Loading...
HomeMy WebLinkAboutContract 37726AMENDMENT IN "a STATE OF TEXAS § CITY SECRETARY CONTRACT NO., 1a COUNTY OF TARRANT § WHEREAS, the City of Fort Worth (City) and TranSystems Corporation Consultants (Engineer) made and entered into City Secretary Contract No. 29785 (the Contract) which was authorized by the City Council by M&C C49937 on the 20th day of January, 2004; and WHEREAS, the Contract involves engineering services for the following project: Engineering Contract for Sanitary Sewer Rehabilitation Contract LXIX (69) Village Creek Drainage Basin (Enchanted Bay) WHEREAS, it has become necessary to execute Amendment No. 3 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 February 15, 2008, a copy of which is attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $234,689.00. 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 $549,473.00. 3. All other provisions of the contract, which are not expressly amended herein, shall remain in full force and effect. ifitORTIN, TX EXECUTED on this the day of b j , 2008, in Fort Worth, Tarrant County, Texas. APPROVAL RECOMMENDED: � I�OW4, &..Douglas Rademaker, P.E. Director, Department of Engineering TranSystems Corporation Consultants ENGINEER B Name: Raul Pena III, P.E. Regional Vice -President ALITY: APPROVED: Assistant City Manager ATTEST: Marty Hendri , City Secretar cintract Authorization I0R gat OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX �tl'1!ll' February 15, 2008 Mr. Gopal Sahu, P.E. Department of Engineering City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 7610M311 RE: Proposal and Summary of Fee Enchanted Bay — North (M-257B and water) Sanitary Sewer Rehabilitation Contract LXIX (69), DOE 4157 TranSystems Project No. P202030059 Dear Mr. Sahu: TranSystems appreciate the opportunity to present this proposal and fee schedule for your consideration. The City requests services to improve utilities in the area around the proposed Enchanted Bay -North development. Attached, please find a scope of services for design of water and sanitary sewer improvements, consulting services, opinion of probable construction costs, exhibits depicting the limits of work, and geotechnical services. We propose to complete the work in accordance with the following fee schedule: Estimated Construction Costs (Water and Sewer line): TOTAL Basic Engineering Design Services: Large Diameter TSPE Curve A $1,599,576 x 6.8% x 0.85 = $ 92,456 (Sewer) Small Diameter TSPE Curve B $ 632,582 x 5.7% x 0.85 = $ 30,648 (Water) TranSystems Basic Engineering Design Fee $2,232,158 $123,104.00 Mr. Gopal Sahu, P.E. February 15, 2008 Page 2/3 Special Services Design survey $ 22,375400 Boundary survey $ 12,770600 Easement documents (4) $ 61745000 Pier design for M-257 creek crossing $ 9/800600 Geotechnical Investigation $ 2/800200 Permitting $ 10,335.00 • Environmental assessment of project o USACE Permit for creek Crossing o Site visit for permit verification • TOOT Permit Application and associated Meeting Misc. Sewer System Consulting. $ 5/000000 • Evaluate utility locations/spacing • Research and identify drainage pond impacts to project • Coordinate with Wade and Associates to obtain records, studies and design relating to M-503 and M-257. Misc. Water System Consulting $ 5,000.00 • Review water extension alignment into the Enchanted Bay — North development. Meetings with City (10) $ 3,225.00 Public Meetings (1) $ 575.00 Coordination with Jacobs - Carter & Burgess $ 6,000.00 Sub -consultant Management $ 3/500000 Exhibits (8) $ 600.00 Shop drawings $ 9,600.00 M-244B plan modifications $ 31900000 • Revise plans for changes due to the City Is directions to increase pipe diameter. • Modify the M-503 and M-244B junction box due to an increase in pipe diameter Reproduction (2 construction contracts) 32 Sets of