Loading...
HomeMy WebLinkAbout060499-A2 - Construction-Related - Contract - Freese and Nichols, Inc.City of Fort Worth, Texas Bryant Irvin Westside II / Southside II Pressure Plane Transfer Prof Services Agreement Amendment Template 104881 Revision Date: June 13, 2025 Page 1 of 4 AMENDMENT No.2 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 by M&C 23-0867 on the 17th day of October, 2023 in the amount of $910,195.00; and WHEREAS, the CONTRACT was subsequently revised by Amendment Number 1 in the amount of $353,749.00 which was authorized by M&C 24-0994 on November 12, 2024; 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.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 $72,000.00. 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 $1,335,944.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. City of Fort Worth, Texas Bryant Irvin Westside II / Southside II Pressure Plane Transfer Prof Services Agreement Amendment Template 104881 Revision Date: June 13, 2025 Page 2 of 4 EXECUTED and EFFECTIVE as of the date subscribed by the City’s designated Assistant City Manager. APPROVED: City of Fort Worth ENGINEER Freese and Nichols, Inc. Jesica McEachern Amanda Johnson, P.E. Assistant City Manager Associate DATE: _______________ DATE: _________________ ATTEST: Jannette Goodall City Secretary APPROVAL RECOMMENDED: Chris Harder, P.E. Director,Water Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. _______________________________ Preeti KC Project Manager APPROVED AS TO FORM AND LEGALITY: M&C No.#: __N/A______________ M&C Date: ___N/A_____________ Douglas W. Black Sr. Assistant City Attorney 72 $72,000 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 Enaineerina Desian 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.2 CITY PROJECT NO.: 104881-2 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 12 will remain in accordance with the original contract. This amendment will include Task 13 for the temporary and permanent illumination design for Bryant Irvin Road from Edwards Ranch Road to Bryan Henderson Road. WORK TO BE PERFORMED TASK 13. BRYANT IRVIN ROAD ILLUMINATION. Task Coordination • Prepare for and attend one (1) internal task kickoff meeting. • Prepare for and attend one (1) external task kickoff meeting with CITY. • Conduct up to one (1) review meeting with the CITY. • Conduct up to one (1) on -site meetings with the CITY. • 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. Final Desian (90% and 100%) Final Desian (90%) Plans ENGINEER will develop the following design plans: • ILLUMINATION PLAN REMOVAL PLAN (8 Sheets) — Including plan sheets showing the removal of the existing illumination poles, foundation, and conduit. • TEMPORARY ILLUMINATION PLAN (8 Sheets) — Including plan sheets showing proposed illumination wood pole, overhead conductors, and electrical service. Spacing of the illumination poles will be based on CITY standard of approximately 200 feet. The development of a photometric diagram will be considered an additional service. City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 3 ATTACHMENT A DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO.: 104881 • TEMPORARY ILLUMINATION PLAN (8 Sheets)— Including plan sheets showing proposed illumination pole, foundation, conduit, and electrical service. Spacing of the illumination poles will be based on CITY standard of approximately 200 feet. The development of a photometric diagram will be considered an additional service. • CITY OF FORT WORTH - ILLUMINATION DETAILS (6 Sheets) Final Desiqn (90%) Proiect Manual (Contract and Specifications) • ENGINEER will prepare the Project Manual (Contract and Specifications) using the CITY's front end and technical specifications. The