Loading...
HomeMy WebLinkAboutContract 55953-A6CSC No. 55953-AG AMENDMENT No.6 TO CITY SECRETARY CONTRACT No. 55953 WHEREAS, the City of Fort Worth (CITY) and TranSystems Corporation Consultants, (ENGINEER) made and entered into City Secretary Contract No. 55953, (the CONTRACT) which was authorized by M&C 21-0328 on the 11th day of May, 2021 in the amount of$ 1,247,299.00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of $44,160.00 which was administratively authorized on June 1st, 2022, Amendment Number 2 in the amount of $54,050.00 which was administratively authorized on July 17th, 2023, Amendment Number 3 in the amount of $945,458.00 which was approved by M&C on October 17th, 2023, Amendment Number 4 in the amount of $0. 00 which was administratively authorized on February 20th, 2024; and Amendment Number 5 in the amount of $99,855.00 which was administratively authorized on May 21st, 2024; and WHEREAS, the CONTRACT involves engineering services for the following project: Trinity River Vision-Central City Flood Control Drainage Projects, CPN (103260, 103261, 103262, 103263, 103264, 103664, 103665, 103666, 103667); and WHEREAS, it has become necessary to execute Amendment No. 6 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 additional construction management services to the construction phase of the project. The cost to City for the additional construction phase services to be performed by Engineer totals $440,550.00. (See Attached Funding Breakdown Sheet, Page -3-) City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: 03/08/2024 Page 1 of 3 2. Trinity River Vision-Central City Flood Control Drainage Projects 103260, 103261, 103262, 103263, 103264, 103664, 103665, 103666, 103667 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 $2,831,372.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. 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: Jan 10, 2025 ATTEST: Jannette Goodall City Secretary TranSystems Corporation Consultants TranSystems Corporation Consultants Chad Gartner, P.E. Senior Vice President DATE: Jan 6, 2025 APPROVED AS TO FORM AND LEGALITY: M&C No.#: 24-1029 Douglas Black (Jan 9, 202518:22 CST) Douglas W. Black Sr. Assistant City Attorney City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: 03/08/2024 Page 2 of 3 M&C Date: 11/19/24 Trinity River Vision-Central City Flood Control Drainage Projects 103260, 103261, 103262, 103263, 103264, 103664, 103665, 103666, 103667 FUNDING BREAKDOWN SHEET City Secretary No. 55953 Amendment No Project CF1- CF2 - Fund Dept ID Account Bond Amount ID Activity Reference 52007 0200431 5330500 103261 002880 9999 $161,820.00 52007 0200431 5330500 103666 002880 9999 $88,200.00 52008 0200431 5330500 103264 002880 9999 $87,040.00 52009 0200431 5330500 103664 002880 9999 $103,490.00 Total: $440,550.00 City of Fort Worth, Texas Trinity River Vision-Central City Flood Control Drainage Projects Prof Services Agreement Amendment Template 103260, 103261, 103262, 103263, 103269, 103664, 103665, 103666, 103667 Revision Date: 03/OS/2029 Page 3 of 3 TR�NSYSTEMS Date: July 30, 2024 Max Aransen, PE Project Manager— Capital Delivery Division Transportation/Public Works Department City of Fort Worth 200 Texas St. Fort Worth, TX 76102 RE: Amendment 6— Construction Management Services — Fort Worth Central City City Project No. 103260, 103261, 103262, 103264,103665 and 103667 Dear Mr. Aransen, TranSystems appreciates the opportunity to provide this fee proposal for additional scope of services for the above referenced project as part of the Fort Worth Central City Program. These scope and budget modifications are needed to facilitate adding construction management services on project specific elements. Below is a summary of each contract and amendment. Summary of the Contract and Amendments Original Contract $ 1,247,299.00 Amendment 1 $ 44,160.00 Amendment 2 $ 54,050.00 Amendment 3 $ 945,458.00 Amendment 4 $ 0.00 Amendment 5 $ 99,855.00 Amendment 6 $ 440,550.00 Contract Total $ 2,831,372.00 The detailed project scope and fee for this Amendment 6 is in the attached Attachment A and Level of Effort Spreadsheet. The general scope of the Amendment 6 is to provide additional Constriction Management for the Grand Avenue, New Main Outfall and Viola Outfall projects, Final