Loading...
HomeMy WebLinkAboutContract 26699STATE OF TEXAS § COUNTY OF TARRANT § AMENDMENT NO. 2 CITY SECRETARY CONTRACT NO. � Cl (Approved M&C Attached) WHEREAS, the City of Fort Worth (City) and Halff Associates, inc., (Engineer) made and entered into City Secretary Contract No. 25308 (the Contract) which was authorized by the City Council by M&C C-17438 on the 25th day of May, 1999; and WHEREAS, the Contract involves engineering services for thq fpllowing project: Engineering Contract for the Southside II (Sz-6) 48—inch Water Transmission Main from Bolt Street and St. Louis Avenue to the existing 42—inch water line located near the intersection of Granbury Road and Trail Lake Drive. WHEREAS, it has become necessary to execute Amendment No. 2 to said Contract to include an increased scope of work and revised maximum 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 a proposal letter dated January 10, 2001, a copy of which is attached hereto and incorporated herein. The cost to City for the additional services to be pertormed by Engineer total $81,530.00. �� Article II of the Contracf 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 $417,130.00. 3. All other provisions of the contract, which are not expressly amended herein, shall remain in full force and effect. ��(��C�BQ� �� c� G�@ CG'D�U' ���c� ?° G�� � �. �G'�f�o ��o EXECUTED on this the v�- �� day of Fort Worth, Tarrant County, Texas. a APPROVAL RECOMMENDED: APPROVED: , 200a, in r ,��: �I�G i.;�,�, �`'—�� � A. Douglas Rademaker, P.E. Mike Groomer ' Director, Department of Engineering Assistant City Manager � Halff Associates Inc. ENGINEER �� Name: ro mn Lovell, PE ic President Halff Associates, Inc. 4000 Fossil Creek Blvd. Fort Worth, TX 76137 APPROVED AS TO FORM AND LEGALITY: ��0`�(. .�c� t�.�� �— er Assistant City Attorney ATTEST: loria Pea son, �City Secretary " '"b O C — / �� �� Contract Authorization �- � -c� / 1�ate u f���C�BQ� �'��G<<���� �D�11 ����������°�G���l � �o I� G'�G�, � ����� ._� DATE SUBJECT City of Fo�t WoYth, Texas Mayo r and C ouriC i l Co�lmuriiCat ion REFERENCE NUMBER LOG NAME PAGE 4/3/01 **C-18531 30HAL 1 of 2 AMENDMENT NO. 2 TO ENGINEERING AGREEMENT WITH HALFF ASSOCIATES, INC. FOR SOUTHSIDE II (S2-6) 48-INCH WATER TRANSMISSION MAIN FROM BOLT STREET AND ST. LOUIS AVENUE TO THE EXISTING 42-INCH WATER LINE LOCATED NEAR THE INTERSECTION OF GRANBURY ROAD AND TRAIL LAKE DRNE RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 2 to City Secretary Contract No. 25308 for engineering services with Halff Associates, Inc. for additional work related to the Southside II (S2-6) water transmission main for a fee of $81,530, increasing the total contract amount to $417,130. DISCUSSION: On May 25, 1999 (M&C C-17438), the City Council authorized the execution of an engineering agreement with Halff Associates, Inc. for the preparation of plans and specifications for the Southside II (S2-6) 48-inch water transmission main for a total fee not to exceed $320,720. The Southside II (S2-6) water transmission main project is part of the Water and Wastewater System Master Plans-Water System Plan prepared in 1989. Under this recommendation, a 48-inch water line is proposed from the existing 48-inch pipeline crossing of IH-35W at Bolt Street (Mapsco 91 F) to the existing 42-inch water line located in the vicinity of the intersection of Granbury Road and Trail Lake Drive (Mapsco 89M). The purpose of this project is to provide increased flow capacity to allow full utilization of the Rolling Hills Water Treatment Plant. Recent high summer demands and growth in southeast Fort Worth