Loading...
HomeMy WebLinkAboutContract 52430-A3CSC No. 52430-A3 AMENDMENT No . 3 TO CITY SECRETARY CONTRACT No. 52430 WHEREAS, the City of Fort Worth (CITY) and Lockwood, Andrews & Newnam, Inc., (ENGINEER) made and entered into City Secretary Contract No. 52430, (the CONTRACT) which was authorized by M&C C-29143 on the 4tn day of June, 2019 in the amount of $897,816.00; and WHEREAS, the CONTRACT was subsequently revised by Amendment No. 1 in the amount of $85,253.00 administratively authorized on May 18, 2020 and Amendment No. 2 in the amount of $194,250.00 authorized by M&C 21- 0292 on August 20, 2021; and WHEREAS, the CONTRACT involves engineering services for the following project: Sycamore Creek Sanitary Sewer Relief Interceptor, Phase 3; and WHEREAS, it has become necessary to execute Amendment No. 3 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 $9,225.00. 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 $1,186,544.00. 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 Amendment Template Sycamore Creek Sanitary Sewer Relief, Phase 3 Revision Date: November 23, 2021 CPN 103382 Page 1 of 2 EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth Fernando Costa Assistant City Manager DATE: Jan 29, 2024 APPROVAL RECOMMENDED: LAU",1, R YYr/t, 1�,r CH Laura R Wilson, for CH (Jan 19, 2024 A:04CST) Chris Harder, P.E. Director, Water Department w od, Andrews N wnam, Inc. tin Reeve , P.E. DATE: January 17, 2024 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. A�� ' Li Conlon Project Manager APPROVED AS TO FORM AND LEGALITY: 4)� DBlack Ilan 29, 2024 12:54 CST) Douglas W. Black Senior Assistant City Attorney nn 4fORT �a0 go!..� .. !y P a O d0 ATTEST: '-" V � Pp�Il nE4p5a4 Jannette S. Goodall City Secretary M&C: Date: Form 1295: N/A N/A N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Prof Services Agreement Amendment Template Sycamore Creek Sanitary Sewer Relief, Phase 3 Revision Date: November 23, 2021 CPN 103382 Page 2 of 2 Lockwood, Andrews & Newnam, Inc. A LEO A DALY COMPANY December 11, 2023 City of Fort Worth I Water Department Attention: Liam Conlon 310 West 101h Street Fort Worth, Texas 76102-6311 RE: REQUEST FOR CONTRACT AMENDMENT 3 City of Fort Worth Project 102069 Sycamore Creek Sanitary Sewer Relief Interceptor, Phase 3 Dear Mr. Conlon: In this amendment, LAN shall provide additional design services to replace approximately 280 feet of existing small diameter sewer lines on south Duval at U.S. 287 in preparation for a full pavement replacement. The services include 60%, 90% and 100% design submittals to replace concrete and VCP in the street. It includes site visits, additional data collection and reconnection of services. Plans sheets should be 4 to 5 sheets showing plan and profile. All work shall be expedited to coincide with the ongoing construction of Sycamore Creek Interceptor Relief - Phase 3 before completion. The task/hour breakdown for specific activities within this requested Amendment 3 is attached, but, in summary, the following items are included in this request of $9,225. • Design Services for 280 feet of small diameter gravity sewer lines ($9,225) The following presents the project fee summary to date, including this request: Original Contract $ 897,816 Amendment No. 1 $ 85,253 Amendment No. 2 $ 194,250 Amendment No. 3 $ 9,225 Revised Contract Amount $ 1,186,544 As noted on the attached breakdown, the additional effort associated with tasks totals $9,225. Please review this as a formal request to consider and process Amendment 3 to City Project Number 102069 in the amount of $9,225. 