HomeMy WebLinkAboutContract 62477-A1CSC No. 62477-A1
AMENDMENT No . 1
TO CITY SECRETARY CONTRACT No. 62477
WHEREAS, the City of Fort Worth (CITY) and AECOM Technical Services,
Inc. (ENGINEER) made and entered into City Secretary Contract No. 62477,
(the CONTRACT) which was administratively authorized on the 18th day of
December, 2024, in the amount of $95,911.00; and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Eagle Mountain Water Treatment Plant Expansion, CPN 1051 76; and
WHEREAS, it has become necessary to execute Amendment No.1 to the
CONTRACT to include an increased scope of work and revised fee.
NOW THEREFORE, CITY and ENGINEER, acting herein by and through their
duly authorized representatives, enter into the following agreement, which
amends the CONTRACT:
1.
Article I of the CONTRACT is amended to include the additional
engineering services specified in proposal attached hereto and incorporated
herein. The cost to City for the additional design services to be performed
by Engineer totals $8,421,196.00.
2.
Article II of the CONTRACT is amended to provide for an increase in
the fee to be paid to Engineer for all work and services performed under
the Contract, as amended, so that the total fee paid by the City for all
work and services shall be an amount of $8,517,107.00.
3.
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Eagle Mountain Water Treatment Plant Expansion
Prof Services Agreement Amendment Template CPN: 105176
Revision Date: 12/08/2023
Page 1 of 2
EXECUTED and EFFECTIVE as of the date subscribed by the City's
designated Assistant City Manager.
APPROVED:
City of Fort Worth
Jesica McEachern
Assistant City Manager
DATE: 08/26/2025
4 dy44pn
p o� FORT�a��
pAo °�9dd
ATTEST: po Rio
`/ �bnno444
Jannette S. Goodall
City Secretary
APPROVAL RECOMMENDED:
chrikopher 1fal4er
Christopher Harder (Aug 21, 2025 06:37:16 CDT)
Christopher Harder, P. E.
Director, Water Department
Contract Compliance Manager:
ENGINEER
AECOM Technical Services, Inc.
Rami Psw,
.E.
Vice President
DATE: 08/20/2025
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.
71-z�-a
James McDonald, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:
Douglas Black (Aug 21, 2025 10:22:21 CDT)
Douglas W. Black
Sr. Assistant City Attorney
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas
Prof Services Agreement Amendment Template
Revision Date: 12/08/2023
Page 2 of 2
M&C No.#: 25-0716
M&C Date: August 12', 2025
Form 1295: N/A
Eagle Mountain Water Treatment Plant Expansion
CPN: 105176
AECOMAECOM
13355 Noel Road #400
Dallas, TX 75240
T: +1 (972) 788-1000
aecom.com
June 3, 2025
Mr. James McDonald, P.E.
Sr Capital Projects Officer - Project Manager
City of Fort Worth Water Department
100 Fort Worth Trail
Fort Worth, TX 76102
RE: RPR FOR EAGLE MOUNTAIN WATER TREATMENT
PLANT (EMWTP) 35 MGD EXPANSION
Amendment No. 1
AECOM No. 60746105
City Secretary No. 62477 - City Project No. 105176
Dear James:
This letter is in reference to a contract between ENGINEER (AECOM) and the City of Fort Worth (the CITY) executed
12/18/24 referred to herein as the "Contract". AECOM is pleased to submit our Amendment No. 1 for the CITY's RPR
for Eagle Mountain Water Treatment Plant (EMWTP) 35 MGD Expansion Project.
The CITY has requested that AECOM perform additional services under Amendment Number 1 for the RPR for Eagle
Mountain Water Treatment Plant (EMWTP) 35 MGD Expansion Project which are out of the scope of services as
defined in the Contract. These services include third -party Construction Management (CM) services for the subject
project and will include construction phase services, start-up, and project closeout activities and are described below:
AECOM will provide the services outlined as follows and as directed by the CITY:
TASK 3 ADDITIONAL SERVICES
Task Description
Additional services not covered by the scope as described in Attachment A as requested by CITY and negotiated with
the ENGINEER.
TASK 4 INSPECTION SERVICES
Task Description
ENGINEER to provide Civil/Structural, Mechanical, Electrical, and Instrumentation & Controls inspection services
including construction material testing as described in Attachment A.
TASK 5 RESIDENT ENGINEERING SERVICES
Task Description
ENGINEER to provide the following RE Services in support of the project such as project management and
administrative services, cost and change management, schedule management, and project close-out and completion
services as described in Attachment A.
aecom.com
1/3
A=COM
TASK 6 START-UP & COMMISSIONING SERVICES
Task Description
ENGINEER to provide the start-up and commissioning services in support of the project as described in Attachment A.
