HomeMy WebLinkAboutContract 63418 (2)Docusign Envelope ID: F8395071-D6DA-4649-9CEA-1F877DD95EA4
CSC No. 63418
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR GENERAL PROFESSIONAL SERVICES
This agreement ("Agreement") is between the City of Fort Worth, a Texas home -rule
municipality ("City"), and AECOM Technical Services, Inc., authorized to do business in
Texas ("Consultant"), for a project generally described as: Southeast Downtown Project
Development Support ("Project") — Project No. 103807.
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 $940,000.00 ("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
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Southeast Downtown Project Development Support
Standard Agreement for Professional Services CPN103807
Revision Date: November 23, 2021
Page 1 of 9
Docusign Envelope ID: F8395071-D6DA-4649-9CEA-1F877DD95EA4
the schedule, whichever occurs first, unless terminated in accordance with the terms of this
Agreement. Unless specifically otherwise amended, the original term shall not exceed five
years from the original effective date.
Article IV
Independent Contractor
Consultant shall operate hereunder as an independent contractor and not as an officer, agent,
servant, or employee of City. Consultant shall have exclusive control of and the exclusive right
to control the details of the work to be performed hereunder and of all persons performing
same, and shall be solely responsible for the acts and omissions of its officers, agents,
employees, contractors and subcontractors. The doctrine of 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 Southeast Downtown Project Development Support
Standard Agreement for Professional Services CPN103807
Revision Date: November 23, 2021
Page 2 of 9
Docusign Envelope ID: F8395071 -D6DA-4649-9CEA-1 F877DD95EA4
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, which consent shall not be
unreasonably withheld.
Article X
Termination of Contract
(1) City may terminate this Agreement for convenience by providing written notice to
Consultant at least 30-days prior to the date of termination, unless Consultant agrees
in writing to an earlier termination date.
(2) Either City or Consultant may terminate this Agreement for cause if either party fails
to substantially perform, through no fault of the other and the nonperforming party
does not commence correction of such nonperformance within 5 days after receipt of
written notice or thereafter fails to diligently pursue the correction to completion.
(3) If City chooses to terminate this Agreement, upon receipt of notice of termination by
Consultant, Consultant shall discontinue Services on the date such termination is
effective. City shall compensate Consultant for such services rendered based upon
Article II of this Agreement and in accordance with Exhibit "B".
Article XI
Right to Audit
(1) Consultant agrees that City shall, until the expiration of three (3) years after final
payment under Agreement, have access to and the right to examine any directly
pertinent books, documents, papers and records of Consultant involving transactions
relating to Agreement. Consultant agrees that City shall have access during normal
City of Fort Worth, Texas Southeast Downtown Project Development Support
Standard Agreement for Professional Services CPN103807
Revision Date: November 23, 2021
Page 3 of 9
Docusign Envelope ID: F8395071 -D6DA-4649-9CEA-1 F877DD95EA4
working hours to all necessary facilities and shall be provided adequate and appropriate
workspace in order to conduct audits in compliance with the provisions of this section.
City shall give Consultant reasonable advance notice of intended audits.
(2) Consultant further agrees to include in all its subcontracts hereunder, a provision to
the effect that the subcontractor agrees that City shall, until the expiration of three (3)
years after final payment under the subcontract, have access to and the right to
examine any directly pertinent books, documents, papers and records of such
subcontractor(s), involving transactions to the subcontract, and further, that City shall
have access during normal working hours to all subcontractor facilities, and shall be
provided adequate and appropriate work space in order to conduct audits in
compliance with the provisions of this article. City shall give Consultant and any
subcontractor reasonable advance notice of intended audit.
(3) Consultant and subcontractor(s) agree to photocopy such documents as may be
requested by City. City agrees to reimburse Consultant for the cost of copies at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
Article XII
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 (replacing Ordinance No. 24534-11-2020, 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 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 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 indemnify and hold harmless City and all of its officers,
authorized 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).
