HomeMy WebLinkAboutContract 55399-A4CSC No. 55399-A4
AMENDMENT No . 4
TO CITY SECRETARY CONTRACT No. 55399
WHEREAS, the City of Fort Worth (CITY) and Freese and Nichols, Inc., (ENGINEER)
made and entered into City Secretary Contract No. 55399, (the CONTRACT) which was
authorized by M&C 21-0128 on the 16th day of February, 2021 in the amount of
$1,001,447.00; and
WHEREAS, the CONTRACT was subsequently revised by Amendment No.I in the amount
of $94,871.00 administratively authorized on October 8, 2021, Amendment No.2 in the
amount of $169,005.00 authorized by M&C 22-0590 on August 9, 2022, and Amendment No.3 in
the amount of $35,396.00 administratively authorized on October 6,2022; and
WHEREAS, the CONTRACT involves engineering services for the following project:
3rd Barrel Parallel Sanitary Sewer to the Twin 90- inch Sewers Serving the Village
Creek Wastewater Treatment Plant, Bank Protection at the Village Creek Wastewater
Treatment Plant and Pipeline Erosion Analysis at Five Low Water Crossings Project;
WHEREAS, it has become necessary to execute Amendment No. 4 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 $64,597.00
(Sewer) .
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
$1,365,316.00.
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
Revision Date: November 23, 2021 [3ra Barrel Parallel SS to Twin 90" for VCWTP]
Page 1 of 2 [CPN 103128]
EXECUTED and EFFECTIVE as of the date subscribed by the City' s designated
Assistant City Manager.
APPROVED:
City of Fort Worth
1ST Bc�gGui�
Dana Burghdoff (Auk 13, 2023f1�:24 CDT)
Dana Burghdoff
Assistant City Manager
DATE: Aug 23, 2023
APPROVAL RECOMMENDED:
Christopher H r
%��ZOit- 9YG
der (Aug 21, 2023 13:59 CDT)
Chris Harder, P.E.
Director, Water Department
Contract Compliance Manager:
ENGINEER
Freese and Nichols, Inc.
Nicholas Lester, P.E.
Vice -President
DATE: 8/Z 1 /2043
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.
to�Ixl u yal, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:
PIG ge, I
D Black (Aug 23, 2023 09:32 CDT)
Douglas W. Black
Senior Assistant City Attorney
inn
FORT IlIla
ATTEST: �oF° ad
GAO
oP40 °* o
Jannette S. Goodall
City Secretary
Prof Services Agreement Amendment Template
Revision Date: November 23, 2021
Page 2 of 2
M&C : N/A
Date: N/A
Form 1295: N/A
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
[3=d Barrel Parallel SS to Twin 90" for VCWTP)
[CPN 1031281
801 Cherry Street, Suite 2800 + Fort Worth, Texas 76102 + 817-735-7300 + FAX 817-735-7491
July 5, 2023
Ms. Pratima Poudyal, P.E.
Project Manager
City of Fort Worth Water Department
311 West 10th Street
Fort Worth, TX 76102
www.freese.com
Re: Amendment No.4 for the 3`d Barrel / Village Creek Bank Stabilization / 5 Sites
3`d Barrel — Additional Design Due to THC
Marys Creek
(City Project No. 103128)
Dear Ms. Poudyal:
Freese and Nichols, Inc. (FNI) is pleased to provide this amendment for the Engineering Design Services
for the 3`d Barrel / Village Creek Bank Stabilization / 5 Sites project (City Project Number 103128). This
amendment includes two parts:
• Modifying the 120-inch sewer alignment, additional archeological survey, and surveying the
known archeological site. This additional effort is a result of coordination with THC and
subsequent alignment modification requirement during the archeological surveying for the
original contract.
• Bid and construction phase services for the relocation of the Marys Creek Sanitary Sewer Main
M-259.
