HomeMy WebLinkAbout059868-A2 - Construction-Related - Contract - Freese and Nichols, Inc.CSC No. 59868-A2
AMENDMENT No . 2
TO CITY SECRETARY CONTRACT No. 59868
WHEREAS, the City of Fort Worth (CITY) and Freese and Nichols, Inc.,
(ENGINEER) made and entered into City Secretary Contract No. 59868, (the
CONTRACT) which was authorized by M&C 23-0544 on the 27th day of June, 2023
in the amount of $ 1,143,312.00; and
WHEREAS, the CONTRACT was subsequently revised by:Amendment No. 1 in
the amount of $1,009,580.00 which was authorized by M&C 25-0891 on September
16, 2025; and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Bonds Ranch Lift Station, Force Main, and Gravity Main, CPN 104490;
and
WHEREAS, it has become necessary to execute Amendment No. 2 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 $520,000.00.
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 $2,672,892.00.
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 Bonds Ranch LS, FM, & GM
Prof Services Agreement Amendment Template CITY SECRETARY 104490
Revision Date: June 13, 2025
Page 1 of 2 FT. WORTH, TX
EXECUTED and EFFECTIVE as of the date subscribed by the City's
designated Assistant City Manager.
APPROVED:
City of Fort Worth
Jesica McEachern
Assistant City Manager
DATE: 03/19/2026
4dg444n
p moo a�.IdO
Fg
ATTEST: op o *=a
aIIIl n0XA9oo4
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
C n�tnnh ar Harrl ar 59 cnT)
Chris Harder, P.E.
Director, Water Department
Contract Compliance Manager:
ENGINEER
Freese and Nichols, Inc.
Nick Lester, r..e.
Vice President
DATE: 03/13/2026
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.
Digitally signed by Bijay Upreti
DN: C=US,
i CNBiy upreti@fortworthtexas.gov,
Bijay U p ret=NBijay Upreti
Reason: I have reviewed this document
Date: 2026.03.13 11:04:06-05'00'
Bijay Upreti, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:
Douglas Black (Mar 18, 2026 17:58:58 CDT)
Douglas W. Black
Sr. Assistant City Attorney
City of Fort Worth, Texas
Prof Services Agreement Amendment Template
Revision Date: June 13, 2025
Page 2 of 2
M&C No.#: 26-0183
M&C Date: March loth, 2026
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Bonds Ranch LS, FM, & GM
104490
801 Cherry Street, Suite 2800 + Fort Worth, Texas 76102 + 817-735-7300 + FAX 817-735-7491
www.freese.com
January 27, 2026
Mr. Bijay Upreti, P.E.
Project Manager
City of Fort Worth Water Department
100 Fort Worth Trail
Fort Worth, TX 76102
Re: Professional Service Agreement for Bond Ranch Lift Station (A), Force Main, and Gravity Main —
Amendment 2 (City Project No. 104490)
Dear Mr. Upreti:
Freese and Nichols, Inc. (FNI) is pleased to provide this proposal for professional design services for the
Bond Ranch Lift Station (A), Force Main, and Gravity Main project. The fee includes general construction
services and part-time resident project representative services for the construction of Lift Station A.
A summary of the additional costs is shown below:
Item
Fee
General Construction Services
$267,713
Part -Time RPR
$252,287
Total
$520,000
Original Contract Amount
Amendment No. 1
Amendment No. 2
Contract Amount to Date
$ 1,143,312
$ 1,009,580
$ 520,000
$ 2,672,892
Freese and Nichols, Inc. appreciates this opportunity, and we would like to meet with you to discuss
these additional services at your convenience.
Sincerely,
Avoxvv04 �'
Amanda Johnson, P.E.
Associate I Project Manager
Attnrhmrantc
Attachment A — Scope
Attachment B — LOE
Attachment C — Modifications to Standard Agreement
T:\1.02 PM\Amendment 2 Set Up
ATTACHMENT A
DESIGN SERVICES FOR
BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN
CITY PROJECT NO.: 104490.1
ATTACHMENT A
Scope for Engineering Design Related Services for Water and/or Sanitary Sewer
Improvements
DESIGN SERVICES FOR
BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN
AMENDMENT NO.2
CITY PROJECT NO.: 104490-1
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.
WORK TO BE PERFORMED
Task 10. Construction Phase Services
TASK 10. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
10.1 Construction Management
• 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.
10.2 Communications and Reporting
• Prepare invoices and submit monthly in the format requested by the CITY.
• Prepare and submit monthly progress reports in the format provided by the Water
Department.
