Loading...
HomeMy WebLinkAboutContract 56721-A1 (2)CSC No. 56721-A1 AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 56721 WHEREAS, the City of Fort Worth (CITY) and Lockwood, Andrews & Newnam, Inc., (ENGINEER) made and entered into City Secretary Contract No. 56721, (the CONTRACT) which was authorized by M&C 21-0870 on the 9th day of November, 2021 in the amount of $1,465,634.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Sycamore Creek Relief Interceptor Main - Phase IVA & IVB; and WHEREAS, it has become necessary to execute Amendment No. 1 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 $697,163.00. 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 $z' 3?, "�. 00. $2,162,797.00 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Prof Services Agreement Nnendment Template Revision Date: November 23, 2021 [Sycamore Creek Relief I M - Phase IVA & IVBJ Page 1 of 2 [CPN 1032881 EXECUTED and EFFECTIVE as of the date subscribed by the City,s designated Assistant City Manager. APPROVED: City of Fort Worth Dana Burghdoff (Aug 9, 2023 9 CDT) Dana Burghdoff Assistant City Manager DATE: Aug 29, 2023 APPROVAL RECOMMENDED: HA I'd1 ^ Christopher Haider (Aug 25, 2023 12:29 CDT) Chris Harder, P.E. Director, Water Department LocWoddt Ancirews & Newnam, Inc. lReeves, P.E Team DATE: August 10, 2023 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. LZ Conlon Project Manager APPROVED AS TO FORM AND LEGALITY: I Mack (Aug 29, 2023 12:55 CDT) Douglas W. Black Senior Assistant City Attorney an ag pda ATTEST: Jana , 6qa Jannette S. Goodall City Secretary M&C : 23-0660 Date: 08/08/2023 Form 1295: 2023-1044382 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Prof Services Agreement Amendment Template Revision Date: November 23, 2021 [Sycamore Creek Relief I M — Phase IVA & IVB] Page 2 of 2 (CPN 1032BBI DAILY Andrews Ln LA Newnam, Inc. A LEO A DACOMI'nNY August 08, 2023 City of Fort Worth I Water Department Attention: Liam Conlon 310 West 10th Street Fort Worth, Texas 76102-6311 RE: REQUEST FOR CONTRACT AMENDMENT 1 City of Fort Worth Project 103288 Sycamore Creek Collector Parallel Main, Phase IV A and Phase IV B — Project Number 103288 Dear Mr. Conlon: The following amendment is submitted due to additional engineering services requested by the City of Fort Worth (City) to realign the proposed Phase IV A interceptor through Cobb Park. The additional effort rendered requires additional surveying, environmental research, geotechnical testing, SUE engineering and engineering design for 30%, 60%, 90%, 100% plans and specifications. Also, the new alignment will require an updated park's conversion for the alignment paralleling the existing sewer main. The bid phase and construction phase services will be as per the original contract. • Additional Engineering Services ($697,163) for alignment engineering redesign: Realignment Engineering Services Cost ($) Engineering Design 526,133 Surveying and Easements 72,135 Environmental Investigation 36,950 1 Geotechnical Investigation 22,045 SUE Engineering 39,900 1 Total Cost 697,163 The following presents the project fee summary to date, including this request: Original Contract $ 1,"�T I$1,465,634.00 Amendment No. 1 $ 697,163 Revised Contract Amount $ 2,132,797 � $2,162,797.00 1300 Summit Avenue • Fort Worth, Texas 76102 • 817.820.0420 • Fax: 817.820.0441 • vAAv.lan-Inc.com Liam Conlon, Project Manager City of Fort Worth August 08, 2023 Page 2 Please review this as a formal request to consider and process Amendment 1 to City Project Number 103288 in the amount of $697,163. Should you require further documentation for this request, please contact me to support your consideration. Should you have any questions or require additional information, please contact myself at 817-338-7507. Respectfully, Lockwood, Andrews & Newnam, Inc. A 41�1 4 Greg A. Vaughn, PE, Project Manager CC: Tony Sholola, PE (City of Fort Worth) Attachments: CPN 103288 — Level of Effort (3 Pages) 1300 Summit Avenue • Fort Worth, Texas 76102 • 817.820,0420 • Fax: 817.820.0441 • %wAv.lan-inc.com ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV 6 CITY PROJECT NO.:10328B ATTACHMENT A Scope for Enaineerinq Desian Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A CITY PROJECT NO.: 103288 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 1. Design Management Task 2. Route Analysis and Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services (Included in the original contract) Task 6. Construction Phase Services (Included in the original contract) Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Plan Submittal Checklists Project includes: The design of a 66- to 72-inch parallel relief sanitary sewer interceptor along the existing Sycamore Creek Sewer Interceptor totaling approximately 11,500 linear feet. The new interceptor shall connect to the stub -out designed in Sycamore Creek Sanitary Sewer Relief Interceptor (Phase 3) and end at a point in the south end of Cobb Park at Old Mansfield Road. Project will connect to a single interceptor that was previously replaced that exists from the south end of Cobb Park to the north end of Ellis Ranch Trail. Design includes the following: o Pipeline design; o By other than open -cut pipeline design under streets and deep sections; o Siphon design under Sycamore Creek and other drainages; o Junction box design for existing pipeline connections o Route analysis for the new interceptor. City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 19 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO.: 103288 TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, o 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. 1.1. Managing the Team • Lead, manage and direct design team activities. • Ensure quality control is practiced in performance of the work. • Communicate internally among team members. • Task and allocate team resources. 1.2. Communications and Reporting • Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. • Conduct review meetings with the CITY at the end of each design phase • 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 baseline Project Schedule initially, and 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. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • 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. