HomeMy WebLinkAboutContract 62961CSC No. 62961
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 Carollo Engineers, Inc., authorized to do business in Texas
("Consultant"), for a project generally described as: Resident Project Representation Services
for the Village Creek Water Reclamation Facility Primary Clarifiers Improvements ("Project") —
Project No. 103295 .
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 $3,977,400.00 ("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
City of Fort Worth, Texas
Standard Agreement for Professional Services
Revision Date: December 8, 2023
Page 1 of 9
VCWRF Primary Clarifiers Improvements
103295
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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 respondent 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.
City of Fort Worth, Texas VCWRF Primary Clarifiers Improvements
Standard Agreement for Professional Services 103295
Revision Date: December 8, 2023
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
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.
City of Fort Worth, Texas VCWRF Primary Clarifiers Improvements
Standard Agreement for Professional Services 103295
Revision Date: December 8, 2023
Page 3 of 9
(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
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
City of Fort Worth, Texas VCWRF Primary Clarifiers Improvements
Standard Agreement for Professional Services 103295
Revision Date: December 8, 2023
Page 4 of 9
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
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 VCWRF Primary Clarifiers Improvements
Standard Agreement for Professional Services 103295
Revision Date: December 8, 2023
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., Director
Water Department
100 Fort Worth Trail
Fort Worth, TX 76102
Consultant:
Carollo Engineers, Inc.
Attn: Hutch Musallam, P.E.
100 E. 15th St. Suite 540
Fort Worth, TX 76102
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 VCWRF Primary Clarifiers Improvements
Standard Agreement for Professional Services 103295
Revision Date: December 8, 2023
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 VCWRF Primary Clarifiers Improvements
Standard Agreement for Professional Services 103295
Revision Date: December 8, 2023
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 - Project Schedule
Attachment E - Location Map
Attachment F — Insurance Requirements
City of Fort Worth, Texas VCWRF Primary Clarifiers Improvements
Standard Agreement for Professional Services 103295
Revision Date: December 8, 2023
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: BY:
CITY OF FORT WORTH CONSULTANT
Carollo Engineers, Inc.
op�l
Jesica McEachern Hutch Musallam, P.E.
Assistant City Manager Vice President
Date:
03/14/2025 Date: 3/6/2025
d�voun �
ATTEST: apF FORT °a BY:
°°°° °°°%vo°0d CONSULTANT
�� o.1d
1 pro exo Carollo Engineers, Inc.
d10 'o° o°*, °
Jannette Goodall aa�� Qezpsap�
City Secretary ��-
APPROVAL RECOMMENDED: Troy Laman, P.E.
Vice President
CGt���lto,�Gte� tfa��fe�
ByChristopher Harder (Mar 10, 2025 06:52 CDT)
Christopher Harder, P.E. Date: 3/6/2025
Director, Water Department
APPROVED AS TO FORM AND LEGALITY
M&C No.:25-0105
By: Dougla,F 1025 11:17 CDT) M&C Date:2/11/2025
Douglas W Black
Sr. Assistant City Attorney Form 1295 No.: 2024-1244402
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.
Fa,ruoLa, Go-o . qa, 3/6/2025
Farida Goderya, P.E.
Sr. Project Manager OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas VCWRF Primary Clarifiers Improvements
Standard Agreement for Professional Services 103295
Revision Date: December 8, 2023
Page 9 of 9
ATTACHMENT
RESIDENT PROJECT REPRESENTATION SERVICES FOR
VILLAGE CREEK WATER RECLAMATION FACILITY (VCWRF) PRIMARY CLARIFICATION PROJECT
CITY PROJECT NO.: 103295
ATTACHMENT A
SCOPE OF SERVICES
RESIDENT PROJECT REPRESENTATION SERVICES FOR
VILLAGE CREEK WATER RECLAMATION FACILITY (VCWRF)
PRIMARY CLARIFICATION PROJECT
CITY PROJECT NO.: 103295
GENERAL DESCRIPTION
This Scope of Services provides the Scope of Work, the Payment Provisions, and Schedule for
professional services associated with the resident engineering and inspection services during
construction.
Carollo Engineers, Inc. (ENGINEER) will support the construction phase of the project as
detailed below. Carollo will serve as the Resident Project Representative (RPR and liaison
between the Design Engineer (CDM Smith), the Construction Contractor (Eagle Contracting,
LLC) and the City's Project Manager of the VCWRF Primary Clarification Project (Project).
ENGINEER does not guarantee the CONTRACTOR'S performance, nor is ENGINEER
responsible for supervision of the CONTRACTOR'S operation or employees. ENGINEER is not
responsible for the means, methods, techniques, sequences, or procedures of construction
selected by the CONTRACTOR, or any safety precautions and programs relating in any way to
the condition of the premises, the work of the CONTRACTOR or any SUBCONTRACTOR and
will not be responsible for CONTRACTOR failure to carry out the work in accordance with the
construction documents. ENGINEER is not responsible for the acts or omissions of any person
(except its own employees or agents) at the project site or otherwise performing any of the work
on the Project.
