Loading...
HomeMy WebLinkAbout055953-A8 - Construction-Related - Contract - TranSystems Corporation ConsultantsCSC No. 55953-A8 AMENDMENT No . 8 TO CITY SECRETARY CONTRACT No. 55953 WHEREAS, the City of Fort Worth (CITY) and TranSystems Corporation Consultants, (ENGINEER) made and entered into City Secretary Contract No. 55953, (the CONTRACT) which was authorized by M&C 21-0328 on the 11th day of May, 2021 in the amount of $ 1,247,299.00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of $44,160.00 which was administratively authorized on June lst, 2022; Amendment Number 2 in the amount of $54,050.00 which was administratively authorized on July 17th, 2023, Amendment Number 3 in the amount of $945,458.00 which was approved by M&C #23-0893 on October 17th, 2023, Amendment Number 4 in the amount of $0.00 which was administratively authorized on February 20th, 2024; Amendment Number 5 in the amount of $99,855.00 which was administratively authorized on May 21st, 2024, Amendment Number 6 in the amount of $440,550.00 which was authorized by M&C #24-1029 on November 19th, 2024, Amendment Number 7 in the amount of $0.00 which was administratively authorized on June 23rd, 2025; and WHEREAS, the CONTRACT involves engineering services for the following project: Trinity River Vision- Central City Flood Control Drainage Projects, CPN (103260, 103261, 103262, 103263, 103264, 103664, 103665, 103666, 103667); and WHEREAS, it has become necessary to execute Amendment No. 8 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: OFFICIAL RECORD 1 . CITY SECRETARY FT. WORTH, TX 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 $313,000.00. (See Attached Funding Breakdown Sheet, City of Fort Worth, Texas Trinity River Vision-Central City Flood Control Drainage Projects Prof Services Agreement Amendment Template 103260, 103261, 103262, 103263, 103264, 103669, 103665, 103666, 103667 Revision Date: June 13, 2025 Paqe 1 of 9 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 $3,144,372.00. 3. Al1 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 02/09/2026 DATE: ATTEST: �\�c#s� /� -�i-t�� C Jannette Goodall City Secretary 4 oonnn a> � FORr��aa O� v �`o 0 o�ldd OVo e=d O�p* o00 oo*�d ddnIl nE4p544� APPROVAL RECOMMENDED: �a,cv+�.+� �ru:u.,L Lauren Prieur (Feb 4, 2026 16:25:47 CST) Lauren Prieur Director, TPW Department CONSULTANT TranSystems Corporation Consultants ��%�/��� Chad Gartner, P.E. Senior Vice President DATE : O1/08/2026 ������y������xK������ C«] ��'i�'i xy:� � ��1:�'1 FT. WORTH, TX City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: June 13, 2025 Paqe 2 of 9 Trinity River Vision-Central City Flood Control Drainage Projects 103260, 103261, 103262, 103263, 103264, 103669, 103665, 103666, 103667 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. /�w�.� �r.'a.�a.��d Thanaa Maksimos Program Manager APPROVED AS TO FORM AND LEGALITY: �� Douglas Black (Feb 5, 2026 10:56:11 CST) Douglas W. Black Sr. Assistant City Attorney M&C No.#. M&C Date: 25-1072 11/18/2025_ City of Fort Worth, Texas Trinity River Vision-Central City Flood Control Drainage Projects Prof Services Agreement Amendment Template 103260, 103261, 103262, 103263, 103264, 103669, 103665, 103666, 103667 Revision Date: June 13, 2025 Paqe 3 of 9 M&C Review Page 1 of 4 o«���� =��e o� �ne ���v o� �o�Wo���,, T�a= A CITY COUNCIL AGEND FORT_� ���� Create New From This M&C REFERENCE '*M&C 25- 20SWM FWCC DESIGN DATE: 11/18/2025 NO.: 1072 LOG NAME: CONTRACTAMENDMENT #8 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 2 and CD 9) Authorize Execution of Amendment No. 8 to an Engineering Services Agreement with TranSystems Corporation, d/b/a TranSystems Corporation Consultants, in the Amount of $313,000.00 for a Revised Contract Amount of $3,144,372.00 for Construction Phase Services for Stormwater Relocations for the Fort Worth Central City Grand Avenue Projects, Adopt Appropriation Ordinance and Amend Fiscal Years 2026- 2030 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No. 8 to an Engineering Services Agreement with TranSystems Corporation d/b/a TranSystems Corporation Consultants (Cit Secretary Contract No. 55953), in the amount of $313,000.00 for a revised contract amount of $3,144,372.00 for stormwater relocations for the Fort Worth Central City Grand Avenue Phase 2 and Phase 3 projects (City Project Nos. 103664 and 103665); 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Stormwater Capital Projects Fund by increasing estimated receipts and appropriations in the Fort Worth Central City Grand Avenue Phase 3 project (City Project No. 103665) in the amount of $100,000.00 and decreasing estimated