HomeMy WebLinkAbout064845 - Construction-Related - Contract - DSGN Associates, Inc.CSC No. 64845
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 DSGN Associates, Inc., authorized to do business in
Texas ("Consultant"), for a project generally described as: Tilley Plaza Construction
("Project") — Project No. 104094 .
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 $18,549.00 ("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
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
OFFICIAL RECORD Tilley Plaza
City of Fort Worth, Texas Construction
Standard Agreement for Professional Services CPN 104094
Revision Date: August 18, zo�s CITY SECRETARY
Page 1 of 9
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 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, 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 CITY) OR SUBCONTRACTORS RELATED TO THE PERFORMANCE OR
NON-PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY
TERMINATION OR EXPIRATION OF THIS AGREEMENT.
Tilley Plaza
City of Fort Worth, Texas Construction
Standard Agreement for Professional Services CPN 104094
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 Tilley Plaza
Standard Agreement for Professional Services Construction
Revision Date: August 18, 2025 CPN 104094
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 Tilley Plaza
Standard Agreement for Professional Services Construction
Revision Date: August 18, 2025 CPN 104094
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: Jessica Alvarado
City of Fort Worth, Texas Tilley Plaza
Standard Agreement for Professional Services Construction
Revision Date: August 18, 2025 CPN 104094
Page 5 of 9
Park & Recreation Department
100 Fort Worth Trl,
Fort Worth, Texas 76102
Consultant:
DSGN Associates, Inc.
Attn: Robert L. Meckfessel
115 W Greenbriar Ln,
Dallas, TX 75208
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 Tilley Plaza
Standard Agreement for Professional Services Construction
Revision Date: August 18, 2025 CPN 104094
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.
Article XXI
City of Fort Worth, Texas Tilley Plaza
Standard Agreement for Professional Services Construction
Revision Date: August 18, 2025 CPN 104094
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
LLQIL(1_� �
Dana Burghdoff (Mar 5, 2026 2. 1:58 CST)
Dana Burghdoff
Assistant City Manager
�nb
ate: ooF FORr�ao
v�'�'° �9p0
0!`0 oo-0d
A TEST: ��� °��Q eeo 0o p°
°aan nEXASoo
Jannette Goodall
City Secretary
BY:
CONSULTANT DSGN Associates, Inc.
� o�t�i�C'�Lo���.G.
Robert L Meckfessel (Feb 9, 2026 16:3523 C �
Robert L. Meckfessel, FAIA, LEED AP
DSGN Associates, Inc.
Date:
CYlstlan CGcav�z
Cristian Chavez (Mar 6, 2026 08:46:18 CST)
� TT
APPROVAL RECOMMENDED: �Y TT
sp
s�
By: � D�,
Dave Lewis �o�►� M�E�hany
Director, Park & Recreation Department
City of Fort Worth, Texas
Standard Agreement for Professional Services
Revision Date: August 18, 2025
Page 8 of 9
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Tilley Plaza
Construction
CPN 104094
APPROVED AS TO FORM AND LEGALITY
M&C No.:N/A
By: `�J���� M&C Date:N/A
D����c�r��026 09:41:16 CST)
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.
� .A�v�2iC �d
Je ica Alvarado
Park Planner
City of Fort Worth, Texas Tilley Plaza
Standard Agreement for Professional Services Construction
Revision Date: August 18, 2025 CPN 104094
Page 9 of 9
Attachment A:
�
iVICE PROPOSAL
SuMMARY OF TERMS
18 June 2025
PROJECT: Construction Administration Services
Phyllis J. Tilley Memorial Bridge
Fort Worth, TX
CLIENT: City of Fort Worth Park and Recreation Department
Attn: Scott Penn, Jessica Alvarado
100 Fort Worth Trail
Fort Worth, TX 76102
RE: Phyllis J Tilley Memorial Bridge Improvements Design Team Construction
Administration
Dear Mr. Penn and Ms. Alvarado:
Thank you for the opportunity to present KSS at DSGN's proposal for our Design Team to provide
Construction Administration for the Construction of the Phyllis J Tilley Memorial Bridge
Improvements project.
PROJECT UNDERSTANDING:
KSS at DSGN is the Landscape Architect and Prime Consultant for the Phyllis J. Tilley Memorial
Bridge Improvements project. As such we will be overseeing / coordinating the Design team
during the construction of the project as they provide Construction Administration (CA) services.
While also providing CA Services as they pertain to our Landscape Architecture scope.
