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)