HomeMy WebLinkAboutContract 63940Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
CSC No. 63940
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 Shield Engineering Group, PLLC., authorized to do business in Texas
("Consultant"), for a project generally described as: 2025 Water/Sanitary Sewer Capital Project
Management Services ("Project").
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 $307,320.00 ("Contract Amount") in
accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered
full compensation for all labor (including all benefits, overhead and markups), materials,
supplies, and equipment necessary to complete the Services.
Consultant shall provide monthly invoices to City. Payments for services rendered shall be
made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch.
2251).
Acceptance by Consultant of said payment shall release City from all claims or liabilities
under this Agreement for anything related to, performed, or furnished in connection with the
Services for which payment is made, including any act or omission of City in connection with
such Services.
Article III
Term
Time is of the essence. The term of this Agreement shall commence on the Effective Date and
shall continue until the expiration of the funds or completion of the subject matter pursuant to
the schedule, whichever occurs first, unless terminated in accordance with the terms of this
City of Fort Worth, Texas
Standard Agreement for Professional Services
Revision Date: December 8, 2023
Page 1 of 9
2025 W&SS Capital Project Management Services
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
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 respondeat superior shall not
apply as between City and Consultant, its officers, agents, employees, contractors, and
subcontractors, and nothing herein shall be construed as creating a partnership orjoint venture
between City and Consultant.
Article V
Professional Competence
Work performed by Consultant shall comply in all aspects with all applicable local, state and
federal laws and with all applicable, standards, codes, rules and/or regulations promulgated
by local, state and national boards, bureaus and agencies. Approval to proceed by City of
Consultant's work or work product shall not constitute or be deemed to be a release of the
responsibility and liability of Consultant or its officers, agents, employees, contractors and
subcontractors for the accuracy and competency of its performance of the Services.
Article VI
Indemnification
CONSULTANT, AT NO COST TO THE CITY, AGREES TO INDEMNIFYAND HOLD CITY,
ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY
AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND,
INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS
(INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY
RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT
MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY CONSULTANT'S BREACH
OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY
NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT,
ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER
THAN THE CITY) OR SUBCONTRACTORS RELATED TO THE PERFORMANCE OR
NON-PERFORMANCE OF THIS AGREEMENT, THIS SECTION SHALL SURVIVE ANY
TERMINATION OR EXPIRATION OF THIS AGREEMENT.
Article VII
Insurance
Consultant shall not commence work under this Agreement until it has obtained all insurance
required under Attachment F and City has approved such insurance.
City of Fort Worth, Texas 2025 W&SS Capital Project Management Services
Standard Agreement for Professional Services
Revision Date: December 8, 2023
Page 2 of 9
Docusign Envelope ID: 661575EB-AO65-49EC-911 D-68F12ED326A3
Article VIII
Force Majeure
City and Consultant shall exercise their best efforts to meet their respective duties and
obligations as set forth in this Agreement, but shall not be held liable for any delay or
omission in performance due to force majeure or other causes beyond their reasonable
control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural
disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any
governmental authority and/or any other similar causes.
Article IX
Transfer or Assignment
Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest
in this Agreement without prior written consent of City.
Article X
Termination of Contract
(1) City may terminate this Agreement for convenience by providing written notice to
Consultant at least 30-days prior to the date of termination, unless Consultant agrees
in writing to an earlier termination date.
(2) Either City or Consultant may terminate this Agreement for cause if either party fails
to substantially perform, through no fault of the other and the nonperforming party
does not commence correction of such nonperformance within 5 days after receipt of
written notice or thereafter fails to diligently pursue the correction to completion.
(3) If City chooses to terminate this Agreement, upon receipt of notice of termination by
Consultant, Consultant shall discontinue Services on the date such termination is
effective. City shall compensate Consultant for such services rendered based upon
Article II of this Agreement and in accordance with Exhibit "B".