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 or 817-975-1367. Respectfully, Lockwood, Andrews & Newnam, Inc. 4Z Greg A. aughn, PE, Senior Associate, Team Leader 1320 South University Drive - Fort Worth, Texas 76107 • 817.820.0420 • Fax: 817.820.0441 • wvm.lan-inc.com Liam Conlon, Project Manager City of Port Worth December 11, 2023 Page 2 CC: Tony Sholola, PE (City of Fort Worth) Reyna Johnson, PE (Lockwood, Andrews & Newnam, Inc.) Trey Riggs, EIT (Lockwood, Andrews & Newnam, Inc.) Attachments: CPN 102069 - Level of Effort Amendment #3 (2 Pages) 1320 South University Drive • Fort Worth, Texas 76107 • 817.820.0420 • Fax: 817.820.0441 • www.lan-inc.com Amendment #3 Level Of Effort TasklHour Breakdown Additional Services for Sanitary Sewer Replacements -SCIR Phase 3 Construction City of Fort Worth - Water Department City Project No. 102069 I Ea lalwr (noursl 1 Task Descripuon Project Pnnc'pal sr. Protect Protxt ER CADD Admin 1 labor subcansulbnt Cast Tazk No. Manager Engineer Engineer ITolal SHE RonSBE pate $3. SIN 5340 fli6 f145 $110 S105 11.0 -ja Managemwt I 1.1 lAareg'.nl the Teaml DA'DC 1 12 Cammuv'catbns and ReWr5n9 _ - § - E - 5 I 12.f Preb)esign K'rkdl hkedg _ § - S - E 1 122 Progress MeelOg ll) S - S - § I 113 Ropare lMr[hYRogress Reposhvilh SaMd�Ee - § - S - S 1 12.4 Pselare Ba Ge Schedu6 a npdsb Ww* § f I 125 Preg9Je MalhY M8FJ6nE RepoRs(a) § § § 1 3 -171b wiN Obor Agerciez E Erolies 5 - S 120 Route Malyzls E - S 1 21 Role Aruhsks Cancel�ReNary - _ - § - S - $ I3.0 LoncePlua11J0%)Design - - - - - - § § S 13.1 Dad Co:lecean ].o 1.0 3.1'0 6.0 5.0 - S I6.0 PreOminary(60'A)Design IO 1.0 1D 40 60 - 5 2300 E - 3 14.1 Pre:'mimNDeign Packagx E § f 42.1 Pm7edC Md 6heats _ - - S S S 422 Ortrzl EasertwN Lagoul SFued - - - - E f S 423 OmraS Le -Sheets - - S 3 S 424 Gerc+elNdesSheets 1.0 1.0 10 40 SO E 2,300 § - § 425 MnaMPrdti pmings Oqb]) - 42" Tee MO.. -Ran 42.7 Aaass 42B E�sposqb�n1�-D�o and nda55 429 �Pdns 41.10 Sfsnd d4d� 4211 6Pe 1Dedls _ - - - f -.-S - S 3" 60%-Y Cadsol Revi- g - § 42 Geo-e al Engr-a - _ - § - S - $ 1 43 Corms!on EnQ.needM Design - 10 - - § 550 $ - § 1 44 Add 1 Slak,W- Cnordiution(I hkeengs7 - 1'0 - - § S - E 145 CasstmcdWIly Revkw - - 1.0 19 39. - $ 750 $ - S 4fi lkbty Permirom Geararc0 - 14.1 1 4BKSCoidrol 14.9 Opinion Probade CansWzOon 10 - - $ 450 f - E 14.10 Premrefar, AOeM. a Respond tc ReY,aw Mewing - 10 _ I ISO �Inal Design (9gX)aM Final Co99svuc0%% end (iW%) 1.0 10 20 ].0 J.O - $ 20 ]0 30 - 3 1,T60 S 1,1`A E - E - S 5.1 Ple - s-IFwIDaft (30%Ib(;o n(100x)P66E 1.0 - 1D - - a I s.t1 90x FwlDesfgn F=1 - - o 10 5.12 Prelnra and 6�bmi FwlDraft(90%)P56E - _ 1.0 10 f.0 E ;.,a :50 S - f 5.1J PropareaM SubrNF I(1W%)P58E S - E - f 6.1.4 Encneeroo7'�yy��d hucdpn Cast _ I s.ts TPzY cpard;N&an and Mods _ g - $ - $ 1 52 Pretorefor, AtleM,BRespond to ReNerv!