City of Fort Worth, Texas Southeast Downtown Project Development Support
Standard Agreement for Professional Services CPN103807
Revision Date: November 23, 2021
Page 4 of 9
Docusign Envelope ID: F8395071-D6DA-4649-9CEA-1F877DD95EA4
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,
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
City of Fort Worth, Texas Southeast Downtown Project Development Support
Standard Agreement for Professional Services CPN103807
Revision Date: November 23, 2021
Page 5 of 9
Docusign Envelope ID: F8395071-D6DA-4649-9CEA-1F877DD95EA4
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: Kelly Porter
Transportation and Public Works Department
100 Fort Worth Trail
Fort Worth, Texas 76102
Consultant:
AECOM Technical Services, Inc.
Attn: Steven Duong
Vice President
13355 Noel Road, Suite 400
Dallas, TX 75240
All other notices may be provided as described above or via electronic means.
Article XIX
Prohibition On Contracts With Companies Boycotting Israel
Consultant, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Consultant has 10 or more full time -employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed
to those terms in Section 808.001 of the Texas Government Code. By signing this
contract, Consultant certifies that Consultant's signature provides written verification
to the City that if Chapter 2271, Texas Government Code applies, Consultant: (1) does
not boycott Israel; and (2) will not boycott Israel during the term of the contract.
City of Fort Worth, Texas Southeast Downtown Project Development Support
Standard Agreement for Professional Services CPN103807
Revision Date: November 23, 2021
Page 6 of 9
Docusign Envelope ID: F8395071-D6DA-4649-9CEA-1F877DD95EA4
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 Southeast Downtown Project Development Support
Standard Agreement for Professional Services CPN103807
Revision Date: November 23, 2021
Page 7 of 9
Docusign Envelope ID: F8395071-D6DA-4649-9CEA-1F877DD95EA4
Article XXIII
Attachments, Schedules and Counterparts
This Agreement may be executed in one or more counterparts and each counterpart shall,
for all purposes, be deemed an original, but all such counterparts shall together constitute
but one and the same instrument.
The following attachments and schedules are hereby made a part of Agreement:
Attachment A - Scope of Services
Attachment B — Compensation
Attachment C - Changes to Agreement
Attachment D— Insurance Requirements
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
O�)
v
Jesica McEachern
Assistant City Manager
Date: 06/11 /25
ATTEST:
zz onIl
p O�FORr as
`Lo9-a0o
�a
�n�s�.�. A �z.ilnrt �aa4 nEXA`�oO'
Jannette Goodall
City Secretary
APPROVED AS TO FORM AND LEGALITY:
Douglas Black (Jun 9, 202515:54 CDT)
Douglas W. Black
Sr. Assistant City Attorney
BY:
AECOM TECHNICAL SERVICES, INC.
Docu Signed by:
82B589E2E754K
Garrett Harper
Vice President
Date: 5/23/2025
M & C No. # 25-0374
M & C Date: April 22nd 2025
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Docusign Envelope ID: F8395071 -D6DA-4649-9CEA-1 F877DD95EA4
alcoM
RE: Certificate of Interested Parties Form 1295
AECOM
19219 Katy Freeway, Suite 100
Houston, TX 77094
aecom.com
September 8, 2022
The amended law effective January 1, 2018, states that a Form 1295 is not required if a contract with a publicly traded
business entity, including a wholly owned subsidiary of the business entity is entered into or amended on or after
January 1, 2018. Therefore AECOM Technical Services, Inc. (ATS) is not required to file a Form 1295 because ATS
is a wholly owned subsidiary of AECOM, a publicly traded entity.
aecom.com
1 /1
Docusign Envelope ID: F8395071-D6DA-4649-9CEA-1F877DD95EA4
AECOM
SECRETARY'S CERTIFICATE
AECOM
a Delaware corporation
I, Manav Kumar, DO HEREBY CERTIFY that I am the duly elected and acting SVP,
Deputy General Counsel, Corporate Secretary of AECOM, a corporation organized under the
laws of the State of Delaware (the "Corporation"), and the keeper of its records and corporate
seal.
I FURTHER CERTIFY that the Corporation's full legal address is c/o The
Corporation Trust Company, 1209 Orange Street, Wilmington, Delaware 19801-0000 and
that the Corporation's principal place of business is 13355 Noel Road, Suite 400,
Dallas, Texas 75240.
