Loading...
HomeMy WebLinkAboutContract 58146-A1CSC No. 58146-Al AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 58146 WHEREAS, the City of Fort Worth (CITY) and HDR Engineering, Inc., (ENGINEER) made and entered into City Secretary Contract No. 58146, (the CONTRACT) which was authorized on the 9th day of August, 2022 by M&C 22- 0592 in the amount of $900,846.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Eastside II 36-inch Prestressed Concrete Cylinder Pipe Water Main Condition Assessment and Critical Replacement Identification; 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 $237,960.00. 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 $1,138,806.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. Prof Services Agreement Amendment Template Revision Date: November 23, 2021 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX [Eastside II 36-inch Pipe & Water Main Assessment & Replacement] [CPN 103294] Page 1 of 2 EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth ISGt na, 8kW.1 `M&yC Dana Burghdoff (J06, 202311.02 CDT) Dana Burghdoff Assistant City Manager DATE: J u l 20, 2023 APPROVAL RECOMMENDED: UI -i'f Do jhel- tf Vdel- ChristopherHirder(Jul19,2023 10:49 CDT) Chris Harder, P.E. Director, Water Department Contract Compliance Manager: ENGINEER HDR Engineering, Inc. Lu A. Bathurst, P.E. Vice President DATE: 07/18/2023 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. fori/Scott Taylor, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: pag?!� DBlack (Jul 20, 2023 08:34 CDT) Douglas W. Black Senior Assistant City Attorney ababaq� .o'd4 FORTIl�a ATTEST: pro q OVo o=d P daa� nEXASoa Jannette S. Goodall City Secretary Prof Services Agreement Amendment Template Revision Date: November 23, 2021 M&C . 23-0491 Date: 06/13/2023 Form 1295 2023-999870 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX (Eastside II 36-inch Pipe & Water Main Assessment & Replacement) [CPN 1032941 Page 2 of 2 F)R hdrinc.com April 26, 2023 City of Fort Worth Water Department 200 W. Texas Street Fort Worth, TX 76102 RE: Eastside II 36-Inch Prestressed Concrete Cylinder Pipe Water Main Condition Assessment and Critical Replacement Identification Project Amendment No. 1 to the City Contract No. 103294 Dear Mr. Sholola, HDR Engineering, Inc. is requesting Amendment No. 1 to the City contract number 103294 for additional design services as described below: Design of six pipe replacements, two new isolation valves, and replacement of a blowoff valve identified during the condition assessment including preparation of specifications, opinions of probable construction cost and construction phase support. Original Contract Amount $ 900,846.00 Amendment No. 1 Amount $ 237,960.00 I Total Contract Amount to date $ 1,138,806.00 Please contact, Jerry W. Snead, should you have any questions or need additional information. Sincerely, HDR Engineering, Inc. 5cas A. Bathurst Vice President Cc: Jerry W. Snead 11, P.E. 600 West Sixth Street, Suite 200, Fort Worth, TX 76102-3684 (817)333-2800 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE II 36•INCH PCCP WATER MAIN ASSESSMENT AND CRITICAL REPLACEMENT CITY PROJECT NO.: 103294 ATTACHMENT A Scope for Engineerinq Desian Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR EASTSIDE II 36-INCH PCCP WATER MAIN ASSESSMENT AND CRITICAL REPLACEMENT CITY PROJECT NO.: 103294 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. This Phase II Amendment B is needed to implement replacement recommendations from the Phase I Condition Assessment that was performed on the 36-inch diameter Eastside II Water Transmission Main which has failed twice since 2016. The main is located on the south side of IH-30 from an existing air release valve near the east side of IH-820 (Station 10+20) to the air release valve located northwest of the intersection of Green Oaks Boulevard and Lamar Boulevard (Sta 225+00). WORK TO BE PERFORMED Phase II —Replacement Desiqn for Critical Pipes Note: Condition Assessment was performed as part of Phase I. BASIC SERVICES TASK 1. PROJECT MANAGEMENT. ENGINEER will provide efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, ■ communicate effectively, ■ coordinate internally and externally, and ■ proactively address issues with the CITY's