Loading...
HomeMy WebLinkAboutContract 48110-A3CSC No. 48110-A3 AMENDMENT No. 3 TO CITY SECRETARY CONTRACT WHEREAS, the City of Fort Worth (CITY) and 2M Associates, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 48110, (the CONTRACT) which was authorized by M&C C-27869 on the 16th day of August, 2016 in the amount of $193,108.00; and WHEREAS, the CONTRACT was subsequently revised by Amendment No. 1 in the amount of $8,000.00 which was administratively authorized on May 6, 2019 and Amendment No. 2 in the amount of $26,600.00 which was authorized on January 12, 2021; and WHEREAS, the CONTRACT involves engineering services for the following project: Sanitary Sewer Rehabilitation, Contract 95; 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 letter attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $143,146.00. 9 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 $370,854.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page -1- EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth DADA EL( Dana Burghdoff Zec 28, 2022 17:17 CST) Dana Burghdoff Assistant City Manager DATE: Dec 28, 2022 APPROVAL RECOMMENDED: C&e� h� HArl-) r Christopher Rarder(Dec 28, 202207:58 CST) Chris Harder, P.E. Director, Water Department Contract Compliance Manager: ENGINEER 2M Associates, Inc. Ahsan Moeen, P.E. Principal, Civil Engineer DATE: 12/08/2022 By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performa�r e and reporting requirements. Liam Conlon Project Manager APPROVED AS TO FORM AND LEGALITY: M&C: 22-0946 zZ , D$lack (Dec 28, 202215:02 CST) Douglas W. Black Senior Assistant City Attorney g4404O�� pF FART ��0 ATTEST: p> °° °�O%9 ° P!`o �10 Ov% = 04 e%GrGIGIG��G � GDOGiGiGG ��a�� EXA?4a� Jannette S. Goodall (Jan 3, 2023 07:48 CST) nooa4 Jannette S. Goodall City Secretary Page -2- Date: November 29, 2022 Form 1295: 2022-947669 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, November 29, 2022 REFERENCE NO.: **M&C 22-0946 LOG NAME: 60WSSC95A3-2MA SUBJECT: (CD 8) Authorize Execution of Amendment No. 3 in the Amount of $143,146.00 to an Engineering Agreement with 2M Associates, Inc. for Water and Sanitary Sewer Rehabilitation Project, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Programs RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No. 3 in the amount of $143,146.00, to City Secretary Contract No. 48110, an engineering agreement with 2M Associates, Inc. for the Water and Sanitary Sewer Rehabilitation project for a revised contract amount of $370,854.00; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $143,146.00, transferred from available funds within the Water and Sewer Fund, for the purpose of funding the Water and Sanitary Sewer Rehabilitation project (City Project No. CO2691) and to effect a portion of Water's contribution to the Fiscal Years 2023-2027 Capital Improvement Program. DISCUSSION: On August 16, 2016, Mayor and Council Communication (M&C) C-27869, the City Council authorized an engineering agreement in the amount of $193,108.00 with 2M Associates, Inc. (City Secretary Contract No. 48110) for the Water and Sanitary Sewer Rehabilitation Contract 95 project. The agreement was subsequently revised by Amendment No. 1 in the amount of $8,000.00 administratively authorized May 6, 2019, that provided for easement preparation on the project and Amendment No. 2 in the amount of $26,600.00 administratively authorized on January 12, 2021 that provided for revisions to the plans to reflect current field condition. Amendment No. 3 will provide for additional survey and design on the project, additional easement document preparation and additional bid/construction phase services on the project. 