Loading...
HomeMy WebLinkAbout059548-A1 - General - Contract - Halff Associates, Inc.CSC No. 59548-Al AMENDMENT No.1 TO CITY SECRETARY CONTRACT No. 59548 WHEREAS, the City of Fort Worth (CITY) and Halff Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 59548, (the CONTRACT) which was authorized by M&C 23-0432 on the 23 rd day of May, 2023, in the amount of $1,000,000; and WHEREAS, the CONTRACT involves engineering services for the following project: Linwood & West 7 th Flood Mitigation Program, CPN 104868; 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 proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $1,000,000. (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 $2,000,000. City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: June 13, 2025 Page 1 of 4 Linwood & West 7th Flood Mitigation Program CPN 104868 3. Exhibit B of the Contract is hereby deleted in its entirety and is replaced with the attached Exhibit B-1. 4. 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: 11/05/2025 ATTEST: Jannette Goodall City Secretary APPROVAL RECOMMENDED: x�� Lauren Prieur (Oct 30, 2025 09:20:15 CDT) Lauren Prieur, P.E. ENGINEER Halff Associates, Inc. §££�� (s��!!!iio CDT) Scott Rushing Director, Water Resources DATE: 10/22/2025 Director, Department of Transportation and Public Works City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: June 13, 2025 Page 2 of 4 Linwood & West 7th Flood Mitigation Program CPN 104868 Contract Compliance Manager: 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. �O `��� Benjamin Thompson, P.E. Sr. Professional Engineer APPROVED AS TO FORM AND LEGALITY: ������ Douglas Black (Oct 31, 2025 16:06:36 CDT) Douglas W. Black Sr. Assistant City Attorney lu .. � • .i.'�1�'X�� M&C Date: 9/30/2025 City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: June 13, 2025 Page 3 of 4 Linwood & Vdest 7th Flood Mitigation Program CPN 109868 FUNDING BREAKDOWN SHEET City Secretary No. 59548 Amendment No Project CF1- CF2 - Fund Dept ID Account Bond Amount ID Activity Reference 52002 0200431 4905449 104868 CAPEXP 9999 $1,000,000 Total: $1,000,000 City of Fort Worth, Texas Linwood & Vdest 7th Flood Mitigation Program Prof Services Agreement Amendment Template CPN 109868 Revision Date: June 13, 2025 Page 9 of 4 ATTACHMENT B-1 COMPENSATION Design Services for Linwood and West 7t'' Flood Mitigation City Project No. 104868 Time and Materials with Rate Schedule Project 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 Cateqory Rate for the ENGINEER's team member performing the work. Labor Cateqory 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 2025 Rate 2026 Rate $/hour $/hour Princi al-in-Char e $325.00 $341.25 Pro'ect Mana er $290.00 $304.50 De ut Pro�ect Mana er $245.00 $257.25 QAQC Mana er $300.00 $315.00 Professional En ineer $190.00 $199.50 Professional En ineer Senior $250.00 $262.50 EIT I $130.00 $136.50 EIT II $150.00 $157.50 Environmental Scientist I $110.00 $115.50 Environmental Scientist II $167.00 $175.35 Environmental Scientist Senior $226.00 $237.30 Utilit Coordinator $175.00 $183.75 SUE Mana er $165.00 $173.25 SUE Field Mana er $135.00 $141.75 2-Man Desi natin Crew $200.00 $210.00 1-Man Surve Crew $130.00 $136.50 2-Man Surve Crew $200.00 $210.00 3-Man Surve Crew $270.00 $283.50 SIT $135.00 $141.75 Surve Mana er $185.00 $194.25 RPLS $190.00 $199.50 RPLS Senior $245.00 $257.25 GIS Anal st $100.00 $105.00 GIS Anal st Senior $140.00 $147.00 CAD Technician $110.00 $115.50 CAD Technician Senior $150.00 $157.50 City of Fort Worth, Texas Attachment B-1 Revised Date: 8/18/2025 Page 1 of 4 � ATTACHMENT B-1 COMPENSATION Admin/Accountin $90.00 $94.50 Intern $75.00 $78.75 ii. 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-1 Revised Date: 8/18/2025 Page 2 of 4 B-2 ATTACHMENT B-1 COMPENSATION 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 Halff Associates, Inc Management, Analysis, and Design Proposed Sub-Consultants HNTB Geotech Management, Levee/Tunnel Evaluation TOTAL Fee Amount % $950,000 95% $50,000 5% $ 1, 000, 000 100% Pro'ect Number & Name Total Fee Sub Fee PN 104868 Linwood and West 7t" $ 1,000,000 $ 50,000 Flood Miti ation City of Fort Worth, Texas Attachment B-1 Revised Date: 8/18/2025 Page 3 of 4 � EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B-1) 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-1 Revised Date: 8/18/2025 Page 4 of 4 : � � R �^y L 7 � G1 C� �O > C N N V .; L d � ca C y � � � V O O Oa L L � a a i; d � E 3 Z N � � U d t 0 d u .o c 0 v a a c 3 A N � m Y « N N u �. � `a A D >� N � y u m � c ° £ a o c u z N, N 3 u � > = c o 9q o �, T � C y� W � L � U � � a c a � � a N U d � � O .