The anticipated construction length is 180 days and our scope and fees are based on that.
PROPOSED CONSTRUCTION ADMINSTRATION SCOPE:
The KSS at DSGN Scope is Prime Consultant \ Landscape Architecture CA tasks.
Prime Consultant / Landscape Architect CA Tasks:
• Attend Pre-Bid Meeting, 0.5 hours
• Attend Monthly Construction Progress meetings with Contractor and Park and Recreation
Project Manager, 6 meetings anticipated at 0.5 hours each. Meetings can be in person or
virtual.
• Attend Monthly site visits with Contractor and Park and Recreation Project Manager, 6 meetings
anticipated at 0.5 hours each and will be held in conjunction with monthly construction progress
meetings
• Distribute, Review and Compile Design Team Responses for Requests for Information (RFI), 15
RFIs anticipated at 1 hour each.
• Distribute, Review and Compile Design Team Responses for construction submittals, 15
Submittals anticipated at 1 hour each.
• Coordinate and Compile Design Team Site Visit Reports, 2 Site Visits anticipated
with each report 1 hour each.
• Coordinate and Compile Design Team Final Walk Through Punch List, report 3 DSGN Associates, zn�.
hours
115 West Greenbriar Lane
Dallas, Texas 75208
aal: 214-748-7712
visit dsgn.com
Attachment B:
Construction Administration Services
Phyllis J Tilley Memorial Bridge Improvements
14 October 2025
page 2 of 3
PROFESSIONALARRANGEMENTS:
In order to accomplish the above scope of work and deliverables, we propose that our services
be compensated as follows:
PROJECT FEES
KSS at DSGN:
Prime Consultant / Landscape Architecture CA .........................................Lump Sum $6,225
Sub-Consutants:
Freese and Nichols Inc.(Civil, Structural, Electrical) .................................Lump Sum $10,824
(See attached Proposal from Freese and Nichols Inc. for fee breakdown)
Cawyer &Associates Consulting (Accessibility Reviewer) ...........................................$1,500
KSS at DSGN SCHEDULE OF HOURLY RATES (Included for Reference Only)
Senior Landscape Architect ...............................................................................$150 / hr
OTHER ANTICIPATED FEES / REIMBURSABLE
Expenses are not included within the Landscape Architect's proposal and are to be reimbursed
directly by the Client.
Expense costs to be reimbursed by the Client may include but are not limited to the following:
Presentation material, models, visualizations, 3D walkthroughs, photography, communication,
transportation, mileage, printing, postage and packaging. The Total CA reimbursable amount
shall not exceed $2,000 and will require client pre-approval before billing.
EXCLUSIONS
The following services are not included in this proposal. We will be glad to provide a proposal for
them upon request.
• Services not specifically described above
• Services related to Zoning or Re-Zoning or other planning approvals
• Platting or Re-Plat
• Detailed Schematic Design
• Construction Documentation
• Geo-technical and soils report
• Shop Drawings
• Tree Tagging or Plant selection trips
• Landscape Architecture Record Drawings
• Services related to hazardous materials
• Engineering studies
• Any Construction Administration activities that go beyond the hours or amounts indicated
above or attached
• Any Design activities not required to construct the project
• Any Engineering beyond CA activities
• Revisions inconsistent with prior Client approvals
• Any presentation renderings or models
• Preparation of promotional, advertising, and other marketing collateral materials.
Construction Administration Services
Phyllis J Tilley Memorial Bridge Improvements
14 October 2025
page 3 of 3
Upon request, we will be glad to provide a supplemental proposal defining the scope and fee
arrangements for any of these items.
CONCLUSION
Professional fees will be invoiced monthly on Lump Sump project complete basis. In addition,
DSGN will invoice for reimbursable expenses, reprographics, courier, mail and delivery. These
will be invoiced on a monthly basis at our cost (5% percent added).
Upon acceptance of this proposal, we will prepare a formal contract based on AIA B104-2017,
Standard Abbreviated Form of Agreement Between Owner and Architect.
We appreciate the opportunity to work with you all at Fort Worth Park and Recreation in achieving
the design and planning goals for your parks. Please feel free to contact me regarding any
questions or comments.
C� i
1
SUBMITTED BY:
Robert L. Meckfessel, FAIA, LEED AP
DSGN Associates, Inc.