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 2023-2027 Capital Improvement Program, as follows: 60WSSC95A3-2MA Capital Fund project Name FY2022 CIP Appropriations Authority Budget Change (Increase/Decrease) Revised FY2023 Budget Name 56002 - CO2691 - W&S Capital Sanitary $0.00 This M&C $143,146.00 $143,146.00 Projects Sewer Rehabilitation Fund Funding is budgeted in the Transfer to Water/Sewer account of the Water and Sewer operating budget for the purpose of funding the Sanitary Sewer Rehabilitation project within the Water & Sewer Capital Projects Fund. Appropriations for Sanitary Sewer Rehabilitation project are as depicted below: Fund Existing Additional Project 1 11Appropriations Appropriations Total* Water Capital Fund 59601 $25,851.00 $0.00 $25,851.00 Sewer Capita7-6-0 Legacy Fund97 $271,757.00 $0.00 �,757.00 W&S Capital Projects - Fund $87,000.00 $143,146.00 $230,146.00 56002 Project Total $384,608.00 $143,146.00 $527,754.00 *Numbers rounded for presentation purposes. Business Equity: 2M Associates, Inc. agrees to maintain its initial M/WBE commitment of 22 percent that it made on the original agreement and extend and maintain that same M/WBE commitment of 22 percent to all prior amendments up to and inclusive of this Amendment No. 3. Therefore 2M Associates, 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 DISTRICT 8. FISCAL INFORMATION / 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 Sanitary Sewer Rehabilitation 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 # Amount ID ID Year (Chartfield 2) FROM Fund Department ccount Project Program ctivity Budget Reference #mount r ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: Dana Burghdoff (8018) Chris Harder (5020) Liam Conlon (6824) ATTACHMENTS 1.60WSSC95A3-2MA APC Form.pdf (CFW Internal) 2.60WSSC95A3-2MA Form 1295.pdf (CFW Internal) 3.60WSSC95A3-2MA MAP (1),pdf (Public) 4.60WSSC95A3-2MA MAP (2),pdf (Public) 5.60WSSC95A3-2MA MAP (3),pdf (Public) 6.60WSSC95A3-2MA SAM.pdf (CFW Internal) 7.60WSSC95A3-2MA.docx (CFW Internal) 8.60WSSC95A3-2MA FID Table (WCF 10.10.22)_(3) x sx (CFW Internal) 9.ORD.APP60WSSC95A3-2MA 56002 A023(r2)_(1).docx (Public) 10. PBS CPN CO2691.pdf (CFW Internal) IN T C T C T C 7 7 7 0- a a o v v v v � D n D D n n � n O O 0 C C C N rt O H rOr O • O M. 0 - D M 0 0 D D m < `- z - a m - • m W w M C o d ao m (D C d w m X .0 m r - r« m In H T p T v C)m v0o X 3 0 fi aOo OJ 3 M fD rt 3 G1 r m D rt 3 '' o fp' D 3 0 D 3 0 C tA 7 C 7 C 7 rr M .+ z M M m a c 1 O N m 1 c 1 0 L CD M 1 c 1 0 N rD 1 *2 ASSOCIATES April 18, 2022 Liam Conlon City of Fort Worth 311 W.10`11 Street Fort Worth, TX 76102 RE: Water and Sanitary Sewer Replacement Design Contract no. 95 — Amendment Request no. 3 Dear Mr. Conlon, In response to your request, 2M is pleased to submit this Amendment Request no. 3 combining both Part I and Part 2 assignments under one contract. This scope covers the following: 1. Easement information acquired under Part 1 will be updated on the drawings set. 2. Re -issue Part 1 drawings to reflect 100% design level. The line segments that were eliminated previously will not be added. 3. Bring the Part 2 design from 60% design to 100% design level. 4. 37 easements documents are assumed under Part 2 project limits. 5. Survey of not more 5,000 linear feet is assumed to cover project limits. 