HomeMy WebLinkAboutContract 55399-A6CSC No. 55399-A6
AMENDMENT No . 6
TO CITY SECRETARY CONTRACT No. 55399
WHEREAS, the City of Fort Worth (CITY) and Freese and Nichols, Inc.,
(ENGINEER) made and entered into City Secretary Contract No. 55399, (the
CONTRACT) which was authorized M&C 21-0128 on the 16th day of February,
2021, in the amount of $1,001,447.00; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment No.l in
the amount of $94,871.00 administratively authorized on October 8th, 2021,
Amendment No.2 in the amount of $169,005.00 authorized by M&C 22-0590 on
August 9th, 2022, and Amendment No.3 in the amount of $35,396.00
administratively authorized on October 6th, 2022 and Amendment No. 4 in
the amount of $64,597.00 administratively authorized on August 23rd, 2023
and Amendment No. 5 in the amount of $796,720.00 authorized by M&C 24-1126
on December 10�', 2024; and
WHEREAS, the CONTRACT involves engineering services for the following
project:
3r°'Barrel Parallel Sanitary Sewer to the VCWTP Project, CPN 103128;
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 the additional
engineering services specified in proposal attached hereto and incorporated
herein. The cost to City for the additional design services to be performed
by Engineer totals $381,300.00.
2.
Article II of the CONTRACT is amended to provide for an increase in
the fee to be paid to Engineer for all work and services performed under
the Contract, as amended, so that the total fee paid by the City for all
work and services shall be an amount of $2,543,336.00.
3.
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
City of Fort Worth, Texas OFFICIAL RECORD 3�`� Barrel Parallel SS for VCWTP
Prof Services Agreement Amendment Template CPN 103128
Revision Date: 12/08/2023 CITY SEC RETARY
Page 1 of 2
FT. WORTH, TX
EXECUTED and EFFECTIVE as of the date subscribed by the City's
designated Assistant City Manager.
APPROVED:
City of Fort Worth
v "� �`'�
William Johnson (F b 3, 2025 17:03 CST)
William Johnson
Assistant City Manager
DATE : 02/03/2025
ATTEST:
/� .J� 1
����#A,
J
Jannette Goodall
City Secretary
4F F�Rt ��P
ai ���o ° O dd
G�g °��Id
o���°
�d4p nEXA5opp
APPROVAL RECOD�NDED:
C�i�iS�fop�ie� ������
Christopher Har er (Feb 3, 2025 09:02 CST)
Christopher Harder, P. E.
Director, Water Department
Contract Compliance Manager:
ENGINEER
Freese & Nichols, Inc.
�2i1/�'U"�'� (�,9yW�"
Nicholas Lester, P.E
Vice President
DATE : 01 /30/2024
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.
. .
A il ose scamilla, P.E.
Project Manager
M&C No.#:
APPROVED TO FORM AND LEGALITY:
Douglas Black (Feb 3, 2025 14:35 CST)
Douglas W. Black
Sr. Assistant City Attorney
City of Fort Worth, Texas
Prof Services Agreement Amendment Template
Revision Date: 12/08/2023
Page 2 of 2
�FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
25-0073
M&C Date: January 28, 2025
Form 1295: 2024-1249685
3�`� Barrel Parallel SS for VCWTP
CPN 103128
www.freese.com
August 20, 2024
Ms. April Escamilla, P.E.
Project Manager, Capital Project Delivery
City of Fort Worth Water Department
311 West 10th Street
Fort Worth, TX 76102
Re: Amendment No.6 for the 3rd Barrel / Village Creek Bank Stabilization / 5 Sites
Village Creek Bank Stabilization General Rep Services
(City Project No. 103128)
Dear Ms. Escamilla:
Freese and Nichols, Inc. (FNI) is pleased to provide this amendment for the Engineering Design Services
for the 3rd Barrel / Village Creek Bank Stabilization / 5 Sites project (City Project Number 103128). This
amendment includes:
1. To provide construction phase services, cultural resource monitoring, and 5 years of monitoring,
as required by the Individual Permit granted by the USACE, for the Village Creek Bank Stabilization
construction project (levee along VCWRF Biosolids Facility).
