Engineers, Inc.
PlummerAssociates, Inc.
IEA Inc.
Jupitex, Inc.
M&C Review
84
83
83
78
77
76
75
71
69
66
360 Clarus LLC proposes to pertorm this work on an on-call, time, and materials basis for a fee in an
amount up to $200,000.00. Staff consider the fee to be fair and reasonable for the scope of services
proposed.
Total RFQ Score (Max 100)
88
apps.cfwnet.org/council_packeUmc_review.asp? I D=34010&councildate=12/9/2025 1 /2
12/11/25, 1:58 PM
M&C Review
Funding is budgeted in the Consultant & Other Professional account within the Stormwater Utility Fund
for Transportation and Public Works.
Renewal Options: This agreement may be renewed for three additional one-year terms. Spending
authority for each annual renewal term will be an amount up to the value of the previous term's
spending authority. This action does not require specific City Council approval, provided that the City
Council has appropriated sufficient funds to satisfy the City's obligation during the renewal term.
The stormwater contract area is located in ALL COUNCIL DISTRICTS.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current operating budget, as previously
appropriated, in the Stormwater Utility Fund to support the approval of the above recommendation and
execution of the contract. Prior to any expenditure being incurred, the Transportation & Public Works
Department has the responsibility to validate the availability of funds.
TO
� Fund �
FROM
I Fund
Department Account � Project Program Activity Budget , Reference # Amount
ID , ID I Year (Chartfield 2) ,
Department Account Project Program Activity Budget Reference # Amount
ID ID ' Year (Chartfield 2)
Submitted for Citv Manaqer's Office bv:
Oriqinatinq Denartment Head:
Additional Information Contact:
ATTACHMENTS
Jesica McEachern (5804)
Lauren Prieur (6035)
Monty Hall (8662)
20SW FY26 360 CLARUS STORMWATER MANAGEMENT STAFF AUGMENTATION funds avail.docx (CFW Internal)
Form 1295 Certificate SWM-Tech.pdf (CFW Internal)
MC FID 360CIarus.xlsx (CFW Internal)
apps.cfwnet.org/council_packeUmc_review.asp?ID=34010&councildate=12/9/2025 2/2
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.
360 Clarus, LLC
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
FORM 1295
1 of 1
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2025-1388981
Date Filed:
11/13/2025
Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
SWM-Technical Assistance
Professional Services
Nature of interest
4
Name of Interested Party City, State, Country (place of business) (check applicable)
Controlling Intermediary
Crenshaw, Michael Fort Worth, TX United States X
5 Check only if there is NO Interested Party.
6 UNSWORN DECLARATION
�❑
My name is Michael Crenshaw , and my date of birth is _
My address is 4660 Cedarview Dr. Fort Worth TX 76123 Tarrant
(city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Tarrant County, State of TX , on the 13 day of NOV 20 25
(month) (year)
C I� " / �`-'� � �(Y.H1 �dK/
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.O.f10dOfd8
F�RT` ��RTH�
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: 360 Clarus LLC
Subject of the Agreement: Stormwater Management StaffAugmentation
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 m
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes m No ❑
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No � If only specifzc information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: l0/1/2025 Expiration Date: 9/30/2026
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes 0 No ❑
*If�so, please ensure it is attached to the approving M&C or attached to the contract.
PrOjeCt Numi7er: Ifapplicable. N�A
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes 0 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 contl^act will be
returned to the department.
Permanent Contracts
Advanced Funding Agreements
Architect Service
Community Facilities
Completion Agreement
Construction Agreement
Credit Agreement/ Impact Fees
Crossing Agreement
Design Procurement
Development Agreement
Drainage Improvements
Economic Development
Engineering Services
Escrow Agreement
Interlocal Agreements
Lake Worth Sale
Maintenance Agreement/Storm Water
Parks/Improvement
Parks/Other Amenities
Parks/Play Equipment
Project Development
Property/Purchase (Property owned by the City)
Property/Sales (Property owned by the City)
Property/Transfers (Property owned by the City)
Public Art
Sanitary Sewer Main Replacements
Sanitary Sewer Rehabilitations
Settlements (Employees Only)
Streets/Maintenance
Streets/Redevelopment
Streets/Repairs
Streets/Traffic Signals
Structural Demolition (City owned properties)
Utility Relocation
Water Reclamation Facility
Water/Emergency Repair
Water/Interceptor
Water/Main Repairs
Water/Main Replacement
Water/Sanitary Sewer Rehabilitation
Water/Sewer Service
Water/Storage Tank
F�RT �V�RTH�,
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: Stormwater Management Staff Augmentation
M&C: 25-1149
Date: 9/4/2024
CPN:
DOC#: 1
CSO:
� To: Name Department Initials Date Out
1. Elizabeth Camargo TPW - initial
2. Mike Crenshaw, 360 Clarus LLC Consultant-Signature s- 12/22/2025
3. Lisa Biggs, PgM TPW - Signature S^' 12/29/2025
4. Stephen Nichols, Sr. CPO TPW -initial s� 12/29/2025
5. Jennifer Dyke, AD TPW - initial � 12/29/2025
6. Lauren Prieur, Director TPW - signature �� i2/3i/2o25
7. Doug Black Legal - signature ,o�g� O1/09/2026
8. Jessica McEachern CMO - signature � 01�22�2026
9. Jannette Goodall CSO - signature � O1/23/2026
� 10. TPW Contracts CSO - signature
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any
and all City Departments requesting City Manager's signature for approval MUST BE ROUTED
TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip,
David will review and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES ❑No
ROUTING TO CSO: �YES ❑No
Action Reauired:
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
NEXT DAY: ❑YES ❑No
❑ Attach Signature, Initial and Notary Tabs
Return To: TPWContracts(a�FortWorthTexas.�ov at ext. 7233 or 8363, for pick up when
completed. Thank you!
_ ���_. „��r��,,,