HomeMy WebLinkAbout056846-A3 - Construction-Related - Contract - Teague Nall and Perkins, Inc.CSC No. 56846-A3
AMENDMENT No . 3
TO CITY SECRETARY CONTRACT No. 56846
WHEREAS, the City of Fort Worth (CITY) and Teague Nall and Perkins,
Inc., (ENGINEER) made and entered into City Secretary Contract No. 56846,
(the CONTRACT) which was authorized by M&C 21-0875 on the 9th day of
November, 2021 in the amount of $ 188,066.00; and
WHEREAS, the CONTRACT was subsequently revised by:Amendment No. 1 in
the amount of $329,198.00 which was authorized by M&C # 23-0912 on October
31, 2023 and Amendment No. 2 in the amount of $ 78,440.00 which was
administratively authorized on October 11, 2024; and
WHEREAS, the CONTR.ACT involves engineering services for the following
project:
Water & Sanitary Sewer Replacement Contract 2019, WSM-K, CPN 103416;
and
WHEREAS, it has become necessary to execute Amendment No. 3 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 $53,860.00.
2.
Article II of the CONTRACT is amended to provide for an increase in
the fee to be paid to Engineer for all work and services performed under
the Contract, as amended, so that the total fee paid by the City for all
work and services shall be an amount of $649,564.00.
3.
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
OFFICIAL RECORD
City of Fort Worth, Texas
Prof Services Agreement Amendment Template
Revis ion Date : June 13, 2 025
Page 1 of 2
CITY SECRETARY
W&SS Repl Contract 2019 WSM-K
l 0341 6
FT. WORTH, TX
E}�CUTED 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
02/20/2026
DATE:
ENGIIZEER
Teague Na s nd Perkins, Inc.
�v
Ty ilton, P.E.
CEO
DATE : I � � 6�� o � �
4 9 ���
� OFFORt �B
0000000a �dda
e �'o � �9 dd
v!`o oa�ld
ATTEST : °vp�� o =p
A .J��� P°* �� o ��
�\��'�C#R" ��Bu nEXA544
C
Jannette Goodall
City Secretary
APPROVAL RECCd�Il��NDED :
Cl��i,tto,�l�e� fi`a��e�
��,��, ,�z-�,.�, ,��� s�
Chris Harder, P.E.
Director, Water Department
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.
��lZG� �%6�'./yL�dB/1i
�
Dena Johnson, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:
��
Douglas Black (Jan 26, 202618:0437 CST)
M&C No.#: 26-0012
M&C Date: Januarx 13th, 2026
Douglas W. Black
Sr. Assistant City Attorney
City of Fort Worth, Texas
Prof Services Agreement Amendment Template
Revis ion Date : June 13, 2 025
Page 2 of 2
OFFIGIAL RECORD
CITY SECRETARY
WSSS Repl Contract 2019 WSM-K
103A16
FT. WORTH, TX
�tn
� www.tnpinc.com
September 8, 2025
Dena Johnson, P.E.
Project Manager
City of Fort Worth Water Department
300 W l Oth Street
Fort Worth, Texas 76102
RE: Fee Proposal for Contract Amendment No. 3
Water and Sewer Replacements Contract 2019, WSM-K Part 1(A1, A2 & A3)
Cify Projecf No. 103416
Dear Ms. Johnson:
engineers
surveyors
landxape architech
TEXAS
FORT V�/ORTH
DENTON
ALLEN
HEATH
KATY
THE WOODLANDS
Teague Nall and Perkins, Inc. is submitting this fee Amendment for the above-referenced contract based on
additional services required. The following is a brief description and cost for the additional services to be
provided on this project:
Credit - Remove Cathodic Protection (CP) Design.
Following discussions with the Water Department, TNP was directed to incorporate an additional line item
in the bid package for the contractor to be responsible for the CP design, because the CP design will
vary depending on which of the alternative bid items for the 24" pipe material is used for the project.
