HomeMy WebLinkAbout064773 - Construction-Related - Contract - Freese and Nichols, Inc.CSC No. 64773
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 Freese and Nichols, Inc., authorized to do business in Texas
("Consultant"), for a project generally described as: Floodplain Management Plan Update 2026
("Project") — Project No. 106749.
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 $95,000 ("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
Time is of the essence. The term of this Agreement shall commence on the Effective Date and
shall continue until the expiration of the funds or completion of the subject matter pursuant to
City of Fort Worth, Texas
Standard Agreement for Professional Services
Revision Date: August 18, 2025
Page 1 of 9
OFFICIAL RECQRD
GITY SECRETARIf
Floodplain Management Plan Update 2026
CPN 106749
FT. WORTH, TX
the schedule, whichever occurs first, unless terminated in accordance with the terms of this
Agreement. Unless specifically otherwise amended, the original term shall not exceed five
years from the original effective date.
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 orjoint 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 K/ND,
INCLUDING, 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, INCLUD/NG 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 /NTENTIONAL 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 EXP/RATION OF THIS AGREEMENT.
City of Fort Worth, Texas Floodplain Management Plan Update 2026
Standard Agreement for Professional Services CPN 106749
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 Floodplain Management Plan Update 2026
Standard Agreement for Professional Services CPN 106749
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 Floodplain Management Plan Update 2026
Standard Agreement for Professional Services CPN 106749
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
Attn: Lisa Biggs, PE, CFM
City of Fort Worth, Texas Floodplain Management Plan Update 2026
Standard Agreement for Professional Services CPN 106749
Revision Date: August 18, 2025
Page 5 of 9
Transportation & Public Works Department, Stormwater Management Division
100 Fort Worth Trail
Fort Worth, Texas 76102
Consultant:
Freese and Nichols, Inc.
Attn: Scott Hubley
801 Cherry St #2800
Fort Worth, TX 76102
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 Floodplain Management Plan Update 2026
Standard Agreement for Professional Services CPN 106749
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.
I_1'i�C�:�:/l
City of Fort Worth, Texas Floodplain Management Plan Update 2026
Standard Agreement for Professional Services CPN 106749
Revision Date: August 18, 2025
Page 7 of 9
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
BY:
CONSULTANT
Freese and Nichols, Inc.
�=�������-�
Jesica McEachern
Assistant City Manager
Date: 02/24/2026
p �o FORr°�9�$
ATTEST: °°
�o
�/� .J�$-mL' QOp � � d
� a�Ilu qEXPgo'o"
v
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
�1°�,��
Lauren Prieur (Feb 16, 2026 14:0533 CST)
Y�
Lauren Prieur
Director, Transportation Public Works
Scott �(� (Feb 6, 2026 14:41:17 CST)
Scott Hubley, PE, CFM
Vice President/Principal
�ate: 02/06/2026
C�l��[y/,l�:�x�%1:]�7
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Floodplain Management Plan Update 2026
Standard Agreement for Professional Services CPN 106749
Revision Date: August 18, 2025
Page 8 of 9
APPROVED AS TO FORM AND LEGALITY
�����
Douglas Black (Feb 19, 2026 00:18:37 CST)
Y�
M&C No.: N/A
M&C Date: N/A
Douglas W Black
Sr. Assistant City Attorney
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.
c��c.�,�,�{ Crr.+-�1 �.a,.�.
Michael Crenshaw, PE, CFM
Project Manager
City of Fort Worth, Texas Floodplain Management Plan Update 2026
Standard Agreement for Professional Services CPN 106749
Revision Date: August 18, 2025
Page 9 of 9
ATTACHMENT "A"
Scope of Services
Citv of Fort Worth
Floodplain Manaaement Plan Update 2026
The scope set forth herein defines the work to be performed by the ENGINEER in
completing the project. Both the CITY and ENGINEER have attempted to clearly define the
work to be perFormed and address the needs of the Project. Under this scope, "ENGINEER"
is expanded to include any sub-consultant, including surveyor, employed or contracted by
the ENGINEER.