Budget Modifications
See budget modification details in the following table:
Description Original Budget Amend. #1 Modified
Budget
Task 1
— Project Management & Meetings
$11,663
$0
$11,663
Task 2
— Perform Construction Review
$53,050
$0
$53,050
Task 3
—Additional Services
$31,198
$350,033
$381,231
Task 4
— Inspection Services
$0
$3,048,868
$3,048,868
Task 5
— Resident Engineering Services
$0
$4,510,335
$4,510,335
Task 6
— Start -Up & Commissioning Services
$0
$511,960
$511,960
TOTAL $95,911
$8,421,196
$8,517,107
The following tables summarize our revisions to the MWBE percentages:
This Am;ndment
MWWBE Sub
Alliance Geotechnical Services (Construction Material
Testing)
TOTAL
M/WBE Percentage
Total Contract
Description Original Amend. No. 1
Contract Amount $95,911 $8,421,196
Total Contract MWWBE $0 $681,403
TOTAL Contract MIMBE Percentage 0% 8.09%
City M/WBE Goal 7.98% 7.98%
Fee
$681,403
$681,403
8.09%
Revised
$8,517,107
$681,403
8.00%
7.98%
With these budget modifications, our total contract MWBE participation is projected to be $681,403 (8%). With an
7.98% goal, this would meet the CITY's MWBE participation requirement.
aecom.com
2/3
A=COM
We appreciate the opportunity to be of continued service to the CITY. Please contact us if we need to provide any
further information.
Yours sincerely,
Chris Bessa
Senior CM
Re:
Copy to
Attachment A — Scope of Work
Attachment B — Level of Effort
Tony Sholola, P.E. City of Fort Worth
rj�- ffiw'��
Matt Abbe
Associate VP
aecom.com
3/3
ATTACHMENTA
RPR FOR
EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
ATTACHMENT A
Scope for Enaineerina Related Services for Resident Proiect Representative, Construction
Management, and Inspection Services
RPR FOR
EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176 (AMENDMENT #1)
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.
WORK TO BE PERFORMED
Fort Worth Water Department (FWWD) selected AECOM Technical Services, Inc. to provide
third -party Construction Management (CM) preconstruction, construction management, and
inspection services for the Eagle Mountain Water Treatment Plant (EMWTP) 35 MGD
Expansion. FWWD intends to split the CM scope of services into two phases. Phase I for
Preconstruction Services was authorized in December 2024 and was performed in support
of design activities between January and February 2025. Phase II will include construction
phase services, start-up, and project closeout activities and are the subject of this
amendment. Task 1 thru 3 were authorized under Phase I. Phase II scope of services is
described below:
The RE will be tasked with oversight of the general contractors' (GC) contractual obligations,
provide daily on -site inspection of the work, as well as employ a third -party quality
assurance testing laboratory to support compliance with contract requirements. The RE will
provide schedule management, document control support, and report status of the work to
FWWD including monthly summaries and may be asked to assist in preparation of
presentation materials of FWWD Executive staff and Board of Directors. Other resident
engineering services are described herein.
Task 1. Project Management and Meetings
Task 2. Perform Constructability Review
Task 3. Additional Services
Task 4. Inspection Services (This Amendment)
Task 5. Resident Engineering Services (This Amendment)
Task 6. Start-up & Commissioning Services (This Amendment)
Resident Engineer (RE) will provide the staff necessary to perform the Resident Engineering
and Inspection as outlined below. Resident Engineer will provide these services for an
anticipated period of 5 years.
Services for this amendment assumed to begin July 2025. Initial planning level assumption
is for the following contract positions:
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 12
ATTACHMENT A
RPR FOR
EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
Senior CM/Project Director - Senior Construction Management to provide
advisory support services to the RE team, resource management for the RE
team, and overall senior level delivery support of resident engineering and
inspection services.
Lead RE (LRE) — Overall oversite and representative of the RE firm in
contractual and performance issues. Day to -day oversite of field work and
relations with the GC's Project Manager(s), the Engineers of Record (EOR), and
FWWD assigned Project Manager. First -level oversite and coordination of all
Resident Engineering staff assigned to the program.
Start -Up and Testing Lead (SUTL) — On -site lead coordinating start-up, testing,
and commissioning of project components with GC. Will serve as primary liaison
of start-up and testing activities with both FWWD staff and other stakeholders
regarding testing, shutdowns, commissioning, and asset turnover. Responsible
for verifying GC completion of contract requirements regarding start-up, testing,
training, and other asset management turnover requirements.
Scheduler — Experienced in complex construction schedule development and
assessment, including Critical Path and Earned Value, for periodic review and
coordination with GC. Scheduler will be responsible for evaluating baseline
schedule submissions, monthly schedule updates, Time Impact Analysis (TIA),
and Recovery Schedules.
Cost Estimators — Assist the RE Team with review of construction change order
proposals submitted by the GC. Prepare independent cost estimates to support
the RE Team with change order negotiations with the GC.
