Loading...
HomeMy WebLinkAboutContract 46981-A2 1 4055 International Plaza,Suite 200 • Fort Worth,Texas 76109 • 817-735-7300 • fax 817-735-7491 www.freese.com January 24,2018 CITY SECRETARY rt g CONTRACT N0. �I Mrs. Patrina Newton Planning Project Manager City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76102 Re: Phase If-Contract Amendment Proposal No.2 for Six Points Urban Village Phase (Contract No.46981) Dear Mrs. Newton: This letter is written in response to our discussions related to providing additional design services for waterline improvements. FNI proposes a contract modification fee not to exceed$11,980.00. Refer to the attached level of effort spreadsheet for a detailed breakdown of the proposed services. The following is a summary of our DBE participation to date for this project. Contract and Amendments Total Fee SBE Fee SBE% Original Contract $204,190 $29,850 15% Amendment No. 1 $127,520 $18,000 14% Amendment No. 2 $11,980 $0 0% Project Total $343,690 $47,850 14% Thank you for the opportunity to be of service to the City of Fort Worth. If you have any questions concerning this proposal, please do not hesitate to contact me at 817-735-7359. Sincerely, Freese and Nichols,Inc. Chris Bosco, P.E. Project Manager R`=r�F_A/ED - hfAr 2 2018 OFFICIAL RECORD Y CITY EECRUTARY I N WORTHO TX AMENDMENT No.2 TO CITY SECRETARY CONTRACT No. 46981 WHEREAS, the City of Fort Worth (CITY) and Freese and Nichols, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 46981, (the CONTRACT) which was authorized by M&C C-27418 on the 18th day of August, 2015 in the amount of $204 , 190 . 00; and amendment no. 1 which was authorized on the 10th of October, 2017 in the amount of $127, 520 . 00 for a total contract amount of $331, 710 . 00 . WHEREAS, the CONTRACT involves engineering services for the following project: Six Points Urban Village Streetscape Phase II, Project No. 02653 ; 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 a proposal dated January 24, 2018, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services for waterline improvements to be performed by Engineer totals $11, 980. 00. (See Attached Funding Breakdown Sheet, Attachment B) 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 $343, 690. 00. 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect . City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 1 of 3 EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER Freese and Nichols, Inc. J ests J. C1n P4— Chris Bosco, P.E. Assistant City Manager Principal DATE: �� �� 6 DATE: �l APPR A REC ENDED: Ran le Harw od • Director, Planning and Development Department APPROVED AS TO FORM AND LEGALITY: M&C:(a v Date: Douglas W. Black Assistant City Attorney Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performancand reporting requi em nts . Wilma Smith, P.E. , Senior Professional Engineer Transportation and Public Works Department ATTEST. M ry J. a sek U * ' �} City Secretary �XAS City ofs Fort Worth EFR Professional Services Agreement Amendment Template �® PMO Official Release 8/1/2012 Page 2 of 3 Y ( FUNDING BREAKDOWN SHEET City Secretary No. 46981 Amendment No. 2 Department Fund-Account-Center Amount Planning & 34014-0060419-5330500-CO2653- $11, 980 . 00 Development C06530-2016-14010205 Total: $11, 980 . 00 City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8%1/2012 Page 3 of 3 ATTACHMENT A DESIGN SERVICES FOR SIX POINTS PHASE II WATERLINE IMPROVEMENTS CONTRACT NO.46981-A2 ATTACHMENT A Scope for Engineering Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR WATERLINE IMPROVEMENTS CONTRACT NO. 46981-A2 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. The project includes the design of approximately 200 feet of 12-inch water line Sylvania Avenue and approximately 100 feet of 8-inch water line from the connection to the 12-inch in Sylvania to the east along Race Street, and approximately 60 feet of 6-inch water line crossing Race Street near Oak Hurst Scenic. WORK TO BE PERFORMED Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services ASSUMPTIONS • Design Management effort is included in Roadway design task order ?, `H ._ TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. City of Fort Worth,Texas Attachment A Page 1 of 3 ATTACHMENTA DESIGN SERVICE FOR SIX POINTS PHASE It WATER MAIN IMPROVEMENTS CONTRACT NO.469811-A2 • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100%design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • 2 sets of 11"x17" size drawings and 1 sets of 22"x34" size drawings and 2 specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • 1 set of 11"x17" size drawings and 1 sets of 22"x34" size drawings and 2 specifications will be delivered for the 100% Design package. • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. TASK 5. BID PHASE SERVICES. ASSUMPTIONS • Water related addendum items will be included in any addendum for Race Street. DELIVERABLES A. Addenda TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall provide necessary interpretations and clarifications of contract documents and review RFI's. ASSUMPTIONS • 2 RFI's are assumed. City of Fort Worth,Texas Attachment A Page 2 of 3 ATTACHMENT DESIGN SERVICES FOR SIX POINTS PHASE nWATER mxw/upnnvomcNTo CONTRACT NO.46981-Ao ASSUMPTIONS * Water Improvements will remain in existing R{JVV 7� ������//�������//`��� �f����/.��� ASSUMPTIONS * Race Street survey and as-built drawings will be used for the waterline design ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE {JFSERVICES 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 oon/icee, if needed, upon the C|TY'o written request. Any additional amounts paid to the ENGINEER as a result of any material change bxthe Scope of the Project shall ba agreed upon in writing by both perUoo before the services are performed. These additional services include the following: 1. Construction management and inspection services 2. Periodic site visits during construction phase 3. Design phase public meetings 4. Performance ofmaterials testing orspecialty testing services. 6. Services necessary due tothe default ofthe Contractor. 0. Son/iooa ro/atodtm Subsurface Ud|ihv Engineering Levels A, B' C or D 7. Sen/ioam related to Gun/ay Construction Staking 8. Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right-of'on1rioo. 8. Construction Shop drawing review, samples and other submittals submitted by the contractor. 1O. Geotechnical services City o/Fort Worth,Texas Attachment A Page omo � & §;saga ou k It ��� � � ! . � ■ � , ■ a . � . � ■ |� , s� | ©� •2 - � � f � � � E ! | � | � � � f � ! � � « ! � ■ § k _ � ! | ! ¥ ■ � aSE ; 2§ ■ ` � �-|. , � �s ° ° � $ƒ £ )`� k � ■�� � § sp( � | | w ■ Q U 11. -�! }�}_ � _ y�..: .ems ' ir'1. `�-'•• 'rte f, t cn • � .�, ;� �.,,_, 1 _ �SNIP 1;8x ,.�.,.. ,� �; �� Co 10 CX -All ll6 W jy _ 1 .r�� SNl�lafilf'J v, q t 15 _ t in dINW3 r1—NI0NHl9`= a^ ,3 WIdNt/l�s d.t_ cs Ilk A a -.., -�_ � ._ -� , J x Y-" <. _ t9.;• ., ,-� I act: Al tu A'OD u ' h 3.� `i,a: - 4112. w- �, a to 4: Jq en MT prim.^-" m _ .*__ ,,�.`•',.r S. tu E