HomeMy WebLinkAbout063963-A1 - General - Contract - Freese and Nichols, Inc.CSC No. 63963-A1
AMENDMENT No . 1
TO CITY SECRETARY CONTRACT No. 63963
WHEREAS, the City of Fort Worth (CITY) and Freese and Nichols Inc.,
(ENGINEER) made and entered into City Secretary Contract No. 63963, (the
CONTRACT) which was authorized by M&C 25-0734 on the 12th day of August,
2025 in the amount of $ 1,380,806.00; and
WHEREAS, the CONTRACT involves engineering services for the
following project:
Cast Iron Water Main and Sanitary Sewer Replacement on Lancaster
Avenue Part 2, CPN 106071; 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 $179,833.00. (Water: $107,899.00 ; Sewer: $71,934.00)
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 $1,560,639.00.
3.
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
OFFICIAL RECORD
City of Fort Worth, Texas CITY SECRE TARY Cast Tron WM & SS Repl T�ancaster Ave Part 2
Prof Services Agreement Amendment Template 106071
Revision Date: June 13, 2025 FT. WORTH� TX
Page 1 of 2
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 : 02/06/2026
ATTEST:
�#R, /, �
C(�
Jannette Goodall
City Secretary
a4
p �9Fopi °�a
F000 oae�YOrppo
G!`g e-10
Pvo o=d
PaP'� °°o o � �`�
a°an nEzns44
APPROVAL RECOD�NDED:
ch►�is�to�he� f�a►�d e►�
Christopher Harder (Ja 21, 2026 10:36:46 CST)
Chris Harder, P.E.
Director, Water Department
Contract Compliance Manager:
ENGINEER
Freese and Nichols, Inc.
� ��� c�9��-
Nicholas LeSLel� P.E.
Vice-President
DATE : 01/15/2026
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.
a� �
1 /15/2026
Parvathi Sreekumaran Unnithan, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:
�y������
Douglas Black (Jan 21, 2026 13:44:52 CST)
Douglas W. Black
Sr. Assistant City Attorney
M&C No.#: 26-0009
M&C Date: January 13t'', 2026
QFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas
Prof Services Agreement Amendment Template
Revision Date: June 13, 2025
Page 2 of 2
Cast Tron WM & SS Reol T�ancaster Ave Part 2
1C5C I
ww.treese.com
November 18, 2025
Ms. Parvathi Sreekumaran Unnithan, P.E.
Project Manager
City of Fort Worth Water Department
311 West 10t" Street
Fort Worth, TX 76102
Re: Professional Service Agreement for Cast Iron Water Main and Sanitary Sewer Replacements —
Lancaster Avenue East of Beach Street, Part 2(City Project No. 106071) Amendment No. 1
Dear Ms. Sreekumaran Unnithan:
Freese and Nichols, Inc. (FNI) is pleased to provide this amendment proposal for professional design
services for the Cast Iron Water Main and Sanitary Sewer Replacements — Lancaster, Part 2 project. The
fee includes design services for the water and sewer lines for the new project area.
A summary of the fee is shown below:
Item
Design
Survey + Easements (up to five)
Total
Fee
$140,256
$39,577
$179,833
Original Contract Amount
Amendment No. 1
Contract Amount to Date
$1,380,805.40
$ 179,833.00
$1,560,638.40
Freese and Nichols appreciates this opportunity, and we would like to meet with you to discuss these
additional services at your convenience.