Field Office Engineer/Document Support — Assist LRE and Inspectors with
administration of project documents handled by the RE Team. May also include
labor categories associated with invoicing, Accounts Receivable, field office
contract administration, etc. Supports preparation of contract change order
documents, payment applications, resolution of field issues, and overall support
to tasks and functions performed by the RE team. Support efforts involved with
the TWDB SWIFT Loan, prevailing wages, and American Iron and Steel
requirements associated with the TWDB SWIFT Loan.
Quality Assurance Inspectors (Inspectors) — Work directly under the LRE, and in
coordination with FWWD Senior Inspector, to observe and document GC's
construction performance in accordance with the Contract Documents. Also
provide comment and advice to FWWD on the GC's performance with regard to
industry standard practices. The RE anticipates full-time inspectors across the
following disciplines: civil, mechanical, electrical and instrumentation.
Construction Materials Testing — Provide soils monitoring, compaction testing,
sampling, and other similar soils testing services. Provide concrete sampling,
testing, and similar concrete materials testing services.
Special Inspection - Special Inspections required under chapter 17 of the
International Building Code. These Special Inspections often require an inspector
dedicated to inspection of the individual components meeting Special Inspection
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 12
ATTACHMENT A
RPR FOR
EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
requirements. For example, Certified Welding Inspection (CWI) and protective
coatings - National Association of Corrosion Engineers (NACE)
TASK 4. INSPECTION SERVICES
ENGINEER to provide Civil/Structural, Mechanical, Electrical, and Instrumentation &
Controls inspection services. Primary roles and responsibilities of Inspectors include the
following:
• Serve as point of contact for quality assurance, with primary responsibility for
construction quality assurance.
• Inspect construction work daily to determine that construction is in general
conformance with Construction Contract Documents. In this effort the Inspection
Team will endeavor to protect FWWD against defects and deficiencies in the
work of GC.
• Prepare Daily Construction Reports (DCRs) documenting daily construction
activities, number of construction staff on site, equipment staged and/or
operating on site, visitors to the site, discussions of any field issues with any
parties, and any other information pertinent to or potentially impacting the
Project.
• Assist FWWD staff when needed to coordinate construction activities that may
impact the FWWD's ongoing operations.
• Coordinate the efforts of construction materials laboratories and technicians.
• Verify quantities of work in place and assist LRE in the review of the payment
requests and supporting documentation.
• Attend other project related construction meetings as needed.
• Assist Lead RE in preparation of notices of defective work. Assist in coordinating
the resolution of non -compliant work with the GC. Document and follow up on
non- conforming work to determine that acceptable correction of defects is
accomplished.
• Maintain a working set of record documents. Determine that measurements
required for record documents are taken before work is covered.
• Take photographs to document differing site conditions, change order and claim
items, and any special or unique conditions as they arise.
• Furnishing Special Inspections required under chapter 17 of the International
Building Code. These Special Inspections often require an inspector dedicated to
inspection of the individual work item, and they are in additional to General
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 12
ATTACHMENT A
RPR FOR
EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
Representation and Resident Engineering services noted elsewhere in the
contract. For example, Certified Welding Inspection (CWI) and protective
coatings - National Association of Corrosion Engineers (NACE).
• Provide Certified Construction Materials Laboratory and Testing Services.
Materials testing includes soils monitoring, soil compaction testing, and sampling.
Concrete sampling includes concrete sampling, compression testing, and similar
concrete materials testing services.
ASSUMPTIONS
• Up to three inspectors are accounted for under the level of effort, one
civil/structural inspector, one mechanical inspector, and one electrical &
instrumentation inspector
• Proposed rates are subject to 4% annual increase starting January 1st every
calendar year
• Budget for construction material testing and special inspection (as needed) is
assumed to be $1,000,000. If additional budget deemed necessary during the
project to cover the project needs for material testing, FWWD will add additional
budget.
• Based on the preliminary schedule provided by Webber that was shared with
AECOM on 5/14/2025, it is assumed that inspection services support will end by
2028-Q2
• Trimble and Headlight licenses will be provided by FWWD at no additional cost to
the ENGINEER.
• Inspection level of effort does not account for overtime hours
• Billing will be based on actual hourly rate times 3.0 multiplier
DELIVERABLES
A. Daily Construction Reports, including photos, will be loaded into Trimble.
Materials Testing Reports and Non -Compliance Notices (if applicable) will be
uploaded to Trimble as well.
TASK 5. RE SERVICES
ENGINEER to provide the following RE Services in support of the project:
5.1. RE's Internal Project Management:
5.1.1 Internal Project Management: Provide for the management of the
resources of the RE to meet the technical, financial, and schedule
requirements of FWWD. This will include the overall management of the
project and the internal teams responsible for program -level support,
resident engineering and project controls.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 4 of 12
ATTACHMENT A
RPR FOR
EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
5.1.2 Project Status Reports and Invoicing
a. Project Status Reports: Provide written project status reports to FWWD once
per month throughout the duration of the project. Project status reports will
include a summary description of activities completed, financial status of the
project, status of schedule for the project, and identification of any technical
or other issues which may have an impact on the overall project budget
and/or schedule. Project status reports will be provided to FWWD with each
invoice.
b. Invoicing: Submit invoices monthly along with the project status report
referenced above.
