HomeMy WebLinkAboutContract 62477CSC No. 62477
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 AECOM Technical Services, Inc., authorized to do business in Texas
("Consultant"), for a project generally described as: RPR For EAGLE MOUNTAIN WATER
TREATMENT PLANT (EMWTP) 35 MGD EXPANSION ("Project") — Project No. 105176.
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 $95,911.00 ("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
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.
City of Fort Worth, Texas
Standard Agreement for Professional Services
Revision Date: December 8, 2023
Page 1 of 9
RPR For EAGLE MOUNTAIN WATER TREATMENT
PLANT (EMWTP) 35 MGD EXPANSION
CPN 105176
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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,
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, 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 CITY) OR SUBCONTRACTORS RELATED TO THE PERFORMANCE OR
NON-PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY
TERMINATION OR EXPIRATION OF THIS AGREEMENT.
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.
City of Fort Worth, Texas RPR For EAGLE MOUNTAIN WATER TREATMENT
Standard Agreement for Professional Services PLANT (EMWTP) 35 MGD EXPANSION
Revision Date: December 8, 2023 CPN 105176
Page 2 of 9
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
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
City of Fort Worth, Texas RPR For EAGLE MOUNTAIN WATER TREATMENT
Standard Agreement for Professional Services PLANT (EMWTP) 35 MGD EXPANSION
Revision Date: December 8, 2023 CPN 105176
Page 3 of 9
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
Business Equity Participation
City has goals for the full and equitable participation of minority business and/or women
business enterprises in City contracts greater than $100,000. In accordance with City's
Business Equity Ordinance No. 25165-10-2021 (as codified in Chapter 20, Article X of the
City's Code of Ordinances, as amended, and any relevant policy or guidance documents),
Consultant acknowledges the MBE and WBE goals established for this Agreement and its
execution of this Agreement is Consultant's written commitment to meet the prescribed MBE
and WBE participation goals. Any misrepresentation of facts (other than a negligent
misrepresentation) and/or the commission of fraud by Consultant may result in the termination
of this Agreement and debarment from participating in City contracts for a period of time of not
less than three (3) years.
Article XIII
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 XIV
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 (1-9). Upon request by City, Consultant shall
provide City with copies of all 1-9 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
City of Fort Worth, Texas RPR For EAGLE MOUNTAIN WATER TREATMENT
Standard Agreement for Professional Services PLANT (EMWTP) 35 MGD EXPANSION
Revision Date: December 8, 2023 CPN 105176
Page 4 of 9
ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS
PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES,
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 XV
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 XVI
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 XVII
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.
City of Fort Worth, Texas RPR For EAGLE MOUNTAIN WATER TREATMENT
Standard Agreement for Professional Services PLANT (EMWTP) 35 MGD EXPANSION
Revision Date: December 8, 2023 CPN 105176
Page 5 of 9
Article XVIII
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: Chris Harder, P.E.
Water Department
200 Texas St.
Fort Worth, Texas 76102
Consultant:
AECOM Technical Services, Inc.,
Attn: Matthew Abbe, Associate Vice President
13355 Noel Road, Suite 400
Dallas, TX 75240
All other notices may be provided as described above or via electronic means.
Article XIX
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 RPR For EAGLE MOUNTAIN WATER TREATMENT
Standard Agreement for Professional Services PLANT (EMWTP) 35 MGD EXPANSION
Revision Date: December 8, 2023 CPN 105176
Page 6 of 9
Article XX
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 XXI
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 XXII
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 RPR For EAGLE MOUNTAIN WATER TREATMENT
Standard Agreement for Professional Services PLANT (EMWTP) 35 MGD EXPANSION
Revision Date: December 8, 2023 CPN 105176
Page 7 of 9
Article XXIII
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 - Insurance Requirements
City of Fort Worth, Texas RPR For EAGLE MOUNTAIN WATER TREATMENT
Standard Agreement for Professional Services PLANT (EMWTP) 35 MGD EXPANSION
Revision Date: December 8, 2023 CPN 105176
Page 8 of 9
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
Wit��Ihlll—� 1d�3: H CS I)
William Johnson
Assistant City Manager
Date: Dec 18, 2024
44ft Rj °
ATTEST:
Pvo °=0
� AQR aEXA54~y
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
CGc�r;tto�Gce� lta�ole�
By:
Chris Harder, P.E.