Sincerely,
" " � ��1
Amanda Johnson, P.E
Associate � Project Manager
Attachments
Attachment A— Scope of Work
Attachment B— Level of Effort
Cost Estimate
L:\Client\OLCR\F\Fort Worth Water\Lancaster CI, Part 2\1- Proposal for Review\Amendment No. 1
801 Cherry Street, Suite 2800 + Fort Worth, Texas 76102 + 817-735-7300 + FAX 817-735-7491
ATTACHMENTA
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SANITARY SEWER REPLACEMENTS - LANCASTER AVENUE, PART 2
CITY PROJECT NO.: 106071
ATTACHMENT A
Scope for Enqineerinq Desian Related Services for Water and/or Sanitary Sewer
I mprovements
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SANITARY SEWER REPLACEMENTS -
LANCASTER AVENUE EAST OF BEACH STREET, PART 2
AMENDMNET N0.1
CITY PROJECT NO.: 106071
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 1-9 will remain in
accordance with the original contract. This amendment will include additional survey and
design efforts as described in the table. The additional linear footage will be designed, bid,
and constructed in the same package as the original contract.
Street
City of Fort Worth Water Department I
Water and Sanitary Sewer Replacement
Water Water Sewer LF Sewer Size
LF Size
Craig St
(from Stark St to Putnam St)
Tackett Ct
(from Meaders Ave to
Cravens Rd)
Meaders Ave
(from Tackett Ct to Craig St)
Rick St
( Putnam St to Mel St)
Mel St
(E Lancaster Ave to Rich St)
Cravens/E Loop 820
E Lancaster Ave to Rich)
Total Water
Total Sewer
805 8"
1,645 8"
155 8"
610 8"
565 16"
455 8"
4,235 LF
2,375 LF
1,230 8"
560
585
'•�fi
10"
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 3
ATTACHMENTA
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SANITARY SEWER REPLACEMENTS - LANCASTER AVENUE, PART 2
CITY PROJECT NO.: 106071
WORK TO BE PERFORMED
Task 10. Additional Design
TASK 10.1. DESIGN MANAGEMENT.
Design Management will be performed in accordance with the original contract.
TASK 10.2. CONCEPTUAL DESIGN (30%).
The Conceptual Design will be perFormed in accordance with the original contract. The
Environmental pedestrian survey will be extended to incorporate the new project area. No
additional geotechnical borings will be obtained.
TASK 10.3. PRELIMINARY DESIGN (60%).
The Preliminary Design will be perFormed in accordance with the original contract. The new
project area will utilize City Typicals for traffic control.
TASK 10.4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS
(100 PERCENT).
The Final Design will be performed in accordance with the original contract.
TASK 10.5. BID PHASE SERVICES.
Bid Phase services will be performed in accordance with the original contract. The additional
linear footage will be included in the bid phase of the original contract; no additional bid
package will be included.
TASK 10.6. CONSTRUCTION PHASE SERVICES.
Construction Phase services will be performed in accordance with the original contract. The
additional linear footage will be included in the construction plans with the original contract
and awarded to the same contractor.
TASK 10.7. SURVEY AND SUE
ENGINEER will provide survey support as follows for the additional project area.
10.7.1. Design Survey
Right-of-Way research and mapping includes review of property/right-of-way records
based on current internet based Tarrant Appraisal District (TAD) information available at
the start of the project and available on-ground property information (i.e., iron rods,
fences, stakes, etc.). It does not include effort for chain of title research, parent track
research, additional research for easements not included in the TAD, right-of-way
takings, easement vacations and abandonments, right-of-way vacations, and street
closures.
• ENGINEER will perform field surveys to collect horizontal and vertical elevations and
other information needed by ENGINEER in design and preparation of plans for the
project. Information gathered during the survey shall include topographic data,
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 3
ATTACHMENTA
DESIGN SERVICES FOR
CAST IRON WATER MAIN AND SANITARY SEWER REPLACEMENTS - LANCASTER AVENUE, PART 2
CITY PROJECT NO.: 106071
elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of
buried utilities, structures, trees (measure caliper, identify overall canopy, and have
qualified arborist identify species of trees), and other features relevant to the final plan
sheets. Existing drainage at intersections will be verified by field surveys. Spot
elevations will be shown on intersection layouts with cross slope to fit intersecting grade
lines.
