Loading...
HomeMy WebLinkAboutContract 63271CSC No. 63271 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR GENERAL PROFESSIONAL SERVICES This agreement ("Agreement") is between the City of Fort Worth, a Texas home -rule municipality ("City"), and Freese and Nichols, Inc., authorized to do business in Texas ("Consultant"), for a project generally described as: Stormwater Public Education Program ("Project") — Project No. SWS-103. Article I Scope of Services (1) Consultant hereby agrees to perform professional services as set forth in this Agreement and the Scope of Services, attached hereto as Attachment "A" ("Services"). These Services shall be performed in connection with the Project. (2) Additional services, if any, will be memorialized by an amendment to this Agreement. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of City, and shall be furnished to the City, prior to or at the time such services are completed, or upon termination or expiration of Agreement. Article II Compensation Consultant shall be compensated an amount up to $95,000.00 ("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: March 8, 2024 Page 1 of 8 Stormwater Public Education Program SWS-103 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 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. 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 of Fort Worth, Texas Stormwater Public Education Program Standard Agreement for Professional Services SWS-103 Revision Date: March 8, 2024 Page 2 of 8 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 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 City of Fort Worth, Texas Stormwater Public Education Program Standard Agreement for Professional Services SWS-103 Revision Date: March 8, 2024 Page 3 of 8 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 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, City of Fort Worth, Texas Stormwater Public Education Program Standard Agreement for Professional Services SWS-103 Revision Date: March 8, 2024 Page 4 of 8 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. 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: Linda Sterne TPW / Stormwater 100 Fort Worth Trail Fort Worth, Texas 76102 City of Fort Worth, Texas Stormwater Public Education Program Standard Agreement for Professional Services SWS-103 Revision Date: March 8, 2024 Page 5 of 8 Consultant: Freese and Nichols, Inc. Attn: Bethany Fleitman 801 Cherry Street, #2800 Fort Worth TX, 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. 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 City of Fort Worth, Texas Stormwater Public Education Program Standard Agreement for Professional Services SWS-103 Revision Date: March 8, 2024 Page 6 of 8 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. 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 Stormwater Public Education Program Standard Agreement for Professional Services SWS-103 Revision Date: March 8, 2024 Page 7 of 8 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: CITY OF FORT WORTH Jesica McEachern Assistant City Manager Date: 05/14/2025 oti �pORll ATTEST: i Jannette Goodall City Secretary APPROVED AS TO FORM AND LEGALITY 4&_40e_ By: Douglas Black (May 5, 2025 14:41 CDT) Douglas W Black Sr. Assistant City Attorney Contract Compliance Manager: BY: CONSULTANT Freese and Nichols, Inc. Scott Hubley, E. Vice -President and Principal Date: 4/22/25 M&C No.: N/A M&C Date: N/A 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. r Linda Sterne OFFICIAL RECORD Communications Specialist CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Stormwater Public Education Program Standard Agreement for Professional Services SWS-103 Revision Date: March 8, 2024 Page 8 of 8 ATTACHMENT "A" Scope for Stormwater Public Education Proaram The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. Under this scope, "ENGINEER" is expanded to include any sub -consultant, including surveyor, employed or contracted by the ENGINEER. OBJECTIVE This project aims to develop and create a comprehensive Public Education & Outreach Program and materials to educate Fort Worth residents on stormwater issues. The scope will prioritize the most impactful elements within the available budget of $95,000. The focus will be on adult residents and property owners while incorporating age -appropriate materials for school -aged students. Freese and Nichols, Inc. and a sub -consultant, K Strategies, will complete the scope defined below. WORK TO BE PERFORMED Task 1. Review and Assess Current Communication Method Task 2. Define Future Public Outreach & Education Program Task 3. Develop and Enhance Public Education Materials Task 1: Review and Assess Current Communication Method • Conduct an