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. City of Fort Worth, Texas Attachment A PMO Release Dale: 08.1.2014 Page 2 of 19 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO.:103288 • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub -consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • 12 MWBE reports will be prepared. • 4 progress/working meetings with city staff (separate from design/submittal review meetings as outlined herein • 12 monthly water department progress reports will be prepared. • 12 monthly project schedule updates will be prepared. • CITY will pay all fees associated with obtaining permits identified as necessary during Conceptual Design. DELIVERABLES A. 4 Meeting summaries with action items B. 12 Monthly invoices C. 12 Monthly progress reports D. 1 Baseline design schedule in Microsoft Project E. 12 Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes. F. 12 Monthly MWWBE Report Form and Final Summary Payment Report Form G. Plan Submittal Checklists (See Task 9) TASK 2. ROUTE ANALYSIS AND CONCEPTUAL DESIGN (30 PERCENT). The Route Analysis and Conceptual Design shall be submitted to CITY per the approved Project Schedule. The general purpose of the route analysis and conceptual design is for the ENGINEER to ■ Study the project and determine potential conflicts, • Identify and develop alternatives that enhance the system, o Present (through the defined deliverables) these alternatives to the CITY ■ Recommend the alternatives that successfully addresses the design problem, and o Obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. City of Fort Worth, Texas Attachment A PMO Release Dale: 08.1.2014 Page 3 of 18 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO.: 103200 2.1 Basis of Design & Routing Study ENGINEER will provide an investigation of feasible routes for the wastewater interceptor for 30 Percent design. Primary objectives of the analysis are to evaluate different routes for a permanent solution to the parallel relief sewer interceptor considering maintainability, costs and low impacts to surrounding community. • Engineer will evaluate up to two (2) alignment options to accommodate the needed improvements of the Sycamore Creek Parallel Relief Interceptor. The options presented in a Technical Memorandum (TM) shall be a comparison of alignment, conflicts, type of construction, length, integration with the existing interceptor, surrounding community impacts and preliminary opinion of costs. • Perform field visits as appropriate along each route to determine field conditions necessary to support analyses. • Develop conceptual profile and siphon for the two (2) alignments developed. Develop conceptual exhibits of profiles for cost estimating purposes in the decision matrix. Identify number of siphons for decision matrix. • Identify proposed rights -of -way or real estate acquisitions for the route alternatives using GIS parcel data. A summary indicating right-of-way and easement needs, and/or other required real estate is necessary to weigh the acquisition impact on the project schedules. The summary will include the number, location and sizes of parcels based upon readily available information to allow the City to determine approximate property values. The report will also indicate if rights -of -way or easements are adequate for proposed sanitary sewer sizes and if encroachments exist. • Coordination with stakeholders in cooperation with the CITY. Assume up to total of 3 (three) meetings. • Develop data for decision matrix that may potentially, but not necessarily, include: (1) probable opinion of construction cost, (2) permit implications, (3) easement requirements, (4) utility conflicts, (5) construction duration, (6) traffic impacts, (7) environmental impacts, (8) hydraulics, (9) topography, and (10) community impacts. • A draft decision matrix outline will be presented to the CITY for review and comment prior to finalizing the decision analysis. • Opinions of probable construction costs will be developed for comparative purposes between alignment alternatives. Unit costs will be developed for construction items that are being compared to determine a point allotment for the decision matrix. Example items may include, but not be limited to: (1) linear feet of open -cut through open ground, (2) linear feet of open -cut under pavement, (3) linear feet of tunnel, (4) cost of shallow tunnel shafts, and (5) cost of deep tunnel shafts. • The decision matrix will be populated and analyzed with findings, pros and cons, and recommendations documented. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 4 of 119 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO.; 103208 • Present recommended alternative to CITY as a Route Analysis package for discussion and approval in workshop. 2.2. Utility Conflict, Property Research & Preliminary Stakeholder Investigation • Accumulate and review existing applicable data, criteria, standards, regulations and other information pertinent to the work described here and necessary to describe the surface and subsurface conditions and constraints that may affect or be affected by the alternative alignments, including compliance with Parks, TxDOT, and community criteria. Such data shall include, but not be limited to: relevant site plans; topographic maps; geologic maps; floodplain maps; wetlands maps; environmental maps; endangered species habitat maps; historical and archeological information; land use and planning maps; property maps; rights -of -way records; aerial photographs; geotechnical information; hydrogeological records and models; existing wells; record drawings; existing utilities; applicable Federal, State and County regulations, guidelines, GIS maps, and correspondence. • Prepare a conceptual project area map. • Submit map of area to potential utilities to determine if there are any utility conflicts in the area. Obtain utility record drawings within the project area and potential alignments. The utility drawings will be used to (1) identify existing utilities and (2) assist with the route evaluation. • Identify preliminary permits and licenses required from governmental agencies, public or private utilities, City of Ft. Work Parks Department, TXDOT, NPDES, and wetlands, Summarize coordination efforts necessary for these entities, describe deficiencies/conflicts and develop a timeline for approvals. 2.3. Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project, • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT and railroads), City Master Plans, record drawings and property ownership as available from the Tax Assessor's office. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. • The ENGINEER shall visit the project site and obtain the meter numbers and sizes on all existing meters to be replaced on the project and shall identify existing sample stations and fire line locations. 