5.1.3 Develop and maintain a Construction Management (Resident
Engineering) Plan.
DELIVERABLES
A. Monthly invoices and Project Status.
B. RE Plan
5.2. Resident Engineering Services
5.2.1 Administration Services:
a. Prepare project documentation in accordance with the contract documents.
b. Manage the receipt, logging, control, tracking, and timely processing of all
Project documents using the FWWD's Project Management Information
System (PMIS), Trimble.
c. Review Shop Drawings received from the GC for conformance with the
Contract Documents' submittal requirements and administrative
completeness. Distribute shop drawings to the appropriate FOR staff and
monitor the responsiveness of the FOR during the review process.
d. Work directly with the FOR to see that documentation and submittals
provided for review are returned with adequate and timely written review
comments.
e. Determine that design issues related to requests for information on
construction documents, Shop Drawing reviews, and proposed contract
modifications are adequately addressed.
f. Review GC Requests for Information. Distribute requests to inspectors,
FWWD PM, other appropriate staff, and FOR when applicable and coordinate
timely response. Review EOR's answers and be prepared to issue formal
contract direction to GC pursuant to contract documents.
g. Prepare notices of defective work. Coordinate the resolution of non -compliant
work with the GC and FWWD. Document and follow up on non -conforming
work to determine that acceptable correction of defects is accomplished.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 5 of 12
ATTACHMENT A
RPR FOR
EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
h. Coordinate evaluation of product substitution requests with FWWD staff and
the EOR.
i. Administer and manage resolution of day-to-day construction issues.
Coordinate with FWWD PM, EOR, and GC on technical issues and concerns
work to resolve disputes.
j. Maintain a working set of record documents. Determine that measurements
required for record documents are taken before work is covered.
k. Take photographs to document differing site conditions, change order and
claim items, and any special or unique conditions as they arise.
I. Manage the process of closing out the construction contract.
m. Recommend acceptance of the work in writing in preparation of issuance of
the Certificate of Substantial Completion, recommendation to the Board,
Notice of Completion, and the FWWD'S Internal Notice of Completion.
n. Prepare final Change Orders as required. Classify and summarize the
change orders and include in the final construction summary report. FWWD
to finalize and process Change Orders through Council as necessary.
o. Serve as the primary point of contact, with primary responsibility for
construction contract administration and quality assurance.
p. Manage the quality of services provided by Inspectors to determine that their
duties are performed in a timely manner.
q. Manage the SUTL who will work with FWWD staff when needed to coordinate
construction activities that may impact the FWWD's ongoing operations.
Coordinate upcoming shutdowns and coordinate with the FWWD's Project
Manager to prepare a Shut -Down Request Form following the FWWD'S
policies and procedures.
r. Review daily construction reports prepared by the Inspectors, and discuss
any issues noted with the Inspectors, and other parties as required.
s. Monitor overall construction of the project and to determine that construction
is in conformance with Contract Documents. Recognize when an issue might
impact or improve scheduling or construction operation on another known
efforts and bring this to the attention of FWWD Project Manager.
t. Coordinate and manage efforts of construction materials testing laboratories
and technicians.
u. Develop a single program report that includes information and data about the
progress of the contract on a monthly basis to support FWWD staff. Reports
will describe construction progress in general terms and summarize project
costs, construction schedule, pending and approved contract modifications,
change order status, and major outstanding issues.
v. Issues Management: Provide initial interpretation of the drawings and
specifications and coordinate with FOR to develop official interpretation for
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 6 of 12
ATTACHMENT A
RPR FOR
EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
FWWD and GC. Track and coordinate the resolution of all project and
program related issues.
w. TWDB SWIFT Loan Compliance: Coordinate with TWDB on construction
activities and loan compliance. Support FWWD's PM with the submission of
monthly reports and similar documents to keep TWDB informed. Monitor
GC's compliance with minimum wage rate requirements. Monitor compliance
with American Iron and Steel Requirement, Davis -Bacon Wage Rate
Requirement, and other requirements of the TWDB SWIFT Program
5.2.2 Communication:
a. Conduct bi-weekly construction progress meetings with FWWD, GC to
exchange information regarding progress of construction, safety or quality
concerns, status of submittals, status of modifications, and to address any
project related issues. Prepare agenda and minutes related to these
meetings.
b. Store all project related records in the FWWD'S Program Management
Information System (PMIS), Trimble, for required document retention
purposes.