TNP is crediting the contract for the initial budgeted amount for TNP's subconsultant to perform the CP
design for this project. TNP is including a small amount of the original budgeted amount for revising the
specification to make the CP design as part of the contractor. Also, TNP is incorporating some effort that
will be required for the additional submittal(s) required for the CP design during the construction phase
of the project.
II. Additional Design Services — Additional Traffic Control Plan to Avoid BNSF Crossing at West
Biddison St.
The original design scope contained scope and effort to utilize TCP typical details only and did not
include a project specific traffic control plan design. During the coordination meeting with TPW on March
1 2, 2025, TPW recommended that TNP perform a project specific TCP and detour plan design, due to
the additional pavement repair they requested being within the intersection and forcing one-lane being
shut down on either side of the intersection. Also, BNSF does not allow a one-lane flagging operation
(lane closure) with wrong way traffic across the railroad tracks, so the project-specific TCP design and
detour plan was necessary to include in the sealed plans included in the BNSF permit application. The
additional level of efforts associated with the TCP and detour plan includes design efforts, QAQC, three
additional meetings in May 2025 with Water Department, along with several other separate meetings
with Christian Cordona, Mary Hanna, Charles Robertson and Michael Owen in TPW. The efforts included
in this amendment also include the detailed e-mail correspondence and exhibits TNP prepared for these
meetings to obtain approval of the TCP and confirm TPW will provide future support for the road closure
as TNP designed when presented to City Council., all of which was needed prior to finalizing the RR
permit package to BNSF in order to ensure no future revisions would be required for the RR permit.
III. Additional BNSF Permitting Efforts — Add revision of existing BNSF permit No. GC-28731.
The existing contract included two (2) BNSF crossing permits in TNP's scope of work. This additional effort
is associated with the existing 24" water line this Part 1 project is replacing, which is currently installed
parallel within BNSF ROW via an existing RR permit. This effort is associated with the multiple meetings
TNP Firm ^ Registrations
Texas Board of Professional Engineers and Land Surveyors I Engineering Firm No. F-230 I Surveying Firm No. 1001 1 600 I 101 94381 I 1001 1601
Texas Board of ArchitecTural Examiners Firm No. BR 2673
with Water Department, City RR permitting personnel, and multiple coordination meetings with BNSF
permitting and engineering staff to (a) get them to modify the existing permit to remove a portion (not
all) of the line that was installed via the original permit and (b) get BNSF Engineering written approval
to allow the City to abandon the existing water line in place instead of having the additional expense
to remove this segment of water line that is being taken out of service per the original terms of the
agreement.
IV. Incorporafe Dickson Pavemenf Design from drawings originally incorporated in CPN 104212:
The proposed 24" water line alignment is going to follow an existing 8" water line that will be
removed and replaced along Dickson Street between BNSF ROW and Ryan Ave. After 60% design,
TNP was informed that there was another project that was proposing to replace this existing 8-inch
cast iron line, and proposed new curb and gutter and pavement plans on Dickson Street in this same
area. The efforts captured in this amendment are the markups to the other projects plans to show which
portions of the improvements needed to be removed from their contract to ensure the two projects
would not have conflicting improvements. The Additional efforts captured in the fee adjustment with
this Amendment No. 3 are as follows:
a. TNP has integrated the Dickson Street paving design and provided multiple iterations of markups
to the Quiddity plans for revisions needed at the interface between the two projects. Quiddity
plans were reviewed and marked up to reflect necessary connections and design adjustments. up
the connection from Quiddity to tie into TNP proposed 24" water main.
b. The following activities were required to incorporate the Quiddity plan into the TNP design: Coord
Meetings with Water Dept, TPW Project and Quiddity — Meetings were held with the Water
Department, TPW Project team, and Quiddity on December 5, 2024 (the conflict�overlap project
meeting), March 1 2, 2025, July 1 1, 2025, and July 23, 2025, to discuss the integration process
and submission requirements.