2.4. Environmental Corridor Study Investigation City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 5 of 19 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO.: 103200 • Analysis will include a limited environmental site assessment for the impact area. ENGINEER will request an industry standard EDR report with the database of environmental and historical land use information to help assess and manage environmental risk. Information will be summarized and used in the construction cost estimating. Floodplains, Phase 1 ESA, THC, and wetlands will be investigated. • Environmental investigation will be pursued for the preferred/selected route only. 2.5. Geotechnical Investigations • ENGINEER shall advise the CITY of test borings and other subsurface investigations that may be needed for the project. If the CITY determines that such borings or investigations are needed, then the ENGINEER shall work with the CITY and CITY's geotechnical consultant to draw up specifications for such testing program. The cost of such testing will be paid for by the CITY. 2.6. The Conceptual Design Package shall include the following: • Cover Sheet • Graphic exhibits and written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept. • Prepare 11x17 preliminary plan and profile sheets for the preferred route, including conceptual locations of structural manholes, siphons, and junction boxes. • Proposed phasing of any water and sanitary sewer work that is included in this project documented in both the project schedule and narrative form. • Documentation of key design decisions summarizing and compiling principal findings and conclusions from the route study and preliminary design. The documentation shall include the following: • Results of utilities and environmental research • Route analysis study • Description of issues that may affect existing system operations. • Understanding of permit requirements Documentation of key design decisions Estimates of probable construction cost. • ASSUMPTIONS • 8 Geotechnical borings are expected for this project. City of Fort Worth, Texas Attachment A PMO Release Dale: 08.1.2014 Page 6 of 119 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO.: 103200 • 5 copies of the conceptual design and route analysis package (30% design) will be delivered. Report shall be letter sized and comb -bound with a clear plastic cover. Drawings will be 11 "x17" size fold outs bound in the report. • 1 copy of a strip map will be delivered showing a continuous routing alignment. • DWF files created from design CAD drawings will be uploaded to the designated project folder in BIM 360. • ENGINEER shall prepare the meeting minutes with action items of the Concept Review meeting and revise the report, if needed. • Wastewater flow data and diurnal patterns for design years will be given by CITY based on previous studies. • Stakeholder coordination will be performed primarily over the phone with no more than 8 separate personal meetings required. • CITY GIS data will be available and utilized to develop invert/grade elevations of the existing Sycamore Creek Sewer Interceptor. • All analysis, evaluation, and design parameters will only consider standards in place on the date of execution of this agreement. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design / Route Analysis Package. • Conceptual plan and profile sheets will not be broken into separate construction phases. • For development of OPCC with consideration for inflation, CITY will provide or approve all inflation rates identified/proposed by ENGINEER. DELIVERABLES A. Conceptual Design (30 Percent) plan and profile sheets Package B. Meeting minutes with action items C. Route Analysis package D. GIS files of proposed route TASK 3. PRELIMINARY DESIGN (60 PERCENT) Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 7 of 1 g ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO.: 10328E 3.1. Environmental Site Assessment ENGINEER shall complete a Phase I Environmental Site Assessment (ESA) along the proposed alignment where open cut construction activity is to be utilized. 3.2. Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet A Proiect Control Sheet, showing all Control Points, used or set while gathering data. Generally, on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument 48901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). Overall Droiect easement lavout sheet(s) with property owner information. • Overall Droiect water and/or sanitary sewer lavout sheets. The water layout sheet shall identify the proposed water main improvement/ existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. • Overall water and/or sanitary sewer abandonment sheet., • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. • Benchmarks per 1,000 ft of plan/profile sheet— maximum of 10. • Bearings qiven on all proposed centerlines, or baselines. • Station eauations relating utilities to paving, when appropriate. • Plan and profile sheets which show the following: proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, manholes, existing meter numbers and sizes that are to be replaced, existing sample locations, existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. • Tree mitigation plans, including a project layout with tree locations graphically identified by tree number with appropriate protection, removal, and/or replacement measures to be utilized defined and listed in tabular form. • Access management plans, including a project layout sheet with access locations available for use by the CONTRACTOR graphically identified for their limited use. All access needed to be obtained by the City shall be identified and submitted or City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 8 of 19 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEL( COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO.:103200 documented by TM. After acceptance of TM by City, Engineer shall prepare access acquisition documents, if necessary. • Bvpass pumping plans, including a project layout sheet with either suggested locations available for use by the CONTRACTOR for bypass pumping graphically identified or locations not available for use by the CONTRACTOR graphically identified, • Erosion control plans, utilizing erosion control measures to be incorporated by the CONTRACTOR during the preparation of a Storm Water Pollution Prevention Plan (SWPPP) that is consistent with the Texas Commission on Environmental Quality Pollutant Discharge Elimination System (TPDES) Permit requirements. The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the ENGINEER with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the ENGINEER will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey, the ENGINEER shall delay the design of the sewer service line until after a Quality Level A Subsurface Utility Engineering (SUE investigation has been performed). The Level A SUE will be performed; (1) by the ENGINEER if included in the fee proposal; or (2) by the CITY prior to bidding if the CITY determines that it is needed for satisfactory completion of the design; or (3) by the Contractor after the project has been bid, by means of a bid item to that effect. In all options, the ENGINEER shall propose appropriate de -hole locations in the project and collect flow line elevation and other applicable information of the sewer service line. The ENGINEER shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. • Provide map showing location of new manhole construction at the end of existing sewer segments, 90-degree bends, or tee connections. Site survey or specific design plans for manhole construction is not included as part of the scope. The contract documents shall specify that it is the Contractor's responsibility to coordinate utility location, etc. manhole construction. • The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in the D-section of the CITY's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. City of Fort Worth, Texas Attachment A PIAO Release Date: 08.1,2014 Page 9 of 19 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO.: 103200 3.3. Geotechnical Investigation Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made at no more than 8 locations. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. 3.4. Opinion of Probable Construction Cost • ENGINEER will prepare and submit an opinion of probable cost for the Preliminary Desiqn (60 Percent). 3.5. Specifications • ENGINEER shall prepare 60% design level specifications that shall include: • Standard CITY specifications to the extent possible; • SneciaUproiect specific specifications including by-pass pumpina requirements for wet weather flow conditions and pumpina shut down. • Front-end documents provided by the CITY. • Special specifications • Bid form. 3.6. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to wall( the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.7. Utility Clearance The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in BIM 360 for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 10 of 19 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO.: 103288 3.8. Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's BIM 360 website. The typicals need not be sealed individually, if included in the sealed contract documents. • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. 3.9. Stakeholder Coordination • ENGINEER shall prepare exhibits and attend two (2) public meeting to discuss the project(s). • ENGINEER shall coordinate with affected property owners and other appropriate stakeholders to determine special requirements and/or utility conflicts that need to be noted in the construction documents. ASSUMPTIONS • Two 2 public meeting(s) will be conducted or attended during the preliminary design phase. • Eight (8) borings at an average bore depth of 30 (Thirty) feet each will be provided. • Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an additional Four (4) project specific traffic control sheets will be developed for _tunneling under U.S. 287 and for coordination of work along the access roads of U.S. 287. • Five (5) sets of 11 x17 size plans will be delivered for the Constructability Review. • Five (5) sets of 11 x17 size plans will be delivered for the Preliminary Design (60% design). • Five (5) sets of specifications will be delivered for the Preliminary Design (60% design). • DWF files created from design CAD drawings will be uploaded to the designated project folder in BIM 360. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications, if needed, No more than 8 project specific specifications will be developed. • Five (5). sets of 11 x1 7 size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. City of Fort Worth, Texas Attachment A PIVO Release Date: 08.1.2014 Page 11 of 19 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO.: 10328B DELIVERABLES A. Preliminary Design drawings and specifications B. Utility Clearance drawings C. Traffic Control Plan D. Storm Water Pollution Prevention Plan E. Estimates of probable construction cost F. Data Base listing names and addresses of residents and businesses affected by the project. G. Phase 1 Environmental Site Assessment Report(s). H. Geotechnical Report(s). I. Exhibits as required for public meetings. 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: • For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • 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 • Five (5) sets of 11x17 size drawings and Five (5) sets of 11x17 size drawings and Five (5) 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 BIM 360. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 12 of 10 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO.; 103205 Five (5) sets of 22x34 size drawings and Five (5) 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 BIM 360. 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. D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. (This task will be completed as previously contracted.) 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto BIM 360 for access to potential bidders. • Contract documents shall be uploaded in a .xIs file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to BIM 360 in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on BIM 360 from documents sold and from Contractor's uploaded Plan Holder Registrations in BIM 360. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders' questions and requests and the response thereto. The log shall be housed and maintained in the project's BIM 360 folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders' questions City of Fort Worth, Texas Attachment A PMO Release Dale: 08.1.2014 Page 13 of 19 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEI(COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO,: 103288 and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto BIM 360 and mail addenda to all plan holders, • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on BIM 360. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings 1) Final Design Drawings shall 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 be created from the original CAD drawing files and 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: TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3,pdf and K-0320—org5.pdf Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in BIM 360. City of Fort Worth, Texas Attachment A PMO Release Dale: 08.1.2014 Page 14 of 19 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO,: 103200 2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The narning convention to be used for the DWG files shall be as follows: I. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name — "W-1956—SHT01.dwg", "W- 1956_SHT02.dwg", etc. ll. Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name — "X- 12155_SHT01.dwg", "X-12755—SHT02.dwg", etc. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • The project will be bid only once and in one (1) package/project only and awarded to one contractor. • One (1) sets of construction documents will be sold to and made available on BIM 360 for plan holders and/or given to plan viewing rooms. • Five (5) sets of 11x17 size and Five (5) sets of 22x34 size drawings plans and Five (5) specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to BIM 360. DELIVERABLES A. Addenda B. Bid tabulations. C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents (conformed, if applicable) TASK 6. CONSTRUCTION PHASE SERVICES (This task will be completed as previously contracted.) City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 15 of 19 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO.; 103200 TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1. Right -of -Way Research • The ENGINEER shall determine rights -of -way, easements needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. 7.2. Right-of-Way/Easement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The ENGINEER shall submit the right-of-way and/or easement documents to CITY PM for real property acquisition. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM 360 site, 7.3. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare and submit Temporary Right of Entry documents for landowners to CITY PM for real property acquisition. It is assumed that letters will only be required for landowners adjacent to temporary construction easements or who are directly affected by the project and no easement is required to enter their property. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM 360 site. 7.4. Park Conversion Exhibits ENGINEER shall prepare exhibits for proposed Park Conversion easements (access disturbance). ASSUMPTIONS • Three (3) Easements or right-of-way documents will be necessary. • Three (3) Temporary right -of -entry documents will be necessary. • Four (4) Parks conversion exhibits will be necessary. • Right -of -Way research and mapping includes review of property/right-of-way records based on current internet-based Tarrant Appraisal District (TAD) information available at the start of the project and available on -ground property information (i.e., iron rods, City of Fort Worth, Texas Attachment A PMO Release Dale: 08.1.2014 Page 16 of 19 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEL( COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO.; 103288 fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. B. Temporary Right of Entry Letters C. Parks Conversion Exhibits TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally, on a scale of not less than 1:400: — The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). City of Fort Worth, Texas Attachment A PMO Release Dale: 08.1.2014 Page 17 of 19 ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO.; 103200 — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal benchmarks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. 8.2. Temporary Right of Entry Preparation and Submittal Prior to entering property, the ENGINEER shall prepare and submit Temporary Right of Entry for landowners to CITY PM. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM 360 site. ASSUMPTIONS • Topographic survey at intersection will include no more than 100 ft. in each direction. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. TASK 9. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Traffic Street Water Traffic Attachment "A" Storm Storm Lights Water Water (Submit /Sewer (Submit Engineering 9 9 Type (SuSbmitigh All 30% 60% All @ All @ (Submit All ° @ 30 /o) 30%) 60%) @ 60%) Street Storm Water City of Fort Worth, Texas Attachment A PIVO Release Date: 08.1.2014 Page 18 of 19 X. X Traffic Traffic Traffic Control Control Control 30% 60% 90% Required for all work in City ROW X X X X X X Water / Sewer *If included in street project ATTACHMENT A DESIGN SERVICES FOR SYCAMORE CREEK COLLECTOR PARALLEL MAIN, PHASE IV A AND PHASE IV B CITY PROJECT NO,: 103288 X I X 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: • Negotiation of easements or property acquisition including temporary right -of -entries. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre -qualification, bid protests, bid rejection and re- bidding of the contract for construction. • Construction management and inspection services • 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 submitting for permits (i.e., TxDOT, railroad, etc....) • Services related to additional Subsurface Utility Engineering Levels A, B, C or D • Services related to Survey Construction Staking • Services related to acquiring real property including but not limited to easements, right- of-way, and/or temporary right -of -entries. • 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 PIAO Release Dale: 08.1.2014 Page 19 of 19 Level Of Effort Task/Hour Breakdown Design Services for Sycamore Creek Relief Interceptor Design - Phase 4A Amendment City of Fort Worth - Water Department Labor(hours) I I Expense I Total Task Description Task No. Principal Project' Sr. Project I Proect I OT CADD I Total Admin Lahor Cost I Subcanculdnt Expense Manager Engineer Engineer SBE NonSBE Travel Reproduction Cost Ratel 5375 S 1 $2301 57601 SJI $13 1 31451 5100 J$ 11.0 IPIOICCt Manaacment I 9.0 7.0 I - T. I 1L0 I - I 13.0 S 11,000 - $ - I S - S 2500 S 2.750 $ 1 1.1 I,vanag na the Team I 9.0 - I I I - S 3.000 I s S - I$ S 550 I S 605 S 12 (Communications and Revertina I - 7.0 I - 7.0 1 12.01 - 1 19.015 8.000 Is S - i S - I S 1,800 1 S 7,980 S 1 12.1 Pre -Design Kickoff Meetinp I 1.01 1,0 1 1 1,0 1 S 1.000 S S -15 - I S 200 S 220 S 1 122 Progress Meetings (4) 1 101 I 20 I I 1 4.01S 1,500 S I Is 200 S 220 15 1 123 1prepare Monthly Progress Reports with Schedule (20) I - - 1 - - I - S - 15 - I s • 5 I 500 1 S 550 15 1 12.4 1prepam Baseline Schedule 1 - 4.0 1 4,0 I 4.0 1 I 4.0 3,000 I S - 15 • 15 - 15 500 1 5 550 I S 1 125 (Prepare Monthly MBEISBE Reports (20) I I I 8.0 1 1 10.0 I 2.500 S I I S S 400 1 S KO I S 1 1.3 1Coordinate with Other Agencies 8 Entities 1 - - I - I I - I - I $ - I $ - Is - 5 -Is 150 15 165 S 20 IROute Analysis + I I - I S -is - I S • 1 5 • li - Is - Is 21 (Route Analysis Concep: Review I I I I I I - 1 _ 5 - Is -Is - 15 3 - 1 5 - + 5 22 lRoute Analysis 6 Modeling - - I - I I _ I - I - 1 5 - I S -15 -15 - I S+22.1 IPrellminary ro�lna Evolua0on and Comparison I - - I - I _ I - I - -1 S S JS - 15 - S -1 5 - I S 22.3 IPretiminy Comparison of Effects on Existing System (Model) I II5 IS S - 15 -IS - I S - 5 I 224 (Decumentatlon of Key Deasions I I I S + 5 15 I1SS I S 13 I 225 Preliminary Opinion of Probable Cost I - - I - 1 I 1 - is - I S - I S - S - S - 15 1 23 (Prepare for, At end, 8 Respond to Review Meeting I I I I I I I I S =15 15 I S s I I$ 13.0 ConcepWal (30%) lesion L0 1 620 I 23.0 88.0I 7d20 750.0 6.0 13 75,S00 1 5 - S - 5 150 5 1250 S 1,540 S 3.1 DataCollection t20 I 18.0 01 t I 3.1.1 Proti d lmq(avement Data I Il 1.0 ( 20 8.0 12 0 8.0 22.0 8.0 - I S - 5 7.000 1 S S. 15 - S - S - S - S - S - S - I S - S S 3.7.3 Coordinate..itlt SnkrJlolders (7 Meednal 32 Cpneeabral Desian Paick- - - 1 8.0 26.0 I 1 20.0 6<.0 106.0 1 1 120.0 1 6.0 I S 56.000 + S - �5 - S 150 S 750 I S 99' S 321 UpdatelModiN Route Analy515 for 30% Deslan Dr-ings - I 10.001 8.0 I 24.0 1 40.0 1 60.0 1 4.0 I S 23.000 I S - 1 5 - S 150 I 250 1 S 440 S 322 Develop Design Concept at�oposed Crossings (up to 4) 1 4.01 20 I 16.0 1 320 1 40.0 - 15 74.500 1 S - 15 - 5 - 5 250 1 5 275 5 1 323 lEvaluatien of Contractor Means 6 Methods I I I I I I I 15 - I S - I S \ 5 S 250 I S 275 S 32< (Define Potential System Impacts 1 1X I 20 I 4.0 I 4.0 I - - I S IIS I S - I S - 15 - I S - I S - S 1 325 1Eva uatian of Rea )woe l� �tequuements 1 1.0 1 7.0 I 4.0 1 6.0 1 4.0 I I S 3.coo S I S S I S 1 S S 1 326 Documentation of (cT easiort. 