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