The tasks below detail Carollo's Resident Engineering and Inspection Services role as the City's
liaison for the Project, herein identified as the Scope of Work, for an estimated duration of 40
months from Notice To Proceed. Carollo shall be entitled to use and reasonably rely upon all
such information provided by City or others in performing Carollo's services under this Scope of
Work.
TASK SERIES 100 GENERAL ADMINISTRATION & COORDINATION
101. Project Management
ENGINEER will provide project management for services described in this scope of services,
including staffing and resources, subconsultant administration, monthly invoicing. Project
management is based on a duration of uo to 40 months from notice to proceed.
City of Fort Worth, Texas
Attachment A — July 18, 2022
PMO Release Date: 08.1.2014
Page 1 of 5
ATTACHMENT
RESIDENT PROJECT REPRESENTATION SERVICES FOR
VILLAGE CREEK WATER RECLAMATION FACILITY (VCWRF) PRIMARY CLARIFICATION PROJECT
CITY PROJECT NO.: 103295
102. Pre -construction Conference
ENGINEER staff will attend the pre -construction conference and prepare the agenda, record,
and distribute meeting minutes to all attendees. Up to 3 people will attend for a total of 5 hours
per person, including travel time and meeting documentation.
TASK SERIES 200 RESIDENT PROJECT REPRESENTATIVE AND RESIDENT
ENGINEERING SERVICES DURING CONSTRUCTION
ENGINEER will provide the services of full-time Resident Project Representative (RPR) and a
part-time Resident Engineer (RE) for up to 40 months. A total of 14,000 hours are budgeted for
the RPR, RE for this effort. This includes the services of a full time on -site resident project
representative average 40 hours per week, and part-time resident engineering and
administration services. In addition, electrical, instrumentation and control specialty inspection
will be conducted beginning the last half of the project. It is assumed that up to 1500 hours are
budgeted for this effort. The details of the efforts are summarized below.
201. Web -based Electronic Document Control
RPR / RE will host and facilitate the use of the City's e-Builder web -based electronic document
control system for all construction related project documents, including shop drawing review,
operation and maintenance manual review, meeting agendas and minutes, inspection logs,
photos, requests for information (RFI), RFI log, change orders, change order log, decision log,
action log, pay applications, operation and maintenance manuals, maintenance of plant
operation procedures (MOP), test reports, and all other project documentation.
202. Construction Observation
RPR / RE will observe Work and construction activities for conformance to contract documents,
RFI responses, work change directives, field orders, and approved change orders. Daily
inspection logs will be prepared and stored in the web -based construction document
management system.
203. Coordinate Materials Testing Laboratory Activities
Review test reports for compliance with Contract Documents. Log, track and retain test reports
in the web -based electronic document control system. Review results with Contractor. Monitor
any corrective action and re -test for compliance. Maintain compliance with Contract Documents.
204. Construction Progress Meetings
RPR / RE will attend monthly scheduled construction progress meetings. RPR / RE will prepare
meeting agendas and meeting minutes to be stored in the web -based electronic document
control system. It is assumed the regular meetings will be held monthly for a duration of
City of Fort Worth, Texas
Attachment A — July 18, 2022
PMO Release Date: 08.1.2014
Page 2 of 5
ATTACHMENT
RESIDENT PROJECT REPRESENTATION SERVICES FOR
VILLAGE CREEK WATER RECLAMATION FACILITY (VCWRF) PRIMARY CLARIFICATION PROJECT
CITY PROJECT NO.: 103295
40 months. RPR / RE will attend other meetings that occur on site as part of the construction as
well, including coordination meetings with plant staff, safety or task specific meetings conducted
by the Contractor, coordination meetings and site visits with Design Engineer, and other
impromptu meetings that take place on site.
205. Plant Operations Coordination
RPR / RE will facilitate coordination between Contractor, design Engineer and Owner.
Coordination includes but is not limited to shutdowns and operational interruptions to facilitate
construction, temporary piping and facilities, deliveries, staging, and access. The purpose of this
task is to facilitate construction needs without adversely impacting plant operations.
206. Texas Water Development Board Coordination
Coordinate with TWDB to comply with the Texas Water Development Board (TWDB) Clean
Water State Revolving Fund (CWSRF) requirements during construction and for construction
documentation, including:
Prepare monthly reports summarizing construction progress. It is assumed that RPR / RE
will submit monthly reports to the Owner and Design Engineer for review and approval
prior to submission to the TWDB.
Review monthly certified payrolls from the Contractor for compliance with the Davis Bacon
labor wage requirements. This review will include quarterly wage -rate verification
interviews with the hourly employees of the CONTRACTOR and subcontractors to
determine if reported wages are following labor wage requirements.
