Loading...
HomeMy WebLinkAboutContract 56721-A2City of Fort Worth, Texas Sycamore Creek SS Relief Interceptor-Phases IVA & IVB Prof Services Agreement Amendment Template CPN 103288 Revision Date: 12/08/2023 Page 1 of 2 AMENDMENT No.2 TO CITY SECRETARY CONTRACT No. 56721 WHEREAS, the City of Fort Worth (CITY) and Lockwood Andrews & Newnam, Inc., (ENGINEER) made and entered into City Secretary Contract No. 56721, (the CONTRACT) which was authorized by M&C 21-0870 on the 9th day of November, 2021 in the amount of $1,465,634.00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1 in the amount of $697,163.00 which was authorized by M&C 23-0660 on the 8th day of August, 2023; and WHEREAS, the CONTRACT involves engineering services for the following project: Sycamore Creek Sanitary Sewer Relief Interceptor, Phases IVA and IVB, CPN 103288; and WHEREAS, it has become necessary to execute Amendment No. 2 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 $72,613.00 (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 $2,235,410.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth William M. Johnson Assistant City Manager DATE: 02/13/2025 Jannette S. Goodall City Secretary APPROVAL RECOMMENDED: ChristooherHarder Christopher Hardfr{Feb 6, 202516:22 CST) Christopher Harder, P. E. Director, Water Department Contract Compliance Manager: DATE: ews & Newnam, Inc. P.E. February 5, 2025 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. Liam Conlon Project Manager APPROVED AS TO FORM AND LEGALITY: Douglas Black (Feb 12, 2025 17:34 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.#: N/A M&C Date: N/A Form 1295: N/A Sycamore Creek SS Relief Interceptor-Phases IVA & IVB CPN 103288 � Planning Engtneering Rrvgram Marl�g�ment February 3, 2025 City of Fort Worth � Water Department Attention: Liam Conlon 310 West 10th Street Fort Worth, Texas 76102-6311 RE: REQUEST FOR CONTRACT AMENDMENT No. 2 City of Fort Worth Project Number 103288 Sycamore Creek Collector Parallel Main, Phase IV A and Phase IV B Dear Mr. Conlon: The following amendment is submitted due to additional engineering services requested by the City of Fort Worth (City) to realign approximately 2,450 linear feet of the proposed Phase IV A interceptor through Cobb Park. The interceptor will be realigned within Cobb Park Drive, where feasible, due to City Park & Recreation Department (PARD) roadway paving improvements designed by others. On August 13, 2024, LAN met with City PARD to discuss the roadway improvements project through Cobb Park. The discussion primarily focused on the impacts to the roadway improvements from the future interceptor construction. After the completion of the interceptor installation, roadway repairs would be necessary, essentially doubling the roadway improvement impact. On August 14, 2024, the City Water Department requested that the proposed interceptor be realigned within the street and combine the roadway reconstruction with the sanitary sewer interceptor project. The effort requires additional coordination for obtaining survey, environmental research, subsurface utility engineering, and engineering design for 60% plans (10 sheets total and affected inverted siphon desi�n). Additionally, the new alignment requires approximately 3,360 linear feet of additional roadwav replacement plan sheets which will be incorporated into the interceptor pipeline 60%, 90%, and 100% plans. Additional bid phase and construction phase services are included for the roadway replacement. • Additional Engineering Services ($72,613.00) for alignment engineering redesign: Realignment Engineering Services Cost ($) Engineering Design 52,208.00 Bid Phase Services 3,020.00 Construction Phase Services 7,060.00 Surveying and Easements 3,085.00 Environmentallnvestigation 4,840.00 SUE Engineering 2,400.00 Total Cost 72,613.00 1300 Summit Avenue, Suite 300 • Fort Worth, Texas 76102 • 817.820.0420 • Fax: 817.820.0441 • www.lan-inc.com Liam Conlon City of Fort Worth � Water Department February 3, 2025 Page 2 The following presents the project fee summary to date, including this request: Original Contract $ 1,465,634 Amendment No. 1 $ 697,163 Amendment No. 2 $ 72,613 Revised Contract Amount $ 2,235,410 Please review this as a formal request to consider and process Amendment 2 to City Project Number 103288 in the amount of $72,613.00. Should you require further information for this request to support your consideration or have any questions, please contact me at 817-338-7512. Respectfully submitted, Lockwood, Andrews & Newnam, Inc. Reyna O. ohnson, P.E. Project Manager ROJohnson�lan-inc.com CC: Chris Harder, PE (City of Fort Worth Tony Sholola, PE (City of Fort Worth) Attachments: Amendment No. 2 Exhibit CPN 103288 — Level of Effort (2 Pages) 1300 Summit Avenue, Suite 300 • Fort Worth, Texas 76102 • 817.820.0420 • Fax: 817.820.0441 • www.lan-inc.com _ d E � _ d E Q a a d � � L �a 3=u�, Y Vl i IC N 16 � � N m `p G � 7 C d = i � �Y N � � � � H w � � d O � d � W Y O O NLL �w a� U o y i � J � U R c� � N `o w N N V .' N N C � .N N O i N � � C N � Q Q � N N lG L a ,., � _ N 01 � �N i d R p a N O 0 QL d 4n 1..i R L � d � L�..r d L � � Y � d O N LL O U �� �U l6 U T N w N :.i .� N y � � .N d O C 3 O Y R � m � 3 � _ � R � � � W � N a m � F N H v N " d O F K U W c 0 u � a 0 a m K m > m H v c v w W N C O c Z m � c u � � W m N N O U a R J 0 � C .� Q a U F w � U � � d v c t : 'm . a w 0 a J N � O C a` 'rn 'w` f`n « �w � 'o c a`� a 'u c a` C O c U N O Y N R F O Z Y N N F o N N � � � U ' vacov ni ci ��n^ onp" � o 0 � LL 3 � N H3 u3 � w - m a� w m v � m o� v o� LL U� a` mm� m�Q o LL lL ~ ` \ N v O m w m d J J LL " 3 m � � � w Q m U