Loading...
HomeMy WebLinkAboutContract 59868-A1CSC No. 59868-Al AMENDMENT No.l TO CITY SECRETARY CONTRACT No. 59868 WHEREAS, the City of Fort Worth (CITY) and Freese and Nichols, Inc., (ENGINEER) made and entered into City Secretary Contract No. 59868, (the CONTRACT) which was authorized by M&C 23-0544 on the 27th day of June, 2023 in the amount of$ 1,143,312.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Bonds Ranch Lift Station, Force Main, and Gravity Main, CPN 104490; 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 $1,009,580.00. 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 $2,152,892.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. £ity of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: June 13, 2025 Page 1 of 2 Bonds Ranch LS, FM & GM 104490 EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth Jesica McEachern Assistant City Manager DATE: 10/13/2025 ATTEST: �A� Jannette Goodall City Secretary Chris Harder, P.E. Director, Water Department Contract Compliance Manager: ENGINEER Freese and Nichols, Inc. Nicholas Lester, P.E. Vice President DATE : 09/22/2025 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. Digitally signed by Bijay Upreti DN:C=US, BiJ·ay Upreti ���,��":�rtll ...... gov. Reaaon: I have reviewed this document Date: 2025.09.23 11:35:16-05'00' Bijay Upreti Project Manager APPROVED AS TO FORM AND LEGALITY: Douglas Black (Oct 8, 202510:59:16 CDT) Douglas W. Black Sr. Assistant City Attorney City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: June 13, 2025 Page 2 of 2 M&C No.#: 25-0891 M&C Date: September 16 th , 2025 Bonds Ranch LS, FM & GM 104490 , ��r.� . �,i,r.-_ :I"1'L' r��l'�.i- � i,iji,;:l ,:�y��j:. i:i�:i�._iii�li�i- �;�i -�r� www.freese.com July 15, 2025 Mr. Bijay Upreti, P.E. Project Manager City of Fort Worth Water Department 311 West 10th Street Fort Worth, TX 76102 Re: Professional Service Agreement for Bond Ranch Lift Station (A), Force Main, and Gravity Main — Amendment 1(City Project No. 104490) Dear Mr. Upreti: Freese and Nichols, Inc. (FNI} is pleased to provide this proposal for professional design services for the � Bonds Ranch Lift Station (A), Force Main, and Gravity Main —Amendment 1 project. The fee includes design management, design services for lift station B, geotechnical and environmental investigation, design survey, and bid phase services. A summary of the additional costs is shown below: Item Fee Design Management $35,551 Design $838,436 Geotechnical Investigation $24,907 Environmental Investigation $13,203 Su rvey $12,733 Bid Phase (one pacl<age) $54,750 Additional Services (as authorized by FW Water) $30,000 Total $1,009,580 Freese and Nichols, Inc. appreciates this opportunity, and we would like to meet with you to discuss these additional services at your convenience. Sincerely, " __ � 8� Amanda Johnson, P.E. Associate � Project Manager Attachments Attachment A — Scope Attachment B — LOE L:\Client\OLCR\F\Fort Worth\Bonds Ranch\Amendment #1 801 Cherry Street, Suite 2800 + Fort Worth, Texas 76102 + 817-735-7300 + FAX 817-735-7491 ATTACHMENT A DESIGN SERVICES FOR BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN CIN PROJECT NO.: 104490 ATTACHMENT A Scope for Enqineerinq Desiqn Related Services for Sanitary Sewer Improvements DESIGN SERVICES FOR BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN AMENDMENT N0. 1 CITY PROJECT NO.: 104490 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project which is described in general terms below followed by the detailed scope. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. General: • 10.5 MGD Lift Station (Bonds Ranch Lift Station "B") will include - Design of a segmented rectangular wet well and discharge header to convey �0.5 MGD of total flow; the equipment trains installed (pumps, motors, pump discharge piping, valves, and VFDs) will be designed to convey the initial 5.25 MGD of flow. The pumps and electrical equipment will be replaced in the future to accommodate the remaining 10.5 MGD. - The pumps and motors will be submersible and set on a base inside the wet well. The pump motors will be controlled by VFDs will be housed in an electrical room. - Up to one structure to connect proposed gravity main(s) to the Lift Station and divert flows between wet well segments. - The electrical room will be a stand-alone air-conditioned structure pre-engineered precast concrete building. The design of the building will include foundation. The precast building will be a performance specification. The building will be sized for buildout (10.5 MGD) conditions. - One diesel backup generator sized for ultimate flows. - Site improvements, including grading, drainage structures, paving, and fencing. - Odor control system. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design (30%) Task 3. Preliminary Design (60%) Task 4. Final Design (90% and 100%) Task 5. Bid Phase Services Task 6. Survey Services Task 7. Plan Submittal Checklists Task 8. Additional Services as Directed by the CITY City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 19 ATTACHMENT A DESIGN SERVICES FOR BONDS RANCH LIFf STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT NO.: 104490 TASK 1. DESIGN MANAGEMENT. ENGINEER shall make 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. 