have reinforced the need for this water main. This contract was previously revised by Amendment No. 1 on October 2, 2000, and City Secretary Contract No. 26224, for a fee of $14,880, increasing the total contract amount to $335,600. In December 2000, the City requested the engineer to revise the plans and specifications to include all existing streets to be pulverized and surfaced with full width asphalt pavement and new curb and gutter, where required. The original design did not include new curb and gutter. Amendment No. 2 will include additional services to provide plans and specifications for rehabilitating all streets within the limits of this project, additional survey, and revising contract documents and drawings. The staff has reviewed the proposal from Halff Associates, Inc. and considers the fee in the amount of $81,530 to be reasonable for the additional work to be performed. Halff Associates, Inc. is in compliance with the City's M/WBE Ordinance by committing to an additional 30% M/WBE participation on this amendment No. 2. The City's goal on this amendment No. 2 is 28%. This project is located in COUNCIL DISTRICTS 8 and 9, Mapsco 89M and 91 F. DATE 4/3/01 SUBJECT City of Fort Worth, Texas Mayor and Council. Co�nmunicatiori REFERENCE NUMBER LOG NAME PAGE **C-18531 30HAL 2 of 2 AMENDMENT NO. 2 TO ENGINEERING AGREEMENT WITH HALFF ASSOCIATES, INC. FOR SOUTHSIDE II (S2-6) 48-INCH WATER TRANSMISSION MAIN FROM BOLT STREET AND ST. LOUIS AVENUE TO THE EXISTING 42-INCH WATER LINE LOCATED NEAR THE INTERSECTION OF GRANBURY ROAD AND TRAIL LAKE DRIVE FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Commercial Paper-Water Fund. MG:k Submitted for City Manager's Office by: Mike Groomer Originating Department Head: 6140 FUND � ACCOUNT � CENTER � AMOUNT (to) CITY SECRETARY ' A. Douglas Rademaker 6157 (from) � APPROVED 4-3-01 DATE 4/3/01 SUBJECT Czty of Fort Wo�th, Texas Mayo r and C our�.� i l. Communicatior� REFERENCE NUMBER LOG NAME PAGE **C-18531 30HAL 3 of 2 AMENDMENT NO. 2 TO ENGINEERING AGREEMENT WITH HALFF ASSOCIATES, INC. FOR SOUTHSIDE II (S2-6) 48-INCH WATER TRANSMISSION MAIN FROM BOLT STREET AND ST. LOUIS AVENUE TO THE EXISTING 42-INCH WATER LINE LOCATED NEAR THE INTERSECTION OF GRANBURY ROAD AND TRAIL LAKE DRIVE PW77 531200 � 060770140430 �$81,530.00 Additional Information Contact: A. Douglas Rademaker 6157 • ��� Halff Assoclates ��� ENGINEERS • ARCHITECTS • SCIENTTSTS PLANNERS•SURVEYORS 0 Gopal Sahu, P.E. City of Fort Worth Department of Engineering 1000 Throckmorton Fort Worth, Texas 76102 Re£ Revised Amendment No. 2 Coordination/Reproduction and Paving Improvements Southside II (S2-6) Water Transmission Main DOE No. 2�� 8 Dear Mr. Sahu: 4000 FOSSIL CREEK BOULEVARD FORT WORTH, TEXAS 76137 (817) 847-1422 METRO (817) 429-9975 FAX (817) 232-9784 January 10, 2001 AVO 18026 In response to your request for additional services with appropriate M/WBE participation, Halff Associates is pleased to present this revised Amendment for additional services. Proposed services include: . Coardination/Reproduction - Coordination with the City and other consultants to combine CIP projects with the Southside II bid documents. Reproduction costs to produce 80 sheet plan sets. . Paving Improvements — Design and Survey services for the reconstruction of existing streets. Attached are the Supplemental Scope of Services, Fee Summary and Estimate of Probable Cost. A copy of the DalTech's Fee Proposal is also attached. Following is an updated Project Fee Summary Contract Item Description Fee Original Contract Notice to Proceed (3/9/98) $320,720 Amendment