FNI records show that this proposal would serve as Contract Amendment No. 6. A summary of the
additional costs is shown below:
L:\Client\OLCR\F\Fort Worth\FTW21267\Amd #6
801 Cherry Street, Suite 2800 + Fort Worth, Texas 76102 + 817-735-7300 + FAX 817-735-7491
� � '� - +! -. _,-� �-�
CPN 103128 Amendment No.6
August 20, 2024
Page 2 of 2
Villa�e Creek Bank Stabilization General Rep Services:
Item
Construction Phase Services
Cultural Resource Monitoring
5-Year Monitoring
Total Amendment No.6
Fee
$ 266,792
$ 53,285
$ 61,223
$ 381,300
Original Contract Amount $ 1,001,447
Amendment No.1 $ 94,871
Amendment No.2 $ 169,005
Amendment No.3 $ 35,396
Amendment No.4 $ 64,597
Amendment No.S $ 796,720
Amendment No.6 $ 381,300
Contract Amount to Date $ 2,543,336
Freese and Nichols, Inc. appreciate this opportunity, and we would like to meet with you to discuss these
additional services at your convenience.
Sincerely,
�� /� (J
�
Robert Otey, P.E.
Vice President / Principal
Attachments
Attachment A — Scope
Level of Effort Spreadsheet
L:\Client\OLCR\F\Fort Worth\FTW21267\Amd #6
ATTACHMENTA
DESIGN SERVICES FOR
3RD BARREL PARALLEL SEWER TO TWIN 90-INCH SEWERS,
VILLAGE CREEK BANK ANALYSIS 1 PLAN DEVELOPMENT
AND PIPELINE EROSION RISK ANALYSIS FOR 5 SITES
ATTACHMENT A
Scope for Enqineerinq Desiqn Related Services for
Water and/or Sanitary Sewer Improvements
DESIGN SERVICES FOR
3R� BARREL PARALLEL SEWER TO TWIN 90-INCH SEWERS,
VILLAGE CREEK BANK ANALYSIS 1 PLAN DEVELOPMENT
AND PIPELINE EROSION RISK ANALYSIS FOR 5 SITES
AMENDMENT N0.6
CITY PROJECT NO.: 103128
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. Task Nos. 1-17 previously defined under
the original contract and Amendment Nos. 1, 2, 3, 4 and 5. The purpose of this amendment
is to amend the original contract by including additional effort for:
To provide general rep services, cultural resource monitoring, and 5 years of monitoring, as
required by the Individual Permit granted by the USACE, for the of the Village Creek Bank
Stabilization project (levee along VCWRF Biosolids Facility).
WORK TO BE PERFORMED
TASK 18.1 CONSTRUCTION PHASE SERVICES.
Upon completion of the bid or negotiation phase services, FNI will proceed with the
performance of construction phase services as described below. It is understood that FNI
does not guarantee the Contractor's performance, nor is FNI responsible for supervision of
the Contractor's operation and employees. FNI shall not be responsible for the means,
methods, techniques, sequences or procedures of construction selected by the Contractor,
or any safety precautions and programs relating in any way to the condition of the premises,
the work of the Contractor or any Subcontractor. FNI shall not be responsible for the acts or
omissions of any person (except its own employees or agents) at the Project site or otherwise
performing any of the work of the Project.
These services are based on the use of FNI standard General Conditions for construction
projects. Modifications to these services required by use of other general conditions or
contract administration procedures are an additional service. If general conditions other than
FNI standards are used, the City agrees to include provisions in the Construction Contract
Documents that require the Contractor to include FNI and its subconsultants: (1) as an
additional insured and in any waiver of subrogation rights with respect to such liability
insurance purchased and maintained by Contractor for the Project (except workers'
compensation and professional liability policies); and (2) as an indemnified party in the
Contractor's indemnification provisions where the City is named as an indemnified party.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 6
ATTACHMENTA
DESIGN SERVICES FOR
WEST FORK PARRALLEL PHASE-1
TRINITY RIVER SIPHON TO WALKER BRANCH CONNECTION
1. Bi-weekly virtual construction meetings (30 total meetings) with full project team
(includes Contractor and City). FNI to provide meeting minutes at completion of
each meeting.