Article XI
Right to Audit
(1) Consultant agrees that City shall, until the expiration of three (3) years after final
payment under Agreement, have access to and the right to examine any directly
pertinent books, documents, papers and records of Consultant involving transactions
relating to Agreement. Consultant agrees that City shall have access during normal
working hours to all necessary facilities and shall be provided adequate and appropriate
workspace in order to conduct audits in compliance with the provisions of this section.
City shall give Consultant reasonable advance notice of intended audits.
(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
City of Fort Worth, Texas 2025 W&SS Capital Project Management Services
Standard Agreement for Professional Services
Revision Date: December 8, 2023
Page 3 of 9
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
have access during normal working hours to all subcontractor facilities, and shall be
provided adequate and appropriate work space in order to conduct audits in
compliance with the provisions of this article. City shall give Consultant and any
subcontractor reasonable advance notice of intended audit.
(3) Consultant and subcontractor(s) agree to photocopy such documents as may be
requested by City. City agrees to reimburse Consultant for the cost of copies at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
Article XII
Business Equity Participation
City has goals for the full and equitable participation of minority business and/or women
business enterprises in City contracts greater than $100,000. In accordance with City's
Business Equity Ordinance No. 25165-10-2021 (as codified in Chapter 20, Article X of the
City's Code of Ordinances, as amended, and any relevant policy or guidance documents),
Consultant acknowledges the MBE and WBE goals established for this Agreement and its
execution of this Agreement is Consultant's written commitment to meet the prescribed MBE
and WBE participation goals. Any misrepresentation of facts (other than a negligent
misrepresentation) and/or the commission of fraud by Consultant may result in the termination
of this Agreement and debarment from participating in City contracts for a period of time of not
less than three (3) years.
Article XIII
Observe and Comply
Consultant shall at all times observe and comply with all federal, state, and local laws and
regulations and with all City ordinances and regulations which in any way affect Agreement
and the work hereunder, and shall observe and comply with all orders, laws ordinances and
regulations which may exist or may be enacted later by governing bodies having jurisdiction or
authority for such enactment. No plea of misunderstanding or ignorance thereof shall be
considered. Consultant agrees to defend, indemnify and hold harmless City and all of its
officers, agents and employees from and against all claims or liability arising out of the violation
of any such order, law, ordinance, or regulation, whether it be by itself or its employees or its
subcontractor(s).
Article XIV
Immigration Nationality Act
Consultant shall verify the identity and employment eligibility of its employees and
employees of all subcontractor(s) who perform work under Agreement, including completing
the Employment Eligibility Verification Form (1-9). Upon request by City, Consultant shall
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
City of Fort Worth, Texas 2025 W&SS Capital Project Management Services
Standard Agreement for Professional Services
Revision Date: December 8, 2023
Page 4 of 9
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS
PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES,
SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Consultant,
shall have the right to immediately terminate Agreement for violations of this provision by
Consultant.
Article XV
Venue and Jurisdiction
If any action, whether real or asserted, at law or in equity, arises on the basis of any provision
of Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas
or the United States District Court for the Northern District of Texas — Fort Worth Division.
Agreement shall be construed in accordance with the laws of the State of Texas.
Article XVI
Contract Construction/No Waiver
The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed
and revised Agreement and that the normal rule of contract construction, to the effect that
any ambiguities are to be resolved against the drafting party, must not be employed in the
interpretation of Agreement or any amendments or exhibits hereto.
The failure of City or Consultant to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Consultant's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
Article XVII
Severability
The provisions of Agreement are severable, and if any word, phrase, clause, sentence,
paragraph, section or other part of Agreement or the application thereof to any person or
circumstance shall ever be held by any court of competent jurisdiction to be invalid or
unconstitutional for any reason, the remainder of Agreement and the application of such
word, phrase, clause, sentence, paragraph, section, or other part of Agreement to other
persons or circumstances shall not be affected thereby and Agreement shall be construed
as if such invalid or unconstitutional portion had never been contained therein.
