Loading...
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.