c. Incorporating Paving Plans, Bid Items and Specifications into contract documents — Paving plans,
bid items, and specifications to incorporate into the contract documents. Bid proposals and paving
bid items were quantified�specified differently. These discrepancies were reviewed and
coordinated, and TNP made revisions for consistency in the bid package. There are also additional
efforts in the additional hand-offs of composite bid packages between both Quiddity and TNP, as
both firms will be sealing the final drawings and project manual. Quiddity provided revised
sheets, then TNP's efforts were expanded to actually create one combined package.
d. TNP's original scope was to perform permanent asphalt repair for this portion of Dickson. The
plans that were incorporated, coming from TPW, also included some curb and gutter, slightly
changing the proposed cover over the 24" water line. TNP had to adjust the 24" water Plan 8�
Profile sheets after receiving the proposed surface from Dickson Street Paving Plans
@. TNP is including some minimal additional efforts in this Amendment 3 that will be involved during
the Bid Phase and Construction Phase services moving forward, such as additional coordination
finalizing response to bidder Q/A and scheduling of pre-bid and bid phase activities. There will
be additional coordination during Construction Phase services to ensure the other firm handles all
RFI's associated with the plans in which they are the engineer of record, and there will be
additional coordination in finalizing as-builts for the project and turning over the as-built package
to the Water Department.
V. Additional QAQC/project management expenses.
TNP had already completed QAQC of the 90% milestone submittal prior to a final decision by the
Water Department to incorporate the Dickson Street paving plans into TNP's drawings and
specifications. Because of the overlapping scope, there were several changes required to the
improvements shown in the drawings and changes to the contract documents, requiring an additional
QAQC process. There were also 6-months of additional milestone payments and additional
meetings�coordination associated with costs were incurred due to extended coordination efforts,
TNP Firm ^ Registrations
Texas Board of Professional Engineers and Land Surveyors I Engineering Firm No. F-230 I Surveying Firm No. 1001 1 600 � 10194381 I 1001 1601
Texas Board of ArchitecTural Examiners Firm No. BR 2673
incorporation of external drawings, and delays associated with receiving final Quiddity plans
Fee Proposal for Contract Amendment No. 3:
TNP proposes a total fee of $53,860.00 to accomplish the scope of services described above for this
Contract Amendment No. 3. A breakdown of the fee is included in Attachment B-2.
Summary of Contract Fee
Original Contract
Amendment No. 1
Amendment No. 2
Amendment No. 3
Revised Contract Amount
$
$
$
$
$
Water
127,269.00
306,192.00
78,440.00
53,860.00
565,761.00
Sewer Tofal
$ 60,797.00 $ 188,066.00
$ 23,006.00 $ 329,198.00
$ 78,440.00
$ 53,860.00
$ 83,803.00 $ 649,564.00
M/WBE Utilization:
It is TNP's understanding that M/WBE Utilization will no longer be applicable to the original/existing contract. The
Aitachment B- Compensation Summary and Aitachment B-1 — Level of Effort Forms have been adjusted to reflect
M/WBE utilization no longer being a requirement as part of this contract.
Sincerely,
tn p
i��2 � , � �
Taylor Gunderman, P.E.