preliminary plans (util. clear.) $ 960.00 88 Sets of Construction Plans $ 2,640.00 88 Sets of Specifications ($50.00/ea.) $ 41400400 Miscellaneous Printing (6 sets and misc.) $ 960.00 Mylar set of final plans 400.00 AMENDMENT 3 TOTAL G:IFW03100591ProjectMgmtlContractslamendmentlamend 3lamendment 3 SLllT1Illary Of FeO.dOCX $102,150.00 $ 9,360.00 $ 234,689.00 Mr. Gopal Sahu, P.E. February 15, 2008 Page 3/3 Summary of the Contract and Amendments Original Contract Amendment 1 Amendment 2 Sub- total Amendment 3 CONTRACT- TOTAL LUMP SUM $ 56,480.00 Develop plans and specs. for sewer laterals within Sun Valley Addition and water line along Kay Dr. $ 9,520.00 Contract 1 construction services $ 314,784.00 $ 234,689.00 Water and sanitary sewer improvements for the Enchanted Bay —North development $ 549,473.00 We will be using Spooner &Associates, Inc. (survey) and Arlington Blueline (reproduction) to provide services. This will result in a 15 % portion of the contract that will be performed by approved DBE firms. If you have any questions or require additional information please give me a call. Sincerely, TranSystems Corporation Consultants r Raul Pena III, P.E. Principal Attachments: Detailed Scope of Services Exhibits Construction Costs Geotechnical Services proposal G:IFW03100591ProjectMgmflContractslomendmentlamend 3lamendment 3 SllillITlarj� Of F00.dOCX Scope of Services Proposed Water and Sewer Improvements near the Enchanted Bay -North Development Sanitary Sewer Rehabilitation Contract LXIX (69), DOE 4157 TranSystems Project No. P202030059 Date: 02-15-2008 We have prepared this amendment scope to detail additional services not provided for in the original contract or subsequent amendments. This proposal includes the following work items: 1. M-257 Sewer Design Design and align a proposed 54" sanitary sewer to replace 2400 If of M-257 from David Strickland Rd. to Shoreline Circle. The design will include an environmental assessment of the creek crossing, aerial utility crossing design, and geotechnical services to support the pier design. The environmental assessment will include collecting the CLOMR and previous site information, site visits, contacting the USACE for compliance, reviewing Arlington's CDC and preparing a Nationwide Permit 12. 2. Misc. Sewer System Consulting Review preliminary development plats and review the sewer system in the project area. Plat review will include evaluating utility locations and spacing. Sewer main M-257 has previously been studied by Wade and Associates, and some design and findings were recommended. TSC is to obtain the previous records, coordinate the design and repairs of existing M-503 and proposed M-257. TSC will also research and identify drainage pond impacts to the project. 3. Water line design Design approximately 3,000 of 16" and 12" water line from Martin St. and Loop 820 intersection to the proposed entrance of the Enchanted Bay -North development. Design will include connections into the existing systems at various points and an "Other than Open Cut' installation under Loop 820. As part of this work, TSC will prepare a TxDOTutility crossing application and meet with TxDOT as necessary. 4. Misc. Water System Consulting TSC will meet with the City. Discussions will include potential extensions into the project area and master planning in the area immediately around the project area. 5. Project Coordination In addition to meeting with the sanitary sewer consultant for the M-503, TSC plans to have semi -regular meeting (10) with the City on the project. TSC will provide exhibits for the team meeting and for the Water Department internal meeting. One public meeting is anticipated. TSC will also meet with the developer's consultant to review plats and coordinate City utilities within the development. 