Loading...
HomeMy WebLinkAboutContract 60499-A1CSC No. 60499-A1 AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 60499 WHEREAS, the City of Fort Worth (CITY) and Freese and Nichols, Inc., (ENGINEER) made and entered into City Secretary Contract No. 60499, (the CONTRACT) which was authorized M&C 23-0867 on the 17th day of October, 2023, in the amount of $910,195.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Bryant Irvin Westside II/ Southside II Pressure Plane Transfer Phases 1-3, CPN 104881; 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 $353,749.00. 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 $1,263,944.00. 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 City of Fort Worth, Texas Bryant Irvin Westside II/ Southside II Pressure Plane Transfer Prof Services Agreement Amendment Template CPN 104881 Revision Date: 12/08/2023 Page 1 of 2 EXECUTED and EFFECTIVE as designated Assistant City Manager. APPROVED: City of Fort Worth William Johnson (J n 6, 2025 14:53 CST) William Johnson Assistant City Manager DATE. 01 /06/2025 ATTEST: & \ lt� )� - Jannette Goodall City Secretary 4a9voun �p fORt�Il�p p�,OF0000 00000�Yo9 dd pro .1d OVA 0=0 Oa�� nEXA`Qo4� APPROVAL RECOMMENDED: CkYl-isf012l7e11- ff&ltdet' Christopher Harc(er (Jan 2, 2025 14:54 CST) Christopher Harder, P. E. Director, Water Department Contract Compliance Manager: of the date subscribed by the City's ENGINEER Freese & Nichols, Inc. 11) Lcw� ,� Nick Lester, P.E Vice President DATE: 12/18/2024 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. Preeti KC, P.E. Project Manager APPRO W FORM AND LEGALITY: Douglas Black (Jan 6, 2025 12:37 CST) Douglas W. Black Sr. Assistant City Attorney City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: 12/08/2023 Page 2 of 2 M&C No.#: 24-0994 M&C Date: November 12, 2024 Form 1295: 2024-1224164 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Bryant Irvin Westside II/ Southside II Pressure Plane Transfer CPN 104881 801 Cherry Street, Suite 2800 + Fort Worth, Texas 76102 + 817-735-7300 + FAX 817-735-7491 www.freese.com September 30, 2024 Ms. Preeti KC, P.E. Project Manager City of Fort Worth Water Department 311 West 10th Street Fort Worth, TX 76102 Re: Professional Service Agreement for Bryant Irvin Westside II/Southside II Pressure Plane Transfer Phases 1, 2, and 3 (City Project No. 104881) Amendment No. 1 Dear Ms. KC: Freese and Nichols, Inc. (FNI) is pleased to provide this amendment proposal for professional design services for the WS 2.5 to NS2 Transfer and Water Line Extension project. The fee includes design management, design services for the water and sewer line, tunneling design, geotechnical and environmental investigation, environmental tree survey, bid phase and general construction support, and design survey. A summary of the additional costs is shown below: Task 12 Items Fee Design Management & Project Coordination $20,581 Water/Sewer Design $136,314 Electrical and I&C Design for the Valve Vault $46,324 Geotechnical Investigation $29,720 Environmental Investigation & Tree Survey $11,526 Bid Phase $8,736 Construction Phase $29,504 Survey $45,814 TROE/Easements $25,230 Additional Services (only if authorized by FW Water) $10,000 Total $353,749 L:\Client\OLCR\F\Fort Worth\Westside 11 to Southside 11 WL\Amendment 1 CPN 104881 Amendment No. 1 Bryant Irvin Westside II/Southside II Pressure Plane Transfer Phases 1, 2, and 3 September 30, 2024 Page 2 of 2 Original Contract Amount Amendment No. 1 Contract Amount to Date $910,195 $353,749 $1,263,944 Freese and Nichols appreciates this opportunity, and we would like to meet with you to discuss these additional services at your convenience. Sincerely, Amanda Johnson, P.E Project Manager Attachments Attachment A — Scope Attachment B1b — LOE Attachment B2 — OPCC Attachment D1— Project Schedule Project Exhibit L:\Client\OLCR\F\Fort Worth\Westside 11 to Southside 11 WL\Amendment 1 ATTACHMENT A DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO,: 104881 ATTACHMENT A Scope for Enaineerinq Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE II/SOUTHSIDE II PRESSURE PLANE TRANSFER PHASES 1, 2, AND 3 AMENDMENT NO.1 CITY PROJECT NO.: 104881 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. Tasks 1 through 11 will remain in accordance with the original contract. This amendment will include additional design efforts for the following to transfer the services for customers along the West side of Marina Drive from the City of Lake Worth to the City of Fort Worth. Design of approximately 1,860 LF of 12" water line along Marina Drive, a 340 LF 12" trenchless crossing across the confluence of the stream channel and Lake Worth between Malaga Drive and Marina Drive, 500 LF of 24" water line extension from the existing Lake Worth crossing towards Tompkins Corner, a WS2.5 to SS2 transfer valve station including a SCADA controlled valve and metering. The project will also include 1,200 LF of sewer line to connect approximately nine existing grinder pumps to the City of Fort Worth sewer system. WORK TO BE PERFORMED Task 12. WS2.5 to NS2 Transfer and Water Line Extension TASK 12.1. DESIGN MANAGEMENT. 