I FURTHER CERTIFY that AECOM (formerly, AECOM Technology Corporation),
is a Delaware corporation whose stock is publicly traded as "ACM" on the NYSE. You may
find the Form 10-K and other forms filed with the U.S. Securities and Exchange Commission
at http://www.sec.aov and at http:investors.aecom.com
I FURTHER CERTIFY that AECOM Global II, LLC, a limited liability company
organized under the laws of the State of Delaware ("AECOM Global II"), is a direct wholly -
owned subsidiary of the Corporation.
I FURTHER CERTIFY that URS Holdings, Inc., a corporation organized under the
laws of the State of Delaware ("URS Holdings"), is a direct wholly -owned subsidiary of
AECOM Global II, and an indirect wholly -owned subsidiary of the Corporation.
I FURTHER CERTIFY that URS Global Holdings, Inc., a corporation organized
under the laws of the State of Nevada ("UGH"), is a direct wholly -owned subsidiary of URS
Holdings, and an indirect wholly -owned subsidiary of the Corporation.
I FURTHER CERTIFY that The Earth Technology Corporation (USA), a corporation
organized under the laws of the State of Delaware ("TETCO"), is a direct wholly -owned
subsidiary of UGH, and an indirect wholly -owned subsidiary of the Corporation.
I FURTHER CERTIFY that AECOM Technical Services, Inc., a corporation
organized under the laws of the State of California ("ATS"), is a direct wholly -owned
subsidiary of TETCO, and an indirect wholly -owned subsidiary of the Corporation.
Docusign Envelope ID: F8395071-D6DA-4649-9CEA-1F877DD95EA4
�L=Com
I FURTHER CERTIFY that the attached Exhibit A, is a true and accurate
organizational structure chart detailing the ownership of the aforementioned entities.
IN WITNESS WHEREOF, I have subscribed my name and affixed the seal of the
Corporation, this 201h day of July, 2022.
Man av Kumar
SVP, Deputy General Counsel,
Corporate Secretary
Docusign Envelope ID: F8395071 -D6DA-4649-9CEA-1 F877DD95EA4
�L=COM
AECOM
Corporation
Delaware
AECOM Global II, LLC
Limited Liability Company
Delaware
URS Holdings, Inc.
Corporation
Delaware
URS Global Holdings, Inc.
Corporation
Nevada
The Earth Technology Corporation
(USA)
Corporation
Delaware
AECOM Technical Services, Inc.
Corporation
California
Docusign Envelope ID: F8395071 -D6DA-4649-9CEA-1 F877DD95EA4
FORTWORTH.
ATTACHMENT A
Scope for SE Downtown Proiect development Supvort
On Call Support Structure
Task
Summary of Doliverables Cost
Task 1 -Project Management
ei-weekly team calls and ad floc tasks to manage project
Task 2- Sta keholder support
Support for partner, stakeholder, and public meetings
Refine planning level tfanspprtatian and garage design and update Cost estimates,
Task 3 - Concept Design Iteration
integration with A&M Innovation District team
Refine valuation and phasing with operating model and funding scenarios, governance
Task 4 • Financial Transattion Support
and solicitation structure, puhlk cost benefit analysis
Revised parking and traffic study based on new design concepts, Coordination and
Task 5 - Traffic Impact and Parking Study
updates with Convention Center studies
Analysis of the economic impact of the high speed rail station (land value premium, job
creation, impact to property values, sales tax, tourism impacts). A benchmark analysis
Task 6 - H5fi +Urban Rail Premium will compare rates of land aborbOon for population and employment growth.
Preliminary design and engineering services to advance projects which will be turned
Task 7 - Prelminary Design and Engineering Support aver to the GFC team.
Other Direct Costs Funding for Replica scenario and road closure tool
Total Totai Not to Emceed $765,000.00
Scope of Work - On Call Support
The goal of this contract is to provide technlcal support for COIF N staff with project partners,
Including Texas A&M, Innovation District, Central Station, and other public and private entities
• Further refine the district infrastructure and development concepts with stakeholder
feedback and internal testfrts, including parking and transportation phasing project delivery
• Support forpartneli st2l2holdeyand public meetings. This includes meeting logistics,
public communication, and meeting fadlitations,
• Financial analysis and grant writing support, including confirming a feasible operating
financial model and support of federal, state, and regional grant application development.
