Loading...
HomeMy WebLinkAboutContract 54186-A1 CSC No. 54186-A1 AMENDMENT No.1 TO CITY SECRETARY CONTRACT WHEREAS, the City of Fort Worth (CITY) and Freese and Nichols, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 54186, (the CONTRACT) which was authorized by Emergency Memo dated July 10, 2020 in the amount of $194,140 .00; and VVHMREAS, the CONTRACT involves engineering services for the following project: Emergency Streambank Stabilization for Two 90-inch Sanitary Sewer Mains; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee. NOW `IrHEREFORE, 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 September 13, 2020, 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 $70,000. 00 . 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 i performed under the Contract, as amended, so that the total fee paid by the City for all work and services to be performed by Engineer shall not exceed $264,140. 00. f; All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. : r OFFICIAL RECORD CITY SECRETARY = Page -1- FT. WORTH, TX EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: ENGINEER City of Fort Worth Freese and Nichols, Inc. Dana BurahAo-Ff Dana Burghdoff(Sep16,202013:26 CDT) �,(/rl✓'U "� Dana Burghdoff Nick Lester, P.E. Assistant City Manager Vice President Sep 16,2020 DATE: DATE: 09/14/2020 APPROVAL RECOMMENDED: C�iitisEcalaer tlsurJer Christopher rder(6ep 16,202007:26 CD-0 Chris Harder, P.E. Director, Water Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring a 1 rformance and reporting requirements . Tony Sholola, P.E. Assistant Director t APPROVED AS TO FORM AND LEGALITY: M&C: N/A Attached 09/01/20 Supplement Emergency demo) Date: N/A Attached 09/01/20 Supplement Emergency Memo) DBI9CAM h(Sep ss,2 4 3 Douglas W. Black s Senior Assistant City Attorney 4.p4vopnq� a 0 �pFFo0ot0.4�o%V o to pV8 o=a Mary J. Kayser o0 *g a City Secretary p�aa..10pp OFFICIAL RECORD CITY SECRETARY Page -2- FT. WORTH, TX approachesInnovative FREESE I rm ctical results , . ,Btanding service 4055 International Plaza,Suite 200 Fort Worth,Texas 76109 • 817-735-7300 • fax 817-735-7492 www.freese.com September 13,2020 Mr.Tony Sholola,P.E. Assistant Director,Water Department City of Fort Worth 311 West 101"Street Fort Worth,TX 76102 Re: Emergency Streambank Stabilization for Two 90-Inch Sanitary Sewer Mains Amendment No.1 Dear Mr.Sholola: Freese and Nichols,Inc. (FNI) is providing this proposal for the Engineering Design Services for the Pipe Replacement at Sanders Street(City Project Number 54186).The following fee includes the costs for engineering services to address additional RPR services for construction of the 90-inch pipe replacement and bank stabilization and wall construction,and design of a grading design for a final site plan. A summary of the additional costs is shown below: Item Fee Resident Project Representation $64,994.00 Grading Site Plan $5,006.00 Total $70,000.00 Summary of Costs Fee Original Contract Amount $194,140.00 Amendment No.1 Amount $70,000.00 Revised Contract Amount $264,140.00 Freese and Nichols, Inc. appreciates this opportunity and we would like to meet with you to discuss these additional at your convenience. Sincerely, { , .IiC.li�ti�J C� Nick Lester, P.E. Vice President Attachments Level of Effort Spreadsheet Attachment A-Scope [FTW20532]T:\1.01 Contracts\Amendment No.1\Amendment Letter ATTACHMENTA DESIGN SERVICES FOR TWIN 90•INCH EMERGENCY BANK STABILIZATION ATTACHMENT A Scope for Engineering Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR PIPE REPLACEMENT-AMENDMENT NO.1 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. WORK TO BE PERFORMED UNDER ORIGINAL CONTRACT Task 1. Engineering Services to Develop Options for Restraining the Existing Shoring, an Emergency Bypass Plan, and Design Plans to Replace the Failed 90-Inch Sewer Task 2. Engineering Services to Provide RPR Services for Stabilization of the Shoring and Replacement of the Damaged Sections of the 90-Inch Sewer Task 3. Engineering Services to Provide Surveying for the Proposed Sewer Replacement WORK TO BE PERFORMED Task 4. Engineering Services for Additional Inspection for the Pipe Replacement and Construction of the Bank Stabilization and Wall Task 5. Engineering Services to Prepare a Grading Site Plan for the Finished Site i i i TASK 4. ENGINEERING SERVICES FOR ADDITIONAL INSPECTION FOR THE PIPE REPLACEMENT AND CONSTRUCTION OF THE BANK STABILIZATION AND WALL. i The Engineer will provide the following engineering services in assisting the City for the 90- Inch Pipe Replacement: ■ Provide additional RPR services for inspection services related to the installation of the 90-inch pipe replacement and Construction of the Bank Stabilization and Wall. TASK 5. ENGINEERING SERVICES TO PREPARE A GRADING SITE PLAN FOR THE PIPE REPLACEMENT. The Engineer will provide the following engineering services in assisting the City due to the 90-Inch Pipe Replacement: ■ Prepare a grading site plan to re-direct local drainage away from the bank embankment and wall infrastructure, currently under construction. City of Fort Worth,Texas Attachment A PIVO Release Date:07.23.2012 Page 1 of 3 ATTACHMENTA DESIGN SERVICES FOR TWIN 