5.2.3 Cost and Change Management:
a. Review and coordinate approval of proposed Schedule of Values and
payment requests prepared by GC/Contractor. Review allowance requests, if
applicable, submitted by the GC and provide recommendations to the
FWWD. Conduct monthly schedule and progress payment meetings with the
GC. Work with the GC to have pay requests ready for FWWD processing in
accordance with the Contract Documents. Determine that documentation
required for measurement for payment of work is in place.
b. Implement the Change Management process in accordance with the Contract
Documents and FWWD procedures. Work with the FOR who has primary
responsibility to prepare Requests for Change Proposals and Design
Clarifications for FWWD initiated changes to the work. Respond to
GC/Contractor's Change Proposals.
c. Initiate and review Field Orders and Work Change Directives to the GC.
d. Receive and evaluate notices of GC claims and make recommendations to
FWWD on the merit and value of the claim on the basis of information
submitted by the GC or available in project documentation. Endeavor to
negotiate a settlement value with the GC in conjunction with and on behalf of
FWWD.
5.2.4 Schedule Management:
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 7 of 12
ATTACHMENT A
RPR FOR
EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
a. Review Approved Baseline Schedules, "look ahead" schedules, and monthly
construction progress schedules prepared by the GC.
b. Monitor progress of actual work completed relative to planned progress and
address any identified schedule slippage or other anomalies with GC.
Collaborate with the GC to develop a recovery schedule if task or work
packages on the Critical Path continue to slip.
c. Validate each monthly schedule to verify the submittal meets the
requirements of the Contract Documents. Analyze each schedule to identify
changes over the previous months schedule, including task that are behind
schedule, tasks that have not yet started, changes in float, critical path, and
task relationships.
5.2.5 Project Close -Out and Project Completion:
a. Manage Project completion activities as required by the Contract Documents.
Work with the GC and FWWD to monitor the completion of required testing
forms and similar asset management turnover requirements, as described in
the Contract Documents.
b. When GC request that substantial completion be granted for the Projects (or
applicable portions thereof), the RE will conduct, in company with FWWD's
representatives, a review of the Projects for conformance with the design
concept of the Projects and general compliance with the construction contract
documents. Coordinate with FOR as appropriate regarding any reviews of the
work by it that are deemed necessary. Support the FOR in the development
of a list of deficiencies to be corrected by the GC before recommending
Substantial Completion be granted and/or any partial release or reduction of
retainage is made.
c. Support the EORs in conducting a final review of the Project for conformance
with the design concept of the Projects and general compliance with the
construction contract documents.
d. Support the FOR and FWWD in obtaining legal releases, permits, warranties,
spare parts, O&M manuals, as -built drawings, and keys from the GC. Review
closeout submittals and other documents and make recommendation for final
payment to GC when appropriate.
e. Receive and review as -built drawings from GC. Transmit drawings and other
documents as needed to FOR for preparation of "Record Drawings",
indicating locations of project elements and final built conditions of project
components. Drawings prepared by incorporating REs notes, GC field notes
and FWWD field notes taken at the project during the construction process.
f. Prepare an Internal Notice of Completion addressed to the FWWD'S
Operations and Maintenance Department.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 8 of 12
ATTACHMENT A
RPR FOR
EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
g. Coordinate with the FWWD's Project Manager to assist with the development
of a list of deficiencies to be corrected by the GC before recommendation of
final payment.
h. Coordinate with the GC to provide O&M Manuals to FWWD and training is
developed and delivered to FWWD Staff in a timely manner.
ASSUMPTIONS
• Proposed rates are subject to 4% annual increase starting January 1st every
calendar year
• Trimble and headlight licenses will be provided by FWWD at no additional cost to
the ENGINEER for all RE staff.
• Construction shop drawing and submittal review, samples and other submittals
submitted by the contractor will be reviewed by the Engineer of Record not
ENGINEER providing the RE services.
• RE level of effort does not include the following services but can be negotiated as
additional services later if deemed necessary:
❖ Services related to disputes over pre -qualification, bid protests, bid
rejection and re -bidding of the contract for construction.
❖ Supporting or leading public meetings
❖ Services related to damages caused by fire, flood, earthquake or other
acts of God.
❖ Services related to warranty claims, enforcement and inspection after
final completion accepted by FWWD.
❖ Services or costs associated with submitting or supporting any permits
❖ Services related to Subsurface Utility Engineering Levels A, B, C or D
❖ Services related to Survey Construction Staking
❖ Services to support, prepare, document, bring, defend, or assist in
litigation undertaken or defended by the CITY.
• RE level of effort does not account for overtime hours
• Billing will be based on actual hourly rate times 3.0 multiplier
• DELIVERABLES
A. Change Management Documentation including Allowance Authorization, Work
Change Directives, and Construction Change Orders.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 9 of 12
ATTACHMENT A
RPR FOR
EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
B. Meeting Minutes.
TASK 6. START-UP & COMMISSIONING SERVICES
ENGINEER to provide the following start-up and commissioning services in support of the
project:
• Provide a Start -Up and Testing Lead (SUTL) for the Projects which will provide
oversight of GC compliance with Start -Up and Commissioning contract
requirements.