• The minimum survey information to be provided on the plans shall include the following:
o A Project Control Sheet, showing ALL Control Points, used, or set while
gathering data. Generally on a scale of not less than 1:400:
o 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).
o Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same
coordinate system, as the Control.
o No less than two horizontal bench marks, per line or location.
o Bearings given on all proposed centerlines, or baselines.
o Station equations relating utilities to paving, when appropriate.
ASSUMPTIONS
• Topographic survey will be full ROW width for the alignments outlined in the project
exhibit.
• Up to five easements will be included.
TASK 10.8. PLAN SUBMITTAL CHECKLISTS
Plan Submittal Checklists will be performed in accordance with the original contract.
ENGINEER shall complete and submit Plan Submittal Checklists in accordance with the
following table:
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existing Scope of Services will be in accordance with
the original contract.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 3
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Water and Sanitary Sewer Replacement Contract
Ciry Project No. 106071
jj' Envira1m
TaskNo. Task�e p � I p�incipal I P�oject I Project I EIT I Senior I 7��neling I uGA� I �onst�uction I Emironmental) I Scl I GIS �a,cControl 7�a(ficGanirol I
Manager Enginttr A4visorl�G Manager Scientist�Leatl e���s� Leatl)
— .12 ( ON�O n
I/%Ip�onC��I,Desan Packane
022 I reonsLudionEslimele
�020
—0312 �CIa9�`d olns/P�otileSM1eets
iY �J
103.13 ryns �abifi�'Rev
103.14 LIiYGGee �ew
1033 1r� L� en(9�%1�Conslruc�onPlansentl
,OQa. 2I �aoenGns an �e�ourPlans
oa a,°�'���e��(�o�
F�a� �,�oo�, P�a�s a�a.5 ae����oa��o�s
ioaa (.o�rNc�o��emares(oia�aaooi�
ioez �aooraoew��asinse�������
io�z � mer%l���mems
��, �����s��,e=��o�,�
I FnelD6ur�V
teisl tzl nl ttsl tatl
I WaterLineFoo yi J,2351 64%
I SewerLineFoo�EA 2,3i51 38Y
(H) 81�9.033
(BJ 6ur�veyFee �82]e6�
�C) T Fee1-1,p/rvevFPe &161�9]3
I w a�Fea(kioicV e.Fee�omci I
� e�$a,,a400 1 sew$�,aaoo �
aawe, �
3; ,�z, 355'00 $, .z3, ao �
1000 ( 380T3001
$.9_11800 $8.0�9001
51 $16]1600 $11104001
I I 8� 0], &98 001 8] 1.933 00 I
81�983200 I
�v�e�zazs
OireciCo Inl�u'MaAuonSl F es/Permit I'al�ost TaTotalue CAmount Complel 4reviousty Invoice RBudget
$ 10,2]8 W
5 24 904 W
5 2I0100
�
� z as o0
5 8�Ot00
5 ?d1000
� 2,06] W
� ,,o„�
s +,ss000
� aae�na ot
sio,z�a oc
E 119,83J.00
S'/01 $0 0%f$
QO $0 NDIVIO! I$
I1 6 $0 0%i$
$o a/($
IS�01 80 0%/
4t6� SO 0�% S
21 $0 %
�o a, �
l�o �� a,�
,az $o
i on so irg
i,sso so ails
S tss,ass � f 3s,s�s � S s,s5e I E
eoo I E ao,sn � E t�v,a33 � E
I Totals'.1 S ��9,833 I
T �all Lebor $139,456
340,3]]
I 3ubcon u�il nt $35,9]9
a s�eMa,�o $3sea
ro,.�P,o�e«�o„ $„9.a33
S
F�
cityotFonwortn,Texas
AllecM1men� B- Level of Hforl 5upolemenl
Typical Walarantl Sawer Replacemenl
OPINION OF PROBABLE CONSTRUCTION COST
Cast Iron Water Main and Sanitary Sewer Replacements -
Lancaster Avenue East of Beach Street, Part 2 Amendment No.
