Loading...
HomeMy WebLinkAboutContract 61571-A1CSC No. 61571-A1 AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 61571 WHEREAS, the City of Fort Worth (CITY) and Freese and Nichols, Inc., (ENGINEER) made and entered into City Secretary Contract No. 61571, (the CONTRACT) which was administratively authorized on the 17th day of June, 2024 in the amount of $ 95,900; and WHEREAS, the CONTRACT involves engineering services for the following project: Stormwater Management Strategic Plan, CPN 105637; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1. Article I of the CONTRACT is amended to include the additional engineering services specified in Attachments A, B, and D attached hereto and incorporated herein. The cost to City for the additional professional services to be performed by Engineer totals $800,000.00. (See Attached Funding Breakdown Sheet, Page -4-) 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 $895,900.00. OFFICIAL RECORD 3 CITY SECRETARY FT. WORTH, TX All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. City of Fort Worth, Texas Stormwater Management Strategic Planning Prof Services Agreement Amendment Template Project No. 105637 Revision Date: 12/08/2023 Page 1 of 4 EXECUTED and EFFECTIVE as designated Assistant City Manager. APPROVED: City of Fort Worth Jesica McEachern Assistant City Manager DATE: 05/06/2025 ATTEST: Jannette Goodall City Secretary of the date subscribed by the City's APPROVAL RECOMMENDED: Lauren L. Prieur Transportation and Public Works Director Lauren Prieur (Apr 25, 2025 09:38 CDT) Contract Compliance Manager: ENGINEER Freese and Nichols, Inc scoff f6fKetl Scott Hubley (Apr 24, 2025Y3:42 CDT) Scott K. Hubley Principal and Vice President DATE: Apr 24, 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. Kiran Konduru, PE, CFM Engineering Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: 12/08/2023 Page 2 of 4 Stormwater Management Strategic Planning Project No. 105637 APPROVED AS TO FORM AND LEGALITY: gagor- Douglas Black (Apr 29, 2025 17:55 CDT) Douglas W. Black Sr. Assistant City Attorney M&C No.#: 25-0185 M&C Date: February 25, 2025 City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: 12/08/2023 Page 3 of 4 Stormwater Management Strategic Planning Project No. 103637 FUNDING BREAKDOWN SHEET City Secretary No. 61571 Amendment No. 1 Fund Dept ID Account project CF1- CF2 - Bond Amount ID Activity Reference 52002 0200431 5330500 105637 CAPEXP $800,000.00 Total: $ 800,000.00 City of Fort Worth, Texas Stormwater Management Strategic Planning Prof Services Agreement Amendment Template Project No. 105637 Revision Date: 12/08/2023 Page 4 of 4 ATTACHMENT "A" Scone of Services Stormwater Management Strategic Plan CPN 105637 PROJECT UNDERSTANDING The mission of Stormwater Management (SWM) is "to protect people and property from harmful stormwater runoff." SWM accomplishes this by maintaining the stormwater infrastructure, building capital projects to mitigate hazards, warning the community of hazards, and reviewing development for compliance with City standards. The stormwater mission and work efforts are aligned with the City's overall strategic goals. This strategic planning contract will provide professional engineering services for a variety of task order assignments that collectively will strategically plan for future resource needs to support the SWM's mission and to optimize use of those resources in a way that are in the best interest of the Stormwater Program and community. OBJECTIVES 1. This contract is to provide a high level (strategic, not tactical) and realistic plan to guide the program for the next 20 years. It will describe the scope of current and proposed future Stormwater Management program service responsibilities, how to provide those services more efficiently, and quantify the resources needed to meet the evolving challenges. 2. The contract is to provide professional services through a number of Task Order assignments so that the City can conduct strategic planning for the Stormwater Program, on an as- needed basis, providing flexibility and responsiveness to changing needs. 3. Task Orders are to generally: • Apply project objectives and constraints • Collect existing relevant information such as GIS data, policies, processes, organization structure, staffing, equipment inventories, costs of service, financial and budget records, performance metrics, and other similar data that help characterize the resource needs of the Program • Perform criticality assessments, funding assessments, life -cycle cost assessments, literature research, stakeholder and public engagement, and other similar assessments that help quantify resource needs, and approaches to Program optimization. • Identify, evaluate, and recommend alternatives to meet anticipated future resource needs and optimize the value of Program activities for residents • Develop analysis tools that can be used by City staff