2. Assist the City in conducting pre-construction workshop with the Contractor(s),
review construction schedules prepared by the Contractor(s) pursuant to the
requirements of the construction contract and prepare a proposed estimate of
monthly cash requirements of the Project from information provided by the
Construction Contractor. Workshop is anticipated to be half day with Contractor(s)
and representatives to discuss proper placement of stream structures and
construction techniques used in successful restoration projects. FNI to provide
presentation and meeting materials.
3. Planting workshop with Contractor(s) to observe and review planting materials
and techniques for the site to limit mortality rate. Workshop is anticipated to be
conducted in the field once the site has been prepped for planting and prior to any
permanent vegetation establishment.
4. Make visits weekly (up to a total of 60) appropriate to the stage of construction to
the site (as distinguished from the continuous services of a Resident Project
Representative) to observe the progress and the quality of work and to attempt to
determine in general if the work is proceeding in accordance with the Construction
Contract Documents. FNI will report any observed deficiencies to the City. Site
visits are with the Contractor, City, and FNI to determine stream structure function,
planting progress, and structure verification. Site visits are anticipated to observe
the project and determine if the Work is being constructed according to design
and is functioning properly. Visits to the site in excess of the specified number are
an additional service. Documentation of observations from each site visit will be
provided.
5. Establish and maintain a project documentation system consistent with the
requirements of the construction contract documents. Monitor the processing of
Contractor's submittals and provide for filing and retrieval of project
documentation. Produce monthly reports indicating the status of all submittals in
the review process. Review Contractor's submittals, including, requests for
information (6 RFI's), modification requests (4 requests), schedules, and other
submittals (total of 15) in accordance with the requirements of the Construction
Contract Documents for the projects. Monitor the progress of the Contractor in
sending and processing submittals to see that documentation is being processed
in accordance with schedules.
6. Notify the Contractor of non-conforming work observed on site visits. Review
quality related documents provided by the Contractor such as test reports,
equipment installation reports or other documentation required by the
Construction Contract Documents.
7. Interpret the drawings and specifications for the City and Contractor(s).
Investigations, analyses, and studies requested by the Contractor(s) and
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 6
ATTACHMENTA
DESIGN SERVICES FOR
WEST FORK PARRALLEL PHASE-1
TRINITY RIVER SIPHON TO WALKER BRANCH CONNECTION
approved by the City, for substitutions of equipment and/or materials or deviations
from the drawings and specifications is an additional service.
8. Establish procedures for administering constructive changes to the construction
contracts. Process contract modifications and negotiate with the contractor on
behalf of the City to determine the cost and time impacts of these changes.
Prepare change order documentation for approved changes for execution by the
City. Documentation of field orders, where cost to the City is not impacted, will
also be prepared. Investigations, analyses, studies or design for substitutions of
equipment or materials, corrections of defective or deficient work of the Contractor
or other deviations from the Construction Contract Documents requested by the
contractor and approved by the City are an additional service. Substitutions of
materials or equipment or design modifications requested by the City are an
additional service.
9. Conduct, in company with the City's representative, a final review of the project
for conformance with the design concept of the project and general compliance
with the Construction Contract Documents. Prepare a list of deficiencies to be
corrected by the Contractor before recommendation of final payment. Assist the
City in obtaining legal releases, permits, warranties, spare parts, and keys from
the Contractor. Review and comment on the certificate of completion and the
recommendation for final payment to the Contractor(s). Visiting the site to review
completed work in excess of two trips are an additional service.
10. Revise the construction drawings in accordance with the information furnished by
construction Contractor(s) reflecting changes in the project made during
construction. One .pdf set of "Record Drawings" shall be provided by FNI to the
City.
ASSUMPTIONS
• Assumed construction duration of 12 months.