1 8/6/2025
� Fort Worth Water � 1112
�Scoping �Amanda Johnson
ESTIMATED BY QC CHECKED BY FNI PROJECT NUMBER
- • � � I
� Water Line Replacements
� 1 8" Water Line (By Open Cut)
� 2 16" Water Line (By Open Cut)
� 3 Small Diameter Connection to Existing Water Line
� 3 6" Gate Valve
� 4 8" Gate Valve
� 4 16" Gate Valve
� 5 Fire Hydrant
�Sewer Line Replacements
� 1 8" Sewer Line (By Open Cut)
� 2 12" Sewer Line (By Open Cut)
� 3 Standard 4' Diameter SSMH
�
3,670 LF
565 LF
10 EA
5 EA
10 EA
1 EA
5 EA
560I LF
585 LF
11 EA
$
$
$
$
$
$
$
550.00
1,100.00
8,250.00
2,250.00
2,550.00
6,667.00
12,500.00
475.00
690.00
12,250.00
$
$
$
$
$
$
$
$
$
$
$
6,422,792 �
2,018,500
621,500
82,500
11,250
25,500
6,667
62,500
804,400 �
266,000
403,650
134,750
•
CONTINGENCY 30% $ 2,168,158
COST ESCALATION FACTOR 5.0% $ 469,767
•• • � •
The Engineer has no control over the cost of labor, materials, equipment, or over the 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 familiar 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 FNI OPCC classified as an AACE Class 4 Estimate with accuracy range or -5 to + 10.
2 FNI OPCC does not include costs associated with engineering fees, permits, surveying, etc.
Page 1 of 1
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, January 13, 2026
LOG NAME: 60WSSRLANCASTERP2A1-FNI
REFERENCE NO.: **M&C 26-0009
SUBJECT:
(CD 11) Authorize Execution of Amendment No. 1 in the Amount of $179,833.00 to an Engineering
Agreement with Freese and Nichols Inc. for the Cast Iron Water Main and Sanitary Sewer Replacement in
Lancaster Avenue Part 2 Project and Adopt Appropriation Ordinance to Effect a Portion of Water's
Contribution to the Fiscal Years 2026-2030 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of Amendment No. 1 in the amount of $179,833.00, to City Secretary Contract
No. 63963, an engineering agreement with Freese and Nichols Inc. for the Cast Iron Water Main
and Sanitary Sewer Replacement in Lancaster Avenue Part 2 project for a revised contract amount
of $1,560,639.00; and
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $179,833.00, transferred from available
PayGo funds within the Water and Sewer Fund, for the purpose of funding the LancasterAvenue
Water and Sanitary Sewer Replacements Part 2 project (City Project No. 106071) and to effect a
portion of Water's contribution to the Fiscal Years 2026-2030 Capital Improvement Program.
DISCUSSION:
On August 12, 2025 Mayor and Council Communication (M&C) 25-0734, the City Council authorized
an engineering agreement in the amount of $1,380,806.00 with Freese and Nichols Inc. (City Secretary
Contract No. 63963) for the Cast Iron Water Main and Sanitary Sewer Replacement in LancasterAvenue
Part 2 project.
Amendment No. 1 will provide for the preparation of additional plans, specifications and easement
preparation for cast iron water main and sanitary sewer replacements on the following streets:
Street
Craig Street
Tackett Court
�Meaders Avenue
�Rich Street
Mel Street
Cravens/E Loop
820
II From
�IStark Street
IStark Street
��Tackett Court
��Craig Street
IE Lancaster
Avenue
IE Lancaster
Avenue
I To
Putnam
Street
Cravens
Road
��Craig Street
��Mel Street
IRich Street
IRich Street
Scope of
Work
Water/ Sewer
I Water
I�Water
��Water, Sewer
Water
Water
i
It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan
throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence,
additional funding needs are identified, and to comply with bond covenants.
Funding is budgeted in the Transfer to Water/Sewer account of the Water and Sewer operating budget for
the purpose of funding the Lancaster Avenue Water Main and Sanitary Sewer Replacement Part 2 project.