to manage the Program • Strategically prepare the Program for emerging regulatory, climate change, and/or infrastructure issues • Prepare implementation steps for the recommendations made as a part of this work, including sequencing, trigger conditions, and contingency planning • Document the analysis and recommendations WORK TO BE PERFORMED Task orders will be initiated by the City and may include all or a portion of the services listed below depending on the specific needs and priorities of the City over the contract period. Because of the great variation in the potential assessment needs to achieve the project objectives, the Scope of Work, Deliverables, Compensation, and Schedule areto be provided to the City by the ENGINEER prior to the authorization of each Task Order. Task Orders will be documented on a Task Authorization Form. Authorization to proceed is given by signature of the City's Project Manager. Changes to task order scopes and budgets will be documented in writing for City approval prior to work beginning. A detailed scope of work and budget cannot be established until task orders are sequentially executed. It is possible, however, to articulate a general plan of major work tasks, sequence, and estimated budget allocation that can be used by City staff and FNI to manage the budget efficiently as work proceeds and additional data and analysis results are available. This preliminary general plan is anticipated to be refined as needed to reflect the findings of Task Orders as they are completed. This initial version of the Task Order plan is provided here to communicate the anticipated approach to accomplishing the City's objective for the Strategic Planning assignment. More detailed services to perform the work may include, but are not limited to, the actions listed for each task. Stormwater Program Vision — This general phase would be to define current and future Stormwater Program services to serve as the basis for the strategic plan. Services that will be the responsibility of the Stormwater Program now and in the 20-year future will be defined to the extent possible. The following work activities may be included to complete this work: • Leverage findings from the Stormwater Management Strategic Planning - Initial Phase (CPN 105637) to verify drivers and assess stakeholder feedback • Prepare communication aids, presentations, and materials for additional stakeholder feedback • Perform a needs assessment, including external factors that could impact program services such as climate change, quality of life enhancements, and beautification initiatives. Consider visionary ideas and technology advancements • Discuss current and potential future program associated concerns and identify how they could be addressed, such as how to address issues with trash in the stormwater system and security concerns due to the drainage infrastructure use by the homeless • Clarify any currently ambiguous responsibilities between stormwater and other departments. One example is the responsibility of addressing erosion issues in channels (engineered and natural) with PARD. • Evaluate potential changes of development regulations to address resident and council concerns over the cumulative impact of impervious surfaces on stormwater runoff and evaluate the value of green infrastructure advancements • Evaluate education and communication needs • Perform criticality assessments • Establish service metrics and Key Performance Indicators (KPIs) • Perform benchmarking evaluation with peer communities • Conduct supporting workshops or work sessions • Review readily available strategic plans from other departments to avoid conflicts with strategic plan development, identify any overlapping services, or identify areas for partnership • Collect, review, and analyze relevant data • Connect and document alignment with defined City strategic goals Outcome: Specific deliverables and outcomes will be documented within each individual task order and are anticipated to include updated definition of program services (current and future) with established service metrics/KPIs based on recent city staff and community input. 2. Program Optimization and Enhancement — This next phase sets the stage for defining the resources needed by making sure the current and future program can operate as efficiently as practical. One part of this phase will inform the next budget planning cycle and the other part will be to inform the planning horizon. Optimization will first focus on readily -identifiable and executable changes to the current program, promoting maximum cost-effectiveness and sustainability over time. Enhancements and optimizations will also focus on reducing future resource requirements or enhancing program services during the broader strategic planning horizon. The following work activities may be included to complete this work: • Evaluate asset management elements • Perform