Loading...
HomeMy WebLinkAboutContract 26290 AMENDMENT NO. STATE OF TEXAS $ CITY SECRETARY CONTRACT NO. " (MSC Needed) COUNTY OF TARRANT $ WHEREAS, the City of Fort Worth (City) and White Rock Consultants, Inc. , (Engineer) made and entered into City Secretary Contract No. 23144, (the Contract) which was authorized by the City Council by M&C C-16216 on the 12th day of June; and WHEREAS, the Contract involves engineering services for the following project: Engineering Contract for the design of Main 195AR Drainage Area Sanitary Sewer System Rehabilitation and Improvements Group 7, Contract 4) . WHEREAS, it has become necessary to execute Amendment No. 1 to said Contract to include an increased scope of work and revised maxJ mum 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 addition- al engineering services specified in M&C C-18215, adopted by the City Council on the 5th day of September, 2000 and further amplified in a proposal letter dated June 26, 2000, copies of which are both attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $53,667.30 2. Article III, Section D of the Contract is amended to provide for an increase in the maximum 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 not exceed the sum of $935,257.30 -2- OFFICIAL FICOM 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED on this the /Wk') day of 2000, in Fort Worth, Tarrant County, Texas. ATTEST• ,ontract Authorization �Glof a Pearson, City Secretary City Secretary /O - P7-pz) Date APPROVAL RECOMMENDED: APPROVED: -A"ZuG A. Douglas Rademaker, P.E. Mike Groomer Director, Department of Assistant City Manager Engineering White Rock Consultants Enginee By: Name:Rod Th -if, P.E. Whitmkock Consultants 5601 Bridge Street, Suite 301 Fort Worth, TX 76112 APP OVED AS TO FORM AND LEGALITY: Gary Steinberger Assistant City Attorney City of Fort Worth, Texas Mayor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 9/5/00 **C-18215 30WHITEROCK 1 of 2 SUBJECT APPROPRIATION ORDINANCE AND AMENDMENT NO. 1 TO ENGINEERING AGREEMENT WITH WHITE ROCK CONSULTANTS, INC. FOR M195AR DRAINAGE AREA SANITARY SEWER EVALUATION STUDY AND SEWER SYSTEM IMPROVEMENTS (GROUP 7, CONTRACT 4) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to transfer $53,667.30 from the Water and Sewer Operating Fund to the Sewer Capital Project Fund; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Project Fund in the amount of $53,667.30 from available funds; and 3. Authorize the City Manager to execute Amendment No. 1 with White Rock Consultants, Inc. in the amount of $53,667.30 to provide for additional design and survey services, thereby increasing the contract amount to $935,257.30. DISCUSSION: On August 12, 1997 (M&C C-16216), the City Council authorized the City Manager to execute a contract with White Rock Consultants, Inc. in the amount of $881,590.00 for Main 195AR Drainage Area Sanitary Sewer Evaluation Study and Sewer System Improvements (Group 7, Contract 4). This amendment will allow the consultant to provide survey services, legal descriptions and plats to prepare a master easement document for the replacement of a project sewer lateral located on federal property on the campus of the Fort Worth Federal Center. The existing 50-year easement for the sewer lateral across the Federal Center will expire on February 2, 2001. It is therefore necessary to prepare and execute new easement documents for all the sewer laterals located on the federal property. It is alm necessary to prepare additional right-of-entry agreements which will provide additional work space for construction in the rear of residential properties. In addition, the amendment will provide for the design of an additional 1,000 linear feet of severely deteriorated sewer pipe located within the project area that connects to project sewer lines. The poor condition of this pipe was unknown at the time the contract was approved by the City Council. Staff considers the proposed fee to be fair and reasonable