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, Texas 2025 W&SS Capital Project Management Services
Standard Agreement for Professional Services
Revision Date: December 8, 2023
Page 5 of 9
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
City of Fort Worth
Attn: Tony Sholola
Water Department
100 Fort Worth Trail
Fort Worth, Texas 76102
Consultant:
Shield Engineering Group, PLLC
Attn: Jean Marie Alexander
1600 West 7th Street Suite 400
Fort Worth, TX 76102
All other notices may be provided as described above or via electronic means.
Article XIX
Prohibition On Contracts With Companies Boycotting Israel
Consultant, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Consultant has 10 or more full time -employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed
to those terms in Section 808.001 of the Texas Government Code. By signing this
contract, Consultant certifies that Consultant's signature provides written verification
to the City that if Chapter 2271, Texas Government Code applies, Consultant: (1) does
not boycott Israel; and (2) will not boycott Israel during the term of the contract.
City of Fort Worth, Texas 2025 W&SS Capital Project Management Services
Standard Agreement for Professional Services
Revision Date: December 8, 2023
Page 6 of 9
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
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 2025 W&SS Capital Project Management Services
Standard Agreement for Professional Services
Revision Date: December 8, 2023
Page 7 of 9
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
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
City of Fort Worth, Texas 2025 W&SS Capital Project Management Services
Standard Agreement for Professional Services
Revision Date: December 8, 2023
Page 8 of 9
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
Duly executed by each party's designated representative to be effective on the date subscribed
by the City's designated Assistant City Manager.
BY:
CITY OF FORT WORTH
Jesica McEachern
Assistant City Manager
Date: 09/12/2025
ATTEST:
Jannette Goodall
City Secretary
APPRO AL,RECOMMENDED:
C�iY�Jto,�Gc��
By: Christopher Harder (Sep 5, 2025 07:16:14 CDT)
Chris Harder, P.E.
Director, Water Department
BY:
CONSULTANT
Shield Engineering Group, PLLC
Signed by:
`rea�ru�usiruacu...
Jean Marie Alexander, P.E.
COO
44 nnq FOR
ate: 9/4/2025 1 9:51 AM CDT r�a
b oF000 oo �°ad
a �° Op-idd
i.o
OVo °=d
��4Il nFX A?op
APPROVED AS TO FORM AND LEGALITY
By: Douglas Black (Sep 5, 2025 17:25:43 CDT)
Douglas W Black
Sr. Assistant City Attorney
Contract Compliance Manager:
M&C No.: 25-0714
M&C Date: August 12th, 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.
%e ,g��
To Sholola, P.E.
Assistant Water Director
City of Fort Worth, Texas
Standard Agreement for Professional Services
Revision Date: December 8, 2023
Page 9 of 9
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
2025 W&SS Capital Project Management Services
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
ATTACHMENT "A"
Scope for Proiect Manaaement Services for Water Department Capital Deliver)
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.
OBJECTIVE
The objective is to provide water and sanitary sewer capital project management and
administrative support, from design through construction, as an extension to City staff. The
tasks outlined below are examples of duties that may or may not be required to assist the
City depending on the complexity and completeness of the projects that are assigned.
WORK TO BE PERFORMED
Task 1. Assist in Procurement of Design Consultants (Water Department Capital Delivery
Projects)
Task 2. Manage Project Design Process (Water Department Capital Delivery Projects)
Task 3. Manage Right of Way Acquisition Process (Water Department Capital Delivery
Projects)
Task 4. Manage Utility Relocation Process (Water Department Capital Delivery Projects)
Task 5. Manage Project Construction Process (Water Department Capital Delivery
Projects)
Task 6. Close Project (Water Department Capital Delivery Projects)
Basic Assumptions
• This scope assumes these services will be required by the City for approximately 12
months or 1560 hours of effort for one (1) project manager.
The presence or duties of Consultant's personnel at the construction site, whether as
onsite representatives or otherwise, do not make CONSULTANT or Consultant's
personnel in any way responsible for those duties that belong to OWNER's
inspection staff and/or the construction contractors or other entities. And do not
relieve the construction contractors or any other entity of their obligations, duties, and
responsibilities, including, but not limited to, all construction methods, job site safety,
means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the construction
Contract Documents and any health or safety precautions required by such
construction work.