Design and Construction Phase Services for New Bazaar and additional tunneling submittal review for New Main Outfall and Viola Outfall. Below is a summary by project of the change in scope and requestetl fee. Greenleaf Outfall — CPN 103260 There is no fee reallocation of scope change for this project untler Amendment 6. Bazaar Outfall — CPN 103261 Amendment 6 provides for additional funding for final tlesign and construction phase services scope that was added under Amendment 4. Under Amendment 3, $87,856 was applied to develop the Bazaar Outfall Re-Design up to 60% completion. Under Amendment 6, an additional $90,560 is requested to complete the final design and $71,260 for construction phase services. Total amount under Amendment 6 for Bazaar Outfall is $161,820. Main Street Outfall — CPN 103262 Amendment 6 provides for additional funding for the Construction Management Services scope that was added under Amendment 4. Under Amendment 4, $54,400 was remaining at that time to complete the Construction Management Services. Under Amendment 5, $28,350 was added for Construction Management Services leaving a need for $31,050 of the original estimate. The timeline for construction to be complete has extended an additional 4 to 6 months from the original estimate. Under Amendment 6, an additional $75,600 is requested for Construction Management Services to provide enough funding for construction to be completed. Amendment 6 provides for additional funding for tunneling submittal review performed by a tunneling specialist. Under Amendment 6, an additional $12,000 is requested to cover this review based on an hourly basis. Total amount under Amendment 6 for Main Street Outfall is $87,600. Universitv — CPN 103263 There is no fee reallocation of scope change for this project under Amendment 6. Viola Outfall — CPN 103264 Amendment 6 provides for additional funding for the Construction Management Services scope that was added under Amendment 4. Under Amendment 4, $74,440 was remaining at that time to complete the Construction Management Services.. Under Amendment 6, an additional $74,440 is requested for Construction Management Services to provide enough funding for construction to be completed. Amendment 6 provides for additional funding for tunneling submittal review performed by a tunneling specialist. Under Amendment 6, an additional $12,000 is requested to cover this review based on an hourly basis. Total amount under Amendment 6 for Viola Outfall is $86,440. Grand Ave — CPN 103665 Amendment 6 provides for additional funding for the Construction Management Services scope that was added under Amendment 4. Under Amendment 4, $56,240 was remaining at that time to complete the Construction Management Services. Under Amendment 5, $28,350 was added for Construction Management Services leaving a need for $27,890 of the original estimate. The timeline for construction to be complete has extended an additional 4 to 6 months from the original estimate. Under Amendment 6, an additional $75,600 is requested for Construction Management Services to provide enough funding for construction to be completed. Total amount under Amendment 6 for Grand Avenue is $103,490. CemetervlHouston — CPN 103667 There is no fee reallocation of scope change for this project under Amendment 6. The Chart below is a summary of the contract fee change by CPN through Amendment 6. Sincerely, TranSystems Corporation Consultants /��e�(.t.�J Michael Hobbs, PE Vice President/Sr. Project Manager If you have any questions or require additional information please give me a call. ATTACHMENT "A" Scope for Construction Manaqement Related Services for Storm Water Improvements Prolects 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. Under this scope, "ENGINEER" is expanded to include any sub-consultant, including surveyor, employed, or contracted by the ENGINEER. OBJECTIVE The scope of services for this amendment is to provide tunneling submittal review for New Main Outfall and Viola Outfall, additional Construction Management services for Grand Ave, New Main OutFall and Viola Outfall and Final Design and construction phase services for New Bazaar Outfall. WORK TO BE PERFORMED Task 1. Task 2. Task 3. Task 4. Task 5. Task 6. Task 7. Task 8. Task 9. Task 10 Design Management (Deleted) Conceptual Design (Deleted) Preliminary Design (Deleted) Final Design Bid Phase Services (Deleted) Construction Phase Services ROW/Easement Services (Deleted) Survey Services (Deleted) Permitting (Deleted) Plan Submittal Checklists (Deleted) TASK 4. FINAL DESIGN Upon direction by the City, ENGINEER will prepare construction plans as follows: • Provide final design for the New Bazaar Outfall re-design based on changes requested from USACE � Update plans to be included in USCAE bid documents for the south bypass channel project • Update technical specifications for use with USACE bid package DELIVERABLES A. 90% Design and Specifications B. 100% Design and Specifications TASK 6 CONSTRUCTION PHASE SERVICES Construction Management 1. Pre-Construction Phase. CONSTRUCTION MANAGER will manage the work outlined in this scope to ensure efficient and effective use of CONSTRUCTION MANAGER's and CITY's time and resources. CONSTRUCTION MANAGER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1 Communication and Reporting • The Construction Manager shall prepare, and deliver to the Owner a written Construction Management Plan which will be periodically updated that includes, at a minimum, the following: o Preliminary evaluation of the Owner's program, Schedule and Construction Budget requirements o A Project Schedule provided by the successful Contactor • Work closely with City PM and City inspector. • Coordinate with the Contractor's Project Manager daily to track project status and identify potential schedule impacts and field issues. • Review Technical Specifications and Scope of Work description for items associated with construction. • CONSTRUCTION MANAGER shall review invoices for reasonableness, accuracy, and appropriate charges. Resolve invoice issues with City inspector and Contractor. • CONSTRUCTION MANAGER shall insure the Contractor is submitting M/WBE Report Form as required. • Schedule meetings weekly with City Project Manager to provide schedule updates and discuss potential schedule impacts and issues in the field. 1.2 Project Setup CONSTRUCTION MANAGER shall attend Pre-Construction Meetings. CONSTRUCTION MANAGER shall attend Public Meetings. CONSTRUCTION MANAGER shall preform a preliminary evaluation of the Owner's Program, Schedule, and Construction Budget requirements. 1.3 Scheduling • Review a Baseline Schedule from the selected Contractor on a monthly basis and provide feedback on timeline to ensure reasonable goals are in place and to ensure efficiency in the field. • CONSTRUCTION MANAGER shall provide a schedule of inspections for field personal per the CITY's requirements. • The CONSTRUCTION MANAGER shall make daily site visits based on the Contractors schedule. Site visits will be based on the importance of the tasks being performed. 1.3 Contractor Management • The CONSTRUCTION MANAGER shall attend regularly scheduled construction meetings with the Contractor, CITY and other Project Stakeholders as required by the CITY. • The CONSTRUCTION MANAGER shall review submittals submitted by the Contractor for compliance to the design and coordinate the expedited review with the City's Engineer (TranSystems) to prevent delays to the construction. The review will not relieve the Contractor form its responsibility for performance of contract or compliance to the design. A Submittal Log will be maintained and updated for the Project. • The CONSTRUCTION MANAGER shall review RFI's, and coordinate the expedited review with the City's Engineer (TranSystems) to prevent delays to the construction. A RFI Log will be maintained and updated for the Project. • The CONSTRUCTION MANAGER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. 