Loading...
HomeMy WebLinkAboutContract 47638-A1 +� ..r'ff NO."' RECEIVED AUG 2 4 2016 ANENDZ ENT No . 1 cirf EWARY i TO CITY SECRETARY CONTRACT WHEREAS, the City of Fort Worth (CITY) and TranSystems Corporation d/b/a TranSystems Corp. Consultants, (ENGINEER) made and entered into City Secretary Contract No. 47638, (the CONTRACT) which was authorized by M&C C-27643 on the 22nd day of March, 2016 in the amount of $393, 056. 00; and WHEREAS, the CONTRACT involves engineering services for the following project: Water and Sanitary Sewer Replacement Contract 2016 WSM-B; and WHEREAS, it has become necessary to execute Amendment No.l to the CONTRACT to include an increased scope of work and revised fee. NOR'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 a proposal dated July 15, 2016 a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $225, 923 . 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 $618 , 979 . 00 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EFT. IAL RECORD SECRETARY WORTH, TX Page -1- EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: ENGINEER City of Fort Worth TranSystems Corp. d/b/a TranSystems Corporation�Consultants, Jesus J. Chapa Raul Pena III, P.E. Assistant City Manager Senior Vice President DATE: ��-1� DATE: l� APPROVAL RECOMMENDED: ,� L/�16 Christopher Harder, P.E. Acting Assistant Director, Water Department APPROVED AS TO FORM AND LEGALITY: M&C: C-27868 Q6(avDate: August 16, 2016 Dou s W- Black Senior Assistant City Attorney ATTEST: qR ry J se �( City Se etary OFFICIAL RECORD CITY SECRETARY FT. (NORTH, TX Page -2- TranSystems Systems 500 West 7"'Street Suite 1100 Fort Worth,TX 76102 Tel 817 339 8950 Fax 817 336 2247 www.transystems.com July 15, 2016 Mr. Robert Sauceda, P.E. City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102-6311 RE: Amendment No 1, Water and Sanitary Sewer Replacement Contract 2016—WSM-B Dear Mr. Sauceda: We appreciate the opportunity to present this proposal and fee schedule for amendment No 1 for your consideration. Attached please find level of effort spreadsheet and scope and limits of work as described below: The following streets with limits and the type of design for rehabilitation are as follows, 1. Market Ave(NW 28th St to NW Loraine St)(Full Design,Top of Curb LT, RT and CL) 2. Chestnut Ave(NW Loraine to NW 30th St)(Full Design,Top of Curb LT,RT and CL) 3. McKinley Ave(NW 23rd St to Azle Ave)(No Design,Top of Curb LT,RT and CL),(NW 29th St to NW 30th St)(Full Design,Top of Curb LT,RT and CL) 4. N Elm St(NE 30th St to E Long Ave, NW 34th St to NW 35th St)(Full Design,Top of Curb LT,RT and CL) 5. N Houston St(NW 35th St to NE 36th St)(No Design,Top of Curb LT,RT and CL) 6. NE 36th St(Runnels St to Deen Rd)(No Design,Top of Curb LT,RT and CL) 7. NW 24th St(Lyndon Ave to Robinson St)(Full Design,Top of Curb LT,RT and CL for Robinson to Macie, Macie to Lyndon, No Design,Top of Curb LT, RT and CL) 8. NW 31st St(Lincoln Ave to Gould Ave)(Full Design,Top of Curb LT,RT and CL) 9. Weber St(Maydell St to Eva St,NW 37th St to Beaumont St)(No Design,Top of Curb LT, RT and CL) 10. NW 28th St(Rock Island Ave to McCandless Ave)(Full Design,Top of Curb