6. Provide bid phase and construction phase support services LIMITATIONS AND EXCLSUIONS: 1. No additional line segments will be added in the above scope other than what shown on Exhibit 1. 2. No easement documents are assumed under Part 1. 3. M22 alignment will be kept the same as per 60% submittal. 4. Railroad permit and coordination will be by Others. 5. Easement coordination with the City and Property Owners by Others. 6. Construction engineering inspection will be provided by Others. FEE The total fee for the scope of work for Amendment no. 3 as outlined above is estimated at $143,146.00 including expenses. The total contract amount itemized under this contract is as follow: Original contract amount: $193,108.00 Amendment no. 1: $8,000.00 Amendment no. 2: $26,600.00 Amendment no. 3: $143,146.00 Total contract amount to date: $370,854.00 5930 Preston View Blvd., Ste A Dallas, TX 75240 1�2 ASSOCIATES Level of Effort (LOE) sheet is attached below. Invoices will be submitted at a completion of this assignment. The budgetary limits for this task will not be exceeded without written authorization from the City. SCHEDULE Upon receipt of a written approval, the terms of the agreement will be completed in a timely and reasonable fashion as requested. Sincerely, 2M ASSOCIATES, INC. Ahsan Moeen, P.E. Principal Cc: File 5930 Preston View Blvd., Ste A Dallas, TX 75240 LOCATION MAP N 'EEL PASO'ST�11 E DAGGEE - BROADWAY STD w „�� L• I WELLit I I, �f, �.lif llil .I I I "T' STELLA STELLYAYST ,co (• it �1.1 ���� •� -' l lwL Z, > Q' 1, I . ,0 I BESSIE STD �l Q _ nl z_ I TUCKER'ST' ' tn' `O LU EM 1 m U r.. C . 00 f f E4AT,TIE.STI' ,w I o Z1 '] 1. CANNON.ST F 1 i w > E LEUDA�ST' Ji TT�-ITTTTTTT� ; FI1 r i•.' �, `' - �rl_�TERRELL�AVEj �' 'TERREL`L AVE) co I I 11 I I/ 1� E,HUMBOLDT/STl' ,n .- — m FORTWORT ,r, LOCATION MAP ONE on � 1 : 111 , ®II IIIIII IIWI®t ■ 11111 1 �11111 11111 tllll® 1 11111 11 11111 111 11®11111 111 11 ®®� 111 •III 11111 1 1N 11 1111 111111 IIIIIII� 111//111 11111 11111 11® 11111111®1 1111 11�111 11111 11®1 1 11 ®1 1111 11 111 1111 1111111® IIIi 1 111 111 11111 11111111 1111 1®111 11 1 .. 11 111 111 :111 1 ■ 111®1111 1 110 1111 11 E. TERR IN 11 FORT WORT 1 1; 1 V i PULASKI,SL HUMBOL� T ST;' rY O1 Q�• It �t na' - ROSEDALE ST—'—` qL ST �'(IRMA' LOCATION MAP -------------- -- ®� 11 it 11 1® Ell 1 1, 1 . 11 111111 I I� ■11111 111 11 11 �I Idllllllllll 1 1 11111111� 111■ 1 1 111 . � 1® 111111 ®1 11■1111 11 .. 111®11111 1 �� 1111111111■®1 ® 1® II 1 ®1 1■1111111111 � • � � ISII D LE SIT' Em ■: ■� 1� 1■ 11111L,7LE. Ell 1 1111 I Sol 11 �f „ � . ■■ ® �' ®1 s �Ell� O Ooo J N V O m N m m Q7 m0 Ut Ut Ut Ut Ut Ut o UP P A A W A t. N+ �, Z O OU) v N c I AA 7/ p m o p o mm a alp a m 11 o 5 S. w w-"21 >> S..Ds'Ait a'^ H 2 d Ivor d U) vi °' N J 3 n o� > m d u 00 33co El `^� 2"aloa a°'o 3'" Q»N o 0 T J-u N � o m o v .3 m o �Iop o 3. O . 3 =� o O n N v o o N a < n N A O o O O A A V NVI N � O N J N J .O > ry r to N N W m o A A A + A V N N P O M w P A o m m A C a g N w o A A o m m A O o n 3 0 s < 0 1 0 p EL A 0 o W O o W O o o D m O N p A m O O W 0 O A No m W 0 W. 0 0 m 0 N O IO O O P N O O o m O mo O 0. 0 0. 0 W P O V � O P J+ 0 0 VI N VI O m C m O' O p Z O C N V N O N O V O O J N i Ut N Vl W N a < OJ V N VI ON W N N Ut N N N N V1 N 0 O Vl N 0 O N m V N O N O N N o N N 0 N 0 9 O a c O 0 > W W N O N W W N J 0 0 W O W N WO Ut WO N N U W 0 VI Vl 0 0 VI 0 V1 O N O Ut O O N W O O O m m O O O --I rOi O h � � W N O WNo V m+ W J W mmmo W mut W A W W W u.mm W j N N NNm InoAN P m V N x V) O N