• The Task effort and deliverables outlined under the Scope are subject to change
based on City needs and processes. The effort and deliverables are not limited to the
items listed for each Task.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 1 of 6
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
TASK 1. Assist in Procurement of Design Consultants
Description of Work:
• Become familiar with the project, available funding, and schedule
• Review consultant scope, schedule, and fee
• Negotiate with the consultant to obtain the appropriate level of scope
• Prepare the Mayor and Council communication (M&C)
• Review the final contract for completeness
• Issue Notice to Proceed
• Maintain documentation of the above process
Deliverables:
• Recommendation of consultant scope and fee
• M&C for consultant contract
• Executed contract
TASK 2. Manage Project Design Process
Description of Work:
• Act as the City's primary point of contact
• Work with City staff to develop project charters, communication plans, stakeholder
registers, and total project budget estimates (TPBE)
• Coordinate with the consultant and City project control staff to develop a baseline
schedule
• Charter the project team
• Schedule meetings as needed with City staff from all departments
• Attend weekly staff meeting with the program manager, City PMs, CPMs and
administrative staff
• Obtain and review monthly consultant project status reports (PSR), risk registers
(RR) and schedules. Report project status the program manager
• Track projects' progress in the City's PM/Program Manager dashboard
• Update the City's overall project schedule as needed
• Review invoices for reasonableness, accuracy, and appropriate charges
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 2 of 6
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
• Review consultant submittals at 30%, 60%, 90%, and 100% design phases for
completeness, constructability, conformance with the City's Installation Policy and
Design Criteria for Water, Wastewater, and Reclaimed Water Infrastructure Manual,
and other City design standards
• Schedule and lead review meetings of the consultant design submittals with the
City's water and sanitary sewer technical review team. Coordinate reviews as
needed with other City departments
• Coordinate and conduct a public meeting at the 60% design stage
• Schedule project site visits as necessary
• Coordinate a construability review at the 60% design stage
• Proactively manage change on the project.
Deliverables:
• Monthly status reports (PSR, RR)
• Charters, Communication Plans, Stakeholder Registers, TPBE
• Recommendation of invoice payment
• Design review comments
• Budget reviews and updates
• Schedule updates
• Recommendation of amendment scope and fee
TASK 3. Manage Right of Way Acquisition Process
Description of Work:
• Act as task manager for the City's Real Property group staff and acquisition
consultants, if used. Be the primary point of contact with Real Property for the
consultant and acquisition consultants
• Review easement/ ROW and property acquisition documents against the
requirements of the design for appropriateness and accuracy
• Coordinate with Real Property so appraisals are completed in a timely manner.
Review appraisals for completeness
• Review acquisition M&Cs and update budget
• Coordinate with the City's Legal Department on Eminent Domain issues
• Review Real Property project tracking spreadsheet with estimated easement/ROW
costs
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 3 of 6
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
Deliverables:
• Easement/ROW/property acquisition review comments
• Appraisal review comments
• Acquisition M&C review comments
• Budget reviews and updates
TASK 4. Manage Utility Relocation Process
Description of Work:
• Ensure appropriate Level of Subsurface Utility Engineering (SUE) is being conducted
by the consultant
• Review consultant SUE plan sheets for conformance to the SUE Quality Level
scoped
• Coordinate with the consultant to identify options that minimize utility conflicts
• Submit plans to the City's Utility Coordinator
• Coordinate with the City's Utility Coordinator for utility relocations
Deliverables:
• SUE plan sheet review comments