ENGINEER shall supplement the technical specifications, as needed. Final Desian (100%) Plans • ENGINEER will progress, update, or revise the design plans listed in the 90% Design submittal • Following a 90% Design review meeting with the CITY, and incorporating City comments, the ENGINEER shall submit 100% Design to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER licensed in the State of Texas. • Prior to the 100% Design 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. Final Desian (100%) Proiect Manual (Contract and Specifications) • ENGINEER will prepare the Project Manual (Contract and Specifications) using the CITY's front end and technical specifications. The ENGINEER shall supplement the technical specifications, as needed. Opinion of Probable Construction Cost • ENGINEER will develop an opinion of probable construction cost (OPCC) based on design plans. Sources of data used in the preparation of the OPCC include construction data aggregation services, similar past project performed by ENGINEER, and professional experience and engineering judgement. This estimate shall use ONLY standard CITY bid items. Quality Control / Quality Assurance • ENGINEER shall perform a QC/QA review of all documents being submitted for review at all stages of the design. QA should be performed by an individual within the firm who is not on the design team ASSUMPTIONS • The illumination design will be included in the original bid and construction package with the Westside II to Southside II Water Line. • 2 sets of 11"x17" size drawings and 2 specifications will be delivered to the CITY for the 90% Design package. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 2 of 3 ATTACHMENT A DESIGN SERVICES FOR BRYANT IRVIN WESTSIDE IIISOUTHSIDE II PRESSURE PLAN TRANSFER PHASES 1, 2, AND 3 CITY PROJECT NO.: 104881 • 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 eBuilder. • 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% Final Design Plans (90% and 100%) B. Final Design Project Manual (Contract and Specifications) (90% and 100%) C. Opinion of Probable Construction Cost (90% and 100%) ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional services will remain as outlined in the original agreement. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 3 of 3 Task No. Task Description 113.0 Bj2Yn hJjJJ�oj(y j2O(��ILLUMINATION jjExxtternaa�lj(Kl ickko{�fffMaeet'ir)y, I On -Site Meeligp wfth CFW Collect Availabf�a Circuit Data from CFW I I 90 % Design Illumination It nov�� Plan IS Sheets) Temporary 1lfumma ion Plan ((8 Sheets) Permanent Illumination Plan (B Sheets) Illumination Details (6 Sheets)) E CCcations I QA/oc Design Submittal Review Meeting with CFW I 100 % Design zdate Illumination Plans Based on Comments Illmination Removal Plan Temporary Illumination Plan Permanent Illumination Plan Illumination Details SSy Rations I oA/oc I I City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date 8.09.2012 EXHIBIT B-2 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Westside II to Southside II Water Line Amendment No. 2 City Project No. 104881-2 Labor (hours) Ex_ -erase Project Project CAD Tech Illumination QAIOC Illumination Total Labor Cost Subconsultant Total Expense Task Sub Total Percent Complete Budget Remaining Manager Engineer Design (Lead) (Desiuner, Travel Reproduction Cost Rate $228 $174 $196 $3112 $28' $1.3 MWBE Non-MWBE 1d 36� 86 31 24 176 $68,796 $d $d $64 $3`137 $3`�0 ' $72 O 0°y $7200E '( f 1 1 1 1 $1,316 g5f g5f $1,367 0o, $1. 