receipts and appropriations in the Fort Worth Central City Grand Avenue Phase 2 project (City Project No. 103664) by the same amount; and 3. Amend the Fiscal Years 2026-2030 Capital Improvement Program. DISCUSSION: On May 11, 2021, the City Council approved Mayor and Council Communication (M&C) 21-0328, which authorized an agreement in the amount of $1,247,299.00 with TranSystems Corporation d/b/a Transystems Corporation Consultants for design services on the Fort Worth Central City (FWCC) Project. The construction of the north and south bypass channels by the United States Army Corps of Engineers (USACE) for the FWCC project will displace existing City drainage infrastructure and require it to be relocated in advance. This original engineering agreement associated with the relocation of the City's drainage infrastructure has been revised by seven amendments. This M&C is to authorize execution of Amendment No. 8 to the Engineering Agreement in the amount of $313,000.00 for construction phase services related to the relocation of City stormwater infrastructure for the FWCC project. The revised total contract amount will increase to $3,144,372.00. Staff considers the fee to be fair and reasonable for the scope of services provided. This amendment will include $120,000.00 for the Construction Phase and Management Services associated with the New Main St. Outfall, $120,000.00 for Grand Avenue, and $73,000.00 for the Viola Outfall projects. The Construction Phase Services will provide additional funding to the construction manager who will assist the engineer of record in attending weekly site meetings, helping address questions from the contractor, and providing expertise in the field. Funding for submittal reviews by a tunneling engineer has also been included in this amendment, within the costs above. The work included in this amendment will help advance the stormwater projects as quickly as feasible, considering the schedule of the USACE bypass channel construction. Project Name and Project Number Original Contract Amendment 1 Amendment2 Main St Greenleaf Bazaar Outfall University Viola Grand Ave Cemetery/ Amendment (103260) ( 03261) (103262/ (103263) (103264) (103665) (103667) Total Purpose 103666) $353,940.00 $255,644.00 $99,051.00 $288,518.40 $250,145.00 $0.00 $0.00 $1,247,298.40 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $44,160.00 $44,160.00 $0.00 $0.00 $0.00 $0.00 $0.00 $54,050.00 $0.00 $54,050.00 Amendment $175,189.00 $38,809.00 $144,713.00 $0.00 $163,850.00 $135,513.00 $287,384.00 $945,458.00 3 Added design work to City Project No. 103667, Cemetery Ouffall Added design work for City Project No. 103664, Grand Ave Added an archaeological survey to the Bazaar OutFall project and Design to the Cemetery OutFall project. It also added construction phase services to the Greenleaf Sump, Main St Outfall, Viola Outfall, http://apps.cfwnet.arg/council�acket/mc review.asp?ID=33934&councildate=ll/18/2025 1/8/2026 M&C Review Amendment 4 Amendment 5 Amendment 6 Amendment 7 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $62,427.00 ($25,000.00) $12,500.00 $49,928.00 $0.00 $161,820.00 $88,200.00 $0.00 $87,040.00 $103,490.00 $0.00 $0.00 $50,000.00 ($130,000.00) $50,000.00 $30,000.00 Page 2 of 4 and Grand Ave OutFall projects. Removed design scope and added it to Construction forthe $0.00 $0.00 Greenleaf Sump, Main St OutFall, Viola Outfall, and Grand Ave Outfall projects. Added a construction manager and additional construction $0.00 $99,855.00 scope t0 the Main St Outfall and the Grand Ave Outfall projects. Added a construction manager to the Main Street Outfall, Viola Outfall, and $0.00 $440,550.00 Grand Avenue projects, and added to the design scope forthe Bazaar Outfall project Reallocated design funding that was not neededfor the University Drive project, to the $0.00 $0.00 construction phases of the Viola OutFall, Main Street Outfall, and Grand Avenue projects Amendment $0.00 $0.00 $120,000.00 $0.00 $73,000.00 $120,000.00 $0.00 $313,000.00 8 Total $529,129.00 $456,273.00 $564,391.00 $133,518.40 $636,535.00 $492,981.00 $331,544.00 $3,144,371.40 The following table illustrates the funding {or this project: 103260- 103261 - 103262- 103263 103264 103664 103665- 103666- 103667- Capital FWCC FWCC FWCC -FWCC -FWCC FWCC FWCC FWCC Fund Greenleaf Bazaar Main Street FWCC Viola Grand Grand Main Cemetery Name Sump Outfall Outfall University Outfall Avenue Avenue Street & � Outfall Houston 30104 - Developer $58,065.00 Contribution Fund 52002 - Stormwater Capital $224,451.50 Projects Fund 52007 - Stormwater Total $65,549.40 $0.00 $120,233.40 $0.00 $0.00 $0.00 $0.00 $0.00 $243,847.80 I - $5,397.00 $0.00 $666.00 $1,022,663.00 $1,519,883.00 $830,892.50 $2,151,052.00 $290,929.00 $6,045,934.00 http://apps.cfwnet.arg/council�acket/mc review.asp?ID=33934&councildate=ll/18/2025 1/8/2026 M&C Review Rev Bonds $3,393,675.00 $276,945.00 $175,701.00 $255,135.00 $347,945.00 $0.00 $33,830.00 2020 Fund 52008 - Drainage $106,208.00 $258,229.00 $0.00 $0.00 $6,658,654.00 $0.00 $0.00 Rev Bonds Series 2023 52009 - Stormwater $� 237,351.00 $0.00 $0.00 Commercial $0.00 $0.00 $11,594,739.00 $10,958,645.00 PaperFund � Total $11,020,050.50 $606,120.40 $175,701.00 $376,034.40 $8,029,262.00 $13,114,622.00 $11,823,367.50 Appropriations for the Grand Avenue Outfall Ph2 Pt2 project (Project No. 103664) are depicted below: Existinq Approoriations Fund Aqoroqriations Increase/Decrease Proiect Total 52002- Stormwater Capital Projects 52007- Stormwater Rev Bonds 2020 52008 — Drainage Rev Bonds Series 2023 52009- Stormwater Commercial Paper $1,519,883.00 $0.00 $0.00 $11, 594,739.00 ($100,000.00) $1,419,883.00 $0.00 $0.00 $0.00 $0.00 $0.00 $11,594,739.00 Total $13,114,622.00 ($100,000.00) $13,014,662.00 Appropriations for the Grand �,venue Outfall Ph3 Pt';, project (Project No. 1036 i5) are depicted below: Existinq Aaurooriations Fund Annronriations Increase/Decrease Proiect Total 52002- Stormwater Capital Projects 52007- Stormwater Rev Bonds 2020 52008 — Drainage Rev Bonds Series 2023 52009- Stormwater Commercial Paper $830,892.50 $33,830.00 $0.00 $10,958,645.00 $100,000.00 $930,892.50 $0.00 $33,830.00 $0.00 $0.00 $0.00 $10,958,645.00 Page 3 of 4 $295,118.37 $69,000.00 $4,847,349.37 $0.00 $200,000.00 $7,223,091.00 $9,917,668.00 $0.00 $39,708,403A( $12,363,838.37� $559,929.00 $58,068,925.1i Total $11,823,367.50 $100,000.00 $11,923,367.50 Accelerated funding is needed for this project due to additional design phase, construction phase, and construction management services under the current contract. TY action in this M&C will amend the Fiscal Years 2026-2030 Capital Improvement Program as approved in connection with Ordinance 27979-09-2025. Funding is budgeted in the Stormwater Capital Projects Fund for the Transportation and Public Works Department for the purpose of funding the various FWCC projects. The entirety of the $3,144,372.00 amount of this contract, including the $313,000.00 of this amendment, is considered Fort Worth Central City-related work, which is eligible for funding reimbursement from Tax Increment Reinvestment Zone No. 9(Trinity River Vision TIF) pursuant to the Trinity River Vision Authority (TRVA) Project Plan. Havinc met its $26.6 million commitment to the TRVA Project, the Tarrant Regional Water District (TRWD) will reimburse the City's yearly expenses for this contract at the end of each Fiscal Year, up to the total amount of $2,290,967.00, in accordance with the provisions of the executed Interlocal Agreement between the City and the TRWD (City Secretary Contract No. 43425). This is confirmed with the executed reimbursement letter dated September 28, 2023. Staff will record a receivable for reimbursable expensE every month, and the FWCC Program Manager in the FW Lab Department will be responsible for collecting the full reimbursement from TRWD at the end of each fiscal yea Since the City has exhausted the share of the local program budget allocated to Stormwater infrastructure relocation, the additional $853,405.00 costs associated with this amendment and amendments 5 through 7 will not be included in the annual reimbursement process between the City and the TRWD. Rather, costs for this contract will be eligible for reimbursement directly from future Trinity River Vision TIF revenue after prior commitments of the TIF have been satisfied. Once reimbursement for this project i: received, the funds will be used to reimburse the Stormwater Utility Fund. This future reimbursement of $853,405.00 will be documented in a reimbursement letter between the City and TRWD upon approval of this M&C. These projects are located in COUNCIL DISTRICTS 2 and 9. FISCAL INFORMATIONICERTIFICATION: The Director of Finance certifies that funds are currently available in the FWCC New Main St Outfall & 8, FWCC Viola, and FWCC Grand Avenue Ph2 Pt2 projects within the Stormwater Capital Projects Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in th Stormwater Capital Projects Fund for the FWCC New Main St Outfall & 8, FWCC Viola, FWCC Grand Avenue Ph2 Pt2, and the FWCC Grand Ave Ph2 Pt3 projects to support the execution of the amendment. Prior to an expenditure being incurred, the Transportation & Public Works Department has the responsibility of verifying the