Loading...
HomeMy WebLinkAboutContract 46356-A1 CITY SECRETAW AMENDMENT No. 0 01 CONTRACT NO.,463SLA TO CITY SECRETARY CONTRACT No. 46356 WHEREAS, the City of Fort Worth (CITY) and CP&Y, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 46356, (the CONTRACT) which was authorized by M&C C-27097 on the 2nd day of December, 2014 in the amount of $ 426, 460; and WHEREAS, the CONTRACT involves engineering services for the following project: Rolling Hills Water Treatment Plant (RH WTP) High Service Pump Station (HSPS) Switchgear Replacement; and WHEREAS, it has become necessary to execute Amendment No. 001 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 Attachment C, attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $44, 870. (See Attached Funding Breakdown Sheet) 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 $471 ,330. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect . EXECUTED and EFFECTIVE as of the date last written by a signatory, OFFICIAL RECORD City of Fort Worth Professional Services Agreement Amendment Template CITY SECRETARY PMO Official Release 8/1/2012 Page 1 of 3 FT WORTH, TX below. APPROVED: City of Fort Worth ENGINEER C�P&Y, Inc. Jap Chapa William E. Carroll, PE Assistant City Manager Senior Vice President DATE: �� l ` G DATE: APPROVAL RECOMMENDED: Jo Carman D' ector, Water Department APPROVED AS TO FORM AND LEGALITY: M&C: !� Date: Douglas W. Black Assistant City Attorney ATTEST: F oR Cr n �o l ar J. Kayser %0 City Secretaryg a 60 �. AS OFFICIAL RECORD city of Fort worth CITY SECRETARY Professional Services Agreement Amendment Template FT.WORTH,TX PMO Official Release 8/1/2012 Page 2 of 3 ATTACHMENT'B' Task Senior Structural Engineer Project Structural Engineer CADD Clerical Total Hours Rate CoA Hours Rate Cost Hours Rate Cort Hours Rate Cort 5165 5120 $100 570 Project Meetings&Coordination 16 52,640 So s0 $0 $2,640 Structural De*.of Admin Building Modifications 4 5660 32 $3,840 16 $11600 $o $6,100 Evaluation-Design of Existing Electrical Roorn 4 5660 16 $1,920 SO $0 $2,580 Design of Electrical Gear Pads 2 $330 8 S960 4 54W $o $1,690 Design of Structure Under Pad Mounted Switches 4 $660 16 $1,920 a $800 50 $3,380 Eva luanon/Dessgn of Pump/Motor Repiarement on to Trucks 12 $1,980 32 $3,840 B Saw $0 $6,620 Design of Loading Dock Modifications 12 $1,980 32 $3,840 16 53,600 So $7,420 QA-QC 24 $3,960 8 5950 So So $4,920 Standard Details 4 $660 8 S960 4 $400 $o $2,020 Spec ficat- a S3,320 4 $480 $0 4 S28D $2,080 PCC a $1,320 SO So SO $1.320 Bid Phase Support 4 $660 B $960 So $0 $1,620 CPS-RFIs(4) 12 $1,980 20 $2,400 $0 2 5140 $4,520 CPS-Submittals(12) 24 53,960 49 S5,760 $0 6 $420 $10,140 PS-Site vlslts(1) 8 S1,32D 50 50 $0 $1,320 So So $0 $o $o So $0 So So So 446 $24,090 1232 $27,840 156 1 175-600 112 40 $58,370 pDroved transfer of funds from CDM Prellminary Design to Structural Final Design Phase 30,000 At 370 SubConailtant GN $15,000 CP&Y SuhConsultant Markup 10% $1,500 Ale 870 CGAI Desien&Bid Phan Fee: The lump stnn design phase fee for the above scope is S 13,700 VIAI CgajIrgStion Phase Fee: The lump stun bidding phase fee for the above scope is 51,300 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Rolling Hills Water Treatment Plant High Service Pump Station Switchgear Replacement City Project No. 02315 City of Fort Worth,Texas Attachment C PMO Release Date:05 18 2010 Page 1 of 6 1.0 STRUCTURAL MODIFICATIONS 1.1 The Dock Facilitate removal of pumps and other equipment from the Administration Building to a truck for transport, it has been proposed to modify the existing loading dock area. Specifically, the raised loading dock interferes with pump removal and a better configuration would be for the floor at the overhead door to be at grade which would allow a truck to back into the building and the pump to be transferred directly from the bridge crane to the truck. The proposed loading dock area modifications are shown in concept in Photo 1 and Photo 2. The existing raised loading dock would be demolished which would expose an opening in the floor slab at the grade level. This floor opening would be filled in with a reinforced concrete slab doweled into the existing concrete to form a smooth, continuous floor slab. The slab and adjacent areas will be designed or checked for an HS-20 highway loading to ensure adequate strength for a tractor trailer backing into the building. Removable bollards will also be installed to limit the distance a truck can back into the building for safety reasons. The overhead door at the existing loading dock will also need to be modified to accommodate the loading dock area modifications. 