LT, RT and CL) 11. NW 30th St(Refugio Ave to Lincoln Ave)(Full Design,Top of Curb LT,RT and CL) 12. NW 31st St(Rock Island Ave to McCandless Ave)(Full Design,Top of Curb LT, RT and CL) 13. NW 23rd St(Lincoln Ave to Columbus Ave)(No Design,Top of Curb LT, RT and CL) 14. NW 24th St(Ephriham Ave to Grayson St)(No Design,Top of Curb LT, RT and CL) 15. Northeast Parkway(Rondo Dr to Great Southwest Parkway)(No Design,Top of Curb LT, RT and CL) 16. Urban Dr(Northeast Parkway to N Freeway SR SB)(No Design,Top of Curb LT,RT and CL) The scope of the street rehabilitation design and additional work to be performed under this amendment is as follows: 1. Streets designated as need design a. Will include plan and profile sheets showing the proposed centerline profile and top of curb profiles left and right b. Proposed profiles will tie to existing top of curb and centerline profiles at crossing streets C. No driveway profiles will be included d. No cross sections will be included e. No drainage study or drainage improvements will be included. The assumption is the gutter flow will drain to existing storm drain inlets or adjacent streets. f. Positive drainage from adjacent properties will be verified. 2. Streets designated as no design needed a. Will include plan and profile sheets showing the existing centerline profile and top of curb profiles left and right. No vertical adjustments will be made b. No driveway profiles will be included C. No cross sections will be included d. No drainage study or drainage improvements will be included e. Positive drainage from adjacent properties will be verified C:Itransystems\pw_localltransyscorp-pwl\mrhobbs\d0370408\Amendment 1 Proposal Letter.docx TranSystems 500 West 7`h Street Suite 1100 Fort Worth,TX 76102 Tel 817 339 8950 Fax 817 336 2247 www.transystems.com 3. Level B SUE will be provided the Gas Line only within the limits listed above and includes 15 deholes. 4. Additional survey will be provided at NW 23rd. The water and sewer survey scope included one crossing of 23rd and the entire length of 23rd from Lincoln to Columbus was not surveyed. 5. Bid Phase—Includes attending the pre-bid meeting and bid tabulations 6. Construction Phase Services—Includes attending the preconstruction meeting, public meeting and 5 site visits. 7. Right of Way or Easement Services are not included 8. Permitting is not included 9. The roadway plan sheets will be divided into 3 parts that correspond with the Water and Sewer Projects. We propose to complete the proposed work in accordance with the attached level of effort spread sheet for a total lump sum fee of We will be using Spooner& Associates for surveying services and The Rios Group for SUE services. This will result in a DBE goal of 24% for this Amendment No 1, meeting the minimum requirement of 10%for this contract that will be performed by approved DBE firms. If you have any questions or require additional information please give me a call. Sincerely, TranSystems Corporation Consultants Raul Pena III, PE Principal, Senior Vice President C:\transystems\pw_local\transyscorp-pwl\mrhobbs\d03704081Amendment 1 Proposal Letter.docx ATTACHMENT B COMPENSATION Design Services for TPW Street Rehab, Water and Sewer Replacement Contract 2016, WSM-B Amendment No 1 City Project No. 02694 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $225,923.00 for Amendment No 1 as summarized in Exhibit B-1 — Engineer Invoice and Section IV— Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. Il. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant TranSystems Street Rehabilitation Plans $171,273.00 75.8 Proposed MBE/SBE Sub-Consultants Spooner and Survey $16,000.00 7.1 Associates The Rios Group Level B SUE and 15 Deholes— $38,650.00 17.1 Gas Only Non-MBE/SBE Consultants TOTAL $225,923.00 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE Water and Sewer Replacement $225,923.00 $54,650.00 24.2% Contract 2016, WSM-B City MBE/SBE Goal = 10% Consultant Committed Goal = 24.2 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 3 B-2 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 3 B-3 ; ] &&q 2 � k k0 ° /� J / \ } �\ ■ , a � / a_ � � � « 2 / ) - k E } ( | / d ° < \ k « a \ \ ) { k % 0 ` 333 CL /» ; § 6 q ' oq [ § G E f << 3 - &0 0 \ E 7 2 {( p ) § Jew ; a o ty) * § u j \) E § �� HEM « m ( � ) f ../L \ , / E ) % Z § 0 J OL O j / ƒ ° J k § w ± J \ \ a > \ \ ` z % LL of 2 � r - * - a f /§ \ ) f } / a 2GE $ § a k ? ® ; % " ® \ & {\2) / k � R -\®A)\ 2 �\ \ § )2 (EAa (L CL L) G o L)>a_ m « A & £ «3 ] � J / .Lj oz ) ( 0 � \ 0 3 ■ \ « } ( 5 } k ; ; JJ © § 7 § 2« o E $ E } |: > LU � ` 2 CD ) E 3 ) !tE ( \ ) \ �)\\ k ■ 5 ; f » & jir , e ( ) § / Ez cl \ k \ 0 LL % (D I .. a ( / / k cr - \ /§\ � ; a k g� � �� \ \�# ..k { §f (!A\ ® cc a. �3/)/} 3 0> LL \ ! ) ■ )® � § 0 G / \I ) ( u o CL 0 CY 0 ! n /\ 3 & E § CL - )) \ \ (! mk 2 \ c / - 56 ) \ \ [\{ &/ $§ ! § k® }/ f 2` ! ) G ) $! E2z: 3 § � .. k \ k /( )k ) A ) \ � m � m7 / - a. \ \ / \ , E m c S $7« \ / § / Cl)\ m k «% ; § � § o aR E p r }E 2 / \ wa cr 2 .R § 0� m ��� \ a aa�=oz o 0a.—t- & $ | 3® � G / �i § � o : - ƒ\ ƒ � | 0 ° E _ 2k 3 - & E ) I !k ci ) E 3 )f( E - @z ) k E ) � ` k a f _- [f , { k {\ 22 ) ! / G } 33 = w § \ � a §{ E ® 7 \ \ D LL 2 E \ = ] n ; o $ ¥may ° . . E / ¥ #10 { . n ; k ; L: 2 §%k 2 /] E z \! k\ (\�+ .R § CD 0 a o �R.. 2 , § - ® ` ® : 2 // \/� 2 §c >0 { CL as/LL o2 o 0>(L S a j w Level of Effort Spreadsheet TASKMOUR BREAKDOWN Design Services for TPW Street Rehab,Water and Sanitary Sewer Replacement Contract 2016,WSM-B City Project No.02694 Labor hours Ex ense Task No. Task Description Project Project Project Total Labor Total Expense Task Sub Total EIT CARD Administrative subconsulfant P Director Manager En sneer Cost Travel Reproduction Cost Rate $220 $750 $120 $100 $90 $60 MWBE Non-MWBE 1.0 Pro eat Management 0 0 0 0 0 0 $0 $0 $0 $01 60 s0 $O 1.1 Managing the Team 10 Internal Team Meetings - f0 io- 1. QA/QC .... So I so 11 Communications and Reporting 1 Pre-Design Coordination Meeting - - - f0 s0 LI, (monthly,bkmordhly,monthy)Project Update 1. Meetings f0 $0 1. Design Submittal Review Meetings $0 $0 1. Pre re Baseline Schedule f0 $0 Prepare Monthly Progress Reports with 1. Schedule $0 s0 1. Pre are Month MBE/SBE Ra orts $0 so 1. Invoicin $0 s0 o-rruus,x !.�• Iw,e ivuum. ,saa.