availability of funds. TO I Fund Department I Account I Projed � Program Activity Budget Reference # Amount � ID ID I Year (Chartfield 2) I I FROM Fund Department I Account Project Program Activity Budget � Reference # I Amount ID ID Year (Chartfield 2) Submitted for Citv Manaaer's Office bv: Jesica McEachern (5804) http://apps.cfwnet.arg/council�acket/mc review.asp?ID=33934&councildate=ll/18/2025 1/8/2026 M&C Review Oriainatina Deoartment Head: Lauren Prieur (6035) Additional Information Contact: Thanaa Maksimos (2319) ATTACHMENTS 20SWM FWCC DESIGN CONTRACT AMENDMENT #8 funds avail.docx (CFW Internal) 20SWM FWCC DESIGN CONTRACT AMENDMENT 8 FID TABLE.xlsx (CFW Internal) Form 1295 Certificate 101433857 - Updated BOD - Draft pendinct chad sictnature.odf (CFw Internal) M&C Mao FWCCProiects TranSvstems Amend8.odf (Public) ORD.APP 20SWM FWCC DESIGN CONTRACT AMENDMENT #8 52002 A026(R21.docx (Public) TranSvstem SAM.pna (CFw Internal) Page 4 of 4 http://apps.cfwnet.arg/council�acket/mc review.asp?ID=33934&councildate=ll/18/2025 1/8/2026 FUNDING BREAKDOWN SHEET City Secretary No. 55953 Amendment No. 8 Fund Dept ID Account Project ID 52002 0200431 5330500 52002 0200431 5330500 52002 0200431 5330500 Total: 103666 103264 103664 CF1- CF2 - Activity Bond Reference 02880 9999 02880 9999 02880 9999 Amount $120,000.00 $73,000.00 $120,000.00 $313,000.00 City of Fort Worth, Texas Trinity River Vision-Central City Flood Control Drainage Projects Prof Services Agreement Amendment Template 103260, 103261, 103262, 103263, 103264, 103669, 103665, 103666, 103667 Revision Date: June 13, 2025 Paqe 4 of 9 Date: August 15, 2025 Max Aransen, PE Project Manager — Capital Delivery Division Transportation/Public Works Department City of Fort Worth 200 Texas St. Fort Worth, TX 76102 TR�NSYSTEMS RE: Amendment 8— Construction Management — Fort Worth Central City City Project No. 103260, 103261, 103262, 103263, 103264, 103664,103665, 103666 and 103667 Dear Mr. Aransen, TranSystems appreciates the opportunity to provide this fee proposal for additional scope of services for the above referenced project as part of the Fort Worth Central City Program. These scope and budget modifications are needed to facilitate adding additional fee for construction management on project specific elements. Below is a summary of each contract and amendment. Summary of the Contract and Amendments Original Contract $ 1,247,299.00 Amendment 1 $ 44,160.00 Amendment 2 $ 54,050.00 Amendment 3 $ 945,458.00 Amendment 4 $ 0.00 Amendment 5 $ 99,855.00 Amendment 6 $ 440,550.00 Amendment 7 $ 0.00 Amendment 8 $ 313,000.00 Contract Total $ 3,144,372.00 The detailed project scope and fee for this Amendment 8 is in the attached Attachment A and Level of Effort Spreadsheet. The general scope of the Amendment 8 is to provide construction management services for the Grand Avenue, New Main Outfall and Viola Outfall projects. There is a$313,000.00 cost of Amendment 8 for construction management services for Grand Ave, New Main Outfall and Viola Outfall. Below is a summary by project of the change in scope and description of reallocated fee. Greenleaf Outfall — CPN 103260 There is no fee reallocation or scope change for this project under Amendment 8. Bazaar Outfall — CPN 103261 There is no fee reallocation or scope change for this project under Amendment 8. Main Street Outfall — CPN 103262 Amendment 8 provides additional funding for the Construction Management Services scope added to this CPN in previous amendments. A total of $120,000 is added to the project to cover additional scope based on an hourly basis. Universitv — CPN 103263 There is no fee reallocation or scope change for this project under Amentlment 8. Viola Outfall - CPN 103264 Amendment 8 provides additional funding for the Construction Management Services scope added to this CPN in previous amendments. A total of $73,000 is added to the project to cover additional scope based on an hourly basis. Grand Ave - CPN 103665 Amendment 8 provides additional funding for the Construction Management Services scope added to this CPN in previous amendments. A total of $120,000 is added to the project to cover additional scope based on an hourly basis. CemetervlHouston - CPN 103667 There is no fee reallocation or scope change for this project under Amendment 8. The Chart below is a summary of the contract fee change by CPN through Amendment 8. �Original Contract � IDes�yJ, ISUE/Utilitv Coordination � � �Amendment1 �Desiqn � � �Amendment 2 �Desiqn � � �Amendment 3 �Desipn �Constmction Phase Services �Archeological Survey � � �Amendment4 � Reallocation/Removal of Scope 6om CPS �Constmction Management �Prolect Re-Desiqn � � �Amendment 5 � Reallocation/Removal of Scope 6om Desiqn �Sub Manaqement �Construction Phase Services (Sub Tunnelinq) �Constmction Man�ement �SUENtilitV Coordina[ion � � �Amendment 6 �Desiqn �Constmction Phase Sernces �Construction Manapement �Constmction Pha� Services (Sub Tunneling) �Sub Managemen[ � � �Amendment 7 � Reallocation/Removal of Scope hom Desiqn �Constmction Management �Construc[ion Phase Services (Sub Tunnelinq) � � �Amendment 8 �Constmction Management � � �Total WrqP Sum Fee �Total HourlV Fee �Total Fee per CPN Greenleaf Bazaar Outfall Main St Outfall CPN 103260 CPN 103261 CPN 103262 $295,875.00 $190,095.00 $99,051.00 $58,065.00 $65,549.40 $353,940.00 $255,644.40 599,051.00 $0.00 � $0.00 $0.00 $0.00 $0.00 $0.00 $6,460.00 $4,400.00 $9,280.00 $136,423.00 $6,553.00 $135,433.00 $32,306.00 $27,856.00 $175,189.00 $38,809.00 $144,713.00 UniversiN Viola Outfall Grand Ave Cemetery/Houston CPN 103263 CPN 703264 CPN 703665 CPN 703667 $168,28500 $250,145.00 $120,233.40 $288,518.40 $250,745.00 Sub Total Original Contract $1,247,299.00 � $44,160.00 $0.00 $0.00 $0.00 $44,160.00 Sub otal Amendment 1 $44,160.00 � $54,050.00 � $0.00 $0.00 $54,050.00 $0.00 Sub otal Amendment 2 $54,050.00 � $6,460.00 $200,384.00 $125,544.00 $135,513.00 $87,000.00 $31,846.00 $0.00 $163,850.00 $135,573.00 $287,384.00 Sub Total Amendment 3 $945,458.00 -$109,200.00 -$87,856.00 -$49,800.00 $0.00 -$34,760.00 -$52,960.00 $0.00 $109,200.00 $49,800.00 $0.00 $34,760.00 $52,960.00 $0.00 $87, 856.00 So.00 Eo.00 Eo.00 So.00 So.ao So.00 So.00 Sub Total Amendment 4 $1,027.00 $12,600A0 $28, 350.00 $20, 550.00 $0.00 $0.00 $62,427.00 $90, 560.00 $71,260.00 $75,600.00 $12,000.00 $600.00 $0.00 $161,820.00 $88,200.00 $35,000.00 $15,000.00 $0.00 $0.00 $50,000.00 $120,000.00 $0.00 $0.00 $120,000.00 $392,706 $378,460 $109,358 $136,423 $77,813 $455,033 $529,129 $456,273 $564,391 � -$25,000.00 $1,028.00 $12,600.00 $28,350.00 $20, 550.00 -$25,000.00 $12,500.00 $49,928.00 $0.00 Sub 7atal Amendment 5 $99,855.00 $74,440.00 $103,490.00 $12,000.00 $600.00 $0.00 $87,040.00 $103,490.00� $0.00 Sub Total Amendment 6 $440,550.00 -$130,000.00 $35,000.00 $30,000.00 $15,000.00 $130,000.00 $50,000.00 $30,000.00 $0.00 Sub "otal Amendment 7 $73,000.00 $120,000.00I $0.00 $73,000.00 $720,000.00` $0.00 Sub total Amendment 8 $133,518 $288,451 $55,078 $244,544 $348,084 $437,903 $87,000 $133,518 $636,535 $492,981 $331,544 � $313,000.00 TOTAL FEE $3,144,372.00 If you have any questions or require additional information, please give me a call. Sincerely, TranSystems Corporation Consultants /�'�re.��.J Michael Hobbs, PE Vice President/Sr. Project Manager ATTACHMENT "A" Scope for Construction Manaqement Related Services for Storm Water Improvements Prolects The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. Under this scope, "ENGINEER" is expanded to include any sub-consultant, including surveyor, employed, or contracted by the ENGINEER. OBJECTIVE The scope of services for this amendment is to provide tunneling submittal review for New Main Outfall and Viola Outfall, additional Construction Management services for Grand Ave, New Main Outfall and Viola Outfall and Final Design and construction phase services for New Bazaar Outfall. W K TO BE PERFORMED Task 1. Design Management (Deleted) Task 2. Conceptual Design (Deleted) Task 3. Preliminary Design (Deleted) Task 4. Final Design (Deleted) Task 5. Bid Phase Services (Deleted) Task 6. Construction Phase Services Task 7. ROW Easement Services (Deleted) Task 8. Survey Services (Deleted) Task 9. Permitting (Deleted) Task 10. Plan Submittal Checklists (Deleted) TASK 6 CONSTRUCTION PHASE SERVICES Construction Management 1. Pre-Construction Phase. CONSTRUCTION MANAGER will manage the work outlined in this scope to ensure efficient and effective use of CONSTRUCTION MANAGER's and CITY's time and resources. CONSTRUCTION MANAGER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1 Communication and Reporting The Construction Manager shall prepare, and deliver to the Owner a written Construction Management Plan which will be periodically updated that includes, at a minimum, the following: o Preliminary evaluation of the Owner's program, Schedule and Construction Budget requirements o A Project Schedule provided by the successful Contactor • Work closely with City PM and City inspector. • Coordinate with the Contractor's Project Manager daily to track project status and identify potential schedule impacts and field issues. • Review Technical Specifications and Scope of Work description for items associated with construction. • CONSTRUCTION MANAGER shall review invoices for reasonableness, accuracy, and appropriate charges. Resolve invoice issues with City inspector and Contractor. • CONSTRUCTION MANAGER shall insure the Contractor is submitting M/WBE Report Form as required. • Schedule meetings weekly with City Project Manager to provide schedule updates and discuss potential schedule impacts and issues in the field. 