Director, Water Department
BY:
CONSULTANT
AECOM Technical Services, Inc.,
Matthew Abbe, P. E.
Associate Vice President
Date:
12/16/2024
APPROVED AS TO FORM AND LEGALITY M&C No.: N/A
WW90-1 M&C Date: N/A
By: Douglas Black (Dec 18, 202410:15 CST)
Douglas W Black Form 1295 No.: N/A
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�nmRd7ylcaaaa.��G
James W. McDonald, P.E.
Project Manager
City of Fort Worth, Texas
Standard Agreement for Professional Services
Revision Date: December 8, 2023
Page 9 of 9
RPR For EAGLE MOUNTAIN WATER TREATMENT
PLANT (EMWTP) 35 MGD EXPANSION
CPN 105176
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
ATTACHMENT A
DESIGN SERVICES FOR
RPR FOR EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
ATTACHMENT A
Scope for Enqineerinq Related Services for Resident Project Representative, Construction
Management, and Inspection Services
SERVICES FOR
RPR FOR EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD
EXPANSION
CITY PROJECT NO.: 105176
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.
This scope is to provide third -party Construction Management (CM) preconstruction,
construction management, and inspection services for the RPR for Eagle Mountain Water
Treatment Plant (EMWTP) 35 MGD Expansion. The CM scope of services will be divided
into two phases. Phase I consists of Preconstruction Services which will be performed in the
remaining design phase portion of the project up until construction contract award which is
anticipated by June 2025. Phase 2 will include construction phase services, start-up, and
project closeout activities. Phase 2 scope of services is not included herein.
PHASE 1 WORK TO BE PERFORMED
Task 1. Project Management and Meetings
Task 2. Constructability Review
Task 3. Additional Services
TASK 1. PROJECT MANAGEMENT AND MEETINGS.
ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and
resources.
ENGINEER shall manage change,
■ communicate effectively,
■ coordinate internally and externally as needed, and
■ proactively address issues with the CITY's Project Manager and others as
necessary to make progress on the work.
1.1. Project Setup
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
City of Fort Worth, Texas
Attachment A
Updated: 12.06.2024
Page 1 of 4
ATTACHMENT
DESIGN SERVICES FOR
RPR FOR EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
1.2. Internal Team Meetings
• Prepare and submit monthly progress reports in the format provided by the Water
Department.
• Prepare and submit baseline Project Schedule initially, and Project Schedule
updates with a schedule narrative monthly, as required in Attachment D to this
Standard Agreement and according to the City of Fort Worth's Schedule Guidance
Document.
1.3. Periodic Engineer of Record (EOR) Design Virtual Meetings (3)
• Attend a kickoff/chartering meeting with CITY staff to confirm and clarify scope, and
understand CITY objectives.
• Prepare invoices and submit monthly in the format requested by the CITY.
• Personnel and Vehicle Identification: When conducting site visits to the project
location, the ENGINEER or any of its sub -consultants shall carry readily visible
information identifying the name of the company and the company representative.
ASSUMPTIONS
• 3 meetings with city staff and FOR
• Up to 6 monthly water department progress reports will be prepared
• Up to 6 monthly project schedule updates will be prepared
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Baseline design schedule
E. Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes
TASK 2. PERFORM CONSTRUCTABILITY REVIEW.
Prior to the Contract Documents being released for bids, AECOM shall perform a
constructability review of the Contract Documents.
The constructability review shall also identify uncertainty and ways to minimize
unquantifiable risks to the bidders. The review will include checking the Contract Documents
(plans and specifications) for completeness and physical feature or system interface points.
Potential coordination issues, missed details, potential time delays, potential risks and
liabilities, and inter -Contractor coordination items should be identified.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 4
ATTACHMENT
DESIGN SERVICES FOR
RPR FOR EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
Specifically, the constructability review will include:
• Review of the Contract Documents for clarity, consistency, completeness, and ease
of construction to achieve the overall project objectives.
• Review of the Contract Documents to identify interfaces and potential interfaces
between adjacent contracts (if any) to determine if they are clear and constructible.
• Review of the Contract Documents for any inconsistencies among the Contract
requirements.
• Review specific requirements for major schedule milestones within the Contract to
help determine coordination with other Contracts and prevent interruptions to existing
operations.
