Loading...
HomeMy WebLinkAboutContract 37392AMENDMENT NO.v �Iy/ T- �-`i �� STATE OF TEXAS S CITY SECRETARY CONTRACT NO.. 19 A (M&C Required) COUNTY OF TARRANT S WHEREAS, the City of Fort Worth (City) and LopezGarcia Group, (Engineer) made and entered into City Secretary Contract No. 27614, (the Contract) which was authorized by the City Council by M&C C- 19019 on the 26th day of March, 2002 and subsequently revised by .,,.,,one previous amendments and WHEREAS, the Contract involves engineering services for the ollowing project. f Water and Sanitary Sewer Extension for Sanitary Sewer Rehabilitation Contract, LXVI (66). "30 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 addition- al engineering services specified in M&C C-22939, adopted by the City Council on the 29th day of July 2008, and further amplified in a proposal letter dated April 21, 2008, copies of which are both attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $24,833.00. 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 $194,914.65. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ORIGINAL 3. All other provisions of the Contract which are amended herein shall remain in full force and effect. EXECUTED on this the t=� day of , Worth, Tarrant County, Texas. ATTEST: Marty Hendrix City Secretary APPROVAL RECOM[�NDED A. Douglas RademakerIF P.E. Director, Department of Engineering LopezGarcia Group Enginear BY� Nam Vice President 100 E. 15 Street, Suite 200 Fort Worth, TX 76102 • • • . �Z+iai�7 Assistant ttorney OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX TY -2- not expressly 2008, in Fort �- ?)9 Contract AUthorizatioza APPROVED: Fernando Costa Assistant City Manager ra�c i vi . •1 Jim =Usin ®ATE: Tuesday, July 29, 2008 LOG NAME: 30LXVI LGG SUEJECT: Authorize Execution of Amendment No. 3 in the Amount of $24,833.00 to City Secretary Contract No. 27614 with Lopez Garcia Group, for Sanitary Sewer Rehabilitation Contract LXVI (66), North of IH30 between Clover Lane and Montgomery Street and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $24,833.00 from the Water and Sewer Operating Fund to Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Project Fund in the amount of $24,833.00; and 3. Authorize the City Manager to execute Amendment No. 3 to City Secretary Contract No. 27614 with Lopez Garcia Group in the amount of $24,833.00 thereby increasing the contract amount to $1941914.65. DISCUSSION: On March 26, 2002, (M&C C-19019) the City Council authorized the City Manager to execute an engineering agreement with Lopez Garcia Group in the amount of $148,451,00 for the preparation of plans and specifications for Sanitary Sewer Rehabilitation Contract, LXVI (66). This agreement was subsequently revised by two previous amendments totaling $21,630.65 as follows: ® Amendment No. 1 (administratively approved by the City Manager on November 12, 2002) in the amount of $12,490.40 provided for design for the replacement of additional severely deteriorated sewer mains in the immediate vicinity. ® Amendment No. 2 (administratively approved by the City Manager on August 22, 2003) in the amount of $9,140.25 provided for additional design services on the project and the preparation of Storm Water Pollution Prevention Plan as now required by the Texas Commission on Environmental Quality, Amendment No. 3 will provide for the following: ® Revisions to the plans and specifications to conform with current City design requirements. ® Additional survey and design services to accommodate development that occurred within the project area subsequent to the execution