• City shall provide full time construction representation.
DELIVERABLES
A. Documentation, correspondence, meeting minutes, project management, or
changes to construction documents as needed based on requested task.
TASK 18.2 ARCHAEOLOGICAL MONITORING SERVICES.
FNI will contract with a professional archaeologist to monitor earth moving construction
activities within the vicinity of Test Trench 11 and shown on the plan set. FNI will coordinate
directly with the contractor to schedule an archaeological representative to meet the
permitting requirements.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 6
ATTACHMENTA
DESIGN SERVICES FOR
WEST FORK PARRALLEL PHASE-1
TRINITY RIVER SIPHON TO WALKER BRANCH CONNECTION
Assumptions
• The Contractor will provide FNI with at least fourteen (14) working days advanced
warning prior to earth moving activities in the vicinity of Test Trench 11.
• Earth moving activities in the vicinity of Test Trech 11 will not exceed five (5) working
days in duration.
• If needed, up to five (5) additional days of monitoring can be provided. These days
are assumed to be in continuation to the assumed monitoring days above and do not
include a separate site visit from the archologist.
• No significant cultural resource artifacts will be observed during earth moving
activities in the vicinity of Test Trench 11
Additional Services
If earth moving activities in the vicinity of Test Trench 11 exceed five (5) working days,
FNI will contact the City immediately.
In the event that the professional archaeologist does identify significant cultural
resource artifacts during construction activities in the vicinity of Test Trench 11 and
further testing/recovery effort is required by the USACE/THC beyond the five (5)
monitoring days described above, FNI will contact the City immediately.
TASK 18.3 Village Creek Bank Stabilization Project - Post-Construction Monitoring.
To comply with the Department of the Army Permit Special Condition (1) for the City's Village
Creek Bank Stabilization Project (SWF-2021-00273), FNI Environmental Scientists will
conduct annual monitoring events for a period of five (5) years. The first monitoring event will
occur immediately following the completion of bank stabilization construction activities. Five
additional monitoring events will occur over the subsequent five (5) years, for a total of six
(6) monitoring events.
Task 18.3.1 — Six (6) Annual Monitoring Events
Data collected during each monitoring event will include the following:
• Observation regarding the stability of both banks within the project area;
• Photographs of both stream banks, including photos from fixed locations that
will be utilized during each monitoring event;
• Texas Rapid Assessment Method (TxRAM) 2.0 evaluation forms; and
• Bank Erosion Hazard Index (BEHI) evaluation forms.
Task 18.3.3 — Six Annual Monitoring Reports Submitted to the City
FNI will prepare and submit six (6) draft Monitoring Reports (Post Construction and
Years 1, 2, 3, 4, and 5) to the City that include a narrative description of the stability
of both banks, photographs, TxRAM 2.0 stream evaluation forms and scoring sheets,
and BEHI evaluation forms. FNI will incorporate comments from the City into the
annual Monitoring Reports and submit the final reports to the City.
Task 18.3.3 — Three Monitoring Reports Submitted to the USACE
FNI will submit the following three (3) Monitoring Reports to the USACE:
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 4 of 6
ATTACHMENTA
DESIGN SERVICES FOR
WEST FORK PARRALLEL PHASE-1
TRINITY RIVER SIPHON TO WALKER BRANCH CONNECTION
• Post-construction Monitoring Report;
• Year 3 Monitoring Report; and
• Year 5 Monitoring Report.
The post-construction Monitoring Report submitted to the City will be a copy of the
final Monitoring Report that FNI submits to the USACE. The Year 3 Monitoring Report
will incorporate observations and forms from the Year 1, Year 2, and Year 3
monitoring events. The Year 5 Monitoring Report submitted to the USACE will
incorporate observations and forms from the Year 4 and Year 5 annual monitoring
events. Draft Year 3 and Year 5 Monitoring Reports will be submitted to the City for
review. Comments from the City will be incorporated into the reports and the final
Year 3 and Year 5 Monitoring Reports will be submitted to the USACE.
ASSUMPTIONS
• Monitoring period will not extend beyond 5 years.