FNI records show that this proposal would serve as Contract Amendment No. 4.A summary of the
additional costs is shown below:
3`d Barrel:
Item Fee
THC Coordination $ 10,609
Alignment Modifications $ 25,224
Additional Archeological Survey $ 8,969
Additional Topo Survey $ 2,808
Total $ 47,609
Marvs Creek:
Item Fee
Design and Project Management $ 5,831
Bid Phase $ 6,882
Construction Phase $ 4,275
Total $16,988
L:\Client\OLCR\F\Fort Worth\FTW21267\Amd #4\Marys Creek
CPN 103128 Amendment No. 4 — Marys Creek
P Barrel / Village Creek Bank Analysis / 5 Sites
July 5, 2023
Page 2 of 2
Original Contract Amount
$
1,001,447
Amendment No.1
$
94,871
Amendment No.2
$
169,005
Amendment No.3
$
35,396
Amendment No.4
$
64,597
Contract Amount to Date
$
1,365,316
Freese and Nichols, Inc. appreciate this opportunity, and we would like to meet with you to discuss these
additional services at your convenience.
Sincerely,
1 " �C� Jl�
Nicholas Lester, P.E.
Vice President
Attachments
Level of Effort Spreadsheet
Attachment A - Scope
L:\Client\OLCR\F\Fort Worth\FTW21267\Amd #4\Marys Creek
ATTACHMENT A
DESIGN SERVICES FOR
PARALLEL SEWER (108•INCH OR 120•INCH) TO TWIN 90•INCH SEWER
ATTACHMENT A
Scope for Enqineerinq Desiqn Related Services for Water and/or Sanitary Sewer
Improvements
DESIGN SERVICES FOR
3RD BARREL PARALLEL SEWER TO TWIN 90-INCH SEWERS,
VILLAGE CREEK BANK ANALYSIS / PLAN DEVELOPMENT
AND PIPELINE EROSION RISK ANALYSIS FOR 5 SITES
AMENDMENT NOA
CITY PROJECT NO.: 103128
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. Task Nos. 1-15 were previously defined
under the original contract and previous amendments. Although not included here the
language in the original contract applies to this amendment, as if included herein.
The purpose of this amendment is to amend Task 3.0 (Preliminary Design 60%) due
to additional coordination with THC and subsequent additional archeological survey;
to amend Task 4.0 (Final Design 90% and Final CDs 100%) due to modification of the
120-inch alignment and Task 7.0 (Survey/SUE Level D) by including additional
topographical survey for the known archeological; and to amend Task 16.0 (Marys
Creek) bid and construction phase services for approximately 1,300 LF of 12-inch PVC
sewer line.
WORK TO BE PERFORMED
Task 3 — Preliminary Design (60 Percent) for Gravity Main
Task 3.7 Additional Archeological Investigation
Task 4 — Final Design (90 Percent) and Final Construction Documents (100 Percent)
Task 4.3 100 Percent Development of modified alignment
Task 7 — Survey / Subsurface Utility Engineering Services (Level D)
Task 7.1 Additional Topographical Investigation (known archeological site)
Task 16 — Marys Creek
Task 16.1 Design Management
Task 16.3 Final Construction Documents (100%)
Task 16.4 Construction Phase Services
Task 16.6 Bid Phase Services
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23,2012
Page 1 of 5
ATTACHMENT A
DESIGN SERVICES FOR
TWIN 90•INCH EMERGENCY BANK STABILIZATION
TASK 3. PRELIMINARY DESIGN (60 PERCENT) FOR GRAVITY MAIN.
ENGINEER will perform additional archeological survey and coordinate with THC, as follows:
3.7. Additional Archeological Investigation.
The number of archeological surveys originally included in the original contract was rejected
by the Texas Historical Commission (THC) as requested in the archeological permit
application, submitted by the archeological sub -consulted. The permit was rejected due to the
presence of an existing known site, which necessitated additional survey to identify the limits
of the known archeological site. This scope represents the additional number of excavations
and its associated costs.
TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION
DOCUMENTS (100 PERCENT).
Engineer will modify the 120-inch sewer alignment as a result of the coordination with THC,
as follows:
4.3. The ENGINEER shall submit a revised alignment with the 100% design package.
TASK 7. SURVEY / SUBSURFACE UTILITY ENGINEERING SERVICES (LEVEL D).
7.1. Design Survey
To provide additional information to identify the archeological boundary.
TASK 16.1. DESIGN MANAGEMENT.
ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and
resources.
ENGINEER shall manage change:
• communicate effectively.
• coordinate internally and externally as needed.
• proactively address issues with the CITY's Project Manager and others as
necessary to make progress on the work.
16.1.1. 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.