• Better understand funding gaps by incorporating operating model and quantifying impact ofa.�rwN
various funding and phasing approaches.
Lay the groundwork for f uture d eveJlaper outmach by recommending solicitation approach
and beglnning to assemble required documents.
• Support fnr COFW in ongnina Fart Worth to Dallas Nigh -Speed Rail project development,
Including the D/F W Staticns Economic Development Joint Study,
i
$175,000 for doing modeling work for the city of Arlington for the High Speed Rail Impact.
CITY of Fort Worth, Texas Butler RIAto - Southeast Downtown Project D—hpment 5uppart
Attach meat A CPN 1438D7
PMO Release: 02.06-201S
CITY of Fort Worth, Texas
Attachment A
Butler Place Access - Dev Plan
CPN 103807
PMO Release:02.06.2015
Docusign Envelope ID: F8395071-D6DA-4649-9CEA-1F877DD95EA4
ATTACHMENT B
COMPENSATION
Consulting Services for
Southeast Downtown Project Development
City Project No. 103807
Amount up to $940,000.00
I. Compensation
A. The CONSULTANT shall be compensated an amount not to exceed
$940,000.00 as summarized in Exhibit B-1 — Consultant Invoice and Section IV —
Summary of Total Project Fees. The project budget shall be used for the
services described in Attachment A, including all labor materials, supplies, and
equipment necessary to deliver the services.
B. The CONSULTANT shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. Partial payment shall be made to the CONSULTANT monthly upon City's approval
of an invoice prepared and submitted by the CONSULTANT in the format and
including content as presented in Exhibit B-1, Progress Reports as required in item
III. of this Attachment B, and Schedule as required in Attachment D to this
Agreement.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the CONSULTANT.
E. Each invoice should withhold five percent (5%) of the charged amount for
retainage. Retainage will be released in full with satisfactory completion of the
project as part of the final invoice
III. Progress Reports
A. The CONSULTANT 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.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 1 of 3
Butler Place Access — Dev Plan
CPN 103807
B-1
Docusign Envelope ID: F8395071 -D6DA-4649-9CEA-1 F877DD95EA4
ATTACHMENT B
COMPENSATION
I. Summary of Total Project Fees
Firm Primary Responsibility
AECOM Prime consultant
Proposed DBE Sub -Consultants
DeShazo Group Sub -consultant
Othon Sub -consultant
Project Number & Name
Butler Place Access and Development
Plan - 103807
Interlocal Agreement with Arlington for
High Speed Rail Study
DBE Goal = 12 %
TOTAL
Fee Amount %
$811,560.00 86%
$940,000.00 86%
$68,440.00
$60,000.00
TOTAL $128,440.00 13%
Total Fee DBE Fee DBE %
$765,000.00 $128,440 13%
$175,000.00 N/A N/A
Consultant Committed Goal = 13 %
City of Fort Worth, Texas Butler Place Access — Dev Plan
Attachment B CPN 103807
PMO Official Release Date: 8.09.2012
Page 2 of 3
B-2
Docusign Envelope ID: F8395071 -D6DA-4649-9CEA-1 F877DD95EA4
EXHIBIT "B-1"
CONSULTANT 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.
Please include hourly rate for all staff on performing work on contract.
Please include budget by tasks, include amounts for overhead and profit separately in
table.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 3 of 3
Butler Place Access — Dev Plan
CPN 103807
AM
Docusign Envelope ID: F8395071 -D6DA-4649-9CEA-1 F877DD95EA4
Exhibit B-1
Professional Services Invoice Project Manager: Armond Bryant
Project: SE Downtown Project Development Support
City Project #: xxxxxx
Work Type Desc: I supplier Instructions:
FID: JXXXXXXX
City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Quanities
Purchase Order: When your Invoice is complete, save and close, start B=saw and Add your invoice to the
Consultant folder within Project's folder.
Company Name: Aecom Technical Services Inc.