lifecycle cost assessment for optimizing operation and maintenance versus replacement protocols • Asses budget allocation versus program services and service metrics for potential refinements • Research, collect, review, and analyze relevant data, which may include data research, GIS analyses, review of prior studies with program recommendations, and review of operation and maintenance practices. • Evaluate routine maintenance for potential labor, material, or equipment limitations • Evaluate optimization of equipment use across departments • Perform business, organizational, operational, and staffing assessments • Evaluate privatization of some program activities versus increasing staff and equipment, for example items such as inlet cleaning, mowing, or flood warning maintenance • Evaluate grant funding strategies and other alternative funding sources • Identify actions that would be required to incorporate future program enhancements • Conduct supporting workshops or work sessions • Connect and document alignment with defined City strategic goals Outcome: Specific deliverables and outcomes will be documented within each individual task order and are anticipated to include a list of actions to optimize operations, maintenance, resource allocation, or asset management practices to the extent practical, including estimates of resource need reductions. This will allow for a resource strategy to be based on any efficiencies gained from program optimization and inform the next budget planning cycle. Another outcome will be an identified list of steps that would lead to future enhancements for program resources, organizational structure, business operations, or effectiveness of program services. 3. Resource Strategy — The resource strategy phase will quantify the cost of current and potential future Stormwater Program services, cost of meeting defined metrics, and understand when funding would be needed during the planning horizon. The following work activities may be included to complete this work: • Quantify resource requirements and estimate future funding needs. This may include assessment of level of service change impacts, incorporating optimization benefits, criticality, service metrics, and current/future cost of service assessments. • Determine cost index projections and perform funding assessments • Evaluate stormwater funding requirements for citywide initiatives beyond stormwater service metrics, such as Central City, Good Natured greenspace initiative, Urban Forestry Master Plan, and Parks and Recreation Master Plan • Perform rate studies • Develop stormwater utility fee rate adjustment scenarios • Develop rate phasing processes and schedules • Perform feasibility assessment of proposed resource and funding alternatives • Prepare business case justifications for any identified funding needs • Estimate Return on Investment, economic benefits, and development interests • Evaluate relevant benefit -cost analyses • Describe how grants would be incorporated into a broader resource strategy • Research, collect, review, and analyze relevant data • Connect and document alignment with defined City strategic goals Outcome: Specific deliverables and outcomes will be documented within each individual task order and are anticipated to provide input into the next budget planning cycle and the development of a funding strategy that corresponds to level of service expectations for current and future program services. 4. Implementation — The implementation phase is to layout a sequence of steps to implement the stormwater strategic plan to provide for a sustainable Stormwater Program promoting long-term success and adaptability to emerging challenges. The following work activities may be included to complete this work: • Provide a stepped plan for addition or removal of services • Prepare a roadmap of actions to use funding to close service gaps • Finalize and provide proposed changes to performance metrics • Determine near -term, mid-term, and long-term steps to implement desired program optimizations or enhancements over the planning horizon. • Determine execution plan for staff and financial resource strategies identified • Determine a feasible rate of program change over the planning horizon • Develop proposed strategic planning implementation options that may include feasibility, benefit, cost and prioritization assessments of the proposed options • Document the stormwater strategic plan, including draft and final reports • Prepare materials such as presentations and fact sheets to communicate methods, findings and recommendations to stakeholders and Council • Develop and provide tools for staff use to manage the strategic plan considering different strategies for times of lean vs. robust economy, including certain program management tools, aids, or dashboards, including analysis tools to make course corrections as new data becomes available • Determine