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.