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. 1.2. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. • Attend and conduct up to 3 design review meetings with the CITY, one at the end of each design phase. • Prepare invoices and submit monthly in the format acceptable to the CITY. • Prepare and submit monthly progress reports during the design phase 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. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. • Coordinate with other agencies and entities (e.g., Westwood Professional Services, Oncor, natural gas) as necessary for the design of the proposed infrastructure and provide and obtain the necessary information to prepare the design. • With respect to coordination with permitting authorities (Oncor, natural gas, etc.), ENGINEER shall communicate with permitting authorities, such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to help obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 2 of 19 ATTACHMENT A DESIGN SERVICES FOR BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT NO.: 104490 • 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 • 1 pre-design/kickoff meeting with CITY staff. • 3 review meetings with CITY staff (1 for each submittal level). • 12 monthly water department progress reports will be prepared. • 12 monthly project schedule updates will be prepared. • 2 public meetings will be held: A virtual design phase meeting and an in-person pre-construction meeting. • BRLS-B will be bid and constructed in a single, stand along bid package awarded to one contractor. • Force main and gravity main connecting to lift station are to be designed by others. 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. Final Summary Payment Report Form. G. Plan Submittal Checklists (See Task 8). H. Public meeting exhibits. TASK 2. CONCEPTUAL DESIGN (30 PERCENT) LIFT STATION PDR. The Conceptual Design shall be submitted to the CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to: Prepare a Preliminary Desiqn Report (PDR) Lift Station ■ Visit the Lift Station site. ■ Prepare a hydrologic and hydraulic analysis of the project area to determine flood elevations in order to determine the elevation of the proposed lift station. Results will be calculated for the 1-, 5-, 25-, and 100-year frequencies for existing and fully developed land use conditions. A downstream assessment will be performed to determine if the site causes a rise in water surface City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 3 of 19 ATTACHMENT A DESIGN SERVICES FOR BONDS RANCH LIFT STATION A, FORCE MAIN, AN� GRAVITY MAIN CITY PROJECT N0.:104490 elevations downstream to the Zone of Influence using the 10% rule as described in the iSWM Criteria. The hydraulic analysis and downstream assessment will be documented in a technical memorandum. ■ Develop a process flow diagram indicating the min, average, and max flow rates. ■ Develop hydraulic grade lines and system curves. ■ Design a rectangular wet well. Preliminary plan and elevation views will be prepared, along with layouts of the pumps, motors, pipes, valves, and odor control equipment. ■ Prepare preliminary floor plan and elevations for the electrical building. ■ Prepare preliminary site plan that considers: the location of the wet well, electrical building, transformer, generator, potable waterline extension and fire hydrant, grading, necessary drainage structures, 25-yr and 100-yr flood elevations, access for the designed vehicle (for I&M purposes), paving extents and material, lighting, duct banks, and fencing. ■ Prepare Process and Instrumentation Diagrams (P&IDs) along with a narrative of the lift station control. ■ Prepare a list of all equipment utilized in the lift station that includes the acceptable manufacturers that will be listed in the specification, including their weights, costs, power requirements, characteristic geometry, and a SCADA tag description. ■ Write structural, mechanical, architectural, and electrical design narratives. ■ Perform electrical load analysis for proposed equipment. Specify/configure electrical equipment required to power the processes and operations. ■ Provide a preliminary electrical site layout indicating the location of the utility pad-mounted transformer, generator locations, and manhole locations. ■ Provide a building layout indicating the locations of the electrical switchgear, VFDs, etc. ■ Develop an electrical one-line diagram. ■ Evaluate and present alternative technologies for ador control recommended for installation at the lift station. ENGINEER will develop the conceptual design of the infrastructure as follows. 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 tne project. The ENGINEER will also identify and seek to obtain c�ata for existing conditions that may impact the project including utilities, agencies (TxDOT and gas line City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 4 of 19 ATTACHMENTA DESIGN SERVICES FOR BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT NO.: 104490 operators), City Master Plans, and property ownership as available from the Tax Assessor's office. 