2. Construction Phase. CONSTRUCTION MANAGER will support the construction phase of the project as follows. • Provide a staffing plan to include one or more representatives who shall be in attendance at the project site whenever critical work items are being performed. • The CONSTRUCTION MANAGER shall conduct direct oversight of the contractor. • The CONSTRUCTION MANAGER will attend regularly scheduled construction meetings with the Contractor, CITY and other Project Stakeholders as required by the CITY, • Promptly distribute Meeting Minutes to the CITY and project stakeholders. • Recommend courses of action to the Owner when requirements of a contract are not being fulfilled. • Proactively manage and notify the City Project Manager of potential changes or issues in the field. • Review Contractors Cash Flow Reports and forecasts for the project and submit to the CITY for monthly budget reviews and requirements. • Maintain a Daily Work Journal of construction tasks that will include a rate of production on key items. • Submit Weekly Construction Reports to the CITY to include percentages of work completed or in progress. • The CONSTRUCTION MANAGER will assist the CITY in fast tracking change orders by providing onsite feedback and immediate change order preparation. • Prior to the expiration of one year of substantial completion, the Construction Manager shall, without additional compensation, conduct a meeting with the Owner to review the facility operations and performance. • Personnel and Vehicle Identification: When conducting site visits to the project location, the CONSTRUCTION MANAGER shall carry readily visible information identifying the name of the company and the company representative. • Contractor safety enforcement and compliance Safety coordination meetings. Work will adhere all CITY and OSHA safety requirement. • Safety committee Safety audits Monthly reports CM safety training. Assessment of individuals working onsite will be conducted onsite and responses recorded for compliance. 3. Post Construction Phase. CONSTRUCTION MANAGER will support the post construction/close out phase of the project as follows. • The CONSTRUCITON MANAGER will conduct a final walk through and assist in preparing a final punch list of items to be completed. • The CONSTRUCTION MANAGER shall provide to the CITY As-Builts drawings from the Contractor. • As-Builts shall include Red-Line Markups from CITY Inspectors and the Contractor. • CONSTRUCTION MANAGER will maintain and submit to the CITY all copies of approved Change Orders. • CONSTRUCTION MANAGER will submit a complete list of Approved Substitutions used during construction. • CONSTRUCTION MANAGER shall insure the Contractor has submitted Final Summary Payment Report. Deliverables A. Weekly Status Reports B. Recommendation of invoice payment C. Budget reviews and updates D. Recommendation of changes of scope or change orders E. Documentation of the above and other project activities, decisions, and milestones Assumptions Additional Services listed below are not included in Construction Phase basic services, but they may be included in a Construction Manager's Agreement per the Owner's request: 1. LEED certification 2. Measured drawings 3. Commissioning Tunneling Submittal Review ENGINEER will support the construction phase of the project as follows. The ENGINEER shall review contractor tunneling shop drawings, samples and other submittals submitted by the contractor for tunneling work associated with the USACE floodplain and levee. The review will be for general conformance with the design concepts, general compliance with the requirements of the contract for construction and the conformance to the construction requirements necessary for USACE approval. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies, or omissions. The ENGINEER shall log and track all submittal reviews and provide reviewed documents/submittals in eBuilder. Deliverables A. Review/Approval of Contractor submittals to USACE for tunnelling work Assumqtions 1. Tunneling review will be billed at an hourly basis for each submittal received until USACE approval is received. 2. Tunneling submittal review will be limited to the New Main OutFall and Viola projects. ATTACHMENT B COMPENSATION Stormwater Design and Franchise Utility Relocations Oversight for the Trinity River Vision- Central City Flood Control Drainage Projects City Project No. 103260, 103261, 103262, 103263 and 103264 Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Categor� Rate for the ENGINEER's team member perForming the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Year 1 Rate Year 2 Rate $/hour $/hour Princi al $380 $395 Pro'ect Mana er $220 $230 Pro�ect En ineer $160 $170 En ineer in Trainin $125 $132 CADD Desi ner $145 $152 RPLS $190 $200 Surve Tech $115 $120 Surve Crew — 2 man $190 $200 Construction Mana er $210 $222 Administrative — A2 $110 $115 ii. Non-Labor Expenses for Construction Phase Services. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses for Construction Phase Services (non-labor) include, but are not limited to, mileage, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Non-Labor Expenses for Construction Manager. Non-labor expenses associated with the Construction Manager shall not be reimbursed. The cost of these expenses is included in the Construction Managers hourly rate. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION iv. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). v. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department, 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 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Prime Consultant TranSystems Storm Design, Construction Management Proposed MWBE Sub-Consultants The Rios Group Utility Coordination Cypress Environmental Archeological Survey Non-MWBE Consultants TBD Tunneling Review Fee Amount % $2,477,578.00 87.5% $284,948.00 10.1 % $31,846.00 1.1 % $37,000.00 1.3% TOTAL $2,831,372.00 100% Pro'ect Number & Name Total Fee MWBE Fee MWBE % City Project No. 103260, 103261, $2,831,372.00 $316,794.00 11.2% 103262, 103263 and 103264 - Stormwater Design and Franchise Utility Relocations Oversight for the Trinity River Vision-Central City Flood Control Draina e Pro'ects City MWBE Goal = 8% City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 3 of 4 Consultant Committed Goal = 8 % B-3 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 desired work types and work phases. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 4 of 4 B-4 lM ll) N O O � � d � LL � � E m m � = Z G Y U O � N � a d � �1 U N 'a N O T a v E c�i E w 5, a a `� _ � °1 a 0 � E ,, m o� > m _ � c � � � y�0 = F o � r o « V ` o a �- o _ -- o q �LL n m C) � O �o o d � m � - o _ � � w o�> w � c � � � V .. = N V aa � O _y N 4 N N O N > > R N � Z O O O O O O O O O O O O O 00 0 0 0 0 0 0 0 0 0 0 0 0 0 , � �� ����������� cl � O Q O 0 0 � 0 0 O N J O F O � O �� � Z � � R m 0 s o y � O o R s `m C � V � � � 7 U U1 aa 0 O w m 0 � y N N X W O W C O Z O O O V! O O O � W U O Z N S � W 7 � J H O F "a� N� ry W O���¢ U a H F� n� a F N N W a wm�3 0 3���� �� z° � O Z c d E � c m � � N w u a�'i o u � � a wZw°� r;m'm° N O c c m Y 'w � `a wo aw o 0 � � C � �+ m y C � j � U o = y O w Y � LL y J F � � �U � R Eb � _ o d �� c 0 .N > `m > � � .� � City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, November 19, 2024 REFERENCE NO.: **M&C 24-1029 LOG NAME: 20SWM FWCC DESIGN CONTRACTAMENDMENT#6 SUBJECT: (CD 2 and CD 9) Authorize Execution of Amendment No. 6 to an Engineering Services Agreement with TranSystems Corporation, d/b/a TranSystems Corporation Consultants, in the Amount of $440,550.00 for a Total Revised Contract Amount of $2,831,372.00 for the Design and Construction Phase Services on the Stormwater and Franchise Utility Relocations for the Fort Worth Central City Project, Adopt Appropriation Ordinance and Amend Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of an Amendment to an Engineering Agreement with TranSystems Corporation, d/b/a TranSystems Corporation Consultants (City Secretary Contract No. 55953), in the amount of $440,550.00 for a total revised contract amount of $2,831,372.00 for the stormwater relocations for the Fort Worth Central City project; 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Stormwater Capital Projects Fund by increasing estimated receipts and appropriations in the Fort Worth Central City Viola Outfall project (City Project Number 103264) in the amount of $50,000.00 and decreasing estimated receipts and appropriations in the Fort Worth Central City Greenleaf project (City Project Number 103260) by the same amount; and 3. Amend the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On May 11, 2021, the City Council approved Mayor and Council Communication (M&C) 21-0328 which, authorized an agreement in the amount of $1,247,299.00 with TranSystems Corporation d/b/a Transystems Corporation Consultants for design services on the Fort Worth Central City (FWCC) Project. This original engineering agreement has been revised by five amendments —Amendments 1, 2, 4 and 5 were administratively approved and Amendment 3 was