Team Leader
Attachments: (1) Attachment B - Compensation
(2) Exhibit B-1 - Engineer Invoice
(3) Exhibit B-2 - Level of Effort Spreadsheet
(4) Aitachment E - Project Map
TNP Firm ^ Registrations
Texas Board of Professional Engineers and Land Surveyors I Engineering Firm No. F-230 I Surveying Firm No. 1001 1 600 � 10194381 I 1001 1601
Texas Board of ArchitecTural Examiners Firm No. BR 2673
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
PART 1- CONTRACT AMENDMENTS NO. 1, NO. 2& NO. 3- WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2019, WSM-K
City Project No. 103416
Amendment 3- Detailed Traffic Control Plan & Coordination with TPW & Incorporation of Quiddity's Dickson Street Plans & Specs
Labm �hours) Ex��
2-Man
Task Task Description Principal / Project Project Senior SUE SUE 2-Man Vac. Survey 2-Man 7otal Labor
No. Director Manager Engineer EIT Designer Manager Technician Designatin Truck Crew RPLS Tech Surv. Crew p'dministrative Cost SubconsWtant
o Crn
Rate $290 $270 $180 $160 $125 $180 $130 $200 $320 $250 $150 $190 $85 M�(�� Non-M� BE
1.0 �esinnManaaement 10 26 iZ 0 0 0 0 0 0 0 0 0 � $72.080AU 30.00 a0.00
1.1 Manaqinq the Team
1.1.1 Proiecl Manaqement $0.00
1.1.2 QNQC . 101 $2,900.00
1.2 Commurncations and Reportinq
1.2.1 Pre-Desian Coordination Meetinq $0.00
1.2.2 Monthlv Proiect Update Meebnqs $0.00
1.2.3 Desiqn Submittal Review Meetinqs $0.00
1.2.4 PrepareBaselineSchedule $0.00
1.2.5 Monthlv Proqress Reports with Schedule . 181 $4,860.00
1.2.6 Prepare Monthlv M/WBE Reports � $0.00
Bi-Monthly Goortl. Meehngs wrth
1.2.7 Developere (not included� $0.00
1.2.8 Coordinabon with Other qencies 8 121 $4,320.00
2.0 Conceptual Desian 130-Percentl 0 0 0 0 0 0 0 0 0 0 0 0 0 $0.00 $0.00 $0.00
2.1 Data Collecti9r� $0.00
2.2 GeotechnicaJ)mestiP�tiPns Borinqs (a� RR) $0.00
2.3 ConcepNal Uesiqn Facftaae
2.3.1 Roule SNdv Repofl �at induded) $0.00
GoncepWal Gonstruction Plans using GFW
2.3.2 approved aliqnment (30 % ) $0.00
2.3.3 Construction Estimate $0.00
3.0 Preliminary Desiqn I60 Percentl 0 0 0 0 0 0 0 0 0 0 0 0 0 $0.00 $0.00 $0.00
3.1 Preliminary D� iqn Drawinqs $0.00
3.2 Constructabilitv Review $0.00
3.2.1 Stakina for Constructabiliry Review $0.00
3.3 l�bliry Clearance $0.00
3.4 ' CP Standard Detail.� $0.00
3.5 Attend Public Meehnq)Prepare Displays $0.00
3.6 SWPPP $0.00
3.7 Construction Estimates $0.00
3.8 Database of Affected Residenisl6usinesses $0.00
4.0 Final Desip� 7 40 84 60 44 0 0 0 0 0 0 0 0 $43.050.00 $0.00 -EZ0.000.00
4.�inal Draft (90 %) Plans and Specifications $0.00
Detalled TCP Design (reduce CP Design)+
4.2 COord w/TPW for TraffiC Control ACCe tanCe "I 8 40 24 15 $15,365.00 -$20,00O.00I
Coortllnallon/Incorporaling Quldtllly Paving
4.2a Plans-Dlckson Slreel 4 26 32 24 i6 $19,780.00
4.3a Plans-Dlckson S�ree� � 1� 4� 9� 9� 10�
4.3 COnSlfuClion Estimates (90 % and 100 % 1 1 2 3 3 3
5.0 Bid Phase 1 3 8 4 4
5.1 Bid $uppOrt
Uploatl antl Sell Gontract Documents antl
5.1.1 Maintain Plan H�1ders List
5.1.2 Issue Addenda lassumes 3l