• Prepare and submit Project Schedule updates with a schedule narrative monthly,
as required in Attachment D to this Standard Agreement and according to the City
of Fort Worth's Schedule Guidance Document.
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure, and provide and obtain information needed to prepare the
design
ASSUMPTIONS
• 24 monthly water department progress reports will be prepared
• 24 monthly project schedule updates will be prepared
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 6
ATTACHMENT A
DESIGN SERVICES FOR
BONDS RANCH A LIFT STAITON, FORCE MAIN, AND GRAVITY MAIN
CITY PROJECT NO.: 104490.1
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes
10.3 Construction Support
• The ENGINEER shall attend the preconstruction conference.
• After the pre -construction conference, the ENGINEER shall provide project
exhibits and attend public meeting to help explain the proposed project to
residents. The CITY shall select a suitable location and mail the invitation letters
to the affected customers.
• The ENGINEER shall review all required shop drawings (up to 150), record data
(up to 50), certified test reports (up to 20), and operations and maintenance
manuals (up to 25) submitted by the contractor.
• The ENGINEER shall visit the project site up to 8 visits as construction proceeds
to observe and report on progress.
• The ENGINEER shall attend virtual construction coordination meetings once per
month (not to exceed 24 visits) as construction proceeds.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, review change orders, and make
recommendations as to the acceptability of the work.
• Lift Station startup services are included for Pump and Electrical engineer (up to
20 hours each).
• Generator startup services are included for Pump and Electrical engineer (up to 8
hours each).
The ENGINEER shall attend the "Final" project walk through and assist with preparation of
final punch list
10.4 RPR Construction Support
For the construction phase of the Bonds Ranch Lift Station A, Freese and
Nichols (FNI) proposes to provide a part-time (defined as 20 hours per
week (including travel time)) Resident Project Representative (RPR) on -site during
the 18-month construction schedule to perform the following services:
• RPR will act as the Owner/Engineer agent at the site and be supervised by
the Engineer -of -Record (EOR).
o FNI recognizes that the CITY may have INSPECTORS at the site
during construction. RPR will coordinate with the CITY INSPECTORS
weekly.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 6
ATTACHMENT A
DESIGN SERVICES FOR
BONDS RANCH A LIFT STAITON, FORCE MAIN, AND GRAVITY MAIN
CITY PROJECT NO.: 104490.1
o RPR will coordinate with other on -going contracts the CITY may have
related to the construction of the lift station (i.e. force main and gravity
sewer).
o FNI assumes in these services that the CITY will contract directly with
a construction material testing firm. RPR will coordinate with the
CONTRACTOR the CMT activities at the site.
• Review contractor baseline schedule, schedule of values and submittal
schedule and consult with FOR concerning acceptability
• Attend the pre -construction meeting and regularly scheduled construction
progress meetings and distribute meeting minutes to the Owner Project Team
(OPT) consisting of the Owner, Contractor and Engineer. Serve as liaison
between the Contractor and FOR/Owner.
Confirm that shop drawings are submitted/approved before any work
requiring shop drawing approval progresses. RPR will work in the CITY'S
PMIS to coordinate the review of the CONTRACTOR shop drawings
submitted. RPR will route shop drawings to the appropriate reviewer making
sure that all reviews on conducted and all comments are integrated into the
submittal. Upon completion of the submittal review, the RPR will finalize the
review and route the approved/or rejected submittal back to the
CONTRACTOR for their action. Approved submittals will be logged in the
PMIS accordingly.
Conduct on -site investigations of the Work in progress to determine if the
Work is in general conformance with the Contract Documents (CD)
o Report to the FOR any Work that the RPR believes does not comply
with the CDs or any test reports that indicate materials do not meet
the specified requirements
o Verify that tests, equipment/system start-ups and training are
conducted in the presence of appropriate personnel
o Accompany visiting inspectors representing the Owner or other
agencies having jurisdiction over the project and record the results of
these inspections
• Assist the FOR when clarifications/interpretations of the CDs are needed and
transmit to the Contractor any clarifications/interpretations.
• Assist the FOR in the consideration and evaluation of Contractor initiated
changes to the CDs and draft change orders, field orders or written
amendments to be executed and made part of the CDs.
• Furnish periodic construction reports of the progress of the Work and upload
these reports in the City of Fort Worth Autodesk BIM 360 system.