for the additional services to be provided. I I City of Fort Worth, Texas Mayor , and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 9/5/00 **C-18215 30WHITEROCK 2 of 2 SUBJECT APPROPRIATION ORDINANCE AND AMENDMENT NO. 1 TO ENGINEERING AGREEMENT WITH WHITE ROCK CONSULTANTS, INC. FOR M195AR DRAINAGE AREA SANITARY SEWER EVALUATION STUDY AND SEWER SYSTEM IMPROVEMENTS (GROUP 7, CONTRACT 4) FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation 1, and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. MG:I Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) 1&2) PS58 472045 070580410080 $53,663.30 Mike Groomer 6140 2) PS58 531200 070580410080 $53,663.30 Originating Department Head: A. Douglas Rademaker 6157 (from) APPROVED 9-5-00 ORDINANCE NO. 14325 City of Fort Worth, Texas Mayor and Council Communication DATE REFERENCE NUMBER LOG NAME I PAGE 9/5/00 **C-18215 30WHITEROCK 1 3 of 2 SUBJECT APPROPRIATION ORDINANCE AND AMENDMENT NO. 1 TO ENGINEERING AGREEMENT WITH WHITE ROCK CONSULTANTS, INC. FOR M195AR DRAINAGE AREA SANITARY SEWER EVALUATION STUDY AND SEWER SYSTEM IMPROVEMENTS (GROUP 7, CONTRACT 4) 3) PS58 531200 070580410080 1 $53,663.30 1) PE45 538070 1 0709020 $53,663.30 Additional Information Contact: A. Douglas Rademaker 6157 WHITE ROCK CONSULTANTS JNPILTRATIONtIN1=LOW PROGRAM DEVELOPMENT, MANAGEMENT,AND IMPLEMENTATION June 26, 2000 Mr. Rakesh Chaubey City of Fort Worth Department of Engineering 1000 Throckmorton Fort Worth, TX 76102 Subject: Contract Amendment No. 1 Design Services M195AR Drainage Area Rehabilitation and Sewer System Improvements (Group 7, Contract 4) Sewer Project PS58-070580410080 Part 1 (M-73 & Supplemental Sewers)- DOE#s 1720,1914, 1915, 1916 Part 2 (Lake Como Emergency Repairs) - DOE#2013 Sharondale Sanitary Sewer& Street Replacement Project Part 6 (M-195AR Small Diameter Sewers)-DOE#s 2609, 2701, 2702, 2703 Part 7 (M-195AR Large Diameter Sewers) - DOE#2758 Dear Mr. Chaubey: As the design and construction of the wastewater collection system improvements for the M195AR Drainage Area, Part 1, 2, 6, and 7 contract have proceeded, it has been necessary to revise the scope of the engineering services provided by White Rock Consultants and Subconsultants . As additional services have been required, White Rock Consultants and our Subconsultants have proceeded with the work required in order to keep the project on schedule per the EPA Administrative Order deadline, and the reduce the number of amendments needed on the project. To the best of our knowledge, this letter summarizes the scope and related costs for the additional services necessary to complete this contract. 1. Amendment No. 1 includes compensation for the preparation of additional Right-of-Entry and Easement documents for affected properties in the M-195AR Project Area. The original contract included 200 Right of Entry documents and five(5) easement documents. A total of 517 Right of Entry documents, five(5) Permanent Utility Easements and seven (7)Temporary Construction Easements were prepared and submitted for execution. The additional costs associated with the work are as follows: F Item No. 1 Preparation of Additional Right of Entry Agreements & Easements By RJN Group Right of Entry(ROE) Exhibits and Agreements: Total Number of ROE Agreements Prepared For Parts 1, 2, 6 & 7 517 Ea. Number of ROEs Included in Original Contract 200 Ea. Additional ROES beyond Original Contract 317 Ea. 5601 Bridge Street Suite 301 • Fort Worth, Texas 76112 Th1B SFV;C!:S 7f1 J ill.^.