Review Contractor's monthly application for payment. RPR / RE will review Contractor
payment requests and make recommendations for payment. Based on a project duration
of 40 months, it is assumed that a total of 40 Davment requests will be reviewed
including each month of construction, initial mobilization and bonds/insurance pay
request, and final closeout pay application with release of retainage. Pay application
review will include review of Contractor's compliance with TWDB minimum wage rate
requirement and compliance with American Iron and Steel Requirement and Davis -Bacon
Wage Rate Requirements.
207. Construction Schedule Review and Monitoring
RPR / RE will review baseline schedule and monthly schedule updates for conformance to
contract schedule and schedule logic requirements. RPR / RE will review construction progress
for compliance with the approved schedule and contract requirements.
City of Fort Worth, Texas
Attachment A — July 18, 2022
PMO Release Date: 08.1.2014
Page 3 of 5
ATTACHMENT
RESIDENT PROJECT REPRESENTATION SERVICES FOR
VILLAGE CREEK WATER RECLAMATION FACILITY (VCWRF) PRIMARY CLARIFICATION PROJECT
CITY PROJECT NO.: 103295
208. Electrical, Instrumentation and Control Inspection
ENGINEER will provide staff to conduct electrical, instrumentation and control inspection
required to complete the work in accordance with the Contract Documents. For special
inspections that are required by codes or the contract documents to be performed by the City or
third party, RPR / RE will coordinate with the designated entity to complete the inspections and
associated documentation.
209. Change Order Review
ENGINEER will process, administer and make recommendations for construction modification
and change order requests. ENGINEER will coordinate the review of contract modification and
change order requests by Owner and Design Engineer. It is assumed that Design Engineer will
have primary responsibility for technical review and will also make recommendations or that
coordination between ENGINEER and Design Engineer will result in a consensus
recommendation to Owner regarding disposition of contract modification and change order
requests. ENGINEER will provide technical staff (engineering and process) in support of RPR /
RE as needed to review contract modification requests. The level of effort associated with this
task is based on ua to 10 contract modification requests.
210. Training and Start-up Coordination
RPR / RE will coordinate training, in accordance with the Contract Documents, with Design
Engineer and VCWRF plant staff for newly installed equipment.
211. Record Drawing Review
RPR / RE will review Contractor as -built record drawings regularly to confirm completeness.
212. Project Closeout
RPR / RE will coordinate with Owner and Design Engineer to review Contractor request for
substantial completion and make recommendation regarding substantial completion. RPR / RE
will develop and track status of punch list items that are required to be addressed to reach final
completion. Upon completion of punch list items, RPR / RE will coordinate with Owner and
Design Engineer to build consensus and make a written recommendation for final completion.
ASSUMPTIONS
The scope of services and associated level of effort and fee are based on the following
assumptions:
Electrical and Instrumentation inspection effort is assumed to be required only during the
later stages of construction after electrical infrastructure has been installed. Design
Engineer will provide all typical engineering services during construction (ESDC) including
City of Fort Worth, Texas
Attachment A — July 18, 2022
PMO Release Date: 08.1.2014
Page 4 of 5
ATTACHMENT
RESIDENT PROJECT REPRESENTATION SERVICES FOR
VILLAGE CREEK WATER RECLAMATION FACILITY (VCWRF) PRIMARY CLARIFICATION PROJECT
CITY PROJECT NO.: 103295
shop drawing review, RFI review, all other submittals required by the contract documents
as well as review of contract modifications and change order requests for conformance
with contract documents and will provide responses according to the established project
workflow within the web based electronic document management system.
• RPR / RE is not responsible for the design of the project. It is assumed that the Design
Engineer will review and respond to any errors and/or omissions identified during
construction and will coordinate and issue the corrective actions or revisions with Owner
• RPR / RE shall not authorize any deviation from the Contract Documents or substitution of
materials or equipment, unless authorized by the Design Engineer. RPR / RE shall not
exceed the limitation of Owner's Representative authority as set forth in the Agreement of
the Contract Documents.
• RPR / RE trailer, offices, furniture, conference room for use during meetings, restroom
facilities with consumables shall be provided for the project duration with shared use by
the City and other project team members.
• It is understood that ff there is additional scope or effort required to complete the
construction observation then ENGINEER will be requesting additional services or
amendment to the contract.
• ENGINEER shall not be responsible for warranties, guarantees, fitness for a particular
purpose, breach of fiduciary duty, loss of anticipated profits or for economic, incidental, or
consequential damages to the City or any third party arising out of breach of contract,
termination, or for any other reason whatsoever. Additionally, ENGINEER shall not be
responsible for acts and decisions of third parties, including governmental agencies, other
than Carollo's subconsultants, that impact project completion and/or success.