• Monitor and track GC efforts for Start -Up, Testing, and Commissioning. If
required as a Bid Allowance item, monitor labor, materials, equipment and similar
resources utilized by the GC for Start -Up and Commissioning as part of tracking
total cost as it relates to potential out of scope work and utilization of any contract
allowance items for Start -Up and Commissioning.
• Review GC's completion of required material checklists which serve as pre-
requisites for initiating Functional Testing.
• Coordinate with GC, FWWD and EMWTP Plant Operations in execution of
shutdowns and tie ins during construction and start-up activities.
• Support FWWD's PM to generate and submit final FWWD' Start -Up, Testing,
Acceptance, and Turnover documentation to FWWD O&M.
• Review GC's Start -Up and Commissioning schedule and plans for completeness
and overall compliance with the Contract Documents. Coordinate with FWWD
O&M such that O&M understands start-up schedule and any pre -requisite items
from FWWD to make ready systems or facilities needed to facilitate GC start-up
and testing.
• Serve as a liaison between GC and FWWD O&M regarding Operator Training.
Monitor GC submission of overall training program and compliance with the
Contract requirements. Coordinate with GC and FWWD O&M regarding training
agenda, training materials, scheduling of training to support multiple FWWD work
shifts, and similar training requirements defined in the Contract.
• Coordinate with GC's Systems Integrator and FWWD's Instrumentation and
Controls Team regarding instrumentation and controls work. Communicate and
support the scheduling of I&C Testing, including any required Operational
Reading Testing, offsite Factory Acceptance Testing, and Performance
Acceptance Testing.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 10 of 12
ATTACHMENT A
RPR FOR
EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
ASSUMPTIONS
• Start-up services level of effort does not account for overtime hours
• Billing will be based on actual hourly rate times 3.0 multiplier
• ENGINEER is not responsible for operating any equipment of systems. It is
assumed that it is the responsibility of the Contractor or FWWD staff.
• Proposed rates are subject to 4% annual increase starting January 1st every
calendar year
• Trimble and headlight licenses will be provided by FWWD at no additional cost to
the ENGINEER for all Start-up & Commissioning staff.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 11 of 12
ATTACHMENT A
RPR FOR
EAGLE MOUNTAIN WATER TREATMENT PLANT (EMWTP) 35 MGD EXPANSION
CITY PROJECT NO.: 105176
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existinq Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
• Negotiation of easements or property acquisition including temporary right -of -
entries.
• Services related to development of the CITY's project financing and/or budget.
• Services related to disputes over pre -qualification, bid protests, bid rejection and
re -bidding of the contract for construction.
• Leading public meetings
• Services related to damages caused by fire, flood, earthquake or other acts of
God.
• Services related to warranty claims, enforcement and inspection after final
completion accepted by FWWD.
• Services or costs associated with submitting or supporting any permits
• Services related to Subsurface Utility Engineering Levels A, B, C or D
• Services related to Survey Construction Staking
• Services to support, prepare, document, bring, defend, or assist in litigation
undertaken or defended by the CITY.
• Services to review construction shop drawing and submittals submitted by the
Contractor.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 12 of 12
Task Description
Task No. Sr. CM
Rota
$445
3.0 Additional Services
0
Additional Services as Reauested by the CITY
40n;gactlon Services
Tear s ihm Dec 2025, 6 months
0
JJu� -
Year 1)Jaa ihru Dec 2026 -12 months
Year$(Jan thou Dec 20267 - 12 months
Year 4 Jan ihru Dec 2028 monhs
Year5 Jan ihm June 202 i-�12
N6moniha
ConsWdtlfon Ma"eedterial Tes no
5.0 ReYearr 7
hry
De.2026))e5
YearJ(EJUO(
7205
Vear:i Janitihh' Dec 202/
660
Veer 4 Jan ihru Dec 202)
240
Year Jan thru June 2029)
48
Scheduli Sypyort
Yeart Julvilru Dec 2025�
Year' (Jan ru Dec 2026)
Year 3 (Jan thou Dec 2027)
Year4 Janthm Dec 202 )
Year Jan thm June 2029)
Cost EstimatiT SypPort
Pru
Year , (July DeG 2025)
Year 2 (Jan thou Dec 2026)
Year 3 (Jan thou Dec 2027)
Year 4 (Jan thru Dec 2028)
Year 5 (Jan thru June 2029)
6.0 tart & Commission Services
Year (Jury thm Dec 2025)
Year 2 (Jan thou Dec 2026)
Year 3 (Jan ihru Dec 2027)
Year 4 (Jan ihru Dec 2028)
Year 5 (Jan thru June 2029)
Attachment B - Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
RPR for Eagle Mountain Water Treatment Plant (EMWTP) 35
MOD E
City Project No. 105176 - Amendment 1
Labor (hours)
Project CM
Civil
Inspector
Mach
Inspector
E/ISC
Inspector
Field
Eng/Document
Control
Scheduler
Cost Estimator
Admin.
