Loading...
HomeMy WebLinkAboutContract 38729-A2Amendment No. 2 STATE OF TEXAS § CITY SECRETARY NO. 3g�1 a9 - Aa (No M&C Needed) COUNTY OF TARRANT § WHEREAS, the City of Fort Worth (City) and IEA, Inc. (Engineer) made and entered into City Secretary Contract No. 38729 (the Contract) which was authorized by the City Council by M&C C-23571 on the 9th of June, 2009; and WHEREAS, the Contract involves engineering services for the following project: Pavement Reconstruction and Water and Sanitary Sewer Replacement on Lloyd Avenue (Vinson Street to South Dead End), Normont Circle (Norma Street to South Cul-de-Sac) and Vinson Street (Griggs Avenue to South Hughes Avenue) 2008 CIP Contract 8C, Project No. 01271 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 additional engineering services and provide additional contract time as specified in a proposal letter dated December 9, 2009 a copy of which is attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $7,372.00. 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 $104,174.00. Contract Amendment No. 2 4l��It:It�L RECUR® CITY SECRETARY ��: Vti'®NTH, TX Page 1 of 2 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. Executed on this the ��� Fort Worth, Tarrant County, Texas. ATTEST: Marty Hendrix City Secretary APPROVED AS TO FORM AND LEGALITY: Amy"Ramsey Assistant City Attorney day of � 2010, in APPROVED: �� Fernando Costa Assistant City Manager APPROVAL RECOMMENDED: _�' l_ O��T �_ _ %� �- William A. erkest, / . Director Transportation and Public Works IEA, Inc. ENGINEER By : J�l;�s� vl NAME: Shakeel Ahmed, P.E. TITLE: President/CEO Contract Amendment No. 2 OFFICIAL. RECORD CITY SECRETARY FT. WORTH, TX Page2of2 Innovative Engineering Associates December 9, 2009 Mr. Richard Argomaniz, P.E. Project Manager Transportation and Public Works Department City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 Subject: Supplemental agreement for performing surveying and designing Sanitary Sewer line outside the paving limits Dear Richard, Since we did not have the sanitary sewer design included at the time of original proposal. The total linear footage for sewer was about the same as the roadway work. Sewer was assumed to have been within the roadway survey. Therefore, we request additional funds for $7,372.00 for performing surveying and designing sanitary sewer line outside the paving limits. The backup for the fee proposal is attached for your review and approval. Please let me know how to proceed with the supplemental agreement. Very truly yours, IEA, Inc. Shakeel Ahmed, P.E. IEA, Inc. 18333 Preston Rd, I50 Dallas, TX 75252 (214) 8844253 Task PM PE EIT CADD Admin Total $142.50 $111*50 $95.00 $95.00 $62.50 Sewer design 2 8 8 16 $3,457 Meetings/Reports 4 4 0 $1,016 Field Inspection 0 6 6 $1,239 Total Hours 61 18 14 161 0 $5,712 Surveying $1,660 Total Cost of Supplemental Agreement $7,372 Gorrondona &Associates, Inc. A A% December 7. 2009 IEA, Inc. Attn: Mr. Shakeel Ahmed, PE 17772 Preston Road, Suite 201 Dallas, Texas 75252 Re: CITY OF FORT WORTH — 2008 CIP, NEIGHBORHOOD STREETS PROJECT ADDITIONAL SURVEY for NORMONT CIRCLE Dear Mr. Ahmed: Gorrondona &Associates, Inc. (G&AI) is pleased to submit this proposal for professional land surveying services for the above referenced project. The following itemized surveying services are to be provided by Gorrondona & Associates, Inc.. 1.) Research property owners and obtain copies of subdivision plats and ownership deeds. 2.) Locate property corners and establish property lines for the additional survey. Update existing right -of --way map of the existing right -of --way showing lots numbers, ownership with recording information and all of the parcels of land affected by the project. Deliverables shall include an updated right -of --way map to overlay onto the topographic survey prepared in AutoCAD along with copies of deeds, subdivision plats and tax ownership information. 3.) Establish vertical control for the project from exisring project control. Establish at least one additional benchmark for the additional survey. The horizontal control shall be established from existing project control with a detailed description being given for each control point. 4.) Provide a topographic survey of proposed sanitary sewer re -construction from the existing survey limits between Lots G & J down the common lot line to there south property line and along the south property line of Lot J to the existing manhole (approximately 200 linear feet). The topographic surveys shall include 50-foot cross -sections extending from 10 feet left and right of the centerline of the existing pipe and at all grade breaks. The topographic survey shall include, but not limited to, locating all existing features such as water valves, water meters, curb & gutter, asphalt, sidewalks, fences, driveways, buildings, storm & sewer manholes, trees 6" and larger, tops and toes of slope, power poles, mailboxes, signs, telephone risers and other visible features. The sanitary sewer 6707 Brentwood Stair Road •Suite 50 •Fort UJorth, Texas 76112 • �17.496 142 •Far. 81 ; .19�, %Ec• �,,wv;.ga_;;.:, n-; Gorrondona & Associates, Inc. survey shall include locating cleanouts or building finish floor elevations where cleanouts can not be found. 