Loading...
HomeMy WebLinkAboutContract 39090-A2 CITY SECRETARY_ AMENDMENT No.2 CONTRACT NO. 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. 39090, (the CONTRACT) which was authorized by M&C C-23714 on the 11t' day of August, 2009 in the amount of $840,000.00; and WU MEALS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of $49,550.00 which was administratively authorized on April 5, 2012; and WHEREAS, the CONTRACT involves engineering services for the following project: Design and Construction Phase for a New 54-inch Pipeline and preliminary design only for the Eastside Pump Station; and WHEREAS, it has become necessary to execute Amendment No. 2 to the CONTRACT to include an increased scope of work and revised fee. NOWTHEREFORE, 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 June 14, 2012, 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 $343,881.00. 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 performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $1 233 00 . OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Page -1- 0{�-09-1 2 P 1 ?_ :0? IN 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER FREESE AND NICHOLS, INC. Fernando Costa Thomas Haster, P.E. Assistant City Manager Principal DATE: ��S�.Z DATE: 7'Z 7 Zo 1 2 ARP RECO . S. Frank Crumb, P.E. Director, Water Department APPROVED AS TO FORM AND LEGALITY: M&C: C-25766 Date: July 24, 2012 Douglas W. Black Assistant City Attorney ATTEST: A44 FQ�4p� Ay () �� 0°°°°qr O° ° � oQd� ry Ka s r' 1 14 v o° �d City Secrerary °D0000000 °°° � °O°o°°°° '�p PrAs EUIF:FICIALEC®R�DPage -2- 14 TX 8 FREESEON ROM III Z s 4055 International Plaza,Suite 200 • Fort Worth,Texas 76109 • 817-735-7300 • fax 817-735-7491 ww•.v.freese.com June 14, 2012 Susan L. Schwinger, P.E. Project Manager City of Fort Worth Water Department 1000 Throckmorton Street Fort Worth, Texas 76102-6311 Re: Additional Engineering Services (Amendment No. 2)for Phase 3 of the Eastside 54-inch Pipeline Project, Project Number 00369 Dear Ms. Schwinger: The Eastside Pump Station and Pipeline project was originally planned to be constructed in two phases, one for the pipeline and one for the pump station. The original pipeline route recommendation for the Eastside 54-Inch Pipeline was approved by City staff in a meeting on February 9, 2010. Field survey, corrosion protection, and geotechnical investigations were performed and preliminary plan and profile design was developed for the pipeline to 30%design complete. In August of 2010, it was determined that recently constructed brine tanks on the Barney Robinson Property conflicted with a segment of the proposed alignment. These tanks were installed in a different location than had been presented by the gas company. FNI met with City staff and conducted several field visits to evaluate the situation. Several alternate alignments were developed and a revised alignment was chosen on October 1, 2010. The revised alignment will require an additional 5,200 feet of 54"pipeline. On March 16, 2011,the City and Freese and Nichols, Inc. (FNI) met to discuss the schedule for the Eastside 54-Inch Pipeline Project. At the meeting, the City requested that the project be split into three phases to expedite the construction of the Phase 1 high pressure class rated proposed 54-inch pipeline for the purpose of replacing the low pressure class rated existing 42- inch pipeline at the West Fork of the Trinity River crossing. These three phases are: • Phase 1—54" pipeline from Scott Avenue to the connection to the existing 42" and 36" pipelines on Beach Street, north of the river. This phase includes crossing IH-30 and the river. Ms.Schwinger June 14, 2012 Page 2 of 7 Phase 1 will also include an additional 1,100 feet of new 42" pipeline along Scott Avenue to connect the proposed Phase 1 segment of the 54" pipeline to the existing Eastside 42" and 36" water lines at Beach Street required for the Phase 1 segment of the 54" pipeline use and operation until the proposed Phase 3 segment of the 54" pipeline is installed. The new 42" pipeline on Scott Avenue and associated new 12"and 8" pipeline replacements were not part of the original project scope. • Phase 2- New Eastside Pump Station and associated distribution piping in the vicinity of the pump station site. • Phase 3 —54" pipeline from Scott Avenue (south side of Phase 1 - 54") to the Eastside Pump Station Site (Beach Street and Vickery Boulevard).This includes the additional 5,200 feet of revised alignment due to the conflict of the brine tanks on the Barney Robinson Property. This proposed 54-inch pipeline replacement under the river (Phase 1) will provide reliability to the existing water distribution system by reducing the risk of the existing 42-inch pipe failing under pressure and the associated several weeks of water system shut down time required to repair it in the event this pipeline pressure class is exceeded when water is pumped north from the Rolling Hill treatment plant to the North Beach ground storage tank in order to meet the maximum