2.2. The Conceptual Design Package shall include the following: Preliminary Desiqn Report, including: • Graphic exhibits and written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept based upon the established design criteria. • Documentation of key design decisions. • Estimates of probable construction cost. 2.3 Environmental Permitting Evaluation The ENGINEER will perForm an Environmental Permitting Evaluation for this PROJECT to include the following tasks: Gather and Review Existing Information — Assemble data such as aerial photos, U.S. Geological Survey (USGS) topographic maps, U.S. Department of Agriculture (USDA) soil information, U.S. Fish and Wildlife Service (USFWS) National Wetland Inventory (NWI) data, USGS National Hydrography Dataset (NHD) information, and the project area in digital format for the development of field maps and to upload to a Global Positioning System (GPS) unit. Site Visit — Conduct a pedestrian survey and tree survey within the proposed LOC. Potential waters of the U.S. (WOTUS), such as relatively-permanent streams, wetlands, or open waterbodies, will be documented and the boundaries of these features will be mapped with a GPS capable of sub-meter accuracy. The jurisdictional boundaries of wetlands will be delineated based on the 1987 U.S. Army Corps of Engineers (USACE) Wetland Delineation Manual and the Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Great Plains Region (Version 2.0). Assess the proposed LOC to determine if potential habitat for federally listed threatened or endangered species is present, and investigate structures within and near the project area which may qualify as historic age structures. The tree survey will be performed in accordance with the City of Fort Worth's tree ordinance requirements. Permitting Memorandum — Develop a technical memorandum documenting the result of the site visit, and if the project has been designed to meet the terms and conditions of a Nationwide Permit (NWP) without the preparation and submittal of a Pre-construction Notification (PCN) to the USACE. If the project is determined to require a PCN, it can be provided as an additional service. Since the project would be designed to affect less than five acres and disturb less than 5,000 cubic yards, ENGINEER anticipates that coordination with the Texas Historical Commission (THC) is not required and the technical memorandum will discuss potential impacts to historic resources. If the project is determined to require a letter to the THC, it can be provided as an additional service. • Tree Survey — Prepare a tree survey data spreadsheet, including tree tag number, species name, diameter at breast height (DBH), and tree condition data. The tree Cily of Fort Worth, Texas Attachment A PMO Release Date: 08.1,2014 Page 5 of 19 ATTACHMENT A DESIGN SERVICES FOR BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT NO.: 104490 data spreadsheet and tree location shapefile data will be submitted to the CITY for their review. The CITY's construction contractor will be provided with the tree survey data for their City Forestry Tree Removal Permit application. 2.4 Geotechnicallnvestigation This geotechnical scope of work for the Bonds Ranch Lift Station B consists of the following: Lift Station and Wet Well: The proposed lift station site geotechnical scope of work, exploration, laboratory testing, below. is located at 5001 Peden Road. The proposed identified during Task 2.2, will consist of field engineering analysis, and reporting as presented • Field Exploration Select and mark up to 2 boring locations and notify Texas 811, appropriate CITY department(s) to request location and marking of existing underground utilities prior to the field exploration. The lift station will be located off the ROW of Peden Road within easements on private property. This proposed SOW assumes the proposed boring locations will be accessible to a truck-mounted drilling rig. b. Subcontract with a geotechnical drilling contractor to drill 1 boring to a depth of 40 feet for the lift station and 1 boring to a depth of 20 feet for the generator pad. Samples will be collected intermittently using flight augers and either split- spoon or tube samplers. Rock and rock-like materials will be sampled and/or tested insitu using a TxDOT Cone Penetration Test for the lift station, as appropriate for the material. At completion, the boreholes will be backfilled with auger cuttings. c. 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). • Laboratory Testing Testing shall be performed on samples obtained from the borings to determine soil classification and pertinent engineering properties of the subsurface materials. ENGINEER wilf select samples for laboratory testing, assign tests, and review the test results. Testing will be perFormed by a geotechnical testing subcontractor. a. 