16.1.2. Communications and Reporting
• Prepare monthly invoices in a format acceptable to the CITY.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 5
ATTACHMENT A
DESIGN SERVICES FOR
TWIN 90•INCH EMERGENCY BANK STABILIZATION
ASSUMPTIONS
• City will perform self -review — no coordination required with TCEQ.
DELIVERABLES
• Monthly invoices.
• Monthly progress reports.
TASK 16.3. FINAL CONSTRUCTION DOCUMENTS (100 %)
16.3.1 Completed under the Amendment 3 scope.
16.3.2 Completed under the Amendment 3 scope.
16.3.3 Engineer will develop other than open cut (OTOC) design and details.
16.3.4 ENGINEER will develop preliminary project specifications and front-end documents
for City review, incorporate any CITY comments, and provide the project manual for
bid and construction.
ASSUMPTIONS
• ENGINER shall provide CITY with electronic files for review and comment.
• ENGINER shall provide CITY with electronic files for bidding purposes.
TASK 16.4. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows:
16.4.1 Construction Support
• Per the Amendment 3 scope.
16.4.2 Record Drawings
• Per the Amendment 3 scope.
16.4.3 Submittal Review
• ENGINEER shall review up to 15 construction material submittals.
TASK 16.6. BID PHASE SERVICES
Upon completion of the design services and approval of the Final drawings and specifications
by the OWNER, the ENGINEER will proceed with the performance of services in the bid
phase. ENGINEER will support the bid phase of the project as follows.
• The ENGINEER will provide technical assistance with the contractor's questions.
• An addendum will be prepared as needed for any plan revisions.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 5
ATTACHMENT A
DESIGN SERVICES FOR
TWIN 90•INCH EMERGENCY BANK STABILIZATION
• Utilize BIM360 for electronic bid document distribution, bidder's questions, and
electronic bid submittal. Printed bid documents will be available at City Hall. City
Hall shall receive all printed bids.
• Attend the prebid conference in support of the CITY.
• Attend the bid opening in support of the CITY.
• ENGINEER will prepare itemized bid tabulation, evaluate bids for discrepancies,
check contractor references, and prepare a letter of recommendation of award.
ASSUMPTIONS
• The project will bid only once and be awarded to one contractor.
• 1 Addenda
DELIVERABLES
• Plan Revisions (if required)
• Letter of Recommendation
• Bid Tabulation
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 4 of 5
ATTACHMENT A
DESIGN SERVICES FOR
TWIN 90•INCH EMERGENCY BANK STABILIZATION
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existinq Scope of Services — Refer to original
contract for additional services not included in the scope of services. CITY and ENGINEER
further agree that the following services are beyond the Scope of Services described in the
tasks above. However, if requested, ENGINEER can provide these services 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 before the services are
performed. These additional services include the following:
• Resident project representation (RPR).
• Subsurface Utility Engineering (SUE).
• Geotechnical Drilling.
• Services related to the development of the CITY's project financing and budget.
• Performance of materials testing or specialty testing services.
• Services related to damages caused by fire, flood, earthquake, or other acts of
God.
• Services related to warranty claims, enforcement, and inspection after
completion.
• Services related to Survey Construction Staking.
• Services to support, prepare, document, bring, defend, or assist in litigation
undertaken or defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project
as requested by the CITY.
• Environmental services, including preparation of a Clean Water Act Section 404
Individual Permit or Nationwide Permit Pre -Construction Notification,
Archeological monitoring during construction, or THC coordination (for Marys
Creek construction project).
City of Fort Worth, Texas
Attachment A
PIVO Release Date: 08.1.2014
Page 5 of 5
TASWH EXorlBp.. OWN
TAS WMOUR BREA!(�OWN
]rE B.rr.l Irrt.rwpter-Am.nEm.rrt No>- part t .�•• o.•.
ICPN toat28
��.—J-, =.
�o
~z :;; xl I :� �� a' I el- ri u . V•i I rf s r
I I I I I
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
3rd Barrel Interceptor - Amendment No.4 - Part 1
CPN 103128
Task No.