of the original agreement with Lopez Garcia. http://apps.cfwnet. org/council_packet/Reports/mc_print.asp 7/29/2008 Yage 2 of . The reestablishment of survey control to allow for construction of the project. Lopez Garcia Group has proposed to perform the extra work for a lump sum fee of $24,833.00. City Staff considers this fee to be fair and reasonable for the scope of services proposed. Lopez Garcia Group is in compliance with the City's M/VVBE Ordinance by commng to 10 percent M/WBE participation on this amendment No. 3. The City's goal on this amendment is 10 percent. The project is located in COUNCIL DISTRICTS 7, Mapsco 75D. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Funds. TO Fund/Account/Centers 1&2 PS58 472045 070580175620 PS58 531200 070580175620 FROM Fund/Account/Centers $241833.00 1)PE45 538070 0709020 $241833000 $241833.00 $241833000 PS58 531200 070580175620 Submitted for City Manager's Office b� Originating ®apartment Mead: Additional Information Contact: Fernando Costa (8476) A. Douglas Rademaker (6157) Rakesh Chaubey (6051) http://apps.cfwnet. org/council_packet/Reports/mc_print.asp 7/29/2008 L 0 P E April 21, 2008 13 A IZ C i A Mr. Rakesh Chaubey. P.E. Project Manager City of Fort Worth - Engineering Department Engineering Services Division 900 Monroe Street, Suite 201 Fort Worth, Texas 76102 RE: Request for Supplemental Agreement (Amendment No. 3) Sanitary Sewer Rehabilitation Contract LXVI (66) D.O.E. 3455 Sewer Project No. PS58-070580175620 LOPEZGARCIA GROUP Project No. 210116.00 Dear Mr. Chaubey: This letter is in response to the City's request that work be re -started on the above reference project and that the construction plans and contract documents be completed for bidding. The construction plans were ready to be circulated (with mylar cover sheet) to City officials for signatures in August, 2003. Completion of this project has been delayed since August, 2003, because of insufficient City funds to re -construct the sewers. Due to the approximate four (4) year delay in completing this project, revisions to the plans and contract documents will be required. There have been some changes in the field that will require additional surveying and revisions to the plans, part of one sewer has been re-routed with the construction of a new retail development, and other revisions will be required to bring the plans and contract documents up to current City of Fort Worth design requirements. Refer to Exhibits 1 thru 10 for the location of the sanitary sewers to be rehabilitated. From field observations by our surveyors, we have determined that almost all of the survey control for this project is either unrecoverable or of questionable accuracy. This is due to the four (4) year delay in completing this project and re -constructing the existing sanitary sewers. This applies to all eleven (11) areas where sanitary sewer line segments are to be replaced. This survey work is in addition to the survey of changes and improvements made on the ground for some sanitary sewer line segments after the initial design surveys. The bench marks for all line segments will also have to be verified, and, in some cases, re -set. The additional fee to provide the above mentioned services is 24,833.00. A summary and detailed breakdown of the man-hour projections associated with each of the above tasks is included herein. Iggroup.com Water Gardens Place,100 East 15th Street, Suite 200, Fort Worth,Texas, 76102 (817) 390-1000 (817) 882-9462 Fax E Z G A P 0 1 A ApnI 21, 2008 Mr. Rakesh Chaubey, P.E. City of Fort Worth Page 2 of 2 