• Review of the Contract Documents for vagueness and ambiguities, in order to
minimize change orders.
• Perform review of Division 00 and 01 Specifications and provide recommendations (if
any) for improved content based on AECOM's best management practices.
• Review of bid list to verify bid items and quantities and verify the correct pay sections
are referenced and concur with the units of measurements included in the list.
• The constructability review will include three major tasks:
o Kick-off/orientation workshop
o Detailed constructability review & preparation of findings (Summary Memo)
o Presentation of constructability review to FWWD and FOR
• Provide examples of Competitive Sealed Proposals (CSP) language that has been
successfully used on projects that were less than 100% cost -based. FWWD to
review and consider/alter language for their benefit.
DELIVERABLES
A. Competitive Sealed Proposal (CSP) Examples.
B. Summary memorandum.
TASK 3. Additional Services
ENGINEER will provide Additional Services as directed and authorized by CITY. Any
additional services would be agreed to and authorized prior to implementation.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 4
ATTACHMENT
DESIGN SERVICES FOR
RPR FOR EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
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:
• Negotiation of easements or property acquisition including temporary right -of -entries.
• Services related to development of the CITY's project financing and/or budget.
• Services related to disputes over pre -qualification, bid protests, bid rejection and re-
bidding of the contract for construction.
• Design phase public meetings
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of God.
• Services related to submitting for permits (ie.TxDOT, railroad, etc.)
• Services related to Subsurface Utility Engineering Levels A, B, C or D
• Services related to Survey Construction Staking
• Services related to acquiring real property including but not limited to easements, right-of-
way, and/or temporary right -of -entries.
• Services to support, prepare, document, bring, defend, or assist in litigation undertaken or
defended by the CITY.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 4 of 4
ATTACHMENT B
COMPENSATION
Design Services for
RPR for EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
City Project No. 105176
Time and Materials with Multiplier Project
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:
Personnel Time. Personnel time shall be compensated based upon hours
worked directly in performing the PROJECT multiplied by Direct Salaries
multiplied by a factor of 3.00.
Direct Salaries are the amount of wages or salaries paid ENGINEER's employees
for work directly performed on the PROJECT, exclusive of all payroll -related taxes,
payments, premiums, and benefits.
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%).
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.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 1 of 4
ATTACHMENT B
COMPENSATION
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
Water Department monthly progress reports and schedules in the format required
by the City.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 2 of 4
B-2
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility
Prime Consultant Phase 1 PRP Tasks
Proposed MWBE Sub -Consultants
Non-MWBE Consultants
Project Number & Name
City MWBE Goal = 0%
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 3 of 4
N/A at this time
N/A at this time
Fee Amount %
$95,911
TOTAL $ 95,911 100%
Total Fee MWBE Fee MWBE %
$95,911 $ 0.00 0.00%
Consultant Committed Goal = 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 work types and work phases.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 4 of 4
B-4
Professional Services Invoice Project Manager: Summary
Project: IRPR for EAGLE MOUNTAIN WATER TREATMENT P
City Project #: 1105176 I
City Sec Number: I supplier Instructions:
Fill in green cells including Invoice Number, From and To Dates and the included worksheets.
Company Name: IAECOM Technical Services, Inc. I When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
Supplier's PM: Chris Bessa
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
email: chris.bessa@aecom.com
Office Address: 600 West 6th Street, Suite 406 Fort Worth, Tx 76102
Telephone: telephone, 1-214-741-7777
Fax: fax
Remit Address: 1178 Paysphere Circle, Chicago, IL 60674
FID and Work Type Description
Totals This Invoice
Agreement LTD
Agreement Amendment Amount to Completed
Amount Amount Date Amount
$95,911.00 $95,911.00
$95,911.00 $95,911.00
Overall Percentage Spent:
Percent ($) Invoiced Current Remaining
Spent Previously Invoice Balance
$95,911.00
$95,911.00
AECOM Technical Services, Inc.1telephone: 1-214-741-7777
600 West 6th Street, Suite 406 11178 Paysphere Circle, Chicago, IL
Fort Worth, TX 76102 160674
CFW Project Manager
Supplier's Project Manager: JChris Bessa
Supplier's PM email: chris.bessa@aecom.com
Name of Project: TREATMENT PLANT (EMWTP) 35 MGD
EXPANSION
Total Labor 0.0
Subcontract Service
NA
NA
NA
Subcontractor Subtotal
10 Percent Markup on Subcontract Services
Nonlabor Expenses
Nonlabor Expense Subtotal
Total Expenses (Subcontract Services+Marku p+Non labor Expenses)
Invoice
Supplier Project No.