• Report to Owner and FOR immediately the occurrence of any accidents at
the site.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 6
ATTACHMENT A
DESIGN SERVICES FOR
BONDS RANCH A LIFT STAITON, FORCE MAIN, AND GRAVITY MAIN
CITY PROJECT NO.: 104490.1
• Review application for payment submitted by the contractor for compliance
with the established procedure and forward with recommendations to
the FOR for processing and signatures noting particularly the relationship of
the payment request to the schedule of values, Work completed and
materials/equipment at the site but not incorporated in the Work.
• Before Substantial Completion, submit to the contractor a list of observed
items requiring completion or correction.
• Conduct, in the presence of the OPT, a final inspection and prepare a list of
items noted that require correction.
• Observe whether all items listed for correction are corrected and make
recommendation to the FOR/Owner concerning final acceptance of the Work
• This scope of work is for RPR for the Bonds Ranch Lift Station A only. If the
city would like RPR services for the Bonds Ranch Lift Station B, Force Main
or Gravity Main, that will occur in a subsequent amendment.
• Limitations of the RPR
o Shall not authorize any deviation from the Contract Documents or
substitution of materials or equipment (including "or -equal" items),
unless authorized by Engineer.
o Shall not exceed limitations of Engineer's authority as set forth in
Agreement or the Contract Documents.
o Shall not undertake any of the responsibilities of Contractor,
Subcontractor, Suppliers, or Contractor's superintendent.
o Shall not advise on, issue directions relative to or assume control over
any aspect of the means, methods, techniques, sequences or
procedures of construction unless such advice or directions are
specifically required by the Contract Documents.
o Shall not advise on, issue directions regarding or assume control over
safety precautions and programs in connection with the Work or any
activities or operations of Client or Contractor.
o Shall not accept shop drawing or sample submittals from anyone other
than the Contractor.
o Shall not participate in specialized field or laboratory tests or
inspections conducted by others, except as specifically authorized by
Engineer.
10.5 Record Drawings
• The ENGINEER shall prepare Record Drawings from information provided by
the CITY depicting any changes made to the Final Drawings during construction.
The following information shall be provided by the CITY:
o As -Built Survey
o Red -Line Markups from Contractor
o Red -Line Markups from City Inspector
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 4 of 6
ATTACHMENT A
DESIGN SERVICES FOR
BONDS RANCH A LIFT STAITON, FORCE MAIN, AND GRAVITY MAIN
CITY PROJECT NO.: 104490.1
o Copies of Approved Change Orders
o Approved Substitutions
• The ENGINEER shall modify the Final Drawings electronically and shall place a
stamp on the plans indicating that they represent Record Drawings of the project
as constructed. The stamp shall be signed and dated by the ENGINEER and
shall be placed on each plan sheet, whether there are any revisions on the sheet
or not. Each sheet shall clearly indicate all changes which apply to that sheet by
clouding and numbering, or other suitable means.
• The following disclaimer shall be included with the Record Drawing stamp:
o These Record Drawings were prepared using information provided by
others and represent the as constructed conditions to the extent that
documented changes were provided for recording. The ENGINEER
assumes no liability for undocumented changes and certifies only that the
documented changes are accurately depicted on these drawings.
• The ENGINEER shall submit a set of sealed Final Drawings, modified and
stamped as Record Drawings, on mylar for record storage. The ENGINEER may
keep copies of the information provided by the CITY for their files, but all original
red -lined drawings shall be returned to the CITY with the mylars.
1) Record Drawings shall also be submitted in both Adobe Acrobat PDF format
(version 6.0 or higher) format and DWF format. There shall be one (1) PDF file
and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for
the Water plan set. Each PDF and DWF file shall contain all associated sheets
of the particular plan set. Singular PDF and DWF files for each sheet of a
plan set will not be accepted. PDF and DWF files shall conform to naming
conventions as follows:
I. TPW file name example — "W-1956_rec47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_rec" designating the file is of
a record drawing plan set, "47" shall be the total number of sheets in this file.
Example: W-0053_rec3.pdf and K-0320_org5.pdf
II. Water and Sewer file name example — "X-35667_rec36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "_rec"
designating the file is of a record drawing plan set, "36" shall be the total
number of sheets in this file.
Example: X-12755_rec18.pdf
Both PDF and DWF files shall be uploaded to the project's Record Drawings folder
in Trimble.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 5 of 6
ATTACHMENT A
DESIGN SERVICES FOR
BONDS RANCH A LIFT STAITON, FORCE MAIN, AND GRAVITY MAIN
CITY PROJECT NO.: 104490.1
ASSUMPTIONS
• 20 RFI's are assumed.