City of Fort Worth, Texas
Attachment A — July 18, 2022
PMO Release Date: 08.1.2014
Page 5 of 5
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
I d
ATTACHMENT B
COMPENSATION
RESIDENT ENGINEERING AND INSPECTION SERVICES DURING
CONSTRUCTION FOR VILLAGE CREEK WATER RECLAMATION FACILITY
(VCWRF)
PRIMARY CLARIFICATION PROJECT
City Project No. 103295
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:
i. Field Personnel Time. Field 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. Field personnel are identified as those who are
dedicated full time at the project site.
ii. Personnel Time. Personnel time (other than field personnel) shall be
compensated based upon hours worked directly in performing the PROJECT
multiplied by Direct Salaries multiplied by a factor of 3.25
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.
iii. 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.
PECE (project equipment and communications expense) will be billed at a rate Of
$ 15.00 per hour charged to the PROJEC.
iv. Subcontract Expenses. Subcontract expenses and outside services shall be
reimbursed at cost to ENGINEER plus a markup of ten percent (10%).
v. 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.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 1 of 4
LIM
ATTACHMENT B
COMPENSATION
If ENGINEER projects, in the course of providing the necessary services, that the
PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether
by change in scope of the project, increased costs or other conditions, the
ENGINEER shall immediately report such fact to the City and, if so instructed by the
City, shall suspend all work hereunder.
When any budget has been increased, ENGINEER's excess costs expended prior
to such increase will be allowable to the same extent as if such costs had been
incurred after the approved increase.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
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
AM
IV. Summary of Total Project Fees
Firm
Prime Consultant
Carollo Engineers, Inc
ATTACHMENT B
COMPENSATION
Primary Responsibility
Construction Observation
(except electrical and I&C)
Proposed MWBE Sub -Consultants
Mbroh Engineering Electrical and I&C Construction
Observation
Fee Amount %
$ 3,672,900.00 92.3%
$ 304,500.00 7.7%
TOTAL $ 3,977,400.00 100%
Project Number & Name Total Fee MWBE Fee MWBE %
City Project Number: 103295 $_3,977,400.00 $_304,500.00_ _7.7_%
Resident Engineering and Inspection
Services During Construction for
Village Creek WRF Primary
Clarification Project
City MWBE Goal = _% Consultant Com mtted Goal = _7.7_ %
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 3 of 4
LIM
EXHIBIT B-1
Resident Project Representation Services For Village Creek WRF Primary Clarifier Project
City of Forth Project No.: 103295
Project
Project Professional/
Manager/ Part Time
Project Resident Resident Project
Category Principal Engineer Representative Admin
AVG Raw Rate (2026 midpoint) $ 1050d $ n-od $ 70-od $ 4s 00
Direct Labor Rates (Multiplier 3.0 for full time RPR, 3.25 for others) $ 341 $ 250 $ 228 $ 146
Total Hours 1926 4746 7006 820
Task
Carollo
Hours
Sub Hours
Carollo Labor
$
Subtotal
Carollo
LABOR
Subtotal
Carollo
PECE@
$15.00 per
hour
Mileage/Car
Mbroh
(SBE)
Mark-up on
Subs
Subtotal
Hours
$
$
14498
100
GENERAL ADMINISTRATION & COORDINATION
326
146
6
20
498
$152,100
$7,470
$100
$0
152,200
101
102
Project Management (12 hours per month for 40 months
Pre -Construction Con erence includes minutes (6 hours pp, for 3 people)
320
6
140
6
6
20
480
18
S 147,160.00
S 4,917.00
200
SERVICES DURING CONSTRUCTION (Total Time)
1600
4600
7000
800
14000
1500
$ 3,410,150.00
$3,410,150
$210,000
1 $80,100
$304,500
1 $30,450
$3,825,200
Carollo Upto 14,000 hours and 40 months
tlectrlcal & I&G Inspection (Sub) upto 16UU hours
1600
4600
7000
800
1500
$304,500
$30,450
$3,562,250
$217,470
$80,200
1 $304,500
$30,450
$3,977,400
MWBE/SBE% 7.7%
Version 4 15-Nov-24
Professional Services Invoice
Project: I Village Creek Water Reclamation
City Project #: 1103295
PO #
City Sec Number: IN/A
Company Name: Icarollo Engineers, Inc.
Consultant's PM: Paul Dossett
Supplier Invoice #:
Payment Request M
Service Date:From
Service Date:To
Invoice Date:
Clarifiers
Farida
Summa
Supplier Instructions:
Fill in green cells including Invoice Number, From and To Dates and the included worksheets.