OBJECTIVE
This project consists of updating the current 2021 Floodplain Management Plan (FMP) for
the CITY to maintain, with the goal of improving, the current Community Rating System
(CRS) score of 7. The CITY began participating in FEMA's CRS program in 2012. The CRS
program rewards communities who participate in the National Flood Insurance Program
(NFIP) for regulating development above FEMA's minimum national standards. Currently,
residents and property owners within the CITY receive a 15% discount on flood insurance
premiums from the NFIP due to the City's CRS Class 7 rating. The FMP must update the
background information and the recommendations at least every five years. The current,
implemented FMP was updated in 2021. The 2026 FMP update will follow the Section 510
Floodplain Management Planning criteria from the NFIP CRS Coordinator's Manual (August
2025) to maximize, to the extent practical, the number of CRS points received for this
activity. The FMP update shall follow the following steps:
Step 1: Organize
Step 2: Involve the public
Step 3: Coordinate
Step 4: Assess the hazard
Step 5: Assess the problem
Step 6: Set goals
Step 7: Review possible activities
Step 8: Draft an action plan
Step 9: Adopt the plan
Step 10: Implement, evaluate, revise
WORK TO BE PERFORMED
The ENGINEER may perForm, but is not limited to, the following tasks under this contract for
a total fee of this contract. The overall estimated cost of the scope of work outlined below is
$205,000.00. An initial jumpstart contract of $95,000.00 is being initiated to begin the tasks
below due to time constraints to comply with FEMA's requirement that the FMP be updated
and adopted by Council every 5 years to comply with the CRS program. An amendment will
be brought to City Council for the remaining fee, with the overall fee and scope updated if
needed, based on the work performed during the jump start contract.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 1 of 4
Task 1: Project Management and Communication
• General project communication and coordination with the CITY.
• Monthly status reporting and invoicing.
• Up to four (4) meetings with the CITY, including one (1) kickoff meeting to discuss the
project approach, planning committee, and project goals. These meetings are in addition
to the planning committee and public meetings listed below (Tasks 2 and 3).
Task 2: Develop a Planning Committee (Step 1 of the CRS FMP Checklist)
• The CITY is responsible for developing a Planning Committee (also called a
stakeholder group). It is assumed that the current Stormwater stakeholder committee
members will be evaluated to ensure all required categories of stakeholders are
accounted for as listed under section 5-10, Step 1(b) of the CRS Coordinator's
Manual. If the current Stormwater stakeholder committee is not sufficient for the
Planning Committee, a new committee will need to be formed for this task.
• ENGINEER will meet with the Planning Committee three (3) times as follows:
o Meeting #1 — kickoff planning process and discuss the FMP goals
o Meeting #2 — discuss hazard assessment
o Meeting #3 — discuss mitigation activities and action plan
Task 3: Public Involvement (Step 2 of the CRS FMP Checklist)
The CITY's Communications Department will lead overall public outreach and engagement
for the FMP update. The ENGINEER will support this effort by developing the technical and
informational materials required for public meetings and outreach, as described below.
Public Involvement (PI) Plan
• ENGINEER will update the Public Involvement (PI) Plan to meet the requirements of
CRS Activity 510, including documentation of outreach methods, opportunities for public
input, and integration of public comments into the planning process.
• CITY will review and approve the updated PI Plan and will be responsible for its
implementation.
Public Meetings
• CITY will lead the planning, coordination, and execution of up to two (2) public meetings
during the FMP update:
o The first meeting will be held at the beginning of the planning process.
o The second meeting will be held towards the end of the planning process to
discuss the draft, updated plan and to obtain public input.
• ENGINEER will be responsible for preparing public meeting materials to support the
CITY-led meetings. Materials will include:
o Meeting agendas (Digital and printed)
o Presentation Slides (Digital)
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 2 of 7
o Technical exhibits and maps illustrating flood hazards, risk areas, and
relevant FMP elements. (Digital and printed)
o No printed handouts other than the meeting agenda will be provided.
• CITY responsibilities for public meetings include:
o Advertising and public notification. - should we clarify this is electronically or
will this be done in writing too?
o Posting information on the CITY website and social media platforms.
o Venue selection, scheduling, and logistical coordination (including room
setup, audio/visual needs, and sign-in procedures).
o Facilitation or moderation of the meetings.