5.1.3 Attend Pra6id ConfqJ�/�ca 111
5.1.4 Attend Bid Openina 10f
5.1.5 Tabulate Bids and Recommend Award
5.1.6 Issue Coniormed Contract Documents
Bid Phase Goortl. With (]uldtlity for
5.�.7 Addenda. Bid Tabs and Confarmed � 3 8 4 4
6.0 Construction Phase Services 0 'IO 'I4 �5 6
6.1 COfISVUCliOf1 SuppOft
6.1.1 Attend Preconstruction Conference
6.1.2 Attend Public Meet fq
6.1.3 Proiect Site Visits lup to 3)
6.1.4 RFI Review
Roatl Closure - Assislance with
6.'14 M&C/Council 4 6 6I
6.'I 4 RFI Review- Coord w/�uiddlt 4 6 61
6.1.5 Chanqe Order Review (not included)
6.1.6 Final Walk Throuqh and Punch List
6.2 Record Drawin s/As Built
fi.2a Recard Drawin s/As Bulll- COofd w/Quiddlt 2 2 3 6I
0 0 0
0 0 0
0 0
0 0
0 0
0 0
Tolal
Travel Reproduction Expense Task Sub Tolal
COSt
50.00 SO.OQ SO.OQ $12,080.00
$0.00 $0.00
$0.00 $2.900.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $4.860.00
$0.00 $0.00
$0.00 $0.00
$0.00 $4.320.00
E0.00 E0.00 E0.00 E0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
E0.00 E0.00 E0.00 E0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
E0.00 50.00 -$20,000.00 $23,050.00
$0.00 $0.00
-$20,000.00 -$4,635.00
� $5,680.00 $0.00 $5,680.00
$2,225.00 $0.00 $2,225.00
0 $3.680.00 $0.00 $0.00 E0.00 E0.00 E0.00 E3,680.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$3,680.00
0 $8.370.00
$0.00
$0.00
$0.00
$0.00
$3, � 20.00
$3, � 20.00
$0.00
$0.00
$0.00
$2, � 30.00
50.00 50.00 E0.00 E0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
E0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$3,680.00
E8,370.00
$0.00
$0.00
$0.00
$0.00
$3.120.00
$3.120.00
$0.00
$0.00
$0.00
$2.130.00
Cny or For� W or�h, reras
AtlacM1men� B- Level of Effort Supplemen�
Typical W alx and Sewe� Replacemenl
FW W TR Official Release Dale 8 09 2012 Page 1 of 2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
PART 1- CONTRACT AMENDMENTS NO. 1, NO. 2& NO. 3- WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2019, WSM-K
City Project No. 103416
Amendment 3- Detailed Traffic Control Plan & Coordination with TPW & Incorporation of Quiddity's Dickson Street Plans & Specs
Labm �hou's) Exj
2-Man
Task Task Description Principal / Project Project Senior SUE SUE 2-Man Vac. Survey 2-Man 7otal Labor
No. Director Manager Engineer EIT Designer Manager Technician Designatin Tru<k Crew RPLS Tech Surv. Crew p'dministrative Cost Sub<onsWtant
o Crn
Rate $290 $270 $180 $160 $125 $180 $130 $200 $320 $250 $150 $190 $85 MWBE Non-MWBE
7.0 ROW/Easemenj Servjy�s 0 0 0 0 0 0 0 0 0 0 0 0 0 $0.00 $0.00 $0.00
Righ4of-Way Fl searcfi and Boundary
7.1 (Offceand Field Work)
Right-of-W ay Research & Boundary Survey
7.1.1 (Office and Fleld Work)
Righ�-of-W ay Research 8 Bountlary Survey
7.1.2 (OfficeandFieldWork)-Subconsultant
Rightof-Way/Easement Preparabon and
7 2 Submi�lal (0)
Righ�-of-Way/Easemenl Preparalion and
7.2.1 Submittal
Right-of-Way/Easement Preparation and
7.2.2 Submil�al - Subconsullant
7 3 TemDorary Riqh� of Entry Submi�lal (0)
8.0 Survey and SUE 0 0 0 0 0 0 0 0 0 0 0
