Loading...
HomeMy WebLinkAboutContract 43534-A3 (2)I= CCIVED AMENDMENT No . 3 OUT - 12015 TO CITY SECRETARY CONTRACT MOO WHEREAS, the City of Fort Worth (CITY) and Criado & Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 43534, (the CONTRACT) which was authorized by M&C C-25758 on the 24th day of August, 2012 in the amount of $184,347.00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1 in the amount of $47,460.00 which was authorized administratively October 2, 2013, and Amendment No. 2 in the amount of $5,000.00 which was administratively authorized on April 7, 2014,; and WHEREAS, the CONTRACT, involves engineering services for the following project: Water and Sanitary Sewer Replacement Contract 2011 WSM-A; and WHEREAS, it has become necessary to execute Amendment No.3 to the CONTRACT to include an increased scope of work and revised 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 dated September 17, 2015, 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 $49,500.00, 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 /e Contract, as amended, so that the total fee paid by the City for all k and services shall be an amount of $286,307.00 Z f'rt Page -1- OFFICIAL RECORD CITY SECRETARY FT. WORTHTX 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 Jesus J. Chapa Assistant City Manager Andrew T. Cronberg�. E. Assistant Director, Water Department APPROVED AS TO FORM AND LEGALITY: Douglas W. Black Senior Assistant City Attorney y S ENGINEER Criad, & Associates, Inc. Cristina Criado, P.E. President CEO Date: N/A OFFICIAL RECORD CITY SECRETARY T. WORTH, TX Page -2- Transportation • Municipal • Lana Development September 17, 2015 Mr. Robert Sauceda, PE Project Manager City of Fort Worth Water Department Fort Worth, Texas 76102 Re: Water and Sanitary Sewer Replacement Contract 20113 WSM-A —Amendment No.3 Addition of the following Water Line and Sanitary Sewer Lateral Replacements: • Marigold Ave. /Primrose Ave. (L-1689; 445 LF of 8" SS) • Marigold Ave. / Primrose Ave. (L-1697; 276 LF of 8" SS) • Balsam Street (L4688; 635 LF of 8" SS) • Primrose Ave. / Yucca Ave. (L-1690; 182 LF of 8" SS) • Primrose Ave. / Yucca Ave. (L4688*; 257 LF of 8" SS) • Primrose Ave. / Yucca Ave. (L-1696; 96 LF of 8" SS) • Primrose Ave From N. Riverside Drive to Blandin St. (1,200 LF of 8" Water) Criado &Associates, Inc. (CRIADO) is pleased to present this Amendment No.3 to the Engineering Services Contract for City Secretary Contract No. 01928 "Water and Sanitary Sewer Replacement Contract 2011, WSM-A". This amendment includes six separate parts, as described below: SURVEYING SERVICES FOR ALL PHASES OF DESIGN CRIADO will perform land surveying services as required to collect horizontal and vertical elevations and other information needed for design and plan preparation for the proj ect. Information gathered during the survey shall include topographic data, elevations of all sanitary sewer and adjacent storm sewer manhole rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy), and other features relevant to the final plan sheets. Boundary surveys and easement documents are not part of this scope of work. DESIGN MANAGEMENT CRIADO will conduct review meetings with the CITY at the end of each design phase and submit a monthly progress report and invoice in the format provided by the Water Department. CRIADO will participate in one pre -design coordination meeting and three design submittal review meetings. CRIADO will ensure quality control is practiced in performance of the work. ENGINEERING SERVICES FOR CONCEPTUAL DESIGN (30-PERCENT) CRIADO will prepare a thirty percent plan submittal for the proposed water and sanitary sewer improvements. It will include the pipeline alignment, data collection, research, and any recommended alternatives that enhance the system. The conceptual design will include the cover sheet, location map, recommended alignments, and a preliminary cost estimate. 777 Main Street, Suite 600, Fort Worth, TX 76102 • T: 817.332.9092 F: 817.887-8001 • www.criadoassociates.com State ofi Texas HUB NGTRCA DIM/U�IBE NAICS: 541330, 541360, 541370 DUNS 089408913 SBA 8(a} DBE, WBE Transportation • Municipal • Land Development ENGINEERING SERVICES FOR PRELIMINARY DESIGN (60-PERCENT) CRIADO will prepare the sixty percent design plans and estimated construction cost (EOPCC) for the proposed water and sanitary sewer improvements of this amendment. Plan and profile geometry will be coordinated with the proposed and existing sanitary sewer laterals and water main using a 1" = 20' horizontal and 1" = 4' vertical scale. The design drawings will also include a cover sheet, overall project layout, survey control, traffic control plans, and erosion control plan sheets. ENGINEERING SERVICES