Public Outreach Support
• ENGINEER will prepare technical content and graphics for use by the CITY in public
outreach and advertising efforts, as requested, including content suitable for the CITY
website or other outreach platforms.
• CITY plans to include the FMP update at one (1) public bond meeting. ENGINEER will
prepare technical content and graphics for use by the CITY for one (1) public bond
meeting planned for 2026. It is assumed that ENGINEER will attend virtually or not
attend.
• CITY, through its Communications Department, will be responsible for all public
advertising and outreach activities, including dissemination through a local newspaper,
the CITY website, and social media channels.
Documentation of Public Input
• CITY will collect public comments received through meetings, online platforms, or other
outreach mechanisms.
• ENGINEER will assist the CITY in summarizing and documenting public input and
will consider all feedback received and will incorporate relevant comments into the
FMP update, as appropriate and consistent with CRS requirements.
Task 4: Coordination and Data Collection (Step 3 of the CRS FMP Checklist)
• ENGINEER will coordinate with nearby communities and agencies including the
following:
o ENGINEER will send emails to up to 20 nearby communities including
Arlington, Azel, Benbrook, Burleson, Crowley, Euless, Grand Prairie, Haltom
City, Hurst, Irving, Keller, Kennedale, Lake Worth, Richland Hills, Roanoke,
Saginaw, Watauga, Westworth Village, White Settlement, and Tarrant
County.
o ENGINEER will send emails to the following agencies and organizations:
TRWD, NCTCOG, TWDB, TDEM, FEMA Region VI, NWS, USACE, USGS,
and NRCS.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 3 of 7
• ENGINEER will prepare a list of data needs from the CITY to prepare the FMP. After
obtaining the data from the CITY, ENGINEER will review, organize, and compile the
data.
• ENGINEER will prepare a data request and submit it to the CITY within a week of the
notice to proceed. CITY shall provide requested data within two weeks of sent data
request.
Task 5: Hazard Assessment (Steps 4 and 5 of the CRS FMP Checklist)
• ENGINEER will update the flood hazard assessment with the following components:
o A map of known flood hazards.
■ ENGINEER will prepare a GIS map using Special Flood Hazard Area
(SFHA) layer, GIS drainage complaints, City Flood Risk Area (CFRA)
layer, Potential High Water Area (PHWA), and repetitive loss area
layer.
o Description of known flood hazards.
■ ENGINEER will update the narrative description of flood hazards for
City review and input.
o A discussion of past floods.
■ ENGINEER will update the section on past floods as needed.
o An assessment of less frequent flood events including:
■ Updating the inventory of dams (as needed) and the inventory of
levees (as needed).
■ Map of hazard: sump maps on FIRM panels will be used for levees
and existing dam breach reports will be used for dams.
• CITY will provide ENGINEER with data relating to historical floods and known flood
hazards, including existing plans and completed, ongoing, or planned studies for
consideration in the FMP.
• CITY will provide ENGINEER with the necessary, summarized data of flood
insurance claims and damaged buildings.
• CITY will provide ENGINEER with land use and zoning data.
• ENGINEER will review all data received and include it in the updated hazard
assessment.
• ENGINEER will review and update the CITY's critical facilities list as needed based
on data received from the CITY. The CITY will review and provide feedback.
• ENGINEER will update impacts the flood hazard has on the City, including impacts
to life, safety, health, and procedures for warning and evacuation.
• ENGINEER will update the assessment of economic impacts of flood hazards
including impact to critical facilities and infrastructure using the HAZUS software
developed by FEMA.
o HAZUS will also be used to determine affected buildings and their types due
to flood hazards.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 4 of 7
• ENGINEER will provide a summary of identified hazards and community impact
based on data received from the CITY.
Task 6: Develop a Mitigation Strategy and Action Plan (Steps 6, 7, and 8 of the
CRS FMP Checklist)
• ENGINEER will lead a 1-hour work session (in person) with CITY to review and
determine if original plan's goals are appropriate given revisions based on Task 5.
ENGINEER will work with CITY to update goals accordingly based on guidance
listed in the CRS FMP Checklist Step 6.
• ENGINEER will lead a 2-hour work session (in person) with CITY and planning
committee to develop possible mitigation strategies and an action plan to reduce
flood hazard impacts.