education and communication needs for strategic planning implementation • Provide electronic versions of all information (draft and final data, GIS, models or calculations) developed as part of the analysis Outcome: Specific deliverables and outcomes will be documented within each individual task order and are anticipated to include a roadmap with near -term, mid-term, and long-term implementation steps for enacting the strategic plan. Documentation of the strategic plan components, details, and tools to manage the plan over time. Project management, quality assurance, and quality control will be included with each task. FNI will manage the work outlined in this scope to ensure efficient and effective use of FNI and the City's time and resources. FNI will manage change and risk, communicate effectively, coordinate internally and externally as needed, and proactively coordinate with the City's Project Manager. Project management activities will include allocation of tasks and team resources, communications and reporting, tracking project progress and schedule, and providing status updates to stakeholders. Compensation is based on time and materials using the rate sheet provided asAttachment "B". ATTACHMENT B STORMWATER MANAGEMENT STRATEGIC PLAN City Project No. 105637 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 Cateaory Rate for the ENGINEER's team member performing the work. Labor Cateaory 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. These rates will be adjusted annually in February. The revised rate schedule will be negotiated and adopted by a task order. The revised schedule will be used for all subsequently incurred labor hours. Labor Category Rate ($/hour) Professional 1 139 Professional 2 170 Professional 3 193 Professional 4 219 Professional 5 257 Professional 6 297 Construction Manager 1 120 Construction Manager 2 150 Construction Manager 3 163 Construction Manager 4 203 Construction Manager 5 245 Construction Manager 6 282 Construction Representative 1 108 Construction Representative 2 120 Construction Representative 3 150 Construction Representative 4 163 CAD Technician/Designer 1 118 CAD Technician/Designer 2 155 CAD Technician/Designer 3 189 Corporate Project Support 1 114 Corporate Project Support 2 137 Corporate Project Support 3 182 Intern / Coop 77 City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 1 of 3 M Non -Labor Expenses. Non -labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non -labor) include, but are not limited to, mileage, travel and lodging expenses, 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. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). iv. 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. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 2 of 3 Im III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. IV. Summary of Total Project Fees Firm Primary Responsibility Prime Consultant Freese and Nichols, Inc. Engineering and PM Proposed MWBE Sub -Consultants Galvan Strategies Professional Services Financial Consulting Non-MWBE Consultants N/A Project Number & Name CPN 105637 Stormwater Management Strategic Planning City MWBE Goal = 5.27% City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 3 of 3 TOTAL Fee Amount % $757,840 94.73 $42,160 5.27 $800,000 100% Total Fee MWBE Fee MWBE % $800,000 $42,160 5.27% Consultant Committed Goal = 5.27 % Im ATTACHMENT "D" STORMWATER MANAGEMENT STRATEGIC PLAN CPN 105637 PROJECT SCHEDULE Work included as a part of this amendment will be accomplished in multiple Task Order authorizations. Each Task Order will include a negotiated schedule. ATTACHMENT "D" Page 1 of 1 FREEAND-02 KSUTTON ACORO` CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/17/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Ames & Gough PHONE FAX 8300 Greensboro Drive (A/C, No, Ext): (703) 827-2277 (A/C, No):(703) 827-2279 Suite 980 E-MAIL ADDRESS: admin@amesgough.com McLean, VA 22102 INSURED Freese and Nichols, Inc. 801 Cherry Street, Suite 2800 Fort Worth, TX 76102 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: National Fire Insurance Company of Hartford A(XV) 20478 INSURER B : Valley Forqe Insurance Company A(XV) 20508 INSURER C : Continental Insurance Company A(XV) 35289 INSURER D : Travelers Casualty and Surety Company A++. XV 19038 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH 'OLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY 'AID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD (MM/DD/YYYYI (MMIDD/YYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS � OCCUR DAMAGE TO RENTED -MADE 7063394194 10/23/2024 10/23/2025 PREMISES (Ea occurrence) $ X Contractual Liab. MED EXP (Anv one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY LOC JECT PRODUCTS - COMP/OP AGG $ OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ X ANY AUTO 7063394177 10123/2024 10/23/2025 BODILY INJURY (Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ HIRED UTSOL AONY eacidenDAMAGEAOS ONLY Pr accident) $ C X UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE 7063394180 10/23/2024 10/23/2025 AGGREGATE $ DED I X I RETENTION $ 10,000 $ C WORKERS COMPENSATION X I SPR TATUTE ERH AND EMPLOYERS' LIABILITY Y / N 7063394213 10/23/2024 10/23/2025 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N / A ❑ (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ If yes, describe under ppES J,RIP�ION qqE �PF_RATIONS below E.L. DISEASE - POLICY LIMIT $ D Pro1`essional Liab. 107930947 10/23/2024 10/23/2025 Per Claim DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) PROFESSIONAL LIABILITY AGGREGATE LIMIT: $10,000,000 RE: Stormwater Management Strategic Planning — Initial Phase — Project No. 105637. 1,000,000 15,000 1,000,000 2,000,000 2,000,000 1,000,000 10,000,000 10,000,000 1,000,000 1,000,000 1,000,000 5,000,000 City of Fort Worth and its agents, officers, directors and employees are included as Additional Insured with respect to General Liability, Auto Liability, and Umbrella Liability when required by written contract. General Liability, Auto Liability and Umbrella Liability are primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured and when required by written contract. General Liability, Auto Liability, SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Worth, TX THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y ACCORDANCE WITH THE POLICY PROVISIONS. 200 Texas Street Fort Worth, TX 76102 AUTHORIZED E ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: FREEAND-02 LOC #: 1 AFRO ADDITIONAL REMARKS SCHEDULE AGENCY NAMED INSURED Freese Nichols, Inc. mes &Gough 801 Cherry Street, Suite 2800 POLICY NUMBER Fort Wort, TX 76102 SEE PAGE 1 CARRIER NAIC CODE SEE PAGE 1 SEE P 1 EFFECTIVE DATE: SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance KSUTTON Page 1 of 1 Description of Operations/Locations/Vehicles: Umbrella Liability and Workers Compensation policies include a Waiver of Subrogation in favor of the Additional Insured where permissible by state law and when required by written contract. 30-day Notice of Cancellation will be issued for the General Liability, Auto Liability, Umbrella Liability, Workers Compensation and Professional Liability policies in accordance with policy terms and conditions. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE OF INTERESTED PARTIES Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Freese and Nichols, Inc. Fort Worth, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Fort Worth FORM 1295 1 of 1 OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2025-1279687 Date Filed: 03/11/2025 Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 105637 Stormwater Management Strategic Planning 4 Pence, Bob Coltharp, Brian Archer, Charles Brown, Jessica Chambers, Robert Greer, Alan Hatley, Tricia Payne, Jeff Reedy, Michael Name of Interested Party 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Pam Fordtran My address is 800 N. Shoreline, Suite 160ON (street) Nature of interest City, State, Country (place of business) (check applicable) Controlling Intermediary Fort Worth, TX United States X Fort Worth, TX United States X Raleigh, INC United States X Fort Worth, TX United States X Fort Worth, TX United States X Fort Worth, TX United States X Oklahoma City, OK United States X Fort Worth, TX United States X Houston. TX United States X , and my date of birth is February 12, 1962 Corpus Christi TX 78401 USA (city) (state) (zip code) (country) declare under penalty of perjury that the foregoing is true and correct. Executed in NU@CeS County, State of Texas on the 11 thday of March 20 25 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.0.0e302ce0 M&C Review Page I of 3 CITY COUNCIL AGENDA Create New From This M&C DATE: 2/25/2025 REFERENCE NO.: **M&C 25-0185 LOG NAME: CODE: C TYPE: CONSENT PUBLIC HEARING: Official site of the City of Fort Worth, Texas FORTS ORTI] v 20SWM STRATEGIC PLANNING NO SUBJECT: (ALL) Authorize Execution of Amendment No.1 in an Amount Up to $800,000.00 to an Engineering Related Professional Services Agreement with Freese and Nichols Inc., for the Revised Contract Amount of $895,900.00 for the Development of a Stormwater Management Strategic Plan RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No. 1 in an amount up to $800,000.00 to the Engineering Related Professional Services Agreement with Freese and Nichols, Inc., (City Secretary Contract No. 61571), for a revised contract amount of $895,900.00, for the Development of a Stormwater Strategic Plan (City Project No. 105637). DISCUSSION: The agreement recommended by this Mayor and Council Communication will provide professional engineering services for the development of a Stormwater Strategic Plan. As the Stormwater Utility is reaching its twenty-year anniversary, the strategic planning effort will determine the best ways to accomplish the Stormwater