6. M-24413 Modification M-244B has been modified after final design was submitted under this contract. TSC will upsize the sewer diameters and coordinate deholes for gas and cable lines along the east end of the project. The proposed 1V-503 and M-24413 junction box will be modified. 1 7. Enchanted Bay —North: Shop Drawings Shop drawings will be review for consistency to the project documents for the proposed water and sewer improvements in this amendment. TSC will also answer Contractor's requests for information and perform field visits as necessary for shop drawing review. 8. Reproduction Two construction contracts are anticipated for water and sewer improvements near the Enchanted Bay -North development. TSC shall provide plans for preliminary and final design documents. 9. Survey Topographic and boundary survey will include the following: a) Research ownership and prepare a working sketch of the area. b) Establish survey horizontal and vertical control. Control points will be based on NAD83 Texas State Plane Coordinate System North Central Zone 4202. Vertical will be based on NAVD88. c) Deed research will be limited to the vesting deed information of the current owner, as listed by Tarrant Appraisal District, for the affected tracts. d) Right of entry requests will be sent to the affected owners. e) The proposed water line topographic survey will be from the existing frontage road to 20 feet past the existing right-of-way line. A maximum of 75 feet width sections will be taken at 100 foot intervals plus breaks. The total length being approximately 3000 feet. f) The sewer topographic surrey will be centered on the existing sewer alignment from the north end of Kay Street at David Strickland Road north, then across an unimproved parcel of land northward, and terminate at Shoreline Street. The survey will be approximately 2400 If long with 100 feet wide sections taken at 100 intervals plus breaks. The existing manholes will be located and flowline elevations obtained. This estimate is made with the assumption that the alignment does not cross the pond and no soundings or depths of the pond will be required. If depths of the pond are required then that will be at an additional cost. g) Utility locations will be from a one call utility locate service. h) Prepare utility easements for 4 parcels. i) The existing easement will be located and plotted on the topo. j) The proposed easement will cross a maximum of 5 properties. k) The right-of-way locations depicted on the Preliminary Plat of Enchanted Bay North will be located and defined by others and is not included within this scope of work. 1) Deliverables: GeoPak TIN model, Microstation design file of the planametrics, Microstation design file DTM elements, 4 original signed and sealed property description and exhibit. A maximum of four The following services are not included: 1. Surveying the pond bottom (sounding pond). 2. Permit fees 3. CLOMR, LOMAR, Arlington CDC or hydraulic design. 4. USACE meeting (pre -construction meeting not anticipated). 5. Repair of pond spillway 6. Repair or design of M-503 except short realignment away from stream 7. Construction services beyond pre -construction meeting 8. Appraisal and negotiation of easements 9. Developing locating ROW within Enchanted Bay North development 7 PpD Dts- i6"DI 'D o �rn -J PROPERTY 1 I in a 0 L PROPERTY 2 to t0 „ 12 13 31 32 31 RD, J' 10 I i, 72 173 PROP 16" :CL TR. 9 >i PROPERTY 3 C MARTIN TR. 9-D-1 ST. I J UE �V�' (PRIVATE) 13�6 DEVELOPER'S PROPERTY 3RD' . WATER BY CITY ..... ................ WATER BY DEVELOPER 1 toIZ Tr.22A �o PHASE 1 TR. 9-E I TR.9 TR. 9-E-i 8" ST. SHORELINE 0 G 0` 3 P ` t, � o - m o 0 c f J SHORELINE SCALE: 1" - 400' I N. DAVID ---- ------------ PROPOSED WATER LINE EXTENSION 2 3 a 6 FOR M-257-B REHABILITATION WATER & SAN. SEWER REHABILATION 22 2i VEST 0 `" 8 CONTRACT LXIX (69) AMENDMENT 3 2 3 a 5 FoRTWoRm smmpSystems z2 C221 20 i9 ,e 500 W. 70h ST, SUITE 600 44 FORT WORTH, TEXAS 76102 LAST R (817) 339-8950 6"PVC CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING FEBRUARY 2008 ITEM No. Description Amendment 3 Enchanted Bay -North Off -site Water Supply City of Fort Worth Engineering Sanitary Sewer Replacement Sanitary Sewer Rehabilitation Contract LXIX (69) Prepared by: TranSystems Corporation Consultants January 7, 2008 UNIT TOTAL QTY. UNTTS. PRICE AMOUNT 1 16" WATER MAIN LF $ 56,00 $ 162v400.00 2 12" WATER MAIN r LF $ 45,00 $ 4,500.00 3 8" WATER MAIN LF $ 30,00 $ 600,00 4 16" GATE VALVE EA $ 3,800.00 $ 302400000 5 8" GATE VALVE 1 EA $ 900.00 $ 900.00 6 FITTING 1 TON $ 37000,00 $ 31000,00 7 30' ENCASEMENT (FOR BORE) 450 LF $ 575,00 $ 2582750,00 8 HYDRANT 3 EA $ 2,200.00 $ 600.00 9 2" COMBINATION AIR RELEASE 2 EA $ 22800,00 $ 52600,00 10 6" BLOW -OFF ASSEMBLY 2 EA $ 3500.00 $ 7,000.00 11 CONCRETE BLOCKING 50 CF $ 55,00 $ 22750,00 12 PERMANENT PAVEMENT REPAIR 42 LF $ 46,00 $ 1,932.00 13 CRUSHED LIMESTONE 10 CY $ 22.00 $ 220,00 14 SWPPP 1 EA $ 2,500.00 $ 27500,00 15 SODDING 2,500 LF $ 10,00 $ 257000,00 16 6" TOPSOIL 2,500 SY $ 6,00 $ 15,000.00 Subtotal $ 527,152.00 20%Contingency $ 1052430.40 TOTAL 632,582.40 Does not include: Repair of spillway, laterals, water lines and rehab of M-503 Since ENGINEER has no control over the wst of labor, materials, equipment or services famished by others, or over the ConUactor(s) methods of determining prices, or over competitive bidding or market conditions, ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and qualified professional engineer, familiar with the construction industry, but ENGINEER cannot and does not guarantee that proposals, bids or actual Total Project or Construction Costs will not vary from opinions of probable cost prepared by ENGINEER. If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cost he shall employ an independent cost estimator. G.\FW03\0059\PmjmtMgmt\Contmcts\amendment\ammd 3\lamendum 3 est 010708.XL,SIWATER TTEM No. Description Amendment 3 Enchanted Bay -North M-257 Re -Route City of Fora Worth Engineering Sanitary Sewer Replacement Sanitary Sewer Rehabilitation Contract LXIX (69) Prepazed by: TranSystems Corporation Consultants January 7, 2008 UNTT TOTAL QTY. UNITS PRICE AMOUNT 1 54" SEWER PIPE 2300 LF $ 350,00 $ 8052000,00 2 8" PVC SEWER BY OPEN CUT; ALL DEPTHS 100 LF $ 45,00 $ 4,500.00 3 CONSTR. STD, 4' DIA. SANITARY SEWER MANHOLE 2 EA $ 11600,00 $ 3,200.00 4 EXTRA DEPTH FROM STD, SANITARY SEWER MANHOLE (OVER 6) 2 VF $ 200,00 $ 400,00 5 REMOVE EXIST, SANITARY SEWER MANHOLE 5 EA $ 700,00 $ 32500,00 6 CONCRETE COLLAR 21 EA $ 400,00 $ 800.00 7 MANHOLE INSERT 8 EA $ 85.00 $ 680.00 8 TYPE A MANHOLE 8 EA $ 73500.00 $ 60V000,00 9 EXTRA DEPTH FROM STD, SANITARY SEWER MANHOLE (OVER 61) 24 VF $ 2S0.00 $ 6,000.00 10 PASSIVE ODOR CONTROL 10 EA $ 2,S00.00 $ 25,000.00 I 1 PRE -CONSTRUCTION T.V. 2$00 LF $ 4,00 $ 107000,00 12 POST -CONSTRUCTION T.V. 2500 LF $ 2,00 $ 52000.00 13 VACUUM TEST MANHOLES EA $ 200,00 $ 2,000.00 14 ANTI -FLOATATION EA $ 85.00 $ 34,000.00 15 4"SERVICE LINE DI LF $ 40.00 $ 1,600.00 15 4" SERVICE TAP EA $ 300.00 $ 600.00 16 HMAC PERMANENT PAVEMENT REPAIR (MIN 2") F2400 SY $ 35.00 $ 10,500.00 17 SWPPP LF $ 257000000 $ 25,000.00 18 SODDING LF $ 10,00 $ 24,000.00 19 6" TOPSOIL SY $ 6,00 $ 14,400.00 20 TRENCH SAFETY LF $ 2,00 $ 47800,00 21 JUNCTION BOX EA $ 150,000,00 $ 150,000.00 22 HMAC PERMANENT PAVEMENT REPAIR (MIN 211) 300 SY $ 40,00 $ 12,000.00 22 MODIFY BOX 1 EA $ 30,000.00 $ 302000,00 23 AERIAL CROSSING 100 LF $ 17000.00 $ 100,000.00 Subtotal 20% Contingency TOTAL Does not include: Repair of spillway, laterals, water lines and rehab of M-503 Since ENGINEER has no conhol over