day water demand flows of the northern portion of East Side II pressure plane and wholesale customers of North Richland Hills, Haltom City, Watauga, Keller and Southlake. Following submittal of the May 6, 2011 Amendment No. 1 for Phase 1, FNI was asked on August 1, 2011 to provide design services to replace a portion the discharge header that had failed at the existing Eastside Pump Station. The Phase 1 amendment was revised on October 25, 2011 and approved on April 5, 2012 to include only fees for design of the pump station header, one geotechnical boring,topographic survey of 42" pipeline along Scott Avenue, and the first revision of the Engineering Feasibility Report (EFR) and Environmental Information Document (EID). Following the submittal of the June 17, 2011 Amendment No. 2 for Phase 3, it was agreed that fees for the above engineering services, revision of the 54"pipeline alignment with additional 5,200 feet for Phase 3, design the additional new 42", 12 and 8"pipeline work along Scott Ave with associated traffic control for Phase 1 and the second revision of the EFR, and EID would be included as part of this revised Amendment No. 2 for Phase 3. The original scope included design of 9,500 feet of 54-inch pipeline. Now that the original pipeline alignment has been split into two phases and partially rerouted the total length is 11,160 feet long (Phase 1 = 3,360 feet, Phase 3 = 7,800 feet). The 54" pipeline realignment (Phase 3) includes design of the additional 5,200 feet, completion of the original design of 1,200 feet on Beach Street from Vickery Boulevard to Camille Avenue, and additional design for approximately 1,400 feet of new pipe on Beach Street from Vickery Boulevard to the connection to the existing 54-inch pipeline near the existing Eastside Pump Ms.Schwinger June 14,2012 Page 3 of 7 Station that was previously considered as a part of Phase 2 of the East Side pump station and which includes approximately 900 feet in additional length to reroute along Avenue B to the connection to the existing 54-inch pipeline near the existing Eastside Pump Station site. Other engineering basic and special services for this realignment are described below. Per the City's request we propose the following revised additional scope and fee for additional services for Phase 3 of the Eastside II Pipeline. SCOPE OF SERVICES BASIC SERVICES FNI shall render the following professional services in connection with the development of the Project: A. Revise 54" Pipeline Alignment Route Analysis with Additional 5,200 feet—Phase 3: FNI met with the city on August 17, 2010, September 9, 2010, September 14, 2010, September 16, 2010 and October 1, 2010 to discuss alternate route alternatives. FNI made additional site visits to look at possible re-alignment on August 17, 2010 and September 24, 2010. For these meetings FNI prepared aerial mapping, street cross-sections, and cost estimates for realignment alternatives. B. Traffic Control—Phases 1 and 3: FNI will prepare separate traffic control plans for both phases. Traffic control was not included in our original scope. C. Design of new 42-inch Water Main along Scott Avenue—Phase 1: FNI will provide design and construction phase services in accordance with the original contract (Phases 3, 4 and 5 in the original contract)for the design for 1,100 feet of new 42-inch water line along Scott Avenue from Taft Street to Beach Street. D. Design of new 12" and 8" water lines along Scott Avenue, interconnects of new 42 12" and 8"to existing pipelines shut down and sequencing and temporary water service requirements—Phase 1: Design of new 12" water line, 8" water line and interconnects of new 42", 12" and 8"to existing pipelines along Scott Avenue including shut down and sequencing and temporary water service requirements. E. Design Additional 5,200 feet of 54" Pipeline along Revised Route—Phase 3: FNI will design 5,200 feet of the 54-inch Pipeline from the intersection of Beach Street and Camilla Avenue to Scott Avenue west of Taft Street. This item also includes the design of small water and sewer lines along the new route.These lines include 8-inch water line and 8-inch sewer line along Bomar Avenue, 8-inch water line and 8-inch sewer line along Valkus Street and Bostick Street, 8-inch water line and 10-inch sewer line along Camilla Street. F. Design Additional 900 feet of 54" pipe, connections and shut down and sequencing—Phase 3: FNI will design the 54" Phase 3 water line from the intersection of Beach Street and Vickery Boulevard to the connection near the existing ESPS site. This scope does not include Ms.Schwinger June 14, 2012 Page 4 of 7 designing a proposed future 42" water line along Vickery Boulevard.This scope also does not include designing a proposed future 36" water line along Beach Street. These pipelines are proposed to be included in Phase 2 of the East Side Pump Station. This item does include the 10-inch sewer line along Avenue B. G. Additional Bid Phase Services— Phase 3: FNI will provide Bid phase services in accordance