•. eszx _ __ _ 2.0 Conceptual Design 30-Percent 0 0 a 0 0 0 $0 $0 $0 $0 $0 50 s0 2.1 Data Collection $0 so so 22 Drainage Computations and Drainage Area M _ so s0 so 2.3 Subsurface Utility Engineering - $0 $0 $0 2.4 Design Drawings SO so sll 15 Project Decision Lo $0 SO $0 2.6 Construction Estimate so $0 so 3.0 Preliminary Design(60 Percent) 0 64 206 412 648 0 $132 340 $8,000 so $0 50 S&ANI $M.340 3.1 Preliminary Design Drawings _ SO so $0 3.2 Geotechnical Invests ation/Pavement Design _ - $0 $0 so 3.3 Constructabil Review - so $0 to 3.4 Public Meetin - $0 $O f0 Market Ave(NW 26th St to NW Loraine St)(FuN Design,Top of Curb LT,RT end CL) 4 8 16 32 3.5 700 LF-2 P&P Sheets 1 $6,040 $0 $6,04 Chasthut Ave(NW Loraine to NW 3Wh St)(Fun Design,Top of Curb LT,RT and CL) 4 16 24 40 3.6 1050 LF-3 P&P Sheets $8,520 Sol $8,520 McKinley Ave(NW 23rd St to Azle Ave(No Design,Top of Curb LT,RT and CL).NW 29th St to NW 30th St(Full Design,Top of Curb LT,RT 4 24 40 60 and CL)) 3.7 2200 LF-6 P&P Sheets $12,880 f0 $12.880 N Elm St(NE 30th St to E Long Ave,NW 34th St to NW 35th SQ(Fun Design,Top of Curb LT,RT 4 32 60 80 and CL) 3.8 2700 LF-8 P&P Sheets $17,640 so $17640 N Houston St(NW 35th St to NE 38th SO(No Design,Top of Curb LT,RT and CL) 2 4 16 28 3.9 5W LF-2 P&P Sheets I $4.900 $0 $4,900 NE 38th st(Runnels St to Dean Rd)(No Design, Top of Curb LT,RT and CL) 2 4 16 28 3.10 770 LF-2 P&P Sheets S4,900 H' NW 24th St(Lyndon Ave to Robinson SQ(Fun Design,Top of Curb LT,RT and CL for Robinson to Made.Made to Lyndon,No Design,Top of 2 6 24 60 Curb LT,RT and CL) 3.11 132111;4 Mat _ $9,060 s0 $9,060. NW 31sSit(Lkrtdn Ava to Gould Ava)(Fug Design,Top of Curb LT,RT and CL) 2 4 8 16 3.12 350 LF-1 P&P Sheets $3,020 $0 $3,020 Weber St(Maydell St to Eva St,NW 37th St to Beaumont SQ(NO Design,Top of Curb LT,RT 2 4 16 28 and CL) 3.13 740 LF-2 P&P Sheets $4,900 f0 $4 900 M1128th St(Rock Island Ave to McCandless Ave)(Fuh Design,Top of Curb LT,RT and CL) 4 8 16 32 3.14 660 LF-2 P&P Sheets $6.040 so $6,040 NW 3(th St(Rehplo Ave to Lincoln Ave)(FLII Design,Top of Curb LT,RT and CL) 2 4 8 16 3.15 365 LF-1 P&P Sheets .,,, $3,020 so $3.020 NW 31st St(Rock Island Ave to McCandless JAve)(Full Design,Top of Curb LT,ITT and CL) 4 8 16 32 3.16 660 LF-2 P&P Sheets _ $6,D4 s0 $6.040 NW 23rd St(Lincoln Ave to Columbus Ave)(No Design,Top of Curb LT.RT and CL)Needs 4 24 40 60 Survey 3.17 188 LF-5 P&P Sheets $12,880 S8,0001 $8,000 $20.880 NW 24th St(Ephriham Ave to Grayson SQ(No Design,Top of Curb LT,RT and CL) 2 4 16 28 3.18 650 LF-2 P&P Sheets __., $4.900 so $4,900 Northeast Parkway(Rondo or to Great Southwest Parkway)(No Design.Top of Curb LT, 6 40 60 80 RT and CL) 3.19 2750 LF-7 P&P Sheets $18,900 to $18 wit Urban Dr(Northeast Parkway to N Freeway SR 2 4 16 28 SB)(No Design,Top of Curb LT,RT and CL) 3.20 615 LF-2 P&P Sheets $4,900 H•900 [42 Utility Clearance 50 $0 Traffic Control Plan $0 $0 Project Decision Lo _ _ $0 $0 Construction Estimate - - 4-_ 10 20 $3,800 �•8� Final Desl n 0 14 64 128 110 0 $32,480 f1 000 ft 000 $33Rnal Draft(90%)Construction Plans and 8 40 70 70 S ecifiicatlons _ $19,300 $19,300 Final(100%Plans and Specifications 4 20 34 40 510,000 57,000 S1 000 E11,000 City of Fort Worth,Texas Attachment