Program's mission in a way that aligns with City Council Strategic Goals and is in the best interest of the community. The effort will identify stakeholder priorities, assess Stormwater Program needs and service gaps, estimate future funding needs and recommend a corresponding funding strategy, and prepare a business case justification for funding needs and a roadmap of implementable actions to close gaps. The strategic effort will also assess the current functions and structure of the Stormwater Program to identify and make recommendations for possible optimization opportunities. A Request for Qualifications (RFQ) for a variety of drainage engineering services was published in the Fort Worth Star -Telegram on July 29, 2021 and on August 5, 2021. Based on the results of the RFQ, Freese and Nichols, Inc., was selected as the most qualified consultant to perform this work based on published selection criteria. On June 17, 2024, an administrative contract (City Secretary Contract No. 61571) for $95,900.00 was authorized with Freese and Nichols, Inc.to kick off the initial strategic planning effort. The initial contract focused on determining current and anticipated future strategic planning drivers, defining objectives and constraints, and gathering data and feedback from City staff, Stormwater Program Stakeholders, councilmembers, and multiple City departments, to inform and make recommendations for next steps and help determine the ultimate scope and budget for the overall strategic planning effort. Freese and Nichols Inc., proposes to perform the scope of work on an on -call time and materials basis for a fee in an amount up to $800,000.00. The City will issue individual task orders to authorize the consultant to perform work under this Agreement until such time the contract funds in the amount of up to $800,000.00 have been expended. City staff considers this fee to be fair and reasonable for the anticipated services to be performed. This contract will include a wide array of professional services, such as comprehensive data collection, stakeholder engagement, benchmarking, and the development of advanced analysis tools. These efforts will support ongoing program management and enable the City to continuously refine its strategies and operations. The task order approach ensures that the services provided remain aligned http://apps.cfwnet.org/council packet/mc review. asp?ID=3 3 050&councildate=2/25/2025 3/19/2025 M&C Review Page 2 of 3 with the City's evolving priorities, stakeholder feedback, and emerging challenges throughout the contract period. Task orders will be issued by the City to define specific scopes of work, deliverables, compensation, and schedules. Key elements of the strategic plan include: 1. Defining current and future program responsibilities to align with emerging challenges such as climate change, regulatory shifts, infrastructure modernization, and evolving community needs. 2. Conducting in-depth assessments to optimize operations, staffing, and resource allocation, ensuring cost-effective and efficient program delivery. 3. Developing forward -thinking strategies for funding needs, including rate studies, business case justifications, and identification of alternative funding sources such as grants. 4. Preparing a phased implementation roadmap, including near -term, mid-term, and long-term steps, to enhance program efficiency, adaptability, and resilience in the face of future challenges. This contract will not result in any additional annual operating cost for the Transportation and Public Works Department, Stormwater Management Division. Business Equity Office — The Business Equity Division placed a 5.27\% business equity goal on this solicitation/contract. Freese and Nichols Inc., has agreed/committed to utilize 5.27\% business equity subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. This 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 Stormwater Capital Projects Fund for the SW Program Strategic Planning project to support the approval of the recommendation and execution of the agreement. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund Department Account I Project , Program Activity Budget Reference # I Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project ID I ID Submitted for Citv Manaaer's Office bv: Originating Department Head: Additional Information Contact: ATTACHMENTS Program Activity Budget Reference # Year (Chartfield 2) Jesica McEachern (5804) Lauren Prieur (6035) Monty Hall (8662) 20SWM STRATEGIC PLANNING FID TABLE.xlsx (CFW Internal) 20SWM STRATEGIC PLANNING funds availabilitv.pdf (CFW Internal) 25-105637 (RFQ Stormwater Strategic Plannina)CM-NS.odf (CFW Internal) Amount http://apps.cfwnet.org/council packet/mc review. asp?ID=3 3 050&councildate=2/25/2025 3/19/2025 M&C Review Page 3 of 3 FNI SAM Report 2-8-24.pdf (CFW Internal) Form 1295 Certificate 101311540 Citv of Ft Worth.pdf (CFW Internal) http://apps.cfvvnet.org/council packet/mc review.asp?ID=33050&councildate=2/25/2025 3/19/2025 105637 Stormwater Strategic Final Audit Report Created: 2025-04-21 By: Sadie Ishmael (Sadie.Ishmael@fortworthtexas.gov) Status: Signed Transaction ID: CBJCHBCAABAAawkgQUdF-IKzlZrkBPBkUHvP804d0OXG Planning Al 2025-04-29 "105637 Stormwater Strategic Planning A1" History Document created by Sadie Ishmael (Sadie.Ishmael@fortworthtexas.gov) 2025-04-21 - 7:11:31 PM GMT- IP address: 204.10.90.100 J Document approved by Sadie Ishmael (Sadie.Ishmael@fortworthtexas.gov) Approval Date: 2025-04-21 - 7:16:23 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Scott Hubley (skh@freese.com) for signature 2025-04-21 - 7:16:26 PM GMT Document emailed to Kiran Konduru (Kiran. Konduru@fortworthtexas.gov) for signature 2025-04-21 - 7:16:26 PM GMT Email viewed by Scott Hubley (skh@freese.com) 2025-04-21 - 7:21:10 PM GMT- IP address: 104.47.57.254 Email viewed by Kiran Konduru (Kiran.Konduru@fortworthtexas.gov) 2025-04-21 - 8:18:13 PM GMT- IP address: 104.47.64.254 J Document e-signed by Kiran Konduru (Kiran. Konduru@fortworthtexas.gov) Signature Date: 2025-04-21 - 8:21:40 PM GMT - Time Source: server- IP address: 204.10.90.100 Email viewed by Scott Hubley (skh@freese.com) 2025-04-24 - 6:42:26 PM GMT- IP address: 104.47.58.254 -a Document e-signed by Scott Hubley (skh@freese.com) Signature Date: 2025-04-24 - 6:42:57 PM GMT - Time Source: server- IP address: 64.140.29.46 Document emailed to Stephen Nichols (Stephen. N ichols@fortworthtexas.gov) for approval 2025-04-24 - 6:43:00 PM GMT Email viewed by Stephen Nichols (Stephen.Nichols@fortworthtexas.gov) 2025-04-24 - 6:51:52 PM GMT- IP address: 208.184.124.181 FDRTWORTHs I P°`4'y Adobe Acrobat Sign J Document approved by Stephen Nichols (Stephen.Nichols@fortworthtexas.gov) Approval Date: 2025-04-24 - 6:52:10 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Jennifer Dyke (Jennifer.Dyke@fortworthtexas.gov) for approval 2025-04-24 - 6:52:13 PM GMT Email viewed by Jennifer Dyke (Jennifer.Dyke@fortworthtexas.gov) 2025-04-24 - 6:56:56 PM GMT- IP address: 104.47.64.254 Document approved by Jennifer Dyke (Jennifer.Dyke@fortworthtexas.gov) Approval Date: 2025-04-24 - 6:59:24 PM GMT - Time Source: server- IP address: 47.161.60.131 Document emailed to Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) for signature 2025-04-24 - 6:59:27 PM GMT Email viewed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) 2025-04-24 - 7:03:00 PM GMT- IP address: 76.227.105.128 Document e-signed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) Signature Date: 2025-04-25 - 2:38:14 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to tpw_sw_contracts@fortworthtexas.gov for approval 2025-04-25 - 2:38:20 PM GMT Email viewed by tpw_sw_contracts@fortworthtexas.gov 2025-04-29 - 2:42:00 PM GMT- IP address: 204.10.90.100 Document approval delegated to Sadie Ishmael (Sadie.Ishmael@fortworthtexas.gov) by tpw—sw—Contracts@fortworthtexas.gov 2025-04-29 - 2:42:04 PM GMT- IP address: 204.10.90.100 Document approved by Sadie Ishmael (Sadie.Ishmael@fortworthtexas.gov) Approval Date: 2025-04-29 - 2:42:43 PM GMT - Time Source: server- IP address: 204.10.90.100 Or" Agreement completed. 2025-04-29 - 2:42:43 PM GMT FoRTWORTHs I P°`4'y Adobe Acrobat Sign FORT WORTH Routing and Transmittal Slip TPW Stormwater Management DOCUMENT TITLE: Stormwater Management Strategic Plan M&C:25-185 CPN 105637 CSO DOC Remarks: This contract is to provide a high level (strategic, not tactical) and realistic plan to guide the program for the next 20 years. It will describe the scope of current and proposed future Stormwater Management program service responsibilities, how to provide those services more efficiently, and quantify the resources needed to meet the evolving challenges. This contract is Amendment No. 1 to the to the initial contract and includes an increased scope of work and revised fee. DEPARTMENT INITIALS DATE 1. Freese and Nichols, Inc. Contractor- Signature Apr 24, 2025 Scott Hubley — Principal and ViceSH President skh@freese.com 2. Stephen Nichols-SWM Proq Mqr. TPW- Initial s4/ Apr 24,2025 3. Jennifer M. Dyke, Asst. Dir TPW- Initial 9111, Apr24,2025 4. Lauren Prieur, Dir. TPW-Signature Apr 25,2025 5. Doug Black Legal- Signature 04/29/2025 6. Jesica McEachern CMO- Signature FA 05/06/2025 7. Ron Gonzales Approver 8. Jannette Goodall CSO- Signature 1 ,77 05/09/2025 9. Allison Tidwell Form Filler 05/09/2025 I(ctIda Project Mgmr kic Apr 21, 2025 DOCUMENTS FOR CITY 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. bA Apr 29,2025 NEEDS TO BE NOTARIZED: ❑ Yes X No Sadie Ishmael RUSH: ❑ Yes X No SAME DAY: ❑ Yes X No NEXT DAY: ❑ Yes X No ROUTING TO CSO: X Yes ❑ No Action Required: ❑ As Requested ❑ For Your Information X Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return to: Please call Kiran Konduru at ext. 7388 for questions or concerns. Thank you.