FY2026 — Water PAYGO Appropriations per City Ordinance 27979-09-2025
FY2026
Original
Adopted PayGo
FY2026
Amended
PayGo
(includes any
council actions
subsequent to
budget
adoption)
YTD PayGo
Approved This M&C
for/Moved to
Capital Projects
FY2026
Remaining
PayGo
Balance
$101,090,082.00��$101,090,082.00;� ($23,578,678.00)��($179,833.00)��$77,331,571.00�
Note: There may be other pending actions or recently approved actions that are not reflected in the table
due to timing.
Appropriations for Lancaster Ave Water/Sanitary Sewer Replacement project are as depicted below:
Fund Existing Additional project Total*
, Appropriations Appropriations �
W&S Capital
Projects - $1,750,605.00 $179,833.00 $1,930,438.00
Fund 56002
Project Total �� $1,750,605.00�� $179,833.00,�$1,930,438.00�
*Numbers rounded for presentation purposes.
This project is located in COUNCIL DISTRICT 11.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Water & Sewer Fund and upon
approval of the above recommendations and adoption of the attached appropriation ordinance, funds will
be available in the W&S Capital Projects Fund for the Lancaster Ave W/SS Repl Part 2 project to support
the execution of the amendment. Prior to any expenditure being incurred, the Water Department has the
responsibility to validate the availability of funds.
FUND IDENTIFIERS (FIDs),:
TO
Fund Department ccount Project ProgramActivity' Budget Reference # mount
ID � , ID Year � (Chartfield 2)
FROM
�Fund Department Accoun Project Program ctivity Budget � Reference # mount
, ID � ID � Year (Chartfield 2)
CERTIFICATIONS:
Submitted for City Manager's Office by_
Originating Department Head:
Jesica McEachern (5804)
Chris Harder (5020)
Additional Information Contact: Parvathi Sreekumaran Unnithan (7803)
ATTACHMENTS
1.60WSSRLANCASTERP2-FNl.pdf (Public)
2. 60WSSRLANCASTERP2A1- FID Table (WCF 11.26.25).xlsx (CFW Internal)
3. 60WSSRLANCASTERP2A1-FN FundsAvail.docx (CFW Internal)
4. Form 1295 Certificate 101460904-FTW-Lancaster CPN 106071.pdf (CFW Internal)
5.ORD.APP 60WSSRLANCASTERP2A1-FNI 56002 A026(R2).docx (Public)
6. PBS CPN 106071.pdf (CFW Internal)
7. SAM.gov search FNl.pdf (CFW Internal)
60WSSRLANCASTERP2A1 FID Table
2 56002 0600430 4956001 106071
2 56002 0600430 106071
2 56002 0700430 4956001 106071
2 56002 0700430 106071
2026
2026
2026
2026
$107,899.00
$107,899.00
$71,934.00
$71,934.00
Input Engiumnng Fcc & vo@ Cost Watcr (Row 58 �
Input Engiumnng Pcc & vo@ Cost Scwcr (Ruw 58)
Input Engiumnng Fcc & vo@ Cost Watcr (Row 58 �
Iuput Engiueec�ng Fee & soN Cost Sewec (Row 58)
2 56001 0609020 5956001 $107,899.00
2 56002 0600430 4956001 106071 001730 9999 ($107,899.00)
2 56001 0709020 5956001 $71,934.00
2 56002 0700430 4956001 106071 001730 9999 ($71,934.00)
Signature: Signature:
Email: Email:
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Freese and Nichols Inc.
SUbJeCt Of tlle f�gPeerilerit: Cast Iron Water Main and Sanitary Sewer Replacement on Lancaster Ave. Part 2
M&C Approved by the Council? * Yes 0 No ❑
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No ❑✓ 63963-A1
If �so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes 0 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: 1/13/2026 Expiration Date: N/A
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.
Proj ect Number: If applicable. 106071
*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 processin� in the followin� order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.