Supplier's PM:
email:
Supplier Invoice #:
Office Address:
Payment Request #:
Telephone:
Service Date:From
Fax:
Service Date:To
Invoice Date:
Remit Address:
Pay Items Agreement LTD
Agreement Amendment Amendment Amount to Completed
Description Amount Number Amount Date Amount
33 - Other Reimbursibles Planning Study $940,000.00 $940,000.00
f�
1
Totals This Unit:
Overall Percentage Spent:
Percent
Spent
($) Invoiced I
Previously
Current Remaining
Invoice Balance
$765,000.00
Docusign Envelope ID: F8395071-D6DA-4649-9CEA-1F877DD95EA4
Exhibit B-1
City of Fart Worth
Solicitation No. 103807
Southeast Douutomm Project Development Support
PRICE SCHEDULE
Rate Table
May 9, 2025
-UC 0'%I IechoicaI SeMces, Inc. (ATS)
A. FUR-M-FIXED HOURLY UNIT RATES For PRIXIE CONTRACTOR;
Please pro6de for the Prime and all subcontractors, for each proposed job classification, the average direct labor cost PER HOUR,
the overhead and profit (fee) rate, and the loaded labor rate per hour. Additionally- list the reimbursable expenses z,ou anticipate
for the duration of the contract. (RESPONDER_ Copt, tables as required to accommodate all needed job classifications.)-
Urban DesignerV
Urban Designer IV
Urban Designer III
Urban Designer II
Urban Designer I
Associate Urban Designer
SeniarAssaciate Urban Designer
Associate Principal Urban Designer
Principal Urban Designer
Senior Associate Public Engagement Planner
Associate Public Engagement Planner
Principal Public Engagement Planner
Public Engagement Planner
Graphic Designer
Intern
Cast Estimator
Civil Engineer III
Senior Civil Engineer
Civil Engineer Manager
SeniarAssaciate Economist
Principal Economist
Associate Principal Economist
Associate Economist
Senior Analyst
DataAnalyst II
Data Analyst I
Transportation Planner III
Transportation Planner II
Transportation Planner I
Associate Transportation Planner
Senior Associate Transportation Planner
Principal Transportation Planner
Administrative Assistant
$67.00
143%
$95-78
$162-78
10%
$16-28
$179.06
$59.00
143%
$84-35
$143-35
10%
$14-33
$157.68
$50.00
143%
$71.48
$121.48
10%
$12.15
$133.63
$42.00
143%
$60-04
$102-04
10%
$10-20
$112.25
$35.00
143%
$50-04
$85-04
10%
$8-50
$93.54
$73.00
143%
$104-36
$177-36
10%
$17-74
$195.10
$85.00
143%
$121.52
$206.52
10%
$20.65
$227.17
$100-00
143%
$142-96
$242-96
10%
$24-30
$267.26
$125-00
143%
$178-70
$303-70
10%
$30-37
$334.07
$60.00
143%
$85.78
$145.78
10%
$14.58
$160.35
$50.00
143%
$71.48
$121.48
10%
$12.15
$133.63
$75.00
143%
$107-22
$182-22
10%
$18-22
$200.44
$40.00
143%
$57-18
$97-18
10%
$9-72
$106.90
$45.00
143%
$64.33
$109.33
10%
$10.93
$120.27
$25.00
143%
$35-74
$60-74
10%
$6-07
$66.81
$87.00
143%
$124-38
$211-38
10%
$21-14
$232.51
$60.00
143%
$85-78
$145-78
10%
$14-58
$160.35
$75.00
143%
$107.22
$182.22
10%
$18.22
$200.44
$110-00
143%
$157-26
$267-26
10%
$26-73
$293.98
$85.00
143%
$121-52
$206-52
10%
120-65
$227.17
$130-00
143%
$185-85
4315-85
10%
531-58
3347.43
$105.00
143%
$150.11
$255.11
10%
525.61
$280.62
$75.00
143%
$107-2-2
$182-2-2
10%
$18-2-2
$200.44
$60.00
143%
$85-78
$145-78
10%
$14-58
$160.35
$50.00
143%
$71.48
$121.48
10%
$12.15
$133.63
$40.00
143%
$57.18
$97.18
10%
$9.72
$106.90
$60.00
143%
$85-78
4145-78
10%
514-58
$160.35
$45.00
143%
$64-33
$109-33
10%
$10-93
$120.27
$39.00
143%
$55.75
$94.75
10%
$9.48
$104.23
$70.00
143%
$100-07
$170-07
10%
$17-01
$187.08
$85.00
143%
$121-52
$206-52
10%
$20-65
$227.17
$130-00
143%
$185-85
$315-85
10%
$31-58
$347.43
$45.00
143%
$64.33
$109.33
10%
$10.93
$120.27
Docusign Envelope ID: F8395071 -D6DA-4649-9CEA-1 F877DD95EA4
I_A i r_TH:I l,V114 Z k ll o%
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Butler Place Access and Development Plan — Main Project Phase
City Project No. 103807
All instances of AECOM changed to AECOM Technical Services, Inc. (ATS).
