Loading...
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