1.2 Project Setup CONSTRUCTION MANAGER shall attend Pre-Construction Meetings. CONSTRUCTION MANAGER shall attend Public Meetings. CONSTRUCTION MANAGER shall preform a preliminary evaluation of the Owner's Program, Schedule, and Construction Budget requirements. 1.3 Scheduling Review a Baseline Schedule from the selected Contractor on a monthly basis and provide feedback on timeline to ensure reasonable goals are in place and to ensure efficiency in the field. CONSTRUCTION MANAGER shall provide a schedule of inspections for field personal per the CITY's requirements. The CONSTRUCTION MANAGER shall make daily site visits based on the Contractors schedule. Site visits will be based on the importance of the tasks being performed. 1.3 Contractor Management • The CONSTRUCTION MANAGER shall attend regularly scheduled construction meetings with the Contractor, CITY and other Project Stakeholders as required by the CITY. • The CONSTRUCTION MANAGER shall review submittals submitted by the Contractor for compliance to the design and coordinate the expedited review with the City's Engineer (TranSystems) to prevent delays to the construction. The review will not relieve the Contractor form its responsibility for performance of contract or compliance to the design. A Submittal Log will be maintained and updated for the Project. • The CONSTRUCTION MANAGER shall review RFI's, and coordinate the expedited review with the City's Engineer (TranSystems) to prevent delays to the construction. A RFI Log will be maintained and updated for the Project. • The CONSTRUCTION MANAGER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. 2. Construction Phase. CONSTRUCTION MANAGER will support the construction phase of the project as follows. • Provide a staffing plan to include one or more representatives who shall be in attendance at the project site whenever critical work items are being performed. • The CONSTRUCTION MANAGER shall conduct direct oversight of the contractor. • The CONSTRUCTION MANAGER will attend regularly scheduled construction meetings with the Contractor, CITY and other Project Stakeholders as required by the CITY. • Promptly distribute Meeting Minutes to the CITY and project stakeholders. • Recommend courses of action to the Owner when requirements of a contract are not being fulfilled. • Proactively manage and notify the City Project Manager of potential changes or issues in the field. • Review Contractors Cash Flow Reports and forecasts for the project and submit to the CITY for monthly budget reviews and requirements. • Maintain a Daily Work Journal of construction tasks that will include a rate of production on key items. • Submit Weekly Construction Reports to the CITY to include percentages of work completed or in progress. • The CONSTRUCTION MANAGER will assist the CITY in fast tracking change orders by providing onsite feedback and immediate change order preparation. • Prior to the expiration of one year of substantial completion, the Construction Manager shall, without additional compensation, conduct a meeting with the Owner to review the facility operations and perFormance. • Personnel and Vehicle Identification: When conducting site visits to the project location, the CONSTRUCTION MANAGER shall carry readily visible information identifying the name of the company and the company representative. • Contractor safety enforcement and compliance Safety coordination meetings. Work will adhere all CITY and OSHA safety requirement. • Safety committee Safety audits Monthly reports CM safety training. Assessment of individuals working onsite will be conducted onsite and responses recorded for compliance. 