approved by M&C 23- 0893. This M&C is to authorize execution of Amendment No. 6 to the Engineering Agreement in the amount of $440,550.00 for design and construction phase services related to the relocation of City stormwater infrastructure for the Fort Worth Central City (FWCC) project. The revised total contract amount will increase to $2,831,372.00. The construction of the north and south bypass channels by the United States Army Corps of Engineers (USACE) for the FWCC project will displace existing City drainage infrastructure and require it to be relocated in advance. This amendment will include $90,560.00 for the additional design scope of work needed for the final design associated with the Bazaar Outfall structure. The remaining $349,990.00 of this amendment is for the fee associated with the Construction Phase and Management Services for the various stormwater relocation projects in this contract. The Construction Phase Services will provide a full-time construction manager who will assist the engineer of record in attending weekly site meetings, helping address questions from the contractor, and providing expertise in the field. Funding for submittal reviews by a tunneling engineer has also been included in this amendment. The work included in this amendment will help advance the stormwater projects as quickly as feasible, considering the schedule of the USACE bypass channel construction. Amendment 6 is being paid from previous appropriations within the projects summarized below: Amendment 6 Total Stormwater $g0,560.00 Design Construction $71,260.00 Phase Services Construction $253,530.00 Management Construction Phase Services $24,000.00 (Sub Tunneling) Sub $1,200.00 Management Amendment g440,550.00 Total The following table Illustrates the funding for this project: Amendment 6 scope of work summarized below: 103260 - 703267 - 103262 - 703264 - 103664 - 103665 - 703666 - 103667 - FWCC FWCC FWCC Main FWCC Capital Fund Name FWCC Viola FWCC Grand FWCC Grand FWCC Main Total Greenleaf Bazaar Street Cemetery 8 Sump Outfall Outfall Outfall Avenue Avenue Street Outfall Houston 30104 - Developer $58,065.00 $65,549.40 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $123,614.40 Contribution Fund 52002 - Stormwater Capital Projects $856,261.00 $5,397.00 $0.00 $170,663.00 $8,119,000.00 $6,956,435.00 $7,489,000.00 $290,929.00$23,887,685.00 Fund 52007 - Stormwater Rev Bonds 2020 $3,393,675.00 $276,945.00$185,901.00 $347,945.00 $1,848,711.02 $574,378.33 $2,828,000.00 $72,000.00 $9,527,555.35 Fund 52008 - Drainage RevBondsSeries $1,000,000.00$1,000,000.00 $0.00$6,658,654.00 $3,000,000.00 $1,000,000.00 $2,000,000.00$1,000,000.00$15,658,654.00 2023 52009 - Stormwater Commercial Paper $7,237,351.00 $0.00 $0.00 $0.00 $11,594,739.00 $10,958,645.00 $9,917,668.00 $0.00 $39,708,403.00 Fund Budget Change �$50,000.00) $0.00 $0.00 $50,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 (Increase/Decrease) Total $12,495,352.00 $1,347,891.40 $185,901.00 $7,227,262.00 $24,562,450.02 $19,489,458.33 $22,234,668.00 $1,362,929.00 $88,905,911.75 Funding for this project was included in the FY2025-2029 Capital Improvement Program for year 2025. Accelerated funding is needed for this project due to additional design phase, construction phase, and construction management services under the current contract. The action in this M&C will amend the FY2025-2029 Capital Improvement Program as approved in connection with Ordinance 27107-09-2024. Funding is budgeted in the Stormwater Capital Projects, Drainage Rev Bonds Series 2023, Stormwater Rev Bonds 2020, and the Stormwater Commercial Paper Funds for the TPW Dept Highway & Streets Department for the purpose of funding the various FWCC projects. Staff considers the fee to be fair and reasonable for the scope of services provided. The entirety of the $2,831,372.00 amount of this contract, including the $440,550.00 of this amendment, is considered Fort Worth Central City-related work, which is eligible for funding reimbursement from Tax Increment Reinvestment Zone No. 9(Trinity River Vision TIF) pursuant to the Trinity River Vision Authority (TRVA) Project Plan. Having met its $26.6 million commitment to the TRVA Project, the Tarrant Regional Water District (TRWD) will reimburse the City's yearly