( u CE 8'-, 492 8036 s FAX 18171, 446-1205 • E-MAIL rodthorr.Cconnect.n2t Mr. Rakesh Chaubey City of Fort Worth Department of Engineering June 26, 2000 Page 2 Permanent& Temporary Construction Easements (TCE) Total number of Perm Easements Prep for Parts 1, 2, 6, &7, 5 Perm Ea. Total Number of Perm Easements Included in Original Contract 5 Perm Ea. Total Number of Temporary Construction Easements (TCEs) prepared for Part 1, 2, 6, & 7 7 Temp Ea. Total Number of TCEs Included on Original Contract 0 Temp Ea. Temporary Construction Easements Beyond Original Contract 7 Temp Ea. Engineering Fee for Additional ROEs and TCE Preparation by RJN Group ROEs 317 EA. @ $50.00/ Ea. $15,850.00 Temporary Construction Easements 7 TCEs Ea. @ $100.00/Ea. $700.00.00 Total Subconsultant cost Item No. 1 $16,550.00 Total Item No. 1 sub-total - Subconsultant cost plus 10% $18,205.00 2. Amendment No. 1 includes compensation for the preparation of State Revolving Fund (SRF) documentation for construction funding requested by DOE. RJN Group prepared most of the documents for Part 6 and Part 7 in the M-195AR Project Area. White Rock Consultants prepared the SRF documents for the remaining parts in the M-195AR Project Area that were later assigned to Dannenbaum, Ned K. Burleson, Transystems, and RJN Group in separate contract agreements. The additional costs associated with this work are as follows: Item No. 2 Preparation of SRF Documents for construction funding RJN Group Direct Labor (8hr X 85/Hr) $680.00 Printing Cost (Specs & 1 Reduced set of Plans Part 1) $300.00 Sub-total RJN Group SRF Preparation Costs $980.00 Sub-Total SRF Document Preparation Subconsultant costs plus 10% $1,078.00 White Rock Consultants SRF Document Preparation (16 hr @ 65/Hr) $1,040.00 Item No. 2 SRF Document Preparation Sub-total $2,118.00 3. Amendment No. 1 includes compensation for design and construction phase services for the relocation of Sewer Line M-195AR from existing station 49+64 to station 53+81. This work is being included with the Part 7 construction contract for this project. The replacement and relocation of this 18" diameter sewer line was necessary because M-195AR had to be lowered and realigned both downstream and upstream of this location (as part of this design contract and the M-195AR Part 5, a separate contract by RJN Group). The replacement was necessary to allow for the abandonment of sewer line M195B and connection to service lines from the Federal Center Property to the north of this project. The additional costs associated with this work are as follows: Item No. 3 Replacement& Relocation of Sewer Main M-195AR M-195AR 18" sewer main, Sta 49+64 to Sta 53+81 417 LF Mr. Rakesh Chaubey City of Fort Worth Department of Engineering June 26, 2000 Page 3 Fee for additional Engineering Design Services by Subconsultant RJN Group Direct labor: Engineering Design, Construction Phase Services $4,800.00 Expenses: Reproduction, computer time, mileage $500.00 Sub-Total additional M-195AR design by RJN Group $5,300.00 Total Item No. 3 sub-total - Subconsultant cost plus 10% $5,830.00 4. Amendment No. 1 includes compensation for the redesign of sewer line L-1252 in the M-73 Drainage Area. The work was done as part of Construction Part 1,Unit 1. During construction of L-1252, problems were encountered in the existing sewer which would have required point repairs prior to lining the existing sewer line, as called for in the plans. As the design had to be performed without benefit of television inspection, the amount and severity of defects, if any, requiring point repairs could not be specified in the plans. For this reason, a nominal quantity for"Sag adjustment for Pipe Enlargement" was included in the plans to cover potential point repairs. However, the defects encountered during construction could not be repaired under the pay item provided, as they required extensive hand tunneling. Some of the tunneling would have been under an existing swimming pool. The contractor requested $6,00 each to perform two (2) point repairs. Upon field review and consultation between RJN Group, the City of Fort Worth, and the contractor, it was decided to abandon the portion of L-1252 between the two defects, a length of approximately 100 linear feet. The upstream portion of L-1252 was rerouted to an existing manhole on line segment L-1256. This enabled the construction of the work to be covered under existing unit prices. To expedite the