Project Manager to make progress on the work. City of Fort Worth, Texas Attachment A PIAO Release Date: 07.23.2012 Page 1 of 7 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE II 36•INCH PCCP WATER MAIN ASSESSMENT AND CRITICAL REPLACEMENT CITY PROJECT NO.: 103294 Task 1.1 - Project Management Plan and Project Review • Lead, manage and direct design team activities • Maintain quality control during performance of the work • Communicate internally among team members • Task and allocate team resources Task 1.2 — Project Control and Subconsultant Coordination • Manage subconsultants for both field and design tasks • Manage schedule and staff to meet project requirements Task 1.3 - Activity Reports • Prepare and submit monthly activity reports in the format provided by the Water Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. Task 1.4 — Permit Coordination with TXDOT • With respect to coordination with permitting authorities, ENGINEER will communicate with TXDOT such that their permitting requirements are appropriately reflected in the designs. ENGINEER will work with TXDOT to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. ASSUMPTIONS • Up to 2 monthly water department progress reports will be prepared. • Up to 2 monthly project schedule updates will be prepared. DELIVERABLES • Monthly invoices. • Monthly progress reports. • Baseline design schedule. • Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 2 of 7 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE II 36•INCH PCCP WATER MAIN ASSESSMENT AND CRITICAL REPLACEMENT CITY PROJECT NO.: 103294 TASK 2. REPLACEMENT DETAILED DESIGN. ENGINEER will support the following activities: Task 2.1 — Develop 60% plans, specs and OPCC • Develop 60% complete drawings and specifications to replace pipe at six (6) locations, two of which will include isolation valves and one of which will include a blowoff valve replacement. • Develop an OPCC to AACE International Class 3 (-15% to 30% accuracy) Task 2.2 — Deliver 60% plans, specs and OPCC • Submit for the CITY's review and comment. • Prior to submitting the 60% documents, conduct an internal Quality Control review based on ENGINEER's guidelines and procedures. Task 2.3 - Conduct a 60% remote Review Meeting Task 2.4 — Incorporate CITY Comments • Comments will be compiled in a comments log by the CITY, and ENGINEER will provide written responses to each comment. ASSUMPTIONS • ENGINEER will not proceed with Final Design activities without obtaining written approval by the CITY. DELIVERABLES • Five copies of the 60% plans and specifications will be delivered. Specifications will be letter sized and comb -bound with a clear plastic cover. Drawings will be 11x17 size comb bound and in electronic format. TASK 3. REPLACEMENT FINAL DESIGN. ENGINEER will support the following activities: Task 3.1 - Develop 90% complete plans and specifications • Develop plans and specifications to replace pipe at six (6) locations, two of which will include isolation valves and one of which will include a blowoff valve replacement. • Update the OPCC to AACE International Class 2 (-10% to +20% accuracy) Task 3.2 - Submit for CITY review and comment. • Prior to submitting the 90% documents, conduct an internal Quality Control review based on ENGINEER's guidelines and procedures. Task 3.3 - Conduct a remote 90% Review Meeting City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 3 of 7 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE II 36•INCH PCCP WATER MAIN ASSESSMENT AND CRITICAL REPLACEMENT CITY PROJECT NO.: 103294 Task 3.4 — Incorporate comments into plans, specifications and OPCC • Comments will be compiled in a comments log by the CITY, and ENGINEER will provide written responses to each comment. ASSUMPTIONS • ENGINEER will not proceed with Final Design activities without obtaining written approval by the CITY. DELIVERABLES • Five copies of the 90% plans and specifications will be delivered. Specifications will be letter sized and comb -bound with a clear plastic cover. Drawings will be 11x17 size comb bound and in electronic format. TASK 4. BID PHASE. ENGINEER will support the following activities: Task 4.1 - Develop draft bid -ready drawings and specifications, Task 4.2 — Develop Addenda, Task 4.3 — Participate in a site visit, Task 4.4 — Deliver Sealed plans, specifications and OPCC • Update the OPCC to AACE International Class 1 (-5% to +10% accuracy), and • Submit for CITY review and comment. • Address final comments from the CITY and TCEQ and submit final bid -ready documents to the CITY. ASSUMPTIONS • ENGINEER will not proceed with Final Design activities without obtaining written approval by the CITY. DELIVERABLES • Five copies of the sealed plans and specifications will be delivered. Specifications will be letter sized and comb -bound with a clear plastic cover. Drawings will be 11x17 size comb bound and in electronic format. TASK 5. CONSTRUCTION PHASE SUPPORT. ENGINEER will support the following activities: Task 5.1 - Conformed Documents ■ Prepare and distribute conforming copies of the construction contract documents. These services will include review of Contractor's bonds, furnishing the Contractor unsigned con- struction contract documents, and transmitting the construction contract documents to the CITY for signature and distribution. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 4 of 7 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE II 36•INCH PCCP WATER MAIN ASSESSMENT AND CRITICAL REPLACEMENT CITY PROJECT NO.: 103294 "Conformed to Bid" Deliverables for Each Package: • Six (6) full-size and five (5) half-size prints of the unsigned "Conformed to Bid" construction contract documents to the successful bidder • One (1) full-size and five (5) half-size prints of the unsigned "Conformed to Bid" construction contract documents to the CITY • Electronic versions of conformed documents in pdf format will be provided to the CITY Task 5.2 - Pre -construction Conference Attend the pre -construction conference that will be led the CITY. The preconstruction conference shall include a discussion of the Contractor's tentative schedules, procedures for transmittal and review of the Contractor's submittals, processing payment applications, critical work sequencing, change orders, record documents, and the Contractor's responsibilities for safety and first aid. The agenda and summary will be prepared by the CITY. Task 5.3 — Periodic Site Visits and Construction Progress Meeting Attendance ENGINEER will attend and participate in 2 monthly construction progress meetings with the CITY and Contractor. The level of effort for this task assumes ENGINEER will be responsible for developing meeting agendas, tracking attendance, updating submittals, RFIs, and change order tracking logs, and drafting the meeting summaries with action items. Additional effort beyond 2 months will be provided as an additional service. Task 5.4 — Submittal Review ENGINEER will provide review of Contractor submittals and shop drawings. The project specifications will require the Contractor to submit a submittal schedule for review and approval by the ENGINEER prior to initiating the submittal process. It is assumed the Contractor will submit required submittals, shop drawings, and material samples using the online document management system. ENGINEER will provide submittal / shop drawing review comments and level of approval in electronic format with submittal / shop drawing markups attached. Up to 5 total reviews (initial submittals and re -submittals) are assumed. A submittal log will be kept of all initial submittals and re -submittals. If the submittal log surpasses 5, the Contractor will be responsible for costs as spelled out in the Construction Contract if the amount left in the task is insufficient to cover the additional work. If the submittal log surpasses 5, it is anticipated that each additional submittal will consume 4 hours of project engineer time, 1 hour project manager time, and 1 hour of administrative time. This activity will be billed as an Additional Service after approval by the CITY. Task 5.5 — RFI Review ENGINEER will provide responses to Requests for Information (RFIs) and clarifications regarding design intent or interpretation of the drawings and specifications in electronic format with applicable sketches or markups attached. Up to 3 RFIs or clarifications are assumed. If the RFI log surpasses 3, a contract amendment authorizing additional services may be required if the amount left in the task is insufficient to cover the additional work. This activity will be billed as an Additional Service after approval by CITY. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 6 of 7 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE II 36•INCH PCCP WATER MAIN ASSESSMENT AND CRITICAL REPLACEMENT CITY PROJECT NO.: 103294 Task 5.6 — Final Completion Walk -Through ENGINEER will conduct a final completion walk-through with the CITY upon confirmation from the Contractor that punch -list items have been addressed. It is assumed the CITY will confirm the punch -list items have been addressed and that the CITY will issue certificate of final completion. ADDITIONAL SERVICES TASK 6. ADDITIONAL REHAB/REPAIR/REP LAC EMENT ENGINEER will support the following activities: Task 6.1 - Provide additional support for pipe repair, rehabilitation, or replacement beyond the 6 pipelines identified in Basic Services. SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existinci 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. Additional amounts paid to the ENGINEER because of material change to the Scope of the Project will be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Review of Contractor monthly pay requests • Negotiation of easements or property acquisition including temporary rights -of - entry. • Services related to traffic control plans during design or construction activities. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre -qualification, bid protests, bid rejection and re -bidding of the contract for construction. • Construction management and inspection services. • 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. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 6 of 7 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE II 36•INCH PCCP WATER MAIN ASSESSMENT AND CRITICAL REPLACEMENT CITY PROJECT NO.: 103294 • Services related to Survey Construction Staking • Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary rights -of -entry. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Services related to additional access locations, appurtenance assessment locations, number of soil samples, and test pitting beyond what is provided in the scope of work. • Services related to additional length of pipe beyond what is provided in the scope of work. • Services related to clearing brush or debris for access to pipe and appurtenances of interest. • Services related to tapping the existing pipe for access. • Services related to pavement repair design due to damage caused by providing access or excavating test pits. • Services related to hydraulic modeling to evaluate flow and pressure conditions. • 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 7 of 7 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for 36-inch PCCP Water Main Assessment and Critical Replacement -Amendment B City Project No. 103294 Labor(hours) Expense Task Description Project OAIDC Project CAD Pormitdng Acct Total Labor Subeonsuft nt (Placehold., Total Expense Task No. Principal (Padowskl) anJept Manager Engineer Admin lBranin) (Tate) (Wasson) (Rayshel) Cost -Civil+SUE) Travel Reproduction Cost Task SubTohl (Fortantl) (Snead) (Hayes) Rate E346 S385I $339 $141 $1771 $2371 snai MWBE I Non-MWBE BASIC ZERVICES 1,2 32J 4 16I 14 $ $OI EOI EOI EOI 4 12 IPMI� Proi I $8,595I SDI pre Ports & onwi Ti 4-t11 4 E8,Z TXDOT�vNR Contra 4 1,1 4 E'i,6061 50 2.0 moot Detailed Des n 6�%plans, 4 12 92 80 88 0 0 401 $70,329 533.800 $O E300 $400 $34,500 $104.823 1 Develop specs, and OFr0C 4 8 8� 60 80 16 556.7�) S33.B00 133,801 590.53( 2 IRehab/R Deliver 60%glens, specs, and OPCC 5 halfalzo 8 $2.377 $300 5400 $700 E3.07'i 3 Review MefOnP� emote) 4 f f 8 14.71 S $4.712 4 Inrorprate FVYWD Comments t 11 tJ1 81 I E6.510I so 56.511 3.0 Rohab/R cement Final Des , 2 9 52 52 48 0 0 16 $40,125 $2,500 $1 $311 1401 $3,201 $43,32f 1 Develop yu%yyplans. specs, 8 OPi. 4 4 I 4 40 E29,145 E2,50 $2.SOd 531.64`. 