the wst of labor, materials, equipment or services famished by others, or over the Contractors) methods of determining prices, or over competitive bidding or market conditions, ENGINEER's opinions of probable Total project Costs and Construction Cost provided for herein are made on the basis of ENGINEER's experience and qualifications and represent ENGINEER's best judgment as an experienced and qualified professional engineer, familiar with the construction industry; but ENGINEER cannot and does not guarantee that proposals, bids or actual Total Projector Construction Cods will not vary from opinions of probable cast prepared by ENGINEER If prior to the Bidding or Negotiating Phase OWNER wishes greater assurance to the Construction Cos[ he shall employ an independent cost estimator. - G.\FW03\00591ProjectMgmt\Contracts\amendment\amend 3\[amendum 3 est 010709.XLS]wntract $ 1,332,980.00 $ 266,596.00 I,599,576.00 ENGINEERINGINCe cmi Proposal No. OS-2284 January 14, 2008 TranSystems Corporation 500 West Seventh Street - Suite 1100 Fort Worth, TX 76102 Attn: Mr, Kent A. Lunski, P.E. Dear Mr, Lunski: PROPOSAL, FOR: GEOTECHNICAL ENGINEERING SERVICES M-257-B SEWER LINE REHABILITATION AERIAL CROSSING FORT WORTH, TEXAS INTRODUCTION i b CMJ Engineering, Inc. (CMJ} is pleased to submit a proposal for providing geotechnical engineering services in conjunction with the above -referenced project. We prepared this proposal based on an email from Mr. Kent A. Lunski, P.E. and on the preliminary scope submitted to this office. The project, as currently planned, will consist of a proposed sewer line aerial crossing, located between the Sun Valley Addition to the EI Lago Addition, east of Interstate Loop 820/US 287 in Fort Worth, Texas.. For purposes of this proposal, it is assumed that all borings are accessible to truck -mounted drilling equipment, In addition, it is assumed that no underground utilities exist at boring locations. Phone (817) 284-9440 Faa (817} 589-9993 Metro (817) 589-9992 CMJ ENGINEERING, INC. TranSystems Corporation Proposal No. 0&2284 Jaunary 14, 2008 Page 2 SCOPE OF SERVICES i. BASIC SERVICES A. SUBSURFACE EXPLORATION Based on past experience in the vicinity of the project, we anticipate subsurface conditions to consist of soils and rock of the Grayson geological formation. Experienced drillers and technicians will evaluate subsurface conditions with a total of two sample borings to approximate depths of 30 feet below existing grades, or at least 5 feet into unweathered gray limestone. The field personnel will drill the borings using truck -mounted equipment. Cohesive and non - cohesive soil samples will be obtained using 3-inch diameter Shelby tube samplers and 2-inch diameter standard split -spoon samplers, respectively. In addition, rock encountered will be evaluated by use of Texas Department of Transportation (TXDOT) cone penetration tests. A soils logger will extrude the samples in the field, check the samples for consistency with a hand penetrometer, carefully wrap them to preserve their condition, and return them to the laboratory for testing. A log of each boring will be prepared to document field activities and results. Representative continuous samples of rock will be obtained using NW -size (formerly NX), double tube core barrels. In addition, rock encountered will be evaluated by use of Texas Department of Transportation (TXDOT) cone penetration tests. CMJ's personnel will stake the boring locations using normal taping procedures. Approximate locations of the borings will be shown on the plan of borings,. Precise surveying of boring locations and elevations is not included in the cost estimate. These services may be provided as Additional Services upon request. At the completion of drilling operations, boreholes will be backfilled