No. 1 12" WL in Bolt/Geotechnical $14,880 Amendment No. 2 Coordination/Reproduction 6,500 Paving Improvements $75,030 Total $417,130 Please review the enclosed information and do not hesitate to call me if you have any questions or require additional information regarding this proposal. Sincerely, ; HALFF ASSOCIATES, INC. V ' i�! C;�� Michael A. Moya, P.E. enclosures FORT WORTH • DALLAS • HOUSTON • McALLEN U��BC�Q� �'�'�GG�� �0�1 ��': G��� ��'� — --U Uo UV�:�I1I��9 ����o TRANSPORTATION • WATER RESOURCES • LAND DEVELOPMENT • MUNICIPAL • ENVIRONMENTAL • STRUCTURAL MECHANICAL • ELECTRICAL • SURVEYING • GEOGRAPHIC INFORMATION SYSTEMS ARCHITECTURE • LANDSCAPE ARCHITECTURE • PLANNING FEE SUMMARY SOUTHSIDE II WATER TRANSMISSION MAIN, S2-6 PAVEMENT RECONSTRUCTION BASIC ENGINEERING DESIGN FEE: OPINION OF PROBABLE CONSTRUCTION COST: Entire Project $1,081,500 Travis St. (MWBE Design) -$57,700 TOTAL $1,023,800 TSPE Curve (% taken from original contract) 5.3% Basic Charge $ 54,260 15% Fee Reduction (Constr) 85.0% SUBTOTAL BASIC FEE (Halff Associates) $ 46,120 Travis St. Design (Daltech) $ 12,200 10% Fee for M/WBE Design $ 120 SUBTOTAL BASIC FEE (M/WBE) $ 12,320 TOTAL BASIC FEE $ 58,440 SPECIAL SERVICE Drainage Study $ 5,000 Field Sunreys (Gorrondona) $ 7,500 10% Fee for M/WBE Surveys $ 750 Field Surveys (DalTech) $ 1,800 10% Fee for M/WBE Surveys $ 180 Reproduction (Trevino) $ 1,240 10% Fee for M/WBE Reproduction $ 120 TOTAL SPECIAL SERVICE FEE $ 16,590 TOTAL FEE FOR PAVEMENT RECONSTRUCTION $ 75,030 ADDITIONAL SERVICES Coordination to combine CIP Projects with SS-II $ 4,520 Reproduction (Trevino) $ 1,800 10% fee for M/V116E Reproduction $ 180 TOTAL ADDITIONAL SERVICES FEE $ 6,500 GRAND TOTAL FEE $ 81,530 M/WBE CONSULTANT SERVICE FEE PERCENTAGE DalTech Engineering & Survey $ 14,000 17.2% Gorrondona Survey $ 7,500 9.2% Trevino Reproduction $ 1,240 1.5% TOTAL MIWBE PARTICIPATION $ 22,740 27.9% '�.����������,� �°�����°�D �v � ��' ��� rG�?� �" �`� U Lo ,��J J�tCi�M� @�(A1a VU SOUTHSIDE II WATER TRANSMISSION MAIN PAVEMENT RECONSTRUCTION UNIT 3 SECTION C- PAVING RECONSTRUCTION ESTIMATE OF PROBABLE COST ITEM DESCRIPTION Qty Unit Unit Price TOTAL � 1 Remove Existing 18" Concrete C&G 13,555 LF $ 1.60 $ 21,688 2 Unclassified Street Excavation 10,150 CY $ 8.00 $ 81,200 3 8" Pavement Pulverization 34,655 SY $ 2.75 $ 95,301 4 Cement for Stabilization (30#/SY) 520 TN $ 100.00 $ 51,983 5 3" HMAC Surface Course 34,655 SY $ 5.50 $ 190,603 6 New 7" Concrete Valiey Gutter 20,928 SF $ 5.25 $ 109,872 7 7" Curb & Gutter 22,654 LF $ 16.00 $ 362,464 8 Remove/Replace 6" Concrete Drive Approach 12,511 SF $ 5.60 $ 70,062 Subtotal $ 983,172 10% Contingency $ 98,300 UNIT 3 SECTION C- TOTAL $ 1,081,500 This statement was prepared utilizing standard cost estimate practices. It is understood and agreed that this is an estimate only, and the Engineer shall not be liable to owner or to a third party for any failure to accurately estimate the cost of the project, or any part therof. u��B�C��� G'�� uG�' c�. ���1 ���Cf°�[�'�� G�i� n � __-r' °, �'l)1�;-_��,� _�1��<<�_._� Page 1 01/10/2001 14:51 9722504774 DAL TECH ENGINEERIN6 PAGE 01f02 1 � ENGINEERiAI�, INC_ CONSULTING CML EMGINEERS / SURYEYORS CONSTRUCTION MANAGERS V!A FAX (81 i} 306•9193 January 10, 200� Mr. Mike Maya, P.E. Project Manager Halff Associates, inc. 400 Fossii Creek Bivd. Dallas, TexaS 76137 RE: Travis Road Pavement Re�onstruction Southside II Water Transmission Main Contract Add-On-- Fort Worth, Texas DTE Jab 9��6 De�r IVir. Moya: DAL-T�CH Engineering is very pleased to have the opportunity to submit the falfowing fee proposal per your request fot the p�ving improvement to subject project. 