construction, RJN prepared a revised plan sheet detailing the work required, and expedited preparation of a Permanent Sanitary Sewer Easement. The work performed by RJN was outside the original contract scope of services. The cost incurred to perform the additional work is as follows. Item No. 4 Redesign of Sewer Line L-1252 By RJN Group Engineering Design & Construction Phase Services Project Manager- 8 hrs @ 96/hr $768.00 Project Engineer- 12 hrs @ $85/hr $1,020.00 Senior CADD Designer- 8 hrs @ $65/hr $520.00 Sub-total Item 4 Subconsultant cost $2,308.00 Total Item No. 4 sub-total - Subconsultant cost plus 10% $2,538.80 5 Amendment No. 1 includes compensation for the survey and design to extend the replacement limits of L-4112 to the north and west to intercept an existing service line. This is in proximity of the Southwest Baptist Theological Seminary and will allow the further abandonment of the old M195 interceptor. Garcia and Associates provided the survey and design as part of the Part 6 Unit 4, DOE #2703 assignment. Mr. Rakesh Chaubey City of Fort Worth Department of Engineering June 26, 2000 Page 4 Item No. 5 Extension of L -4112 in proximity of SW Baptist Theological Seminary Engineering Survey and Design by Garcia and Associates Field surveys 500 LF @ $2.50/LF $1,250.00 Temporary Right-of-Entry Agreements 1 @ $75/Ea $75.00 Design of extension 500 LF @ 4.00/LF $2,000.00 Total Subconsultant costs Item No. 5 $3,325.00 Total Item No. 5 sub-total - Subconsultant cost plus 10% $3,657.50 6. Amendment No. 1 includes compensation for the survey services and legal descriptions and plats to prepare a master easement document in proximity of the Fort Worth Federal Center and Greenbriar Park and Recreation Center by Garcia and Associates. Fort Worth Federal Center Property The original easement document was executed on February 2, 1951. This document has a 50-year duration period that expires on February 2, 2001. New easement documents were prepared for all existing sanitary sewers to remain in service and for all proposed sanitary sewers. The total length of sanitary sewers that requires new easement documents is 4,373 LF. Greenbriar Park& Recreation Center The proposed re-alignment of M-195AR will be located outside of an existing 15' wide easement. Although easements are generally not required for City owned facilities located on City owned property, the Water Department has requested a new easement document be prepared in the event that this property is sold for future development. The total length of sanitary sewers that will require new easements in this section of the project is 4,117 LF. Field surveys were required to locate property corners and establish property boundary lines. Property boundary lines were verified from legal descriptions in recorded deeds. The property boundary was then used to establish the sanitary sewer horizontal alignments. Item No. 6 Federal Center and Greenbriar Park survey services, legal descriptions and } preparation of plats by Garcia and Associates Field Surveys 8,490 LF @ $2.00/LF $16,980.00 Easement exhibits and Descriptions 8 ea @ $300/Ea $2,400.00 Total Subconsultant costs Item No. 6 $19,380.00 Total Item No. 6 sub-total - Subconsultant cost plus 10% $21,318.00 Mr. Rakesh Chaubey City of Fort Worth Department of Engineering June 26, 2000 Page 5 Contract Amendment Summary Item No. 1 Preparation of Additional ROEs and TCEs $18,205.00 Item No. 2 SRF Document Preparation $2,118.00 Item No. 3 Replacement/Relocation of M195AR $5,830.00 Item No. 4 Redesign of L-1252 during construction $2,538.80 Item No. 5 Extension of L-4112 on Seminary property $3,657.50 Item No. 6 Federal Center/Green briar Park Master Easement Document $21,318.00 Grand Total Items 1 through 6 Contract Amendment No. 1 $53,667.30 Your attention to this matter is greatly appreciated. Should you have any questions, please do not hesitate to contact me. Sincerely, WHITE ROCK CONSULTANTS Rod T ornhill, PE President