3. Post Construction Phase. CONSTRUCTION MANAGER will support the post construction/close out phase of the project as follows. • The CONSTRUCITON MANAGER will conduct a final walk through and assist in preparing a final punch list of items to be completed. • The CONSTRUCTION MANAGER shall provide to the CITY As-Builts drawings from the Contractor. • As-Builts shall include Red-Line Markups from CITY Inspectors and the Contractor. • CONSTRUCTION MANAGER will maintain and submit to the CITY all copies of approved Change Orders. • CONSTRUCTION MANAGER will submit a complete list of Approved Substitutions used during construction. • CONSTRUCTION MANAGER shall insure the Contractor has submitted Final Summary Payment Report. Deliverables A. Weekly Status Reports B. Recommendation of invoice payment C. Budget reviews and updates D. Recommendation of changes of scope or change orders E. Documentation of the above and other project activities, decisions, and milestones Assumptions Additional Services listed below are not included in Construction Phase basic services, but they may be included in a Construction Manager's Agreement per the Owner's request: 1. LEED certification 2. Measured drawings 3. Commissioning ATTACHMENT B COMPENSATION Design Services for Stormwater Design and Franchise Utility Relocations Oversight for the Trinity River Vision- Central City Flood Control Drainage Projects City Project No. 103260, 103261, 103262, 103263, 103264, 103664, 103665, 103666 and 103667 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 Cateaory 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 Principal Project Manager Project Engineer Engineer in Training CADD Designer RPLS Survey Tech Survey Crew — 2 man Construction Manager Administrative — A2 2025 Rate ($/hour) $380 $220 $160 $125 $145 $190 $115 $190 $235 $110 2026 Rate ($/hour) $395 $230 $170 $132 $152 $200 $120 $200 $250 $115 ii. Non-Labor Expenses for Construction Phase Services. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (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. City of Fort Worth, Texas Attachment B Revised Date: 8/18/2025 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION iii. Non-Labor Expenses for Construction Manager. Non-labor expenses associated with the Construction Manager shall not be reimbursed. The cost of these expenses is included in the Construction Managers hourly rate. iv. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). v. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B Revised Date: 8/18/2025 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Prime Consultant TranSystems Storm Design, Construction Management Proposed Sub-Consultants The Rios Group Utility Coordination Cypress Environmental Archeological Survey Neel-Shaffer Tunneling Review Fee Amount % $2,827,578.00 89.9% TOTAL Project Number & Name City Project No. 103260, 103261, 130262, 130263 and 103264 - Stormwater Design and Franchise Utility Relocations Oversight for the Trinity River Vision-Central City Flood Control Drainage Projects City of Fort Worth, Texas Attachment B Revised Date: 8/18/2025 Page 3 of 4 Total Fee $3,144,372.00 $284,948.00 $31,846.00 $79,000.00 9.1 % 1.0% 2.8% $3,144,372.00 100% Sub Fee $395,794.00 B-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth, Texas Attachment B Revised Date: 8/18/2025 Page 4 of 4 C � Professional Services Invoice Project: City Project #: City Sec Number: Company Name: Supplier's PM: Supplier Invoice #: Payment Request #: Service Date:From Service Date:To Invoice Date: Sheet Work Type 1 Work Type 2 Work Type 3 Work Type 4 Work Type 5 Work Type 6 Summary Supplier Instructions: Fill in green cells including Invoice Number, From and To Dates and the included worksheets. When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the Consultant folder within Projecfs folder. email: Office Address: Telephone: Fax: Remit Address: FID and Work Type Description Totals This Invoice Agreement LTD Agreement Amendment Amount to Completed Percent ($) Invoiced Current Remaining Amount Amount Date Amount Spent Previously Invoice Balance Overall Percentage Spent: Professional Services Invoice Project: Ciry Project #: Work Type Desc: FID: City Sec Number: Purchase Order: Company Name: Supplier's PM: Supplier Invoice #: Payment Request #: Service Date:From Service Date:To Invoice Date: email: Office Address: Telephone: Fax: Remit Project Manager: Supplier Instructions: Fill in green cells including Percent Complete and Invoiced Previously Quanities When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the Consultant folder within ProjecYs folder. Pay Items Agreement LTD Agreement Amendment Amendment Amount to Completed Percent ($) Invoiced Current Remaining Description Amount Number Amount Date Amount Sqent Previouslv Invoice Balance Totals This Unit: Overall Percentage Spent: Professional Services Invoice ProjectManager: SUIY�IY�aC�/ Project: City Project #: � City Sec Number: Company Name: Supplier's PM: Supplier Invoice #: Payment Request #: Service Date:From Service Date:To Invoice Date: Sheet Work Type 1 Work Type 2 Work Type 3 Work Type 4 Work Type 5 Work Type 6 Supplier Instructions: Fill in green cells including Invoice Number, From and To Dates and the included