8 1 pe niqn Survey
8 2 � Dorary Riqh� of Entry Subm �tal (f�)
8 3 'Subsurtace U�ili� Enqineerina fSUE(
8.3.1 SUE Level C�p�CDR Phase�
8.32 SUE Level B �
8.3.3 SUE Level A �0)
9.0 Permittinq 0 8 20 12 0 0 0 0 0 0 0
9 1 Gas Pipeline Crossinq Perrrits (up l0 2)
92 T rantCounry �pJmits�0�
93 `IxDOTPermlt(0(
94 Railroad ermits
9A.1 BNSF 7+ 1 Revision) 8 20 12
9A2 UPRR l
95 Enyironmental
Cultufal HesourCes Petlesifian SUNey antl
9.5.1 Aqency Coordlnation
9.5.2 Arch Sile Recortlinq
9.5.3 WalergofU.SCp�lineation
NnWf�uPQ 5�lPre-'6 struction Notitication (nat
9.5.5 I�sALP��i;oord ination
�amomc rrocection syscem uesi9n
10.0 Services
naamonai >ervices �as requeswa ana
11.0 authorized by City)
Totals iS BT 13S 97 ST P U P U � U
wace���neFooca,qe a,is� sai Note: This amendment is 100% associated with Waterdesign
� Sewer Line Footade 543 6% *
TolalFootaqe 8,710 100%
TotalAi. A2 8 Original
FeeBreakdown a�a�ame��i a�a�ame��z a�a�ame��a ns qyreame�� ro�aicomraa
Task 1(Design Management): Sis.azo 0o So 00 8�2.oao 0o Saapoo 0o Sia.eso 0o Sae.aso 00
Task2(ConceplDesign): Sae2a000 $000 $000 $48.24000 $20.59000 $fi8.83000
Task 2a (Geotech): Szt.000 00 82.o�s oo So 0o Sza.o�s oo So 0o Sza.o�s o0
Task3(PrelimDesign): Sse.oa000 Satsa000 S000 Sto�az000 Sza.s�000 Stst.as000
T25k4(Fi�21DC5ig�): $]3.56000 $12.56000 $22.05000 $106.1]000 $28.09000 $136.26000
Td5k5(Bidding): $6.]2000 $3.68000 $12.40000 $].21000 $19.61000
Td5k8(SuN¢V&SUE): $52.91600 $22.42500 $000 $]5.34300 $49.92600 $125.26900
Design and Survey Fee Subtotal: EEas,ise.00 S]8,400.00 S3i,810.00 8406,048.00 8104,)16.00 8550,8]4.00
Task7(ROWIEasement): So So So So So So
T25k 6 (CO�SVUCliO�): $18,960 $0 $8,3]0 $2],330 $11,2]0 $38,600
Task 9(Permitting): E2o,44o So $],660 E2a,i2o E�2,o2o E4o,i4o
Task 10 (CP Desiqn): So So So $o $o $o
Total: E329,198.00 $]8,4d0.00 $53,860.00 ¢W1,498.00 5168,066.00 $629,564.00
Addi�ional5ervices $0 $0 $0 $0 $20,000 $20,000
Total with Atld.Services: $329,198.00 $78,440.00 $53,860.00 $461,498.00 E188,066.00 E649,564.00
$0.00
$0.00
$0.00
$0.00
$0.00
0 0 $0.00
$0.00
$0.00
0 0 $7,680.00
$0.00
$0.00
$0.00
$7,680.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
U U $74,S60AQ
Tolal
Trevel Reproduction Expense Task Sub Tolal
COSt
Eo.00 Eo.00 Eo.00 Eo.00
$0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00
$0 00
$0 00
50.00
$0 00
$0 00
$0 00
$0 00
$0 00
50.00
$0 00
$0 00
$0 00
$0 00
$0 00
$0.00
$0 00
$0 00
50.00
$0 00
$0 00
$0 00
$0 00
$0 00
$7,680.00
$0 00
$0 00
$0 00
$7,680 00
$0 00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
50.00 50.00
50.00 50.00
So.oa -SZo,000.00 Sa.aQ Sa.aQ -SZaAooAU 554,860.00
Project Summary
7otal Hours 388
To� J Labor $74,860.00
Tolal �xpense -$20,000.00
ryjF3F(5RF S�ipconsul��n( $0.00
Nan-r�E3��skiE subcon ur �t -szo,000.00
5% SubMarkup -$1.000.00
MBE/SBEParlfcioalion 0.0%
Total Pro(ect Cost $53,860.00
ary or Fori worih, re�s
AHacM1men� B- Level of Effort Supplemen�
Typical W alx and Sewer Replacemenl
FW W TR Official R&ease Dale 8 09 2012 Page 2 of 2