• Design of any corrections required by the City of USACE is included in this scope of
work.
DELIVERABLES
• Monitoring Report documentation, correspondence, and comment/responses per
monitoring event.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 5 of 6
ATTACHMENTA
DESIGN SERVICES FOR
WEST FORK PARRALLEL PHASE-1
TRINITY RIVER SIPHON TO WALKER BRANCH CONNECTION
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existinq Scope of Services — Refer to original
contract for additional services not included in the scope of services. Additional items to be
included in Additional Services include the following:
1. Resident Project Representation (RPR) services.
2. Right-of-way access permitting and/or landowner coordination or right-of-entry
permission.
3. Conduct tree survey and prepare permit application for compliance with City tree
ordinance requirements.
4. Preparation of Environmental Information Document, Environmental Assessment, or
an Environmental Impact Statement.
5. Presence/absence surveys for state or federally listed threatened/endangered
species.
6. Freshwater mussel surveys and reports.
7. Preparation of a mitigation plan to compensate for impacts to waters of the U.S.
8. Application to Texas Commission on Environmental Quality for individual 401 Water
Quality Certification.
9. Consultation with the U. S. Fish and Wildlife Service under Section 7 of the
Endangered Species act.
10. Expert representation at legal proceedings or at contested hearings.
11. Phase I/II Environmental Site Assessment.
12. Preparation of a preliminary jurisdictional determination report.
13. Preparation of a compensatory mitigation plan.
14. Additional coordination meetings with the USACE Fort Worth Regulatory Office.
15. Conducting a functional or condition assessment (e.g., TXRAM) on waters of the U.S.
potentially impacted by the proposed project.
16. Consultation with the U.S. Fish and Wildlife Service under Section 7 of the
Endangered Species Act.
17. Other environmental services not specifically defined in this scope of services.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 6 of 6
E
E - '�
Z o
w ?� A
t O N
a o ° a
H d Y � m
m O. W = N
� y � � c
m
_� R'N 00
7 �
W O = .N ydj
_ y � U
J f �
i
� 3
eQ
wa�
nE
°u E E
u<
a°Qt
� � E
'^ E E
9r;
I�I�III�
�
Ec
avo
`03�
�m -
u°E�a
U a �LL
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, January 28, 2025 REFERENCE NO.: **M&C 25-
0073
LOG NAME: 60VCWRFBIOSBANKS - SOLIDBRIDGEANDFNI
SUBJECT:
(CD 5) Authorize Execution of a Contract with Solid Bridge Construction, LLC in the Amount
of $9,496,778.00 for 3rd Main to West Fork Trunk Mains (Village Creek Water Reclamation
Facility Biosolids Facility Bank Stabilization) Project, Authorize Execution of Amendment No.
6, in the Amount of $381,300.00, to an Engineering Agreement with Freese & Nichols, Inc. for
the 3rd Main to West Fork Trunk Mains (Village Creek Water Reclamation Facility
Biosolids Facility Bank Stabilization) Project, Provide for Project Costs for a Project Total in
the Amount of $10,575,812.00, Adopt Resolution Expressing Official Intent to Reimburse
EXpenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance to Effect a
Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of a contract with Solid Bridge Construction, LLC in the amount
of $9,496,778.00 for the 3rd Main to West Fork Trunk Mains (Village Creek Water
Reclamation Facility Biosolids Facility Bank Stabilization) project;
2. Authorize eXecution of Amendment No. 6 to City Secretary Contract No. 55399, an
Engineering Agreement with Freese & Nichols, Inc., in the amount of $381,300.00, for
construction support services for the 3rd Main to West Fork Trunk Mains (Village
Creek Water Reclamation Facility Biosolids Facility Bank Stabilization) project for a
revised contract amount of $2,543,336.00;
3. Adopt the attached Resolution expressing official intent to reimburse expenditures
with proceeds from future debt for the 3rd Main to West Fork Trunk Mains project; and
4. Adopt the attached appropriation ordinance adjusting estimated receipts and
appropriations in the Water & Sewer Commercial Paper Fund by increasing estimated
receipts and appropriations in the 3rd Main to W Fork Trunk Mains project (3rd Barrel
Parallel Sanitary Sewer to the Twin 90-inch Sewers Serving the Village Creek
Wastewater Treatment Plant, Bank Protection at the Village Creek Wastewater
Treatment Plant and Pipeline Erosion Analysis at Five Low Water Crossings)(City
Project No. 103128) in the amount of $10,575,812.00 and decreasing estimated
receipts and appropriations in the Commercial Paper project (City Project No.
