Loading...
HomeMy WebLinkAbout28174-12-2025 - City Council - OrdinanceOrdinance No.28174-12-2025 AN ORDINANCE INCREASING ESTIMATED RECEIPTS AND APPROPRIATIONS IN THE WATER AND SEWER CAPITAL PROJECTS FUND IN THE AMOUNT OF $9,437,865.00, FROM AVAILABLE PAYGO RESIDUALS, FOR THE PURPOSE OF FUNDING THE WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2020, WSM-D PROJECT (CITY PROJECT NO. 103419); PROVIDING FOR A SEVERABILITY CLAUSE; MAKING THIS ORDINANCE CUMULATIVE OF PRIOR ORDINANCES; REPEALING ALL ORDINANCES IN CONFLICT HEREWITH; AND PROVIDING AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH, TEXAS: SECTION 1. That in addition to those amounts allocated to the various City departments for Fiscal Year 2025-2026 in the Budget of the City Manager, there shall also be increased estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $9,437,865.00, from available PayGO residuals, for the purpose of funding the Water and Sanitary Sewer Replacement Contract 2020, WSM-D project (City Project No. 103419). SECTION 2. That should any portion, section or part of a section of this ordinance be declared invalid, inoperative or void for any reason by a court of competent jurisdiction, such decision, opinion or judgment shall in no way impair the remaining portions, sections, or parts of sections of this ordinance, which said remaining provisions shall be and remain in full force and effect. SECTION 3. That this ordinance shall be cumulative of Ordinance 27979-09-2025 and all other ordinances and appropriations amending the same except in those instances where the provisions of this ordinance are in direct conflict with such other ordinances and appropriations, in which instance said conflicting provisions of said prior ordinances and appropriations are hereby expressly repealed. SECTION 4. This ordinance shall take effect upon adoption. APPROVED AS TO FORM AND LEGALITY: Stephen Hines (Dec 29, 2025 14:00:53 CST) Douglas W. Black Senior Assistant City Attorney ADOPTED AND EFFECTIVE: December 09, 2025 CITY SECRETARY Jannette S. Goodall City Secretary G OUNG I O City of Fort Worth, Texas Mayor and Council Communication DATE: 12/09/25 M&C FILE NUMBER: M&C 25-1143 LOG NAME: 60WSSC20WSMD-WOODY SUBJECT (CD 7 and CD 9) Authorize Execution of a Contract with Woody Contractors, Inc., in the Amount of $10,232,213.30, for Water and Sanitary Sewer Replacement Contract 2020 WSM-D Project, Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program, and Amend Transportation and Public Works Department's Fiscal Years 2026-2030 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Woody Contractors, Inc., in the amount of $10,232,213.30 for Water and Sanitary Sewer Replacement Contract 2020 WSM-D project; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $9,437,865.00, from available PayGo residuals, for the purpose of funding the Water and Sanitary Sewer Replacement Contract 2020 WSM-D project (City Project No. 103419) and to effect a portion of Water's contribution to the Fiscal Years 2026-2030 Capital Improvement Program; 3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the General Capital Projects Fund by increasing estimated receipts and appropriations in Water and Sanitary Sewer Replacement Contract 2020 WSM-D project (City Project No. 103419) in the amount of $1,725,167.00, and decreasing estimated receipts and appropriations in the Contract Street Maintenance programmable project (City Project No. P00020) by the same amount; 4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Stormwater Capital Projects Fund, by increasing receipts and appropriations in the Water and Sanitary Sewer Replacement Contract 2020 WSM-D project (City Project No. 103419) in the amount of $189,660.00 and decreasing estimated receipts and appropriations in the Drainage Improvements programmable project (City Project No. P00043) by the same amount; and 5. Amend the Transportation & Public Works Contribution to the Fiscal Years 2026-2030 Capital Improvement Program. DISCUSSION: This Mayor & Council Communication (M&C) is to authorize execution of a construction contract with Woody Contractors, Inc., in the amount of $10,232,213.30 for the replacement of cast iron water and deteriorated sanitary sewer mains as indicated on the following streets and easements: L Street From Lonticello Virginia Place Drive Easement between Monticello Virginia Place Drive and Hamilton (Avenue ai—Hmilton Avenue Virginia Place Lenox Drive Dorothy Lane Lenox Drive 'Hamilton Avenue West 4th Street -Monticello Drive West 51h Street Bailey Avenue West 5th Street Monticello Drive Eve/Potomac 0 feet south of Potomac Lenox Avenue To Scope of Work Potomac Water Avenue Dorothy Lane Water University Water/Storm Drain Drive Inlet Potomac Water/Sewer Avenue West 188 Sewer feet University Water Drive _ Carrol Street