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, One-dimensional swell test, and Engineering Analysis and Reporting The ENGINEER will perform the geotechnical engineering analysis and prepare a technical memorandum summarizing the geotechnical investigation. Cily of Fort Worth, Texas Attachment A PMO Release Date: 08.12014 Page 6 of 19 ATTACHMENT A DESIGN SERVICES FOR BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT NO.: 100995 The technical memorandum will include an appendix with the boring locations, boring logs, laboratory test results, and a key to the symbols used; discussion of subsurFace conditions and soil properties indicated by the field and laboratory work and the implications for design, foundation and site preparation recommendations, and lateral earth pressure for the lift station: general discussion of expected construction related issues; and earthwork related recommendations for use during development of the plans and specifications, if needed. ASSUMPTIONS • Lift Station site will be located at 5001 Peden Road. • It will be possible to demonstrate that the site does not cause adverse impacts downstream. The design of detention or other stormwater mitigation measures is not included. • The pump configuration will be 2 firm and 1 backup in each wet well. • The wet well and electrical building will be sized for future ultimate flows. • Wet well will be lined or protected from corrosion, but a corrosion analysis will not be performed. • Electrical Building design will include the foundation design. Precast concrete building will be designed by the contractor based on a performance specification. • No structural analysis of the electrical building will be required. Assuming that The Electrical building will be the same size or smaller than the Electrical building at Lift station "A". Assuming the Geotechnical conditions and recommendations at lift station "B" will be very similar to lift station "A". • No structural analysis of the Lift Station required. Assuming that the size, depth and geotechnical conditions of the lift station will be the same as lift station "A". • 2 Geotechnical borings. • 3 copies of the conceptual design package (30% design) will be delivered. The report shall be letter sized and comb-bound with a clear plastic cover. Drawings will be 11"x17" size fold outs bound in the report. • 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 revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 7 of 19 ATTACHMENT A DESIGN SERVICES FOR BONDS RANCH LIFf STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT NO.: 104490 DELIVERABLES A. Conceptual Design Package. B. Environmental Permitting Technical Memorandum. C. Geotechnical Memorandum. TASK 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: 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet A Prolect 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 the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall site plan showing each improvement, coordinates and elevations of each improvement, items such as pipes and duct banks that run between improvements. • Gradinq plan showing the existing and proposed grading, contours for the 25-year and 100-year floods. If needed, proposed drainage structures will be shown. • Drainaqe Area Map Calculations showing pre-and post-construction drainage calculations and site discharge points for the 1-, 5- and 100-year event. All storm water calculations and design shall conform to the CITY's current iSWM Criteria Manual for Site Development and Construction. • Preliminary iSWM Checklist and attachments (including the hydraulic analysis and downstream assessment) will be prepared and submitted • Overall prolect easement lavout sheet(s) with property owner information. • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, junction structures, force main isolation valves, mainline fittings, combination air/vacuum release valves, etc., in the same coordinate system as the Control Points. • Benchmarks per 1,000 ft of plan/profile sheet — two or more. • Bearinqs given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Plan and profile sheets at a 1:20 scale which show the following: proposed sanitary sewer plan/profile and recommended pipe size, junction structures isolation City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 8 of 19 ATTACHMENT A �ESIGN SERVICES FOR 90NDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT NO.: 104490 valves, combination air/vacuum release valves, manholes, 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. • Detail sheets for connections and necessary appurtenances. 3.1.1. Structural Design • Design to include all structural elements for the proposed Lift Station, foundations for various electrical or mechanical pads, meter station at the Lift Station, and provide drawings showing sufficient detail for these structures to be constructed. • Furnish all the technical specifications related to structural portions of the project. 3.1.2 Electrical Subcontract with an electrical engineering firm to perform the electrical distribution and controls (ED&C) and the instrumentation and controls (I&C design). • Develop the ED&C as well as the I&C sections of the Preliminary Design Report (PDR) • Coordinate with the local power company to provide electric service • A diesel-engine driven, Tier 2, standby generatorwill be designed to accommodate a maximum of two pumps. • Assumptions: • The pumps will be operated at 480Y/277 V with variable frequency drive (VFD) control; • Outside lighting will be pole-mounted overhead lights on photocell • An automatic transfer switch to connect a permanently installed standby generator will be installed. 