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 ]