Loading...
HomeMy WebLinkAboutContract 42021-A3 CITY SECRETARY AMENDMENT No.3 CONTRACT NO. TO CITY SECRETARY CONTRACT No. 42021 WHEREAS, the City of Fort Worth (CITY) and Halff Associates, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 42021, (the CONTRACT) which was authorized by M&C - C24925 on the 21St day of July, 2011 in the amount of $358, 700. 00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of $34, 500 . 00 which was administratively authorized on March 23, 2012, Amendment Number 2 in the amount of $25, 300. 00 which was authorized by M&C C-25727 on July 17, 2012; and WHEREAS, the CONTRACT involves engineering services for the following project: LITSEY ROAD FROM INDEPENDENCE PARKWAY TO CLEVELAND-GIBBS; and WHEREAS, it has become necessary to execute Amendment No. 3 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 a proposal dated August 17, 2012, 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 $24, 840. 00. (See Attached Funding Breakdown Sheet, Page -3-) 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 City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 OFFICIAL RECORD Page 1 of 3 CITY SECRETARY FT.WORTH,TX 77-79-72 A 1 1 : 14 IN work and services shall be an amount of $443, 340 . 00 . 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, below. APPROVED: City of Fort Worth ENGINEER Halff Associates, Inc. Fernando Costa Ben amin L. McGahey Assistant City Manager Senior Project Manager DATE: DATE: APP a RECOMMENDED: Dougla W. Wiersig, P. Director, Transportation and Public Works Department APPROVED AS TO FORM AND LEGALITY: M&C: Date: /l. Q , , Douglas W. Black Assistant City Attorney .00'c��ut1� ATTEST: p'd�� IF®gr�aa A ®oopooc0000 1��y 0 r J s oa oo°* P! 00000000° o' City Se etaryA5 W�,a' City of Fort Worth OFFICIAL RECORD Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 CITY SECRETARY Page 2 of 3 FT.WORTH,TX FUNDING BREAKDOWN SHEET City Secretary No. 42021 Amendment No. 3 Department Fund-Account-Center Amount TPW GR74 531200 020302395300 $24, 840 . 00 Total: 24, 840 . 00 City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 3 of 3 NNE HALFF August 17,2012 AVO 28276 Mr. Patrick Buckley, P.E. Senior Professional Engineer Transportation and Public Works City of Fort Worth 1000 Throckmorton Street, 2nd Floor Fort Worth,Texas 76102 Re: Litsey Road Engineering Amendment No. 3 Dear Mr.Buckley: Please accept this letter proposal for additional engineering services that are necessary to complete the Litsey Road project. Our proposal provides for additional engineering services, as requested, to design approximately 535 feet of 16-inch water line along Litsey Road. The design will attach the water line to the Henrietta Creek Bridge. We are requesting payment for these additional engineering services in the amount of$24,840. These services will be provided by our sub-consultant Freese and Nichols, Inc. Their proposal and cost breakdown for these services are attached. The original contract amount for this project was$358,700. With approval of Engineering Amendment No. 1 the contract amount increased to $393,200. With approval of Engineering Amendment No. 2 the contract amount increased to $418,500. With approval of Engineering Amendment No. 3 the contract amount will increase to $443,340. The original M/WBE fee for this project was $106,667 (29.70/0). With approval of Engineering Amendment No. 1 the M/WBE fee increased to$121,667(30.9%). With approval of Engineering Amendment No. 2 the M/WBE fee increased to $125,467 decreasing the M/WBE percentage to 29.98%. With approval of Engineering Amendment No. 3 the M/WBE fee will remain $125,467 decreasing the M/WBE percentage to 28.30%. The "BE goal for this project is 26%. If you have any questions regarding this project,please call me at 817-764-7471. Sincerely, HALFF ASSOCIATES,INC. Benjamin L. McGahey, P.E. Attachments HALFF ASSOCIATES,INC. 4000 FOSSIL CREEK BLVD. TEL (817)847-1422 WWW.HALFF.COM FORT WORTH,TX 76137-2720 FAX (817)232-9784 CITY OF FORT WORTH LITSEY ROAD BRIDGE WATER LINE The City of Fort Worth (CITY) intends to make improvements to the Litsey Road Bridge over Henrietta Creek. As