Loading...
HomeMy WebLinkAboutContract 33419 AMENDMENT NO. 4 STATE OF TEXAS S CITY SECRETARY CONTRACT NO.��� (M&C Not Required) COUNTY OF TARRANT $ WHEREAS, the City of Fort Worth (City) and Camp Dresser & McKee,Inc. , (Engineer) made and entered into City Secretary Contract No. 27761, (the Contract) which was authorized by the City Council by M&C C-19103 on the 28th day of May, 2002 and subsequently revised by three previous amendments; and WHEREAS, the Contract involves engineering services for the following project: Engineering design of Northside II 48-inch Water Main Extension Contract 2, Sections A and B. WHEREAS, it has become necessary to execute Amendment No. 4 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 addition- al engineering services specified in a proposal letter dated January 26, 2006, a copy of which are both attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $24,962 .00. 2. Article II, 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 $1,835,042.52. f2 3. All other provisions of the Contract which are not expressly amended herein shall remain in f 11 force and effect. , EXECUTED on this the day of"- , 2006, in Fort Worth, Tarrant County, Texas. ATTEST: NO M&C REQUIRED Marty Hendrix City Secretary APPROVAL RECOMMENDED: P � � 1 ul A. Douglas Rademaker, P.E. Marc A. Ott Director, Department of Assistant City Manager Engineering CAMP, DBESSM & MCKEE INC. Engi er By: Name:Richard W. Sawey, P.E. , D.E.E . Vice President 777 Taylor Street, Suite 1050 Fort Worth, TX 76102 APPROVE TO F LEGALITY: Assistant C ttorney -2- tic 777 Taylor Street,Suite 1050 Fort Worth,Texas 76102 tel: 817332-8727 fax: 817332-6870 January 26, 2006 Mr. Tony Sholola,P.E. City of Fort Worth Department of Engineering 1000 Throckmorton Street Fort Worth,Texas 76102-6311 Subject: Northside It-48-inch Water Main Engineering Services Fee-Requested Amendment No.4 Dear Tony: CDM is under contract to provide engineering design services for the Northside H-48-inch Water Main,Sections A and B project. Section A is completed and operational. Section B units are now under construction. In wrapping up the project design and addressing the start of construction,CDM has performed services which were out of the project scope. The out of scope items are detailed in the following sections. • Alignment Changes on Martha Sue Parr Property.During the last stages of design, the alignment of the waterline within the Martha Sue Parr property was changed. This change was due to issues regarding the need for a major roadway through the property to adequate serve regional transportation needs in the future. Due to the tight schedule the waterline alignment was changed,in lieu of waiting on a finalized roadway alignment. CDM created new plan and profile sheets for the new waterline alignment,researched utilities,revised cost estimates and revised the bid proposal for the new pipeline alignment on the western edge of the property. CDM incurred $8,823 for this additional work. • Additional Assistance during Easement Acquisition. As you are aware,obtaining easements for the pipeline has been a real struggle,specifically for the Brister property and the Martha Sue Parr Property. CDM attended numerous meetings to discuss the easements,strategize with the City staff to expedite the easements,prepared additional drawings,prepared exhibits for inclusion in the easement documents, reviewed and commented on easement language submitted by landowner's legal council. CDM incurred$4,801 for the additional work for the easement on the Martha Sue Parr property and$1,870 for the easement on the Brister property. _ P:10515-FNPND136659-NS116 DesignlContractsWmendmentl4lCoverteller_Arnendmenl 4_revised.doc v � �; �1 •j consulting-engineering-construction•operations GUM Mr. Tony Sholola, P.E. January 26,2006 Page 2 • Modifications to drawings to accommodate final design of site utilities in the Alexandra Meadows South Development. Final engineering design for site utilities on the Alexandra Meadows South Development was not complete prior to the design of the NSII Unit 4 waterline. Because of the urgent nature of the project, the NSII waterline was located at a depth of nine feet in anticipation of the future sanitary sewer lines,waterlines,and storm drainage lines. After bidding the project, the final engineering