1) Fietd Survey 2) Engineering Design 3) Reimbursables $ 1,800.00 $9't,200.00 $ '1,Q00.00 TOTAL FEE $ 14,404.00 The above prices do not inciude stvrm sewer design, paving crvss sections and other utility �elocations. If yvu are 9n agreement with the above-proposed fee for our services, please sign in the space belaw and retum � copy to tfi�is office. This wil! serve as our authorization to proceed. We have also performed a preliminary construction cost estimate for this project and have enclosed a copy for your review. Onee again, we appreciate the opportunity to wark with you anc( your staff. Please do not hesitate to co�tact me if you need �dditional information or have �ny questions, Sincerely, �7tF'c.-�� Mori Akhavan, P.E. MA/dkj attachmen�s Accepied by: Date F-�992b1Ptoposals\additiontl saYicac.rtwya.dvc 17$11 DALLpS PI(WY / STE 240 ! OAILAS, TX 75Z48 ( 972-250-2727 222 W. �XCHANGE / fT. WORTH, 7X 76101 / 817-62$-8777 / webmaster�dal-t6Ch.COm � ''�'�l�lrii;.�u'i iiL f'�'�;'JU,:I�� � �� :,�U �° c,����G�ls��a�r�1"T c.�i V C ..�:, s + �I(P ^ , �i , `" �v �"�i; �,,;;�r, �i,�:�7� � I�� ��� �',:, :. � �; o u�l � / FAX 972-250•A774 � FAX 817-626•5777 EXHIBIT "A-1" SUPPLEMENTAL SCOPE OF SERVICES PHASE 1- DESIGN SERVICES: PAVING AND/OR DRAINAGE IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for paving and/or storm drain improvements for the following: Southside II Transmission Main (S 2 6) Contract 3 Unit 3 Section C Paving Reconstruction Reconstruction of: 1. Boyce Street with pavement pulverization (Wabash Avenue to Cherokee Trail) 2. Cherokee Trail with pavement pulverization (Boyce Street to Gambrell Avenue) 3. Gambrell Avenue with pavement pulverization (Cherokee Trail to Wayside Avenue) 4. Wayside Avenue with pavement pulverization (Gambrell Avenue to Flint Avenue) 5. Flint Avenue with pavement pulverization (Wayside Avenue to alley @ Townsend Avenue/BNSF RR) 6. Pafford Street with pavement pulverization (Stanley Street to 6'' Avenue) 7. Travis Street (Fogg Street to Bolt Street) Upon receipt of notice to proceed, the ENGI(�EER will perForm the following tasks: PART A — PRE-ENGINEERING 1. Initial Data Collection a. Data Collection In addition to data obtained from the City, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, City Master plans, CITY drainage complaint files, existing applicable drainage studies and property ownership as available from the Tax Assessor's office. �. .^ ._.-';,CG°1� ���[���G�D r;���:,. o ��'%'UU'�c; '�: 1, � �;:�su,u' ��f�':;Gj[� �., Gl�� �,—� � � �'� `��Y�;�i�:��ir�p ���n b. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all utilities, including •� utilities owned by the City, TxDOT and railroads. These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the preliminary plans. The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. ENGINEER shall complete all forms necessary for City to obtain permit letters from TxDOT and railroads and submit such forms to the City. City shall be responsible for forwarding the forms to the affected agencies for execution. PART B- CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering a. Surveys for Design 1) Original design surveys were conducted for design of the Southside II (S �- 6) Contract III 36" Water Line. These original surveys include curb and gutter lines and major features; however, the existing road is not clearly defined. Additional field surveys shall be perFormed to supplement existing surveys to provide grade points at Righ�of-Ways and driveways. In areas where there is no existing curb and gutter, field surveys shall extend 10' beyond the existing Right of-Way. 2) ENGINEER Will Provide The Following Information: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data colledion and computer aided design and drafting software currently in use by the Department of Engineering. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, and all drawing files shall be provided in Autocad (DWG or DXF) format (currently Release 12), or as otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shall become the property of the CITY. r _: __ .;--�--�=,�G�D �,-';�"�� e� , , ei f "<'!�s�,�-�c-�� ��,�;��) tD _ � � 7��� �r� ^fry�i'r cJ'r '�:: � u u�� ':: U� 5��aG,_� E/�-2 ��r �r�'� i��ti;'� 'h _. i���, �t����;�.<<��9 ����3a The minimum survey information to be provided on the plans shall include the following: - a) A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:40Q b) The following information about each Control Point; i) Identified (Existing City Monument #8901, PK Nail, 5/8" Iron Rod) ii) X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. iii) 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). c) Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manho�s, Valves, etc., in the same coordinate system, as the Control. d) No less than two horizontal control points, per line or location. e) Bearings given on all proposed centerlines, or baselines. � Station equations relating utilities to paving, when a�propriate. b. Public Notification Affected residents were notified during design of the Southside II Transmission Main. Additional notification will not be required for the paving phase: of the project c. Drainage Computations ENGINEER will review and document the storm water watershed drainage runoff area and existing street, right-of-way and storm sewer capacities for the subject site. A drainage area map will be drawn at 1" = 200' scale from available contour maps. Calculations regarding street and right-of-way cap�ei�ies �arrd design_: , , ,; � i ��j� �� j� � �.i� �, ���}i ;���u �.�1'�� - IV:I�����'�' �iL".^=�`'��;i�'=`;�'t'�;1 � Ea-3 L�� �,,.,;` ��.�;;,J� ti;���;� � �,�,:� �����- �,,: ��; � i_�.-a� discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Capacities of existing storm drain will be calculated and shown. The ENGINEER's responsibility includes recommendations for improvements of the - existing system as deemed reasonable and consistent with City standards. 2. Preliminary Engineering Upon issuance of Notice to Proceed Letter, ENGINEER will begin preparation of construction plans as follows: - a. Drainage area maps with drainage calculations and hydraulic computations. Information shown on the plans will be consistent with Part B, Section 1.c. for proposed condition. b. Preliminary project plans and profile sheets which will show the following: Curb Lines Driveways Medians (if applicable) Sidewalks c. Proposed roadway profile grades and elevations along each curb line; elevations at all p.v.i.'s; p.i's half stations; high and low points; vertical curve information; and pertinent AASHTO calculations. Profiles for existir� curbs (if any) and existing ground at the left and righ�-of-way lines shall be shown. Existing found property comers (e.g. Iron pins) , along the existing righ�of-way shall be shown on the plans. Profiles for existing and proposed storm drain mains and leads shall be provided. d. Existing utilities and utility easements will be shown on the roadway plan and profile sheets. ENGINEER will coordinate with utility companies and the City of Fort Worth to ascertain what, if any, future improvements are planred that may impact the project. e. Roadway cross-sections will not be developed, since the survey data does not clearly define the roadway. f. Street and intersection layouts. g. Proposed plan/profile sheets will conform to City of Fort Worth ns.tructiota,le�e.