14 October 2025
Date
ACCEPTED BY: 'R�����G'�� 10/17/2025
lient Date
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Tilley Plaza Construction
City Project No.104094
<No change to the Standard Agreement>
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
#
1
2
3
4
5
6
7
Company:
Superintendent:
ProjeR Manager:
Project Start Date
Project Name
Activity
Project Start
Mobilization
Demo
SWPPP/Tree Protection
Electrical
Underground
Installing Fixtures
Concrete Flatwork
Grading
Sidewalk
Retaining Wall
Tilley Sign
Irrigation/Planting
Irrigation
Bed Prep
Planting
Clean-Up
End Date
C. Green Scaping, LP
Trety Lemoine
Carson 6reen
11/10/2025�
Fort Wo�th - Phyllis Till�y Memorial Bridge
Assigned To Start End Days
CGS Nov-142025, May-9-2026 130
CGS Nov-10-2025 Dec-3-2025 18
CGS Nov-13-2025 Dec-3-2025 15
CGS Nov-10-2025 Nov-12-2025 3
Illuminations Dec-8-2025 Apr-24-2026 100
Illuminations Dec-8-2025 Dec-12-2025 5
Illuminations Apr-1-2026 Apr-24-2026 18
CGS Dec-15-2025 May-6-2026 103
CGS Dec-15-2025 Jan-2-2026 15
CGS Feb-2-2026 Feb-2a2026 15
CGS lan-5-2026, Jan-3Q2026 20
CGS Mav-4-2026 May-6-202G 3
CGS Mar-2-2026 Apr-24-2026 40
CGS Mar-2-2026 Mar-20-2026 15
CGS Mar-23-2026 Apr-8-2026 13
CGS Apr-9-2026 Apr-24-2026 12
CGS May-7-2026 May-8-2026 2
C65 May-9-2026 May-9-2026 0
Pliv Dec J.-n F4b Mar A�r
c c c � � m m `m >
z° z° z° o 0 0 0 0,�, ��� LL LL""� i i�� Q`a a a a�
O I� O ul N Ol � N Ol l0 lD n'1 t0 M O M O I�
�-I rl N rl 00 rl N N Vl rl rl N N Ol 'i N N Ol e-1 N l�'1 lD �-1 N N a
♦
♦
♦
♦ � �
� � � ���
� —
♦
t' ♦
♦
♦
♦
♦
♦
♦
Attachment E:
Tilley Plaza Location
.. - - �. �,. w _
`,- t ' ,k' ���` '� k:: .'__ -- -�� _ ,_ _+-�_�
, ,,,f 'r41 � � � , — —_----- t
�' i
� � � • ` `'.�t ~ ~� ' �
�. . .. , .:� � �..
� �' � �r. f� "
� � - _ �a��;: r�G_
` � •.� � ; :x? , .
Y �•+�`� i � ' +. � i
r � - , �:� 4? �'+�?[:>�� I:�.��t
_ f'
�� ��;' a� J � I
Q
r.: t+ . �: � � � T�,1
r b _ �
r
�}. y . . �`" �.
1 , ��5�- f } �' . s. l � �t �� .
.. �_ y
, r- � t�. t}'�� ���� ��' +,��� •.'e
r� � �t , r, � o.�n, �.
� „ ; � ' - . 'r � '�' �
: , fn`.
;f �a'' w�;::.' �:.;_ •�,i�
� a �{' • 4'
, � �1 .rc�r �Yst 7 �
. }'�
� . �,- ., ��- J . ; ',
:' �. � r .� � .,s� � , `
- r . K, ti r.,, . r�.+s
J�' .�' �ti . i
.Y4.- � � - �+
I.',�i � ��i.
'L F
I4�7#�i-n���P.. _
� � �
fw�..,' - � - �
♦ !� ' h
� y 1�.. �
� ,�
:�
�:s~. _F"s`"'�'
_ �7
.' � .-0�
�:
r'
�4Yi��-�i' �� YT�T�-
i'
~ ��
•.{
r 4�
tf� .
' �F+�J�I:ILLa�IT1y�.a p G . i�.
' � s . �;,
• � ,• , .
� � 'I����''. . �Ai � & 4 , ���.
� .ye�. .,
�.��t.��
I
Attachment 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 againstCity 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
F�RT��RTH�
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: DSGN Associates, Inc.
SubjeCt of the Agreement: Construction Administration Services during construction of Tilley Plaza
M&C Approved by the Council? * Yes ❑ No ❑✓
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No ❑✓
If �so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes ❑ No 0
If �unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: Expiration Date: 3/5/2027
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. 104094
*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.