UCMLPR) by the same amount, to effect a portion of Water's contribution to the
Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
On February 16, 2021, Mayor and Council Communication (M&C) 21-0128 authorized an
engineering agreement with Freese and Nichols, Inc., (City Secretary Contract No. 55399) in
the amount of $1,001,447.00 for the preparation of plans and specifications for the design of
the 3rd Barrel Parallel Sanitary Sewer to the Twin 90-inch Sewers Serving the Village Creek
Wastewater Treatment Plant, Bank Protection at the Village Creek Wastewater Treatment
Plant and Pipeline Erosion Analysis at Five Low Water Crossings project.
The agreement was subsequently revised by Amendment No. 1, in the amount of
$94,871.00, administratively authorized October 8, 2021, that provided for additional design
efforts for the preparation of a necessary individual permit from the United States Army Corps
of Engineers, additional tree and topographic survey and additional archaeological survey.
Amendment No. 2, in the amount of $169,005.00, authorized August 9, 2022 (M&C 22-0590),
that provided for design and survey services for a soil-supporting concrete encasement for the
portion of the project sewer main that is adjacent to an existing pond, additional geotechnical
investigation, additional archeological survey and design for the replacement of an existing
conflicting 10-inch sanitary sewer main.
Amendment No. 3, in the amount of $35,396.00, administratively authorized October 6, 2022,
that provided for design and environmental services for an additional 1,300 feet of sewer main
in the Mary's Creek Basin.
Amendment No. 4, in the amount of $64,597.00, administratively authorized August 23, 2023,
that provided for additional coordination with the Texas Historical Society, additional
topographical/ archaeological investigation and alignment modification.
Amendment No. 5, in the amount of $796,720.00, authorized December 10, 2024 (M&C 24-
1126) that provided for the preparation of plans and specifications for the replacement of the
existing deteriorated 60 and 70-inch raw water mains, which cross the West Fork Trinity River
at the Fort Worth/River Oaks City boundaries.
Amendment No. 6 provides for construction management, resident project representative, and
construction support services including shop drawings, submittal reviews, change order
review, archeological monitoring tracking, and record drawings.
Construction of the project was advertised for bid on August 15, 2024 and August 22, 2024 in
the Fort Worth Star-Telegram. On October 31, 2024 the following bid was received:
Bidder
Solid Bridge Construction, LLC
Amount Contract Time
$9,496,778.00 365 Calendar Days
In addition to the contract cost, $412,831.00 is required for project management, material
testing and inspection and $284,903.00 is provided for project contingency.
This project will have no impact on the Water Department operating budget when completed.
Available cash within the Water and Sewer portfolio and the City's portfolio along with the
appropriation authority authorized under Callable Commercial Paper Program (CP) will be
used to provide interim financing for this project until debt is issued. Once debt associated
with this project is sold, bond proceeds will be used to reimburse the Water and Sewer
portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution.
Under federal law, debt must be issued within approximately three years in order for these
expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to
sell bonds, but preserves the ability of the City to reimburse itself from tax-exempt bond
proceeds.
It is the practice of the Water Department to appropriate its Capital Improvement Program
(CIP) plan throughout the Fiscal Year, instead of within the annual budget ordinance, as
projects commence, additional funding needs are identified, and to comply with bond
covenants. The actions in the M&C will appropriate funds in support of the Water's portion of
the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program.