• M&C for utility relocation costs
• Budget reviews and updates
TASK 5. Manage Project Construction Process
Description of Work:
• Review consultant prepared Notice to Bidders and Comprehensive Notice to Bidders
for accuracy and advertise the project
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 4 of 6
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
• Lead pre -bid meeting, if one is required
• Attend Bid Opening
• Review consultants bid tab summary for completeness and accuracy
• Review contractor's bid package for conformance with the contract requirements
• Recommend successful bidder for contract award
• Prepare M&C for authorization to award contract
• Coordinate routing of contract books with contract coordinator
• Coordinate Storm Water Pollution Prevention Plan with Environmental Department
• Issue the Notice to Proceed
• Act as the point of contact between the contractor, inspector and consultant
• Coordinate and conduct a public meeting at the start of construction
• Coordinate with the design consultant on responses to Request for Information and
submittal reviews. Maintain hard copies of these documents and ensure consultant is
tracking them
• Coordinate site visits with the inspector and consultant as appropriate
• Ensure contractor and inspector are maintaining as -built mark-ups
• Review contractor and consultant invoices for reasonableness, accuracy, and
appropriate charges
• Proactively manage change on the project
Deliverables:
• Advertisement
• Recommendation to award contract
• M&C for construction contract
• Notice to proceed
• Budget reviews and updates
• Recommendation for change order approval
• M&C for change order
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 5 of 6
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
TASK 6. Close Project
Description of Work:
• Once the water and sanitary sewer system is functional and construction is deemed
complete, initiate the project close out process and coordinate with the inspector and
consultant
• Coordinate and attend a final walk through with the consultant, inspector, and
contractor
• Verify final punch list is completed by the consultant
• If part of the consultant's scope, coordinate completion of Record Drawings and
deliver to the City's record storage (the "vault") in electronic form and in hard copy
mylar drawings
• Review consultant and contractor final invoices for reasonableness, accuracy and
appropriate charges
• Prepare and route reconciliation change order
• Recommend final project closure and complete the City's "green" sheet
• Purge the files of any unnecessary documents and archive the project
Deliverables:
• Final punch list
• Record drawings
• Recommendation of final invoice payment
• Expenditure and budget reconciliation
• Final closure recommendation "green sheet"
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07/23/2012
Page 6 of 6
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
ATTACHMENT B
COMPENSATION
Design Services for
2025 Water and Sanitary Sewer Capital Project Management Services
Lump Sum Project
Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $307,320.00 as
summarized in Exhibit B-1 — Engineer Invoice and Section IV — Summary of Total
Project Fees. The total lump sum fee shall be considered full compensation for the
services described in Attachment A, including all labor materials, supplies, and
equipment necessary to deliver the services.
B. The ENGINEER 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 ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-1, Progress Reports as required in item III. of
this Attachment B, and 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 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 ENGINEER.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Water Department, monthly progress reports and schedules in the format required
by the City.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 1 of 3
Docusign Envelope ID: 661575EB-A065-49EC-911D-68F12ED326A3
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility
Prime Consultant
Shield Engineering
Group, PLLC
Proposed MWBE Sub -Consultants
Non-MWBE Consultants
Project Number & Name
2025 Water and Sanitary Sewer
Capital Project Management Services
City of Fort Worth, Texas