FOR FINAL DESIGN (90/100-PERCENT) CRIADO will prepare plans for the 90-percent construction plan review meeting with the CITY, followed by the submission of the construction documents (100-percent) per the approved Project Schedule. CRIADO will also provide a final design estimate of probable construction cost with both the 90-percent and 100-percent design packages using standard CITY bid items. BID PHASE CRIADO will upload documents related to this amendment to Buzzsaw and maintain the plan holders list. CRIADO will prepare one mylar drawing and will attend the bid opening and assist the CITY with tabulating the bids. CRIADO will make an award recommendation to the CITY based on the documents submitted by the bidders. Amendment No.3 total is $49,500 and with approval of this amendment, the total contract will be $286,307. The following additional contract documentations are enclosed with this proposal: Amendment No. 3 document (4 signed copies); and Exhibit `13-2" Level of Effort spreadsheet. Sincerely, Iskal Shrestha, PE Project Manager APPROVED: City of Fort Worth Robert Sauceda, PE Project Manager By: Date: 777 Main Street, Suite 600, Fort Worth, TX 76102 • T: 817.332.9092 F: 817.887-8001 • www.criadoassociates.com State ofi Texas HUB NCTRCA D/MMIBE NAICS: 541330, 541360, 541370 DUNS 089408913 SBA 8(a}DBE, WBE Date: 9/18l2015] EXHIBIT B-2 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Amendment No. 3 : Water and Sanitary Sewer Replacement Contract 2011 WSM-A City Project Ne- 0192R_ DC)F Ne_ 6RF7 Labor hours - Ex ense Principal Project Project EIT CADD RPLS Field Crew 2- Administrative Task No. Task Description Total Labor Total Expense Task Sub Total Subconsultant Manager Engineer Cost Travel Reproduction Cost man Rate $220 $150 $120 $100 $85 $125 $130 $60 MWBE Non-MWBE 1.0 Project Management 1 26 6 3 0 0 0 6 $5,500 $0 $0 $0 $0 $0 $5,500 1.1 Mana ing the Team 1.1. Internal Team Meetings 3 3 3 $1,110 $0 $1,110 1.1. QA/OC 1 10 $1,720 $0 $1,720 L2 Communications and Re orting 2 $300 1.2. Pre -Design Coordination Meeting 1 $D $150 1.2. Design Submittal Review Meetings 3 3 �810 $0 $810 1.2. Pre are Baseline Schedule 3 $450 $0 $450 Prepare Monthly Progress Reports with 1.2. Schedule 4 g $780 $0 $780 1.2. Pre are Monthly MWBE Re orts 3 $180 $0 $180 _ 2.0 Conce tual Design 30-Percent 0 0 10 41 24 0 0 0 $7,340 $0 $0 $0 $0 $0 $7,340 2.1 Data Collection 5 2 $670 $0 $670 2.2 Conce tual Design Package 6 24 8 $3,800 $0 $3,800 2.2. Cover Sheet 6 $680 $0 $680 2.2. Exhibits and Summary 2 8 $1,550 $0 $1,550 2.2. Phasing $0 $0 $0 2.2. Construction Estimate 2 4 $640 $0 $640 3.0 Prelimina Design 60 Percent 0 10 28 38 48 0 0 4 $12,980 $0 $0 $0 $0 $0 $12,980 3.1 Preliminary Design Package $0 $0 3.1.1 Cover 2 4 8 $1,320 $0 $1,320 3.1.2 Overall Layout 4 6 8 $1,760 $0 $1,760 3.1.3 Plan and Plan/Profile Sheets 8 16 32 $5,280 $0 $5,28D 3.1.4 S ecificaiions 8 4 $1,200 $0 $1,200 3.1.5 Construction Estimate 2 6 12 $2,220 $0 $2,220 3.2 Constructabilit Review 4 $600 $0 $600 3.3 Utility Clearance 4 $600 $0 $600 4.0 Final Design 0 5 10 24 40 0 0 0 $7,750 $0 $0 $0 $0 $0 $7,750 Final Draft (90%) Construction Plans and 4.1 S ecifications 2 4 12 20 $3,680 $0 $3,680 4.2 Final 100% Plans and S ecifications 2 4 8 20 $3,280 $0 $3,280 4.3 Construction Estimates 90% and 100%) 1 2 4 $790 $0 $79D 5.0 Bid Phase 0 11 9 0 6 0 0 24 $4,680 $0 $0 $0 $0 $0 $4,680 5.1 Bid Su ort 5.1. U load Documents to Buzzsaw Z $300 $0 $300 Sell Contract Documents and Maintain 5.1. Plan Holders List 2 24 $1,740 $0 $1,740 5.1. Issue Addenda 4 4 $1,080 $0 $1,080 5.1. Attend Bid O ening 1 1 _ $270 $0 $270 5.1. Tabulate Bids and Recommend Award 1 4 $630 $0 $630 5.2 Mylar Drawings 1 6 $660 $0 $660 6.0 Construction Phase Services o 0 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0 $0 6.1 Construction Su ort 6.1. Attend Preconsiruction Conference $0 $0 $0 6.1. Attend Public Meeting $0 $0 $0 6.2 Record Drawings r $0 $0 $0 7.0 ROW/Easement Services 0 0 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0 $0 7.1 Right -of -Entry Documents $0 , $0 $0 8.0 Surve 0 0 0 0 50 4 50 0 $11,250 $0 $0 $0 $0 ', $0 $11,250 8.1 Design Survey 50 4 50 $11,250 $0 $11,250 8.2 Tem ovary Right of Entry Submittal $0 $0 $0 8.3 Construction Survey $D $0 $0 8.4 Easement Document $0 Totals 1 52 63 106 168 4 50 34 $49,500 $0 $0 $0 $0 $0 $49,500.00 1,200 39% Water Line Footage Sewer Line Foota a 1,882 61% 3,082 100% (A) Total Fee $49,500 (B) Survey Fee $11,250 (C Total Fee (-) survey Fee $38,250 Water Fee (39% of C) Sewer Fee (61 % of C) $14,918.00 $23,333.00 Project Summary Total flours 478 Total Labor $49,500 Total Ex ense $0 MWBE Subconsultant $0 Non-MWBE Subconsultant $0 10% Sub Markin $0 MWBE Participation 0.0% Total Project Cost $49,500.00 Page 1 of 1