$260
$174
$188
$213
$157
$249
$238
$108
1347
0
0
0
0
0
0
0
1347
0
4640
3360
3360
0
0
0
0
800
0
0
1920
480
480
1920
1920
1920
0
960
960
0
0
0
7680
0
0
0
7680
688
480
480
960
960
60
1920
1920
120
1920
1920
120
1920
1920
120
960
960
60
(pansion
Total Labor
Cost
Expense
Subconsultants
ODC
Total
Exp
cost
JHE(Non MWSE) AGG(MWBE) Marku$
$350 03' j $
$350UTso
$
i
5
Sol
$$tryq2�"1"151' Oli $
$681,40
$68,14
$"to 0.
fl
IM$
$1,11 46
$36�.000(�JJ
(
Ski
$385,13'
$0
$36,006J
$1&000
$3E
$'IF
$0
568140" $68.14
$741
"Win$
$bil6 a$�'gJ�j
$Ili
f7 000
$�000
371
$1
$1 \113190fi/
J
$1/1062 J
3919'
$42'tU3'
$18.00(�J
$18,00(IJ
$9,000'
$1f
$11
$1
160
$39,888�
192
$47,866
192
$47�6 0.
120
$29 16J
24
$682
60
$14.29'
120
$28,590
120
$28,59
120
$28591
60
$1J.291
0
0
0
EIlJ
S465A78
$1J
$U
I
I
$O1
SU
$ J
$42,051
Totals 2028 1 9027 1 4640 1 3360 1 3360 1 7680 1 588 1 480 1 480
Assumptions:
1 Inspec ion Level of Effort D.- Not Indud. Overtime Hours
2 subcontractor Markup at —
3 Trimble antl A —light Licenses will be a ... load by MWO
4 This will be time antl material conned
5 No inspectors ere provided after tune 2028. Assume all construction activities are complete
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
PMO Of lolal Release Date: 8.09.2012
$21,8$61�91
$2U.1,401 A6
Ea
Task Sub Total
Completetl�
Percent
I Invoiced
Current
Remaining
Amount
Complete )33
Previously
Invoice
Budg/et
J
J
E�
E�
$35�033
$lf
0°/
$ -
$35U,033
SO
�so
$3048 FO
.200
s
S
S�
00%
$ f I
E
f3,04 .868
$b$('$$15
$1,140 6
JJ
$Qf
"J
0/J S -
{{
$1 140,33446
$,Soo
$QQdJ
o°l°,°°J $ =
f$;'�000
$749.iZ
$QI
0/
$ -
$749.543
E4�510„335
57$$453
EOOJ/
$fJJ
0%I
0%
EG
$
E 1 �p519335
$575,
$1 115J7906
$tl
0
$1,150.906
$,((12��2g4
$U
9l $ -
$1, 124,204
Y93'%?91
$0
0% $ -
$937. 91
$436,603
$0
0% $ -
$436,603
$47
EMi
$.225,14
$225.144
�R44
31,477,502
$8,421,195
'ojelt'51 Iil1
ry
Total Hours
31.743
Total Labor
$6.943.693
Total Extt��ense
$1.477.503
MBE/SBE Subconsultanf
$681.403
Non-MBE/SBE Sub consuRant
$465.418
10% Sub Markup
$1,4. 82
MBE/SBE Participation
8.1%
Total Project cos/
38.421,196
$0
01 $ -
$39,888
$0
0% s -
.7,866
$0
0% $ -
847,866
$0
0% $ -
$21.916
$0
0% $ -
$5.983
$0
0% $ -
$14.295
$0
0% $ -
$28590
$0
0% $ -
$28:590
$0
$0/
0% $ -
0� $ -
$28.590
$14,295
$1
0%I $d
$0 $511,960
$d1
$
$0
$2
$
J
$D
$ J
0° J $ -
$46,256
S
0°/, 8 -
$240.560
S I
o-/ $ -
$225,144
E I
$o S
30 38,421,196
1oft
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, August 12, 2025 REFERENCE NO.: **M&C 25-0716
LOG NAME: 60EAGLEMWTPEXPRPRAl-AECOM
SUBJECT:
(CD 7) Authorize Execution of Amendment No. 1 in the Amount of $8,421,196.00 to a Professional Services
Agreement with AECOM Technical Services, Inc. for the Resident Project Representative During
Construction of the Eagle Mountain Water Treatment Plant 35 Million Gallons Per Day Expansion and
Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029
Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of Amendment No. 1 to a Professional Services Agreement with AECOM
Technical Services, Inc. in the amount of $8,421,196.00 for the Resident Project Representative
Services during construction of Eagle Mountain Water Treatment Plant 35 Million Gallons per Day
Expansion and Pump Station 2 project (City Project No. 105176) for a revised contract amount of
$8,517,107.00; and
2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the
Water & Sewer Revenue Bonds Series 2024 Fund by increasing estimated receipts and
appropriations in the Eagle Mountain Water Treatment Plant 35 Million Gallons per Day Expansion
and Pump Station 2 project (City Project No. 105176) in the amount of $8,597,970.00 and
decreasing estimated receipts and appropriations in the W&S Commercial Paper project (City
Project No. UCMLPR) by the same amount, to effect a portion of Water's contribution to the Fiscal
Years 2025-2029 Capital Improvement Program.