B-Level of Effort Supplement PMQ official Release Date:8.09.2012 1 of 2 Level of Effort Spreadsheet TASKMOUR BREAKDOWN Design Services for TPW Street Rehab,Water and Sanitary Sewer Replacement Contract 2016,WSM-B City Project No.02694 Labor hours Ex ense Task No. Task Description Protect Project Project Total Labor Total Ex ER CADD Administrative Cost Subconsultam Travel Reproduction Cost Expense Director Mane er En Inaer Task Sub Total Rate $220 5150 5120 $100 $90 $60 MWBE Non-MWBE 4.3 Project Decision Logs 90%and 100%) 4.4 Construction Estimates 90%and 100%) Z 4 24 f0 f0 cacxsK: z.e., u-+-:z;.szrr z�:>.;• +:.«a-..;. .. S316t1 $0 $3180 5.0 Bid Phase 0 1 4 2 0 4 $1,07 $O f0 SO 80 $0 $1,070 5.1 Bid Su ort Sell Contract Documents and Maintain Plan - 5. Holders List 2 4 5. Issue Addenda $440 $o 5440 t0 50 50 Attend Bid Opening Conference - _ so so $0 5. Attend Bid O enin � � � 5. Tabulate Bids and Recommend Award so SO 5. Issue Conformed Contract Documents 1 4 5630 $00 6.0 Construction Pha Services 0 11 0 0 0 0 S1 850 $0 SO 50 s0 $0 f1 6ti0 6.1 Construction Support 6. Attend Preconstnrction Conference t/50 $0 $450 6. Attend Public Meeting sw f0 $450 61 Project Site Visits 5-1 HR Each AE $750 SO $750 60 Submittal Review $p Request for information/Change Order so so 6. Review so $0 SO 6. Final Walk Through and Punch List $o i0 So 6.2 Record Drawings So f0 7.0 ROW/Easem ent Services 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0 741 Right-of-Way Research So So $0 Right-of-Way/Easement Preparation and - 7.2 Submittal s0 $0 $0 7.3 Temporary Right of Entry Submittal $0 $0 so 8.0 Surve 0 0 0 0 0 0 $0 $46.650 $0 $0 s0 $46 $46.850 8.1 Design Survey f0 $8,000 s8 000 $8000 8.2 SUE-Level B for Gas Only W/15 Deholes $0 $38,650 $38 E50 538 850 8.3 Construction Surve so $0 _ so arovxmsx!MSr. _- 9.0 Permit n 0 0 0 0 0 0 $0 $0 $0 $0 so $0 $0 9.1 SWPPP SO $0 $0 9.2 Environmental Services - $0 $0 so 9.3 Flood lain Services so $0 So 9.4 TxDOT so $0 $0 9.5 Railroad 50 So $O 9.6 TDLR SO SO f0 9.7 City of Fort Worth Parks Conversion -1 $0 $0 f0 Totals 0 80 1 274 542 758 1 4 $167,5401 $54,650 so $0 $1,000 $K4501 8223,190 Project Summary Total Hours 1,658 Total Labor $167,540 Total Expense $55,65 MBE/SBE Subconsul ant $54,650 Non-MBUSBE Subconsu8am $0 5% Sub Markup $2.732.50 MBE/SBE Participation 24.2% Total Project Cost $225,923 City of Fort Worth,Texas Attachment B-Level of Effort Supplement PMO Official Release Date:8.09.2012 2of2 w c E r _ U m a.. m w Q a N ca w 2 w m a 04 u r l - a m 2 .+ 0 cc 2" E E > > ? N N T C d of f`l m m O C N N c c C t co rn m m m 'C W O n v+i i� in a m LL 00 00 W akoi ato-I w ko 14 h h h ri Ct l0 m \ N N .-i N r-I \ \ \ rl O O ri r-I ri \ h \ \ \ \ \ �--� 00 00 i--I ri 1-1 M m \ \ \ O \ -1 V-1 N 14 m M N N \ \ \ \ \ M m 00 ri al ri -1 \ 14 \ \ \ \ m M m M m y m "0 n C a a "O C4 -0 li -1 N m -0 m _0 m "0 OJ (U O OJ Ul N 4/ OJ O1 4/ N O1 01 N 01 N 3 3 LL 3 3 3 LL 3 3 3 3 3 3 l0 l0 l0 14 l0 w h h h h-1 w l0 T4 N \ \ ri \ l0 \ Ol \ O C m N \ 11 m It r ri N M M Ln 14 li -1\ \ r q 00 l0 0) Ol ri \ '�"'� ri N m m \ \ M m vi E C \ \ 00 14 CC m 7 m O w 61 d h N N N v N � N N N N 81 03 y f" H E- C w U U U C 12 Ln H