Article IX is revised to read as follows:
Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this
Agreement without prior written consent of City, which consent shall not be unreasonably withheld.
Article XIII is revised to read as follows:
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, authorized 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).
Exhibit D City of Fort Worth Standard Insurance Requirements
i. Under necessary circumstances, the insurance policies may be made available for review, in
redacted form, on Consultant's premises with sufficient advance notice.
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of
Docusign Envelope ID: F8395071 -D6DA-4649-9CEA-1 F877DD95EA4
EXHIBIT D
CITY OF FORT WORTH
STANDARD INSURANCE REQUIREMENTS
(1) INSURANCE LIMITS
a. Commercial General Liability — Insured shall maintain commercial general
liability (CGL) and, if necessary, commercial umbrella insurance as follows:
$1,000,000 each occurrence
$2,000,000 aggregate
If such Commercial General Liability insurance contains a general aggregate limit,
it shall apply separately to this Project or location.
City shall be included as an additional insured with all rights of defense
under the CGL, using ISO additional insured endorsement or a
substitute providing equivalent coverage, and under the commercial
umbrella, if any. This insurance shall apply as primary insurance with
respect to any other insurance or self-insurance programs afforded to
City. The Commercial General Liability insurance policy shall have no
exclusions or endorsements that would alter or nullify:
premises/operations, products/completed operations, contractual,
personal injury, or advertising injury, which are normally contained
within the policy, unless City specifically approves such exclusions in
writing.
ii. Insured waives all rights against City and its agents, officers, directors
and employees for recovery of damages to the extent these damages
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
Rev. 5.04.21
Page 1 of 3
Butler Place Access - Dev Plan
CPN# 103807
Docusign Envelope ID: F8395071 -D6DA-4649-9CEA-1 F877DD95EA4
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 exe cution. 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 include 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
Butler Place Access - Dev Plan
CPN# 103807
Docusign Envelope ID: F8395071 -D6DA-4649-9CEA-1 F877DD95EA4
commercial coverage maintained by City shall not be called upon to contribute
to loss recovery. Insured's liability shall not be limited to the specified amounts
of insurance required herein.
d. Other than worker's compensation insurance, in lieu of traditional insurance,
City may consider alternative coverage or risk treatment measures through
insurance pools or risk retention groups. City must approve in writing any
alternative coverage for it to be accepted.
e. A minimum of thirty (30) days' notice of cancellation or material change in
coverage shall be provided to City. A ten (10) days' notice shall be acceptable
in the event of non-payment of premium.
f. Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A:VII or equivalent measure of financial strength
and solvency as determined by the City's Risk Management division.