20 I 20 I 4.0 I 720 I 4.0 15 4.000 1 5 -is -is S S 327 (Opinion of Probable Corctruction Cost - 20 7.0 4.0 1 4.0 1 4.0 1 1.D 15 3.000 1 S . I S - 15 - 5 - 5 - S 3 -8 PPjj�p (e CgneepW lI Design Report- 1 32S �38e��vailN Control Review- - 4.0 1 2.0 1 20 1 2.0 I 8.0 1 - 8.0 1 - I 8.0 - I 1.0 I S - I S 5,500 I $ 1.000 1 S -is S - I S - 1�5 I - 5 -1 5 -1 S - I S - I S Prepare (or. A¢rnd. 6 Respond 10 Review Meeting 1 2.0 6.0 1 - I 8.0 I 16.0 1 4.0 - 1S 5.500 IS -IS • IS - S 50S[3.� 0 IPrelimina, (60%) Design 1 3.0 I 96.0 1 78.0 1 238.0 1 300.0 I 300,0 17.0 1 5 172000 I S 58,995 1 S - I S 35D I S 4,150 69,845 5 1 4.1 Environmental Asescmrnt 1.0 1 20 1 20 4.0 1 8.0 2.0 - I S 3.05 0 I S 36,950 1 S I S S 750 1 41.470 IS I 42 PreGminary Dracn Package 67.0 49.0 I 2020 1 2<6.0 I 2<B.0 6.0 is 134.000 I S - S - I S 350 1 S 3.050 1 5 3.7a0 I S I 42.1 Project Control Sheets - 1.01 1.01 6.0 4,0 1 4.0 - IS 3,000 I S S Is - I S 100 S 110 S I 422 Overall Easement Layout Sheets 2.0 1.01 20 I 6.01 6.0 15 3.000 I S 15 I S 15 100 5 110 S 1 42.3 Overall Sanitary Sewer Layout Sheets 1 20 1.0 1 4.0 1 4.0 4.01 + 5 2500 S is . 1 S S 1001 S 110 Is 1 42-4 eneral Notes Sheets (Sewer, PACs) 1 20 111 I 4,0 1 4.0 1 4.0 I S 3,000 S 1 S - I s - I S 150 1 S 165 Is 1 425 Plan aid Profile Drawings 1 8.0 8.0 I 60.0 1 80.0 I 80.0 I S 35.000 S S I S - �5 1.500 I S 1.650 IS 1 42.6 1Tunnel Deslan Plans 3 Details - 1 6.0 4.a 1 120 1 10.0 I 14.0 - 1 S 8,000 S - I S - I S 50 I 1001 S 165 Is 1 42-7 (Siphon Design Plans E Details (up to 3) - I 12.01 120 40.0 1 320 40.0 4.0 1 S 23,000 1 S - I S - �$ 150 15 500 1 S 715 1 S I 428 (ruction Box Design (up to 3) 120 8.0 I 320 320 1 40.0 1 I` 20.5001S S 150 S 500 S 775 I S I 42-9 fee Mitipatipn Plan I 4.0 20 I 6,0 I 16.0 8,0 1 6.000 15 -15 S I S S S 1 S <210 Management Sheets I - I 20 I 20 I 4.0 1 6.0 I 6.0 I - 1 S 3,500 S - S - I S - S - 15 - 5 4211 oaon Control Plans and Details I - I 20 1 20 I 4.01 8.0 1 10.0 - 4.500 15 - I S - I S I -is - I S 4212IConstructien Specirica0ons I - 4.1 I 20 1 8.0 16.0 I - IS 2.0 S 5.500 Is -Is - S - I s -1 S - I s 4213IStandard Detais I 4.0 - 4.01 12-0 1 8.0 - IS 4.500 - I S - I S - I s - I S - I S 4214 Special Details 1 - 1 6,0 I 4.0 1 16.0 16.0 1 24.0 I S 15 11.000 S - S - I S - I S - S - �5 <3 o[Mnial Engineering I - - 2.0 i 20 1 4.0 i 4.0 I i S 2.000 15 22.045 15 - 1 5 - 1,S 250 S 2<,525 I3 11 4.4 ditianal stakeholder Coordination (1 Mee6ngs) 1 1.0 1 4.0 4.0 4.0 I S 2.500 1 S S - S I 100 1 S 110 S Task Sub Total 13.750 I 3,605 I I 9.980 I 1.220 I 1.721 .0 3.511 2.940 165 ii 1 •II -I I - I 1 • 1 77.040 13.000 7,000 6.000 56.990 23.K0 14.775 275 2000 3.000 4.000 3.000 5.500 1.000 7.050 241JM K,970 137.740 3.110 3.110 2.610 1 3.1651 1 37.650 1 8.165 23.715 21215 6.000 3,500 4.500 5.500 4.500 11.000 I 26.525 I 2.610 1 %Complete Budget Remaining 0% S 13.750 0%J3 3.605 01 5 9.980 0 . S 1220 0°/ S 1.7201 0°.1 S 550 01. S 3.550 I 0./ S 2.940 0%I 5 165 :Div/01 S 0� S dDNl01 S - 0 S 0% S 0°S I of s - I 01.1 S 0%f S 77,040 0• f S 13.000 cr/ S 7.000 / S 6.000 0•.1 S 56.990 0%I S 23.K0 0% S 14.775 0°/. S 275 0% S 2.000 0% S 3,000 0% S 4,000 01/. S 3.000 D1/ S 5.500 D%I S 1.000 D%1 S 7.050 Q%I S 241,5451 S K970 I 0 % S 137:7. I 01.1 S 3.1101 0%1 S 3.110 0%IS 2.610 D%I S 3.165 0% S 37,650 0% S a. 165 0%I S 23.715 01/ S 21215 I 0%1 6.000 I 0%1 S 3,500 I 0%I S 4,500 1 0%I S 5.Soo I 0%J S 4.5001 01. S 11.000 0..I S 26.525 0%1 S 2610 Level Of Effort Task/Hour Breakdown Design Services for Sycamore Creek Relief Interceptor Design - Phase 4A Amendment City of Fort Worth - Water Department ILabor (hours) Exppnso Task Description Task No.l Principal Pro'cct 1 Sr. Pro oct i I Pro opt 1 EIT CADD I Total Labor Admin Cost suDeonsultant hlanagcr Engineer Engineer 58E NonSBE Rate 5315 32So $2301 S160 $13 $1451 $100 4.5 Comtructabirity Review 1 0 8.0 16.0 I - 8 6.000S - I S5 4.6 Utility Permitting Clearance 1P.1-d 1.0 I 1.0 4.0 6.0 1 18.0 s5.0001S -1s - IS <7 Crossing Coordination d Permitting - NC - I - - I I - I S - IS - Is 4.8 (Traffic Control Plaits I 20 I 20 4.1 120 16.01 2.01S 6.000 IS - S I S 1 49 (Opinion Probable Construction Cost I 20 1 20 4.0 6.01 - 1 1.0 IDS 3.000 IS • S is 1 4.10 IPrepare for, Attend, 5 Respond to Review Meeting -NC 6.0 1 20 I 8.0 1 8.0 1 6.0 I 1.0 1 5.500 is S S 1 4.11 lCoordination and Pemurtirg through USACE - 4.0 20 fi.0 6.0 1 6.0 1 1.D I S 4,500 IS - S - S I5 0 Fwl Dosign (90%) and Final Construction Documents (t00Y.) 1.0 I 38.0 I 28.0 I 90.0 134.0 I 116.0 I 11.0 5 66,S00 I $ S S and Subm t Final Draft (90%) 8 Construction (100%) I I I is I 5.1 BEre 32.0 26.01 74.0 118.0 108.0 11.0 S 60.000 S S I 5.1.1 I90%Final Design Meeting I I 20 1 8.0 1 I 1.0 I S 2.000 1 S I s I s I 5.12 (Prepare and Submit Final Draft (90%) PS&E I 16.0 I 120 I 40.0 1 60.0 1 60.0 1 20 I S 30,500 is - I S - S 5.1.3 (Prepare and Submit Final (100Y) PSBE I 8.0 I 6.0 1 16.0 1 =0) 32.0 I 8A �5 16,000 S - S - S 5.1.4 (Engineer Opinion of Probable ConstrueDpn Cost I - 20 1 20 I 20 20 13 2000,` - I S - 5 5.7.5 ITPInI Coordination and Modifications I - I 4.0 I 6.0 1 16.0 I 16.0 1 16.0 - I S 9.500 I S - I S - 9 52 (Prepare for. Attend. 8 Respond to Review Meetings I 1.0 6.0 1 20 1 76.0 16.0 1 BA I - IS 8,500 IS • 1 S - I S Is.o Bid Phase Services (Sycamore Creek Parallel Interceptor) I I I I S S S I S I 6.1d Suaoort and Tabulation - I - I - - I - - - I S S - S - IS I 6.1.1 Sell Contract Documents I Maintain Plan Holders List I I I 1 S S 5 S 1 6.12 I end Prebid Conference (Webex) I I I I S S 1 S I 6.1.3 (Rece ve B tidier Questions and Issue Addenda I I I I I _ I S S s 6.1.4 1aTabulate Bids and Recommend Award I - I I - I - I - Is - S - I S - S 6.2 (P.repare and Issue Conformed Documents 1 - I - I - I - S - S S - S 62.1 lPrepare and Issue Conformed Documents I - I I - I S - S - 15 - S .0 Construction Phase Services I S - $ - S - S I 7.1 Qpns (.lion S op I 7.1.1 6Sten�,p Conferentt - _ - I I - I I I - I - I S Is - S S - S S - S S I 7.12 Prepare Is an Attend Public Meeting (2) I I I I I 15 S S S 7.1.3 Support Submittal Reviewand Response I I I I_ I S S s $ 1 7.1.4 Maintain Submiral Lop I I I I I S I S s I S 7.1.6 Rcapond to contractor Requests for Clarification 1 - I - I - I - I - I - I - 15 -Is - S - I S 7.1.7 ISuppor charge Order Review I S - 5 - S - S 7.1.8 (Attend Final Project Walk Through - I - I - I - - I - I S - S - S - I S 72 Prepare and Submit Record Drawings ' - - I - 1 - I - - S - 15 - � S - is I8.0 ROv✓(Easemonf Serviar - 6.0 I 4A 12.0 �k.