• 3 Change Orders are assumed
• One PDF copy will be delivered to the CITY.
DELIVERABLES
A. Public meeting exhibits
B. Response to Contractor's Request for Information
C. Review of Change Orders
D. Review of shop drawings
E. Final Punch List items
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existing Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
• Services related to development of the CITY's project financing and/or budget.
• IBC special inspection services
• Periodic site visits during construction phase in excess of those stated in the
assumptions.
• Construction phase public meetings
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of God.
• Services related to warranty claims, enforcement and inspection after final completion.
• Services related to Survey Construction Staking
• Services to support, prepare, document, bring, defend, or assist in litigation undertaken
or defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 6 of 6
EXHIBIT B-2
L1,11 of Effft Spreadsheet
TASKMOUR BREAKDOWN
Design S—i— f.,
Bonds Ranch Lift Station Amendment N,. 2
-A
City P.i-t N.. 10�90-1
"P"-
Ep'*,""
RII E"I" '7--V
IdE.,C L.1
C
1-
2
1 1 17=1=YM6
1 �1211 1
12
2.
2 ..Z'
Q 1.
� `
�
;off; ���M���mH�=.�
J �,
s
,n�
� = ��;ao
1 0
�ggin T
ilo 1
I'll15gf
1
2.1
1
112
41
0
P�..T-
11
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, March 10, 2026 REFERENCE NO.: **M&C 26-0183
LOG NAME: 60BRLSFMGMP1-CLWWGANDFNIA2
SUBJECT:
(CD 7 and ETJ) Authorize Execution of a Contract with CLW Water Group, LLC in the Amount of
$12,992,000.00 for Construction of the Bonds Ranch Lift Station, Force Main and Gravity Main Project Part
1, Authorize Execution of Amendment No. 2, in the Amount of $520,000.00, to an Engineering Agreement
with Freese and Nichols, Inc. for the Bonds Ranch Lift Station, Force Main and Gravity Main Project, Adopt
Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt
Appropriation Ordinances 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 a contract with CLW Water Group, LLC in the amount of $12,992,000.00 for
construction of the Bonds Ranch Lift Station, Force Main and Gravity Main project Part 1;
2. Authorize execution of Amendment No. 2 to City Secretary Contract No. 59868, an Engineering
Agreement with Freese and Nichols, Inc., in the amount of $520,000.00, for construction support
services for the Bonds Ranch Lift Station, Force Main and Gravity Main project for a revised
contract amount of $2,672,892.00;
3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Sewer Impact Fee Fund in the amount of $2,428,721.00, from available Wholesale and Retail
Impact Fees, for the purpose of transferring funds from the Water/Wastewater Wholesale Impact
Fees and Water/Wastewater Retail Impact Fees projects (City Project Nos. B20004 and B20005)
to the Bonds Ranch Lift Station, Force Main and Gravity Main project (City Project No. 104490);
4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Sewer Impact Fee Fund in the amount of $2,428,721.00 transferred from the Water Impact Fee
Fund to the Bonds Ranch Lift Station, Force Main and Gravity Main project (City Project No.
104490);
5. Adopt the attached Resolution expressing official intent to reimburse expenditures with proceeds
from future debt for the Bonds Ranch Lift Station, Force Main and Gravity Main project; and
6. Adopt the attached appropriation ordinance adjusting appropriations in the Water and Sewer
Commercial Paper Fund by increasing appropriations in the Bonds Ranch Lift Station, Force Main
and Gravity Main project (City Project No. 104490) in the amount of $11,769,632.00 and decreasing
appropriations in the W&S Commercial Paper project (City Project No. UCMLPR) by the same
amount, to effect a portion of Water's contribution to the Fiscal Years 2026-2030 Capital
Improvement Program.
DISCUSSION:
This Mayor and Council Communication (M&C) is to authorize a construction contract with CLW Water
Group, LLC, authorize an amendment to an Engineering Agreement with Freese and Nichols, Inc., adopt a
resolution expressing official intent to reimburse expenditures from future debt, and appropriate funding for
Bonds Ranch Lift Station, Force Main and Gravity Main project.
On June 27, 2023, Mayor and Council Communication (M&C) 23-0544, the City Council authorized an
engineering agreement in the amount of $1,143,312.00 with Freese and Nichols, Inc., (City Secretary
Contract No. 59868) for the Bonds Ranch Lift Station (Lift Station A), Force Main, and Gravity Main
project. The agreement was subsequently revised by Amendment No. 1 in the amount of $1,009,580.00,
authorized September 16, 2025 (M&C 25-0891) that primarily provided design for a second lift station (Lift
Station B) that, in conjunction with Lift Station A, will provide sanitary sewer service to the area west of
Morris Dido Newark Road and south of Peden Road.