6.) Deliverables shall include an AutoCAD drawing file showing all of the features located, ground elevations, a Digital Terrain Model along with one -foot interval contours. Provide copies of the survey field notes, a hardcopy of the coordinates and an ASCIT file of the coordinates for the points located. Gorrondona &Associates, Inc. can provide the above professional land surveying services for an hourly not to exceed fee of $1,660.00 utilizing the enclosed fee schedule. If you have any questions or require additional information please contact me at (817) 4964 424. Sincerely, GORRONDONA &� ,AS�SO�CIATES, INC. W. Truett Wilson, R.P.L.S. Survey Manager 6707 Brentwood Stair Road •Suite 50 •Fort Worth. Texas 7f ii:: • 8�? 4yi .1424 • Fa>: u , 7 .9e,1768 • vna r� as i�?c nee Gorrondona & Associates, tnc. GORRONDONA &ASSOCIATES, INC. HOURLY FEE SCHEDULE DESCRIPTION OF SERVICE HOURLY RATE PROJECT MANAGER/R.P.L.S. SURVEY TECHNICIAN/R.P.LS. SURVEY TECHNICIAN TWO MAN FIELD CREW W/EQUIPMENT THREE MAN FIELD CREW W/EQUIPMENT ONE MAN FIELD CREW W/RTK-GPS EQUIPMENT TWO MAN FIELD CREW W/RTK-GPS EQUIPMENT $ 105.00 $ 85.00 $ 70.00 $ l 05.00 $ 135.00 $ 127.00 $ 155.00 6707 Brentwood Stair Road •Suite 50 •Fort �/orth, Texas 76 t? 2 • 8? 7 496. t 42u • Faa � ? 7 d9P, � 7h? • •.vU,-vr �r,-inc nee Page I of 2 Official site of the City of Fort Worth, Texas COUNCIL ACTION: Approved on 6/9/2009 - Ord. No. 18653-06-2009 DATE: 6/9/2009 REFERENCE NO.: **C-23571 LOG NAME: 202008CONTRACT8C CODE: C TYPE: CONSENT PUBLIC NO HEARING. SUBJECT: Authorize an Agreement in the Amount of $93,602.00 with IEA, Inc., for Pavement Reconstruction and Water and Sanitary Sewer Main Replacements on Lloyd Avenue, Normont Circle and Vinson Street and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $45,879.00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $19,804.00 and Sewer Capital Projects Fund in the amount of $26, 075.00; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $19,804.00 and the Sewer Capital Projects Fund in the amount of $26,075.00 from available funds; and 3. Authorize the City Manager to execute an agreement with IEA, Inc., in the amount of $93,602.00 for pavement reconstruction and water and sewer main replacement on Lloyd Avenue, Normont Circle and Vinson Street, DISCUSSION: The 2008 Capital Improvement Program (CIP) includes funds for pavement reconstruction on the following streets: Lloyd Avenue Vinson Street to South Dead End Normont Circle Norma Stree4,41 South Cul-De-Sac Vinson Street Griggs Avenue to South Hughes Avenue In addition, the Water Department has determined that the existing water mains on the identified streets are severely deteriorated and should be replaced with this project. IEA, Inc., proposes to perform the necessary design work for a lump sum fee of $93,602.00. City Staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the engineering agreement $28,750.00 ($7,300.00 water, $7,300.00 sewer and $14,150.00 street) is needed for project management and design review. M/V1/BE —IEA, Inc., is in compliance with the City's M/WBE Ordinance by committing to 17 percent M/WBE participation. The City's goal on this project is 15 percent. This project is located in COUNCIL DISTRICT 8, Mapsco 79E and J. FISCAL INFORMATION/CERTIFICATION: file://C:\DOCUME� 1 \ArgomaR\LOCALS�1 \Temp\ 13LRMZC8.htm 2/2/2010 Page 2 of 2 The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund, the Sewer Capital Projects Fund and the Street Improvements 2008 Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2) P253 476045 6081701271ZZ $19.804.00 1) PE45 538040 0609020 $19,804000 1_&2� 1) PE45 538040 0709020 $26,075.00 P258 476045 7081701271ZZ $26.075.00 3) P253 531200 608170127131 $3,451,00 2) P253 531350 608170127110 $ls200,00 3)P253 531200 608170127132 6 903.00 2) P253 531350 608170127120 1 200.00 3) P253 531200 608170127133 $1,150000 2) P253 531350 608170127130 $4,500600 3) P253 531200 608170127151 $1,000000 2) P253 531200 608170127131 3 451.00 3)P258 531200 708170127131 4 825.00 2) P253 531200 608170217132 $6,903000 3) P258 531200 708170127132 9 650.00 2) P253 531200 608170127133 $1,150400 3) P258 531200 708170127133 $1,608900 2) P253 531200 608170127151 $1,000600 3)P258 531200 708170127151 2 692.00 2) P253 531350 608170127160 200.00 3) C204 531200 208400127131 $17,099.00 2) P253 533010 608170127181 200.00 3) C204 531200 208400127132 $34,199600 2) P258 531350 708170127110 1 200.00 3) C204 531200 208400127151 5 325.00 P258 531350 708170127120 $1,200600 3) C204 531200 208400127133 5 700.00 2) P258 531350 708170127130 $4,500000 2)P258 531200 708170127131 $4,825tOO 2) P258 531200 708170127132 9 650.00 2)P258 531200 708170127133 1608.00 2) P258 531200 708170127151 $2,692900 2)P258 531350 708170127160 200.00 2)P258 533010 708170127181 200.00 Submitted for City Manager's Office b�• Orianating. Department Head• Additional Information Contact: ATTACHMENTS 202008CONTRACT8C AOC.doc 202008CONTRACT8C pdf Fernando Costa (8476) William Verkest (7801) Richard Argomaniz (8653) file://C:\DOCUME� 1 \ArgomaR\LOCALS 1 \Temp\ 13 LRMZC8.htm 2/2/2010