Attachment B
Revised Date: 12I9I2022
Page 2 of 3
TOTAL
Total Fee
$307,320.00
Fee Amount
$307,320.00 100%
$307,320.00 100%
MWBE Fee MWBE % 1
Am
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 3 of 3
Exhibit B-1
Professional Services Invoice City Project Manager: (Tony Sholola
Project: 12025 Water/ Sanitary Sewer Capital Proj Management Sery
City Project #: I I
City Sec Number: I
Purchase Order: I
Company Name: (shield Engineering Group, PLLC
Supplier's PM:
Jean-Marie Alexander I
email:
Supplier Invoice #:
2o251e1.01x I
Office Address:
Payment Request#:
1 I
�9/1/2025
Telephone:
Service Date:From
I
Fax:
Service Date:To
I9130/2025
Invoice Date:
9/1/2025
Remit Address:
Sheet
FID and Work Type Description
Work Type 1
WATER
Work Type
SANITARYSEWER
Totals This Invoice
M
Q
N
co
0
W
N
co
a0
U
LU
rn
v
LO
0
Q
co
W
LO
co
aL
n
0
a�
c
W
c
rn
N
U
O
0
Supplier Instructions:
Summary
Fill in green cells including Invoice Number, From and To Dates and the included worksheets
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
raccountino0seaollC.com I
1600 West 7th Street, Suite 400
1817-810-0696 1
IACH/ P.O. Box 470636, Fort Worth, Tx 76147
Agreement
LTD
Agreement Amendment
Amountto
Completed
Amount Amount
Date
Amount
$151,920.001
$151,920.00
$155,400.00
$155,400.00
$307,320.00
$307,320.00
Overall Percentage Spent:
Percent ($) Invoiced
Spent Previously
Current
Invoice
Remaining
Balance
S151,920.00
$155,400.00
S307.320.00
M
Q
N
M
0
w
N_
LL
00
19
U
W
rn
v
ui
to
CD
Q
00
W
to
r`
to
O_
a1
CL
0
a�
c
W
c
rn
N
0
O
0
Exhibit B-2
Professional Services Invoice Project Manager: Tony Sholola
Project: 2025 Water/ Sanitary Sewer Capital Proj Management S
City Project #:
Work Type Desc: (WATER I Supplier Instructions:
FID:
City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Quanities
Purchase Order: I I When your Invoice is complete, save and close, start Buusaw and Add your invoice to the
Consultant folder within Projects folder.
Company Name: Shield Engineering Group, PLLC
Suppliers PM:
Jean-Marie Alexander
email:
accounting@segpllc.com
Supplier Invoice #:
2025191.01x
Office Address: 1600 West 7th Street, Suite 400
Payment Request #:
1
Telephone:
617-810-0696
Service Date:From
9i12025
Fax:
Service Date:To
9/302025
Invoice Date:
9n2025
Remit
ACH/ P.O. Box 470636, Fort Worth, Tx 76147
Pay Items
Agreement LTD
Agreement Amendment Amendment
Amountto Completed Percent ($) Invoiced Current
Remaining
Description
Amount Number Amount
Date Amount Spent Previously Invoice
Balance
30 - Water Desiqn
$151,920.00
I
I
I I
I I
$151,920.00
$151.920.00
Totals This Unit:
I I I
I I I
I I I
I
I
$151,920.00
I
I
I
$151.920.00
$151.920.00
Overall
Percentage Spent:
Exhibit B-3
Professional Services Invoice Project Manager: Tony Sholola
Project: 2025 Water/ Sanitary Sewer Capital Proj Management
City Project*:
Work Type Desc: (SANITARY SEWER supplier instructions:
FID: I
City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Quanities
Purchase Order: I When your Invoice is complete, save and close, start Bu=saw and Add your invoice to the
Consultant folder within Project's folder.
Company Name: Shield Engineering Group, PLLC
Supplier's PM: Jean-Marie Alexander
Supplier Invoice #: 2025161.01x
Payment Request#: 1
Service Date:From 9/1/2025
Service Date:To 9/30,2025
Invoice Date: 9/12025
Pay Items
Description
30 - Sewer Design
Totals This Unit:
email: accounting@segpllc.mm
Office Address: 1600 West 7th Street, Suite 400
Telephone: 617-810-0696
Fax:
Remit ACH/ P.O. Box 470636, Fort Worth, Tx 76147
Agreement LTD
Agreement Amendment Amendment Amountto Completed Percent ($) Invoiced Current Remaining
Amount Number Amount Date Amount Spent Previously Invoice Balance
$155,400.00 $155,400.00 $155,400.00
I
I I I
I I I I
I I I I
I I I I
S155.400.00 S155,400.00
Overall Percentage Spent:
$155,400.00
Exhibit B-4
Professional Services Invoice
Project: 2025 Water/ Sanitary Sewer Capital Proj Management Sery
City Project#:
Purchase Order: I
Company Name: Shield Engineering Group, PLLC
Payment Request #: 2025161.01x
Service Date:From 19/1/2025 1
Service Date:To 19/30/2025 1
Invoice Date: 19/1/2025 1
Total PO Charges to Date
Percent Spent
Current Invoice
Remaining Balance
PO Sanitary
Sanitary
Sanitary
Sanitary
Protect ID
Proiejtct Name
Budget Water Sew�7er Water.