�. w � W N H N N ` '6 N 'p '6 C 'p y Q r `-'�K E � y R d OFLL � � �t « E � � 3 LL F Z �'o �� � y T a > a�....,, = N c� o 0 0 QG7 G7 � 47 G7 y V V U � a a E '� '> 'o 0 7 7 1p N N� U viv�aviv�5 C N � C �� R E R dm � c d � U � O 7 � U c � � d— U = � O C > _ y � a` C � N � � Q N y a � :� c d 3 � a o � E E o ¢ U C y N � c d 3 � E o aa � N � � _ � O d E Ea Q C�, d c 3 � E QI Q Q i O G. 'L :.i N N 0 N Q H Y O � � c R 0 � � N M 7 N eD m m m m m m ., Q Q Q Q QQ T T T T T T d F F F F F F Gi Y Y Y Y Y Y � � � � � � � � � �O > C N t H N ic O H « C N I�^ v/ d 0e�1 a� C � L N a o�� a LL � ` � ad+ � C 7 0 � U Z u � 2` a '> d R � � N tn `u m � N o � „d U I d � � _ � g '�a u � " � d v.� aa o u! �J a d v o Q Q � aa E y y 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � � � � � � � � � � � � � � CI 3 O E a 0 0 0 fa o� O � O � 5H � U � N � !O N o � �° �� N v� 0 0 u a �Y c� o .- u �, � U � fA a 0 R 0 � 3 � a c a a x w `o � R C 0 Z 0 0 0 � 0 0 0 w W U i z y 2 � w � 0 J � O F ::: halif September 22, 2025 Via Email: Benjamin.Thompson@fortworthtexas.gov Benjamin Thompson, PE, CFM City of Fort Worth Transportation and Public Works Department Stormwater Capital Delivery Re: Amendment No. 1— Linwood and West 7t" Flood Mitigation CPN 104868 Dear Mr. Thompson, Halff Associates, Inc. respectfully submits Amendment No. 1 for the referenced project. The original contract was $1,000,000 and Amendment No. 1 is for $1,000,000. The Amendment is for services required to complete the Project Development Phase of the project. The services include performing field survey, geotechnical investigation, subsurface utility engineering, environmental services, H&H modeling and conceptual design (30% plans) and coordination efforts. If you have any questions regarding the comments, please give me a call at 817-764-7487. Sincerely, ���.� � Scott Rushing, PE, CFM Vice President Director, Water Resources 2601 Meacham Blvd., Suite 600, Fort Worth, TX 76137 � halff.com City of Fort Worth, Mayor and DATE: 09/30/25 Texas Council Communication M&C FILE NUMBER: M&C 25-0931 LOG NAME: 20SWM LINWOOD & W 7TH FLOOD MITIGATION ENGINEERING SERVICES SUBJECT (CD 9) Authorize Execution of Amendment No. 1 in the Amount of $1,000,000.00 to an Engineering Agreement with Halff Associates, Inc. for Project Development and Design Services for the Linwood & West 7th Flood Mitigation Program for a Revised Contract Amount of $2,000,000.00 RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No. 1 in the amount of $1,000,000.00 to an engineering agreement with Halff Associates, Inc. (City Secretary Contract No. 59548) for project development and design services for the Linwood & West 7th Flood Mitigation project (City Project No. 104868) for a revised contract amount of $2,000,000.00. DISCUSSION: On May 23, 2023, Mayor and Council Communication (M&C) 23-0432 authorized an engineering agreement with Halff Associates, Inc. (City Secretary Contract No (CSC). 59548) in the amount of $1,000,000.00 for project development and design services for the Linwood & West 7th Flood Mitigation project. This M&C will authorize execution of Amendment No. 1 to the agreement and increase the contract amount by $1,000,000.00, for a revised contract amount of $2,000,000.00. Key deliverables from the original contract include a detailed engineering model of the existing drainage system to understand current flood risk and evaluate the benefit of different flood mitigation alternatives. This involved the identification and planning evaluation of several flood mitigation alternatives, including detention, storm drain improvements, green infrastructure, swales, and pumping, to understand potential benefits and costs, and determine which to advance into more detailed project development. This amendment will build upon conceptual planning and project development already pertormed to progress specific alternatives toward final design over the next 12-18 months. The work will ultimately include performing conceptual planning, providing project development, defining the feasible project phases, preparing an overall implementation plan and schedule, identifying and mitigating risks for each phase, preparing engineering plans for construction, and providing construction phase services. Future amendments will be issued as additional funds become available, and the project scope becomes more defined. The contract duration will continue until work is complete or all funds are utilized. The following table summarizes previous contract actions and amendments: Agreement Amount Justification M8�C No. Date Initial Contract $1,000,000.00 Initial Agreement M&C 23-0432 05/23/2023 CSC 59548 Identification and planning evaluation To be authorized via Amendment #1 $1,000,000.00 of several flood This M&C this M&C mitigation alternatives Contract Total $2,000,000.00 Funding is budgeted in the Stormwater Capital Projects Fund for the TPW Department for the purpose of funding the Linwood & West 7th Flood Mitigation project (City Project No. 104868). This project is located in COUNCIL DISTRICT 9. 