Task Description
Total Labor Subconsultant
Total Expense Task Sub Total
% Complete
Cost Travel
Reproduction Cost
Rate
MWBE Non-MWB7ense
3.0
�reliminar� Design/60%
$9.637 $8,969 S01 $34 $40 $9,043r
$18.680
0.00%
3.7
Environmental Pennntinp valuation
$9.637 $8.9691 $341
$40 S9,043
S18,680
0.00%
4.0
Fi.nal Desigp,nn f)90%) and Final CDs (100%)
$25.191 $o Sol $241
$9 $33
$25,224
0.00%
4.3
Prepare 100Ho Plans/Specs
$25.191 1 1 $241
$9 533
S25,.4
0.00%
7A
Survey1SUE Level D
$372 $01 $2,2D0� 3161
$0 52,216
$2,588
11.00%
7.1
Survey
$372 I 62.200j 516j
S2,216
S2.588
0.00%
Totalsi $
35,200.00 1 $ 8,969.00 1 $ 2,200.00 1 $ 74.00 1 $
49.00 $ 11,292.00 $
46.492.00
0.00%
j
01 o%
Project Su(�jnary
1,620 t00%
Total Hours
216
1.6201 100%
Total Labor
$35.200
Total Expense
$11.292
(A)
Total Fee
$47,609
MBFISBE Subconsultant
S8,969
(B)
Survey Fee
$2,200
Nan-MBE/SBE Subconsultant
S2,200
(C) Total Fee(-)
survey Fee
S45,409
10% Sub Markup
S1,117
Sewer Fee (100.00% of C)
MBE/SBE Participation
18.8%
I
$45.409
Total Project Cost
$47,609.00
City of Fort Worth. Texas
Attachment B - Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
Payment Request 9: 55399-XX
Service Date:From
Service Date:T0
Invoice Date:
Budget 10% sub Sub Total Total Budget
Remaining markup w/70%sub Completed Remaining
markup Amount
$18,680.00 $897 $19.577 $0 $19,577
$18,680.00 $897 S19,577 $0 $19.577
$25.224.00 $1
$25,224 SO 525,224
S25..4.00 $o S25,224 $0 S2s,zz4
$2,588,00 $220 $2,808 so $2,808
$2,588.00 $220 S2.808 So S2.808
$46.492.00 $1.1171 $47,6091 sol $47,609
Note to City:
The "Task Sub Total" does not account for the 10%Sub-
consultant markup. As such, columns AG and AH were
added so that numbers matched Attachment B-1
EXHIBIT B-2
Level of Effort Spreadsheet
TASKIHOUR BREAKDOWN
Design Services for
3rd Barrel / Village Creek / 5 Sites -Amendment No.4 Mary's Creek Sewer M-259 Relocation - Part 2
CPN 103'28
I
Labor moor:
I
x n e
E7...
aII(p
sTravel
I
Task No.
Task Description
Project
I
Senior Advisor/
J
Assistant
EIT
Utliity
'onstruetab
OA Reviowar
Environmental
Total Labor
Subconsultant
Total Expense
Task Sub Total %Complete
Budget
Manager
OC Reviewer
PM
CAD
Inty Review
Scientist
Cost
I
Reprotluction
cost
Remaining
race
$34'1
529tl
$171
$126
)I
$15tl
$3391
$37U
$196
MWBE Non-MWBEI
16.1
16.1.1
Design M.n.g...nt
Managing the Teem
1 2I
I
0!
U
01 0�
-� 0 $1,451
SO
$U
$01 $01
I
90
s0 $1.451
50
0.00%+�
0.00%J
$1.451.00
$0.00
Internal Team Coordmebon
1
I
I
$0
0.00Y.
50
I
I
t
I
)
31
0
.