Sanitary Sewer
Water
Sewer
Water )
Sewer
Water
Sewer
pp y
�5070
wSM-Y
1
CS t f( afer macrnt'LU1
bb 570.00� J1,270.00 �ti 3l1U.UU $0.00
$0.00
$0.00�
50.00
1,270 0
$66,300.00
Totals This Unit:
$307.320.00 $151,920.00 S155.400.00 S0_00
S0_00
$0.00
$0.00
S151.920.00
S155.400.00
Overall Percentage Spent:
0.00000000%
Total Current Invoice (Water + Sewer):
S0_00
EXHIBIT B-5
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
2025 Water and Sanitary Sewer Project Management Services
I Labor (hours' 'Total Labor
Task Task Description Program ProJoet Professional Survey Survey
No. J Manager Manager J Engineer EIT ADD
Administrative RPLS Tech Crevr(21
Raft! $23� St9'//I $190 St30 371� 39 3190 $110 mano518U JJJ
1.0 ProlI'ect Mar men Services 156�U�) 0� 0 0 01 0 3307,32),
1
.1 Mrofeot Management Services I 156(JI I JJ I I
TOM1 1 01 15601 01 01 01 d 01 0 $307,32 1
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Server Replacement
FWWTR Official Release Date: 5.15.2012
Expense
Subconsultant
Travel
SBE J Non-SBE J
SJ
3d)
30
o
Jl
of
Project Summ2[V
I
Total Hoursl
1.560I
Total Laborl
S307,320
Total Exgqense
SO
SBE Subconsultart:
Sa
Non-SBE Subconsultant l
So
1n0�EpSuubbgl,rrpk�u�ol
10
I
o..0
ro I
I Zli3t fr (ed9C'S4l
5307.320.00I
Reproduction (SSE)
Total Task
Sri $0 3307,320
0, 0 3307,320
Docusign Envelope ID: 661575EB-AO65-49EC-911D-68F12ED326A3
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
2025 Water/ Sanitary Sewer Project Management Services
City Project No. 105811,105717, & 105070
No Changes
City of Fort Worth. Texas
Attachment C
PMO Release Date: 05.19.2010
Page I of I
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
ATTACHMENT "D"
CERTIFICATE OF INSURANCE
Design Services for
2025 Water and Sanitary Sewer Capital Project Management Services
City of Fort Worth, Texas
Attachment D
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, August 12, 2025
LOG NAME: 6025PROJECTMANAGE-SHIELD
REFERENCE NO.: **M&C 25-0714
SUBJECT:
(ALL) Authorize Execution of a Professional Services Agreement in the Amount of $307,320.00 with Shield
Engineering Group, PLLC, for 2025 Water/Sanitary Sewer Capital Project Management Services in
Multiple Projects
RECOMMENDATION:
It is recommended that the City Council authorize execution of a Professional Services Agreement in the
amount of $307,320.00 with Shield Engineering Group, PLLC, for the 2025 Water/Sanitary Sewer Capital
Project Management Services in multiple projects and provide for up to three renewals of the contract for
the same amount of $307,320.00 with the same terms and conditions.
DISCUSSION:
This Mayor and Council Communication (M&C) is to authorize execution of a Professional Services
Agreement with Shield Engineering Group, PLLC, in the amount of $307,320.00, for Water/Sanitary Sewer
Capital Project Management Services for staff extension services managing Water Department Capital
projects.
On October 6, 2023, Statements of Qualifications were received by the Water Department from 36
consulting firms in response to a Request for Qualifications issued on August 17, 2023 seeking to
establish qualified firms to create a pool for future projects. Shield Engineering Group was selected from
the pool to provide the necessary service. The Professional Services Agreement recommended by this
M&C will provide staff extension services to augment and expedite the delivery of Water Department
Capital Delivery projects consisting of design and construction for cast iron pipe replacements, major
transmission mains, major wastewater collectors, water treatment plant projects and wastewater treatment
plant project. The City reserves the option to renew (subject to appropriated funding) this agreement up
to three times for the same amount of $307,320.00 with the same terms and conditions.