Summary -Amendment No. 3 The additional fees to provide the above mentioned additional services are as follows: LGGROUP EJES, Inc. M/WBE Description Fee (M/VVBE) %* Surveying $19,545 $ 0 0.00% Design Services $ 21808 $ 21480 46.90% Total Fee $22,353 $ 2,480 9.99% * The original contract identified the M/WBE participation goal to be 23%. Contract Summary Original Contract Amount $148,451.00 —Approved 03/26/02 Amendment No. 1 $ 12,490.40 — Approved 11/12/02 Amendment No. 2 $ 9,140.25 — Approved 08/22/03 Amendment No. 3 $ 24,833.00 — Requested herein Total Revised Amount $194,914.65 If you have any questions or need additional information concerning this request, please feel free to call me at (817) 390-1061. Sincerely, LOPEZGARCIA GROUP Theron Darr, P.E. Associate Principal City of Fort Worth Amendment No. 3 Contract No. 27614 LGG No. 210116.00 Sanitary Sewer Rehabilitation Contract LXVI (66) 02/08/08 LopezGarcia Group Direct Labor -- Summary Item Labor Category Hours Rate Labor Cost 1 Project Manager 6 $ 170.00 $ 11020600 2 Civil Engineer -In -Training 7 $ 85.00 $ 595.00 3 CADD Technician 15 $ 75.00 $ 1,125.00 4 Clerical/Project Admin. 15 $ 60.00 $ 900.00 5 Surveyor - RPLS 4 $ 140.00 $ 560.00 6 Senior Survey Technician 53 $ 85.00 $ 41505000 7 Two -Person GPS Survey Crew 40 $ 160.00 $ 61400600 8 Two -Person Survey Crew 56 $ 125.00 $ 7,000.00 Subtotal for Direct Labor 22,105.00 Overhead (if applicable) Rate: 0.00% $ - Professional Fee (if applicable) Rate: 0.00% $ - Total Direct Labor $ 22,105.00 Direct Costs --Summary Subcontractor Costs Unit of Description Measure Quantity Rate Totals EJES, Inc. Lump sum 1 $ 2,480.00 $ 21480000 Subtotal of Subcontractor Costs $ 29480.00 Subtotal of Direct Costs $ 2,480.00 Professional Fee (if applicable) Rate: 10.00% $ 248.00 Total Direct Costs $ 29728.00 0 �D a` E �a �c m u� m C V) U rro+ o N m Y a � M O N CL ~ c n co7 o ` Z N (1) 0 0 O mZ N(n J LLL n` Z m CD o N O O C C7 'G O co WCL `1 UQUJfnOJ 0 I olo:ol of of o o c ololo; o; o. o o c !ri o:. o: o of o ui c t rn r�rl CO; M v 4 tn�(9; N� !Oi o' w 0 N . I m ' tD 0 1 , LEE I ' i Q � I i I I I' I I I I �I I I ' I N N � p I i N N o �,c ,mLU Eo'tp a Nco �U) O .y � 't.� '•G y. C m • `t o c"o> c := J % J 0 O O. ,.y �i.y m J 01 cj om E it m', t m o o n F c! ; a 3 m v E O 0'3 d'w— w — m .7� u10 tp' m E, �: 2 C m e v m•N>2 nno�mo d,o c 00 d:o 7 v;fo U� 0 W .- O N O ~ O O O !N O 0 0 h of o o of o 0 0 0 0 0 0 0 0 0 OiI ! N N I I � f ' I I M NI �I �I I ! , i f i l I I I i C ON NGLi N W a G 0 LL to EU o o o m c t N pim 0 1y� •v 2 rn �� ilt o tL OG= m l�U) loa v m o� (E y c 2�o m!ce ov rvIII c o ivy n' a3i m o o c 0 co m E o o l w o m w K .2 5 C U N� C 0 R. ncZ o o;'nU) coi. oyi u W o.in€m d am a' oz.°'d' �0O ooy'�t N cl N criM M G 7 ? O p0 O I ID I� 0 0 N G ' m r m olo OIO OIO a <» w O o f00 O m N O O r G 7 R rr v 5) wco c La V CD C CD O to n. O �Z 2' m O �a � 3 C � o M N a W m 0 Q N 0 0 0 o S - o u}~' o 0 = 0 < 0 0 o 0) TT 'Y t O Lf O O s N N O O �i CD a O s O 0 [{ V V N N N p N Lu- 7 O �w -1 O O C5 � f9 O fA 3 £ Q 0 Qr�i Mai O I �rx K - N m O u U) m - o 0 E 4 _E N � C N U C y t + O t0 2 m m C J N O - E C O m 10 u m m n O 4) U m L 0 m O O 0 O d O H } 0 0 3 aui m as oni � m 0 C O � v y u m O m o H 0 H 'o m N m to m t m E> 0 n 3 0 > > n cc 0 +o V$_r V E E m c E y. d tU -.j m m U C n d c v O= 0 0 of u CO d w m m N 3 U c 0 E= C O ? N C d V p j U L > C � �lv a 0 o c E 3 ,m m Y.3 v L N y Y6 O x W N C N C U c O _C -C A C G H N U E to 0 ° 0) E 0 m 00 (7 m > a U m O C C1 0 a O T C V W m O O O C N C 2 L O > a ik O> O m y O N W N J 0 O 10 •> > > t > > >O t ry-fxA_µti� _-