Proj. Invoice No.
Invoice date:
Period Service Date:From
Service Date:To
City Secretary Contract #:
P.O. Number:
Amount
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTAL DUE THIS INVOICE $0.00
Professional Services Invoice
Project Manager:
Project: RPR for EAGLE M
NTAIN WATER TREATME
City Project #: 105176
Work Type Desc:
I
Supplier Instructions:
FID:
City Sec Number:
Fill in green cells including Percent Complete and Invoiced Previously Quanities
Purchase Order:
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
Company Name: AECOM Technical Services, Inc.
Supplier's PM: Chris Bessa
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Pay Items
80 - Construction
Description
email: chris.bessa@aecom.com
Office Address:600 West 6th Street, Suite 406 Fort Worth, TX 76102
Telephone: telephone:1-214-741-7777
Fax: fax
Remit Address: 1178 Paysphere Circle, Chicago, IL 60674
Water
Totals This Unit:
Agreement LTD
Agreement Amendment Amendment Amount to Completed
Amount Number Amount Date Amount
$95,911.00 $95,911.00
$95,911.00 $95,911.00
Overall Percentage Spent:
Percent
Spent
($) Invoiced
Previouslv_
Current Remaining
Invoice Balance
$95,911.00
$95,911.00
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
RPR for Eagle Mountain Water Treatment Plant (EMWTP) 35 MGD Expansion
Construction Management & Inspection Services (Phase I Preconstruction Services)
City Project No. 105176
Task No. Task Description Project
Director CM/PM
Labor(hours)
Construction
Manager EIT
Cost
Estimator
Administrative
Total Labor
Cost
Expense
Subconsultant
MWBE I Non-MWBE
Travel
Reproduction
Total Expense
Cost
Task Sub Total
2025 Rate $312
Taskl Protect /lagement and Meetings 4
1.1 Protect Setup 2
1.2 Internal Team Meetirl rs 1
1.3 Periodic FOR Design Meetings (3) 1
$285
$230
$130
$220
$1001
13
16
3
7
11
$11,663
$0
$0
$0
$0
$0
$11,663
1
6
6
10
6
3
3
9
2
$1,809
$5,792
$0
$1,809
$0
$5,792
$4,062
$0
$0
$0
$4,062
$0
$0
$0
$0
I
Task 11 Perform Constructabilljv Review 5 60 124 44
2.1 Kick-Off/Orientation Workshop 6 8
2.2 Constructability Review 1 24 100
2.3 Provide CSP Examples 1 2 4 4
2.4 Div 0 & 1 Review & Provide Recommendations 1 24 4 8
2.5 Summaryy Memo of Findings 1 2 4 2 J
2.6 Presenfaiion of Construc�ability Review 1 2 4 4
0
0
$52,900
$0
$0
$150
$0
$150
$53,050
$3,550
$150
$150
$3,700
$30,672
$2,322
$0
$30,672
$0
$2,322
$9,112
$0
$9,112
$4,922
$2,322
$0
$4,922
$0
$2,322
Task III
3.1
Additional Services
Additional Services as Directed by FW WD
1 0
01
0
0
0
0
$31,198
$0
$0
$0N$0'
$0
$31,198
$31,198
$0
$31,198
$0
$0
$150
$150
$95,911
Totals
$2,808
$20,805
$32,200
$6,110
$1,540
$1,100
$95,761
Project Summary
Total Hours
64,563
Total Labor
$95,761
Total Expense
$150
MBE/SBE Subconsultant
$0
Non-MBE/SBE Subconsultant
$0
5% Sub Markup
$0
MBE/SBE Participation
0.0%
Total Project Cost
$95,911
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
PMO Official Release Date: 8.09.2012
Completed Percent
Amount Complete
$0
$0.001
1 Of
0%t
0%J
ATTACHMENT "D"
CERTIFICATE OF INSURANCE
RPR For EAGLE MO NTAIN WATER TREATMENT PLANT (EMWTP)
35 MGD EXPANSION ("Project")
City Project No.105176
City of Fort Worth, Texas
Attachment D
(