When your Invoice is complete, save and close, start eBuilder and Add your invoice to the
Consultant folder within Project's folder.
email: M882-0528
om
Office Address:et, Suite 540, Fort Worth, TX 76102
Telephone: Fax:
Remit Address:
Agreement LTD
Agreement Amendment Amount to Completed Percent ($) Invoiced Current Remaining
Sheet FID and Work Type Description Amount Amount Date Amount Spent Previously Invoice Balance
Work Type 1 Sewer Design $3,977,400.00 $3,977,400.00 $3,977,400.00
Work Type 2
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Totals This Invoice $3,977,400.00 $3,977,400.00 $3,977,400.00
Overall Percentage Complete:
Professional Services Invoice Project Manager. Fanda Goderya
Project: Village Creek Water Reclamation Facility Primary Clarifiers Improvements
City Project #: 103295
Work Type Desc: supplier Instructions:
FID:
City Sec Number: NIA Fill in green cells including Percent Complete and Invoiced Previously Quanities
Purchase Order: When your Invoice is complete, save and close, start eBuilder and Add your invoice to the
Consultant folder within Project's folder.
Company Name: Carollo Engineers, Inc.
Supplier's PM: Paul Dossett
email:
pdossett@carollo.com
Supplier Invoice #:
Office Address: 100 East lsth Street, Suite 540, Fort Worth, Tx 76102
Payment Request #:
Telephone:
(817) 882-0528
Service Date:From
Fax:
(817)882-9975
Service Date:To
Invoice Date:
Remit
Pay Items
Agreement LTD
Agreement Amendment Amendment
Amount to Completed
Description
Amount Number Amount
Date Amount
30- Study
Sewer Desiqn
$3,977,400.00
$3,977,400.00
Totals This Unit: $3,977,400.00 $3,977,400.00
Overall Percentage Complete:
Percent ($) Invoiced Current Remaining
Spent Previously Invoice Balance
$43,977,400.0
$3,977,400.00
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Resident Project Representation Services for Village Creek Water
Reclamation Facility Primary Clarifier Project City Project No. 103295
No Changes
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page I of I
FORT WORTH
ATTACHMENT "D"
PROJECT SCHEDULE
Master Project Schedule
The project schedule will follow the construction contract documents (by others) and is
estimated at 40 months.
City of Fort Worth, Texas
Attachment D
Revision Date: 07.20.2018
Page 1 of 1
Az
J- -
-Ask.
ATTACHMENT 7"
CERTIFICATE OF INSURANCE
Resident Project Representation Services for Village Creek
Water Reclamation Facility (VCWRF) Primary Clarification Project
City Project No. 103295
City of Fort Worth, Texas
Attachment F
Atraclimenl C:rsdc: D573119 111 21432917
POLICY NUMBER. 0313.9010
ENDORSEMENT
NOTICE OF CANCELLATION TO DESIGNATED UNTITY(IrS)
Policy No. 0313-9010
Issued to Carollo rEngineers, Inc.
Issued by Allied World Surplus Lines Insurance Company
In consideration of the premium charged, it is hereby agreed that Section VIII. CONDITIONS,
Subsection H. is amended to include the following:
In the event of cancellation or lion -renewal of this Policy, the Company will provide Er thirty -day
notice to the entity with whom the Named Insured has agreed, pursuant to a prior written
contract, to provide to such entity with a notice of cancellation or non -renewal, Provided,
however, that in the event of cancellation for non-payment of prerniutrr, the Company shall
provide to such entity a ten-day notice of cancellation before the effective dater of cancellation.
In addition, .in. the event of a reduction in the Limits of Liability of this Policy not resulting from
payment of Damages or Defense Expenses, tho Company will provide a sixty-day notice to the
entity with whom the Named Insured has agreed with, pursuant to a prior written contract, to
provide such entity with a notice of such reduction in limits.
As a condition precedent to providing the notices specified above, the Named Insured will
provide the Company, within ten (10) business days of the Cantpany's request, the names and
addresses of the entities with whom the Named Insured agreed to provide the notices specified
above. In the event the Named Insured omits or fails to provide the foregoing information, the
Company shall not provide such notices,
The Company's failure to provide such notices will not extend the Folicy cancellation date,
negate cancellation, non -renewal or reduction in limits, or this Policy. Nor shall such failure be
cause: Cor legal action against the Company.
All other terms, conditions and limitations of this Policy shall .remain unchanged,
CE1 Manu (06/23)
Atlachmcnt C:odc: D586787 Currifiroic 11); 21452917
POLICY NUMBER: GLO 9730569
Notification to Others of Cancellation, Nonrenewal
or Deduction of Insurance
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
Liquor Liability Coverage Part
Prod uctslCompleted Operations Liability Coverage Part
A. If we cancel or non -renew this Coverage Part(s) by written notice to the first Named Insured for any reason other than
nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation or non -renewal:
1. To the name and address corresponding to each person or organization shown in the Schedule below; and
2. At least 10 days prlor to the effective date of the cancellation or non -renewal, as advised in our notice to the first
Named Insured, or the longer number of days notice If indicated in the Schedule below.
B. if we cancel this Coverage Part(s) by written notice to the first Named Insured for nonpayment of premium, we will mail
or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or
organization shown In the Schedule below at least 10 days prior to the effective date of such cancellation,
C. if coverage afforded by this Coverage Part(s) Is reduced or restricted, except for any reduction of Limits of Insurance
due to payment of claims, we will mall or deliver notice of such reduction or restriction:
1. To the name and address corresponding to each person or organization shown in the Schedule below; and
2. At least 10 days prior to the effective date of the reduction or restriction, or the longer number of days notice if
indicated in the Schedule below.