Water/Sewer/Storm Drain Inlet Arch Adams Sewer Street 22 feet Avenue intersection Easement (Arc of south of West feet easth Adams Street Arc East 315 feet Sewer .4th Street Easement between Lenox Dorothy Lane West 683 Sewer Drive and West feet I4th Street [Easement 56 feet northwest between Lenox of Potomac West 340 Sewer Drive and West AvenueA/Vest4th feet 41h Street Street intersection Easement between Hamilton Lenox Drive Monticello Sewer Avenue and I 'Potomac (Drive , 1.Avenue Additionally, asphalt pavement rehabilitation curb to curb will be conducted on all roadways subsequent to the water and sanitary sewer main replacement. The project was advertised for bids on August 27, 2025 and September 3, 2025, in the Fort Worth Star -Telegram. On October 23, 2025, the following bids were received: IF Bidder I Amount I Time of Completlon FNH Construction LLC* $9,967,207.00 620 Woody Contractors, Inc. $10,232,213.30 Calendar Days William J Schultz Inc dba Circle C $10,623,165.00I Construction Company Jackson Construction, Ltd. _ Muniz Construction, Inc. _$11,185,816.00 $11,796,938.00 1 Venus Construction 1$13,100,680.0011 7 *FNH Construction, LLC (FNH) is currently prequalified by the City to only bid on new development projects and not on City rehabilitation projects such as is this project. Therefore, FNH has been determined to be non -responsive to the contract documents. Staff recommends award of contract to the next responsive low bidder, Woody Contractors, LLC. The Water Department's share of this contract is $8,517,393.15 (Water: $6,194,507.15; Sewer $2,322,886.00). The Transportation & Public Works Department's share of this contract is $1,714,820.15 (Paving: $1,557,360.15; Stormwater: $157,460.00). In addition to the contract amount, $686,168.00 (Water: $422,749.00, Sewer: $157,027.00, Paving: $89,938.00, and Stormwater: $16,454.00) is required for project management, material testing, and inspection, and $434,309.00 (Water: $247,780.00, Sewer: $92,915.00, Paving: $77,868.00, and Stormwater: $15,746.00) is provided for project contingencies. This project will have no impact on the Water Department's operating budget when completed. The sanitary sewer component of this project is part of the Sanitary Sewer Overflow Initiative Program of the Water Department. Approximately 12,826 linear feet of cast iron water and 3,976 linear feet of deteriorated sanitary sewer pipe will be removed and replaced as part of this project. The storm drain component of this project will repair a portion of the existing storm drain system, which requires rehabilitation to ensure continued drainage system performance and improve future maintenance of the system. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. Funding for this project was not included in the FY2026-2030 Capital Improvement Program due to the project need and funding source were not known at the time of its development. The action in this M&C will amend the Transportation and Public Works Department's Fiscal Years 2026- 2030 Capital Improvement Program as approved in connection with Ordinance 27979-09-2025. Funding is budgeted in the Contract Street Maintenance programmable project within the General Capital Projects Fund, Drainage Improvement Projects project within the Stormwater Capital Projects Fund and in the Unspecified -All Funds project within the Water and Sewer Capital Projects Fund for the purpose of funding the W/SS Repl Contract 2020 WSM-D project. Appropriations for the W/SS Repl Contract 2020 WSM-D project as are depicted below: Fund Existing Appropriations Additional Appropriations Project Total* General Capital 11 1 IProjects - Fund $0.00 $1,725,167.00I $1,725,167.001 30100 4 [Storm Water ;Capital Projects- $2,389.00 $189,660.00 $192,049.00 (Fund 52002 W&S Capital Projects - Fund $711,082.00 $9,437,865.00 $10,148,947.00 Total 11 $713,471.001 $11,352,692.00,$12,066,163.001 *Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICT 7 and 9. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified -All Funds project within the W&S Capital Project Fund, the Contract Street Maintenance programmable project within the General Capital Projects Fund, and in the Drainage Improvements Projects project within the Stormwater Capital Projects Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects, General Capital Project, and the Stormwater Capital Projects Funds for the W/SS REPL Contract 2020 WSM-D project to support the execution of the construction contract. Prior to an expenditure being incurred, the Water and Transportation & Public Works Departments have the responsibility of verifying the availability of funds. Submitted for Citv Manaaer's Office bv: Jesica McEachem 5804 Oriainatina Business Unit Head: Chris Harder 5020 Additional Information Contact: Clayton Torrance 8528 Expedited