90-INCH EMERGENCY BANK STABILIZATION ASSUMPTIONS A. Pipeline installation, by others, to be completed by September 30, 2020. B. Notification to TCEQ will not be required as the construction required to restore the 90-inch sewer is considered maintenance work. C. Original contours to be provided by DeOtte. DELIVERABLES A. Additional inspection reports. B. Grading Site Plan i i I 1 I i I City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 2 of 3 ATTACHMENTA DESIGN SERVICES FOR TWIN 90•INCH EMERGENCY BANK STABILIZATION ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition including temporary right-of- entries • Services related to development of the CITY's project financing and/or budget • Services related to pre-qualification, advertising, bid openings and protests, bid rejection and re-bidding of the contract for construction, or any disputes thereof • Construction management • Design phase public meetings • Performance of materials testing or specialty testing services • Services necessary due to the default of the Contractor • Services related to damages caused by fire, flood, earthquake or other acts of God • Services related to warranty claims, enforcement and inspection after final completion • Services related to submitting for permits (i.e. TxDOT, railroad, etc.) • Services related to Subsurface Utility Engineering Levels A, B, C or D • Services related to Survey Construction Staking • Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right-of-entries • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY • Preparation of Environmental Permitting • Review of additional shop drawings and preparation of additional change orders ® Performance of miscellaneous and supplemental services related to the project as requested by the City City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 3 of 3 L' j&\} }/\ [@ (k ce \ (/0 �% §\/� %m \m }» a»« E ; *J ®® !% \ ( _ to I- 0 J \ 0 \ Hr e � ƒ � $ ; 2 « \ co § ƒ § / q % 7@ ) 2 ¢ § � CU / CDa)> ® _ m E , oa 2qo & ^ 2 a ZM nR 7 2 t* Co / « ms m«� 0 o \ E ! # 0 } _ mm ( q (}®~ED m rn }}}/0\n cn 010 - e~ »^�!E*] _ ( R ;; } § ) � \ ( ( YNTIER®IE"FI[CE MEMO Date: September 1,2020 To: Dana Burghdoff,Assistant City Manager From: Chris Harder,P.E.,Water Director Via: Doug Black,Senior Assistant City Attorney Cynthia Garcia,Assistant Director,Purchasing Subject: Supplement to July 10,2020 Memorandum,City Secretary Contract Nos 54184 and 54186 for Emergency Sewer Work and Engineering Design for Trinity River Bank Erosion Affecting M-280-B and M-33 8 B Emergency Response. On June 27—June 29,2020,a major rain event flooded the job site for the river bank erosion emergency repair project resulting in destruction of the access ramp to the edge of the river and damaging the sheet pile cutoff wall that provided temporary support for the two sewer mains. In addition,the 90-inch sewer main closest to the river has apparently shifted northward over time and developed cracks allowing raw sewage to flow into the river.Staffremediated the sewage spill as soon as it was discovered.To immediately address this situation, Circle C Construction was engaged to repair the pipe (CSC 58184: $1,600,000.00) and Freese and Nichols was engaged to provide the necessary design(CSC 54186: $200,000.00). During the course of the design work, it was confirmed that the 90-inch pipe closest to the river was out of its original alignment,apparently pushed by shifting soils over time.Additional construction and design effort to extend the pipe repair an additional 300 feet, including installation of a new manhole, is necessary to properly realign and reinforce the sewer main and place it back in service. By-pass pumping operations continue and will remain in place for the duration of this repair. This memo is submitted to request authorization for funding supplemental emergency services as outlined above at a total cost of approximately$1,700,000.00 ($1,630,000.00 for construction and$70,000.00 for design and construction assistance). A change order and an amendment will be processed to the existing contracts with Circle C Construction and Freese and Nichols,respectively,and actual costs will be reconciled at the end of the project. APPROVED FOR EMERGENCY PROCUREMENT: clu-r,'AA&6 L Hw-e2,w Recommended: Christopher ,mer(Sep 1,202014ASCOTJ Chris Harder,P.E.,Director,Water Department em,d ts.a r.�rr..t mrf Approved as to form and Legality: Douglas W.Black,Sr.Assistant City Attorney Approve: �� Cynthia Garcia,Assistant Director,Purchasing Dgna urAhdo(f Approve: —Yrxpr,�e�uoas3cun Dana Burghdoff,Assistant City Manager -s= b� Z 1' l ri ,Y' ,'�'+';'�f t{S .y;r.' '�- a t1Fla, `�`'! •.•' ) � 1i"1aJTi �r •!t. - 'r� - r fit./� i �. r(F}p ,�'}. OR XF Jf I .� GG 'ram,• - ;.� ��, � '•°, `r � . 1: 1. i�•L� �f- /f •i� , I 9' '`' :r.'''+.1V�t�., "'off �'L•!I:_ - 'r.. , Va.�W �•+"a . [•fS'Ry,7 al ��-pr•'�st, +y,���i {G�y�v'. _ �,f a �. :/ _�..-r" ,-1 Al y tic 1+1 f r t 4 1 r 4 ''•e'-�A ■" - ur`=;�itu1 1�1 � Ills.. . _�� i��1li WW UY `' � 7111�LA1�„L��S C Imm�:• — I„i.0 '- - _ ,(`L . �t£tu `a ,ram,. ' 1'-t�w�,;�'� •; --,_��7-.� 7 sir$ NN oil - �Y r, uJ,r; -J:w.., '��ail .1.:1,-:•�;, •��- •�; .,¢?Q. I -