R. If notice as described in Paragraphs A., B. or C. of this endorsement is mailed, proof of mailing will be sufficient proof of
such notice.
SCHEDULE
Name and Address of Other Person(s)
Number of
1 Organization($): [lays Notice:
All certificate holders where notice of cancellation
is required by written contract with the Named 30
Insured_ _
All olher terms and condifions of this policy remain unchanged.
U-Gt-1447-A Cw (4511 pa
Includes copyrighted material of Insurance Services Office, Mr., with Its permission,
Attachment Cade: D573129 C:ertiliaate ID: 2145291/
POLICY NUMBER: GLO 9730569
COMMERCIAL GENERAL LIABILITY
GG 20 37 1219
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED -- OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following,
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s) Location And Description Of Completed Operations
Any person or organization, other than an architect, Any Location or project, other than a wrap-up or other
engineer or surveyor, whom you are required to add as consolidated insurance program location or project for
an additional Insured under this policy under a written which Insurance is otherwise separately provided to
contract mark or written agreement executed prior to you by a wrap-up or other consolidated Insurance
loss. program
Information required to complete this Schedule, If not shown above, will be shown In the Declarations.
A. Section 11— Who Is An Insured is amended
to include as an additional insured the
person(s) or organization(s) shown in the
Schedule, but only with respect to liability for
"bodily injury" or "property damage" caused,
in whole or in part, by "your work" at the
location designated and described in the
Schedule of this endorsement performed for
that additional insured and included in the
"products -completed operations hazard".
However:
1. The insurance afforded to such additional
insured only applies to the extent
permitted by law; and
2, If coverage provided to the additional insured
is required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
CG 20 37 12 19
B. With respect to the insurance afforded to
these additional insureds, the following
is added to Section III — Limits Of
Insurance:
If coverage provided to the additional
insured is required by a contract or
agreement, the most we will pay on
behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement;
or
2. Available under the applicable Limits of
Insurance;
whichever is less.
This endorsement shall not increase the
applicable Limits of Insurance,
Artnchmenr C,odc: 0573191 C'erlilicale ID. 21452917
POLICY NUMBER: GLO 9730569
G. With respect to the Insurance afforded to these
additional Insureds, the following is added to
Section III —Limits Of Insurance:
2. Available under the applicable Lirnits of
Insurance;
whichever Is less.
If coverage provided to the additional insured is This endorsement shall not increase the applicable
required by a contract or agreement, the most we Limits of Insurance.
will pay on behalf of the additional insured Is the
amount of insurance:
1. Required by the contract or agreement; or
CG 20 10 12 19
Atluchnirrit Code: D573125 C:ortiFicalu ID- 21452917
POLICY NUMBER: BAT' 9730571
COMMERCIAL AUTO
CA20481013
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE REACT IT CAREFULLY.
DESIGNATED INSURED FOR
COVERED AUTOS LIABILITY COVERAGE
This endorsement modifies Insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by this endorsement.
This endorsement identifies person(s) or organization(s) who are "Insureds" for Covered Autos Liability Coverage
under the Who Is An Insured provision of the Coverage Form_ This endorsement does not alter coverage
provided in the Coverage Form.
This endorsement changes the policy effective on the Inception date of the policy unless another date is indicated
below.
E.Y4l:1�i1111l=
Name Of Person(s) Or Organization(s):
Any person or organization to whom or which you are required to provide additional Insured status or additional
insured status on a primary, non-contributory basis, In a written contract or written agreement executed prior to
loss, except where such contract or agreement Is prohibited by law.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations. _
Each person or organization shown in the Schedule is
an "insured" for Covered Autos Liability Coverage, but
only to the extent that parson or organization qualities
as an "Insured" under the Who Is An Insured provision
contained In Paragraph A.I. of Section II — Covered
Autos Liability Coverage In the Business Auto and
Motor Carrier Coverage Forms and Paragraph D.2. of
Section I — Covered Autos Coverages of the Auto
Dealers Coverage Form.
CA 20 48 10 13
Allactlineill Code: D573128 CCTIiFlGaW ID; 21452917
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13
(Ed. 04-84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule, (This agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreemeni from us.)
This agreement shall not operate directly or indirectly to benefit anyone riot named In the Schedule.
Schedule
Any person or organization you are required to waive your rights of recovery in o written contract, agreement or
permit with the Named Insured.
This endorsement changes the policy to which It Is attached and is effective on the date Issued unless otherwise stated -
(The information below Is required only when this endorsement is issued subsequent to preparation ❑f the policy.)
P❑llcy N❑. WC 9730570
Insured CAIROLLO ENGINEERS, INC.