worksheets. When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the Consultant folder within Projecfs folder. email: Office Add�ess: office address Telephone: telephone Fax: fax Remit Address: remit address FID and Work Type Description Totals This Invoice Agreement LTD Agreement Amendment Amount to Completed Amount Amount Date Amount Percent ($) Invoiced Current Remaining Spent Previously Invoice Balance Overall Percentage Spent: Invoice office address CFW Project Manager Supplier's Project Manager: Supplier's PM email: Name of Project : Supplier Project No. Proj. Invoice No. Invoice date: Period Service Date:From Service Date:To City Secretary Contract #: P.O. Number: Amount $o.00 $o.00 $o.00 $o.00 $o.00 $o.00 $o.00 $o.00 $o.00 $o.00 $o.00 $o.00 $o.00 $o.00 $0.00 Subcontract Service Subcontract Service - <1 example> Subcontract Service - <2 example> etc Subcontractor Subtotal 10 Percent Markup on Subcon[rac[ Services Nonlabor Expenses Nonlabor Expense Subtotal Total Expenses (Subcontract Services+Markup+Nonlabor Expenses) $0.00 $o.00 i �� $0.00 TOTAL DUE THIS INVOICE $0.00 Total Labor 0.0 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Storm Water Department Design Services for Trinity River Vision-Central City Flood Control Drainage Projects - Amendment No 8 Task No. Task Description 1.0 Desiqn Manaqement IDeleted) 2.0 Conce 7tual Desi/:in 3.0 Prelim� ary Desiqn IDeleted) 4.0 Final Desi/ln1 5.0 Bitl/Solic�tation Phase 6.0 Construction Phase Services 6.1 Grand Avenue - CPN 703665 6.1.1 Consiruction Mana(yement 8 monthsl New Main Outfall - CPN 10326� Consiruction Manaqement (8 monthsl 6.3 Viola - CPN 703264 6.3.1 Consiruction Manaqement (8 months) V8.0 ISurvev (Deletedl �9.0 Permitting (Deletetl) � Principal Project I Project I EIT I CADD I RPLS I Survey I Survey I SUE I Construction I pdministrative I Total Labor I Subconsultant Manaqer Enqineer I Tech Crew Crew Manaqer Cost 533.3 533.3 324.4 Total Expense � Complete Remaining Travel Reproduction Cost Butlget ol Pro'l�ct Summ� 1'otal Hours 1.391 Total Labor $313.000 Total Ex q�nse 0 MWBE SubconsullanJ Non-MWBE Subconsullant � 5% Sub Marku MWBEPartici ation 0.0% Total Proiect Cost $313,000 1 ofi '�'� F�r��r ���7 Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: TRV — Central City Flood Control Drainage Projects — TranSystems - Amendment 8 M&C: 25- CPN: 103260,103261,103262, 1072 103263,103264,103664, 103665,103666,103667 Date: To: Name Department 1 Chad Gartner TranSystems (consultant) c��artner(�a,transystems.com CSO: 55953 Initials G�� DOC#: � Date Out O1/08/2026 2. Thanaa Maksimos TPW — Program Manager � 01�12�2026 3. Lissette Acevedo TPW — Sr. CPO � O1/21/2026 4. Patricia Wadsack TPW — Assistant Director p(�'�/' 02�04�2026 5. Lauren Prieur TPW - Director �v 02/04/2026 6. Doug Black Legal - Assistant City Attorney � 02�05�2026 '7. Jesica McEachern CMO — Assistant City Manager � 02�09�2026 g. Katherine Cenicola CSO — City Secretary � 02�09�2026 9. Jannette S. Goodall CSO — City Secretary 02 09 2026 �E �—d��� � � 10. Allison Tidwell CSO — City Secretary ,� 02�10�2026 1 l. Tpw_SW_Contract TPW Stormwater CC: Program Manager — Thanaa Maksimos, Sr. CPO — Lissette Acevedo, TPW BSPAP Recon Team — Cindy Sengathith DOCUMENTS FOR CiTY MANAGER'S SIGNATURE: All docu�nents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No ROUTING TO CSO: �YES ❑No Action Required: ❑ As Requested ❑ For Your Information � Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return to: tpw sw contracts(cr�,fortworthtexas.gov Ca11817-229-3283 with questions. Thank you! Fa�T �o�TH�} City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: TranSystem Corporation Consultants Subject of the Agreement: Amendment 8 for TranSystems Corporation Consultants in the amount of $313,000.00 for engineering and construction phase services for the Fort Worth Central City Stormwater Relocations projects. M&C Approved by the Council? * Yes ❑X No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes X❑ No ❑ If �so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 0 No ❑ If �unsure, see back page for permanent cont�^act listing. CSC No. 55953 Is this entire contract Confidential? *Yes ❑ No ❑X If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: 05/11/2021 If different f�on� the approval date. Expiration Date: If applicable. Is a 1295 Form required? * Yes X❑ No ❑ *If so, please ensu�e it is attached to the approving M&C or attached to the cont�act. Proj ect Number: If applicable. 103260,103261,103262,103263,103264,103664,103665,103666,103667 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ❑X No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.