12,1.1. Communications and Reporting • Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, verify CITY objectives, and ensure economical and functional designs that meet CITY requirements. • Conduct up to three (3) review meetings with the CITY at the end of each design submittal 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. City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 16 ATTACHMENT A DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO.: 104881 • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities, including the Fort Worth Parks Department, City of Lake Worth, and existing Lake Worth customers as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. • 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 • 10 MWBE reports will be prepared. • One kickoff meeting with City staff. • Up to three design workshops with City staff. • 10 monthly project schedule updates will be prepared. • The proposed alignment along in ROW, where applicable. Two permanent easements are anticipated. The other property outside of ROW belongs to the City of Fort Worth. DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form TASK 12.2. CONCEPTUAL DESIGN (30%). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Study the project ■ Identify and develop one alignment that enhances the system ■ Present design to the CITY ■ 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 Date: 08.1.2014 Page 2 of 16 ATTACHMENT A DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO.: 104881 12.2.1. 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 identify and seek to obtain data for existing conditions that may impact the project including but not limited to; franchise utilities, City of Lake Worth records, and property ownership as available from the Tax Assessor's office. 12.2.2. The Conceptual Design Package shall include the following: • Roll Plot • After the survey is complete, the route will be identified. The ENGINEER will then prepare a strip map of the alignment and proposed appurtenances. The map will show a proposed plan -only view of the alignment with proposed valving. The ENGINEER will meet with the CITY to review the submittal before proceeding with the Preliminary Design. • Documentation of key design decisions. • Estimates of probable construction cost. 12.2.3 Hydraulic Modeling FNI will update the hydraulic model based on the identified connection points and tie-ins to the existing system. The modeling team will evaluate system hydraulics between the WS2.5 and NS2 pressure planes. The modeling team will run up to three (3) scenarios at various demand levels and operations. The modeling team will provide flow rates and pressure data for the design team to assist in the overall project progress. Mapping and model results will be included as part of the 30% Conceptual Design components. 12.2.4 Environmental FNI will compile readily available existing information and prepare maps of the proposed project area in preparation for a pedestrian survey. The types of information that will be gathered will include, but is not limited to, U.S. Geological Survey (USGS) 7.5-minute topographic maps, U.S. Fish and Wildlife Service (USFWS) National Wetlands Inventory (NWI) maps, Natural Resources Conservation Service (NRCS) soils maps, as well as recent and historical aerial photographs of the proposed project area. FNI will conduct a pedestrian survey of the proposed water line alignments to make observations of existing environmental conditions, identify types and locations of potential waters of the U.S., and assess potential federally listed and proposed for listing threatened and endangered species habitats. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 3 of 16 ATTACHMENT A DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO.: 104881 • FNI Scientists will conduct a tree survey within the proposed temporary and permanent easements on City of Fort Worth property, in compliance with City Forestry requirements. • A draft Tree Removal Application will be prepared for trees to be cleared from the temporary easement and submitted to the City for their review. After incorporating City's comments into the document, FNI will submit a final Tree Removal Application to the City. Information gathered during the pedestrian survey will be used to prepare a draft technical memorandum. The memorandum will include discussions of methodologies used, the hydrologic characterization and locations of potential waters of the U.S., and an opinion on their jurisdictional status. The draft technical memorandum will be submitted to the City for review and comment. After incorporating City's comments into the document, FNI will submit a final technical memorandum to the City. ASSUMPTIONS • 1 copy of the conceptual design package (30% design) will be delivered. • DWF files created from design CAD drawings will be uploaded to the designated project folder in BIM 360. • ENGINEER shall prepare the meeting minutes of the Concept Review meeting and incorporate comments into the Preliminary Design. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design. DELIVERABLES A. Roll plot of the proposed alignments B. Estimates of probable construction cost TASK 12.3. PRELIMINARY DESIGN (60%). 