C ? T ? T W a- v -a 0 v v v v 0 0 0 . C C C 0 m m T >, >, T >, >, >, >, >, m m m 'p _0 00 m 0) m m m m m m m m "O m _0 T > m OR "0 m a v a a a -a a -a O :? a a _ Ol m ri O u'1 O O O l0 O O O O In 01 m CC l0 lD le It N lA It N N N _iN Cr ri r-I W 41 " N _ � 3 O Y } Z C C C C U U m n N N yy U E Y a or a E m Qj C Y In 7 I Ny k Ln +C+ m lJ C O y v 00 bA 3 m N v E m O a`ni d a I" uai �n a w 3 `�° v rrnn own L S LL o c '� k N 7 C m H � OJ N o ai v v c v o v E v a�i + '_+° � � N C > > m > > m > Or C 3 C 7 N E O_ Q k w k.N 0J C w U 7 3 m c U CL ii a U- m V p E a, z nn o O o O _ o _ O _ O o u ul a Z, N � ri N j U ;m U le U M U le U lA 7 N ,am_+ Ln d' C m �F m ai ai m 3 0 M&C Review e Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA Fa>�y COUNCIL ACTION: Approved on 8/16/2016 DATE: 8/16/2016 REFERENCE NO.: **C-27868 LOG NAME: 6016WSMBA1 TRANSYS CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Amendment No. 1 in the Amount of$225,923.00 to City Secretary Contract No. 47638 an Engineering Agreement with TranSystems Corporation d/b/a TranSystems Corporation Consultants, for a Revised Contract Amount of$618,979.00 for Street Design Services for Water and Sanitary Sewer Replacement Contract 2016, WSM- B, Located on Various Streets in the Diamond Hill Jarvis, Far Greater Northside Historical and Far Historical Neighborhoods (2014 BOND PROGRAM) (COUNCIL DISTRICT 2 ) RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No. 1 to City Secretary Contract No. 47638 an Engineering Agreement with TranSystems Corporation d/b/a TranSystems Corporation Consultants in the amount of$225,923.00 for Street Design Services for Water and Sanitary Sewer Replacement Contract 2016, WSM-B, thereby increasing the contract amount to $618,979.00. DISCUSSION: On March 22, 2016, Mayor and Council Communication (M&C C-27643) the City Council authorized the execution of an Engineering Agreement with TranSystems Corporation d/b/a TranSystems Corporation Consultants, in the amount of$393,056.00 for the preparation of plans and specifications for the replacement of the water and/or sanitary sewer mains on various streets as identified in the M&C. Amendment No.1 will provide additional services for street design to allow for the proposed water, sanitary sewer, and pavement improvements for the streets identified on the following table to be advertised and constructed as one combined project instead of two projects in order to minimize disruption to residents and expedite construction of the project: Street lFrom ITo Northeast Parkway Rondo Drive IlGreat Southwest Pkwy Urban Drive Northeast Parkway INE Loop 820 SB FR Weber Stre IMa ydell Street JEva Street NE 36th Str IRunnels Street IDe en Road Weber Street NE 37th Street 113e aumont Street Chestnut Street NW Loraine Street NW 30th Street NW 31st Street Lincoln Avenue JGould Avenue N Houston Str JNW 35th Street JNW 36th Street N Elm Street 11NE 34th Street N E 35th Street I N Elm Street NE 30th Street Long Avenue http://apps.cfwnet.org/council_packet/mc review.asp?ID=22588&councildate=8/16/2016 8/17/2016 M&C Review Page 2 of 3 IMarket Avenue I'NW 28th Street IINW Loraine Street NW 28th Street IlRock Island