�a.d� � ��: �� - � � �� ''7b�U'V�:;��`�l� ���'�i�i��)�p � ���Ol��' c����G���G��� `'�_,�p �IIr, �Y';�`;, rr,; � Ir� �,� i '.ii,�•I i�p U:,jn�� EA-4 � �._:� � h. Adequate horizontal and vertical control shall be provided on the plan sheets to locate all proposed and existing facilities. Legal descriptions (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan - view. i. Right-of�Way Research The ENGINEER will conduct preliminary research for availability of existing easements where open-cut construction or relocation of existing alignments is probable. Temporary and permanent easements will be appropriated based on available information and recommendations will be made for approval by the City. j. Preliminary Construction Plan Submittal 1) Preliminary construction plans and specifications shall be submitted to CITY 30 days after receipt of Notice to Prooeed. 2) The ENGINEER shall deliver two (2) sets of preliminary construction plans and two specifications to CITY for review. Generally, plan sheets shall be at a scale of 1"=20' horizontal, and 1"=2' vertical, and organized as follows: Cover Sheet Drainage Area Map and Computations Plan & Profile Sheets Standard Construction Details Special Details (If applicable) 3) Preliminary Estimate shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted. Engineer shal assist City in selecting the feasible and or economical solutions to be pursued. k. Review Meetings with City The ENGINEER shall meet with CITY to discuss review comments for preliminary submittal. The CITY shall direct the ENGINEER in writing to proc�d with Final Design for Final Review. 3. Final Engineering Plan Submittal a. Final Construction Documents shall be submitted to CITY 21 days after approval of Part B, Section 2. Following CITY approval of the recommended improverrie,nts�,t�►ej,;E�G�lN���R �hal � :., �: i, l . _. I� . . _ _ „ � �� �'„�� �u '1 eJ'L�'c t�.�. ii; ,lu��. l� � � � ,-.,: ; - 5' '"�,7 �� 1 �ii�� EA-5 ' �r� l; ; �,,y,�,� .� prepare final plans and specifications and contract documents to CITY (each sheet shall be stamped, dated, and signed by the ENGINEER) and submit two (2) sets of plans and construction contract documents within 15 days of CITY's final approval. �Plan sets shall be used for Part C activities. b. ENGINEER's Estimate of Probable Construction Cost The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. PART C - PRE�CONSTRUCTION ASSISTANCE 1. Administration a. Bid Documents Submittal The ENGINEER will make available for bidding, upon request by the CITY, up to forty (40) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to pdential bidders. Proposal will be provided in electronic format. b. Bidding Assistance The ENGINEER shall assist the CITY during phase including preparation and delivery of addenda to, responses to questions submitted to the DOE by prospective bidders. Engineer shall attend the scheduled pr�bid conference. c. Assistance During Construction The ENGINEER shall attend the pr�construction conference for the project. The ENGINEER shall also consult with and advise the CITY on design and/or construction changes, if necessary. uI��BC��aB ���C��GD r�� ��'��[��; �PT - � .C��,�� �,�,�;�� �C��o EA-6 City of Fort Wo�th, Texas n►�A�ar And C,aunc�l Ca�nn�un�cAt�an DATE REFERENCE NUMBER LOG NAME PAGE 4/3/01 **C-18531 30HAL 1 of 2 suB�ECT AMENDMENT NO. 2 TO ENGINEERING AGREEMENT WITH HALFF ASSOCIATES, INC. FOR SOUTHSIDE II (S2-6) 48-INCH WATER TRANSMISSION MAIN FROM BOLT STREET AND ST. LOUIS AVENUE TO THE EXISTING 42-INCH WATER LINE LOCATED NEAR THE INTERSECTION OF GRANBURY ROAD AND TRAIL LAKE DRIVE RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 2 to City Secretary Contract No. 25308 for engineering services with Halff Associates, Inc. for additional work related to the Southside II (S2-6) water transmission main for a fee of $81,530, increasing the total corrtract amount to $417,130. , DISCUSSION: On May 25, 1999 (M&C C-17438), the City Council authorized the execution of an engineering agreement with Halff Associates, Inc. for the preparation of plans and specifications for the Southside II (S2-6) 48-inch water transmission main for a total fee not to exceed $320,720. The Southside II (S2-6) water transmission main project is part of the Water and Wastewater System Master Plans-Water System Plan prepared in 1989. Under this recommendation, a 48-inch water line is proposed from the existing 48-inch pipeline crossing of IH-35W at Bolt Street (Mapsco 91 F) to the existing 42-inch water line located in the vicinity of the intersection of Granbury Road and Trail Lake Drive (Mapsco 89M). The purpose of this project is to provide increased flow capacity to allow full utilization of the Rolling Hills Water Treatment Plant. Recent high summer demands and growth in southeast Fort Worth have reinforced the need for this water main. This contract was previously revised by Amendment No. 1 on October 2, 2000, and City Secretary Contract No. 26224, for a fee of $14,880, increasing the total contract amount to $335,600. In December 2000, the City requested the engineer to revise the plans and specifications to include all existing streets to be pulverized and surfaced with full width asphalt pavement and new curb and gutter, where required. The original design did not include new curb and gutter. Amendment No. 2 will include additional services to provide plans and specifications for rehabilitating all streets within the limits of this project, additional survey, and revising contract documents and drawings. The staff has reviewed the proposal from Halff Associates, Inc. and considers the fee in the amount of $81;530 to be reasonable for the additional work to be performed. Halff Associates, Inc. is in compliance with the City's M/WBE Ordinance by committing to an additional 30% M/WBE participation on this amendment No. 2. The City's goal on this amendment No. 2 is 28%. This project is located in COUNCIL DISTRICTS 8 and 9, Mapsco 89M and 91 F. C'i� of ' �o�t Wo�th, 7'exa� �I�A�ar Altd Caunc�l Ca�rt�nun�cAt�on DATE REFERENCE NUMBER LOG NAME PAGE 4/3/01 **C-18531 30HAL 2 of 2 SUBJECT AMENDMENT NO. 2 TO ENGINEERING AGREEMENT WITH HALFF ASSOCIATES, INC. FOR SOUTHSIDE II (S2-6) 48-INCH WATER TRANSMISSION MAIN FROM BOLT STREET AND ST. LOUIS AVENUE TO THE EXISTING 42-INCH . WATER LINE LOCATED NEAR THE INTERSECTION OF GRANBURY ROAD AND TRAIL LAKE DRIVE FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Commercial Paper-Water Fund. MG:k Submitted for City Manager's Office by: Mike Groomer Originating Department Head: A. Douglas Rademaker Additional Information Contact: A. Douglas Rademaker FUND � ACCOUNT � CENTER � AMOUNT (to) 6140 6157 (from) PW77 6157 531200 � 060770140430 � $81,530.00 CITY SECRETARY ��V�� �i°fiY COUN��� �f'P 3 2001 r1 �/ �'•'q,ue. �/�PC,ta.�0.J d: t.. � ��d'd4' iJ"t�Yf���l� � t�� L��fi K..iat�b' d:.A�l. �;�IJRi �a'',�C1e1�1� �-�):`i"+