in -person work session to evaluate existing education and outreach efforts. • Develop a written summary of existing outreach and education efforts including timeframes, as appropriate, and when and how certain efforts are implemented. • Identify strengths and gaps in current materials and outreach strategies. Task 2: Define Future Public Outreach & Education Program • Using results from Task 1, develop a comprehensive public education and outreach plan that considers the following elements and options: o Audience ■ Adult ■ Professional such as developers, builders, contractors, and realtors ■ Children ■ Disabled ■ Language Barriers ■ Socially Vulnerable o Methods City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 1 of 4 ■ Presentations ■ Video ■ Web -based Interactive ■ Handouts ■ Games ■ Mobile apps ■ Public Meeting Kit ■ Demonstrations ■ Booklets ■ Virtual reality ■ Promotional giveaways ■ Public engagement/events • Signage ■ Sponsor/Mentor ■ Continuing education credentials ■ Social media ■ Press releases ■ Training ■ Partnerships • How can we better reach/work with realtors • How can we better reach/work with insurance agents • Explore/ID other partnership opportunities ■ Billboards/signs ■ Social media o Messaging- Review communication information from websites of other sources such as FEMA, TFMA/ASFPM, university research, etc. to improve messaging and develop messaging recommendations ■ Stormwater ■ Drainage infrastructure ■ Watersheds ■ Reporting concerns ■ Environmental ■ Turn Around Don't Drown ■ Drainage Utility Fee/Rate Increases ■ NFIP/CRS/Flood Insurance ■ Homeowner tips ■ Low Impact Development/Green Infrastructure ■ Temporary flood prevention (sandbags) ■ Event promotion ■ Annual report o Resource Requirements ■ Staff ■ Budget- identify high level cost estimates for recommendations ■ Equipment/technology City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 2 of 4 ■ Miscellaneous expenses ■ Media ■ Venders ■ Consultants ■ Partners ■ Volunteers o Funding Alternatives ■ Annual budget cycle (operating and capital) ■ Grants/loans ■ Partnerships o Implementation Strategies ■ CFW Community Engagement Office ■ Stormwater Communications ■ Schools ■ Media ■ Partnerships ■ Material Distribution ■ Volunteers ■ Schools ■ Universities ■ Steps, priorities, and timelines ■ Roles and responsibilities • Coordinate with Stormwater Strategic Planning initiative o Communicate program elements, implementation steps, and resource needs o Receive strategic planning initiatives that impact public education messaging • Coordinate with separate City effort to evaluate ways to potentially increase Community Rating System (CRS) points related to communications and education to incorporate these ideas, as appropriate, into this plan. Use the Halff CRS Roadmap to inform recommendations for future outreach and engagement. Specifically, determine what it takes to set up the Program for Public Information (PPI) and implement it. • Research websites of other large similar Cities to benchmark and inform recommendations • Determine which of the materials, methods, and implementation steps can be implemented as a part of this assignment versus future implementation Task 3: Develop and Enhance Public Education Materials • Using the defined Stormwater Public Outreach and Education Program from Task 2 above, identify which of the highest priority materials are to be developed as a part of this assignment within the Task 3 budget allocation. DELIVERABLES Task 1 City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 3 of 4 • Draft and final written summary of work session on existing public education efforts and outreach program. Task 2 Draft and final future program comprehensive Stormwater Public Outreach and Education Program Plan, including recommended public education program activities detailing audience, methods, messaging, resource requirements, funding alternatives, and implementation strategies Task 3 • Draft and final version of education materials limited by priority and available budget City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 4 of 4 ATTACHMENT B COMPENSATION Stormwater Public Education Program City Project No. SWS-103 Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated for personnel time, non -labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Cateaory Rate for the ENGINEER's team member performing the work. Labor Cateaory Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Rate ($/hour) Professional 1 138 Professional 2 168 Professional 3 191 Professional 4 217 Professional 5 254 Professional 6 294 Construction Manager 1 119 Construction Manager 2 149 Construction Manager 3 161 Construction Manager 4 201 Construction Manager 5 243 Construction Manager 6 279 Construction Representative 1 107 Construction Representative 2 119 Construction Representative 3 149 Construction Representative 4 161 CAD Technician/Designer 1 117 CAD Technician/Designer 2 153 CAD Technician/Designer 3 187 Corporate Project Support 1 113 Corporate Project Support 2 136 Corporate Project Support 3 180 Intern / Coop 70 ** These rates will be adjusted annually in February. Last updated in 2025. ii. Non -Labor Expenses. Non -labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 1 of 5 FM ATTACHMENT B COMPENSATION 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. 