Insurance Company Zurich American Insurance Company
We000313
Altaclunent Cade. D573178 Certificale 117: 214521117
POLICY NUMBER: GLO 9730569
COMMERCIAL GENERAL LIABILITY
CG 25 03 05 09
THIS ENDORSEMENT CHANGES THE POLICY, PLf;ASI= READ IT CAREFULLY.
DESIGNATED CONSTRUCTION PROJECT(S)
GENERAL AGGREGATE LIMIT
This endorsement modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Designated Construction Project(s):
A GENERAL AGGREGATE LIMIT APPLIES TO EACH CONSTRUCTION PRojECT WHERE THE INSURED
IS PERt±ORMING OPERATIONS; HOWEVER, ONLY ONE GENERAL AGGREGATE LIMIT WILI, RPPLY TO
ALL CONSTRUCTION PROJECTS WHERE THE INSURED IS PERFORMING OPERATIONS THAT ARE
INSURED UNDER A WRAP—UP OR ANY OTHCR COMBINED, CONSOLIDATED OR SIMILAR INSURANCE
PROGRAM.
Information required to complete this Schedule, if not shown above, will be shown In the declarations,
A. For all sums which the insured becomes legally obligated to pay
as damages caused by "occurrences" under Section I --
Coverage A, and for all medical expenses caused by accidents
under Section I -- Coverage C, which can be attributed only to
ongoing operations at a single designated construction project
shown in the Schedule above;
1. A separate Designated Construction Project General
Aggregate Limit applies to each designated construction
project, and that limit is equal to the amount of the General
Aggregate Limit shown in the Declarations.
2. The Designated Construction Project General Aggregate
Limit is the most we will pay for the sum of all damages
under Coverage A, except damages because of "bodily
Injury" or "property damage" included in the
"products -completed operations hazard", and for medical
expenses under Coverage C regardless of the number of:
a. Insureds;
b. claims made or "suits" brought; or
o. Persons or organizations making claims or bringing
"suits".
Any payments made under Coverage A for damages
or under Coverage C for medical expenses shall
reduce the Designated Construction Project General
Aggregate Limit for that designated construction
project. Such payments shall not reduce the General
Aggregate Limit shown in the Declarations nor shall
they reduce any other Designated Construction
Project General Aggregate Limit for any other
designated constructlan project shown in the
Schedule above.
The limits shown in the ❑eclarations for Each
Occurrence. Damage To Premises Rented To You
and Medical Expense continue to apply. However,
instead of being subject to the General Aggregate
Limit shown in the Declarations, such limits will be
subject to the applicable Designated Construction
Project General Aggregate Limit.
CG 25 03 05 09 Insurance Services Office, Inc., 2006
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, February 11, 2025 REFERENCE NO.: **M&C 25-0105
LOG NAME: 60VCWRF PRIMARY CLARIFIERS RPR-CAROLLO
SUBJECT:
(CD 5) Authorize Execution of a Professional Services Agreement with Carollo Engineers, Inc. in the
Amount of $3,977,400.00 for Resident Project Representation Services for the Village Creek Water
Reclamation Facility Primary Clarifiers Improvements, Adopt Resolution Expressing Official Intent to
Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance to Effect a
Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of a Professional Services Agreement with Carollo Engineers, Inc. in the
amount of $3,977,400.00 for Resident Project Representation Services for the Village Creek Water
Reclamation Facility Primary Clarifiers Improvements;
2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds
from future debt for the Village Creek Primary Clarifiers Replacements Phase 1 project; and
3. Adopt the attached appropriation ordinance adjusting appropriations in the Water and Sewer
Commercial Paper Fund by increasing appropriations in the Village Creek Primary Clarifier
Replacements Phase 1 project (City Project No. 103295) in the amount of $3,977,400.00 and
decreasing appropriations in the W&S Commercial Paper project (City Project No. UCMLPR) by the
same amount.
DISCUSSION:
The Village Creek Water Reclamation Facility (VCWRF), a 166 million gallons per day (MGD) plant,
comprised of primary, secondary and tertiary treatment, chlorine disinfection and de -chlorination. The
VCWRF produces anaerobically digested biosolids, which is processed at the Biosolids Dewatering and
Processing Facility. The VCWRF currently has 18 primary clarifiers, consisting of 12 small 80-foot
diameter clarifiers and 6 large 160-ft diameter clarifiers, located in the southeast corner of the plant.
On October 15, 2024, Mayor and Council Communication (M&C) 24-0855, the City Council authorized a
contract with Eagle Contracting, LLC in the amount of $98,319,734.00 for the Village Creek Water
Reclamation Facility Primary Clarifiers Improvements project consisting of the replacement of the 12 small
clarifiers, which were constructed in 1956, 1963, and 1971 and have outlived their useful lives.
This M&C will allow Carollo Engineers, Inc. to provide resident project representation services during
construction of the project. Staff considers the proposed fee to be fair and reasonable.