3.1.3. SCADA/Instrumentation • Develop control narratives for pump operation at the Lift Station. • Coordinate instrumentation with recommended manufacturers. • Coordinate Lift Station site communication with existing Fort Worth SCADA network. • PerForm a computer-based radio path study. • Assumptions • A programmable logic controller (PLC) based local control panel will be installed for automatic control and remote monitoring: • The pumps will operate in a lead/lag manner. No more than two pumps are expected to run at a time City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 9 of 19 ATTACHMENTA DESIGN SERVICES FOR BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT NO.: 104490 • A pump alternator will be included such that whenever the pump shuts off on low level, the lead pump functionality will rotate to the other pump • A combustible gas detection system will be included in keeping with NFPA-820 if not already present • An analog level instrument will be provided for pump control • A low-low level float switch with low level lockout relay panel is included • Security cameras are not included 3.1.4 Odor Control Design • Design of an odor control system at the lift station. 3.1.5 Mechanical Design • Design of electrical room A/C and vault ventilation. 3.2. Constructability Review Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY 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. 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. No utility relocation or replacements are included in ENGINEER's scope of work. 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. 3.4 Electrical Early Procurement Package • Develop one pre-purchase package for 480V switchboard and backup generator. It is anticipated that this will be packaged as a single procurement package. • Assumptions: • One interim submittal and one final submittal. • Bid phase services. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 10 of 19 ATTACHMENT A DESIGN SERVICES FOR BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT NO.: 104490 • Initial show drawing review. ASSUMPTIONS • Traffic Control "Typicals" will be utilized to the extent possible. The contractor will develop a traffic control plan for the CITY's review and approval. • 2 sets of 11"x17" size plans will be delivered for the Constructability Review. • 2 sets of 11"x17" size plans will be delivered for the Preliminary Design (60% design). • 2 sets of specifications will be delivered for the Preliminary Design (60% design). • DWF files created from design CAD drawings will be uploaded to the designated project folder in BIM 360. The CITY will use the DWF files for Utility Clearance. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications (60%) for the lift station. B. Permits prepared for submittal. C. Estimates of probable construction cost. D. Data Base listing names and addresses of residents and businesses affected by the project. TASK 4. FINAL DESIGN (90%) AND FINAL CONSTRUCTION DOCUMENTS (100 °/a). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans for the lift station as follows: • For projects that disturb an area greater than one acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. • Final iSWM Checklist and attachments will be submitted • Grading Permit Final Grading Permit and attachments will be submitted • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) for the two construction contracts 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. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 11 of 19 ATTACHMENTA DESIGN SERVICES FOR BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT NO.: 104490 • 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. ASSUMPTIONS • 2 sets of 11"x17" size drawings and 2 specifications will be delivered 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. • 2 sets of 11 "x17" size drawings and 2 specifications will be delivered for the 100% Design package. • A DWF file for the 100°/o Design will be created from design CAD drawings and will be uploaded to the project folder in BIM 360. DELIVERABLES A. 90% construction plans and specifications for the lift station. B. 100% construction plans and specifications for the lift station. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 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 plan holders list on BIM 360 and 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 City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 12 of 19 ATTACHMENTA DESIGN SERVICES FOR BONDS RANCH LIFf STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT N0.:100995 procedures shall include a log of all significant bidders' questions and requests 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 bidders' questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto BIM 360 and mail addenda to all plan holders. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to bid opening 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 projecYs Bid Results folder on BIM 360. • Prepare and incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings 1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one PDF file and one DWF file for the TPW plan set and a separate PDF and DWF file for the Sewer 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: I. 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 II. 