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 Linwood & W 7th Flood Mitigati project to support the approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office b� Jesica McEachern 5804 Originating Business Unit Head: Lauren Prieur 6035 Additional Information Contact: Thanaa Maksimos 2485 CERTIFICATE OF INTERESTED PARTIES FORM 129'rJ 1of2 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the ciry, state and country of the business entity's place Certificate Number: of business. 2025-1346545 Halff Associates. Inc. Richardson, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 08/06/2025 being filed. City of Fort Worth 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. CPN 104868 Linwood & West 7th Flood Mitigation Project Nature ofinterest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Atkinson, Erin Fort Worth, TX United States X Baker Daily, Jessica Richardson, TX United States X Cranston, Shaun Austin, TX United States X Engelhardt, Cindy Austin, TX United States X French, Sherri Frisco, TX United States X Hollis, Leigh Frisco, TX United States X Ickert, Andrew Fort Worth, TX United States X Jackson, Todd Austin, TX United States X Murray, Menton McAllen, TX United States X Pylant, Ben Fort Worth , TX United States X Sagel, Joseph Richardson, TX United States X Smith, Ryan Richardson, TX United States X Forms provided by Texas Ethics Commissfon www.ethicsstate.tx.us Version V4.1.O.t10dOtd8 CERTIFICATE OF INTERESTED PARTIES FORM 129'rJ 2of2 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the ciry, state and country of the business entity's place Certificate Number: of business. 2025-1346545 Halff Associates. Inc. Richardson, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 08/06/2025 being filed. City of Fort Worth 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. CPN 104868 Linwood & West 7th Flood Mitigation Project Nature ofinterest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Scott Rushing � and my date of birth is $� My address is 2601 Meacham Blvd, Suite 600 Fort Worth TX 76137 USA (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Tarrant County, State of TeXaS , on the 6th day of AUCJUSt 20 25 (month) (year) �C%�C./ • Signature of authorized agent of contra � g business entity (Declarant) Forms provided by Texas Ethics Commissfon www.ethicsstate.tx.us Version V4.1.O.t10dOtd8 F�RT ��RTH�, Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Halff Associates Amendment 1 M&C: 25-0931 CPN: 104868 CSO: 59548 DOC#: Date: To: Name Department Initials Date Out 1 Scott Rushing — Signature Engineer �� 10/22/25 (Srushing@halff.com) SR 2. Ben Thompson - Signature TPW Project Mgr. a� 10/22/25 3. Thanaa Maksimos — Review TPW Program Mgr, r^'� 10/23/25 4. Lissette Acevedo — Review TPW Sr. CPO oC� 10/28/25 5. Patricia Wadsack - Review TPW Asst. Dir. �L1N' 10/29/25 6. Lauren Prieur - Signature TPW Dir. �� 10/30/25 ��,_�, ������ 7. Doug Black - Signature Legal � 10/31/25 rzNlTck 8. Jesica McEachern - Signature CMO �i 11/05/25 9. Katherine Cenicola - Review CSO �� 11/06/25 10. Jannette Goodall - Signature CSO ,`�� 11/06/25 11. Allison Tidwell - Review CSO �' 11/l0/25 12. TPW SW Contracts TPW SW CC: Program Manager — Thanaa Maksimos, Sr. CPO — Lissette Acevedo, TPW BSPAP Recon Team — Cindy Sengathith DOCUMENTS FOR CITV 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, Jay will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES �No NEXT DAV: ❑YES �No ROUTING TO CSO: �YES ❑No Action Repuired: ❑ 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.�ov Ca11817-229-3283 with questions. Thank you! F�RT ��RTH�} City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Halff Associates, Inc. Subj ect of the Agreement: The Amendment is for services required to complete the Project Development Phase of the project. M&C Approved by the Council? * Yes 8 No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes 8 No ❑ 59548-A1 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes 8 No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? XYes ❑ No 8 If only specific information is Confidential, please list what inforrnation is Confidential and the page it is located. 1295 Form (pages 16-17) attached per the comment below Effective Date: If�different from lhe approval dale. Expiration Date: If applicable. Is a 1295 Form required? * Yes 8 No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. 104868 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO processin� in the following order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the infor7nation is required and if the information is nol provided, the contract will be returned to the department.