2 0%e Ian specs,8 Oli 5 half-sIze �9' J J 4 S300 $400 $700 Relvlew remp 4 (((� (((� 1 6 $4.02E 4 Incorporate FWWD Comments 11 BI tll el 1 41 E6,269I SO $6,265 4.0 Bid Phase 0 0 1: 24I 1Q 0 0 10 $12*14DI $0 30 $200 $400 $600 $12.74C Sealed plans and specs directly after 90% review 1 .meatinpv 4 6 1 6 2 53.578 1 So 53,57E 2 4tldenda l 6l 4 4 5353b Sd S3.53E 3 Site Visa 4 tl E:�,83a S200 S20d 54.03E D1Llover Sealed plans and spec, & OPCC 5 half- 4 4 I 4 E1,189 $300 S400 $700 E1.885 5.0 Construction Phase Support 01 21 36 01 0 14 $26,292 $01 $0 $a $1.000 $1,550 $28,142 1 Conformed Documents a full-size, 5 half-size 1 4 8 8 8 55,539 $1 000 $1.000 56.53E 2 P,�yni(ryigpn meetno run by FWWD I 4 4 ' E223 $200 $200 $2.432 3 S flisds�[jl 16 24 $9.BD1 I 14011 S40 $9.201 4 Submittal ev ew `y to 5) 5 15 I E.i,805 I SO 53,805 5 Fl Review�Jup to �) t 41 12 2 $3.742 I $501 $50 E3,792 6 rinal ComplBGon Walk Through 3 6 I 2 $2174 I $2001 5200 52.374 Subtotal Basv Services = $216.145 ADDITIONAL SERVICES Addidonal Rehab/Repair/Replacement 6.0 S ppp rt D 2 2 1B 0 0 0 0 $19,914 $. SO $86 s0 $86 520,Oo0 t AddiM1onal Services As Requested 2 I 2 1 18 579.9t I SBbf $86 $20.000 Sub total Additions Services=� $20,000 Tota1s) 101 511 2521 2791 1581 161 71 961 $195,9081 $36.3001 $01 $1.7361 $2,2001 $40.236 $236.145 Project Summary Total Hours 869 Total Labor $195.908 Total Expanse $40.236 MBE/SBE Subconsuaant E36.300 Non-MBE/SBE Subconsuaant $ 5% Sub Marky $1.815 MBE/SSE Parbiapab?n 15.3% Total Project Cost $237.960, City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 1oft Irr MAYOR AND COUNCIL COMMUNICATION MAP 60ES1136WM&CRIA1-HDR SABI TYNETRL NASTRL. TRAMMEL DAVISRD. _ CREEDETRL. I' n �Lu w w 0 w, Z Y n` w �o aRANDOL',M IL <<� O � N - N limp"& 0 lrffz5zt� w Q `— 'r EDERVILLIERDCiI° OODSTAIRRD JI I JOHN iT�WHITE�R�`z lni t ti' Y O. COLBIL ;JEWELLAVE z . r w, o. ,WHITNEYLN m F=i �'�I� Z T �{ CRAIGST ..Z a i M Q KELLDR 16R06UTJTST,' tu). �URCHSTi' SPU iBUTTERCUPLN' _ J R 303_ CpSTERpVE t oRT Wo Rrr VILLAGE CREEK. WASTEWATER ,���- -�_ I TREATMENT PLANT V .fir • �,� .fir W Lq4lAR BLV vf` YI; IH-30; 44 MEADOWBROOKBLVD' O r z'� N Z , ■ PIPE SEGMENTS TO BE REPLACED City Of Fort Worth Eastside II - 36" PCCP Pipe Replacement - STEEL Engineer's Preliminary Opinion of Probable Construction Cost Engineer: HDR, Inc. 4/10/2023 Base Bid - Remove and Replace Pipe STEEL Item I Description I Quantity I Unitl Unit Price I Total 1 Wire Break Location Identification (subcontract to Pure Technologies) (ALLOWANCE) 6 LOC $ 5,000 $ 30,000 2 Trench Excavation & Safety Plan (6 locations) 1 LS $ 10,000 $ 10,000 3 Mobilization, Demobilization, and General Site Prep 1 LS $ 10,000 $ 10,000 4 Stormwater Pollution Preventation Plan 1 LS $ 20,000 $ 20,000 5 Traffic Control 1 LS $ 40,000 $ 40.000 6 Temporary Access Drive (Waterchase Golf Club) 1 LS $ 20,000 $ 20,000 7 Isolate Line Segments 1 LS $ 30,000 $ 30,000 8 Excavation 3.000 CY $ 7 $ 21,000 9 Removal of Existing Pipe and Delivery to FWWD 152 LF $ 200 $ 30,400 10 Install New Pipe 152 LF $ 1,275 $ 193,800 11 Test and Disinfect (5 days) 1 LS $ 25,000 $ 25,000 12 Remove and Replace Blowoff Valve 1 LS $ 40,000 $ 40,000 13 36" Gate Valve Install and Vault 3 EA $ 40,000 $ 120,000 14 Backfill and Compact 3,000 CY $ 15 $ 45,000 15 Clean and Test 1 LS $ 30,000 $ 30,000 16 Allowance for Additional Repairs (As Approved by FWWD) 1 LS $ 50,000 $ 50,000 Subtotal = $ 716,200 FWWD Furnished Equipment Owner Provided 36" Gate Valves 1 31 EA 1 $ 15,000 $ 45,000 Subtotal $ 760,200 Overhead, Profit, Bonds, Insurance (26%) $ 190,100 Contingency (26%) $ 190,100 Total = $ 1,150,000 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, June 13, 2023 LOG NAME: 60ESSII36WMA&CRIA1-HDR REFERENCE NO.: **M&C 23-0491 SUBJECT: (CD 5) Authorize Execution of Amendment No. 1 in the Amount of $237,960.00 to an Engineering Agreement with HDR Engineering Inc., for Final Design for Eastside II 36-inch Prestressed Concrete Cylinder Pipe Water Main Condition Assessment and Critical Replacement Identification Project and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No. 1 in the amount of $237,960.00 to City Secretary Contract No. 58146 with HDR Engineering, Inc., for final design of Eastside II 36-inch Prestressed Concrete Cylinder Pipe Water Main Condition Assessment and Critical Replacement Identification Project, for a revised contract amount of $1,138,806.00; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water & Sewer Capital Projects Fund in the amount of $277,960.00 transferred from available funds within the Water and Sewer Fund, for the