Amendment No. 2 CSC 59868 provides for construction management, resident project representative,
and construction support services including shop drawings, submittal reviews, change order review, and
record drawings.
Construction of the Bonds Ranch Lift Station project was advertised for bid on December 10, 2025, and
December 17, 2025, in the Fort Worth Star -Telegram. On January 15, 2026, the following bids were
received:
Bidder
Amount
Contract Time
CLW Water Group, LLC
$12,992,000.00
912 Calendar Days
Keeley Construction
1 $15,008,371.1711
Thalle Construction Co, Inc.
$15,885,046.00
Felix Construction Company 11
$18,882,770.00
In addition to the contract cost, $361,553.00 is required for project management, material testing and
inspection and $324,800.00 is provided for project contingency.
Small Business (SB) Goal — The City waived the Small Business Program requirement for this project due
to there being fewer than three certified vendors available, in accordance with the City's Small Business
Ordinance, Chapter 21 of the City Code.
Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation
authority authorized under Callable Commercial Paper Program (CP) will be used to provide interim
financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds
will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the
attached Reimbursement Resolution. Under federal law, debt must be issued within approximately three
years in order for these expenses to be reimbursable. Adoption of the attached resolution does not
obligate the City to sell bonds but preserves the ability of the City to reimburse itself from tax-exempt bond
proceeds.
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 is budgeted in the Commercial Paper project within the W&S Commercial Paper Fund and in the
Water/Wastewater Wholesale Impact Fees and Water/Wastewater Retail Impact Fees projects for the
purpose of funding of the Bonds Ranch Lift Station, Force Main and Gravity Main project.
Funding for the Bonds Ranch Lift Station (A), Force Main and Gravity Main project are depicted below:
Fund
Existing
�� Appropriations
Additional
Appropriations
project TotalL *
56022 - W&S
Rev Bonds
$3,149,655.00
$0.00
$3,149,655.00
Series 2024
57003 — Sewer
Impact Fee
$0.00
F$2,428,721.00
$2,428,721.00
Fund
56026 — W&S
Commercial
$0.00
$11,769,632.00
$11,769,632.00
Paper
Project Total
$3,149,655.00
$14,198,353.00
$17,348,008.00
*Numbers rounded for presentation purposes.
The project is located in COUNCIL DISTRICT 7 and the ETJ.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the Commercial Paper project within the W&S
Commercial Paper Fund and in the W/WW Wholesale Impact Fees and W/W Retail Impact Fees projects
within the Sewer Impact Fee Fund and upon approval of the above recommendations and adoption of the
attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the
Bonds Ranch LS(A)/FM/GM project to support the above recommendations and execution of the contract
and amendment. Prior to an expenditure being incurred, the Water Department has the responsibility of
verifying the availability of funds.
FUND IDENTIFIERS (FIDs):
TO
Fund
Department
ccoun
Project
Program
ctivity
Budget
Reference #
mount
ID
ID
Year