DISCUSSION:
On December 18, 2024, the City Manager administratively authorized a professional services agreement
in the amount of $95,911.00 with AECOM Technical Services, Inc. (City Secretary Contract No. 62477) for
Phase 1 of the resident project representative services necessary for construction of the Eagle Mountain
Water Treatment Plant 35 Million Gallons per day (MGD) expansion project. Phase 1 provided for
preconstruction services consisting of constructability reviews of the project bid documents and
coordination with design engineer for advertisement services.
Amendment No. 2 provides for Phase 2 of the resident project representative services during construction
of the Eagle Mountain Water Treatment Plant expansion to include oversight of the general contractor's
contractual obligations, schedule management, document support, bi-weekly meetings, cost and change
management and on -site daily inspections for civil, structural, electrical along with
instrumentation/controls.
AECOM Technical Services, Inc. proposes to provide the necessary services for a fee not to exceed
$8,421,196.00. Staff considers the proposed fee to be fair and reasonable for the scope of services
proposed.
In addition to the contract amount, $176,774.00 is required for staff project management costs.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY),
instead of within the annual budget ordinance, as projects commence, additional funding needs are
identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of
the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program.
Funding for the Construction Management of EMWTP 35MGD EXP. AND PS2 project is depicted below:
Fund
W&S Rev
Bonds
Series
2024-Fund
56022
W&S Rev
Bonds
Series
2024C-
Fund
56025
Commercial
Existing Pending Additional project Total*
Appropriations Appropriations Appropriations
$15,503,908.00 $6,372,979.00 $8,597,970.00 $30,474,857.00
$122,000,000.00
$0.00 $122,000,000.00
Paper — $0.00 $175,254,691.00 $175,254,691.00
Fund
56026
Project $137,503,98000 $181,627,670.00 $8,597,970.00 $327,729,548.00
Total
*Numbers rounded for presentation purposes.
The project is located in COUNCIL DISTRICT 7.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Commercial Paper project within
the W&S Rev Bonds Series 2024 Fund and upon approval of the above recommendations and adoption of
the attached appropriation ordinance, funds will be available in the W&S Rev Bonds Series 2024 Fund for
the EMWTP 35MGD EXP. AND PS2 project to support the above recommendations and execution of the
amendment. Prior to an expenditure being incurred, the Water Department has the responsibility of
verifying the availability of funds.
FUND IDENTIFIERS (FIDs):
Fund Department Account
Project ProgramlActivity
Budget
Reference # Amount
ID
ID
Year
(Chartfield 2)
FROM
Fund
Department Account
Project
Program
ctivity
Budget
Reference # Amount
ID
ID
Year
(Chartfield 2)
CERTIFICATIONS:
Submitted for Citv Manaaer's Office bv: Jesica McEachern (5804)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: James McDonald (4982)
ATTACHMENTS
1. 25-0026 (105176 RFQ )-CC.pdf (CFW Internal)
2. 60EAGLEMWTPEXPRPRA1-AECOM FID Table (NN 06.02.25).xlsx (CFW Internal)
3. 60EAGLEMWTPEXPRPRA1-AECOM funds avail.docx (CFW Internal)
4. 60EAGLEMWTPEXPRPRA1-AECOM Map.pdf (Public)
5. ORD.APP 60EAGLEMWTPEXPRPRAl-AECOM 56022 AO25(r2) (1).docx (Public)
6. PBS CPN 105176.pdf (CFW Internal)
7. SAM.00v search AECOM.pdf (CFW Internal)
60EAGLEMWTPEXPRPRAI-AECOM FID Table
2 56022
0600430
4905158 UCMLPR
2025
($8,597,970.00)
2 56022
0600430
4905158 105176
2025
$8,597,970.00
2 56022
0600430
UCMLPR
2025
($8,597,970.00)
2 56022
0600430
105176
2025
$8,597,970.00
2 56022 0600430 1 4905158 1 105176 001430 9999 1 $8,597,970.00
2 56022 0600430 5110101 105176 001480 9999 $ 53,032.00 Staff Costs
2 56022 0600430 5110101 105176 001485 9999 $ 88,387.00 Staff Costs
1 56022 0600430 5330500 105176 001480 9999 $ 8,421,196.00 Pay to consultant
2 56022 0600430 5330500 105176 001484 9999 $ 23,570.00 Soil Lab Consultant
2 56022 0600430 5310350 105176 001484 9999 $ 11,785.00 Soil Lab TPW Staff