was available for the Alexandra Meadows South and the 48-inch waterline required modifications to avoid conflicts with the site utilities. CnvI created new plan and profile sheets for the modifications,and incurred$6,167 of expenses. • Additional shop drawing review for Units 4 and 5a. As you know,Units 4 and 5a are under construction. CDM is under contract to log,review and comment on the shop drawings submitted by the contractor. CDM budgeted amount for the construction phase is$21,420 for Units 4,5A and 513. This budget included time for shop drawing review, answering questions(RFI's) and site visits. To date we have expended$24,720 on shop drawing review,which is$3,300 above the budget. Attached is a copy of the shop drawing log indicating the number of shop drawings which have been logged,reviewed and returned to the contractor for Units 4 and 5a. We anticipate a few more shop drawings for Unit 5B; therefore additional review time will be required for Unit 5B. It is difficult to estimate the amount of time that will be needed to review shop drawings,answer questions and visit the site for Unit 5B. We will keep you informed on the hours spend on the construction phase services. The proposed amendment to CDM's engineering contract for revising the alignment, assistance with easement acquisition,developer changes and additional construction phase services is detailed on the attached spreadsheets. The total amendment is $24,962.00 which results in a new not-to-exceed limit for the contract of$1,835,042.52. Shown below is a summary of previous amendments. Original Contract(Total) $ 1,265,331.00 Amendment Number 1 $44,586.52 Amendment Number 2 $ 13,040.00 Amendment Number 3 $487,123.00 Amendment Number 4 $ 24,962.00 Total $ 1,835,042.52 GUM Mr. Tony ShoIola,P.E. January 26,2006 Page 3 To due the fast-track nature of this project, most of the work described above has been completed by CDM personnel. Please contact me if you have any questions or need any additional information. We are available to meet with you and your staff to discuss our requested amendment at your convenience. Very truly yours, Ot4TY"�, ' 4. W fiQ� /Y►10 G schen N. Williams,P.E. Senior Project Manager Camp Dresser&McKee Inc. cc: Richard Sawey,P.E,DEE_(CDM) File:015-36659 AD-1.1 �1 U G u v! Cl)0 to O' 1-Iccojo w V co co 00•r i cM a C6; 4; �f(fl M N I —01 1 i j I Cl OI O,ol O W Cli p! p 0i O H to: 0, c6'L6. c6 _ Lf); cv); rjNt N d � i X LLI fA: 69I EAI�IER ii> - . 1 OC> rl NI(NIO of O! co; r— t[); l-10 c7 ao-r;coeo J 00 �' r I(Dim N I O 0) O Na) I E I N �ch;N I� 6 I ,0) Irn n I- I N C E i c IW (� I Q7 I C 1 Q I 701 CU I O)� O co 10) CO O IQ'E I7 jV 1 i!7 IOC 1� .O jwl0 cu (yIN d ml-D jY I X1-0 1c: 'I C: W I0-`E IE 1"iQ C m 5i ch "i0 10. 0 � y I�j I ch ajm j=I°vi m i d ILj0 7I0 `j0�Q. v ;� y coli cn' 10 3 1 i•> t •> w !-CD COm j 0 }a -0 01-0 0 co 0 L O r-;'ate-,-L N1-C 010.10 0 IC.: NI0b100 41 V I C: m{cQ—Ocn co tr m �—r cow I o uai'0) Co CD I_ SIC: O R! ,Q 3:i< C�;U10 O Z 0 O i E w K 8 =0 3 O s: " s3 �n `oo c o8 3`8 oa o0 FSo C �� c 5� 1 g � �� ➢ � ➢� V N �cc n❑� c =E =E E Rcc 3< m' o` - Sr o o g`o Nva v �m FaEau is 3Y^ -a sg s'¢ oaZ ``o'�.E 5 c n`$ n`m �.4 m➢o E.4 a E 9 uti yo'o'Ema0 KOF- �.� vfrv5 inn rb - °a m r E Em € E E -�- "E E3 a-�m E co t0a.� o o g H o O m 9 t 9 H 9 O ➢ O H fl ➢ r C. N .J. p,3 Z > g 9 3 Z 3 Z C4 o m s tJ N d }S 51 7d X Q. m - s C M m & -Q.. a - -2.` a 0 E 8 ^ m $ E E aLL PIPE5 �o g$ m a` z< .cm ag am aPe ab a o a`� a a` aa uZ ¢ N > Z Z ❑ Z 2 2 Z Z Z 2 Z Z 2 -Z 3 _0 z U U U U tl O O O U U m ` Evm T n b � U� m� U Q E� - � 4 a 4 a a a d,�•� = z 3 z z i ,.�:.3.:-�-. z �.3 3 �3 z i 3 z i 'z 3 3 3 'z: z �V � N c F �U3� 09 SE12 E cl W A . 46OU _ W) T' � zm ffi N dl g y >_ C a � m 8.•..: g y 3'. m t7 R ia e n ro m R R tL N- S3 n : n W J Z = u n V o C O u s`mr 40 �j� v. n �❑' ❑. O ❑ ❑ O O tl Z H� ❑ 3 o a o 'er o 0- .9 A ❑ W ,❑N N N A m N N ❑ N M N N h N (n N N N O IL -------------- o adz 8 r 3- E EIq m a Q CL Q u c : 8 E o w o 3 0 0 o r x r > y a co _ £ it $ £- c• E ea �a n o lel '� o YV v� z iz z c� o c� u u U K O N H E N - o a o 0 0 0 0 0 0 0 o� o _ a o a F U ; 0 - "� mOU U U N 'y 0 Z Z Z W D o - hi c ;%C w E r T _ a u 'o ------------- • t � 3 a & s & O G _'R_ � t • m - o S n 8 4 '= � F o d � a v o v r- ' u � •a H Z m $ h N h N b h y N Ips.. ; b N IL 0 iL 6ti.. iti �V�.✓