with the scope in the original contract (Phase 4 in the original contract) for an additional bid package for Phase 3. H. Additional Construction Phase Services—Phase 3: FNI will provide construction phase services in accordance with the scope in the original contract for an additional construction phase for Phase 3 with the exception that the number of site visits will be limited to 6 site visits for Phase 3. SPECIAL SERVICES A. Geotechnical Engineering: Retain and monitor the efforts of a geotechnical engineering firm (HVJ Associates)to provide the following services : The additional geotechnical work scope includes seven additional geotechnical borings at the following locations: • One boring 20 feet deep on Camilla Street between Ernest Street and Woodrow Avenue • One boring 20 feet deep on Bostick Street between Camilla Street and Valkus Street. • Three borings on Dav-Estates, Inc. Property. (1) One 60 feet deep boring on parking lot north of warehouse, (2) one 20 feet deep boring on parking lot at west end of Blue Smoke Ct. N Road, (3) one 20 feet deep boring on parking lot South of warehouse. One boring 30 feet deep on the South parking lot of James Builderback property (north of railroad and south of SH-180) • One boring 30 feet deep at Bomar Avenue and SH-180 (Lancaster Avenue). The additional geotechnical scope includes laboratory testing for the seven additional borings in accordance with the scope in the original contract. The additional borings and laboratory test results will be incorporated into one geotechnical report for Phase 3 of the additional 5,200 feet of the 54"pipeline project. B. Survey: FNI will retain and monitor the efforts of a surveying firm (Pacheco-Koch)to provide topographical survey and two easements. To pay for the survey and easement effort FNI proposes to utilize unused survey and easements remaining in budget, and unused fees remaining in budget that was originally intended for a geotechnical boring in the river to fund most of this effort for Phase 3. C. Subsurface Utility Engineering: FNI will retain and monitor the efforts of a subsurface utility engineering firm (Gorrondona and Associates) to provide the following services: Ms.Schwinger June 14, 2012 Page 5 of 7 Provide Subsurface Utility Engineering (SUE) along the additional 5,200 feet of 54-inch pipeline. The SUE firm will locate the horizontal position of existing utilities using non- destructive surface geophysical methods (Quality Level B). QL B shall be performed along a corridor 10 feet on either side of the proposed alignment. Using the proposed pipeline alignment and utility designations, propose a plan for test holes along the pipeline route at critical areas. At these locations, utilize non-destructive vacuum excavations to locate the horizontal location and vertical depth of the utility. This amendment does not include any additional excavations.The total number of excavations will remain at twenty-one for Phase 2 and 3. D. Corrosion Engineering: Additional corrosion engineering services include field soil resistivity testing, soil analysis from geotechnical borings, and foreign utility investigation for the Phase 3 alignment. E. Storm Water Pollution and Prevention Plan: FNI will provide a Storm Water Pollution and Prevention Plan (SWPPP) in accordance with the scope in the original contract (Article 2, Paragraph L) for an additional construction contract for Phase 3. F. Second Revision of the Environmental Information Document (EID): FNI incurred additional effort revising the EID for the Phase 3 alignment. G. Second Revision of the Engineering Feasibility Report (EFR): FNI incurred additional effort revising the EFR for the Phase 3 alignment. Ms.Schwinger June 14, 2012 Page 6 of 7 FEE COMPENSATION A summary of the additional costs are shown in the table below. Basic Services are proposed on a lump sum basis and Special Services are proposed on a not to exceed basis. Item Proposed Fees Basic Services A. Revise 54" Pipeline Alignment Route Analysis with Additional 5,200 feet—Phase 3 $12,630 B. Traffic Control - Phases 1 and 3 $25,484 C. Design of new 42-inch Water Main along Scott Avenue—Phase 1 $19,394 D. Design of new 12" and 8" water lines along Scott Avenue, interconnects of new 42", 12" and 8"to existing pipelines shut down and sequencing and temporary water service requirements— Phase 1 $28,919 E. Design Additional 5,200 feet of 54" Pipeline along Revised Route— Phase 3 $112,820 F. Design Additional 900 feet of 54" pipe, connections and shut down and sequencing—Phase 3 $28,919 G. Additional Bid Phase Services—Phase 3 $15,944 H. Additional Construction Phase Services—Phase 3 $34,513 Total Basic Services $278,623 Ms.Schwinger June 14, 2012 Page 7 of 7 Special Services (Includes 10%mark up for Subs) A. Geotechnical Borings—Phase 3 $16,225 B. Survey'—Phase 3 $984 C. Subsurface Utility Engineering—Phase 3 $10,164 D. Corrosion Engineering—Phase 3 $22,785 E. Storm Water Pollution and Prevention Plan—Phase 3 $3,700 F. Second Revision of EID—Phase 3 $4,300 