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. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 2 of 5 ATTACHMENT B COMPENSATION III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Freese and Nichols, Inc. Engineering and PM $95,000.00 100.0 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 5 TOTAL $95,000 100% Total Fee MWBE Fee MWBE % $ $ Consultant Committed Goal = 0% AN EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) 1 �reg5'e ana Iylghols, Jac. 806-686-2709 2 8 9 7-987-90 93 3 801 Cherry Street #2800 801 Cherry Street # 2800 4 Fort Worth, Texas 76102 Fort Worth, Texas 76102 I nvOic 5 Supplier Project No. 6 : CFW Project Manager Linda Sterne Proj. Invoice No. 7 Invoice date:I s Supplier's project Manager. Bethany Reitman, P.E., CFM 9 Supplier's PM email: bethany.fleitman0jreese.com Period Service ❑ate:Fromf #O Service ❑ate:Tol 1'i Name of project : City Secretary Contract #: 12 St_: ablic Education Program P.O. )Number: 13 14 15. Labor Categor name Hours Rate lhr) 16 Professional - 1 138.001 17 Professional-2 168.00 18 Professional - 3 191.00 19 Professional-4 217.00 20 Professional - 5 254.00 21 Professional-6 294.09I 22 Construction Manager - 1 119.00 23 Construction Manager-2 149.OQ 24 Construction Manager - 3 1.61.00� 25 26 27 28 29 30 31 32 33 34 35 36 Construction Manager-4 201.0Q Construction Manager- 5 243.00. Construction Manager-6 279.OQ Construction Representative - 1 107.00 Construction Representative- 2 119.OQ Construction Representative - 3 149.00 Construction Representative- 4 161.OQ CAD TechniciarMesigner - 1 117.001 CAD TechniciarMesigner - 2 153.00 CAD TechniciarMesi ner - 3 187.00 Corporate Pr*ct Support -1 113.00 Cor orate Pia ect Su "t 2 136 OO p t pP - 37 Corporate Pr*ct Support - 3 180.OQ 38 Intern) Coop 70.00 39 40 l Wal Ldt)br 0.0 41 42 silty -contract SelUc?, 43 44 45 45 City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 4 of 5 Amount %0.00 $0.00 %0.00 $0.00 po--00 VIM *)" UU $9.00 YlJ.UU U �)p 1 0.U0 $0.00 $U.UU $f 9 V.1-00 $0.00 `S�U.UU $UUU $�.00 V,UU EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) 47 48 Subcontractor Subtotal $0,00 49 10 Percent Markup an Subcontract ServicQg $0.00 50 51 Nonlabor Expense 52 53 54 55 56 I 57 58 Nonlabor Expense Subtotal $0.00 59 60 : Total Expenses (Subcontract Services+Markup+Nonlabor Expenses) 61 62 63 TOTAL DUE THIS INVOICE 64 City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 5 of 5 M FORT WORTH ATTACHMENT "D" PROJECT SCHEDULE FNI agrees to complete the services by September 30, 2025. It is assumed that at the end of this time of completion, a separate contract or amendment may be issued for continuing the Stormwater Public Education Program effort. A. ENGINEER Project Schedule Development ENGINEER shall prepare a project schedule for the services to be provided in fulfilling the requirements of the Agreement and encompassing the Scope of Work defined in Attachment A to the Agreement. ENGINEER shall prepare and maintain project schedule throughout the life of the project as defined in the Agreement in compliance with the City's Specification 00 31 15 entitled Engineer Project Schedule. ENGINEER's project schedule will follow the Critical Path Methodology (CPM) for planned sequencing of the work activity and timing of the work. FNI agrees to complete the services by September 30, 2025. It is assumed that at the end of this time of completion, a separate contract or amendment may be issued for continuing the Stormwater Public Education Program effort. The initial schedule is detailed below: • Assuming a notice to proceed of April 28 • Task 1 o Conduct the in -person work session before mid -May o Submit draft written summary by May 31 o Submit final written summary by June 30 • Task 2 o Submit a draft submittal in August o Submit final work product no later than September 30 • Task 3 o ID materials to be developed in July (earlier if possible) o Submit draft materials in late August (earlier if possible) o Deliver final materials no later than September 30 It is assumed that City review of any submittals can be accomplished within 1 week. City of Fort Worth, Texas Attachment D Revision Date: 07.20.2018 Page 1 of 1 ATTACHMENT "E" Stormwater Public Education Program City Project No. SWS-103 LOCATION MAP This project is City -Wide and not limited to any individual location. ATTACHMENT "E° Page 1 of 1 EXHIBIT F CITY OF FORT WORTH STANDARD INSURANCE REQUIREMENTS (1) INSURANCE LIMITS a. Commercial General Liability — Insured shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance as follows: $1,000,000 each occurrence $2,000,000 aggregate If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this Project or location. City shall be included as an additional insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to City. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless City specifically approves such exclusions in writing. Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with Agreement. b. Business Auto — Insured shall maintain business auto liability and, if necessary, commercial umbrella liability insurance as follows: $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Such insurance shall cover liability arising out of "any auto", including owned, hired, and non -owned autos, when said vehicle is used in the course of Insured's business and/or the Project. If Insured owns no vehicles, coverage for hired or non -owned autos is acceptable. Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by Insured pursuant to this Agreement or under any applicable auto physical damage coverage. CFW Standard Insurance Requirements Page 1 of 3 Rev. 5.04.21 c. Workers' Compensation — Insured shall maintain workers compensation and employer's liability insurance and, if necessary, commercial umbrella liability insurance as follows: Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by Insured pursuant to this Agreement. d. Professional Liability (Errors & Omissions) — Insured shall maintain professional liability insurance as follows: $1,000,000 - Each Claim Limit $2,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be written on a claims -made basis, and maintained for the duration of the contractual agreement and for five (5) years following completion of services provided. The policy shall contain a retroactive date prior or equal to the Effective Date of the Agreement or the first date of services to be performed, whichever is earlier. An annual certificate of insurance shall be submitted to City to evidence coverage. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that Insured has obtained all required insurance shall be attached to Agreement concurrent with its execution. Any failure to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. b. Applicable policies shall be endorsed to name City as an Additional Insured, as its interests may appear, and must afford the City the benefit of any defense provided by the policy. The term City shall include its employees, officers, officials, and agents as respects the contracted services. Applicable policies shall each be endorsed with a waiver of subrogation in favor of City with respect to the Project. c. Certificate(s) of insurance shall document that insurance coverage limits specified in this Agreement are provided under applicable policies documented thereon. Insured's insurance policy(s) shall be endorsed to provide that said insurance is primary protection and any self -funded or CFW Standard Insurance Requirements Page 2 of 3 Rev. 5.04.21 commercial coverage maintained by City shall not be called upon to contribute to loss recovery. Insured's liability shall not be limited to the specified amounts of insurance required herein. d. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. City must approve in writing any alternative coverage for it to be accepted. e. A minimum of thirty (30) days' notice of cancellation or material change in coverage shall be provided to City. Aten (10) days' notice shall be acceptable in the event of non-payment of premium. f. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A:VII or equivalent measure of financial strength and solvency as determined by the City's Risk Management division. g. Any deductible or self -insured retention in excess of $25,000 that would change or alter the requirements herein is subject to approval in writing by City, if coverage is not provided on a first -dollar basis. City, at its sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to City. h. In the course of the Agreement, Insured shall report, in a timely manner, to City's Risk Management Department with additional notice to the Contract Compliance Manager, any known loss or occurrence which could give rise to a liability claim or lawsuit against City or which could result in a property loss. i. City shall be entitled, upon its request and without incurring expense, to review Insured's insurance policies including endorsements thereto and, at City's discretion, Insured may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims - made basis, shall contain a retroactive date coincidentwith or prior to the date of this Agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims -made. k. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the Project until final payment and termination of any coverage required to be maintained after final payments. I. City shall not be responsible for the direct payment of any insurance premiums required by Agreement. m. Subcontractors of Insured shall be required by Insured to maintain the same or reasonably equivalent insurance coverage as required for Insured. Upon City's request, Insured shall provide City with documentation thereof. CFW Standard Insurance Requirements Page 3 of 3 Rev. 5.04.21 SWS 103 Public Education Program Final Audit Report 2025-05-02 Created: 2025-04-28 By: Sadie Ishmael (Sadie.Ishmael@fortworthtexas.gov) Status: Approved Transaction ID: CBJCHBCAABAAEWgaLHD4narMUkNkVBUPgQTA7GCvTY2g "SWS 103 Public Education Program" History Document created by Sadie Ishmael (Sadie.Ishmael@fortworthtexas.gov) 2025-04-28 - 10:40:11 PM GMT- IP address: 204.10.90.100 Document emailed to Sadie Ishmael (Sadie.Ishmael@fortworthtexas.gov) for approval 2025-04-28 - 10:45:39 PM GMT Document approved by Sadie Ishmael (Sadie.Ishmael@fortworthtexas.gov) Approval Date: 2025-04-28 - 10:45:52 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Stephen Nichols (Stephen.Nichols@fortworthtexas.gov) for approval 2025-04-28 - 10:45:54 PM GMT Email viewed by Stephen Nichols (Stephen.Nichols@fortworthtexas.gov) 2025-04-28 - 11:34:45 PM GMT- IP address: 71.11.200.213 Sadie Ishmael (Sadie.Ishmael@fortworthtexas.gov) added alternate approver Jennifer Dyke (Jennifer.dyke@fortworthtexas.gov). The original approver Stephen Nichols (Stephen.Nichols@fortworthtexas.gov) can still approve. 2025-05-02 - 0:15:18 AM GMT- IP address: 75.139.251.69 Document emailed to Jennifer Dyke (jennifer.dyke@fortworthtexas.gov) for approval 2025-05-02 - 0:15:18 AM GMT =` Document approved by Stephen Nichols (Stephen.Nichols@fortworthtexas.gov) Approval Date: 2025-05-02 - 0:25:59 AM GMT - Time Source: server- IP address: 166.205.54.21 Document emailed to Jennifer Dyke (Jennifer.Dyke@fortworthtexas.gov) for approval 2025-05-02 - 0:26:02 AM GMT Email viewed by Jennifer Dyke (Jennifer.Dyke@fortworthtexas.gov) 2025-05-02 - 1:01:48 AM GMT- IP address: 104.47.65.254 FDRTWORTHs I P°`4'y Adobe Acrobat Sign J Document approved by Jennifer Dyke (Jennifer.Dyke@fortworthtexas.gov) Approval Date: 2025-05-02 - 1:04:25 AM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to tpw_sw_contracts@fortworthtexas.gov for approval 2025-05-02 - 1:04:27 AM GMT Email viewed by tpw_sw_contracts@fortworthtexas.gov 2025-05-02 - 1:55:36 PM GMT- IP address: 75.139.251.69 - Signer tpw_sw_contracts@fortworthtexas.gov entered name at signing as Sadie Ishmael 2025-05-02 - 1:56:15 PM GMT- IP address: 75.139.251.69 Document approved by Sadie Ishmael (tpw_sw_contracts@fortworthtexas.gov) Approval Date: 2025-05-02 - 1:56:17 PM GMT - Time Source: server- IP address: 75.139.251.69 i Agreement completed. 2025-05-02 - 1:56:17 PM GMT FoRTWORTHs I P°`4'y Adobe Acrobat Sign FORTWORTH Routing and Transmittal Slip TPW Stormwater Manaqement DOCUMENT TITLE: Stormwater Public Education Program M&C: NA CPN NA CSO NA DOC Remarks: The attached agreement is between the City, Stormwater and Freese & Nichols for the Stormwater Public Education Program - SWS-103. This project aims to develop and create a comprehensive Public Education & Outreach Program and materials, to educate Fort Worth residents on stormwater issues. DEPARTMENT INITIALS DATE 1. Linda Sterne -Contract Compliance TPW-Contract LS O4.22.25 Manager Compliance Manager Linda Sterne Communications Specialist 2. Stephen Nichols-SWM Prog Mgr. TPW- Initial 05/01/2025 3. Jennifer M. Dyke, Asst. Dir TPW- Initial 05/01/2025 4. Lauren Prieur, Dir. TPW- Initial ,� 05/03/2025 5. Doug Black Legal- Signature 4­­ 05/05/2025 6. Jesica McEachern CMO- Signature 05/14/2025 7. Ron Gonzales Approver 8. Jannette Goodall CSO- Signature 4� 05/14/2025 9. Allison Tidwell Form Filler „41 05/14/2025 - 05/02/2025 DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, Jay will review and take the next steps. NEEDS TO BE NOTARIZED: ❑ Yes X No RUSH: ❑ Yes X No SAME DAY: ❑ Yes X No NEXT DAY: ❑ Yes X No ROUTING TO CSO: X Yes ❑ No Action Required: ❑ As Requested ❑ For Your Information X Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return to: Please call Linda Sterne at ext. 2690 for questions or concerns. Thank you.