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. 12.3.1. 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 #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; descriptive location (i.e., set in the centerline of the inlet in the South curb line of North Side Drive at City of Fort Worth, Texas Attachment A PMO Release Date: OB.1.2014 Page 4 of 16 ATTACHMENT A DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO.: 104881 the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall proiect easement lavout sheet(s) with property owner information. • Overall proiect water 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. • 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 1,500 ft of plan/profile sheet. • Bearings given on all proposed centerlines or baselines. • Plan and profile sheet. which show the following: proposed open cut and trenchless water 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 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. The ENGINEER shall make provisions for reconnecting all identifiable water and/or sanitary sewer 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 ENGINEER will prepare standard and special detail sheets for water line installation and sanitary sewer 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. Upon completion of the Environmental Investigation and Geotechnical Investigation, the ENGINEER will evaluate the trenchless construction methods for steel casing installation underneath the confluence of the stream channel and Lake Worth between Malaga Drive and Marina Drive. The ENGINEER will also evaluate the bore pit construction methods associated with the trenchless construction methods. • Develop SCADA drawings to include an RTU cabinet, antenna, and electric service. The development includes coordination with the power company and electrical design. After an appropriate location is confirmed, a preliminary path study will be performed. 12.3.2. Constructability Review City of Fort Worth, Texas Attachment A PIVO Release Date: 08.1.2014 Page 5 of 16 ATTACHMENT A DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO.: 104881 • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY's Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 12.3.3. 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, 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. 12.3.4. 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. 12.3.5 Geotechnical Investigation • ENGINEER shall advise the CITY of test borings and other subsurface investigations that may be needed for the project. The ENGINEER will provide all drilling, sampling, and testing and develop a geotechnical report as outlined below. Task 3.5.1— Field Exploration • Select and mark up to 2 boring locations and notify Texas 811, City of Fort Worth, and TXDOT to request location and marking of existing underground utilities prior to the field exploration. The locations will be selected to be clear of underground and overhead utilities. • Obtain drilling permits from the City of Fort Worth and TXDOT prior to drilling core borings. Traffic control plans for the core drilling will be developed and submitted as a part of the drilling permits. Subcontract with a geotechnical drilling contractor to drill up to 2 borings to a depth of 50 feet each, one on each side of the lake tributary. One boring will be drilled off Marina Drive, and the other will be drilled off Malaga Drive. Traffic control will be required if the borings cannot be offset from the roadways at sites accessible to a truck -mounted drilling rig. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 6 of 16 ATTACHMENT A DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO.: 104881 • Samples will be collected intermittently using continuous flight augers and either split -spoon or tube samplers. Rock and rock -like materials will be cored with an NX-sized core barrel or tested insitu using a TxDOT Cone Penetration Test, as appropriate for the material. • The borings will be grouted with cement-bentonite grout upon completion. • Provide an Engineer or Geologist experienced in logging borings to direct the drilling, log the borings, and handle and transport the samples. Visual classification of the subsurface stratigraphy shall be provided per the Unified Soil Classification System (USCS). Task 3.5.2 — Laboratory Testing • Testing shall be performed on samples obtained from the borings to determine soil classification and pertinent engineering properties of the subsurface materials. FNI will select samples for laboratory testing, assign tests, and review the test results. Testing will be performed by a geotechnical testing subcontractor. • Laboratory tests will be assigned based on the specific subsurface materials encountered during exploration. Test type and quantity may vary, but are expected to include: • Classification tests (liquid and plastic limits and percent passing the no. 200 sieve or gradation) • Moisture content • Dry unit weight • Unconfined compressive strength • Soluble sulfate content, soluble chlorides, pH, and electrical resistivity Task 3.5.3 — Engineering Analysis • Prepare geotechnical data report to include: • Geotechnical data report with brief discussion of methods used for investigation. Appendix with the boring locations, boring logs, laboratory test results, and a key to the symbols used. • Provide geotechnical support to the design team as needed. ASSUMPTIONS • Traffic Control "Typicals" will be utilized to the extent possible. • 2 sets of 11"x17" size plans will be delivered for the Constructability Review. • 2 sets of 11"x17" size plans will be delivered to the City for the Preliminary Design (60% design) review. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 7of16 ATTACHMENTA DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO,: 104881 • 2 sets of specifications will be delivered to the City for the Preliminary Design (60% design) review. • 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. • 2 sets of 11"x17" size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with 90% or Final Design activities without written approval by the CITY of the Preliminary Design plans. • Attend two public meeting per construction package (up to 4) • 2 Geotechnical borings are expected for this project. DELIVERABLES A. Public meeting exhibit B. Preliminary Design drawings and specifications C. Utility Clearance drawings D. Estimates of probable construction cost E. Database listing names and addresses of residents and businesses affected by the project. TASK 12.4. 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. • Incorporate City comments and submit draft Final plans (90%) and specifications to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, and incorporating City comments, 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 the 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. City of Fort Worth, Texas Attachment A PMO Release Date: D8.1.2014 Page 8 of 16 ATTACHMENT A DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO.: 104881 ASSUMPTIONS • 2 sets of 11"x17" size drawings and 2 specifications will be delivered to the City 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. • 1 set of 11"x17" size drawings and 1 set of 22"x34" size drawings and 2 specifications will be delivered to the City 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. • Engineer to provide final sheet list (cover/index, general notes, control point location, easement layout (as required), no. of plan/profiles, special detail sheets, etc.) to the City. DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs, including summaries of bid items and quantities using the CITY's standard bid items and format. TASK 12.5. BID PHASE SERVICES. ENGINEER will support the bid phase for each construction package (up to two) as follows. 12.5.1. 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 .xls 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 maintain a list of plan holders 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 City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 9 of 16 ATTACHMENT A DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO.: 104881 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 bidder's questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto BIM 360. • 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. • 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. 12.5.2 Conformed Design Drawings (Issued For Bid) Conformed 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. Sinqular 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. • 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 naming convention to be used for the DWG files shall be as follows: City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 10 of 16 ATTACHMENT A DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO.: 104881 • 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. • 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 designed as one project and bid as two projects to two contractors. • Attend one in person public meeting for each construction package (up to two) • Construction documents will be made available on BIM 360 for plan holders and/or given to plan viewing rooms. • 1 set of 11"x17" size and 1 set of 22"x34" size drawings plans and 2 specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF, and DWG files will be uploaded to BIM 360. DELIVERABLES A. Addenda (up to 1) B. Bid tabulation C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents (conformed, if applicable) TASK 12.6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase as follows. 12.6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre -construction conference, the ENGINEER shall provide project exhibits and attend a public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 11 of 16 ATTACHMENT DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO.: 104881 • The ENGINEER shall visit the project site two times as construction proceeds to observe and report on progress. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents including up to 1 RFI, review change orders (up to one), and make recommendations as to the acceptability of the work. The ENGINEER shall attend the "Final' project walk through and assist with preparation of final punch list 12.6.2 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As -Built Survey o Red -Line Markups from Contractor o Red -Line Markups from City Inspector o Copies of Approved Change Orders o Approved Substitutions The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the as -constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified, and stamped as Record Drawings. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red -lined drawings shall be returned to the CITY. Record Drawings shall also 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 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: City of Fort Worth, Texas Attachment A PIVO Release Date: 08.1.2014 Page 12 of 16 ATTACHMENTA DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO.: 104881 • TPW file name example — "W-1956_rec47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "47" shall be the total number of sheets in this file. Example: W-0053_rec3.pdf and K-0320_org5.pdf • Water and Sewer file name example — "X-35667_rec36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "36" shall be the total number of sheets in this file. Example: X-12755_rec18.pdf • Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in BIM 360. ASSUMPTIONS • 1 RFI is assumed. • 1 Change Order is assumed. • One PDF (22"x34") copy will be delivered to the CITY. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Order D. Review of shop drawings (up to 30) E. Final Punch List items F. PDF copy of Record Drawings TASK 12.7. 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. 12.7.1. Right -of -Way Research • The ENGINEER shall determine rights -of -way and 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. ASSUMPTIONS • 15 Easements or right-of-way documents are anticipated, nine for the grinder pumps, and six for the water line. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 13 of 16 ATTACHMENT A DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO,: 104881 • 8 Temporary right -of -entry documents 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, 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. TASK 12.8. SURVEY ENGINEER will provide survey support as follows. 12.8.1. 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: o A Project Control Sheet, showing ALL Control Points, used, or set while gathering data. Generally on a scale of not less than 1:400: o The following information about each Control Point. a) Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) b) 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). o Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. o No less than two horizontal benchmarks, per line or location. o Bearings given on all proposed centerlines, or baselines. o Station equations relating utilities to paving, when appropriate. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 14 of 16 ATTACHMENT A DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO.: 104881 ASSUMPTIONS Topographic survey will be a total width of 50' in areas outside of ROW. Areas within ROW will be the full width of the ROW. Survey to obtain the locations of the house limits, sewer cleanouts, and grinder pumps is also included. DELIVERABLES • Copies of field survey data and notes signed and sealed by a licensed surveyor. • Drawing of the project layout with dimensions and coordinate list. Task 12.9 ADDITIONAL SERVICES AS DIRECTED BY THE CITY Engineer will complete additional tasks not defined in the above scope, as directed in writing by the City. The tasks will be performed for a fee agreed upon by the City and Engineer at the time of authorization. Should the required scope of work exceed $10,000, Engineer will submit a request to cover the additional work required. • Additional services as directed by the City, up to $10,000. 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: • Services related to the evaluation or replacement of existing grinder pumps. • 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 phase 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. • Review of more than 4 Requests for Information per construction package. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 15 of 16 ATTACHMENTA DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO.: 104881 • Review of more than one change order per construction package. • Services related to Survey Construction Staking or Construction Control 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 and not specifically identified in the Scope of Services. • Analysis of subgrade conditions for pavement design related to geotechnical bores. • Clean Water Act Section 404 Nationwide or Individual Permit application • Cultural Resources Survey • Phase I Environmental Site Assessment • Federally listed Threatened/Endangered Species presence/absence survey • Any other environmental services not listed in the above scope of work • Additional field investigations or analysis required to respond to public or regulatory agency comments. • Additional reporting, geotechnical investigations, or analyses required by the UPRR in addition to the online permit application. Payment of fees other than the crossing application fee to the UPRR associated with the online permit application. Payment of rush fees for online permit applications. • Site clearing and grubbing for access for drilling rig conducting the geotechnical investigation. • Preparation of a Geotechnical Baseline Report. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 16 of 16 f,uke 11yoi-th C DRAFT FIGURE CITY OF FORT WORTH BRYANT IRVIN WESTSIDE 2.5/NORTHSIDE 2 LEGEND Proposed Wastewater Line a Manhole Aft Proposed z4" vv,t,r Line L Ne— I r.;r..s? Y XV7, —Z. S! Proposed WS 2.5 to t I Transfer Valve I Nor F ;I_ Water and sewer , service for the Ilk properties on the west side of Marina Drive will be transfered to City of e Proposed Transfer Valve Proposed Water Line m Force Main Parcel 0, X Water Linel City Limit FORT WORTH® Other City Limit rFREESE -1023VICHOLS Take. Tox o..cnvuen � P.Inwwl rrel.a I rreNa Tunn.une swU1 Mmaew Enelnwr Latl aNOL I ,;RMWm I 21 . Ra•OraOl Cbad4ran MMa� I � ISI I 1 1 � JI el I 123 ,za ,.z> R�� dd NrRn��n.FnR...�m o Rrn°m v.f°efrA m si� I I ,ze ��mmeE+seE ,uzr ar° n ceem�naoen 21 IomoLEllec4oen 61UYHnY WEt4na bn I z1 sl I al QI I 22 I — weleaaan PocaaHel3tnRMnF1 I z] I Meaq�� I'�a 1 EMlrm�vnery°2N�epTr/ww9yunnr I I 11III ,T IRaMMnry U659tl fn°wTrq, °rq al °I al 32 SS Ic,we<m.�llmP,u��+ I 4e Iwdic Maaim nm�ll110m I I 2 I I I I �,zA IP�n D awn nmcl� ., Iy matwomn mnmrn al ��"1 eel ,b DIII .]DaDIlI, IIIElxvw°aav°no rFlEv%al m6DmtaDC%oron n,mmceed �ap%nna°Z111.1. .l 2II1 I I uv ieltl rn®a.ran., f iWyuggir n ! a ni 4,.e1 Tawwnaaa�%Rnnmma°,.,.,,, 'I , 21 I s1 I Mm. caeam,a oeaanem> 4] I F+mle Mraonv nn hrwnl nL na0.ualnn rlw SMHm I z I ] 9 3,1 I I I I °I �� I I nEun>en I I413 +cawnca°•cwenncn c OdonB lln I 1 n,.S l SAa vi'A),Mlb J 1 4,A I f6n �Me IXe I&1I gaP„.wnlnrlan r� x I II 31 I a I 21 I al I 1 0.t.el Senn er nglI55w I "1 I 1 82 IRKmb Omm�dUA, &nIP 10 I . � i901 1'Ti I111UE If��fA1� nL I>tIry ,n SUE 1 4t leeu�SW n+ enbl Oeimel Qry a FMI WM14 Tws Irmtl a -Lava w EHOR 3uppbmaq TyMna Wm —1 5ewm R°vmcrmca FWWTR Relsan°Oato e.09.20,2 Myaemnnr my°1"I�cem ° ginH Oalnp II �pw°n/ Ptlminlatrallva I 4 el I I I DI �I I I el I I I al el I el I I al G bl of al 1 I 41 1 al I 1 I I I el tnl snx°n,wmn, �Rrr MWeE Jn° Al sol I i . so.som I '3000 _t05W1 1 :ol �I I I I I I � I I I I I I w� I I I I JJJ fI I 01 (11 01 4I bl 4I al 1 Nb I ---m I d)I I S]2500 G eal el C2eal m.eaal 301 1 I I I I l I ei %2ltlal foal =oigal ai ,sl zlll I sDl a� : � 1 s ,4,sbb EXHIBIT B.2 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for Westside II to Southside 11 Water Line Amendment No.1 Citv Project N. 104881 c.al.amca c«mwtmal cMa.alnlcw Ensm»r d � IFlaal � J 0.„al � IEnSln..rJ 6 d nG i i i 1 al _4 °I I I I I fi al � ]el I t� I 2sl I I I I e� nl DI ,el I I I ,al I I I I Di .1 of n I I I I I I I I I I I I I I I GI al I I of jai I I I I I I I I I I I al I bl I 21 o.wnn.1 EnwnnmMea eao r.a °p rew L.bm eva [main �/ Isd.ne,4 J alarm n (, s'vd L v sm.aa s9 rzD I 31.@0 D� f20 sza,2 301 a ae.T23 °0i 1 seat aDl Dl zTea I I ic553.E I I b :Ia a sal sssa.� I I I I S„�essl I I I I Basel aal D1 J el 3Ra31 2D I s21 I s]e zeal I I el 1 szTZDI t31 aJ ; 52J.@,1 I saral el 01 ,el q! r.ael I l � 1 sal I � I I 52a1 I I I ssT I tDl I w]ssl I I I I mal mTsw °i °i sol I I I I =ail I I I II I 'al I +9 He01 Fneleea %FenYea eelen— I I Summary TabM I Wart 2Tn0 ea.2]% E24a.ae] lF % ooaen F,nl Telacea xcMngan RE°ena° Toea ;f00 100%a Ae],Tae 1 9,nw 1,20a J4Ti% zoe,eae I s09 I c�A�� rssxs,b recv r.raacemga. e.ava awwnlna .a Ryrebvm �T°r "'�II � I I A I aelvnF Se� SD WA 4x O% S9.R0 S,Oi S15sp�gYl SII>.� S�e a% � SLIT+ a� 322E n @ itfife Sale Ssr,ri szals tA.Ysa v% IImi SST.ffi JS]'b 5330 SJS.Oa[, a 90: W: Zle.0ee s>UI S1T31 s>C iax Sl it0.,� S1t,Y^E 1n.2H D% 4R ft,.3X eo-i 3, 75 5 W 5,80 ssD 32a w St3. ssDl 59t SZr.i20 s 0% D% 0% H%I ene SZr.Tl0 voe w s.DDI :uMl saenl 4%I s�.F, szwl I i w32 1p s]eaal II.r2Dl a%I 1 s]eaa s;rm l 52001 IID01 + IIa,DT,I >IDI . aril II!m, s961 sdl II s,.vom: 32001 .o01 s IIvol 4ne 1 axi 1 �I arai SaTe I I s,.zaDl ml s1?DDI Basel xs sael mal D% wTe ss.sve I s2DDl 1 smal saJ asap 1 s,1p SUI son m. wlwa v%� I mvm 32001 31 ST31 wael D%I _ R Rase I t41 Isol sJ401 iol wl Sw01 yLeaDl SS1122^�^ry1 3„e21 st,.t rat st0 zeal IIdveal IIA._ D%I 0%1 D%I O%I 3,,3] 314Te0 sN.6e0 st.—WNII PeeWl X,�l4al �I.SM D%I .Ma �f01 Pm M3 Sumner as Have I Taw Iamr IIea.4,] I Taml Exvame 391.]@ I MBF/SBE Saxonnulmm S@,000 I NaFMBESBE Swxoulmw s10.