part of the project,the CITY intends to construct a new 16-water line along Litsey Road and it is anticipated that the new line will be constructed on the bridge structure at the crossing of Henrietta Creek. The bridge improvements and water line are being designed by Halff(CONSULTANT). Freese and Nichols, Inc. (FNI) will provide services to assist the CONSULTANT with design of the project, specifically the water line crossing on the bridge. BASIC SERVICES: FNI shall render the following professional services in connection with the development of the Project: A. DESIGN ASSISTANCE 1. Kickoff Meeting — Conduct one meeting with the CITY and CONSULTANT to confirm and coordinate the project goals, schedule and deliverables for the project. 2. Review bridge plans related to the water line installation and water line design plans prepared by the CONSULTANT. In addition, FNI shall review technical specifications prepared by the CONSULTANT related to the water installation on the bridge. It is anticipated that all required topo survey, layouts, and required background information be supplied by the CONSULTANT. 3. FNI shall coordinate with the CONSULTANT with regard to the water line design at and near the creek crossing and the structural design of the bridge with regard to support of the water line and water line appurtenances. Included in this scope is up to four (4) coordination meetings with the CONSULTANT and/or the CITY. 4. It is anticipated that the water line on the bridge will be constructed of polyurethane coated steel. FNI shall provide guidance and prepare details related to the installation and support of the water line from the bridge. This shall include recommendations on the following: type of support, hanger spacing and sizing, pipe wall thickness, thrust block requirements, expansion joint design and spacing, pipeline coating requirements, and coordination with CONSULTANT with regard to transition from buried installation to bridge installation. FNI shall coordinate with cathodic protection design prepared by others. It is anticipated that and air release valve will be installed at a location on and accessible from the bridge. FNI will coordinate design of valve access with CONSULTANT. CONSULTANT shall be responsible for all structural design related to the Project and shall be solely responsible for design/analysis of the bridge structure to accommodate the water line installation. 5. FNI shall provide typical drawings related to the CONSULTANT for his use on this project and shall include: a. Pipeline connection/transition details b. Pipe hanger/support details C. Expansion joint details 1 d. Air release valve installation details 6. CONSULTANT shall provide technical specifications for the project. FNI shall review applicable technical specifications prepared by the CONSULTANT and provide modifications and supplemental information as applicable for the water line installation. In addition, FNI will review and update, as required and related to the installation on the bridge, the CITY standard steel pipe specification. B. CONSTRUCTION PHASE ASSISTANCE 1. FNI shall provide supplemental Operation and Maintenance (O&M) recommendations for the pipeline and support system for the segment on the bridge. Coordination with the CITY Field Operations is included in this task. 2. FNI shall provide responses to Requests for Information ("RFI") in order to provide clarification to the CITY, CONSULTANT,and/or the CONTRACTOR. 3. Visit the site at the request of the CITY and/or CONSULTANT or his designee to observe the progress and quality of the executed work. Included in this scope is a maximum of two (2) visits. 4. Prepare field changes and change orders related to the waterline installation on the bridge as required. 