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 projecYs Final Drawing folder in BIM 360. City of Fort Worth, Texas Attachment A PMO Release Date: 08.12014 Page 13 of 19 ATTACHMENT A DESIGN SERVICES FOR BONDS RANCH LIFf STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT NO.: 104490 2) 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: 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. II. 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 bid as one stand alone project and awarded to one contractor. • 6 sets of 11"x17" size and 4 sets of 22"x34" plans and 4 specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to BIM 360. DELIVERABLES A. Addenda. B. Bid tabulations. C. Recommendation of award. D. Construction documents. TASK 6. SURVEY SERVICES. ENGINEER will provide survey support as follows: 6.1. Design Survey • ENGINEER will perForm field surveys (up to 1 acre) to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project The survey will include locating all existing features X, Y& Z, such as buildings, water valves, water meters with serial numbers, curb & gutter, asphalt, sidewalks, fences, driveways, storm & sanitary sewer manholes with flow line elevations, City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 14 of 19 ATTACHMENT A DESIGN SERVICES FOR BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT NO.: 104490 inlets and storm drain outfalls with flow line elevations, trees 6" and larger, tops and toes of slope, power poles, mailboxes, signs, telephone risers, any ather visible features along with 50 foot cross sections. • The minimum survey information to be provided on the plans shall include the following: — A Project 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 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). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — Up to four horizontal benchmarks. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. ASSUMPTIONS • One acre topographic survey at proposed lift station site. • The property plat will be done by others. • No SUE will be included DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 15 of 19 ATTACHMENT A DESIGN SERVICES FOR BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT NO.: 104490 TASK 7. PLAN SUBMITTAL CHECKLISTS ENGINEER shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Traffic Traffic Traffic Streetlig Water Control Control Control Traffic Storm Storm hts /Sewer Traffic 30% 60% 90% Atiachment "A" Signal Engineering Water Water (Submit (Submit Type (Submit All 30% 60% All @ All @ iSubmit All @ 30%) 30% 60%) @ 60%� Required for all work in City ROW Street X X X X X' X X X X Storm Water X X X X X Water / Sewer X X X X *If included in street project TASK 8. ADDITIONAL SERVICES 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 $30,000, ENGINEER will submit a request to cover the additional work required. • Additional services as directed by the CITY, up to $30,000. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 16 of 19 ATTACHMENT A DESIGN SERVICES FOR BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT NO.: 104490 ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existinq 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: • 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 management, general construction representation, and inspection services during construction • 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 • Alternative site analysis for the Lift Station • Site clearing required for access relating to geotechnical drilling and exploration. Clearing is not anticipated, but if needed can be included as an additional service. • Corrosion investigation and analysis • Cathodic protection system design • SKM Modeling during design and construction phase • PLC or HMI programming • Security/Access Control design • Fire suppression • Detailed physical radio path study • Section 404 Individual Permit • Phase I Environmental Site Assessment • Federally listed Threatened/Endangered Species presence/absence survey City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 17 of 19 ATTACHMENT A DESIGN SERVICES FOR BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVIN MAIN CITY PROJECT NO.: 104490 • Any other environmental services not listed in the above scope of work • Storm drain and roadway design • Floodplain impact analysis • CLOMR/LOMR FEMA applications • Piezometers for ground water measurements at the lift station • Track-mounted drilling rig for site access • Additional archeological survey as required per THC coordination • Preparation of a request for a pre-application meeting and a pre-construction notification (PCN) application to the USACE. • Preparation of a formal written request to the USACE for authorization under a letter of permission (LOP) procedure or a standard individual Section 404 permit application. • Preparation of an Approved Jurisdictional Determination (AJD) or No Permit Required Letter Request from the USACE. • Preparation of a coordination letter to the Texas Historical Commission. • Preparation of a National Environmental Policy Act (NEPA) Categorical Exclusion (CE), Environmental Information Document (EID), Environmental Assessment (EA), or an Environmental Impact Statement (EIS). • Preparation of a Texas Parks and Wildlife Aquatic Resource Relocation Plan. • Application to Texas Commission on Environmental Quality (TCEQ) for individual 401 Water Quality Certification. • Freshwater mussel surveys. • Presence/absence surveys for state or federally listed threatened/endangered species. • Preparation of a Biological Assessment for Consultation/Conference with the U. S. Fish and Wildlife Service (USFWS) under Section 7 of the Endangered Species Act. • Preparation of a Hazardous Waste Regulatory Records Review, a Hazardous Materials Initial Site Assessment (ISA), Phase I, or Phase II Environmental Site Assessment (ESA). • Preparation of a National Pollution Discharge Elimination System (NPDES) Storm Water Pollution Prevention Plan (SWPPP). City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 18 of 19 ATTACHMENT A DESIGN SERVICES FOR BONDS RANCH LIFT STATION A, FORCE MAIN, AND GRAVITY MAIN CITY PROJECT NO.: 104490 • Cultural resources survey by a professional archeologist. • Expert representation at legal proceedings or at contested hearings. • Meetings, field investigations, analysis, or consultation with the USACE or other resource agencies, including respond to public or regulatory agency comments except as specifically noted in this scope of services. • Easement acquisition and ROW services. • Structural analysis of the electrical building foundation. • Structural analysis of the lift station. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 19 of 19 ���T sF,� s° mf ��o ��� W 0 A -i �' � D � N O � ? � 2 .�., - � o m m ? N � o � O [0 � W � 2 A N-� � � q W 3 � � � � � o O n D Z� � a � � ���� ��o s��� ��mf '¢ga ��o m3a �� I�II��II m O .'O ti r � D � N O x'? � i�`m >''° omx > c = - N A � W � 2 :U N -i � � � � � u�^ T� N N _ " O N � � S Z ,'�. � a � � City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, September 16, 2025 REFERENCE NO.: **M&C 25-0891 LOG NAME: 606RLSFMGMA1-FNI SUBJECT: (CD 7 and TARRANT COUNTY) Authorize Execution ofAmendment No. 1 in the Amount of $1,009,580.00 to an Engineering Agreement with Freese and Nichols, Inc., for a Revised Contract Amount of $2,152,892.00 for the Bonds Ranch Lift Station, Force Main, and Gravity Main Project and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No. 1 in the amount of $1,009,580.00 to an Engineering Agreement with Freese and Nichols, Inc. (City Secretary Contract No. 59868) for the Bonds Ranch Lift Station, Force Main, and Gravity Main project (City Project No. 104490) for a revised contract amount of $2,152,892.00; 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 Bonds Ranch Lift Station, Force Main, and Gravity Main project (City Project No. 104490) in the amount of $1,075,580.00 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 June 27, 2023, Mayor and Council Communication (M&C) 23-0544 authorized an engineering agreement in the amount of $1,143,312.00 with Freese and Nichols, Inc. (City Secretary Contract No. 59868) for design of the Bonds Ranch Lift Station, Force Main and Gravity Main. The project provided for the design of an 11.5 Million Gallons Per Day Lift Station A("LSA") along with Force and Gravity Mains to accommodate continued growth on the east side of Eagle Mountain Lake. Amendment No. 1 will provide for the design for a 10.5 Million Gallons Per Day Lift Station B("LSB") that in conjunction with LSA, will provide sanitary sewer service to the area west of Morris Dido Newark Road and south of Peden Road. Freese and Nichols, Inc, proposes to provide the necessary design services for the lift station and related appurtenances for a fee of $1,009,580.00. Staff considers the proposed fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $66,000.00 is required for project management. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. Funding is available in the Commercial Paper project within the W&S Rev Bonds Series 2024 Fund for purpose of funding the Bonds Ranch LS(B)/FM/GM project. Funding for the Bonds Ranch Lift Station, Force Main, and Gravity Main Project is depicted below: Existing Fund Appropriations Additional Appropriations Project Total* Fund 56022 — W&S Rev $2,074,075.00 $1,075,580.00 $3,149,655.00 Bonds Series 2024 Project $2�074,075.00 $1,075,580.00 $3,149,655.00 Total *Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICT 7 AND TARRANT COUNTY. _ FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the 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 Bonds Ranch LS(A)/FM/GM project to support the approval of the above recommendations and execution of the amendment. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs),: TO Fund Department Accoun Project Program ctivity Budget Reference #� moun � ID ID � � � Year � (Chartfield 2) � FROM Fund Department ID Reference # Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by_ Jesica McEachern (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Bijay Upreti (8909) _ _ _ _ __ __ _ ATTACHMENTS 1.60BRLSFMGM-FNI r1.pdf (Public) 2. 60BRLSFMGMA1-FNI FID Table (WCF 07.25.25).xlsx (CFW Internal) 3. 60BRLSFMGMA1-FNI funds availability_pdf (CFW Internal) 4. Form 1295 Certificate 101413657-FTW Water 104490.pdf (CFW Internal) 5. ORD.APP 60BRLSFMGMA1-FNI 56022 A025(r2) - REVISED.docx (Public) 6. PBS CPN 104490.pdf (CFW Internal) 7. SAM.gov search FNl.pdf (CFw Internal) un Project Program ctivity Budget ID _ Year ou � 0 W � r N T � rii � D �+ T z T v -{ d 6 fD