Eastside II 36-inch Prestressed Concrete Cylinder Pipe Water Main Condition Assessment and Critical Replacement Identification (City Project No. 103294) to effect a portion of Water's contribution to Fiscal Years 2023-2027 Capital Improvement Program. DISCUSSION: On August, 9, 2022, Mayor & Council Communication (M&C) 22-0592 the City Council authorized an Engineering Agreement with HDR Engineering Inc., in the amount of $900,846.00 for Eastside II 36-inch Prestressed Concrete Cylinder Pipe Water Main Condition Assessment and Critical Replacement project. The project provided for condition assessment of approximately 19,000 feet of the Eastside II 36-inch water main located on the south side of Interstate Highway (IH)-30 from the east side of IH-820 to the north right—of—way line of IH-30 at the Village Creek/Green Oaks Boulevard intersection, with the goal of identifying possible future failure points and to provide recommendations for replacements. The water main has experienced breaks over the past couple years. The condition assessment has been completed and six pipe segments at different locations on the water main alignment have been identified as structurally deficient and in need of replacement. HDR Engineering, Inc., proposes to complete the additional engineering design services for a fee not to exceed $237,960.00. Staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $40,000.00 is required for project management. 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: 60ESS1136WMA&CRIA1-HDR Capital Project FY2023 CIP BudgetRevised Change Fund Name Authority Name Appropriations (Increase/ FY2023 Budget Decrease) g Fund 103294 - $0.00 This M&C $277,960.00 $277,960.00 56002 — ESII 36" Water & PCCP Sewer WM & P apital Critical rojects IREPL Funding is budgeted in the Transfer to Water/Sewer account of the Water and Sewer operating budget for the purpose of funding the ESII 36" PCCP WM & Critical REPLC within the Water & Sewer Capital Projects Fund. Appropriations for the Eastside II 36-Inch PCCP Water Main Condition Assessment and Critical Replacement Identification Project are depicted below: FUND Existing Appropriations Additional Appropriations Project Total* Fund 56002 - VVater & $1,046,396.00 Sewer Capital Projects Project $1,046,396.00 Total *Numbers rounded for presentation purposes. $277,960.00 $1,324,356.00 $277,960.00 $1,324,356.00 This project will have no impact on the Water Department's operating budget when complete. Business Equity: HDR Engineering, Inc. agrees to maintain its initial M/WBE commitment of 10 percent that it made on the original agreement and extend and maintain that same M/WBE commitment of 10 percent to this first amendment. Therefore HDR Engineering, Inc. remains in compliance with the City's M/WBE 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 5. 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 ESII 36" PCCP WM & Critical REPL project to support the approval of the above recommendations and execution of the engineering agreement. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs),: TO Fund Department ccount ProjectBudget I JPrograml ctivity Reference # mount r ID ID Year (Chartfield 2) FROM Fund Department ccount Project Program ctivity Budget Reference # mount ID IA I ID I 1 Year I (Chartfield 2) CERTIFICATIONS: Submitted for Citv Manaqer's Office by_ Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Scott Taylor (7240) ATTACHMENTS 1. 60ES1136WM&CRIA1-HDRAPCF.pdf (CFW Internal) 2. 60ES1136WM&CRIA1-HDR Form 1295.pdf (CFW Internal) 3. 60ES1136WM&CRIA1-HDR MAP.pdf (Public) 4. 60ESS1136WMA&CRIA1-HDR.docx (CFW Internal) 5. 60ESS1136WMA&CRIA1-HDR FID Table (WCF 04.26.23).xlsx (CFW Internal) 6. Entitvinformation-HDR Engineerinq,pdf (CFW Internal) 7.ORD.APP 60ESS1136WMA&CRIA1-HDR 56002 AO23(r2).docx (Public) 8. PBS CPN 103294.pdf (CFW Internal) 60ESSII36WMA&CRIAl-HDR FID Table 2 56002 0600430 4956001 1 103294 2 56002 0600430 103294 2 56001 0609020 5956001 2 56002 0600430 4956001 103294 2 56002 0600430 4956001 103294 2 56002 0600430 5110101 103294 1 56002 0600430 5330500 103294 2023 2023 I $277,960.00 $277,960.00 $277,960.00 001730 9999 ($277,960.00) 001730 9999 ($277,960.00) 001730 9999 $40,000.00 Water Staff Cost 001730 9999 $237,960.00 Contract