expenses for this contract at the end of each Fiscal Year, up to the total amount of $2,290,967.00, in accordance with the provisions of the interlocal agreement between the City and the TRWD (City Secretary Contract No. 43425). This is confirmed with the reimbursement letter dated September 28, 2023. Staff will record a receivable every month for reimbursable expenses, and the FWCC Program Manager in the FW Lab Department will be responsible for collecting the full reimbursement from TRWD at the end of each fiscal year. Since the City has exhausted the share of the local program budget allocated to Stormwater infrastructure relocation, the additional $540,405.00 costs associated with this amendment and Amendment 5 will not be included in the annual reimbursement process between the City and the TRWD. Rather, costs for this contract will be eligible for reimbursement directly from future Trinity River Vision TIF revenue after prior commitments of the TIF have been satisfied. Once reimbursement associated with this project is received, those funds will be used to reimburse the Stormwater Utility Fund. This future reimbursement of $540,405.00 will be documented in a reimbursement letter between the City and TRWD upon approval of this M&C. Because annual reimbursement by TRWD is not available for this amendment, Commercial Paper cannot be used to advance the funding. Instead, as depicted in the tables above, the majority of the initial funding for the project will be reallocated from the Stormwater Program's 2023 Revenue Bonds. Business Equity Office - TranSystems agrees to maintain its initial M/WBE commitment of 10\% that it made on the original agreement and extend and maintain that same M/WBE commitment of 10\% to all prior amendments up to and inclusive of this Amendment No. 6. Therefore TranSystems remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICTS 2 and 9. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the FWCC 5th St Greenleaf Sump project within the Stormwater Capital Projects Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Stormwater Capital Projects Fund for the FWCC Viola project and in the Drainage Rev Bonds Series 2023 Fund for the FWCC Bazaar Outfall and FWCC Viola projects and in the Stormwater Rev Bonds 2020 for the FWCC New Main St Outfall & 8 project and in the Stormwater Commercial Paper Fund for the FWCC Grand Ave Ph2 Pt 2 project to support the above recommendations and execution of the amendment. Prior to an expenditure being incurred, the Transportation & Public Works Department has the responsibility of verifying the availability of funds. hartfield ID I I ID I I I Year I (Chartfield CERTIFICATIONS: Submitted for City Manager's Office by_ Jesica McEachern (5804) Originating Department Head: Lauren Prieur (6035) Additional Information Contact: Thanaa Maksimos (2485) ATTACHMENTS 1. 20SWM FWCC DESIGN CONTRACT AMENDMENT #6.docx (CFW Internal) 2. 20SWM FWCC DESIGN CONTRACT AMENDMENT 6 FID TABLE.xlsx (CFW Internal) 3. CPN 103260 55953 Trinity River Vision-Central City Flood Control Drainage APCF Signed RL.pdf (CFW Intemal) 4. Form 1295 Certificate 101267031.pdf (CFW Intemap 5. M&C Map FWCCDowntownStormDrainProiects.pdf (Public) 6. ORD.APP 20SWM FWCC DESIGN CONTRACTAMENDMENT#6 52002 A025(r2).docx (Public) 7. SAM Report.pdf (CFW Internal) 8. TRV Reimbursement Letter - TSC Amendment 4-6.docx (CFW Internal) F�RT �V�RTH� Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Trinity River Vision — Central City Flood Control Drainage Projects — TranSystems - Amendment 6 M&C: 24-1029 CPN: 103260 CSO: 55953 DOC#: Date: To: Name Department Initials Date Out 1 Chad Gartner TranSystems c��artner(b�transystems.com �COriSUltarit� �� � a � �� ���� 2. Max Aransen TPW ,,�' Jan 6, 2025 3. Thanaa Maksimos TPW ,.,�� Jan 9, 2025 4. Lauren Prieur TPW ��x� Jan 9, 2025 5. Doug Black Legal � Jan 9, 2025 6. Jesica McEachern CMO ,,,�` Jan 10, 2025 7. Jannette Goodall CSO � Jan 10, 2025 8. TPW SW Contracts TPW SW 9. 10. 11. DOCUMENTS FOR C1TY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No ROUTING TO CSO: �YES ❑No Action Required: ❑ As Requested ❑ For Your Information � Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return to: tpw sw contracts(a�fortworthtexas.gov Ca11817-229-3283 with questions. Thank you!