•leetigs - " I6.0 Bid Phase services E - 5 - 5 1 6.1 BH SuppodaM TatuhSan 5 - S - E 1 6.1.1 Sef Contmd Da-umerts I MaFdN Ran {bldzrs lht _ § - f - g 1 6.12 AIteM Prebid - S I 6.13 Raceiva Bidder DuasOom aM Issue Ad&e § 6.1.4 Tadiad ells aM Rearomm�MA-rd _ _ § - 3 - E 162 PrepareaMlssue Cor[ormed 1 62.1 Prelsre aMlssua Cor/omwd Daumer6 " I " f.0 20 1.0 - S 150 S - E I1.0 Lons4ucaon Phase SeMces P z e Total Task Travel ReprMualion Eapens. huh %Complete Budget Remaining Cazl Total - § - § $ - s - s - S - 3 �{I o•• $ $ S $ § 1 S - f _ S - § S E S S - S S -1 s s s - s -{I E -I ES $ E $ f I E - E - - $ -S s IS g .rl OX3 - S - $ E s f 4 .. 3 -I 0'15 '1 - S 2,4 - S - S •- S 421E I OX S 4.2 - IS - g f � 5 2,4651I 0° f 2,465� - - $ _ sS - s s - 3 -, I f - S - S I. E 16X-'$ 2,465 I �$ 2465) " E $ E $ ]ll -S! 5 -I E S S S 1 .� _ s 2 S S f s S S I E -.$ - $ $ $ - _ 5 opa(J - i _$ g g f T50 I S 1501 - g - S - s -'3 E $ -1I 5 - S - E - S - E ! E $ E f - 5 450i I 5 450 II` - § - f 100 $ 110 f 1,660{I I OX S 1.660.001 - f - f _ 100 E _ 110 E - E $ S 450 II MJE Tw1 - S - 1 3 - 3 - s 1501 S we I - § f 1W $ uo s 660{ ,IS -I ' s g $ I - $ S - S S -1I SDN'pl E -f - f - s - E - 5 - I 0'sf f -I -f -f -3 -11 /,�IE E -$ - f _ S - s {1 0`" $ - S - g - S - S _1I / S .I - s - S _11I s .I a $ E f 1 a E 1 S - S I - § - § 100 f 110 f 860 I 0% S 960.00I Task Descdp6on Task No. R: I1.0 Project IAana9emenl 17.1 CombuctionswWd 7.1.1 AI M Premnsbudlon COKererca 7.12 Prepare EA—M Art I'd Public NzeWgs F!) 7.1] �}�/j5ubmltal Renew —Response 7.1.4 (I'uG Subrrvltal l.og 7.15 Respond W Carh , Requosls for Clart n Revien Lab Rests for Compliarce vntrr Ciy 6pe� maaM 7.tb PrpMa Reryy� 7.1.1 AaeM Fw �r jact Walk Trr—h 72 PrepareaM S. RewrdU.M- 1 I9.o poVdEasememsem— BA RykorWay Rese - 190 survey and 6111urtace UcII1 En9lnnrin96errc<a 9.1 Tapagraphlc Swey 9.1.1 Tapo I*6upey I g.12 n W dy Topigr.0". ey 92 6ubsu0ace L"Erd—ring(SIIE) SUBTOTAL(MTHOUT ALLOWANCES) I10.0 An-- i10.1 AddDonal Dasyn Services (Az dreRedW CRy) TOTAL Principal Level Of Effort TasklHour Breakdown Additional Services for Sanitary Sewer Replacements -SCIR Phase 3 Construction City of Fort Worth - Water Department City Project No. 102069 Labor (M1oursl I Espense Project sr. Project I PsoJecl EIT CADO Admin 1 6ubconsultanl Total Labor c- Manager Engineer Engineer I Travel SSE NonSBE f]00 S240 5226 $19 $170 $ 105 - $ f f f 1l1 20 550 $ - $ $ - 4 - g - S - - S - I 4.0'. 1A 10 f 1o0 f z0 2.0 1.D zo o . I 4.0I 1.0 7.01 12.01 13.0 I Ylaterllr.6 F'o�b(kj tl" A 1 t samrlirw Fo Tota 1W% (Ail-1 Fea IS 9?26 Water Fee 100%oIA I Saner Fea O%olA $ $ 1,226.00 - S 400 f $$ S E - f - $ 150 S - 5 - $ - $ $ f E E - S - E S $ - $ - S $ $ $ 5 S ]b0 $ - $ 1.300 S $ 750 $ - $s 1,J00 S S boo S $ S f zso f S S s $ $ a f 7A00.00 $ - 1A00.0 S - I$ E E $ a a Total Task Expense Sub 'A Complete Budget Remaining Reproduction Cost Total s -$ -$ 1 9ON101 {I $ IS 650I 0°Aj 3 OM f - I E 400 5 E - It - I A71$ f S - $ Iso I E 150 S 5 $ -� I 0• S - p $ I S led E 110 $ 31011 1 s 310I I S - $ - $ - I IA)NNI S S 100 s 1,650 f 2,290 0°A f 2,290.00 S 1 W $ I YA E 2?90 0° � $ 22W $ $ $ 500� :11 $ 5 soot 2. $ _ a -s $ $ _ $ -s I .11 $ -I S 3 ,W S 1.760.00 S 9,z26.. NMI $ 9,22s. s $ i 6 s E $ I $ 300.00 $ 1,760.00 S 9,225.00� 7IDIs7I01 S 9,226.00I I Total Hoes I 37 I Total tabor $ 7,9W I Total Esperw 7 r I IAlEEI6BE $INomSIj -1 10%aE1II.IBElEM R P-1 0%1I TotalProject 'S 9,226 ]