with drill cuttings and plugged at the surface by hand tamping_ B. LABORATORY SERVICES Considering the planned facilities, anticipated soil conditions and geology, laboratory tests will be required for classification purposes, and to determine strength characteristics.. The following types of tests are therefore recommended: • moisture content and soil identification • liquid and plastic limit determinations • unconfined compression tests on soil unit weight determinations CMJ ENGINEERING, INC. TranSystems Corporation Proposal No. 08-2284 Jaunary 14, 2008 Page 3 The specific types and quantities of tests will be de#ermined based on geologic conditions encountered in the borings. C. ENGINEERING SERVIGES An engineering report will be prepared to present the results of the field and laboratory data together with our analyses of the results and recommendations. We will provide three copies of the report. The report will address: • general soil and ground -water conditions • recommendations for aerial crossing foundation type, depth and allowable loading • minimum penetration of piers to resist uplift (if required) • foundation construction requirements • earthwork recommendations Items other than those specified above, which are revealed by these studies or are necessitated by a change in project scope, may require revised field, laboratory, and engineering services. These services, if required and requested, will be performed as Additional Services. Additional Services are described in Section 11. D. COMPENSATION FOR BAS{C SERV{CES It is proposed that the Basic Services described above be performed on a unit price basis, in accordance with the attached Basic Services Cost Estimate. Based on the anticipated scope and the attached Basic Services Cost Estimate, the total cost of the Basic Services should be on the order of $2,700 to $2,800. For budget purposes, a maximum cost of $2,800 is recommended. This cost for Basic Services will not be exceeded without prior authorization. The estimated costs shown in this proposal are based on the anticipated soil conditions. The final invoice will be based on the specific quantities drilled and tested. If unanticipated conditions are encountered during drilling, we will notify you accordingly. E. SCHEDULE FOR BASIC SERVICES Weather permitting, we plan to initiate these studies within ten days of receipt of notice to proceed, and anticipate that one working day will be required to complete the subsurface exploration for the site (weather conditions permitting). You will receive the final report approximately three weeks following the completion of the field phase. We will make preliminary design data available sooner if necessary. CiVIJ ENGINEERING, INC TranSystems Corporation Proposal No. 08-2284 Jaunary 14, 2008 Page 4 Il. ADDITIONAL SERVICES A. AUTHORIZATION AND SCOPE Additional Services will be performed only if specifically requested and authorized by Client, Additional Services may consist of the following: • Additional subsurface exploration, including quantities or items other than described in Basic Services. • Bulldozer or other equipment services required to achieve access to boring locations, • Stand-by time or time in excess of one-half hour required for travel between boring locations. • Additional laboratory services, including quantities or items other than described in Basic Services. • Additional insurance coverage or limits (if available) other than CMJ's standard policies. • Additional engineering services, including personnel time and expenses for items not specifically described in Basic Services.. This may include, but is not limited to, additional meetings requested by Client or Client's other consultants, assistance to Client in dealing with regulatory agencies, preparation and engineering