�I 2i;.0 - S 721ibb S 12450 I S - 8.1 Rightof-Way Research - - - 4.0 8.0 8,0 I - S 3.000 S - $ Is - S 82 Rightcf-Way/Easement Preparation and Submittal (up to 4) 4.0 I 4.0 4.0 10.0 1 10.0 5 5.500 S 12,450 5 - S 1 8.3 Temporary Right of Entry Submittal (4) 2.0 1 4.0 8.0 1 8.0 1 S 3,500 S - S I S 19.0 Survey and Subsurface Utility Engineering Sorviar - 76.0 I 8.0 32-0 60.0 80.0 - 5 31,500 S e6.. S - I S I 9.1 T000Inhic Survey - 8.0 4.0 76.0 28.0 32.0 1 - S 14.500 S 46.555 S - S I 9.1.1 jopopraphic Survey 4.01 20 8.0 120 24.01 S 8.000 (S S 5 1 9.1.2 keld VedlyTopographic Survey 4,01 2.01 8.01 16.0 B.OI S 6,5001 S S 2 Subsurface Utiliy Encincennc (SUE) I 1.21 - I a.0 1 4.0 I 16.0 I 32-0 48.0 I - S 17,000 I S 39.900 S - 1 S I 921 1Level B SUE I 4.0 1 20 I 8.0 16.0 2d.0 I S 8,500 I S I S 1922 (Level A SUE 4.0 2.0 1 8.0 I 16.0 24.0 1 - 1 s B 500 1 S S I S 10.0 IStream Crossing Services I I 33.0 40.0 38.0 "It 90.0 I 1.0 1 5 49,000 I S - 5 - I S Civil Design (2 aeek cro -ings assumed. 2 adjacent alignments Iintemal I I 50.0 I I 16.500 I S 5 I S E 10.1 to or=� 8.0 120 120 16.0 S Evalualion (assumed 2 of the 4 creek crossings will I 102 reawrc oahion w41is) 13.0 12.0 72.0 4.0 10.0 - is 10,000 is - S • 15 �SwcNrol Model Evaluaticns (assumed 4 areas in the Boedplain to be 1 102 rtniaedl 8.0 120 120 520 20.0 - is 17.000 S - S - S 1 103 IoodpLlin Pemuding (assumed 2 creek crossings 8 2 Bank I Snblimticn 4.0 I 4,0 20 120 10.0 I D I S 5,500 S I S S areas total) Travel Reproduction S -IS S -is I -Is s S -IS I _Is _1s Is -IS so 15 50 I S 50 5 • S I s -I IS _ 5 - S S S -s IS -IS -IS -I$ - S S 5 -Is Is -I$ - S Is Is -1$ IS S - S S 300 1 S 150 S 150 I S -IS 150 iS 150 I S - S ISO is 150 SS 1.500 is 1.500 I S 100 S 500 I Sao IS IS •IS .Is S S - S S S S S _ S �S S 5 -Is -II,s _3 I -IS .IS -Is Soo S 500 is S S 1.3001 S 1.000 is spoils 5001 S 300 s 150�5 1so 5 '1S -IS Total Task Expense Sub % Complete Budget Remaining Cost Total - S 6.000 0% $ 6.000 I - Is 5.000 0% 5 5,000 I -IS - 0% S -I - (5 6,000 0%I S 6.000 3,000 I 0% S 3.000 -is 5.500 I 0% S 5.500 - I s 4,500 4.500 IS `II O%JS 1,705 70205 I 70.2051 1.705 S 61.705 I` 0%15 61.7051 6051 2605 I a- S 2,605 550 is 31.050 I 31.150 550 Is 16.550 1 15 0°el S 16.550 - s 2,000 I 0°o S 2.000 - I S 9,500 0° I s 9,500 - Is 8,Soo a%I S a.500 - S - 9DN/DI S - S - :onrM S -I S 0%1 S I S a°i I S I S 0°i I S I S 0%1 S I - S - 1 �DN/OI S - S I 0°o S - S - I :ON/0! 5 - _oJs _ - S - I 0°°I S - S I D%IS s I D%Is S I 0%IS _IS _ 1 p%IS - -IS S T - s - a% Is 14j" I t z2K4S o%I S 550I 0%IS -I 13.695 19.195 I 0%1 S 19.195 1 15 I 3.500 1 0%1 S 3,500 96.861 Is 128,361 1 0%1 S 128}67 52.476 IS 66976 0% 66.976 7151S 8.715- 0% S 8.715 550 IS 7.050 0%1 S 7,110 44.315 S 61.385 0%I S 67.3 330 S B..a 0%J S sas I 1651 8,665 0%f15 8,665I S IGS iI 32765 OY.I S 32165 I Is 165 16.665 0% $ 16.6651 I I - S 10.000 0% $ 10.000 - S 17.000 I a%I S 17.000 - r S 5,500 I 0% S 5.500 Task No. Task Description 111.0 Additional Parks Coordination 1 11.1 ISARD Meetngs for Park Crossings (3 Parle) I 112 IPARD Park Exhibit Preparations 1 71.3 IPARD Cobb Park Coordination 0 Meetings) 1 11.4 !PARD Meetings (3 Meetings) 1 11.5 conversion IProlea ree Survey 1 1 t.6 !Park Conversion Preparato 8 Submittal I 17.8 IPARD Access Agreements (up to 10 needed) SUEITOTAL (WfTHOUT ALLOWANCES) �12-1 12.1 (Allowances Additional Design Services (As directed by City) TOTAL Level Of Effort Task/Hour Breakdown Design Services for Sycamore Creek Relief Interceptor Design - Phase 4A Amendment City of Fort Worth - Water Department Labor (hour) I I Expense Total Task Principal Project Sr. Project Manager Engineer I Project Engineer EIT Total Labor Cost 1 CAD. Admin Subconsultani NonSBE Tnvcl Reproduction Expense Cost Sub Total '/. Complete Budget Renuining Ratel $315I S2S0 $2301 S1601 S1fs st S100 I SBE 1 20 27 22 I 79 124 I+ 7591 3 S 65,175 I S 13.130 S I 5 350 5 1,000 Is 15.928 S 81,1031 0% S $1.103 1 1.01 20 2.0 3.0 I 3.0 - S 2.190 IS - S - I S 1501 S - I S 165 S 2.3551 1 0% S 2.355 1 2.01 2.01 8.0 I 32.0 40.0 S 2,360 I S S -is I S I S I S 12.3601 1 0% 1 S 12.360 1 :a] 2.01 2.01 6.0 I 8.0 8.0 - is 4.475 1 S - 5 - I S 50 I S - I S 55 I S 4,511 1 ` 0%15 4.530 0.0 5.0 I 24.0 1 is. 18.0 I S 11.760 1 S I - S - S 1so S - i S 165 15 11.925 0%1 S 11.9251 20 2.0 120 I 24.0 40.0 - 11,920 15 13.130 S - 1 5 - 5 1.000 15 15.543 15 27.<63 C 0% S 27,463 1 1 - 9.0 5.0 18.0 I 36.0 40.0 1 20 S 17,1d0 S - S -15 - S - I S • I s 17,140 0%1 5 17,1<0 1 - 20 4.0 0.0 1 8.0 10.0 1 1.0 I 5.330 I S - I $ - 1 5 - 5 - I S - 1 5 5.330 ! 0%1 S 5.330 1 j1 I 171 265 203 534 8821 925I 51 Is 484,675 I S 171,030 S s 1.350 S 12,200 Is 203.0381S 667.163 I :DIV/01 IS 667,163 I I s s s I s s �5 I s 30.000 + 1 I s 30,000 is Is S S -1 s _ 1 s 30.00o I I s 30,000 171 265 203 584 8821 925 I 51 � S 484.67.5 I S 171,030 S - IS 1.3501 S 12,200 I S 203.038 IS 697,1631 I :ON/01 IS 697.163 Project Stats I Description Water Sewer I Project Summary Water Line Foomae 1 0 0% 37 -Conceptual Design (30%1 S0.00 590.790 1 Total Hours 2,927 1 Sewer Line Footage 4850 100% 32-Preliminary Design (60%1 50.00 S241.845 I Total Labor S 484.675 Tota 4,811 110% 33 - Final Design (100%) 50.00 S183.473 I Top] Expense S 203.038 ji 42- Negatiations/Easements/Legal Feesl 50.00 S22.695 I MBE/SBE Subcor...ultant S 171.030 (A) Total Fees 697.163 51- Preliminary Surveyl S0.00 S128.361 I Nan-MBE/SBE Subconsultanf S - RSurvey Feel 5 128.351 85 - Construction Servlces1 S0.00 so I 10% Sub Markup S 17.103 (C) Total Fee (-) Survey Feel S 568.803 ! Subtotal $0.00 $667.163 ! MBE/SBE Participation 24.5% Total (w/o Additional Services)l S867,j63 I I Total Project Cost S 697.163 I Water Fee 0%ofC Sewer Fee 100%ofC I To.,"r,Uuding Additional Services)( 5697.163 I S I S 568.803 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, August 8, 2023 REFERENCE NO.: **M&C 23-0660 LOG NAME: 60SSSCRIPIVABAl-LAN SUBJECT: (CD 8) Authorize Execution of Amendment No. 1 to an Engineering Agreement with Lockwood, Andrews & Newnam, Inc., in the Amount of $697.163.00 to the Sycamore Creek Relief Interceptor Main — Phase IVA & IVB Project, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2023- 2027 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No. 1 to City Secretary No. 56721 an