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, January 13, 2026
LOG NAME: 60WSSC19WSMKA3-TNP
REFERENCE NO.: **M&C 26-0012
SUBJECT:
(CD 9 and CD 11) Authorize Execution of Amendment No. 3 in the Amount of $53,860.00 to an Engineering
Agreement with Teague Nall and Perkins, Inc, for a Revised Contract Amount of $649,564.00 for the Water
and Sanitary Sewer Replacement Contract 2019, WSM-K, and Adopt Appropriation Ordinance to Effect a
Portion of Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of Amendment No. 3 in the amount of $53,860.00, to City Secretary Contract
No. 56846, an engineering agreement with Teague Nall and Perkins, Inc, for the Water and Sanitary
Sewer Replacement Contract 2019, WSM-K project for a revised contract amount of $649,564.00;
and
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $53,860.00, transferred from available
PayGo funds within the Water and Sewer Fund, for the purpose of funding the Water and Sanitary
Sewer Replacement Contract 2019, WSM-K project (City Project No. 103416) and to effect a portion
of Water's contribution to the Fiscal Years 2026-2030 Capital Improvement Program.
DISCUSSION:
On November 9, 2021, Mayor and Council Communication (M&C) 21-0875, the City Council authorized
an engineering agreement in the amount of $188,066.00 with Teague Nall and Perkins, Inc, (City
Secretary Contract No. 56846) for the Water and Sanitary Sewer Replacement Contract 2019, WSM-K
project. The agreement was subsequently revised by Amendment No. 1 in the amount of $329,198.00
(M&C 23-0912) authorized on October 31, 2023 that provided design for the replacement of additional
cast iron water mains in close to the proximity area and Amendment No. 2 in the amount of $78,440.00
administratively authorized on October 11, 2024 that provided for additional design on the project.
Amendment No. 3 will provide for the following on the project: Additional traffic control, additional railroad
permit efforts, and the incorporation of the plans for a nearby project into this project in order to avoid back
to back construction projects in the area.
It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan
throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence,
additional funding needs are identified, and to comply with bond covenants.
Funding is budgeted in the Transfer to Water/Sewer account of the Water and Sewer operating budget for
the purpose of funding the Water and Sanitary Sewer Replacement Contract 2019, WSM-K project.
FY2026 - Water PAYGO Appropriations per City Ordinance 27979-09-2025
FY2026 Original FY2026 YTD PayGo This M&C FY2026 Remaining
Adopted PayGo Amended PayGo Approved PayGo Balance
(Includes any for/Moved to
council actions Capital
subsequent to Projects
� budget
adoption) I
$101,090,082.000��$101,090,082.000��($23,758,511.00)��($53,860.00)�� $77,277,711.00�
Note: there may be other pending actions or recently approved actions that are not reflected in the table
due to timing.