assistance in legal proceedings, and evaluation of alternative designs for the project or relocation of structure, following initial submittal of the geotechnical report.. • Additional copies of the report, other than the number described in Basic Services. • Any other required or requested services authorized by Client, other than those specifically described in Basic Services. B. COMPENSATION AND SCHEDULE FOR ADDITIONAL SERVICES Additional Services, when authorized by Client, will be in accordance with our Schedule of Fees. Additiona! Services will be performed at reasonable times and within reasonable schedules as requested by Client,. Authorized Additional Services will be billed as a separate item on invoices and a description of the Additional Services will be provided. 111. TERMS AND CONDITIONS The scope of services will be performed pursuant to the attached CMJ Terms for Geotechnical Engineering Services, which is incorporated into this proposal. CMJ ENGINEERING, INC. TranSystems Corporation Proposal No. 08-2284 Jaunary 14, 2008 Page 5 Thank you for the opportunity to present this proposal. Please sign the attached Terms for Geotechnical Engineering Services and return one complete copy of this proposal as your authorization to proceed. Facsimile signatures shall be sufficient unless originals are requested by a third party.. Do not hesitate to call if you have any questions or if you have suggestions regarding changes to the agreement or to the proposed scope of services. We look forward to working with TranSystems Corporation on this project. Respectfully submitted, ] MJ ENGINEERING, INC. Q wl� L� Err f # aIwo James f�_ Sappington IV, P_E_ Project anager J PS/cmk copies submitted: (1) Mr. Kent A. Lunski, P.E.; TranSystems Corporation (by e-mail) (2) Mr. Kent A. Lunski, P.E.; TranSystems Corporation (by mail) CMJ ENGINEERING, INC, GEOTECHNICAL ENGINEERING SERVICES BASIC SERVICES COST ESTIMATE PROPOSAL: 08-2284 DATE: JANUARY 14, 2008 PROJECT: M-257-13 SEWER LINE REHABILITATION AERIAL CROSSING FORT WORTH, TEXAS SUBSURFACE EXPLORATION Quant, Unit $ Total $ Mobilization 1 300.00 300.00 Soil Drilling -Intermittent Sampling (0-25 ft,) 30 11400 330.00 Rock Drilling (0-25 ft.) 20 154400 300.00 Rock Drilling (25-50 ft.) 10 1 &00 160.00 THD Cone and SPT 4 20,00 80,00 Underground Utility Check 2 60.800 120.00 Subtotal Subsurface Services $ 1,290.00 LABORATORY SERVICES Moisture Content and Soil Identification 14 610 84.00 Liquid and Plastic Limits 4 45,00 180900 Unconfined Compressive Strength -Soil 2 40.00 80.00 Unit Weight 2 10.00 20.00 Subtotal Laboratory Services $ 364.00 ENGINEERING SERVICES Senior Principal Engineer 2 110.00 220.00 Staff Engineer 10 70.00 700.00 Drafting & Secretarial Support 3 40.00 120.00 Asc, Expense (report production, mileage, etc.) 1 100.00 100,00 Subtotal Engineering Services $ 1,140.00 TOTAL ESTIMATE $ 2,794.00 SAY $2,800.00 Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication l COUNCIL ACTION: Approved on 9/16/2008 -Ord. No. 18296-09-2008 DATE: Tuesday, September 16, 2008 LOG NAME: 3069VILLAGCREEK REFERENCE NO.: C-23052 SUBJECT: Authorize Execution of Amendment No. 3 in the Amount of $234,689.00 to City Secretary Contract No. 29785 with TranSystems Corporation Consultants for Additional Services to Sanitary Sewer Rehabilitation LXIX Village Creek Drainage Basin and Adopt Appropriation Ordinance ---- ------ _ __, � __ _ _r� _-- - -- RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $234,689.00 for the Water and Sewer Operation Fund to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of $234,689.00 from the available funds; and 3. Authorized the City Manager to execute Amendment No. 3 in the amount of $234,689.00 to the City Secretary Contract No. 29785 with TranSystems Corporation Consultants for additional