• ENGINEER will lead a 2-hour work session (in person) with CITY to develop a
prioritized action plan for activities from four of the six categories listed in the CRS
FMP Checklist Step 7. ENGINEER will work with the CITY and planning committee
to develop a prioritization system as well as finalize the action plan.
Task 7: Complete Draft Floodplain Management Plan (Steps 8 and 10 of the
CRS FMP Checklist)
• ENGINEER will develop a maintenance and implementation plan for the FMP.
ENGINEER will seek input from the planning committee and CITY staff on ways to
implement the plan in current planning mechanisms. The implementation plan will
include identification of items/actions that would only be able to be implemented if
additional funding and/or staff resources are made available.
o ENGINEER will lead two (2) one-hour meetings with the CITY related to the
Stormwater Strategic Planning efforts. The first meeting will include an
overview of the Strategic Planning efforts and how it relates to the CRS FMP
update. The second meeting will include any additional required follow-up on
how the Strategic Planning efforts align to the CRS FMP update.
ENGINEER will update the FMP based on the CRS Coordinator's Manual Activity
510 10-step process. ENGINEER will seek input on the draft from the planning
committee and will incorporate their input as appropriate. ENGINEER will provide an
electronic copy of the draft plan to the CITY. The CITY will make the draft available
for public and stakeholder review either on the City website or at City Hall.
ENGINEER will review the plan to incorporate public and CITY comments, as
appropriate.
• ENGINEER will submit the draft to FEMA for review and comment. ENGINEER will
address FEMA comments and obtain feedback from City staff as appropriate.
ENGINEER will submit the second draft to FEMA. This contract assumes that FEMA
will approve the second draft of the FMP. If FEMA requires additional revisions to the
draft FMP, additional services will be required.
Task 8: Plan Adoption (Step 9 of the CRS FMP Checklist)
• ENGINEER will finalize the FMP upon receiving FEMA approval.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 5 of 7
• ENGINEER will assist the CITY presenting the final document to City Council for
adoption at one (1) Council meeting.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 6 of 7
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE
OF SERVICES
CITY and ENGINEER agree that the following services are beyond the Scope of Services
described in the tasks above. However, ENGINEER can provide these services, if needed,
upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result
of any material change to the Scope of the Project shall be agreed upon in writing by both
parties before the services are performed. These additional services include the following:
• Repetitive Loss Area Analysis (RLAA)
• CITY will be responsible for providing ENGINEER with NFIP flood insurance claims,
and other data to prevent Personal Identifiable Information (PII) from being shared
with ENGINEER.
• Additional meetings with the project team, public, planning committee, or other
entities beyond those included in the above scope.
• Hydraulic and/or hydrologic modeling to develop or assess new flood hazards.
• Additional revisions to the draft plan beyond the revisions included in the scope
above.
• Assistance with other CRS activities.
• 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 7 of 7
ATTACHMENT B
COMPENSATION
Design Services for
Floodplain Management Plan Update 2026
City Project No. 106749
Lump Sum Project
Compensation
A. The ENGINEER shall be compensated a total lump sum fee of
$ 95,000 as summarized in Exhibit B-1 — Engineer Invoice and
Section IV — Summary of Total Project Fees. The total lump sum fee shall be
considered full compensation for the services described in Attachment A, including
all labor materials, supplies, and equipment necessary to deliver the services.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
Method of Payment
A. Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-1, Progress Reports as required in item III. of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Transportation and Public Works Department, Stormwater Management Division
monthly progress reports and schedules in the format required by the City.
City of Fort Worth, Texas
Attachment B
Revised Date: 08/18/2025
Page 1 of 3
�
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm
Prime Consultant
Freese and Nichols,
Inc.
Primary Responsibility
Planning, Engineering, and PM
Proposed Sub-Consultants
Fee Amount
TOTAL $ 95,000
Project Number & Name
Floodplain Management Plan Update
2026
City of Fort Worth, Texas
Attachment B
Revised Date: 08/18/2025
Page 2 of 3
E�
Total Fee
95,000
Sub Fee
$ o
%
100%
100%
�
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth, Texas
Attachment B
Revised Date: 08/18/2025
Page 3 of 3
�
Professional Services Invoice ProjectManager: IJulianaAndrews
Project: �Floodplain Management Plan (FMP) Update 2026
City Project #: � 106749 �
City Sec Number:
Company Name: �Freese and Nichols, Inc.