61 1 1 1 ?, $1,079 $43 $43 $1,12� OofrJ $1,12: 2 3 $969 $36 $43 $7'8 $1,043 0%JJ $1,0< 2 2 3 $1,313 $60 $60 $1,373 O9� $1,37: 4 16 20 $6,49? $340, $340 $6,83 0o $6.83: 4 16 30 $7,82?r $416, $426 $8,24� 0 $8,241 4 16 30 $7,82?? $42t6 $42�6 $8,247 0. $8,24i 2 8 8 $2,980 $153 $153 $3,133 0 $3,13: 2 4 4 8 $3,349 $153 $153 $3,50? Oo� $3.50, 4 2 8 $2,326 $119 $116 $2,44 J 0%J $2,44: 2 16 $5,288 $153 $153 $5.44 OJ° Jo $5,441 f f 1 1 1 $1,120 $34 $43 $77 $1,197 0% $1,19, 10 $2.280 2 ✓£ 3 16 $4,761 $238, $238, $4,994 0°oJ $4,99E 2 10 3 16 $5,153 $266, $254 $5,408 0. $5,40E 2 16 3 16 $5, 153 $269 $256 $5,409 0%J $5,40E 2 4 3 6 $2,780 $128 $128 $2,907 0%J $2,90-1 1 2 3 10 $2,756 $136 $136 $2,892 0. $2.89, 1 i $416 W $17 $433 0%J $43: 12 $3,624 $10? $102 $3.726 Oofo $3,72E Aals 16 36 86 31 24 176' $ 68,795 $ - $ - $ 69 $ 3,137 $ 3,206 $ 72,000 00] $72,OOE Prolect Summa v Total Hours 379 Total Labor $68,795 Total Expense $3,206 MBE/SBE Subconsultant $0 Non-MBE/SBE Subconsultant $0 10% Sub Markup $0 MBE/SBE Participation 0.00% Total Project Cost $72,000.00 WrInringws OPINION OF PROBABLE CONSTRUCTION COST CPN 104881- Westside II/Southside II 9/2/2025 City of Fort Worth • 1140 Scoping Todd Buckingham ESTIMATED BY ' QC CHECKED BY FNI PROJECT NUMBER Todd Buckingham UNIT I - GENERAL 1 1-1 10170.0100 Mobilization (5%) 11 LS 1 017000 1 $ 54,700.00 $ 54,700.00 UNIT I - SUBTOTAL I $ 54,700.00 CONTINGENCY 20% $ 11,000.00 UNIT I - TOTAL $ 65,700.00 UNIT II -TEMPORARY ILLUMINATION II-1 Remove Existing Lighting 1 LS 99 99 99 $ 90,000.00 $ 90,000.00 II-2 3441.3052 Furnish/Install LED Lighting Fixture (187 watt ATB2 Cobra Head) 60 EA 344120 $ 1,000.00 $ 60,000.00 II-3 3441.3321 Furnish/install 40'Wood Light Pole 30 EA 344120 $ 3,000.00 $ 90,000.00 II-4 3441.3323 Furnish/Install 8' Wood Light Pole Arm 60 EA 344120 $ 1,000.00 $ 60,000.00 II-5 3441.1403 NO 6 Triplex OH insulated Elec Condr 6,000 LF 34 41 10 $ 8.00 $ 48,000.00 II-6 Remove Temporary Lighting 1 LS 99 99 99 $ 75,000.00 $ 75,000.00 UNIT 11- SUBTOTAL $ 423,000.00 CONTINGENCY 20% $ 85,000.00 UNIT II - TOTAL $ 508,000.00 UNIT III - PERMANENT ILLUMINATION III-1 3441.3302 Rdwy Ilium Foundation TY 3 30 EA 344120 $ 3,000.00 $ 90,000.00 111-2 3441.3003 Rdwy Ilium Assembly TY 18 30 EA 344120 $ 7,000.00 $ 210,000.00 111-3 3441.1405 NO 2 Insulated Elec Condr 18,000 LF 34 41 10 $ 6.00 $ 108,000.00 111-4 2605.3011 2" CONDT PVC SCH 40 (T) 5,000 LF 26 05 33 $ 35.00 $ 175,000.00 111-5 2605.3012 2" CONDT PVC SCH 40 (B) 1,000 LF 26 05 33 $ 50.00 $ 50,000.00 111-6 3441.1502 Furnish/Install Ground Box Type B, w/Apron 15 EA 344110 $ 2,500.00 $ 37,500.00 UNIT III - SUBTOTAL $ 670,500.00 CONTINGENCY 20% $ 135,000.00 UNIT III - TOTAL $ 805,500.00 CairTMill 11.17q.2411111 The Engineer has no control overt he cost of labor, materials, equipment, or overt he 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 fami liar with 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. Estimate does not account for costs associated with property acquisition or franchise owned utility relocations. 2. Improvements are assumed to be to City of Fort Worth standards, unless noted otherwise. Page 1 of 1 City Secretary’s Office Contract Routing & Transmittal Slip *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Contractor’s Name: Subject of the Agreement: M&C Approved by the Council? *Yes No If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes No If so, provide the original contract number and the amendment number. Is the Contract “Permanent”? *Yes No If unsure, see back page for permanent contract listing. Is this entire contract Confidential?*Yes No If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required?* Yes No *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number:If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes No Contracts need to be routed for CSO processing in the following order: (Approver) Jannette S. Goodall (Signer) Allison Tidwell (Form Filler)