services to Sanitary Sewer Rehabilitation LXIX Village Creek Drainage Basin, thereby increasing the total contract amount to $549,473.00. DISCUSSION: On January 20, 2004, (M&C C-19937) the City Council authorized the City Manager to execute an engineering agreement with TranSystems Corporation Consultants for Sanitary Sewer Rehabilitation LXIX (69) Village Creek Drainage Basin for a fee not to exceed $248,784.00. This contract was previously revised by two amendments. This contract is divided into four construction contracts. Part 1 is complete, Part 2 is ready to be advertised, Part 4 will be advertised in October 2008 and Part 3 will be advertised later. . Amendment No. 1 for $56,480.00 was approved on May 31, 2005, for additional sanitary sewer line and replacement of existing water lines and easement documents; and . Amendment No. 2 for $9,520.00 was approved on July 18, 2006, for review of shop drawings, coordination with other agencies and site visits not included in the original contract. Amendment No. 3 provides for design and preparation of plans and contract documents for Part 4 construction contract of sanitary sewer M-257B and water line not included in the original contract documents. Additional services will require design of proposed 54 inch sanitary sewer to replace existing 2,400 linear feet of sewer main M-257B from David Strickland Road to Shoreline Circle near the Enchanted Bay -North Development. The services will include an environmental assessment, geotechnical data gathering and preparing Nationwide Permit 12. In addition to the above, the consultant will provide design of 3,000 linear feet of 16 inch and 12 inch water line from Martin Street to Loop 820 intersection to the proposed entrance of the Enchanted Bay -North http://apps.cfwnet.org/council�acket/Reports/mc�rint.asp 9/18/2008 Page 2 of 2 Development, project coordination, modification of sanitary sewer Main M-244B including junction box, review shop drawings, survey and prepare easement documents. City staff considers the proposed fee of $234,689.00 to be fair and reasonable for the scope of additional services to be performed. TranSystems Corporation Consultants is in compliance with the City's M/WBE Ordinance by committing to an additional 14 percent M/WBE Participation on this Amendment No. 3. The City's goal on this amendment is 14 percent. This project is located in COUNCIL DISTRICT 5. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendation and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. TO Fund/Account/Centers 1 &2 $234,689.00 P258 427045 7051700915ZZ P258 531200 705170091533 $234,689.00 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers �PE45 538070 0709020 $234,689.00 P258 531200 705170091533 $234,689.00 Fernando Costa (8476) A. Douglas Rademaker (6157) Gopal Sahu (7949) http://apps.cfwnet.org/council�acket/Reports/mc�rint.asp 9/18/2008 � • �v������, To Madelene Rafalko, P.E. City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 7 102 LETTER OF TRANSMITTAL DATE: g-17-08 ATTENTIorr: Madelene Rafalko, P.E. PROJECT # P202030059 RE: Contract 69 —Part 4 WE ARE SENDING YOU ®Attached ❑Under Separate Cover Via ❑ Shop Drawings ❑Prints ❑Plans ❑Samples ❑ Copy of Letter ❑Change Order ❑Other The Following Items: ❑ Specifications COPIES DATE NO. DESCRIPTION 7 9-17-08 Contract — Si ned b TSC THESE ARE TRANSMITTED as checked below: ® For approval ❑Approved as submitted ❑ For your use ❑As requested ❑ For review and comment ❑ FOR BIDS DUE , 20 ❑ Approved as noted ❑ Returned for corrections SIGNED .1Ven� �lu�ne�ci, J.�. COPY TO: File ❑ Resubmit copies for approval ❑ Submit copies for distribution ❑ Return corrected prints ❑ PRINTS RETURNED AFTER LOAN TO US 500 West Seventh Street, Suite 1100, Fort Worth, Texas 76102 ❑ (817) 339-8950 ❑ (817) 336-2247 FAX