18Anstruction Phase Services
1
51
D 151
DI 0 01 01
0�
KZ75I
S01 $01 $01 Sr$01
S4.2751
0.00%
S4,2r5
0.4.37.enri Pre-Consbucton Conference
1
11
1 21
I I I
$684{`
I I I
1
$6841
0.00%
$684.00
�Submittal Renew
I
I
I 101
I I I
$1.710
I I I
1
$1.7101
0.00%
$1.710.00
1iiF000
1
1I
I 31
I I 1
5855
I I I
1
58551
0.00%
$855.00
IF1nal Walk Through
31
1 1
I 1 I
51.0261 I I I
$1.0256
0.00%
$1,026.00
18.8 IBid Phase
1
1
D 121
21 2 01 01
20
$6,8826 $01 $01 S01 SO
501
16:112:
0.00%++
$6.682
BIM 360 Ccortlination
I
I
1 21
I I I I
4
$1,126 I I I
$01
S1,1261
0.00%I
S1.126.00
1 Issue Addenda
I
1
I 11
I I I
S171 I I I
1
$1711
0.00%1
$171.00
j Attend Pre -bid Conference
3
I
$855 I I II
1
S8551
0.00%I
$855.00
Atted Bid Opening
111
1
$17
1
5171
000%
$171.00
Tabulate Brie and Recommend Am
31
I
$5113
1
55131
0.00%1
$513.00
Issue Conformed Contract Documents
1
1 21
2
16
$4.046
$01
$4.046
0.00%1
$4,D46.00
Tatllsi
201
6,988
Projectummery
Tot. Hours) 70
Total Labof 518.988
Total has So
MBEISBE Subcon uiten 50
Non-MBEISBE Subconsultan I $0
10% Sub Markup SO
MBEISBE Pancipatio 1 0.0%
Total Project Coati $16,986.001
City of Fort Worm, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FW WTR Official Release Date: 8.09.2012
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
3rd Barrel / Village Creek / 5 Sites - Amendment No.4 Mary's Creek Sewer M-259 Relocation - Part 3
CPN 103128
Task No. Task Description
16.1
'Design Management
16.1.1
Managing the Team
Internal Team Coordination
QA/QC (2QA, 3 QCs)
16.1.2
Communications and Reporting
Pre -Design Coordination Meeting (1 total)
Design Submittal Review Meetings (1 total)
Benbrook Coordination
6.3
1Final Construction Documents (100%)
16.3.3
IOTOC Design
16.3.4
I Specifications
16.4
(Construction Phase Services
16.4.3
lAttend Pre -Construction Conference
ubmittal Review
�I/CO
V
nal Walk Through
�6.6 id Phase
l BIM 360 Coordination
I Issue Addenda
I Attend Pre -bid Conference
l Attend Bid Opening
l Tabulate Bids and Recommend Award
Issue Conformed Contract Documents
1
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
Expense
Total Labor
Subconsultant
Total Expense
Task Sub Total
%Complete
Budget
Cost
Travel
Reproduction
Cost
Remaining
Rate
MWBE Non-MWBE
$1,451
$0
$01
$01
$0
$0
$1,451
0.00%
$1,451.00
$0
1
1
$0
0.00%
$0.00
$0
1
1
$0
0.00%
$0.00
$938
1
1
$938
0.00%
$938.00
$513
1
1
$513
0.0 %
$513.00
$0
1
1
$0
0.00%
$0.00
$0
1
1
$0
0.00%
$0.00
$0
I
I
-
1
$0
0.00%
$0.00
I $4,3801
$01
$01
$01
$01
$01'
$4,3801
0.00%
$4,380
$2,092
1
1
1
1
$2,092
0.00%
$21092.00
11j
$2,288
1
I
1
I
$2.2881
0.00%
$2,288.00
$4,275
$01
$01
$01
$0
$Dl
$4,275,
0.00%
$4,275
$684
1
1
I
1
$6941
0.00%
$684.00
$1.710
1
1
I
1
$1,7101
0.00%
$1,710.00
$855
1
1
I
1
$8551
0.00%
$855.00
$1,026
I
I
I
$1,0261
0.00%1
$1,026.00
i
i
r
1
I
$6,882
$o1
$01
$01
$0
$01
$6,8821
0.00%
$6,882
$1,126
1
1
1
$01
$1,1261
0.00%
$1,126.00
$171
1
1
1
$1711
0.00%1
$171.00
$855
1
1
I
1
$855
0.00 %
$855.00
$171
1
1
I
1
$171
0.00%
$171.00
$513
1
I
I
I
$5131
0.00%1
$513.00
$4,046
I
I
I
$01
$4,0461
0.00%1
$4.046.00
Totalsl $16,9881 $ol $01 $01 $Ol $01 $16,9881 $01 $16,988
Project Summary
Total Hours
70
Total Labor
$16,988
Total Expense
$0
MBE/SBE Subconsultant
$0
Non-MBE/SBE Subconsultantl
$0
10% Sub Markup)
$0
MBE/SBE Participation)
0.0%
Total Project Cost] $16,988.001