Loading...
HomeMy WebLinkAboutContract 57155-A1 CSC No. 57155-A1 AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No . 57155 WHEREAS, the City of Fort Worth (CITY) and Lockwood, Andrews & Newnam, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 57155, (the CONTRACT) which was authorized by M&C 22-0046 on the 11th day of January, 2022 in the amount of $485,380 .00; and WHEREAS, the CONTRACT involves engineering services for the following project: Water and Sanitary Sewer Replacement Contract 2019, WSM-L; 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 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 proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $261, 093. 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 $746,473. 00. 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Prof Services Agreement Amendment Template Revision Date: Movember 23, 2021 [W/SS Repl. Contract 2019, WSM-L) Page 1 of 2 [CPN 1033801 EXECUTED and EFFECTIVE as of the date subscribed by the City' s designated Assistant City Manager. APPROVED: City of Fort Worth ENGI E Lo wo , An ews & Newnam, Inc. Dana Burghdoff(Aug 25,20 14:53 CDT Dana Burghdoff Justile.kReeves, P.E Assistant City Manager ISZ eam Bader DATE: Aug 25, 2022 DATE: August 15, 2022 APPROVAL RECOMMENDED: awfj� /-larder Christopher Harder(Aug 16,2022 12:15 CDT) 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 all performance and reporting requirements. c Li onion Project Manager APPROVED AS TO FORM AND LEGALITY: M&C: 22-0596 D�'1dl Date: 08/09/2022 DR[ack(Aug 25,202213:31 CDT) Douglas W. Black Form 1295: 2022-904557 Senior Assistant City 4,dd4Up4�� �aF° FORP �d ��o 9-I d �o pvo o=a ATTEST: P� o.. *� d Tannollig S. Goodall IlEXASo°� Jannett( ug 26,2022 07:18 CDT) Jannette S. Goodall OFFICIAL RECORD City Secretary CITY SECRETARY FT. WORTH, TX Prof Services Agreement Amendment Template Revision Date: November 23, 2021 [W/SS Repl. Contract 2019, WSM-L] Page 2 of 2 [CPiJ 1033801 nLoNckwood,Andrews & _e_wnam,Inc. A LEO A DALY COMPANY May 17, 2022 City of Fort Worth I Water Department Attention: Liam Conlon 310 West 1011,Street Fort Worth, Texas 76102-6311 RE: REQUEST FOR CONTRACT AMENDMENT 1 City of Fort Worth Project 103380 Water& Sanitary Sewer Replacement Contract 2019, WSM-L—Project Number 103380 Dear Mr. Conlon: The following amendment is submitted due to additional engineering services requested by to the City of Fort Worth (City) to add four(4) additional water replacement locations to the existing Contract. The additional design effort rendered requires additional engineering design, bid phase services, construction phase services, topographic survey, subsurface utility engineering(SUE), and geotechnical investigations. The task/hour breakdown for specific activities within this requested Amendment 1 is attached, but, in summary, the following items are included in this request of$261,093. • Additional Engineering Services ($261,093) for Four (4) Water Replacement Locations: Location Council Existing Prop. Length District Size Size (LF) Livingston Ave—Biddison St to Dickson St 9 6" 2 1, 0 8"1 1,65 0 Cleburne Rd—James Ave to Cantey St 9 N/A 8" 523 Cantey St—Cleburne Rd to Waits Ave 9 8"/12" 12" 4,350 Sycamore Creek—Carter Park North of Seminary Dr 8&9 1 12" 12" 1 390 The following presents the project fee summary to date, including this request: Original Contract $ 485,380 Amendment No. 1 $ 261,093 Revised Contract Amount $ 746,473 Please review this as a formal request to consider and process Amendment 1 to City Project Number 103380 in the amount of $261,093. Should you require further documentation for this request, please contact me to support your consideration. Should you have any questions or require additional information, please contact myself at 817-338-7512. Respectfully, Lockwood, Andrews & Newnam, Inc. Reyna O. Joh son, PE, Project Manager CC: Tony Sholola, PE (City of Fort Worth) Greg Vaughn, PE (Lockwood, Andrews & Newnam, Inc.) Attachments: CPN 103380- Level of Effort Amendment#'1 (4 Pages) 1300 Summit Avenue • Fort Worth.Texas 76102 - 617,820.0420 • Fax:817.820.0441 • vmv.lan-inc.com Summary of Total Project Fees Amendment No. 1 Design Services for WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2019,WSM-L City Project No. 103380 Lump Sum Project I. Summary of Total Project Fees Location Fee Amount Livingston Ave—Biddison St to Dickson St $ 109,794 Cleburne Rd—James Ave to Cantey St $ 10,550 Cantey St--Cleburne Rd to Waits Ave $ 108,148 Sycamore Creek—Carter Park North of Seminary Dr $ 32,601 TOTAL. $ 261,093 - { ' #!! 