g. Any deductible or self -insured retention in excess of $25,000 that would
change or alter the requirements herein is subject to approval in writing by
City, if coverage is not provided on a first -dollar basis. City, at its sole
discretion, may 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 coincident with 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
Butler Place Access - Dev Plan
CPN# 103807
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 04/22/25 M&C FILE NUMBER: M&C 25-0374
LOG NAME: 20SOUTHEAST DOWNTOWN PROJECT DEVELOPMENT SUPPORT
��IJ-1A1 X� 1
(CD 9 and CD 11) Authorize Acceptance of a Donation from the Fort Worth Local Development Corporation in the Amount of $765,000.00,
Authorize Execution of a Professional Services Agreement with AECOM Technical Services, Inc. in the Amount of $940,000.00 for the Southeast
Downtown Fort Worth Project Development Support, Authorize Execution of an Interlocal Agreement with the City of Arlington in an Amount Up to
$183,750.00 for a High Speed Rail Economic Impact Analysis, Adopt Appropriation Ordinance, and Amend the Fiscal Years 2025-2029 Capital
Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize Acceptance of a Donation in the amount of $765,000.00 from the Fort Worth Local Development Corporation for the Southeast
Downtown Fort Worth Project;
2. Authorize Execution of a Professional Services Agreement with AECOM Technical Services, Inc. in the Amount of $940,000.00, for the
Southeast Downtown Project Development Support;
3. Authorize Execution of an Interlocal Agreement with the City of Arlington in an Amount Up to $183,750.00 for inclusion with the High -Speed
Rail Economic Impact Analysis;
4. Adopt an appropriation ordinance increasing estimated receipts and appropriations in the Developer Contribution Fund, in the amount of
$765,000.00, from future revenues within Developer Cash Contributions, for the purpose of funding the Southeast Downtown Project
Development Support (City Project No. 103807); and
5. Amend the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to accept a contribution from the Local Development Corporation and authorize
execution of an agreement with AECOM Technical Services, Inc. (AECOM) in the amount of $765,000.00 for Southeast Downtown Project Support
and to authorize execution of an interlocal agreement with the City of Arlington for a joint high-speed rail economic impact analysis.
Southeast Downtown Project Development Support
On August 8, 2023, AECOM was selected for the Access Butler Place Plan, which focuses on increasing the access points to Bulter Place from
downtown and surrounding neighborhoods (M&C 23-0637, CSO 61088).
On October 15, 2024, the Connecting the Core amendment was executed to expand the study of the transportation infrastructure needs of
Downtown Fort Worth and surrounding areas (M&C 24 -0919, CSO 61088-A1).
On February 25, 2025, the Local Development Corporation (LDC) approved a resolution that authorized the transfer of $765,000.00 from the LDC
to the City for the purposes of engaging AECOM for work on the Southeast Downtown Project Support project (Resolution FWLDC-2025-03).
Projects like Texas A&M expansion, the Fort Worth Convention Center expansion, Bulter Place redevelopment, and Fort Worth to Houston High -
Speed Rail will all have a profound impact on Downtown Fort Worth. This includes the City of Fort Worth portion of the High -Speed Rail Economic
Impact Analysis and will coordinate the required infrastructure for the Southeast Downtown area. AECOM will work with the City of Fort Worth and
developers to determine future parking needs, conduct fiscal analysis, provide funding schemes, provide grant writing support, and complete pre -
engineering.
Regional High -Speed Rail Economic Development Analysis
The City of Dallas is advancing its own economic analysis for high-speed rail, whereas the cities of Fort Worth and Arlington have agreed to
partner in a joint study. The study scope analyzes the economic impact of constructing high-speed rail and its impact on property owners, local
businesses, and other factors. Fort Worth and Arlington will pay for their portions of the joint study.
Once approved by the City of Arlington City Council and the Interlocal Agreement is executed, the City of Arlington will pay to the City of Fort Worth
$183,750.00 which will be appropriated to the Connecting the Core project through an M&C that will be submitted at a later date. 5% of the agreed
upon funding will be for indirect costs for the City of Fort Worth staff review.
Appropriations for the Southeast Downtown project support are below.
Fund Number Fund Name M&C Amount
30104 Developer Contribution (LDC) This M&C $765,000.00
30106 Intergovernmental Contribution Fund Future M&C $183,750.00
Project Total $948,750.00
The Transportation and Public Works Department is responsible for the billing and collection of these funds.
The Business Equity Division placed a 12.60% business equity goal on this solicitation/contract. AECOM Technical Services, Inc., will exceed the
goal at 13.66%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division.
This is a donation from the Local Development Corporation and no match or other financial commitment is required as part of this scope.
The interlocal agreement with the City of Arlington is set for reimbursement.
This is located in COUNCIL DISTRICTS 9, and 11.
