Loading...
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