G. Second Revision of EFR—Phase 3 $7,100 Total Special Services $65,258 Total Basic and Special Services $343,881 Original Contract Amount $840,000 Amendment No. 1 $49,550 Amendment No. 2 $343,881 Contract Amount to Date $1,233,431 Notes: 1. Proposed survey and easement for Phase fee is $77,439.72. FNI proposes to use$22,039.03 remaining in survey budget and $54,417 from unused river geotechnical boring remaining in budget (total $76,456.03)to fund survey expenses. Freese and Nichols, Inc. appreciates this opportunity and we would like to meet with you at your convenience to discuss these additional services. Sincerely, Freese and Nichols, Inc. Brian C. Coltharp, P.E. Principal P4�X&"`a-- Robert McGee, P.E. Associate CC: File:FTw09368\3.10 M&C Review Page 1 of 2 Official site of the City of Fort Worth, Texas FORT WORM CITY COUNCILAGENDA COUNCIL ACTION: Approved As Amended on 7/24/2012 DATE: 7/24/2012 REFERENCE NO.: C-25766 LOG NAME: 60EPS54WA2-F&N CODE: C TYPE: NOW PUBLIC CONSENT HEARING: NO SUBJECT: Authorize Execution of Amendment No. 2 in the Amount of$343,881.00 to City Secretary Contract No. 39090 with Freese and Nichols, Inc., for a Revised Total Contract Amount of $1,233,431.00 for Design of Eastside Pump Station and General Construction Representation for a 54-Inch Eastside II Water Main (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize the execution of Amendment No. 2 in the amount of$343,881.00 to City Secretary Contract No. 39090 with Freese and Nichols, Inc., to provide additional engineering services on the project, thereby increasing the contract amount to $1,233,431.00. DISCUSSION: A Water Master Plan prepared by Freese and Nichols, Inc., in May 2005 identified the need to increase the capacity of Eastside Pump Station (ESPS)to meet projected future water demand. A subsequent study determined a 54-inch Eastside 11 water transmission main should be constructed to provide supplemental capacity for the existing 42-inch water main. This will satisfy the projected water demand from wholesale customers and also the northern portion of the Eastside Pressure Plane. On August 11, 2009, (M&C C-23714)the City Council authorized an engineering Agreement with Freese and Nichols, Inc., in the amount of$840,000.00 to perform preliminary design for the Eastside Pump Station and preliminary/final design and general construction representation for the 54-inch Eastside 11 Water Main. The Agreement was subsequently revised by one amendment in the amount of$49,550.00 administratively approved by the City Manager on April 5, 2012. Subsequent to the seleetiam amd approve' of am aligmrmemt for the water maim, the preparatiom 0 61 e9apeake Gas Gamipamy had eeiistrtieted briiie tamits that were im direet eomfliet with the prop water mishm. The tomits were qmsts"ed am a d0feremt loestiam them pfevietisly imcliested by the gas-, To expedite construction, the project was divided into the following three phases: Phase 1 - 54-inch water main from Scott Avenue, north to the connection to the existing 36 and 42-inch water mains north of the West Fork Trinity River. Phase 2 - New Eastside Pump Station and associated distribution piping in the vicinity of the pump station site. Phase 3 - 54-inch water main from Scott Avenue to the Eastside Pump Station Site. Amendment No. 2 will provide compensation for the following: Design of the revised alignment for the 54-inch water main. Design of 42-inch water main on Scott Avenue to connect the proposed Phase 1, 54-inch water http://apps.cfwnet.org/council_packet/mc_review.asp?ID=17078&councilda... 7/25/2012 M&C Review Page 2 of 2 main to the existing water mains on Beach Street. Design for replacement of existing eight and 12-inch water mains on Scott Avenue that are in conflict with the proposed water main. Design of 900 feet, 54-inch water main from the Beach Street/Vickery Boulevard intersection to the connection near the existing East Side Pump Station. Additional geotechnical investigation, surveying, corrosion engineering and subsurface utility engineering. Revisions to the EFR and EID documents Additional traffic control and storm water pollution prevention plan. Additional bid and construction phase services. Freese and Nichols, Inc., proposes to provide the necessary additional work for a lump sum fee of $343,881.00. Staff considers this amount to be fair and reasonable. Freese and Nichols, Inc., is in compliance with the City's M/WBE Ordinance by committing to additional 13 percent M/WBE participation on this Amendment No. 2. The City's goal on this amendment is 10 percent. This project is located in COUNCIL DISTRICT 8. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Water Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P265 531200 608160036931 $24,030.00 P265 531200 608160036932 $216,687.00 P265 531200 608160036933 $103,164.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: Susan Schwinger(6529) ATTACHMENTS 6OEPS54WA2 - FN Revised Map.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=17078&councilda... 7/25/2012