Appropriations for Water/Sanitary Sewer Replacement Contract 2019 WSM-K project are as depicted
below:
Fund Existing Additional Project
� Appropriations � Appropriations I Total*
W&S Capital
Projects - Fund $740,692.00 $53,860.00 $794,552.00
56002
Project Total �� $740,692.00�� $53,860.00,� $794,552.00
*Numbers rounded for presentation purposes.
This project is located in COUNCIL DISTRICTS 9 and 11.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Water & Sewer Fund and upon
approval of the above recommendations and adoption of the attached appropriation ordinance, funds will
be available in the W&S Capital Projects Fund, for the W/SS REPL Contract 2019 WSM- K project. Prior
to any expenditure being incurred, the Water Department has the responsibility to validate the availability
of funds.
FUND IDENTIFIERS (FIDs).:
TO
Fund Department ,Accoun� Project ProgramActivity, Budget �
ID ID Year
Reference #
(Chartfield 2)
Amount
FROM
Fund Department Account Project ProgramActivity Budget ' Reference #
ID � ID Year , (Chartfield 2)
Amount
CERTIFICATIONS:
Submitted for City Manaqer's Office by_
Originating Department Head:
Additional Information Contact:
Jesica McEachern (5804)
Chris Harder (5020)
Dena Johnson (7866)
ATTACHMENTS
1. 60WSSC19WSMKA3-TNP FID Table (WCF 11.26.25).xlsx (CFW Internal)
2. 60WSSC19WSMKA3-TNP Map w districts.pdf (Public)
3. 60WSSC19WSMKA3 FundsAvail.docx (CFW Internal)
4. Form 1295 Certificate 101462454 sianed.pdf (CFW Internal)
5.ORD.APP 60WSSC19WSMKA3-TNP 56002 A026(R2)rev.docx (Public)
6. PBS CPN 103416.pdf (CFW Internal)
60WSSC19WSMKA3-TNP FID Table
56002 0600430 4956001 103416 001730 9999 ($53,860.00)
2 56001 0609020 5956001 $53,860.00
CERTIFICATE OF INTERESTED PARTIES
Complete Nos. 1- 4 and 6 if there are interested parties.
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Teague Nall and Perkins, Inc.
Fort Worth, TX United States
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Fort Worth
Fort Worth, TX United States
g 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.
103416
Water and Sanitary Sewer Replacement Contract 2019, WSM-K
Nature of interest
4
Name of Interested Party City, State, Country (place of business) (check applicable)
Controlling Intermediary
Berry, Mark Fort Worth, TX United States X
Hilton, Ty
Wilhelm, Scott
Dryden, David
Jones, Ryan
Luce, Andrew
DeMotte, Michael
5 Check only if there is NO Interested Party.
6 UNSWORN DECLARATION
My name is Alldi'2W LUC2
u
My add�eSs �S 5237 N Riverside Drive, Suite 100
Fort Worth, TX United States
Fort Worth, TX United States
Fort Worth, TX United States
Fort Worth, TX United States
Allen, TX United States
FORM 1295
1of1
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2025-1394380
Date Filed:
12/01/2025
Date Acknowledged:
X
X
X
X
X
X
, and my date of birth is
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 � day ot December 20 25
Forms provided by Texas Ethics Commission
(month) (year)
Signature of authorized agent f contracting business entity
(Declarant)
www.ethics.state.tx.us Version V4.1.O.f10dOfd8
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name
Teague Nalls and Perkins, Inc.
Subject of the Agreement: Water and Sanitary Sewer Replacement Contract 2019, WSM-K
M&C Approved by the Council? * Yes ❑✓ No ❑
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑✓ No ❑ 56846-A3
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 contract listing.
Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: 1/13/2026 Expiration Date: N/A
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes ❑✓ No ❑
*If �so, please ensure it is attached to the approving M&C or attached to the contract.
Proj ect Number: If applicable. 103416
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes ❑✓ 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.