This project will have no impact on the Water Department's operating budget when complete.
Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation
authority under the Callable Commercial Paper Program (CP) will be used to provide interim financing for
this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used
to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached
Reimbursement Resolution. Under federal law, debt must be issued within approximately three years in
order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the
City to sell bonds, but preserves the ability of the City to reimburse from tax-exempt bond proceeds.
It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan
throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence,
additional funding needs are identified, and to comply with bond covenants. The action in the M&C will
appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029
Capital Improvement Program.
Funding for VCWRF Primary Clarifier Replacements Phase 1 project is depicted below:
60VCWRF PRIMARY CLARIFIERS RPR-CAROLLO
Capital
Project
Revised
FY2025 CIP Budget Change
Fund
Name
Appropriations Authority (Increase/Decrease) FY2025
Name
Budget
56023 —
103295 —
W&S
VC
Commercial
Primary
$30,676,608.36 This M&C $3,977,400.00 $34,654,008.36
Paper Fund
Clarifies
REPLPH1
Funding is budgeted in the Commercial Paper project within the W&S Commercial Paper Fund, for the
purpose of funding the Village Creek Primary Clarifiers Replacement Phase 1 project.
Funding for the Village Creek Primary Clarifiers Replacement Phase 1 project is depicted below:
Fund
Existing
Additional
Project Total*
Appropriations
Appropriations
Fund 56020 -
Water & Sewer
Revenue
$1,623,300.00
$0.00
$1,623,300.00
Bonds Series
2022
Fund 56022 -
W&S Rev
$4,035,605.00
$0.00
$4,035,605.00
Bonds Series
2024
Fund 56024 —
W&S Rev
Bonds Series
$57,000,000.00
$0.00
$57,000,000.00
2024B
Fund 56023 —
W&S
Commercial
$307676,608.36
$3,977,400.00
$34,654,008.36
Paper
Fund 56018 —
WS Capital
$1,839,596.94
$0.00
$1,839,596.94
Project 2020
Fund 57003 —
Sewer Impact
$11,068,124.00
$0.00
$11,068,124.00
Fee
Project Total � $106,243,234.30 � $3,977,400.00 �$110,220,634.30
*Numbers rounded for presentation.
Business Equity: The Business Equity Division placed a 7.41 percent business equity goal on this
solicitation/contract. Carollo Engineers, Inc., will be exceeding the goal at 7.66 percent, meeting the City's
Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity
Division.
The project is located in COUNCIL DISTRICT 5, VCWRF serves ALL COUNCIL DISTRICTS.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the UCMLPR Commercial Paper
project within the W&S Commercial Paper Fund, and upon approval of the above recommendations and
adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper
Fund for the VC Primary Clarifier REPL PH project to support the above recommendations and execution
of the construction contract. Prior to any expenditure being incurred, the Water Department has the
responsibility to validate the availability of funds.
FUND IDENTIFIERS (FIDs):
TO
Fund Department Account' Project ProgramActivityl Budget Reference # Amount
ID ID I , Year (Chartfield 2)
FROM
Fund Department Account Project Programctivityl Budget Reference # Amount
ID ID I , Year (Chartfield 2)
CERTIFICATIONS:
Submitted for City Manager's Office by_ William Johnson (5806)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: Farida Goderya (8214)
ATTACHMENTS
1. 24-103295(VCWRF Primary Clarifiers Replace ment)CM-NS.pdf (CFW Internal)
2. 60VCWRF PRIMARY CLARIFIERS RPR-CAROLLO FID Table (WCF 01.08.25).xlsx (CFW Internal)
3. 60VCWRF PRIMARY CLARIFIERS RPR-CAROLLO funds avail.docx (CFW Internal)
4. 60VCWRF PRIMARY CLARIFIERS RPR-CAROLLO Map.pdf (Public)
5. Commerical Paper Balances as of 01.08.25.xlsx (CFW Internal)
6. Form 1295 Certificate 101297711 signed.pdf (CFW Internal)
7. ORD.APP 60VCWRF PRIMARY CLARIFIERS RPR-CAROLLO 56023 A025(r3).docx (Public)
8. PBS CPN 103295.pdf (CFW Internal)
9. RES.60VCWRF PRIMARY CLARIFIERS RPR-CAROLLO 1.15.25.docx (Public)
10. SAM.gov search Carollo.Ddf (CFW Internal)
FIDs Bud et
Rec # I Fund Dept # Account Project ID Activity Budget CF 2 Program Amount Purpose
Year
Rec # Fund Dept # Account Project ID Activity Budget CF 2 Program Amount Purpose
Year
riVb IMEVEMUC Uf CJlYC19.7C MU 1%1% Uf <7L CI7LFICb 19CCUCU
Rec # Fund Dept # Account Project ID Activity Budget CF 2 Program Amount Purpose
Year
Xfer
Xfer
Xfer