Loading...
HomeMy WebLinkAboutContract 33583-A1 AMENDMENT NO. 1 STATE OF TEXAS S CITY SECRETARY CONTRACT NO. 3 5S A (M&C Not Required) COUNTY OF TARRANT S WHEREAS, the City of Fort Worth (City) and Baird, Hampton & Brown, Inc. , ("Engineer") made and entered into City Secretary Contract No. 33583, (the Contract) which was authorized by the City Council by M&C C-21464 on the 23rd day of May, 2008; and WHEREAS, the Contract involves engineering services for the following project: Water and Sanitary Sewer Replacement Contract 2005 WSM-I . WHEREAS, it has become necessary to execute Amendment No. 1 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 December 8, 2008 a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer total $8,580.00(Water WP 33) . 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 $160,416.00. OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX E ORIGINAL 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED on this the day of Qom- 20ft, in Fort Worth, Tarrant County, Texas. ATTEST: L-S&A,k- Marty Hendri City Secretary Ei�- APP'7RECOMMENDED: APPROVED: S. Frank Crumb, P.E. Fernando Costa Director, Water Department Assistant City Manager BAIRD HAMPTON & BROWN, INC. ENGINEEr -- By: r Name:Konstantine Bakintas, P.E 6300 _Ridgiea Place Ste. 700 Fort Worth, TX 76116 APPROVED AS FORM ITY: Assis talk Ci A orney OFFICIAL FtECpRO CITY SECRETARY FT.WORTH,TX -2- � Q Q Baird, Hampton & Brown, Inc. Engineering -- En ineerin9 & Surveying g December 8, 2008 Mr.Tony 5holola, PE c/o Mr. Roberto 5auceda Fort Worth Water Department City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 RE: WATER&SEWER REPLACEMENT CONTRACT 2005,WSM-1 Walton Avenue: Woodway Ln. to Whitman Ave. Woodway Lane: Walton Ave to Trail Lake Or. Wonder Drive: Walton Ave. to Wosley Dr. City Project No. 00395, BHB No 06.700.00 AMENDMENT No. 1 —CORROSION ENGINEERING Mr. Sholola: We are pleased to have been selected to assist the City of Fort Worth with the above referenced project; submitted herewith, is our request for a contract amendment to address the additional scope of work associated with design of a corrosion prevention (cathodic protection) system for the proposed pipelines. The requested additional professional services will be provided by ELK Engineering Associates in accordance with the enclosed scope of work and fee proposal. At this time we understand our efforts are limited to design services and not construction support services. We request our professional services agreement for this project be modified as follows: Original Contract Amount $151,836.00 in 2006 Amendment No 1 Amount $ 8,580.00 proposed herein Amended Contract Amount $160,416.00 total We will to continue to utilize the services of ANA Consultants and Trevino & Associates to assist us with this project, and thus meet the original M/WBE participation goal. Thank you, BHB Engineering&Surveying i Konstantine Principal, Civil Engineer Enclosure: Proposal from ELK Engineering Associates e Q006 000 000)2006 700.000tidocurnentslcomrac4taposal letter-amendment nc 1-06.700.0tl.doc 6300 Ridglea Place, Ste 700. Fort Worth,Texas 76116 Tel:817-338-1277, Fax:817-338-9245, E-Mail:mail@bhbinc.com =_ ELK ENGINEERING ASSOCIATES, INC. 8950 Forum Way,Fort Worth,Texas 76140 817.568.8585• FAX 817.568.8590 r,c,fi.;m MM 1 TOLL FREE 1A00,442.5641 Memn� 5pecfahzing in Corrosion Control and Cathodic Protection Service: 09 Dec 2008 Attn: Konstantine Bakintas, PE Baird, Hampton & Brown, Inc. 6300 Ridglea Place, Suite 700 Fort Worth, TX 76116 Via email: kb@bhbinc.com Re: Proposal for Corrosion Engineering Services Project Number P253-606170039583 Woodway Lane and Walton Avenue Water and Sanitary Sewer Replacement Contract WSM-1 Proposal Number 08-1 108 Rev 2 Gentlemen: We appreciate the opportunity provided ELK Engineering Associates, Inc. (ELK) to provide corrosion engineering services for Baird, Hampton & Brown, Inc. (BHB) for the afore-mentioned project. As we understand the project, BH8 has developed: plans for approximately 2,725 ft. of 24" water line to be constructed of coated and welded steel pipe, concrete cylinder pipe, or ductile iron pipe and 1,816 ft. of 16" pipe constructed of either ductile iron or concrete cylinder pipe. ELK's responsibility will be to determine the best method to achieve corrosion control for this project. We propose the following Scope of Work for this project. 