>W 1 10% 3T,M M I BE50E Pomc�F°ban t4ea% I Tnta rrDM CeaI ARTaA0 CPN104881 - Westside II to Southside II Water Line Amendment No. 1 Project Schedule Report Print Date: Thu 9/26/24 ID Name Duratlon 'Start Flnlsh Finish Predecessors 2125 2.026 iTask iVarlance Dec Jan Feb Mar A r May 1. Jul Aue Sep 0 Nov Da Jan Feb I Mar A., May Jun I Jul I Aue I, Seo Ott Nw 2 Notice to Proceed 1 day Mon 12/2/24 Mon ii4,024 v aays , 3 Kickcff Meeting 1 day Wed 12/4/24 Wed I2/4/24 0 days 4 Design Survey 6 wks Tue 12/3/24 Mon 1/13/25 0 days 2 5 Conceptual Design (30%) 34.5 days Tue 1/14/25 Mon 3/3/25 0 d2ys4 6 Prepare 30% Design(Stripmap) 25 days Tue 1/14/25 Mon 2/17/25 0days F —1 ---- ____ - _ - _____-_____ ___'_______ _ 31 Submit 30% Design 1 day Tue 2/18/25 Tue 2/18/25 0 days 10 12 FW Water Review 1.5 wks Wed 2/19/25 Fri 2/28/25 0 days 11 , 13 N_ 30% Review Workshop 1 day Fri 2/28/25 Mon 3/3/25 0 days 12 __ _ 14 30% Design Complete 0 days Mon 3/3/25 Mon 3/3125 0 days 13 _______--------------- 30%De4ign ____. ____—___—_____ tte 15 Preliminary Design (60%) 49.5 days Mon 3/3/75 Fri 5/9/25 0 days ��-1 16 Prepare 60% Prelimina ry Plans and Specs 40 days Mon 3/3/ZS Mon 4/28/25 0 days _ _ _ 21 Submit 60% Design Iday Man 4/28/25 Tue 4/29/25 0days 20 Submit C 22 FW Water Review 1.5 wks Tue 4/29/25 Thu 5/8/25 0days 21 23 60% Review Workshop 1 day Fri 5/9125 Fri 5/9/25 0 days22 _ 24 60% Design Complete 0 days Fri 5/9/25 Fri 519/25 0 days 23 _ 60% clan co Pete _ ZS Final Design (90%) 93 days Mon 5/12/25 Wed 9/17/25 0 days , 26 Prepare 90% Final Plans and Spea 32 days Mon 5/12/25 Tue 6/24/25 0 days 23 31 Submit 90%Design (FW Water &TCEO!) Iday Wed 6/25/25 Wed 6/25/2.5 0days 30 _ _ _ _ Suhmit9 _ DesigNFYWater &TOiQ) - 32 FW Water Review 1.5 wks Thu 6/26/25 Mon 7/7/25 0days 31 , 33 TCEQ Review and Approval 60 days Thu 6/26/25 Wed 9/17/25 0days 31 - _ _ _--- _---- ____ 34 90% Reylew Workshop Iday Mon 7/7/25 Tue 7/8/25 0days 32 I 35 Incorporate Final Comments 16 days Tue 7/8/25 Wed 7/30/25 0 days des Submit Final Plans &Spea lday Wed 7/30/25 Thu7/31/25 Odays 39 submit inalk a.&Specs -- ---- — ---- ,----- _--------- ---- . ---- _--- —--- _ ____ _ 41 Approve Final Plans and Specs (FW Water) 10 days Thu 7/31/25 Thu 8/W25 0 days40 42 Design Complete 0 days Thu B/14/2S Thu 8/14/25 0 days 4l D m eClJte_ 43 SO days Thu 8114/25 Thu 8/28/25 adays42 as Prepare Bid Package 10 days Thu 8/28/25 Thu 9/11/25 0 days 43 a5 ROW/Land 441 days Mon 3/3/25 Tue W3.0/26 0 days i 46 Right of Way Start 0days Mon 3/3/25 Mon 3/3/25 0days 14 - Right Waystr __ 47 . , c. , 31 days Mon 3/3/25 Tue 4/15/25 0 days 46 u Property Management Appraisal Process 95 days Tue 4/15/25 Tue 8/26/25 0 days 47Mill - a9 Easement Acquisition 120 days Tue 8/26/25 Tue 2/10/26 0days 48 • 50 Condemnation (if needed) 195 days Tue 2/30/26 Tue 11/10/26 Odays 49 51 i Permits 204 days Tue 3/11/25 Fri IZ/19/25 0 days 52 USACE Permitting- Submit, Review, Approve .J.1, 25 Fri 12/19/25 0days 54 - ____ ________ 53 Environmental 4021 days Mon 10/12/0!Mon 3110/25 0 drys _ 54 Evaluation and Report 5 wks Tue 2/4/2S Man 3/10/25 0 days 7FS+1 wk i 55 Finalize Report 20 days Mon 10/12/OSFri 1116/09 0 days 56 Utility Relocation 250 days Tue2/18/25 Tue2/3/26 0days 57 UTILITIES Start 0 days Tue 2/18/25 Tue 2/18/25 0 days 11 TIUTIESS an 58 Review Plans and Specs; - Utilities 30% 80 days Wed 2/19/25 Tue 6/10/25 0 days 31 59 Review Plans and Specs - Utilities 60% 80 days Tue 4/29/25 Tue 8/19/25 0 days 21 60 Review Plans and Spea -Utilities 90% 80 days Wed 6/25/25 Tue 10/14/25 Odays30 61 Utility Reloation 80 days Wed 10/15/25Tue 2/3/26 0 days 60 62 Utilities Complete 0 days Tue 2/3/26 Tue 2/3/26 0 days 61 '--------- ---------------- ----------- ---- --------�--- UNICs2ompleae 63 Advertisement 26 days Wed 9/17/25 Thu 10/23/25 0 days 1 64 Bid Advertisement 0days Wed 9/17/25 Wed 9/17/25 0days 33 I CBI Ad ment ( ---------- — --- .---- —___�____.____ 65 Advertisement Period 20 days Mon 9/22/25 Fri 10/17/25 0 days 64FS+2 days 66 Hold Pre -Bid Meeting I day Thu 10/9/25 Thu 10/9/25 0 days 65F5-7 days 67 Bid Opening 0 days Mon 10/20/25 Mon 10/20/2_c 0 days 65F5+1 day B d Openlrr ______________ _______________._________—________.__ ____ ___ ----- ____ - 63 Review Bids- Bid Tabulations and Select Contr3 days Tue 10/21/25 Thu 30/23/25 0 days67 69 Construction 282 days Fri 10/24/25 Fri 11/20/26 0 days 70 Pre -Construction Public Meeting 1 day Fri 10/24/2S Fri 10/24/25 0 days 68 ri Constructiaq lq moos Mon 10/27/2SFri 11/20/26 0 days?i Task Milestone o Summary Project5ummary 1---- ----1 CPN104881 - Westside 11 to Southside 11 Water Line OPINION OF PROBABLE CONSTRUCTION COST • • • Westside II to Southside II WL-Amendment 1 DATE 9/25/2024 CLIENT FW Water GROUP 1112 % SUBMITTAL Conceptual PM Amanda Johnson ESTIMATED BY QC CHECKED BY FNI PROJECT NUMBER Darryl Block.. Johnson FTW23970 Amendment 1 1 24-in Water Line (By Open Cut) 2 12-in Water Line (By Open Cut) 3 12-in Water Line (By Other than Open Cut) 4 24-in Transfer Valve (MOV - BFV) 5 24-in Flow Meter & Vault 6 2-in Combination Air Valve 7 6-in Blow off Valve 8 Connection to Existing Water Line 9 6-in Sewer Line (By Open Cut) 10 Sewer Service Line Connection 11 Sewer Manhole 12 Trench Safety 13 Construction Staking 14 Storm Water Pollution Prevention Plan 15 Traffic Control 16 Asphalt Pavement Repair 17 Pre -Construction Video 500 LF $ 665.00 $ 332,500 1860 LF $ 200.00 $ 372,000 340 LF $ 1,100.00 $ 374,000 1 EA $ 29,400.00 $ 29,400 1 EA $ 175,000.00 $ 175,000 1 EA $ 51,000.00 $ 51,000 1 EA $ 38,000.00 $ 38,000 2 EA $ 15,000.00 $ 30,000 1200 LF $ 90.00 $ 108,000 9 EA $ 1,000.00 $ 9,000 2 EA $ 11,000.00 $ 22,000 3560 LF $ 5.00 $ 17,800 1 LS $ 8,000.00 $ 8,000 1 LS $ 5,000.00 $ 5,000 1 LS $ 10,000.00 $ 10,000 3100 SY $ 60.00 $ 186,000 1 LS $ 5,000.00 $ 5,000 SUBTOTAL $ 1,772,700 SUBTOTAL $ 2,304,510 SUBTOTAL $ 2,419,736 COST ESCALATION FACTOR 5.0% $ 142,764 :• IN• _ • • The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional famiIiarwith the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable costs. NOTES: 1 FNI OPCC classified as an AACE Class 5 Estimate with accuracy range or -30 to + 50. 