A Form 1295 is not required because: This contract will be with a publicly -traded business entity or a wholly -owned subsidiary of a publicly -traded
business entity: AECOM Technical Services Inc.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds
will be available in the Developer Contribution Fund within ARPA Butler Place Access-Dev P project. The Transportation and Public Works
Department (and Financial Management Services) is responsible for the collection and deposit of funds. Prior to any expense being incurred, the
Transportation and Public Works Department has the responsibility to validate the availability of funds.
Submitted for Citv Manaaer's Office bv: Jesica McEachern 5804
Oriainatina Business Unit Head: Lauren Prieur 6035
Additional Information Contact: Monty Hall 8662
Kelly Porter 7259
Expedited
103807-EPAG-Southeast Downtown Project
Development Support
Final Audit Report 2025-06-05
Created: 2025-06-02
By: Andrea Munoz (Andrea. Munoz@fortworthtexas.gov)
Status: Canceled / Declined
Transaction ID: CBJCHBCAABAAZBJgh9sU12Bd4nKIgTIdOI08jxtn63oJ
"103807-EPAG-Southeast Downtown Project Development Sup
port" History
Document created by Andrea Munoz (Andrea. Munoz@fortworthtexas.gov)
2025-06-02 - 9:21:33 PM GMT- IP address: 208.184.124.181
Document emailed to Armond Bryant(armond.bryant@fortworthtexas.gov) for filling
2025-06-02 - 9:38:17 PM GMT
Cy Document emailed to Donnette Murphy (donnette.murphy@fortworthtexas.gov) for approval
2025-06-02 - 9:38:17 PM GMT
Email viewed by Armond Bryant (armond.bryant@fortworthtexas.gov)
2025-06-02 - 9:38:24 PM GMT- IP address: 20.159.64.138
r� Email viewed by Donnette Murphy (don nette.murphy@fortworthtexas.gov)
2025-06-02 - 9:38:25 PM GMT- IP address: 52.244.129.126
6Q Document approved by Donnette Murphy (don nette.murphy@fortworthtexas.gov)
Approval Date: 2025-06-03 - 4:42:45 AM GMT - Time Source: server- IP address: 209.37.221.130
�i Armond Bryant(arm ond. brya nt@fortworthtexas. gov) uploaded the following supporting documents:
(9 Attachments 1
2025-06-05 - 8:54:56 PM GMT
&o Form filled by Armond Bryant (armond.bryant@fortworthtexas.gov)
Form filling Date: 2025-06-05 - 8:54:56 PM GMT - Time Source: server- IP address: 208.184.124.181
Cy Document emailed to Kelly Porter (kelly.porter@fortworthtexas.gov) for filling
2025-06-05 - 8:54:58 PM GMT
FORT WORTHS I Powered by
Adobe
Acrobat Sign
f) Email viewed by Kelly Porter (kelly.porter@fortworthtexas.gov)
2025-06-05 - 8:55:19 PM GMT- IP address: 20.159.64.138
L* Document canceled by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
2025-06-05 - 8:55:53 PM GMT- I address: 204.10.90.100
FORT WORTHS 1 Powered'y
Adobe
Acrobat Sign
FORT WORTH.
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE:
Southeast Downtown Proiect Development Support
M&C: 25- CPN: 103807 CSO: DOC#:
Date:
To:
Name
Department
Initials
Date Out
1.
Armond Bryant, Project Manager
TPW
Aa
06/05/25
2.
Kelly Porter, Program Manager
TPW AD
A-
06/09/25
3.
Lauren Prieur, TPW Director
TPW Director
?tom
06/09/25
4.
Doug Black
Legal
ouglazala�k
06/09/25
5.
JesicaMcEachern, ACM
CMO
OP&
06/11/25
6.
Jannette Goodall
CSO
A L
06/12/25
7.
Donnette Murphy
Risk
DM 00
06/02/25
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 E10
RUSH: ❑YES ®No SAME DAY: ❑YES ❑No NEXT DAY: DYES ❑No
ROUTING TO CSO: ®YES ❑No
Action Required: ❑ Attach Signature, Initial and Notary Tabs
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File
Return To: TPWContracts(a,FortWorthTexas.aov at ext. 7233 or 8363, for pick up when
completed. Thank you!
Updated 0111212024 mdhm