4 Jt- Photo P fv= = I f 11 Loading Dock Exterior Showing Proposed Demolition to Grade (Red) City of Fort Worth,Texas Attachment C PMO Release Date:05 19 2010 Page 2 of 6 4 I� Photo 2 Loading Dock Interior Showing Proposed Demolition to Grade (Red) i dowel new slab into existing concrete on alt 4 sides Photo 3 Underside of Existing At-Grade Slab Showing Proposed Concept of Retrofitted Slab across Existing Opening (Blue) City of Fort worth,Texas Attachment C PMO Release Date:05 19 2010 Page 3 of 6 1.2 Crane Hoist- Monorail System at Basement Level There are currently issues with removing both the existing pumps and motors from the basement level in the Administration Building. 1.3 Scope 1.3.1. Design Phase: CPY will provide the following drawings and specifications for the project: Dt°av ft # Desai tion S-1 Structural Pads for Pad Mount Switch S-2 Structural Abbreviations S-3 Loading Dock Demolition Plan S-4 Loading Dock Proposed Plan and Details S-5 Monorail Modification Plan and Details S-6 Electrical Room Modifications Plan and Detail S-7 I Structural Details 1 1.3.2. Bidding Phase Services: Answer questions related to structural drawings and specs during the bidding phase 1.3.3. Construction Phase Services: CP&Y Structural Engineers will provide the following: Attend construction meetings as required Review shop drawings ➢ Review and respond to contractor RFi's Review change orders City of Fort Worth,Texas Attachment C PMO Release Date:05 19.2010 Page 4 of 6 2.0 ELECTRICAL MODIFICATIONS The project consists of replacing the switchgear in the high service pump station. In the process of preparing the report the City of Fort Worth identified some additional services to support the proposed project: The Old Lime Building is no longer operating and the associated electrical equipment is no longer serving the building but instead is providing service to the other equipment outside of the facility. In addition, the electrical equipment is the original installation and is now past its useful life. The City of Fort Worth has requested this facility be decommissioned. CP&Y will subcontract Gupta & Associates, Inc. (GAI) to develop design documents to remove and demolish the electrical equipment and refeed the existing equipment previously fed from the Old Lime Building MCC. GAI, Inc will provide the electrical design associated with the Old Lime Building as a sub consultant to CPY. The design will consist of the following: Electrical: ➢ Electrical demolition of the electrical equipment in the Old Lime Building. ➢ Design and install new 750kva transformer ➢ Pull new feeder from transformer to MCC-10 ➢ Refeed the New Lime Building Panelboard from MCC-10 ➢ Refeed the Old Chlorine Building ➢ Necessary conduit and details ➢ Site Lighting ➢ Electrical specifications. 2.1 Scope This Electrical Design will consist of the following phases: 2.1.1. Design Phase: CPY will provide GAI the backgrounds required for the project along with the site plan. Following drawings and specifications are anticipated for the project: Drawing S Des tion E1 Electrical Demolition Plan - Old Lime Building E2 Electrical Demolition Existing One Line E3 Modified One Line Diagram - MCC 10 E4 Partial Site Plan - Modified E5 Riser Diagram & Details Specifications Electrical Specifications City of Fort Worth,Texas Attachment C PMO Release Date:05 19 2010 Page 5 of 6 2.1.2. Meetings: GAI services will include the following: w ➢ Will attend site visits during the design 2.1.3. Bidding Phase Services: Following services will be provided during bidding phase: ➢ GAI will answer electrical questions during the bidding phase 2.1.4. Construction Phase Services: GAI will provide the following: ➢ Attend construction meetings as required ➢ Review shop drawings ➢ Review and respond to contractor BFI's ➢ Review change orders City of Fort worth,Texas Attachment C PMO Release Date:05 19 2010 Page 6 of 6