2 FNI OPCC does not include costs associated with engineering fees, permits, surveying, etc. Page 1 of 1 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, November 12, 2024 REFERENCE NO.: **M&C 24-0994 LOG NAME: 60BRYIRVINWS2&SS2A1-FNI SUBJECT: (CD 7) Authorize Execution of Amendment No. 1 in the Amount of $353,749.00 to an Engineering Agreement with Freese and Nichols, Inc., for the Bryant Irvin Westside II/ Southside II Pressure Plane Transfer Phases 1-3 Project and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No.1 the amount of $353,749.00 to City Secretary Contract No. 60499 an engineering agreement with Freese and Nichols, Inc. for Bryant Irvin Westside II/Southside II Pressure Plane Transfer Phases 1-3 Project for a revised contract amount of $1,263,944.00; and 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water & Sewer Revenue Bonds Series 2024 Fund by increasing estimated receipts and appropriations in the Bryant Irvin Westside II/ Southside II Pressure Plane Transfer Phases 1- 3 project (City Project No. 104881) in the amount of $353,749.00 and decreasing estimated receipts and appropriations in the Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On October 17, 2023, Mayor and Council Communication (M&C) 23-0867, the City Council authorized an engineering agreement in the amount of $910,195.00 with Freese and Nichols, Inc. (City Secretary No. 60499) for the Bryant Irvin Westside II/Southside II Pressure Plane Transfer Phases 1-3 project. Amendment No.1 will provide the necessary design services to allow for the transfer of water and sanitary sewer services for Fort Worth residents along the west side of Marina Drive from the City of Lake Worth to the City of Fort Worth. The Amendment will also provide design for a sanitary sewer main to connect nine existing residential grinder pumps to the City of Fort Worth sanitary sewer system. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY), 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 2025-2029 Capital Improvement Program, as follows: 60BRYIRVINWS2&SS2A1-FNI Capital project FY2025 CIP Budget Revised Fund Name Appropriations Authority Change (Increase/Decrease) FY2025 Name Budget Fund 104881- $0.00 This M&C $353,749.00 $353,749.00 56022 B.Irvin - W&S WSII/SSII Rev PPT P1-3 Bonds Funding is currently available in the Commercial Paper project within the W&S Rev Bonds Series 2024 Fund for the purpose of funding the Bryant Irvin Westside II/Southside II Pressure Plane Transfer Phases 1-3 project. Funding for the Bryant Irvin Westside II/ Southside II Pressure Plane Transfer Phases 1-3 project is depicted below: Fund Fund 56022 - W&S Rev Bonds Series 2024 Project Total Existing Appropriations $1,469,865.00 11 $1,469,865.00 Additional I project Total* Appropriations *Numbers rounded for presentation purposes. $353,749.00 $1,823,614.00 $353,749.00 1$1,823,614.001 BUSINESS EQUITY OFFICE: Freese and Nichols, Inc. agrees to maintain its initial M/WBE commitment of 17\% that it made on the original agreement and extend and maintain that same M/WBE commitment of 17\% to this first amendment. Therefore Freese and Nichols, 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. The project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the W&S Commercial Paper project within the W&S Rev Bonds Series 2024 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 2024 Fund for the B. Irvin WSII/SSII PPT P.1-3 project to support the approval of the above recommendations and execution of the agreement. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs),: TO Fund Department ccoun Project Program ctivity Budget Reference # mount ID ID Year I (Chartfield 2) FROM Fund Department ccoun Project Program ctivity Budget Reference # mount ID ID Year I (Chartfield 2) CERTIFICATIONS: Submitted for Citv Manager's Office by_ William Johnson (5806) Originating Department Head: Chris Harder (5020) Additional Information Contact: Preeti KC (5467) ATTACHMENTS 1. 60BRYIRVINWS2&SS2A1-FNI FID TABLE (WCF 10.09.24).XLSX (CFW Internal) 2. 60BRYIRVINWS2&SS2A1-FNI.docx (CFW Internal) 3.60BRYIRVINWS2SS2A1-FNI PP.pdf (Public) 4. Acceptance of Previous MWBE Commitment Form (APCF) 2021 (43) Signed RL.pdf (CFW Internal) 5. Form 1295 Certificate 101275201 City of Fort Worth Water Dept Citv Proiect No. 104881.pdf (CFW Internal) 6. ORD.APP_60BRYIRVINWS2&SS2A1-FNI_56022_AO25(r2) (3).docx (Public) 7. PBS CPN 104881.ndf (CFW Internal) 8. SAM.aov search Freese and Nichols Inc..pdf (CFW Internal) 60BRYIRVINWSZ&SSZA1-FNI FID Table 2&3) 56022 0600430 4905158 UCMLPR 2025 2&3) 56022 0600430 4905158 104881 2025 2&3) 56022 0700430 4905158 104881 2025 2&3) 56022 0600430 UCMLPR 2025 2&3) 56022 I 0600430 I 104881 I I 2025 2&3) 56022 I 0700430 104881 I I 2025 ($353,749.00) $244,903.00 $108,846.00 ($353,749.00) $244,903.00 $108,846.00 2&3) 56022 0600430 4905158 UCMLPR UNSEPC 9999 $353,749.00 2&3) 56022 0600430 4905158 104881 001430 9999 ($244,903.00) 2&3) 56022 0700430 4905158 104881 001430 9999 ($108,846.00)