Supplier's PM:
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Sheet
Work Type 1
Work Type 2
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Work Type 7
Work Type 8
Supplier Instructions:
Summary
Fill in green cells including Invoice Number, From and To Dates and the included worksheets.
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within ProjecYs folder.
David Rivera, PhD, PE, CFM QI71811: David.Rivera(a�freese.com
Office Address:
Telephone: 2i a-2 t �-22s3
Fax:
Remit Address:
FID and Work Type Description
Projec[ Managemen[ and Communication
Develop a Planning Committee
Public Involvement
Coordina[ion and Data Collec[ion
Hazard Assessmen[
Develop a Mi[ip, a[ion Stra[eqy and Ac[ion Plan
Comple[e Draft Floodplain Management Plan
Plan Adoption
Totals This Invoice
Agreement LTD
Agreement Amendment Amount to Completed
Amount Amount Date Amount
Percent ($) Invoiced Current Remaining
Spent Previously Invoice Balance
Overall Percentage Spent:
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Floodplain Management Plan Update 2026
City Project No. 106749
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
FORTWORTH
ATTACHMENT "E" PROJECT
LOCATION
Applicable to all Council Districts
City of Fort Worth, Texas
Attachment E
Floodplain Management Plan
Update 2026
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
arecovered 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 Requiremerits Page 1 of 3
Rev. 5.04.21
c. Workers' Compensation — Insured shall maintain workers compensation and
employer's liability insurance and, if necessary, commercial umbrella liability
insurance as follows:
Coverage A: statutory limits
Coverage B: $100,000 each accident
$500,000 disease - policy limit
$100,000 disease - each employee
Insured waives all rights againstCity and its agents, officers, directors and
employees for recovery of damages to the extent these damages are
covered by workers compensation and employer's liability or commercial
umbrella insurance obtained by Insured pursuant to this Agreement.
d. Professional Liability (Errors & Omissions) — Insured shall maintain
professional liability insurance as follows:
$1,000,000 - Each Claim Limit
$2,000,000 - Aggregate Limit
Professional Liability coverage may be provided through an endorsement to
the Commercial General Liability policy, or a separate policy specific to
Professional E&O. Either is acceptable if coverage meets all other
requirements. Coverage shall be written on a claims-made basis, and
maintained for the duration of the contractual agreement and for five (5) years
following completion of services provided. The policy shall contain a retroactive
date prior or equal to the Effective Date of the Agreement or the first date of
services to be performed, whichever is earlier. An annual certificate of insurance
shall be submitted to City to evidence coverage.
(2) GENERAL INSURANCE REQUIREMENTS
a. Certificates of insurance evidencing that Insured has obtained all required
insurance shall be attached to Agreement concurrent with its execution. Any
failure to attach the required insurance documentation hereto shall not
constitute a waiver of the insurance requirements.
b. Applicable policies shall be endorsed to name City as an Additional Insured,
as its interests may appear, and must afford the City the benefit of any
defense provided by the policy. The term City shall include its employees,
officers, officials, and agents as respects the contracted services. Applicable
policies shall each be endorsed with a waiver of subrogation in favor of City
with respect to the Project.
c. Certificate(s) of insurance shall document that insurance coverage limits
specified in this Agreement are provided under applicable policies
documented thereon. Insured's insurance policy(s) shall be endorsed to
provide that said insurance is primary protection and any self-funded or
CFW Standard Insurance 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 ofcredit
may also be acceptable to City.
h. In the course of the Agreement, Insured shall report, in a timely manner, to
City's Risk Management Department with additional notice to the Contract
Compliance Manager, any known loss or occurrence which could give rise
to a liability claim or lawsuit against City or which could result in a property
loss.
i. City shall be entitled, upon its request and without incurring expense, to
review Insured's insurance policies including endorsements thereto and, at
City's discretion, Insured may be required to provide proof of insurance
premium payments.
j. Lines of coverage, other than Professional Liability, underwritten on a claims-
made basis, shall contain a retroactive date coincidentwith or priorto the date
of this Agreement. The certificate of insurance shall state both the retroactive
date and that the coverage is claims-made.
k. Coverages, whether written on an occurrence or claims-made basis, shall be
maintained without interruption nor restrictive modification or changes from
date of commencement of the Project until final payment and termination of
any coverage required to be maintained after final payments.