5. Review a maximum of four(4) Contractor's shop drawings and submittals. In performing these services, FNI will endeavor to protect CITY against defects and deficiencies in the work of the Contractor; FNI will report any observed deficiencies to CITY and CONSULTANT, however, it is understood that FNI does not guarantee the Contractor's performance nor is CONSULTANT responsible for the supervision of the Contractor's operation and employees. CONSULTANT shall not be responsible for the means, methods, techniques, sequences or procedures of construction selected by the Contractor. CONSULTANT shall not be responsible for the acts or omissions of any person (except his own employees or agent) at the Project site or otherwise performing any work of the Project. 2 N N W R N M P N _N f � www w N w w N w w w w w Ya W w vY Mi N � N o N W d n . N . . . . . . . . u � MW 5310 — Fp0, F � w N n w vy w w w N w✓../i w N EA J� �w o a H • ✓+W:W y M w H N h m .00 N N N N O . i . . . . . . � • � a o� m o E y W F F w w w w.9 N N W N N H w N v1 N N r61 N 'n W k I ' � 1 f $ 3 w 4 { o i Ilfk[ � ml , N 6 t , C g m;o co,v v a vl I + V o � � a le d' � a I I � a w ld n w O � G L C � u � ,p �y `u f A 2 Cl .n a m o' pCLL m m L] SZCLD3❑m¢ 0Y¢UOaa . C]CCNU.NCJ f in H LI City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 11/12/2012 DATE: Monday, November 12, 2012 REFERENCE NO.: **C-25964 LOG NAME: 20LITSEY ROAD ENG AMEND3 SUBJECT: Authorize Execution of Amendment No. 3 to City Secretary Contract No. 42021 an Engineering Services Agreement with Halff Associates, Inc., in the Amount of$24,840.00 for Additional Engineering Services for Litsey Road from Independence Parkway to Cleveland-Gibbs Road, Resulting in a Revised Total Contract in the Amount of$443,340.00 (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council authorize the execution of Amendment No. 3 to City Secretary Contract No. 42021 with Halff Associates, Inc., adding to the scope of work for an increase in the fee amount of$24,840.00, for additional engineering services for Litsey Road from Independence Parkway to Cleveland-Gibbs Road resulting in a revised total professional services contract in the amount of $443,340.00. DISCUSSION: This latest amendment provides funding for the design of additional water line improvements to be located on the new Litsey Road Henrietta Creek Bridge east of Cleveland-Gibbs Road. The TPW and Water Departments worked with Freese and Nichols, Inc., a subcontractor for Halff Associates, Inc. (Halff Associates), on a water line attachment to a bridge using welded steel pipe specified by the Water Department. It was determined that the water line should be attached to the bridge structure versus an aerial or buried crossing of the creek because it will be much more stable. Halff Associates has provided a scope of work to incorporate the Freese and Nichols, Inc. design details into the plans and specifications for this project. This proposed contract amendment reflects the following previous and current contract amendments: 1. Original Contract in the amount of$358,700.00, was approved by MBC C-24925 on July 21, 2011; 2. Amendment No. 1, in the amount of$34,500.00, was administratively approved on March 23, 2012 for a total engineering services fee in the amount of$393,200.00; 3. Amendment No. 2, in the amount of$25,300.00, was approved by MBC C-25727 on July 17 2012 for a total engineering services fee in the amount of$418,500.00; and 4. Amendment No. 3, in the amount of$24,840.00 proposed with this MBC, for a total engineering services fee in the amount of$443,340.00. Halff Associates has agreed to a M/WBE commitment at 28 percent. Therefore, Halff Associates remains in compliance with the City's M/WBE ordinance. I.naname- 201.ITSFY ROAD FN6 AMFND1 Paae I of This project is located in COUNCIL DISTRICT 2, Mapsco 8D and 9A. FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Grant Capital Project Fund. FUND CENTERS: TO Fund/AccounVCenters FROM Fund/AccounVCenters GR74 531200 020302395300 $24.840.00 CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (6122) Originatina Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Patrick Buckley (2443) ATTACHMENTS 1. 00909 Litsey Rd. FAR-00013.pdf (CFW Internal) 2. 302395 M&C Available Funds.xlsx (CFW Internal) 3. FAR013 Amend 3 Halff.pdf (CFW Internal) 4. Litsey Road Amendment No 3.pdf (CFW Internal) 5. Location Map Litsey Road.ydf (Public) 6. Waiver-Litsey Road.pdf (CFW Internal) Loename:20LITSEY ROAD ENG AMEND3 Pan 2 of 2