7 , ;;- mJ !!z §/SS 'A16 \§§ r r ; , ;;, / ( | � 2222222 / I. '6 V� ...-.... \.. -.. \ I . . , , , . . . . # , � . . . . . . . . . . . . . . . . . . ¢ „ � ; ; . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . �;, q „ . k � E \ E{ • ® •�_ # ! ii®# [IN / or- § �f ° ®� § �mt{]/£% n ,/Ci ! __ ' ' : §:§ ) ee , e ;_: . . , , . . , . , , , _ „ lit , \. t {(� 2 „ f\/ 2 \ � ! ! r ! i/ k\ §� !\ 1.2 \! ■ �o#\ �t§k##��^ � ° §k §! , , , . a» , , . � . : A5 AA !2!!#/*)/)) 4 ` - ( r} 1 ) E% y® � � mz! ;:! ��� : �� , r:R ;d §§ e \[; ) } .25 / ( (§ § ( ( § § ' §§§ §§ . . , . §N§ .F3 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . / � f q ! | ) § 2222\\ 29222222222 222 2222 2 2222 22 ° ) " \ k/ § !iƒq « ; � � 333 ; \ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 c) [!\� # ;km(z2 .`« »®�� \§ƒ/3 :_ u § . , . : i# } w \ ; . ; y /\ ; . . . , . , . �a . 14 / - ] /! § , , , , , , , , , , , . !! � ) \\\ § . . . , . , . . . . . . . . . . . . . . . . \k { si , ) 10 - } k \{ & { k $ \ !� ` ! J # " ` � § �§/ ;)#\/ ) a\ ® § e 0r °: E® iEt #§ § tf °®a®�# .; ! z� ) R ; u5! § j;« � ;! : SOS Y! \� 22 to � , , . . , , , . , . . , . \ � § ) ( \ \ 11 1 Jo ■�A$f± =&; ; . , . m 22m ; : . . . . W on . _: . , . . _ . ; =; :;n : , . e §; ;; . . , . w ; , . . . . :l;= ;; . . . . Too , _ , __ , . . . . . . . . . . � . , . # \{{ 8 . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . , . , . . . . , �\) } ( \ ; .«! !!, #}\) « §2A ) 3 m , /}E ' § ' \ IMP 215 / ) � � . �,� / 4 # , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . / 3 , R / 12 \ ({ k \ !i3§� E�Af7k r�2 � r a n An M nn n 0 too „ § = . _; , . . , , §____ , :_ B „ # # !\r ! I MIMI �1�'I{ilt�Y`1 iy !� t � •9 � � � � �� � +.iu �tnw 1Naf 1� � � . vWl ME . ism . • • WL � � s1!r� Illr •�w�s1 � r U%M: ar■i saw —o 1 J�1 1@le, � • � • Id•I � • � ��� aim 1� mum WIN no �' ;•�wie3 r 11l�9 ' _ •��,fjjlr � r17A1 � ® r �� �� . awe Icy �ii�w � �� �■ •a+. �+,� swe!e talel aws�� Iw! �T �'. �� � ►aln ►���1 i�v+�1 � � wwae� ton � 1 t�w'n 61s. rI?3 t�� �IIt• BiB wwl•1 tubit.�' . if fill 1•f+3 d-1 �751tw 1�walls i01�1 ' 1 1 I i LOCATION MAP 7 441, `•— 1 Lu i � I � ,. _;:r .'. " r _.�. I ' , .Q� ,�-'t•`."—•. W j I W - Z'l ,w y Jri —�Wc W ;- )'d / ' I• f —{,`•�`•I '.� .r�. O f I`r' 1: Q 1 .'l Q ) - .i liAl L ' 1 1 1 I IBIDDISON8T ! T1; �L_yW,^BIDDISON ST�1! TH' ! _ )BIDDI "FORT;WORTH'AND WESTERN! - �— 7-1 i �- s �-, �•,lit' � _ a 1 - :1�� 'p-•..;rt ,�� ;��m i p ' t '• I f 1 `_ - I I� ', � 1}. r 'I •' I•�' 1 W, . 0. � PROP. 8"WL � 'Q . RIPY`ST' y i l If •1_-_4RIPY//ST-p PROP. 24"WL �. _ P �.) 'r `n .�1 t �•—�� � � i'' 1�Z � I C"��' f.�1 I• Jr ��_ 'i — wl y� �• " � 1 .ram-- Q' � ,� /,� BUTLER ST r co rdr � ��— � ` T' � , I` `•i L t t=��. ,.}_ � � It F I7 1. �f Q"71 / ��—� 1 r Y i L ,yam' = - .., j I�• `Q. ___ Tr II I' }��'1 I- .y-�t 4.• 1 '� •� �S 1� 1 1'' 1 f1 '1? +i! j ,.l mom. _ r it DICKS ONST I.. +�, f' ., ; "SOUTHSIDE RESERVOIR Z r 1^Z -� , ; I PUMP SATION' / /� 5 DICKS0N;ST' WAGG6MAN'ST' , RTH t FORT WO { 1 LOCATION MAP 1 1 - •`. 4. h .4 - . �. ,X., 'SALVATION'ARMY/ JFRIEND,SHP,HOUSEJ 4BRITiTOWAVE�-- �. - il ��'' SALVATION ARMY' (FRIENDSHIP HOUSE .r IANTHONY-_ST - - 4 Ai^• y a w nrlu l fix, • - • j �� I; ,� -----�SEMINARY�DR- E SEMINARY DR -- - ----- L CARTER PARK' FORT WORTH City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday,August 9, 2022 REFERENCE NO.: **M&C 22-0596 LOG NAME: 60WSSC1 9WSMLA1-LAN SUBJECT: (CD 9)Authorize Execution of Amendment No. 1, in the Amount of$261,093.00, to an Engineering Agreement with Lockwood, Andrews & Newnam, Inc. for Water and Sanitary Sewer Contract 2019, WSM- L and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2022- 2026 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1.Authorize execution of Amendment No. 1 in the amount of$261,093.00, to City Secretary Contract No.57155, an engineering agreement with Lockwood,Andrews & Newnam, Inc. for the Water and Sanitary Sewer Contract 2019,WSM-L project for a revised contract amount of$746,473.00; and 2.Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of$261,093.00,transferred from available funds within the Water and Sewer Fund, for the purpose of funding the Water and Sanitary Sewer Contract 2019 WSM-L, project(City Project No. 103380) and to effect a portion of Water's contribution to the Fiscal Years 2022-2026 Capital Improvement Program. DISCUSSION: On January 11, 2022, Mayor and Council Communication (M&C) 22-0046, the City Council authorized an engineering agreement in the amount of$485,380.00 with Lockwood, Andrews & Newnam, Inc. (City Secretary Contract No. 57155)for the Water and Sanitary Sewer Replacement Contract 2019, WSM-L. Amendment No. 1 will provide for the additional survey and design for the replacement of deteriorated water mains on the following streets located in the immediate vicinity of the project: Street From To Scope of FWork W. Cantey Waits 8th Avenue Water Street Avenue Cleburne Road Cantey 180 LF South of Lowden Water Street IlStreet Livingston Biddison Dickson Street Water Avenue Street The amendment will also provide design for the replacement of a 390 feet segment of the existing water main crossing sycamore north of E. Seminary Drive and east of Carter Park Drive.The identified segment of the water main crossing the creek is close to collapsing. It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants.The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2022-2026 Capital Improvement Program, as follows: Capital Revised Project FY2022 CIP Budget Change Fund Name Appropriations Authority Increase/Decrease) FY2022 Name Budget 56002 - 103380 - $0.00 M&C 22- $752,920.00 $752,920.00 W&S W&SS 0046 Capital Contract IPun'AdWSM - IL This M&C $261,093.00 $1,014,0 33.00 Funding is budgeted in the Transfer to Water/Sewer account of the Water and Sewer operating budget for the purpose of funding the Water& Sanitary Sewer Replacement Contract 2019,WSM-L project within the Water& Sewer Capital Projects Fund. Appropriations for Water and Sanitary Sewer Replacements Contract 2019, WSM-L project are as depicted below: Fund JExisting Additional Project Total* Appropriations JAppropriations W&S Capital Projects— Fund $752,920.00 $261,093.00 $1,014,013.00 56002 Project Total 1 $752,920.00 $261,093.00 $1,014,013.00 *Numbers rounded for presentation purposes. Business Equity: Lockwood,Andrews& Newnam, Inc. agrees to maintain its initial M/WBE commitment of 23 percent that it made on the original agreement and extend and maintain that same M/WBE commitment of 23 percent to this first amendment.Therefore Lockwood,Andrews & Newnam, Inc. remains in compliance with the City's Business Equity Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICTS 9. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that funds are currently available in the Water& Sewer Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the W&SS Contract 2019 WSM-L project. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs).: TO Fund Department ccount Project Program ctivity Budget Reference# mount ID ID Year (Chartfield 2) FROM Fund Department ccount Project Program ctivity Budget Reference# Amount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Liam Conlon (6824) ATTACHMENTS 1.60WSSC19WSMLA1-LAN Fid Table (WCF 06.22.22).xlsx (CFW Internal) 2.60WSSC19WSMLA1-LAN 1295.pdf (CFW Internal) 3.60WSSC1 9WSMLA1-LAN APC.pdf (CM Internal) 4. 60WSSC19WSMLA1-LAN funds availabilitypdf (CM Internal) 5. 60WSSC19WSMLA1-LAN MAP (1).pdf (Public) 6.60WSSC19WSMLA1-LAN MAP (2).pdf (Public) 7. 60WSSC19WSMLA1-LAN MAP (3)_pdf (Public) 8.60WSSC19WSMLA1-LAN SAM.pdf (CFW Internal) 9. 60WSSC19WSMLA1-LAN 56002 A022(r2).docx (Public) 10. PBS CPN 103380.pdf (Public) L L L � N- 4- X x /� N N N 0 0 � L L L 7 3 7 a a a 'G 12 C C C 7Nr4 rqN 7 O O N O a a ca W J L m N I a N ? N � � Z ~ LL W a v v x v w Y � Z Y • • 0 0 0 � 00 v v aui o - - o 'g - a a o. +� +� li +� c c c 3 3 OLn o val u u uLnLn Q Q Q • Y � � a+ v d v � O � v I = a c c � ckD 3 > > LL LL LL