Appropriations for 2025 Water/Sanitary Sewer Capital Project Management Services are as depicted
below:
105811 Water & Sanitary Sewer Replacement Contract 2023 WSM-Z
Fund
MS Capital
Projects - Fund
56002
Total.
Existing I Additional I project Total
Appropriations Appropriations
$1,175,243.00
$1,175,243.00
$0.00 $1,175,243.00
$0.001$1,175,243.00
105717 Water & Sanitary Sewer Replacement Contract 2023 WSM-Y-Forest Park Phase 2
Fund Existing I Additional I Project
Appropriations JAppropriationsl Total
W&S Capital Projects I $897,710.00 $0.00 $897,710.00
- Fund 56002
Total $897,710.0011 $0.001 $897,710.00
Docusign Envelope ID: 661575EB-AO65-49EC-91 1 D-68F1 2ED326A3
105070 —16-in to 24in Cast Iron Water Main Replacement for Eastwood and Timberline Elevated
Storage Tanks
Fund Existing i Additional project Total
Appropriations Appropriations
1W&S Capital
Projects - Fund $1,594,629.00 $0.00 $1,594,629.00
56002
Total $1,594,629.001 $0.00 '$1,594,629.00
*Numbers rounded for presentation purposes.
Funding is budgeted in the W&S Capital Projects Fund for the Water Department for the purpose of
funding the Water & Sanitary Sewer Replacement Contract 2023 WSM-Z, Water & Sanitary
Sewer Replacement Contract 2023 WSM-Y-Forest Park Phase 2, and 16-in to 24in Cast Iron Water Main
Replacement for Eastwood and Timberline Elevated Storage Tanks, as appropriated.
The project is located in ALL COUNCIL DISTRICTS.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated, in the W&S Capital Projects Fund for the W&SS Repl Contract 2023 WSM-Z, W/WW Rpl
Cont 2023 WSM-Y FPP2, and the16-24in Cl WM Repl. EW&TL EST projects to support the approval of
the above recommendation and execution of the agreement. Prior to any expenditure being incurred, the
Water Department has the responsibility to validate the availability of funds.
FUND IDENTIFIERS (FIDs).:
TO
Fund Department ccoun Project Program ctivity Budget
ID 1 ID 1 ( Year
Reference # ;Amount]
(Chartfield 2)
FROM
Fund Department ccoun Project ctivity Budget Reference # mountID 1 ID �Programl
+ Year ( (Chartfield 2)
CERTIFICATIONS:
Submitted for City Manager's Office by- Jesica McEachern (5804)
Originating Department Head:
Additional Information Contact:
Chris Harder (5020)
Tony Sholola (6054)
ATTACHMENTS
1. 25-TBD5142025 Compliance Memo Final-CC.pdf (CFW Internal)
2. 6025PROEJCTMANAGE- SHIELD FID Table (WCF 05.08.25).xlsx (CFW Internal)
3. Form 1295 Certificate 101374834.rndf (CFW Internal)
4. PBS CPN 105070.pdf (CFW Internal)
5. PBS CPN 105717.ndf (CFW Internal)
6. PBS CPN 105811.pdf (CFW Internal)
7. SAM.gov search Shield Engineering_pdf (CFW Internal)
6025PROEJCTMANAGE-SHIELD FID Table
56002
0600430
5330500
105811
001730
9999
56002
0600430
5330500
105717
001730
9999
56002
0600430
5330500
105070
001730
9999
56002
0700430
5330500
105811
001730
9999
56002
0700430
5330500
105717 I
001730
9999
56002
0700430
1 5330500
105070
001730
9999
$82,400.00
$68,250.00
$1,260.00
$61,800.00
$27,300.00
$66,300.00