1. SCOPE OF WORK A. Design Services 1 . All design work shall be under the direction of a licensed PE JX)with dual accreditation by NACE International as a Corrosion Specialist and a Cathodic Protection Specialist. All field-testing shall be performed by a NACE International accredited personnel, 2. Site Investigations a. A representative from ELK will drive the proposed pipeline right-of- way (ROW) to perform the following tasks. Proposal 08-1 108 Rev 2 09 December 2008 Replacement Contract WSM-1 Page 2 i Measure the soil resistivity (SR) at selected locations. The SR tests will be performed using the Wenner 4-pin test procedure. Pin spacing depths of 2.5, 5, 10, 15, and 20 feet per test will be used at each test location. ii Measure the soil pH with a standard antimony electrode, a copper/copper sulphate reference electrode, and a digital D.C. multimeter such as a Fluke Model 87 or equivalent. iii Look for signs of steel or iron foreign line crossings with cathodic protection, i.e. regulated natural gas lines, gasoline lines, and oil pipelines. b. Office Investigations i ELK will review the preliminary design documents and any soil boring logs that may have been provided by other members of the design team, c. After a thorough review of the documents, ELK will perform design calculations for coated and welded steel pipe, poly-bagged ductile iron pipe, and concrete cylinder pipe. This information will be used to provide a table of values for the quantity and type of anodes to be utilized for each pipe material. d. Submittals i Upon approval of the recommendations, ELK will prepare signed and sealed detail drawings. ELK will submit electronic copies of the drawings in digital exchange format (DXF), DGN, or DWG format. ii ELK will provide one set of D-sized, signed and sealed reproducible drawings to FW for bidding and one set for construction. iii ELK will provide a comprehensive cathodic protection specification including anodes, continuity bonding, electrical isolation, test stations, and acceptance testing procedures. B. Construction Support Services Proposal 08-1 108 Rev 2 09 December 2006 Replacement Contract WSM-1 Page 3 1 . ELK will provide construction support services to the FW, the Contractor or Owner on an "as-needed" basis, including, but not limited to a. Submittal reviews b. Project clarifications c. Periodic construction meetings and observations d. System commissioning e. Final acceptance testing i Final acceptance testing is based on one set of tests for the project. in the event that the system fail to perform as designed due to construction deficiencies, and additional testing is required, the Contractor shall be responsible for all costs associated with additional testing. Il. FEE A. Design Services 1. For the basic services listed in Section I above, we propose the following Fixed Fee of $7,800.00 [N f<11 B. Construction Support Services 1 . For the basic services listed in Section I.B, we propose the following Nat- to I<NTE}cap of $10,00 0 2. ELK will invoice per the attached fee schedule through the duration of this project, based on the actual hours used, up to the NTE cap amount. Backup copies of time sheets and jab accounting records for fieldwork will be provided if requested in writing, with all invoices. If additional hours are required, ELK will submit a request stating our reasons for the additional hours. Ill. WORK SCHEDULE A. ELK will commence work on this project following your written "Notice to Proceed" or Contract and will schedule the fieldwork at a mutually agreed upon time after receipt of proposed alignment sheets. If a NTP is received promptly, we can commence the fieldwork the week of 24 November 2008. IV. TERMS AND CONDITIONS A. All invoices are Net 30 Proposal 08-1 108 Rev 2 09 December 2008 Replacement Contract WSM-1 Page 4 B. This proposal is firm for 6-months from the date stated above. V. PROVIDED BY BHB A. BHB will provide copies of"For Bid" and "For Construction" packages to ELK, including all addendums. B. BHB will provide an electronic drawing file in DWG or DGN format of the border for this project. All reference files shall be incorporated into the active space of the drawing. VI. ACCEPTANCE A. If the proposed scope of work, fee, terms, and conditions are acceptable, your signature below or a subsequent contract shall indicate DFW's Notice to Proceed for this work. l N) Accepted by Project Man er Date We look forward to working with the Baird, Hampton, and Brown on this project. If there are any questions concerning this quotation, please feel free to contact the undersigned. Sincerely, ELK Engineering Associates, Inc. 6 ,,,�} " K. 13e4lVV" Craig K. Bender CKBIbc Encl.: (1) File 11ServeAcompanyUOBS12531 CITY OF FW ENGRIBID FOLDEM08-1108 FORT WORTH 16&24=-1108 Rev 2.dnc