Street McCandless Street NW 30th Stre JRefugio Avenue Lincoln Avenue NW 31 st Stre JRockisland Street McCandless Street NW 23rd Street Lincoln Avenue Columbus Avenue NW 24th Street Ephriham Avenue JIG rayson Avenue NW 24th Street Lydon Avenue JRo binson Street McKinley Aven JNW 23rd Street I Azle Avenue McKinley Aven IN E 29th Street NW 30th Street TranSystems Corporation d/b/a TranSystems Corporation Consultants, proposes to perform the additional design services for a lump sum fee of$225,923.00. Staff considers the fee to be fair and reasonable for the scope of services proposed. Engineering for Water and Sanitary Sewer Replacement Contract 2016, WSM-B is one component of the overall project that includes project management, utility coordination, water/sanitary sewer and pavement, construction, material testing, inspection and contingencies. The overall project budget is $8,500,000.00. Design is expected to be completed by December 2016. Construction is anticipated to commence in March 2017 and estimated to be completed by August 2018. The project will have no impact on the operating budgets of the Water Department and the Transportation Public Works Department when completed. This project will be partially funded through the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing for these expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-05-2014) and the subsequent ordinance authorizing the issuance of the debt(Ordinance No. 22216-05-2016). M/WBE OFFICE: TranSystems Corporation d/b/a TranSystems Corporation Consultants, agrees to maintain its initial SBE commitment of 15 percent that it made on the original Agreement and extend and maintain that same SBE commitment of 15 percent to this first amendment. Therefore TranSystems Corporation d/b/a TranSystems Corporation Consultants remains in compliance with the City's BDE Ordinance and attests to its commitment by its signature on the Acceptance of Previous SBE Commitment form executed by and authorized representative of is company. The project is located in COUNCIL DISTRICT 2, Mapsco 78B, 78F, 78G, 78J and 78K. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of the 2014 Bond Program Fund. "nA-Pt/mn review_a�n?ID=22588&councildate=8/16/2016 8/17/2016 M&C Review Page 3 of 3 Pending Remaining* Description Appropriations Encumbrances/ Balance Expenditures W/S Repl. Contract 2016, $225,923.00 $225,923.00 $0.00 WSM-B 34014 * Numbers rounded for presentation purposes. TO Fund Department Account Project Program Activity Budget Reference# Amount ; ID ID , I Year (Chartfield 2) i FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 1340141 0200431 5330500 CO2694 _ CO2430 2016 14010199 $225,923.00 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Information Contact: Robert Sauceda (2387) A T TACHMENTS 6016WSMBAl TRANSYS 1295 Form.pdf 6016WSMBAl TRANSYS MAP 01.pdf 6016WSMBA1 TRANSYS MAP 02.pdf 6016WSMBAl TRANSYS MAP 03.pdf 6016WSMBAl TRANSYS MAP 04.pdf 6016WSMBAl TRANSYS MAP 05.pdf 6016WSMBAl TRANSYS MAP 06.pdf 6016WSMBAl TRANSYS MAP 07.pdf 6016WSMBAl TRANSYS MAP 08.pdf httn://abbs.cfwnet.orv-/council packet/mc review.asp?ID=22588&councildate=8/16/2016 8/17/2016