engineering agreement with Lockwood, Andrews & Newnam, Inc. in the amount of $697,163.00 for additional services to the Sycamore Creek Relief Interceptor Main — Phase IVA & IVB project for a revised contract amount of $2,162,797.00; and 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water & Sewer Revenue Bonds Series 2022 Fund by increasing appropriations in the Sycamore Creek Relief Interceptor Main — Phase IVA & IVB Project (City Project No. 103288) in the amount of $697,163.00 and decreasing appropriations in the Unspecified —All Funds Project (City Project No. UNSPEC) by the same amount, to effect a part of Water's contribution to the Fiscal Years 2023- 2027 Capital Improvement Program. DISCUSSION: On November 9, 2021, Mayor and Council Communication (M&C) 21-0870, authorized an engineering agreement with Lockwood, Andrews & Newnam, Inc. (City Secretary Contract No. 56721), in the amount of $1,465,634.00, for the design of the Sycamore Creek Relief Interceptor Main — Phase IVA & IVB project. The proposed Amendment will provide for realignment of the Phase IVA interceptor as requested by staff in order to eliminate the severe depth of the segment of the sewer main and provide for easier maintainability in the future. The realignment will require the following additional services: engineering design, survey, easement preparation, environmental investigations, geotechnical investigations, and sub- surface investigations. Lockwood, Andrews & Newnam, Inc., proposes to perform the additional services not to exceed fee of $697,163.00. Staff considers the fee to be fair and reasonable for the scope of services proposed. 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. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2023-2027 Capital Improvement Program, as follows: 60SSSCRIPIVABAl-LAN Capital Budget Revised Fund Project FY2023 CIP Authority Change FY2023 Name Name Appropriations (Increase/ Budget Decrease) W&S 103288 — Rev Sycamore Bond Creek Series Main $0.00 This M&C $697,163.00 $697,163.00 2022 PHIV Fund A&B 66020 Project Funding for the Sycamore Creek Relief Interceptor Main - Phase IVA & IVB is depicted below: Fund Existing Additional �JpjectroTotal* Appropriations Appropriations W&S Rev Bonds Series $2,484,734.00 $697,163.00 $3,181,897.00 2022- Fund 56020 Project Total $2,484,734.00 $697,163.0011$3,181,897.00 Funding is budgeted in the Unspecified -All Funds project within the W&S Rev Bonds Series 2022 Fund for the purpose of funding the Sycamore Creek Main PH IV A&B project. Business Equity: Lockwood, Andrews & Newnam, Inc. agrees to maintain its initial M/WBE commitment of 10 percent that it made on the original agreement and extend and maintain that same M/WBE commitment of 10 percent to this first amendment. Therefore Lockwood, Andrews & Newnam, Inc. remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICT 8. FISCAL INFORMATION / CERTIFICATION.: The Director of Finance certifies that funds are currently available in the Unspecified - All Funds project within the W&S Rev Bonds Series 2022 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Rev Bonds Series 2022 Fund for the Sycamore Creek Main PHIV A&B project to support the above recommendations and execution of the amendment. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs),: TO Fund Department ccount Project Programll ctivity Budget Reference # l mount' - I ID- - - - I- ID- I --I -- -I Year I (Chartfield 2) --- - — FROM (Fund Department ccount Project Program ctivity Budget l I - ID -- �- I ID I ---� --- Year CERTIFICATIONS: Submitted for Citv Manager's Office bv: Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Liam Conlon (6824) ATTACHMENTS 1. 60SSSCRIPIVAVBA1 - LAN APCF..pdf (CFW Internal) 2. 60SSSCRIPIVAVBA1 - LAN Form 1295.,pdf (CFW Internal) 3. 60SSSCRIPIVAVBA1 - LAN MARpdf (Public) 4. 60SSSCRIPIVAVBA1 - LAN.xlsx (CFW Internal) 5. 60SSSCRIPIVAVBA1 - LAN FID Table_ (2).xlsx (CFW Internal) 6. Entitvinformation-20230715-120152.pdf (CFW Internal) 7. ORD.APP 60SSSCRIPIVABA1-LAN 56020 A0231r2) (1).docx (Public) 8. PBS CPN 103288.pdf (CFW Internal) Reference # l�mountl (Chartfield 2) 60SSSCREPIVAVBAI - L4,N FID Table 2 56020 0600430 UNSPEC 2 56020 070D430 14905147 4905147 I 103288 2 56020 0600430 UNSPEC I` 2 56020 0700430 103288 iFund Dept # Account Project m 0211 56020 0600430 4905147 1 UNSPEC UNSPEC 1 2 56020 0700430 1 4905147 103288 001430 2023 2023 2023 2023 9999 9999 ($697,163.00) Funds are in 0600430 $697,163.00 ($697,163.00) 1 Funds are in 0600430 $697,163.001 $697,163.00 Funds are in 0600430 ($697,163.00) 1 1 56020 1 0700430 1 5330500 1 103288 1 001430 1 9999 1 1 1 $697,163.00 1 Contract From: Black. Doua To: Sholola. Tonv; Tidwell. Allison Cc: Sauceda, Norma; Williams. Tressa. Subject: FW: Sycamore Creek Relief Interceptor Main - Phase IVA & IVB, Amendment No. 1 Revised Date: Monday, September 11, 2023 12:05:00 PM Attachments: 56721-A1 Svcamore Creek Relief Intercentor Main -Phase IVA IVB CPN 103288 (Corrected).odf Tony —This revised document is acceptable to replace the erroneous document on file. Thanks, Doug Douglas W Black Senior Assistant City Attorney 200 Texas Street Fort Worth, Texas 76102 817-392-7615 Direct 682-328-4583 Mobile Douglas.Blackn.fortworthtexas. gov City of Fort Worth — Working together to build a strong community. FORT WO RTH. RECIPIENTS - PLEASE CO. TN ACT ME PRIOR TORWARnING MESSAGES DESIGNATED AS ATTORNEY -CLIENT COMMUNICATIONS. This e-mail and any files transmitted with it are confidential and are intended solely for the use of the individual or entity to which they are addressed. This communication may contain material protected by the attorney -client privilege. If you are not the intended recipient or the person responsible for delivering the e-mail to the intended recipient, be advised that you have received this e-mail in error and that any use, dissemination, forwarding, printing, or copying of this e-mail is strictly prohibited. If you have received this e-mail in error, please immediately notify Doug Black at the City of Fort Worth City Attorney's Office (817) 392-7615. From: Sholola, Tony <Anthony.Sholola@fortworthtexas.gov> Sent: Saturday, September 9, 2023 10:37 AM To: Black, Doug <Douglas.Black@fortworthtexas.gov> Cc: Sauceda, Norma <Norma.Sauceda@fortworthtexas.gov>; Williams, Tressa <Tressa.Williams@fortworthtexas.gov> Subject: Sycamore Creek Relief Interceptor Main - Phase IVA & IVB, Amendment No. 1 Revised Doug: Please give the okay for the City Secretary's Office to replace the existing CSC 56721 in Laser Fiche with the revised attached version. As you can see on page 3 of the attachment, the consultant listed an incorrect original contract amount in his request letter which resulted in an incorrect total fee on page 1. This revised version rectifies that error. Thanks