(Chartfield 2)
FROM
Fund Department [Accoun Project ProgramActivity Budget Reference # Arnoun
I ID I ID Year (Chartfield 2) 1
CERTIFICATIONS:
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
Jesica McEachern (5804)
Chris Harder (5020)
Bijay Upreti (8909)
ATTACHMENTS
1. 60BRLSFMGMP1-CLWWGANDFNIA2 FID TABLE (WCF 02.11.26).xlsx (CFW Internal)
2. 60BRLSFMGMP1-CLWWGANDFNIA2 funds avail.docx (CFW Internal)
3.60BRLSFMGMP1-CLWWGANDFNIA2.pdf (Public)
4. Commercial Paper Balance as of 02.11.2026.xlsx (CFW Internal)
5. Form 1295 Certificate CLW Water Group Executed.pdf (CFW Internal)
6. Form 1295 FNI.pdf (CFW Internal)
7. ORD.APP 60BRLSFMGMP1-CLWWGANDFNIA2 56026 A026(R6) - JLM.docx (Public)
8. ORD.APP 60BRLSFMGMP1-CLWWGANDFNIA2 57003 A026(R3) - JLM.docx (Public)
9. ORD.APP 60BRLSFMGMP1-CLWWGANDFNIA2 57003 A026(R4) - JLM.docx (Public)
10. PBS CPN 104490.pdf (CFW Internal)
11. Res.60BRLSFMGMP1-CLWWGANDFNIA2 - JLM.docx (Public)
N
N
N
N
N
N
N
N
N
RO
RO
RO
RO
RO
Ro
W
W
W
W
W
W
W
W
Ul
w
Ul
w
w
w
w
w
w
w
w
w
w
(.It
VI
(.II
(.I1
Vt
(.h
w
w
Ol
O
Ol
O
Ol
O
V
O
Ol
O
Ol
O
Ol
O
Ol
O
Ol
O
Ol
O
V
O
V
O
V
O
O
O
O
O
O
O
Ol
O
Ol
O
N
N
N
O
N
N
N
N
N
N
O
O
O
O
Cl
O
O
Cl
O
N
N
an
CTl
an
W
Ql
m
m
Ql
m
'n
W
W
W
W
W
W
W
W
W
(M
ail
O
O
O
O
O
O
O
O
O
O
O
O
Cl
Cl
Cl
Cl
O
Cl
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
A
O
A
O
A
O
A
O
A
O
A
O
A
O
A
O
A
O
A
O
A
O
A
O
A
O
A
O
A
O
A
O
A
O
A
O
A
O
A
W
W
W
W
W
W
W
W
W
W
W
W
w
w
w
w
w
w
W
W
O
O
O
O
O
O
O
O
O
Ul
O
O
O
O
O
O
O
O
O
O
O
Ili
Ul
Ul
A
Ul
Ul
Ul
Ul
Ul
A
Ul
w
A
4
O
W
W
l0
V
W
V
w
I--+
F-+
lD
lD
w
Ol
O
W
O
F�
O
W
-AO
A
W
O
A
O
Ul
O
O
O
In
V
O
O
O
O
V
w
w
O
w
W
O
O
w
O
N
F-�
N
O
O
O
O
O
O
O
O
w
O
1-+
O
F-+
O
O
O
O
O
N
N
O
O
O
W
O
O
O
N
1--+
F-�
W
In
In
w
w
F�
FA
FA
FA
00
D0
O
OOOO
O
OOO
O
O
N
N
O
A
A
A
A
A
A
A
O
O
O
A
A
A
A
A
A
A
A
A
O
O
A
A
O
O
O
A
lD
w
w
w
w
w
w
w
O
O
O
O
O
W
m
OO
O
O
O
O
O
O
U
A
41
O
A
W
O
O
O
O
O
O
O
O
O
00
00
m
O
O
O
O
O
O
F--+
O
F-+
0100
F-+
'-'
O
F�
O
N
O
NJ
D
A
A
A
A
A
A
A
A
A
A
O
O
W
00
W
W
W
W
W
W
W
00
O
O
Z
A
A
O
O
O
O
O
Ul
O
O
O
O
lO
l0
lO
lD
w
w
l0
w
lD
W
lO
lO
N
N
N
N
N
N
N
N ,
W
w
lD
w
W
w
lD
l0
W
lD
lD
w
W
w
W
lD
W
lO
lD
lO
w
W
w
lO
O
N
O
N
O
N
O
N
O
N
O
N
O
N
O
N
lD
lD
ID
lD
lD
lD
lD
lD
lD
lD
lD
lD
an
01
69
69
Ge
Ge
6n
6n
iA
f-+
W
N
N
,�
iA
A
Ln
Ln
A
W
O
00
0
A
w
00
0
A
V
01
V
CJl
N
W
01
00
A
00
00
A
A
A
A
lD
l0
01
W
00
W
O
W
V
w
V
In
N
N
�l
U
�l
tlt
w00
N
O
A
V
lD
O
O
O
O
O
O
l0
O
O
O
�O
O
IC
O
O
O
O
O
O
O
O
O
O
O
O
O
V
w
O
O
-.Aw
—1
w
O
O
O
O
O
O
O
O
O
ccu
a-
��
G
G
G
�'
n
n
0
n
T
is
0
m
rt
0
O
0
O
*
K
p
3
v
nr
n
v
E
n
C
rnt
0
m
S
0
O
'r
O
O
N
rr
0)�
+•
O
O
rr,
O
�
7
FORT WORTH.
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Freese and Nichols, Inc.
Subject of the Agreement: Bonds Ranch Lift Station, Force Main , and Gravity Main
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 ❑ 59868-A2
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes ❑✓ 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: 3/10/2026
If different from the approval date.
Expiration Date: N/A
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.
Project Number: If applicable. 104490
*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 processing in the followingorder:
rder:
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.