Funding for 3rd Main to W Trunk Mains is depicted below:
60VCWRFBIOSBANKS - SOLIDBRIDGEANDFNI
Capital Revised
Fund Project FY2025 CIP Authority Budget Change FY2025
Name Name Appropriations (Increase/Decrease) gud et
g
56022- 103128
W&S Rev Main This
Bonds $0.00 M&C 24- $961,720.00 $961,720.00
Series 2024 T�nk 1126
Fund
Mains
103128
56023- — 3rd
W&S Main
Commercial to W.
Paper Fund Trunk
Mains
$961,720.00 M&C $10,575,812.00 $11,537,532.00
Funding is budgeted in the Commercial Paper project within the W&S Commercial Paper
Fund for the purpose of funding of the 3rd Main to W Trunk Mains project.
Funding for the 3rd Main to W Fork Trunk Mains are depicted below:
Fund Existing Additional project Total*
Appropriations Appropriations
56019 — W&S
Rev Bonds Series
2021
56022 - W&S Rev
Bonds Series 2024
56023 — W&S
Commercial Paper
Project Total
$1,616,032.00
$961,720.00
$0.00
$2,577,752.00
*Numbers rounded for presentation purposes.
$0.00 $1,616,032.00
$0.00 $961,720.00
$10,575,812.00 $10,575,812.00
$10,575,812.00 $13,153,564.00
DVIN: The Business Opportunity Division placed a 9.90 percent business equity goal on this
solicitation/contract. Solid Bridge Construction, will be exceeding the goal at 10.00 percent,
meeting the City's Business Equity Ordinance. Any changes in subcontractors will be
reviewed by the Business Equity Division.
DVIN: Freese and Nichols, Inc. agrees to maintain its initial M/WBE commitment of 5.46
percent that it made on Amendment No. 5 and extend and maintain that same M/WBE
commitment of 5.46 percent to this Amendment No. 6. Therefore Freese and Nichols, Inc.
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.
The project is located in COUNCIL DISTRICT 5.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the Commercial Paper project
within the W&S Commercial Paper Fund and upon approval of the above recommendations
and adoption of the attached appropriation ordinance, funds will be available in the W&S
Commercial Paper Fund for the 3rd Main to W Trunk Mains project to support the above
recommendations and execution of the contract and amendment. Prior to an expenditure being
incurred, the Water Department has the responsibility of verifying the availability of funds.
FUND IDENTIFIERS (FIDs):
TO
Fund Department Account Project ProgramActivity Budget
ID ID Year
FROM
Department Project Budget
Fund ID Account ID ProgramActivity year
Reference #
(Chartfield 2)
Reference #
(Chartfield 2)
Amount
Amount
CERTIFICATIONS:
Submitted for City Mana�er's Office by:
Originatin� Department Head:
Additional Information Contact:
William Johnson (5806)
Chris Harder (5020)
April Escamilla (8455)
ATTACHMENTS
1. 1295 Solid Brid�e Construction.pdf (CFw �nternal)
2. 60VCWRFBIOBANKS-SOLIDBRIDGEANDFNI.pdf (Public)
3. 60VCWRFBIOSBANKS - SOLIDBRIDGEANDFNI funds avail.docx (CFW Internal)
4
5
6
7
.
10
Commercial Paper Balance as of 12.02.24.xlsx (CFw Internal)
Compliance Memo-Solid Brid�e Construction.pdf (CFw �nternal)
Compliance Waiver-FNI.�df (CFW Internal)
FID TABLE 60VCWRFBIOSBANKS - SOLIDBRIDGEANDFNI (WCF
12.02.24).Xlsx (CFW Internal)
Form 1295 Certificate FNLpdf (CFw �nternal)
ORD.APP_60VCWRFBIOSBANKS - SOLIDBRIDGEANDFNI_56023_A025(r4�
1 .docx (Public)
PBS CPN 103128.pdf (CFW Internal)
11. Res.60VCWRFBIOSBANKS - SOLIDBRIDGEANDFNLdocx (Public)
12. SAM.gov search FNI.�df (CFW Internal)
13. SAM.gov search Solid Brid�e pdf (CFw �nternal)