I. City shall not be responsible for the direct payment of any insurance
premiums required by Agreement.
m. Subcontractors of Insured shall be required by Insured to maintain the same
or reasonably equivalent insurance coverage as required for Insured. Upon
City's request, Insured shall provide City with documentation thereof.
CFW Standard Insurance Requiremerits Page 3 of 3
Rev. 5.04.21
��
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.
Freese and Nichols, Inc.
Fort Worth, TX United States
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Fort Worth
FORM 1295
1 of 1
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2025-1403702
Date Filed:
12/29/2025
Date Acknowledged:
g 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.
Contract
Floodplain Management Plan (FMP) Update 2026
4
Pence, Robert
Coltharp, Brian
Bennett, David
Brown, Jessica
Chambers, Robert
Hatley, Tricia
Payne,Jeff
Stull, Cory
Reedy, Michael
Name of Interested Party
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is Pam Fordtran
My address is 800 N. Shoreline Suite 1600N
City, State, Country (place of business)
Fort Worth, TX United States
Fort Worth, TX United States
Denver, CO United States
Fort Worth, TX United States
Fort Worth, TX United States
Oklahoma City, OK United States
Fort Worth, TX United States
Houston, TX United States
Houston, TX United States
Nature ofinterest
(check applicable)
Controlling Intermediary
X
X
X
X
X
X
X
X
X
, and my date of birth is
Corpus Christi TX 78401 USA
(city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Nueces County, State of TeXaS , on the 29thaay of December20 25
(month) (year)
�p��� t� n,�,,. �
w/1'li ���/Lw/v
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.0.22701b2a
FORT �VORTH
Routing and Transmittal Slip
TPW Stormwater Manaaement
DOCUMENT TITLE: Floodplain Management Plan (FMP) 2026 Update
Jump Start Contract
M&C: NA CPN 106749 CSO DOC
Remarks: This contract is a jump start contract ($95k) forthe Floodplain Management Plan
(FMP) 5-year FEMA required update. An M&C amendmentwill followforthe full fee estimated
to be �$205k. Work will begin via a jump start contract due to time constraints to comply with
FEMA's requirementthatthe FMP be updated and adopted by Council every 5 years
(targeted September 2026 Council adoption) to comply with the CRS program.
DEPARTMENT
1.Scott Hubley, Freese and Nichols,
skh (c�freese.com
2. Michael Crenshaw- SW, Contract
Compliance Manager
2. Stephen Nichols-SWM Prog Mgr.
3. Jennifer M. Dyke, Asst. Dir
4. Lauren Prieur, Dir.
5. Doug Black
6. Jesica McEachern
7. Katherine Cenicola
8. Jannette Goodall
9. Allison Tidwell
Contractor- Signature
TPW- Signature
TPW- Initial
TPW- Initial
TPW- Signature
Legal- Signature
CMO- Signature
Approver
CSO- Signature
Form Filler
INITIALS DATE
s� 02/06/2026
s��
� �,�ns„aw 02/06/2026
„�, 02/16/2026
�u�
�
� E.
��
cc
��
�,, _,,,;.,
�
02/16/2026
02/16/2026
02/19/2026
02/24/2026
02/24/2026
02/24/2026
02/24/2026
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 X No
RUSH: ❑ Yes X No SAME DAY: ❑ Yes X No
ROUTING TO CSO: X Yes ❑ No
NEXT DAY: ❑ Yes X No
Action Required:
❑ As Requested ❑ Attach Signature, Initial and Notary Tabs
❑ For Your Information
X Signature/Routing and or Recording
❑ Comment
❑ File
Return to: Please email Mike.Crenshaw(a�fortworthtexas.pov with any questions. Thank you.
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Freese and Nichols, Inc.
Sub�eCt Of the Agreement: Floodplain Management Plan Update 2026
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 0
If �so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes 8 No ❑
If �unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: Expiration Date: 5 years from effective 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. 106749
*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.